Loading...
HomeMy WebLinkAbout2018-12-18; Municipal Water District; ; Acceptance of bids and award of contract to Raven CLI Construction, Inc. for construction of the Maerkle Reservoir Floating Cover Replacement, Project No. 5036, for an amount not to exceed $7,429,400Meeting Date: To: From: Staff Contact: Subject Dec. 18,2018 President and Board Members Scott Chadwick, Executive Manager Mark Biskup, Associate Engineer mark.bi skup@carlsbadca.gov or 760-603-7352 CAReview <fl(__ Acceptance of bids and award of contract to Raven CU Construction, Inc. for construction of the Maerkle Reservoir Floating Cover Replacement, Project No. 5036, for an amount not to exceed $7,429,400. Recommended Action Adopt a Resolution accepting bids and awarding a contract to Raven CLI Construction, Inc. in an amount not to exceed $7,429,400 for the Maerkle Reservoir Floating Cover Replacement, Project No. 5036. Executive Summary The Maerkle Reservoir floating cover has reached the end of its useful life and requires replacement. The Maerkle Reservoir Floating Cover Replacement, Capital Improvement Program Project No. 5036 (Project), includes replacement of the floating cover, improvements and repairs to the reservoir liner and replacement of the outlet valves and actuators. Miscellaneous improvements will include upgraded electrical, controls, and monitoring and water quality sampling equipment. Carlsbad Municipal Code subsections 3.28.080(C) and (G) require City Council, or in this case Board of Directors, approval to award public works contracts when the value exceeds $175,000. The bid amount for this Project is $7,429,400. Staff recommends accepting bids and awarding a contract to Raven CLI Construction, Inc. (Raven). Discussion Maerkle Reservoir is an asphalt-lined earthen dam with a floating polypropylene cover and an approximate capacity of 200 million gallons of potable water. The dam was constructed in the early 1960's. As part of an upgrade to the storage facility in 1996, the area on the upstream side of the dam was re-graded for installation of a porous asphalt liner and a floating polypropylene cover. The reservoir has a maximum water depth of 60 feet and a surface area of approximately 17 acres when full. The Project includes removal and replacement of the existing floating cover and repair or replacement of related components. Carlsbad Municipal Water District (CMWD) provides regular maintenance to keep the system in good operating condition at all times. Over the years, the cover has degraded due to exposure to the elements. Furthermore, the December 18, 2018 Item #5 Page 1 of 10 manufacturer's 20-year warranty expired, and the cover has reached the end of its anticipated useful life. The Project will incorporate the latest available technology for a new floating cover. All improvements will be compliant with and approved by the California Division of Drinking Water (DDW). The goal of the Project is to provide a cost-effective solution for replacement of the floating cover, which protects and preserves potable water quality and meets regulatory requirements. On July 10, 2018, CMWD Board Resolution No. 1599 approved plans and specifications and authorized the secretary to the Board to advertise and receive bids for the Project. The engineer's estimate for construction was $8,432,000. On Oct. 2, 2018, two sealed bids were received for construction of the Project as shown in the following table: MAERKLE RESERVOIR FLOATING COVER REPLACEMENT1 CIP PROJECT NO~ 5036 CONTRACTOR .·. TOTAL BID 1. Raven CU Construction, Inc. $7,429,400 2. Layfield Environmental Systems Corporation $8,037,360 Raven CU Construction, Inc. (Raven) was the apparent low bidder. On Oct. 5, 2018, one bid protest letter was received (Exhibit 3) from Finch, Thornton, Baird Attorneys at Law representing Layfield Environmental Systems Corporation (Layfield), the second lowest bidder. The letter stated several objections, including an objection to the subcontractor listed in Raven's bid for bid item 18, provide and install electrical improvements. Layfield argues that an electrical contractor license, C-10 is required. The subcontractor in question has a Class A General Engineering contractor's license, but not a C-10. Staff has reviewed Layfield's bid protest and researched the issue. Under Business and Professions Code 7056, a Class A General Engineering contractor can perform fixed works requiring specialized engineering knowledge and skill, including water supply and hydroelectric projects and any of the trades subsumed within these categories. Layfield does not dispute that the listed subcontractor could do bid item 18 if it was the prime contractor, they just state that the listed subcontractor cannot do the work as a subcontractor. In the case of Pacific Caisson and Shoring, Inc. v Bernards Brothers, Inc. 194 Cal App 4th 681, a similar argument was made. The court held that a Class A General Engineering contractor's license was sufficient to do specialty work when a C-12 license was required by the prime contract. This situation is somewhat analogous in that Raven