Loading...
HomeMy WebLinkAboutAgenda Report - January 3, 1990 (31)C0_NCIL COMMUNICATION TO: THE CITY COUNCIL FROM: THE CITY MANAGER'S OFFICE COUNCIL MEETING DATE JANUARY 3, 1990 SUBJECT: CONTRACT AWARD FOR WHITE SLOUGH WATER POLLUTION CONTROL FACILITY EXPANSION PROJECT, 12751 NORTH THORNTON ROAD PREPARED BY: City Attorney Bob McNatt Public Works Director Jack Ronsko RECOMMENDED ACTION: That the Council consider declaring the bid of Alder Construction Company nonresponsive, and awarding the bid for the sewer plant expansion to F&H Construction Company as second low bidder in the amount of $10,171,000. BACKGROUND INFORMATION: Bids on this project were previously opened on November 1, 1989. At that time, the City received six bids ranging from approximately $12M to $16M. The engineers' estimate was $8.8M and since the City did not have sufficient funds to award the project as bid, the City Council rejected all Lids on November 21, 1989. The Council also approved a revised set of plans and specifications which removed certain items from the bid document. The new bid document also provided for deductive alternate bids on certain items. On December 15, 1989 the City received the six bids shown on the attached sheet (Exhibit A). These bids include a base bid plus the following six deductive alternates: A. Existing digester cover replacement B. Storage pond improvements C. Irrigation system improvements D. Irrigation pump adjustable frequency controllers E. Painting existing piping and equipment F. Adding 60 days to the contract Contract Award For White Slough Water Pollution Control Facility Expansion Project, 12751 North Thornton Road January 3, 1990 Page - 2 - It was the original intent of staff to recommend that Alder Engineering be awarded the bid and that the amount of the award be the base bid minus Deductive Alternate A, existing digester cover replacement, and Deductive Alternate D, irrigation pump adjustable frequency controllers. At the Council meeting of December 20, 1989, the award of the contract was on the agenda. However, on the same day, at approximately 4:00 p.m. a protest was received from F&H Construction Company (the second low bidder) alleging that Alder's bid was irregular. The matter was continued to January 3, 1990 so staff could look further into the matter of the protest. Letters from both Alder and F&H have been received (Exhibits D and E) as well as F&H's attorney (Exhibit F). After extensive research, it is now evident that the protest by F&H Construction raises valid concerns. BID REQUIREMENTS The Instructions To Bidders which all bidders received contain several portions which refer to the regularity and acceptability of bids, such as: - The owner reserves the right to award the contract by phases, to reject all bids, to waive informalities, and to reject nonconforming, nonresponsive or conditional bids. (pp. 1-2) - On page B-3, it states that "All blank spaces in the bid form shall be filled. Bids received without all such items completed will be considered nonresponsive." - At paragraph 10 on page B-4, it is stated that "Owner reserves the right to reject all bids, to award the contract by sections, to wave informalities, and to reject nonconforming, nonresponsive, or conditional bids." - In the Questionnaire portion of the bid packet, page Q-1, it states "Failure to furnish all information requested in the questionnaire may be a cause for rejection of the bid." ALDER ENGINEERING'S BID On page BF -3 of its bid (Exhibit B), Alder failed to identify separately the amounts included in its base bid for the lagoon dredge, industrial pump controls and membrane diffused aeration equipment, leaving these lines blank, in apparent contradiction to bidding instructions which state that all lines left blank will result in the bid being deemed nonresponsive. Contract Award For White Slough Water Pollution Control Facility Expansion Project, 12751 North Thornton, Road January 3, 1990 Page - 3 - On page LS -2 of the list of subcontractors, Alder identifies a subcontractor only as "Environmental" which has been challenged by F&H Construction as inadequately identifying a subcontractor. Additionally, no addresses for subcontractors were furnished. The Questionnaire (pages Q-1 and 2) mechanical equipment in 26 categories. the 26 suppliers, delivering the balance opened. F&H Construction feels this is be rejected. ANALYSIS requires the name of manufacturers of Alder originally identified only four of of the names three days after bids were in irregularity requiring that Alder's bid Public Contracts Code Sections 20161(c) and 20162 require competitive bids on public projects such as the White Slough expansion. This same chapter provides other procedural guidelines for bids on similar projects. To facilitate these requirements, bid instructions discussed above were drafted by the City and its consultant Black and Veatch, and were included in the bid information packet. These constitute the rules under which the bids were to be received and the contract awarded. The language of these instructions, cited above, states that where information which bidders "shall" furnish is omitted from the bid forms, the bid "will" be deemed nonresponsive. On the other hand, the Questionnaire states that mall information requested on the Questionnaire is not provided, the bid "mfr" be rejected. The words "will" or "shalt" are generally mandatory, while "may" implies discretion (58 Cal.Jur. 3d, §147). A contract made in violation of statues on competitive bidding is illegal and void (Reams vs Cooley, 171 C. 150;53 Cal.Jur. 3d, Public Works and Contracts, §Y7')—. The question here is one of interpretation, i.e., whether Alder's omission in its bid amounted to a simple "informality" (which the Council can waive under the bid instructions) or was an "irregularity", requiring rejection of the bid as unresponsive. The California Attorney General has previously said that if an error or omission in a bid is "inconsequential" a