HomeMy WebLinkAboutItem 10k - Sewer Main Replacement Program
STAFF REPORT
PUBLIC WORKS SERVICES DEPARTMENT
DATE: August 19, 2025
TO: Honorable Mayor and City Council
FROM: Paul Cranmer, Public Works Services Director
By: Michael Kwok, Associate Civil Engineer
SUBJECT: REJECT LOW BID FROM ALL CITIES ENGINEERING, INC., AND AWARD A
CONTRACT TO RAMONA, INC. FOR THE SEWER MAIN REPLACEMENT
PROGRAM IN THE AMOUNT OF $865,000, WITH A 10% CONTINGENCY
CEQA: Exempt
Recommendation: Approve
SUMMARY
The Fiscal Year 2024-25 Capital Improvement Program Budget allocates funding to
replace the existing 10-inch sewer pipe with a 12-inch sewer pipe, on Santa Anita
Avenue between Christina Street and Camino Real Avenue, to accommodate future
sewer demands and alleviate potential sewer spills. To ensure that the City receives
the most competitive price and quality service for this work, a formal bid was
conducted, with All Cities Engineering, Inc. submitting the lowest bid. During the bid
evaluation process, it was discovered that All Cities Engineering, Inc., did not properly
fill out the List of Subcontractors Form or provide evidence of the necessary
experience to perform the work. As a result, it was determined that All Cities
Engineering, Inc.’s bid is non-responsive and should be rejected. Ramona, Inc. was
the second lowest bidder and their bid proposal was determined to be responsive.
It is recommended that the City Council reject the low bid from All Cities Engineering,
Inc., and approve, authorize, and direct the City Manager to execute a contract with
Ramona, Inc. for the Sewer Main Replacement Program in the amount of $865,000,
with a 10% contingency.
Award Sewer Main Replacement Program
August 19, 2025
Page 2 of 4
BACKGROUND
In 2006, the State Water Resources Control Board adopted the Waste Discharge
Requirement Program for all publicly-owned sanitary sewer collection systems in
California with more than one mile of sewer pipeline. Under this program, the City
was required to prepare and implement a Sewer System Management Plan (“SSMP”).
The SSMP identifies routine preventative operation and maintenance activities that
assist the City in achieving a goal of zero sewer system overflows. This is achieved
through annual inspections, routine cleaning of the sewer pipes, repair of broken
pipes, and replacement of pipes flowing above their design capacity.
The City of Arcadia’s 2022 Sewer Master Plan (“SMP”) Study identified and prioritized
sections of sanitary sewer pipe that are flowing at, or above, design capacity. Sections
of sanitary sewer pipe on Santa Anita Avenue were identified as inadequate in
accommodating the current high-demand flows. The additional flows generated by
the anticipated developments on Santa Anita Avenue will place even more demand
in the area, further increasing the risk of sewer spills. The existing 10-inch sewer pipe
along Santa Anita Avenue, between Christina Street and Camino Real Avenue, needs
to be replaced with a 12-inch sewer pipe to accommodate peak flows and alleviate
the potential of a sewer backup.
In-ground pipe bursting will be used to replace the existing 10-inch pipe. This process
will reduce the excavation required to replace the existing sewer pipe and minimize
the disruption to traffic along Santa Anita Avenue. The work is anticipated to begin in
October, and construction will take approximately three months to complete. A copy
of the Project Location Map is shown on Exhibit “A”.
DISCUSSION
A Notice Inviting Bids was published in accordance with City Council Resolution No.
7483, and bid packages were provided to contractors that perform this type of work.
On June 10, 2025, the City Clerk received five bids with the following results:
Award Sewer Main Replacement Program
August 19, 2025
Page 3 of 4
Bidder Location Bid Amount___________
All Cities Engineering, Inc. Riverside, CA $ 769,000.00
Ramona, Inc. Baldwin Park, CA $ 865,000.00
Mike Prlich and Sons, Inc. Baldwin Park, CA $ 945,250.00
Kordich Construction Inc. Cypress, CA $ 1,035,389.00
GRBCON, Inc. Baldwin Park, CA $ 1,045,316.11
All bid documents were reviewed for content and All Cities Engineering, Inc.
submitted the lowest bid. During the bid evaluation process, it was discovered that
All Cities Engineering, Inc.’s bid did not list any projects that demonstrated their
ability and experience to perform the required work. The bid specifications for this
project requested a minimum of two comparable projects of similar size and scope,
completed within the past three years. All Cities Engineering, Inc., was contacted and
given another opportunity to provide evidence showing that they could perform the
work. However, they were still unable to provide the requested evidence, and they
also did not list all their subcontractors on the applicable form. Therefore, All Cities
Engineering, Inc.’s bid should be considered non-responsive.
As a result, the second lowest bidder, Ramona, Inc. is considered the lowest
responsive bidder. The bid submitted by Ramona, Inc. was reviewed for content, and
the contractor’s background was also investigated. Based on this review, it has been
determined that Ramona, Inc. is the lowest responsive bidder and is qualified to
complete the project as defined in the bid documents. Ramona, Inc. has successfully
completed similar projects on time and within budget for the Cities of Garden Grove,
Anaheim, and Arcadia.
ENVIRONMENTAL ANALYSIS
This project involves the replacement and minor alteration of an existing utility
system with no expansion of the system, and therefore, qualifies as a Class 2
categorical exemption per Section 15302(2) of the California Environmental Quality
Act (“CEQA”).
