Loading...
HomeMy WebLinkAboutAgenda Report - June 1, 1994 (48)00 OF CITY OF LODI COUNCIL COMMUNICATION AGENDA TITLE: Contract Award for Standby Generators for Water Well and Storm Drain Pumping Stations for Sites 1 R. 7, 9. 11 R. and 16 ($650,000 - project estimate) MEETING DATE: June 1. 1994 PREPARED BY: Public Works Director RECOMMENDED ACTION: That the City Council adopt a resolution awarding the contract for the above project. BACKGROUND INFORMATION: The City's Water Master Plan recommends that backup power be available at a minimum of one-third of the well sites. We currently have twenty-four wells (see Exhibit A for the well locations) and only three have standby generators that are operational. The three locations with auxiliary power are Wells 5, 8 and 9 and Well 9 is currently out of service. The existing generators, mostly 1940's and 50's government surplus units, are obsolete and repair and replacement parts are no longer available. Geib Engineering was hired to provide plans and specifications for standby generators at seven well sites. Two of those sites have been removed from this project because they are wells with DBCP and have no treatment facility, thus their use would be restricted. The five remaining sites included in this project are Wells 1 R, 7, 9, 11 R, and 16. Pians and specifications for this project were approved on January 19, 1994. Bids were received on March 2, 1994 and on March 19, Council rejected all the bids and authorized the Public Works Department to readvertise the project. The City received the following three bids for this project on April 27,1994: Bidder Engineers Estimate Royal Electric Interstate Construction Collins Electric Co. Location Sacramento, Ca Sacramento, Ca Stockton, Ca. Lump Sum Bid $613,956 $456,027 $495,600 $510,000 Financing Bid (Present Worth) $456,000 $535,000 APPROVED THOMAS A. PETERSON lee vc w wc: City Manager CG' Contract Award for Standby Generators for Water Well and Storm Draih umping Stations for Sites 1 R, 7. 9, 11 R, and 16 ($650,000 - project estimate) June 1. 1994 Page 2 Interstate Construction's bid for the equipment to be supplied under the financing package is the only equipment that complies with the specifications. Royal Electric listed Katolight as the supplier of the engine generator sets and Interstate Construction named Caterpillar under its financing plan as the manufacturer of the engines and generators. Section 6-201.04 of the Special Provisions states that: "All engine generator sets, housings, and accessories shall be assembled by one firm. This firm shall be authorized by Caterpillar, Kohler, or Onan to supply and service the Lodi Area." In addition, Section 6-153 "Commonality of Equipment" states that: "To facilitate operation, maintenance, and parts procurement, and to define the quality required, only equipment from the following suppliers will be accepted: A. All Automatic Transfer Switches shall be manufactured by one firm, either Russell or Zenith. Note there are physical size limitations on several of the ATS. B. All engine generator sets, housings, and accessories shall be assembled by one Firm. This firm shall be authorized by Caterpillar, Kohler, or Onan to supply and service the Lodi Area." Interstate Construction has sent a letter to the City indicating their intent to protest the award of the contract to Royal Electric because Royal Electric listed Katolight as its manufacturer. A copy of Interstate's letter of protest is attached. Katolight was not listed in the specifications as they are a smaller company, and Geib Engineering was not as familiar with them. There is a company in Stockton, Energy Systems, that is authorized by Katolight to service Katolight equipment. There are two additional areas where Royal Electric does not meet the specifications. First, the bid proposal required that the engines and generators be furnished by the same manufacturer. It was Geib Engineering's and the City's opinion that using the same manufacturer would make the maintenance of the generators easier. The generator sets being listed by Royal Electric have some John Deere and some Detroit Diesel engines. The second area of non-conformance concerns Section 6-204 of the Special Provisions which requires that: "The standby engine generator sets shall be supplied by a firm that has at least 5 years experience providing equipment as required in the specifications and drawings while operating under its current name and management." Katolight's supplier is Energy Systems. Energy Systems used to be a part of E. E. Richter & Sons, Inc. which has been a supplier of standby, portable, industrial, mobile and RV generators since 1974. In 1992, Energy Systems separated from E. E. Richter & Sons and is independently owned by Don W. Contract Award for Standby "tors for Water Well and Storm Drat ' ping Stations for Sites 1 R. 7, 9,11 R. and 16 ($650,000 - project estimate) June 1, 1994 Page 3 Richter. Energy Systems has more than fire years of experience but not