is proposing a Class A licensed subcontractor for specialty electrical work. In addition, bid item 18 involves more than electrical work. For example, trenching is required and that work cannot be done by a contractor with only a C-10 license. Staff has determined that a Class A General Engineering contractor's license is appropriate for this bid item. Business and Professions Code Section 7059 provides in part that in public works contracts the awarding authority shall determine the license classification necessary to bid and perform the project. The bid documents did not require a C-10 license and staff has determined December 18, 2018 Item #5 Page 2 of 10 a Class A General Engineering License is appropriate. Staff has determined that Raven's bid is responsive, recommends award of the contract to Raven as the lowest responsive bidder and that the CMWD Board of Directors deny the bid protest of the second lowest bidder. The construction contract contains general performance standards and references technical specifications. In addition to the contract's one-year performance warranty, a manufacturer's 30-year material warranty for the geomembrane floating cover is included as part of the Project. The construction contract specifies 200 working days to complete the work and includes liquidated damages which may be assessed in the amount of $3,000 per day for each day in excess of the time specified for completion of the work. A five percent retention will be withheld from each progress payment until final acceptance of the Project. Fiscal Analysis The total estimated cost to complete the Project is $9,110,876 and includes the following: construction contract, contingency for change order management, construction management and inspection, engineering support for contractor shop drawings, requests for information and meetings, and community outreach. A summary of the available funds and estimated construction costs are shown in the table below: MAERKLE RESERVOIR FLOATING COVER REPLACEMENT, CIP PROJECT NO. 5036 Current Appropriation $13,055,000 Current Expenditures/Encumbrances $715,762 TOTAL AVAILABLE MAERKLE RESERVO IR FLOATING COVER REPLACEMENT, $12,339,238 CIP PROJECT NO. 5036 MAERKLE RESERVOIR FLOATING COVER REPLACEMENT, CIP PROJECT NO. 5036 Construction Contract (Raven CU Construction, Inc.) $7,429,400 Construction Contingency $743,000 Construction Management, Inspection, and Material Testing (consulting $838,476 service) Engineering and Administrative Support during construction (estimated) $100,000 TOTAL ESTIMATED CONSTRUCTION COSTS $9,110,876 . REMAINING BALANCE AFTER CIP PROJECT NO. 5036 $3,228,362 ADDITIONAL APPROPRIATION NEEDED $0 Next Steps Once contract documents are fully executed and a purchase order is issued, staff will schedule a pre-construction meeting with Raven and a Notice-to-Proceed will be issued. The duration of the construction contract is 200 working days, exclusive of rain days and change orders that may extend the contract duration. Upon successful completion of the Project, a Notice of Completion to release bonds will be recorded. December 18, 2018 Item #5 Page 3 of 10 Environmental Evaluation (CEQA) The Project is exempt from the California Environmental Quality Act (CEQA) per State CEQA Guidelines Section 15301(d) -restoration or rehabilitation of existing deteriorated or damaged structures to meet current standards of public health and safety that involve negligible or no expansion. Public Notification This item was noticed in accordance with the Ralph M. Brown Act and was available for public viewing and review at least 72 hours prior to the scheduled meeting date. Prior to the start of construction, the public will be notified of the construction activities using media methods such as signage, email, website and other city communication channels. The construction contractor will also be required to notify the public of construction activities via changeable message signs, door hangers, letters to property owners, and/or "NO PARKING" signs, as applicable. Exhibits 1. CMWD Board Resolution. 2. Location Map. 3. Bid Protest Letter. December 18, 2018 Item #5 Page 4 of 10 RESOLUTION NO. 1610 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CARLSBAD MUNICIPAL WATER DISTRICT BOARD (CMWD) OF THE CITY OF CARLSBAD, CALIFORNIA ACCEPTING BIDS AND AWARDING A CONTRACT TO RAVEN CU CONSTRUCTION, INC. IN AN AMOUNT NOT TO EXCEED $7,429,400 FOR THE MAERKLE RESERVOIR FLOATING COVER REPLACEMENT, CAPITAL IMPROVEMENT PROGRAM (CIP) PROJECT NO. 5036. EXHIBIT 1 WHEREAS, the Carlsbad Municipal Water District (CMWD) Board of Directors (Board) ofthe City of Carlsbad, California has determined it necessary, desirable, and in the public interest to replace the Maerkle Reservoir floating cover, which is part of the existing CMWD water distribution system; and WHEREAS, this Project is exempt from the California Environmental Quality Act (CEQA) per State CEQA Guidelines Section 15301(d)-restoration or rehabilitation of existing deteriorated or damaged structures to meet current standards of public health and safety