FISCAL IMPACT
Funds in the amount of $1,350,000 have been budgeted in the FY 2024-25 Capital
Improvement Program for the Sewer Main Replacement Program. The total
Award Sewer Main Replacement Program
August 19, 2025
Page 4 of 4
construction cost for this project is $865,000. A 10% construction contingency would
bring the total cost to $951,500, which is within the adopted budget.
RECOMMENDATION
It is recommended that the City Council determine that this project is exempt under
the California Environmental Quality Act (“CEQA”); reject the low bid from All Cities
Engineering, Inc.; and approve, authorize, and direct the City Manager to execute a
contract with Ramona, Inc. for the Sewer Main Replacement Program in the amount
of $865,000, with a 10% contingency.
Attachments: Exhibit “A” - Project Location Map
Proposed Contract
CITY OF ARCADIA
SEWER MAIN REPLACEMENT PROGRAM
PROJECT NO.: 33861625
BETWEEN
CITY OF ARCADIA
AND
RAMONA, INC.
CONTRACT
Contract - 1
CONTRACT FOR THE
CITY OF ARCADIA
This CONTRACT, No. ________ is made and entered into this ____ day of _______, ______, by
and between City of Arcadia, sometimes hereinafter called “City,” and Ramona, Inc., sometimes
hereinafter called “Contractor.”
WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these
presents do covenant and agree with each other as follows:
A. SCOPE OF WORK. The Contractor shall perform all Work within the time stipulated in the
Contract, and shall provide all labor, materials, equipment, tools, utility services, and
transportation to complete all of the Work required in strict compliance with the Contract
Documents as specified in Article 5, below, for the following Project:
Sewer Main Replacement Program / Project No.: 33861625
The Contractor and its surety shall be liable to the City for any damages arising as a result of
the Contractor’s failure to comply with this obligation.
B. TIME FOR COMPLETION. Time is of the essence in the performance of the Work. The Work
shall be commenced on the date stated in the City’s Notice to Proceed. The Contractor shall
complete all Work required by the Contract Documents within 90 calendar days from the
commencement date stated in the Notice to Proceed. By its signature hereunder, Contractor
agrees the time for completion set forth above is adequate and reasonable to complete the Work.
C. CONTRACT PRICE. The City shall pay to the Contractor as full compensation for the
performance of the Contract, subject to any additions or deductions as provided in the Contract
Documents, and including all applicable taxes and costs, the sum of EIGHT HUNDRED SIXTY-
FIVE THOUSAND DOLLARS AND NO CENTS ($865,000.00). Payment shall be made as set
forth in the General Conditions.
D. LIQUIDATED DAMAGES. In accordance with Government Code section 53069.85, it is
agreed that the Contractor will pay the City the sum set forth in Special Conditions, Article 1.11
for each and every calendar day of delay beyond the time prescribed in the Contract Documents
for finishing the Work, as Liquidated Damages and not as a penalty or forfeiture. In the event this
is not paid, the Contractor agrees the City may deduct that amount from any money due or that
may become due the Contractor under the Contract. This Article does not exclude recovery of
other damages specified in the Contract Documents.
E. COMPONENT PARTS OF THE CONTRACT. The “Contract Documents” include the
following:
Notice Inviting Bids
Instructions to Bidders
Bid Form
Bid Bond
Designation of Subcontractors
Information Required of Bidders
Non-Collusion Declaration Form
Iran Contracting Act Certification
Public Works Contractor Registration Certification
Performance Bond
Contract - 2
Payment (Labor and Materials) Bond
General Conditions
Special Conditions
Technical Specifications
Addenda
Plans and Drawings
Standard Specifications for Public Works Construction “Greenbook”, latest edition, Except
Sections 1-9
Applicable Local Agency Standards and Specifications, as last revised
Approved and fully executed change orders
Any other documents contained in or incorporated into the Contract
The Contractor shall complete the Work in strict accordance with all of the Contract Documents.
All of the Contract Documents are intended to be complementary. Work required by one of the
Contract Documents and not by others shall be done as if required by all. This Contract shall
supersede any prior agreement of the parties.
F. PROVISIONS REQUIRED BY LAW AND CONTRACTOR COMPLIANCE. Each and every
provision of law required to be included in these Contract Documents shall be deemed to be
included in these Contract Documents. The Contractor shall comply with all requirements of
applicable federal, state and local laws, rules and regulations, including, but not limited to, the
provisions of the California Labor Code and California Public Contract Code which are applicable
to this Work.
G. INDEMNIFICATION. Contractor shall provide indemnification and defense as set forth in the
General Conditions.
H. PREVAILING WAGES. Contractor shall be required to pay the prevailing rate of wages in
accordance with the Labor Code which such rates shall be made available at the City’s
Administrative Office or may be obtained online at dir.ca.gov and which must be posted at the job
site.
[REMAINDER OF PAGE LEFT INTENTIONALLY BLANK]
Contract - 3
IN WITNESS WHEREOF, this Contract has been duly executed by the above-named parties, on
the day and year above written.
CITY OF ARCADIA
By:
Dominic Lazzaretto
City Manager
RAMONA, INC.
By:
Signature
Print Name and Title
Attest:
By:
City Clerk
By:
Signature
Print Name and Title
Approved as to Form:
Michael J. Maurer
City Attorney