under its current name as required by the specifications. The Public Works Department and the consultant, Geib Engineering, feel that the Royal Electric bid would provide acceptable equipment for the City. interstate Construction's bid meets the requirements of the specifications but they are also approximately $78,000 higher than Royal Electric when looking at the present worth of the 60 month financing plans submitted by each company. Whether the Council awards the contract to Royal Electric or to Interstate Construction, the Public Works Department is recommending that the 60 month lease purchase arrangement (Bid Alternate B) be chosen. City Attorney McNatt is researching the legal implications of awarding to the low bidder, and will have additional comments regarding this contract award at the Council meeting. FUNDING: Originally Budgeted: 1993194 Budgeted Fund: Water Capital Outlay Current Appropriation: $236,000 (first year of lease payment) Total Project Estimate: $650.000 Bid Opening Date: April 27, 1994 L. Ronsko Works Director Prepared by Wesley K. Fujitani, Senior Civil Engineer JLR/WKF/rs Attachment cc: City Attorney Purchasing Officer Water/Wastewater Superintendent Geib Engineering Royal Electric Interstate Construction CAWAR02.DOC 0525194 - CITY OF LODI PUBLIC WORKS DEPARTMENT EXHIBIT A WELL LOCA`. 1ONS �fi wru •.7 +Et. -.-X F OW TS£ 9T6 Zb:ZT r66T-LZ-SCfd lMTlt?RSTATE April 27. 1994 City of Lodi Public Wotiu Depatrnent Attn: Wes Fujitani Re: Standby Generators for Vkater Well and Storm Drain Pumping Stations for Sites 1R, 7,9, 1 IR. and 16 Dear Mr. Fujitani: Upon review of the bid results for the above referenced project, Interstate Construction, Inc. would like to make clear their intention to protest any award to Royal Electric based on Royal's noncompliance with the speciftcatioas for this project. Specifically, the noncompliance relates to Specification paragraph 6- 201.04 on page 6.30. This paragraph reads "All engine generator sets, housings, and acc cssorics shall be assembled by one firm. Thir firm shall be authorized by Caterpillar, Kohler, or Omarr to sawply mrd service the iodiArea." (emphasis added). Please acre that Royal Electric listed Katolight Corporation as their Standby Engine Generator Set suppikobamufacturer. Based on this noncompliance, we feel that award should be male to Interstate Construction, Inc. as we have offered either Caterin1lar or Kohler as part of our bid package. Please contact me with your response after consideration of this matter. S' o� Joel D. Lcineke 3909 SOMrnty Park Dwe R:uicho CGr bvJ, CA 9.142 Wf;135l.O ;12 S -W -C, 31U' Sd31Ni l•! t•: tai rb. .t-,., GENERA 2.XLS Public Works Department Tabulation of Bids Recelved.4127194 Project: Standby Generators for Water Well & Storrs Drain Pumps Sites I R, 7, 9, 11 R, & 16. Contractors Engk*Ws hAffstate Couplets Electrical Estimate EbOk RoyalConsbuction Co. Item Desedpdon I B d Alternate A Lump Sum Price for the Equipment and Services $813,958.00 $458.027.00 "".600.00 $510.000.00 (Katoight) (Kohler) (Kohler) Il Bid Alternate B The 60 Payments Shall Each Be $9,215.00 $10,486.69 no bid Interest Rate 7.850% 6.575% Present Worth $456,000 $535,000 (Katofight) (Cate"N) III Bfd Alternate C The 84 Payments Shap Each Be $7,080.00 $8,094.21 no bid Interest Rate 7.870% 7.075% Present Worth ( $456,000 $535,000 (Katolight) (Caterpillar) IV Bid Alternate D The 120 Payments Shap Each Be $5,530.00 $6,512.25 no bid kuterest Rate 7.990% 8.075% Present Worth $456,000 $535,000 ' (KatoW*) (Caterpillar) -- Bid Breakdown - - Cost of each site: 1R $90.339.00 $96,790.68 $102,000.00 - — 7-- - --- $89,879.00 $88,068.12 $96,900.00 9 _ _ $97,995.00 _5110,518.80 _ 5117,300.00 11R $88,037.00 $101,101.40 $96,900.00 16 $89,777.00 $_9.9,120.00 $96,900.00 Suppler! Manufacturer - LumpSum Bid _ _ Energy Sierra Power Sierra Power Engine / Generator Supplier SystemlKatofipht Products: Kohler Products: Kohler John Deere Corp./ John Deere Corp./ John Deere Corp.! Engine Manufacturer Detroit Diesel Detroit Diesel Detroit Diesel Corr -- COte. --- COQ' - -- -------- Generator Manufacturer C� Kohler Kohler —Marathon — Suppler/ Manufacturer - Financing_ --- -- Energy Engine / Generator Supplier System/Kato" Holt Bros. no bid �.�.-..----------------------------._..._- COQ- --------- ---- i i John Deere Corp./ Engine Manufacturer Detroit Diesel i Caterpillar no bid ' _ Corn_- -' 1--- ----- -------------- Generator Manufacturer Marathon Corp. I Caterpillar i no bid I . � ►1r os c� CITY OF LODI COUNCIL COMMUNICATION AGENDA TITLE: Supplemental Information - Contract Award for Standby Generators for Water Well and Storm Drain Pumping Stations for Sites 1 R, 7, 9, 11 R. and 16 MEETING DATE: June 1, 1994 PREPARED BY: Public Works Director RECOMMENDED ACTION: That the City Council adopt a resolution rejecting the low bid as being non-responsive and awarding the contract for the above project to Interstate Construction, Bid Alternate B (60 month lease/purchase at $10,486.69 per