Detroit Water and Sewerage Department
File #: 22-0796    Version: 1 Name:
Type: Contract Status: Passed
In control: Financial Services
On agenda: 5/18/2022 Final action: 5/4/2022
Title: The Board of Water Commissioners for the City of Detroit, Water and Sewerage Department authorizes the Director to approve DWSD Contract 6004383 with Major Contracting Group, Inc. for Full Lead Service Line Replacements at Various Locations Throughout Detroit (Project WS-723), for a total contract amount not-to-exceed $2,751,900 and a term of one year. This also authorizes the Director to take such other action as may be necessary to accomplish the intent of this vote.
Indexes: Board of Water Commissioners, Finance Committee

Title

The Board of Water Commissioners for the City of Detroit, Water and Sewerage Department authorizes the Director to approve DWSD Contract 6004383 with Major Contracting Group, Inc. for Full Lead Service Line Replacements at Various Locations Throughout Detroit (Project WS-723), for a total contract amount not-to-exceed $2,751,900 and a term of one year.  This also authorizes the Director to take such other action as may be necessary to accomplish the intent of this vote.

 

Body

Agenda of May 4, 2022

Item No. 22-0796

Contract No. 6004383 (WS-723)

Contractor: Major Contracting Group, Inc. (DBB), 15430 Dale, Detroit, MI 48223

Contract Amount:  $2,751,900

Contract Term: 365 calendar days (1 year) - Anticipated to begin 8/31/22

 

TO:                                          The Honorable

                                          Board of Water Commissioners

                                          City of Detroit, Michigan

 

FROM:                     Gary Brown, Director

                                          Water and Sewerage Department

 

RE:                     Proposed DWSD Contract No. 6004383 / Project No. WS-723

Full Lead Service Line Replacements at Various Locations Throughout Detroit                                           

 

MOTION

 

Upon recommendation of Marqaicha Welch, Procurement Manager, the Board of Water Commissioners for the City of Detroit, Water and Sewerage Department authorizes the Director to approve DWSD Contract 6004383 with Major Contracting Group, Inc. for Full Lead Service Line Replacements at Various Locations Throughout Detroit (Project WS-723), for a total contract amount not-to-exceed $2,751,900 and a term of one year.  This also authorizes the Director to take such other action as may be necessary to accomplish the intent of this vote.

 

 

BACKGROUND / JUSTIFICATION

Detroit has an estimated 80,000 lead service lines (LSLs), connected to an aged and historically under-maintained water network, with high incidences of water main breaks. Main breaks and service leaks frequently affect LSLs and require disconnecting the LSL to make a repair.  As part of the DWSD Capital Improvement Program (CIP) for the replacement of water mains, Lead (Pb) service lines are converted to new copper service lines along with the provision of water filters and pitchers to the customer for the benefits the public health and safety. Given the potential negative health impacts due to lead service line to water system customers, DWSD has been undertaking efforts in the replacement of these services.  In addition to the replacement of LSLs along with water main replacement work, DWSD is undertaking dedicated LSL replacement from the existing water main to the customer meter without water main replacement. 

Per EPA and MI-EGLE requirements, Lead services are to be replaced from the water main all the way to the customer meter within their property (residence, commercial space, other).  Normally, Lead replacements are integrated into water main replacement capital work, but not all water mains can be replaced over the next handful of years to capture all the outstanding Lead services.  Under Contract WS-723, DWSD proposes to develop a dedicated Lead water service replacement project whose scope does not have the necessity of a full water main replacement. Through this contract, up to two hundred (200) Lead services will be replaced across one year with a combination of excavation and directional boring.  

 

The work consists of replacing Lead water services of up to two-inches in diameter with copper services and road/curb boxes at up to two hundred (200) locations throughout the City of Detroit. These locations are specific to properties belonging to the Detroit Land Bank, Bridging Neighborhoods, and other City departments (See initial listing in Appendix A). Reimbursement will be made to DWSD through Memoranda of Understanding (MOU) developed previously with the City departments.

 

The approximate locations of the replacements that will be assigned to the Contractor will be identified by the Engineer on an “as-needed” basis pursuant to the terms and conditions of the Contract Documents. There is no guarantee as to the number of replacement locations that will be assigned under this Contract. However, about 200 lead service line replacements are expected to be assigned throughout the life of this Contract.

The contractor will be responsible for following the DWSD Full Lead Service Line Replacement (FLSLR) Standard Operating Procedures (SOPs) and Lead Water Services specification to efficiently, effectively, and safely remove and replace LSLs.

 

 

PROJECT OBJECTIVES / COSTS

The anticipated estimated construction cost is $2,629,904.31 and the work is to be completed within 365 days. The full-service line replacement replacing Lead service with new copper service line, installing new curb stop and curb box, and restoration of all lawn/pavement disturbed by the individual site work. The pay item description shall be as follows:

 

a.                     The costs of materials, labor, equipment, and all other incidental materials necessary for the removal and replacement of Lead water services lines on the private side from the curb stop to the water meter, including coordination with customer, saw cutting, pavement removal, driveway removal, sidewalk removal, curb removal, excavation, excavation support, dewatering excavation, hauling, disposal, bedding, clean backfill, compaction, copper services, and all water service installation items required for install per the Specifications shall be included in the cost of the pay item.