that involve negligible or no expansion; and w·HEREAS, on July 10, 2018, CMWD Board Resolution No. 1599 approved plans and specifications, and authorized the secretary to the Board to advertise and receive bids for construction of the Maerkle Reservoir Floating Cover Replacement, CIP Project No. 5036 (Project); and WHEREAS, on Oct. 2, 2018, two sealed bids were received by CMWD for construction of the Project; and WHEREAS, the lowest responsible bid was submitted by Raven CU Construction, Inc. (Raven) in the amount of $7,429,400; and WHEREAS, the second lowest bidder has filed a bid protest alleging the listed subcontractor in Raven's for bid item is not qualified to perform the work because it does not have a C-10 electrical license; and WHEREAS, staff has reviewed the bid protest and the subcontractor's license. The subcontractor has a Class A General Engineering contractor's license and is qualified to perform the work in bid item 18 under Business and Professions Code § 7056 and the case of Pacific Caisson and Shoring, Inc. v. Bernards Bothers, Inc. 194 Cal. App. 681; and WHEREAS, Business and Professions Code § 7059 provides that in public works contracts the awarding authority determines the license classification necessary to bid and perform the project; and WHEREAS, staff recommends that the bid protest by the second lowest bidder be denied; and December 18, 2018 Item #5 Page 5 of 10 WHEREAS, sufficient funds exist for the completion of this Project in the Maerkle Reservoir Floating Cover Replacement Project, CIP Project No. 5036; and WHEREAS, subsection 3.28.040(C)(5) of the Carlsbad Municipal Code authorizes the executive manager to approve change orders in the amount equal to the contingency set at the time of project award. NOW, THEREFORE, BE IT RESOLVED by the CMWD Board of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. The bid protest by the second low bidder is denied. 3. That the bid in the amount of $7,429,400 submitted by Raven CU Construction, Inc. for construction of the Maerkle Reservoir Floating Cover Replacement, CIP Project No. 5036, is accepted and the president of the Board is hereby authorized to execute a contract with Raven CU Construction, Inc. 4. That the executive manager or designee is hereby authorized to approve construction change orders up to $743,000. 5. That the award of this contract is contingent upon the bidder submitting the lowest responsible bid, executing the required contract and submitting the required bonds and insurance policies, as described in the contract, within 20 days of adoption of this Resolution. The executive manager may grant reasonable extensions of time. PASSED, APPROVED AND ADOPTED at a Special Meeting of the Carlsbad Municipal Water District Board of Directors of the City of Carlsbad on the 18th day of December, 2018, by the following vote, to wit: AYES: NOES: ABSENT: M. Hall, K. Blackburn, P. Bhat-Patel, C. Schumacher, B. Hamilton. None. None. (SEAL) December 18, 2018 Item #5 Page 6 of 10 NOT TO SCALE PROJECT NAME LOCATION MAP CITY OF OCEANSIDE CITY OF CARLSBAD MAERKLE RESERVOIR FLOATING COVER REPLACEMENT PLOTIED BY: SCOTT EVANS PLOT DATE:4/13/17 PATH:D: \UTILITIES DEPAR1MENT\LOCATION MAPS\AUTOCAD\5536.DWG PROJECT NUMBER 5036 EXHIBIT 2 December 18, 2018 Item #5 Page 7 of 10 FINCH 0 THORNTON ° BAIRD'" ATTORNEYS AT LAW October 5, 2018 Mr. Graham Jordan Contract Administrator Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, California 92008 graham.jordan@carlsbadca.gov URGENT BID PROTEST Re: Urgent Bid Protest-Contract No. 5036 Project: Maerkle Reservior Floating Cover Replacement Contract No.: 5036 Bid No.: PWS19-511UTIL Protesting Bidder: Layfield Environmental Systems Corporation Dear Mr. Jordan: I . Introduction EXHIBIT 3 Thomns F. Feel'ickJI'. tfeerick@ftblaw.com File 791.001 We represent Layfield Environmental Systems Corporation ("Layfield"), with respect to the above project ("Project"). This is Layfield's protest of award of the Project to Raven CLI Construction, Inc. ("Raven"). As detailed below, Raven listed a class A General Engineering Contractor to perform all electrical work for Bid Item 18. Raven's class A licensed subcontractor does not hold a C-10 electrical specialty license. Thus, Raven's subcontractor will very likely subcontract out its scope to a C-10 licensee in violation of Public Contract Code section 4105. Raven's subcontract listing is nonresponsive and stands in contradiction to the legislative intent of the Subletting and Subcontracting Fair Practices Act. Carlsbad Municipal Water District (the "District"), should reject the nonresponsive bid of Raven and award to the lowest responsive and responsible bidder: Layfield. 2. CSLB Licensing Classifications "A licensee classified as a general engineering contractor shall operate only within those areas defined in Section 7056 of the Code." (Cal. Code Regs., tit. 16, §834, subd. (a).) In contrast to class A general engineering contractors, "Specialty contractors shall perform their trade using the art, experience, science and skill necessary to satisfactorily organize, administer, construct and complete projects under their classification, in accordance with the standards of their trade. They are classified into the following subclassifications ... Electrical C-10." (Cal. Code Regs., tit. 16, §832.) 