Loading...
HomeMy WebLinkAboutAgenda Report - April 18, 2018 C-07CITY OF LODI COUNCIL COMMUNICATION AGENDA ITEM C-7 TM AGENDA TITLE: Adopt Resolution Rejecting Protest and Awarding Contract for Wastewater Main Rehabilitation Program, Project No. 7, to Express Sewer & Drain, Inc., of Rancho Cordova ($1,885,814) MEETING DATE: April 18, 2018 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution rejecting protest and awarding contract for Wastewater Main Rehabilitation Program, Project No. 7, to Express Sewer & Drain, Inc., of Rancho Cordova, in the amount of $1,885,814. BACKGROUND INFORMATION: This project consists of trenchless rehabilitation of approximately 33,300 linear feet of existing 6 -inch, 8 -inch, 12 -inch, 18 -inch, and 21 -inch diameter wastewater pipes, internally reinstating approximately 600 wastewater laterals and the rehabilitation of 143 wastewater manholes, and other incidental and related work, all as shown on the plans and specifications for the above project. Plans and specifications for this project were approved on February 7, 2018. The City received the following five bids for this project on March 28, 2018: Bidder Engineer's Estimate Express Sewer & Drain, Inc. Sancon Technologies, Inc. Southwest Pipeline & Trench Michels Corporation Insituform Technologies, LLC Location Bid Above/(Below) Estimate Rancho Cordova Huntington Beach Torrance Salem, OR Chesterfield, MO $2,945,345 $1,885,814 $2,686,883 $2,896,533 $3,049,415 $4,701,198 ($1,059,531) ($258,462) ($48,812) $104,070 $1,755,853 On April 2, 2018, Staff received a formal bid protest letter (Exhibit A) from Sancon Technologies, Inc. The protest provides the following claims: 1. Express Sewer & Drain, Inc.'s bid did not include subcontractor listing for the open cut work as well as the manhole rehabilitation. 2. Express Sewer & Drain, Inc. is not a certified installer of an approved manhole rehabilitation technology nor do they have any experience in manhole rehabilitation. 3. Express Sewer & Drain, Inc. unfairly balanced their bid. Express Sewer & Drain provided a response letter, with supporting documentation, on April 3, 2018 (Exhibit B). The responses to the claims above are as follows: APPROVED: as err+ ,:46�1 :e en - suer, City Manager K:\WP\PROJECTS\SEWER\WastewaterMainRehabProject7\CAward.doc 4/9/2018 Adopt Resolution Rejecting Protest and Awarding Contract for Wastewater Main Rehabilitation Program, Project No. 7, to Express Sewer & Drain, Inc , of Rancho Cordova ($1,885,814) April 18, 2018 Page 2 1. Express Sewer & Drain, Inc. does not plan on subcontracting out any part of this contract. They have 80 employees, three Vac -Con trucks, six TV inspection trucks, and self -perform all work bid on this contract, including traffic control, open cut excavations, asphalt replacement, and manhole rehabilitation. 2. Express Sewer & Drain, Inc. will be the SPRAYROQ Certified Installer for the California and Nevada market. They are currently completing the certification process through SPRAYROQ and will be a certified installer of SPRAYROQ prior to performing manhole rehabilitation on this contract. 3. Express Sewer & Drain, Inc. bid amount for bid item no. 13 covers labor, materials and overhead to complete the bid item. They believe their lower pricing relates to their company's ability to self - perform, as well as their efficient work capability. Also included with the response letter was a letter from SPRAYROQ (an approved manhole lining manufacturer for this project) supporting the responses made by Express Sewer & Drain, Inc. This letter also identified an employee of Express Sewer & Drain, Inc. (Cody Aberasturi) who is currently a certified SPRAYROQ installer. Express Sewer & Drain, Inc. has indicated that Mr. Aderasturi will be the superintendent for the manhole lining portions of this project. Mr. Aderasturi's certifications were also included with Express Sewer & Drain, Inc.'s response. Staff conducted a thorough review of all the protest and protest -response documents and verified company references for Express Sewer & Drain, Inc. Staff believes that Express Sewer & Drain, Inc. provided a bid compliant with the Public Contract Code requirements and found no reason to deem it non-responsive