 

b.                     Restoration for full reinstatement of all items including, but not limited to, aggregate base, concrete base, paving, curb, sidewalk, seeding, and sod will be paid for as a per-service arrangement. 

c.                     Installation of water service from the existing water main, through the curb stop, and onward to the property water meter will include the furnishing, installation, and connection of a new curb stop and all appurtenances.

d.                     Lead service line replacement at each property will include the coordination between the Contractor and the DWSD Lead Service Team. Contractor to coordinate with Lead Service Team for interaction and communication with residents, delivery of notices to residents, and all other requirements as found in the Specifications for Lead water service line replacement and will be included in the cost of this item. 

 

The contract costs are as follows:

Contract Price

$ 2,701,900

Provisional Allowance for Unforeseen Conditions

$      50,000

Total Contract Price

$ 2,751,900

 

The approximate locations of the replacements that will be assigned to the Contractor will be identified by the Engineer on an “as-needed” basis pursuant to the terms and conditions of the Contract Documents. There is no guarantee as to the number of replacement locations that will be assigned under this Contract. However, about 200 lead service line replacements are expected to be assigned throughout the life of this Contract. Also, no design drawings will be provided by DWSD.

 

The initial list of Land bank Properties for Contractor’s work is as follows:

 

Customer First Name

Customer Last Name

Service Address Number

Service Address Street N

DLBA

 

19445

Prevost

Resident

 

15495

Manor

DLBA

 

14253

Minock

DLBA

 

14394

Ardmore

Gloria

Williams

14586

Marlowe

Resident

 

14848

Marlowe

Theresa

Jackson

18478

Stout

Charde

Robinson

20082

Dresden

Resident

 

10310

Aurora

DLBA

 

2980

Blaine

Senia

Thomas

14028

Vaughan

Kimberly

Moore

15341

Cherrylawn

DLBA

 

12315

Steel

Marcie

Bonham

18148

Stout

Lashjonda

Martin

18418

Stout

Sherman

Pringle

9651

Balfour

Cynthia

Overton

9225

McKinney

Anjorel

Hammond Jr

13586

Pinehurst

Israel

Oblw

18968

Hamburg

Ehsan

Chowdhury

13650

Hasse

Yolanda

Harris

10316

Balfour

Jason

Rutledge

18524

Hull

Mary

Cunningham

14583

Hubbell

Ali

Alsufyani

2092

McLean

Deborah R.

Bentley-Hobson

18570

Westmoreland

William

Smith

11408

Pinehurst

Roshaun

Christian

5545

Linsdale

Porcha

Sanderfield

14248

Cruse

Tyshawn

Jones

12712

Westbrook

Taylor

Dill-Reese

14018

Heyden

 

PROCUREMENT METHOD

 

This procurement was competitively solicited through a Request for Bids (RFB) per Requisition 493484, which was fully approved on 12/6/21.  The RFB was advertised on the Michigan Inter-Governmental Trade Network (MITN) BidNet website for 28 calendar days (2/14/22 - 3/14/22).  MITN published this opportunity to 727 companies and 57 firms downloaded the bid package.  In addition to posting on MITN, Procurement sent email notices to approximately 75 firms.

 

The Engineer’s Estimate for this work is $2,629,904.31.

 

Four (4) bids were received:

 

BIDDER

Bid Total

Equalizations

Equal. Credits Applied

Equal. Total

Status

Inner City Contracting LLC

$2,396,586.36

DBB - 1%

($23,965.86)

$2,372,620.50

Non-Responsive

Major Contracting Group

$2,751,900.00

DBB - 1%

($27,519.00)

$2,724,381.00

 

DMC Consultants, Inc.

$3,360,750.00

DBB - 1% / DRB - 1%

($67,215.00)

$3,293,535.00

 

Lake Shore Global Corp

$3,395,000.00

DBB - 1%

($33,950.00)

$3,361,050.00

 

 

As the apparent equalized low bidder, Inner City Contracting’s bid was evaluated first. Unfortunately, Inner City was deemed non-responsive for failing to submit all required information with their bid including identifying the assigned Project Manager, Safety Manager and Quality Control Manager and information regarding prior experience and projects completed. 

 

The second apparent lowest equalized bid from Major Contracting Group, Inc. (formerly Major Cement Co.) was evaluated next.  Major’s bid included all required information and was determined to be responsive.  Therefore, it is recommended that Major Contracting Group, Inc. be awarded the contract resulting from the RFB for WS-723.  The bid tab, responsiveness evaluation, equalization analysis, and the four (4) bids have been emailed to the Construction and Engineering Department.

 

Major Contracting’s clearances expire 11/22/22 and the formal contract document has been sent to Major for their review and signature.

 

 

SUMMARY

 

A.                     Contract No.:                      6004383 (WS-723)

 

B.                     Contractor:                      Major Contracting Group, Inc.

 

C.                     Contract Term:                       365 days (1 year) - Anticipated start date of August 2022

 

D.                     Contract Amount:                     $2,751,900

 

E.                     Anticipated FY Breakdown:                     FY 22-23:  $2,000,000

FY 23-24:  $751,900

 

F.                     Funding Source:                     CIP Funds and I&E Funds

 

G.                     GL String:                                              5721-20244-487711-617900-900348-10792-0000-000000- 100% Water

 

                                                                                                         

 

This proposed amendment was presented to the BOWC Finance Subcommittee on May 4, 2022.  Per DWSD procurement protocol, Mayoral Review will also be obtained.