month). BACKGROUND INFORMATION: This memo supplements information provided in the City Council packet for the June 1 meeting and recommends award of the generator contract to Interstate Construction, the second bidder. This recommendation is made after additional consultation with the City Attorney and the receipt of his written opinion (copy attached). This was received after the original Council Communication was written and could not be included in the memo due to processing and review deadlines. This additional information is being provided to both Royal Electric, the low bidder and Interstate Construction. Although this recommendation will result In a higher first cost to the City, staff feels there are advantages to the Interstate bid in that they are proposing Holt/Caterpillar equipment and Caterpillar Financial Services Corporation leasing. They are: • We already have one Caterpillar unit (at the Public Safety Building) and it has performed up to our expectations. Having similar units will make routine inspection and troubleshooting more efficient. • Holt Brothers has a solid reputation and sates base in this area. Their ability to provide service and parts exceeds that of Energy Systems. • The Public Safety Building unit was purchased under a Caterpillar Financial Services lease and we had no problems with them. (That lease has been paid off.) • The Interstate/Caterpillar lease interest rate is good through Dec. 31, 1994. The interest rate on the lease proposed by Royal Electric, through Saddleback Financial Corporation, was only good through May 31, 1994. Because of the other bid considerations, we have not contacted them to see if the interest rate would be held past the deadline. If it were to increase, the total cost would increase by $13,000 for each percentage point. APPROVED _-- — _ — ---- — THOMAS A. PETERSON 'ecyclea Dave, City Manager GC -1 n Contract Award for Standby Ge `nerators for Water Well and Storm Drain" Pumping Stations for Sites 1 R. 7, 9, 11 R, and 16 ($650,000 - project estimate) June 1, 1994 Page 2 We do not feel that rejecting the bids and rebidding the project is to the City's advantage. After doing that once, the number of bidders has dropped from eight to three. With another rebid, no matter how we do or don't modify the specificatirns, we could easily receive only one bid. With regard to the financing, the lower interest rate on the Caterpillar lease is advantageous to the City. Their rate is 6.575% and the City is presently earning 4.85% on investments. Thus, the net rate the City would be paying is only 1.725%. This results in a cost difference between Interstate and Royal Electric of approximately $67,000: The lease allows us to purchase all the units at the same time, saving the costs of bidding and administering one contract each year and allows the City to benefit from all the installations now. It also insures similar units for ease of maintenance rather than coping with model changes in later years. In terms of overall water system reliability and in spite of recent discussions regarding replacement of old pipes and welts, staff feels these generators are the highest priority in system rehabilitation and we urge the City Council to award the contract as recommended and move ahead with this project. FUNDING: Originally Budgeted: Budgeted Fund: Current Appropriation: First year cost: Total Project Estimate: Bid Opening Date: 1993/94 Water Capital Outlay $236,000 (first year of lease payment) $125,840.28 (12 payments) $629,201.40 (total of 60 payments) April 27, 1994 I/ d. Jack . Ronsko Public Works Director Prepared by Richard C. Prima, Jr., City Engineer JLR/RCP/rs Attachment cc: City Attorney Purchasing Officer Water/Wastewater Superintendent Geib Engineering Royal Electric Interstate Construction CITY OF NODI MMORANDUM FRal THE OFFICE OF THE CITY ATTORNEY sssasasasssaasssssaarsaasassassasssssassasssassa To: Rich Prima, City Engineer From: Bob McNatt, City Attorney Date: May 26, 1994 Subject: Bids for Standby Generators assessssssasasa:zsssassss:sssssaasssas:ssassassssssssasasaszsassasasasss I have now had the opportunity to look over the material you provided to ate yesterday concerning the bids for standby generators for water well and storm drain pumping stations. For reasons discussed below, it appears that the low bid submitted by Royal Electric is irregular and cannot be accapted. I have reached this conclusion because the plans and specifications, in Section 6-153 clearly state "all engine generator sets, housings and accessories shall be assembled by one firm. This firm shall be authorized by Caterpillar, Kohler, or Onan to supply and service the Lodi area." It is my understanding that Royal Electric bid the project based on using Katolight in lieu of the three firms specified by the City. This is also the basis of the protest letter received from Interstate Construction, dated April 27, 1994. in analyzing these situations, the starting point is Public Contracts Code 520161(c) and 