or non -responsible. For the reasons stated above, Staff recommends rejecting the protest and awarding contract for Wastewater Main Rehabilitation Program, Project No. 7, to Express Sewer & Drain, Inc., of Rancho Cordova, in the amount of $1,885,814. FISCAL IMPACT: Completion of this project will reduce future maintenance costs and increase the performance and reliability of the wastewater collection system. FUNDING AVAILABLE: Budgeted in Fiscal Year 2017/18: Wastewater Capital (53199000.77020) - $2,000,000 Andrew Keys Deputy City Manager/Internal Services Director Charles E. Swimley Public Works Director Prepared by Jimi Billigmeier, Associate Civil Engineer Attachments cc: Lyman Chang, Deputy Public Works Director/City Engineer Sean Nathan, Senior Civil Engineer Lane Roberts, Utilities Manager Express Sewer & Drain, Inc. Sancon Technologies, Inc. K:\WP\PROJECTS\SEWER\WastewaterMainRehabProject7\CAward.doc 4/9/2018 SANCON TECHNOLOGIES, INC. GENERAL ENGINEERING CONTRACTOR Tel: (714) 891-2323 STATE CONTRACTORS LICENSE #774055 Fax: (714) 891-2524 April 2nd, 2018 ATTN: Ms. Jennifer Ferraiolo, City Clerk City of Lodi Administration Department 221 West Pine Street (PO Box 3006) Lodi, CA 95241-1910 Subject: Protest of Express Sewer and Drain, Inc.'s bid for the Wastewater Main Rehabilitation Program Project No. 7 Dear Jennifer M. Ferraiolo, Please let this letter serve as Sancon Technologies Inc's protest of Express Sewer and Drain, Inc.'s bid for the Wastewater Main Rehabilitation Program Project No. 7. The protest is based on the following. 1. Express Sewer and Drain, Inc.'s bid does not include subcontractor listing for the open cut dig work as well as the manhole rehabilitation. Per PCC §4104, and per the City's bid forms, subcontractors shall be listed when their work is in excess of one half of one percent, or $10,000, whichever is greater. Express Sewer and Drain Inc does not list any subcontractors on this project. 2. Express Sewer and Drain, Inc.'s is not a certified installer of an approved manhole rehabilitation technology nor do they have any experience in manhole rehabilitation. As such, they would have been required to subcontract this scope yet their bid forms do not show a subcontractor listed for this scope. 3. Express Sewer and Drain, Inc.'s unfairly unbalanced their bid. For bid item 13, they are 20% of every other bidder's price. Based on the above findings, we request that you reject Express Sewer and Drain, Inc.'s bid and award the contract to the 2nd lowest bidder, Sancon Technologies Inc., who provided a responsive and responsible bid. Please let me know if you have any questions or concerns regarding the above. Feel free to call me directly at 714- 891-2323. Sincerely D, 7 7 ..f., _ 6 e.., - — - Gary Drew Vice President, Sancon Technologies Inc. Page 1 EXPRESS SEWER & DRAIN Phone: (916) 970-1234 Fax: (916) 853-1148 www.ExpressSewer.com Jimi Billigmeier Associate Civil Engineer City of Lodi - Public Works Department. 221 West Pine St. Lodi, CA 95240 Subject: Protest Response of Sancon Technologies, Inc. bid protest for the Wastewater Main Rehabilitation Program Project No. 7 Dear Jimi Billigmeier, Please let this letter serve as Express Sewer and Drain, Inc.'s response to Sancon Technologies Inc's protest of bid for the Wastewater Main Rehabilitation Program Project No. 7. Their protest listed the following: 1. Express Sewer and Drain, Inc.'s bid does not include subcontractor listing for the open cut dig work as well as the manhole rehabilitation. Per PCC §4104, and per the City's bid forms, subcontractors shall be listed when their work is in excess of one half of one percent, or $10,000, whichever is greater. Express Sewer and Drain Inc does not list any subcontractors on this project. RESPONSE — Express Sewer & Drain does not plan on subcontracting out any part of this contract. We have 80 employees, 3 Vac -Con Trucks, 6 TV inspection Trucks and self -perform all work bid on this contract including traffic control, open cut excavation's, asphalt replacement and manhole rehabilitation. 