3. Raven's Subcontractor Listing And Classification Raven holds a class A general engineering contractor license. Raven listed CW Crosser Construction, Inc. ("CW") as performing I 00 percent of electrical work under Bid Item 18 for Pinch, Thornton & Baird, LLP 4747 Executive Drive, Suite 700 San Diego, CA 92121 'f 858.737.3100 F 858.737.3101 ftblaw.cam t/3 December 18, 2018 Item #5 Page 8 of 10 Mr. Graham Jordan October 5, 2018 Page 2 of 3 $658,000.00. However, CW does not hold a C~ 10 electrical specialty license, it only holds an A general engineering contractor license. In other words, CW committed to performing $658,000.00 in electrical work without a specialty license. Very likely, CW will subcontract out a vast majority, if not all, of the electrical work to specialty subcontractors who can actually perform the work. This action violates California law. 4. Public Contract Code Section 4105 Raven's subcontractor listing stands in contrast to the Subletting and Subcontracting Fair Practices Act. "[T]he practices of bid shopping and bid peddling in connection with the construction, alteration, and repair of public improvements often result in poor qualhy of material and worlGnanshlp to the detriment of the public, deprive the public of the full benefits of fair competition among prime contractms and subcontractors, and lead to insolvencies, loss of wages to employees, and other evils." (Pub. Contract Code,§ 4101.) "Circumvention by a general contractor who bids as a prime contractor of the requirement under Section 4104 for him or her to list his or her subcontractors, by the device of listing another contractor who will in turn sublet portions constituting the majority of the work covered by the prime contract, shall be considered a violation of this chapter and shall subject that prime contractor to the penalties set forth in Sections 4110 and 4111." (Pub. Contract Code, § 4105, emphasis added.) Here, Raven listed another A general engineering contractor, CW, to perform the electrical work. CW will in turn subcontract out the electrical work to a specialty contractor who is properly licensed and can actually perform the work. This practice, listing a general contractor in the subcontractor listing who will then subcontract his work, post-bid, is in direct violation of Public Contract Code section 4105. Fmther, it provides CW the opportunity to bid shop, post-bid, to secure lower prices from lower tiers. Such an action violates the Subletting and Subcontracting Fair Practices Act. Raven's listing also gives it an 1.mallowable advantage not afforded other bidders. "It is fmther well established that a bid which substantially conforms to a call for bids may, though it is not strictly responsive, be accepted if the variance cannot have ... given the bidder an advantage or benefit not allowed other b;dders .... " (Valley Crest Landscape, Inc. v. City Council (1996) 41 Cal.App.4th 1432, 1440-1441, emphasis in original.) Raven's listing allows CW to subcontract out the electrical work post-bid. CW will procure, coordinate, and manage the subcontractors, not Raven. By its listing, Raven has afforded itself the advantage of coordinating and procuring less subcontractors on bid day. Rather, Raven simply listed CW, a general contractor, in its subcontractor listing and delegated subcontract coordination to CW as CW likely cannot perform its listed work. This afforded Raven more time to prepare its bid over other bidders like Layfield who took the time to procure the requisite subcontractors. This was an advantage not afforded to Layfield. Accordingly, the District should reject Raven's bid as nomesponsive and award the project to Layfield. 5. Conclusion Electrical work is a specialty trade under the California licensing law. Raven's listed electrical subcontractor, CW, is not a specialty contractor. To compensate, CW will very likely subcontract out the electrical work, $685,000.00, to a lower tier. This is in violation of Public Contract Code section 4105. Raven's listing also gave it an unallowable advantage in that it delegated subcontractor procurement to Finch, Thornton & Baird, LLP 4747 Executive Drive, Suite 700 San Diego, CA 92121 T 858.737.3100 F 858.737.3101 ftblaw.com December 18, 2018 Item #5 Page 9 of 10 Mr. Graham Jordan October 5, 2018 Page 3 of3 CW, saving time on bid day. This advantage was not afforded to Layfield. The District should not reward Raven's defective listing and delegation to CW to bid shop to lower tiers. Instead, the District should reject Raven's bid as nonresponsive and award to the lowest responsive and responsible bidder, Layfield. TFF:kam/3DV6930 Very truly yours, ~-~~ Thomas F. Feerick Jr., Attorney Finch, Thornton & Baird, LLP ,;747 Executive Drive, Suite 700 San Diego, CA 92121 T 858.737.3100 ll 858.737.3101 ftblaw.com December 18, 2018 Item #5 Page 10 of 10