520162 which require competitive bids on public projects. In order to provide a level playing field for bidders, the City retained Geib Electric to help us draft plans and specifications. The plans and specifications call for very specific information to be provided by bidders and in 52.500 states that proposals may be rejected for irregularities of any kind. it has been held that a contract made in violation of statutes on competitive bidding is illegal (Reams v. Cooley, 171 Cal. 150). It is also been held by the California Attorney General that if an error or omission in the bid is "inconsequential" a bid award is still proper. However, if an error or Mission is a "substantial deviation" the bid is invalid (47 Ops Ag 129). The basis to distinguish between an error which is inconsequential and one which is substantial is whether or not the deviation "...gives a bidder an advantage or benefit not allowed to others...." (ID, at 131). Unsuccessful bidders can obviously argue that by bidding Katolight instead of the three manufacturers called for, Royal Electric has a financial advantage not allowed to the other bidders. I have also found a case entitled Konica Business Machines v. The Regents of the University of California 253 Cal. Rptr. 591 which says that a deviation in responding to bid specifications is "substantial" unless it is so inconsequential that it could not effect the bid amount. (Konica, supra at 594). It was also stated in the Konica case that strict adherence to standards in bidding must be observed by public agencies and that contracts awarded without strict compliance with bidding requirements will be set aside. The court even went on to state "this preventive approach is i Contract Award for 5C5ndby Generators May 26, 1994 Page 2 applied even where it is certain there was in fact no corruption or adverse effect upon the bidding process, and the deviations would save the entity money." (Konica at 595). I am also aware that under 56-150 of the specifications, it states "whenever any material is specified by name and/or number thereof, such reference shall be deemed to be used for the purpose of facilitating a description of the materials and establish quality, and shall be deemed or construed to be followed by the words "or approved equal". No substitution will be permitted which is not been submitted per the submittal schedule of this specification...." while this implies that the City has some discretion in determining whether a suggested alternative is acceptable, I think that the general nature of the language is overcome by the very specific language of 56-153. The language in §6-150 is "boiler plate" which we put into our specifications as a matter of routine. while it is intended to provide flexibility for the City in making decisions on certain types of products, when we further narrow it down to specify not a single brand name but to three acceptable alternatives, I feel that the general substitution language is overcome. While I will always try to save the City money wherever possible, in this situation I believe if we tried to accept the low bid, any dissatisfied person could bring a legal challenge. Please let me know if there are further questions. BOB MCNATT City Attorney BM:pn CC: City Council Jack Ronsko BID.GEN/TXTA.OIV BID.GSN/TXTA.01V RESOLUTION NO. 94-61 ss:sasssas:ss:szszsa A RESOLUTION OF THE U)DI CITY COUNCIL REJECTING ALL BIDS FOR THE CONTRACT FOR STANDBY GENERATORS FOR WATER WELL AND STORM DRAIN PUMPING STATIONS FOR SITES 1R, 7, 9, 11R, AND 16 ssszasasss:aassasssss:sssssssasass:ssassessss:sassssssssasasassassassss 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 2, 1994 at 11:00 a.m. for the bid for Standby Generators for Water well and Storm Drain Pumping Stations for sites IR, 7, 9, 11R, and 16, described in the specifications therefor approved by the City Council on January 19, 1994; and WHEREAS, said bids have been compared, checked, and tabulated and a report thereof filed with the City Manager as follows: BIDDER Engineer's Estimate Royal Electric Interstate Construction Collins Electric Co. LOCATION LUMP SUM BID $613,956 Sacramento $456,027 Sacramento $495,600 Stockton $510,000 FINANCING BID (Present worth) $456,027 $535,000 WHEREAS, there were disputes between the low and 2nd lowest bidder, and staff wishes to reevaluate the project in its entirety. NOW, THEREFORE, BE IT RESOLVED by the Lodi City Council that all bids received are hereby rejected for the award of contract for the Standby Generators for Water Well and Storm Drain Pumping Stations for Sites IR, 7, 9, 11R, and 16. Dated: June 1, 1994 asasaaeaaszaaasassaszaaeazaaasasazzaasaaasasaaaaaasassaasssaaaaaas:sera I hereby certify that Resolution No. 94-61 was passed and adopted by the City Council of the City of Lodi in a regular meeting held June 1, 1994 by the following vote: Ayes: Council Members - Davenport, Mann, Pennino and Sieglock (Mayor) Noes: Council Members - Snider Absent: Council Members - None fer in y Cler 94-61