2. Express Sewer and Drain, Inc.'s is not a certified installer of an approved manhole rehabilitation technology nor do they have any experience in manhole rehabilitation. As such, they would have been required to subcontract this scope yet their bid forms do not show a subcontractor listed for this scope. RESPONSE — Express Sewer & Drain, Inc. will be the SPRAYROC Certified Installer for California and Nevada Market. We are currently completing the certification process through SPRAYROC and will be a certified installer of SPRAYROC prior to performing manhole rehabilitation on this contract. 3. Express Sewer and Drain, Inc.'s unfairly unbalanced their bid. For bid item 13, they are 20% of every other bidder's price. RESPONSE — Express Sewer & Drain, Inc. bid for item #13 covers our labor, materials and overhead to complete the bid item. We believe we our lower pricing relates to our company's ability to self -perform as well as our crew's efficient work capability. NOTE — Sancon Technologies, Inc bid for item #11, they are 8% of the bid average for this item. Based on our response and the information submitted, we request that you award the contract to Express Sewer and Drain, Inc. as we are the lowest responsive and responsible bid. Thank you, illiam Heinselman President Express Sewer & Drain, Inc. 3300 Fitzgerald Road • Rancho Cordova, CA 95742 • CA License # 882660 ...the gold standard SPRWROU ,,,• Protective Lining Systems April 3, 2018 Jimi Billigmeier Associate Civil Engineer City of Lodi - Public Works Dept. 221 West Pine St. Lodi, CA 95240 Re: Wastewater Main Rehabilitation Program Project No. 7 Bid Submitted by Express Sewer and Drain DearJimi Billigmeier, Regarding the bid submitted Express Sewer and Drain, Inc., Sprayroq would like to provide the information requested in Item B of the Submittals Section as well as Item A listed in the Requirements Section. The following is our response to these items: 1) Submittals Section -Item B- "A list of locations and references for other projects in which the products were used shall be furnished to the Engineer prior to commencing work." Enclosed with this letter you will find a list of references for SprayWall applications both in the Western U.S. and across the nation. Sprayroq has been in business since 1990 and all of our materials are 3rd Party Tested by ASTM -approved laboratories. In addition, 3rd Party Test Reports and Case Histories are listed on our website (www.spravroq.com). 2) Requirements Section -Item A- "The installer's personnel shall be adequately trained in maintenance and operation of the required installation equipment, as certified by the lining manufacturer." Express Sewer and Drain has been in negotiations with Sprayroq since April 26, 2017 and will be the Sprayroq Certified Installer for California. Currently, Express Sewer and Drain is in the process of becoming certified. Furthermore, Express Sewer and Drain has an employee who is a certified Sprayroq installer and who has considerable experience in manhole rehabilitation as well as in applying Sprayroq products. With that in mind, Express Sewer and Drain will be self -performing the work and as such they have no reason to list a subcontractor. Should you have questions or concerns, please contact Sprayroq at 205-957-0020. We look forward to working with you on this project and future projects. Kindest regards, Jeremy Huckaby Director, Business Development Sprayroq, Inc. Sprayroq, Inc. • 4766 Grantswood Road Suite 150 • Irondale, AL 35210 USA toll free (USA) 800.634.0504 • local 205.957.0020 • fax 205.957.0021. www.sprayroq.com National Association of Sewer Service Companies P4ASSCO, Inc_ THIS CERTIFICATE IS AWARDED TO Cody Aberasturi IN RECOGNITION OF THE COMPLETION OF THE INSPECIsORTRAINING & CERTIFICATION PRO RAMC POR MANHOLE REHABILITATION. INSPECTOR NUMBER: ITCP-MR Course Date: MR -0517-0100446 05/24/2017 Signature Theodore A Deboda, PEE, Executive °Erecmr mow eels 14113TANIMPLOIMACZNEDEPAKEW11.07NASSIZO. 1781 INSPEEDIULACDIDIPLIDDIEI AND ANACD rHAT ) mos HarAHEM= Ca.COK7UOLTKI DC= artontatrauscoRuumLlaorBH➢LIEACeEDILI! lDa.ANYAcT! naarossDa6 caimuciNSFECML CODY BERASTURI PIPELINE INSPECTION SERVICES HAS SUCCESSFULLY COMPLETED THE REQUIRED COURSE OF STUDIES AND PRACTICE TO BE QUALIFIED AS A SPRAYROQ CERTIFIED APPLICATOR GIVEN THIS 8TH DAY OF OCTOBER, 2012 WASTEWATER MAIN REHABILITATION PROGRAM PROJECT NO. 7 CONTRACT CITY OF LODI, CALIFORNIA THIS CONTRACT made by and between the CITY OF LODI, State of California, herein referred to as the "City," and EXPRESS SEWER & DRAIN, INC., a California corporation, herein referred to as the "Contractor." WITNESSETH That the parties hereto have mutually covenanted and agreed, and by these presents do covenant and agree with each other, as follows: The complete Contract consists of the following documents which are incorporated herein by this reference, to -wit: Notice Inviting Bids Information to Bidders General Provisions Special Provisions Bid Proposal Contract Contract Bonds Plans The July 1992 Edition, Standard Specifications, State of California, Business and Transportation Agency, Department of Transportation All of the above documents, sometimes hereinafter referred to as the "Contract Documents," are intended to cooperate so that any work called for in one and not mentioned in the other is to be executed the same as if mentioned in all said documents. ARTICLE I - That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the City and under the condition expressed in the two bonds bearing even date with these presents and hereunto annexed, the Contractor agrees with the City, at Contractor's cost and expense, to do all the work and furnish all the materials except such as are mentioned in the specifications to be furnished by the City, necessary to construct and complete in a good workmanlike and substantial manner and to the satisfaction of the City the proposed improvements as shown and described in the Contract Documents which are hereby made a part of the Contract. ARTICLE II - The City hereby promises and agrees with the Contractor to employ, and does hereby employ, the Contractor to provide all materials and services not supplied by the City and to do the work according to the terms and conditions for the price herein, and hereby contracts to pay the same as set forth in Section 5.600, "Measurement, Acceptance and Payment," of the General Provisions, in the manner and upon the conditions above set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. ARTICLE III - The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2 of the Labor Code. The Contractor and any Subcontractor will pay the 4.1 03/28/18 K:\WP\PROJECTS\SEWER\WastewaterMainRehabProject7\CONTRACT doc general prevailing wage rate and other employer payments for health and welfare, pension, vacation, travel time, and subsistence pay, apprenticeship or other training programs. The responsibility for compliance with these Labor Code requirements is on the prime contractor. ARTICLE IV - And the Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and for doing all the work contemplated and embraced in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work and for well and faithfully completing the work, and the whole thereof, in the manner and according to the Plans and Contract Documents and the requirements of the Engineer under them, to -wit: Perform the work necessary to rehabilitate approximately 33,300 linear feet of existing 6 - inch, 8-inch,12-inch, 18 -inch and 21 -inch diameter wastewater pipes; internally reinstate approximately 600 wastewater laterals and rehabilitate of 143 wastewater manholes and other incidental and related work, all as shown on the plans and specifications for the above project. See Section 6-07 "Description of Bid Items" for additional information. BID ITEMS Item No. Item Description Unit Qty Unit Price Total 1 Mobilization LS 1 $10,000 $ 10,000 2 Traffic Control LS 1 $40,000 $ 40,000 3 Construction Notification LS 1 $1,500 $ 1,500 4 Storm Water Pollution Control LS 1 $ 2,000 $ 2,000 5 Rehabilitate 6" Wastewater Pipe LF 26,268 $ 36 $ 945,648 6 Rehabilitate 8" Wastewater Pipe LF 4,782 $ 33 $ 157,806 7 Rehabilitate 12" Wastewater Pipe LF 1,346 $ 55 $ 74,030 8 Rehabilitate 18" Wastewater Pipe LF 548 $ 85 $ 46,580 9 Rehabilitate 21" Wastewater Pipe LF 273 $ 100 $ 27,300 10 Lateral Protrusion Cutting EA 10 $ 500 $ 5,000 11 Internal Lateral Reinstatement EA 590 $ 185 $ 109,150 12 Ham Lane Lateral Reinstatement Open Cut) EA 1 $ 5,000 $ 5,000 13 Local Lateral Reinstatement (Open EA 70 $ 1,000 $ 70,000 14 Ham Lane -Point Repair (Open Cut) EA 6 $ 7,000 $ 42,000 15 Local Point Repair (Open Cut) EA 20 $ 3,500 $ 70,000 16 Standard Manhole Rehabilitation EA 119 $ 1,800 $ 214,200 17 Deep Manhole Rehabilitation EA 24 $ 2,500 $ 60,000 18 Install 24" Riser EA 2 $ 2,800 $ 5,600 4.2 K:\W P\PROJECTS\SEWER\WastewaterMainRehabProject7\CONTRACT doe 03/28/18 TOTAL $1,885,814.00 ARTICLE V - By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. ARTICLE VI - It is further expressly agreed by and between the parties hereto that, should there be any conflict between the terms of this instrument and the Bid Proposal of the Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE VII - The City is to furnish the necessary rights-of-way and easements and to establish lines and grades for the work as specified under the Special Provisions. All labor or materials not mentioned specifically as being done by the City will be supplied by the Contractor to accomplish the work as outlined in the specifications. ARTICLE VIII - The Contractor agrees to commence work pursuant to this contract within 15 calendar days after the City Manager has executed the contract and to diligently prosecute to completion within 180 CALENDAR DAYS. ARTICLE IX - State of California Senate Bill 854 requires the following • No contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. • No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. • This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 4.3 K:\W P\PROJECTS\SEWER\WastewaterMainRehabProject7\CONTRACT.doc 03/28/18 WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE CONTRACTOR AGREES TO PAY THE CITY LIQUIDATED DAMAGES AS SET FORTH IN SECTION 6-04.03 OF THE SPECIAL PROVISIONS. CONTRACTOR AGREES THAT THIS AMOUNT MAY BE DEDUCTED FROM THE AMOUNT DUE THE CONTRACTOR UNDER THE CONTRACT. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date written below. CONTRACTOR: CITY OF LODI, a municipal corporation By STEPHEN SCHWABAUER City Manager By: Date: Attest: Title JENNIFER M. FERRAIOLO City Clerk (CORPORATE SEAL) Approved As To Form: JANICE D. MAGDICH City Attorney 4.4 K:\WP\PROJECTS\SEWER\WastewaterMainRehabProject7\CONTRACT doc 03/28/18 RESOLUTION NO. 2018-60 A RESOLUTION OF THE LODI CITY COUNCIL REJECTING PROTEST AND AWARDING CONTRACT FOR WASTEWATER MAIN REHABILITATION PROGRAM, PROJECT NO. 7, TO EXPRESS SEWER & DRAIN, INC., OF RANCHO CORDOVA WHEREAS, in answer to notice duly published in accordance with law and the order of this City Council, sealed bids were received and publicly opened on March 28, 2018, at 11:00 a.m., for the Wastewater Main Rehabilitation Program, Project No. 7, described in the plans and specifications therefore approved by the City Council on February 7, 2018; and WHEREAS, said bids have been checked and tabulated and a report thereof filed with the City Manager as follows: Bidder Bid Above/(Below) Estimate Express Sewer & Drain, Inc. $1,885,814 ($1,059,531) Sancon Technologies, Inc. $2,686,883 ($258,462) Southwest Pipeline & Trench $2,896,533 ($48,812) Michels Corporation $3,049,415 $104,070 Insituform Technologies, LLC $4,701,198 $1,755,853 WHEREAS, staff recommends that the City Council reject Sancon Technologies, Inc.'s bid protest; and WHEREAS, staff also recommends that the City Council award the contract for Wastewater Main Rehabilitation Program, Project No. 7, to Express Sewer & Drain, Inc,, of Rancho Cordova, in the amount of $1,885,814. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby reject the bid protest of Sancon Technologies, Inc., of Huntington Beach, California; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby award the contract for Wastewater Main Rehabilitation Program, Project No. 7, to Express Sewer & Drain, Inc., of Rancho Cordova, California, in the amount of $1,885,814; and BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the contract on behalf of the City of Lodi. Dated: April 18, 2018 I hereby certify that Resolution No. 2018-60 was passed and adopted by the City Council of the City of Lodi in a regular meeting held April 18, 2018 by the following vote: AYES: COUNCIL MEMBERS — Chandler, Johnson, Mounce, and Mayor Nakanishi NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Kuehne ABSTAIN: COUNCIL MEMBERS — None 4 NIFER . FERRAIOLO CI y Clerk 2018-60