bid award is proper, but if it is a "substantial deviation" the bid is invalid (47 Ops.A.G. 129). One of the basis for the determination is whether the deviation ..gives a bidder an advantage or benefit not allowed other bidders...." (Id, at 131). As stated in the letter from F&H's attorney, they feel it did allow ATder an advantage. Helping further define these terms is the case of Konica Business Machines vs Regents of the University of California (1988) 253 C.R. 591, which says a deviation is "substantial" unless it is so inconsequential that it could not affect the bid amount (Konica, .2 ra, at 594). For example, failure to sign a bid in one place was deemed a minor defect (or "informality") not so great as to invalidate a bid (Menefee vs County of Fresno (1985) 210 C.R. 99). Contract Award For White Slough Water Pollution Control Facility Expansion Project, 12751 North Thornton Road January 3, 1990 Page -4- F&H Construction says that by not including a list of suppliers of mechanical equipment until after Alder was deemed the low bidder, gave Alder the opportunity to "bid shop" its suppliers. "Bid shopping" has been defined by California courts as the use of a low bid already received by the general contractor to pressure other subcontractors (or suppliers) into submitting even lower bids (Sherman Company vs Thomason, Inc. (1987) 236 C.R. 577, at 582). This practice a is mored in—California (Pub. Contracts Code, §4101). While there is no basis to believe Alder has engaged in bid shopping, F&H points out that Alder's failure to include the names of mechanical suppliers in its bid could present an opportunity to do so. "Because of potential for abuse arising from deviation from strict adherence to the standards which promote public benefit, the letting of public contracts universally receives close judicial scrutiny and contracts awarded without compliance with bidding requirements will be set aside. This preventive approach is applied even where it is certain there was in fact no corruption ... and the deviations would save the entity money (emphasis added ... Konica, Supra at 595). SUMMARY This situation admittedly presents a close call, and my opinion is a conservative one which I feel best protects the City. Credible arguments have been made by both bidders, but no matter which course of action the Council may choose, it is possible the matter may be decided in court. There are numerous cases in which unsuccessful bidders have sought to recover costs of preparing the bids, and. in some cases also asked for lost profits. The more legally defensible position at this point appears to me to be for the Council to find the omissions in Alder's bid to be substantial, making the bid irregular, nonresponsive and thus unacceptable. While we would obviously prefer to accept the low bid, I believe that action might be challenged successfully. I will be in contact with the legal department of Black & Veatch, the City's consultants, and will keep the Council advised of their recommendations. If the Council accepts F&H's bid, (Exhibit C) the total bid award would be: Base Bid Deductive Alternate A Deductive Alternate D $10,397,000 [181,000] [45,000] Bid Award Amount $110,171,000 Contract Award For White Slough Water Pollution Control Facility Expansion Project, 12751 North Thornton Road January 3, 1990 Page - 5 - The Finance Department has determined that over the life of the construction project `(19 months) we will have approximately $11,250,000 available. The expenditures to complete the project are estimated as follows: Construction contract $10,171,000 Contract administration, inspection and 0&M Manual 581,000 Discharge permit and dilution study 23,000 Contingencies 300,000 Estimated Cost Total $11,075,005 Estimated Funds Available $11,250,000 Respectfully submitted, BobMcNatt City Attorney Jac L. Rons o Publ c Works Director BMN:br Attachments C UN C722 RESOLUTION NO. 90-01 -------------------- -------------------- A RESOLUTION OF THE LODI CITY COUNCIL AWARDING THE CONTRACT FOR WHITE SLOUGH WATER POLLUTION CONTROL FACILITY EXPANSION PROJECT, 12751 NORTH THORNTON ROAD 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 November 1, 1989 at 11:00 a.m. for the contract for White Slough Water Pollution Control Facility Expansion Project, 12751 North Thornton Road, described in the specifications therefor approved by the City Council on July 19, 1989; and WHEREAS, at a noticed special meeting of the City Council held November 21, 1989, the City Council: 1) rejected all bids received on November 1, 1989, since the City had insufficient funds to award the project; 2) approved a revised set of plans and specifications removing certain items from the bid document; and 3) authorized readvertising of bids for the project; and WHEREAS, in answer to notice duly published in accordance with law and the order of this City Council, sealed bilis were received and publicly opened on December 15, 1989 at 11:00 a.m. for the above described project; and WHEREAS, said bids have been compared, checked, and tabulated and a report thereof filed with the City Manager as shown on Exhibit A attached hereto; and WHEREAS, the City Council finds that the bid of Alder Engineering and Construction, Salt Lake City Utah, is irregular and thus nonresponsive, and is rejected; and WHEREAS, the City Manager recommends that award of the contract for White Slough Water Pollution Control Facility Expansion Project, 12751 North Thornton Road, be made to F&H Construction Company, Stockton, California and that the amount of the award be in the base bid minus Deductive Alternate A, Existing Digester Cover Replacement, and Deductive Alternate D, Irrigation Pump Adjustable Frequency Controllers; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Lodi that award of the contract for White Slough Water Pollution Control Facility Expansion Project, 12751 North Thornton Road, be and the same is hereby awarded to F&H Construction Company in the amount of $10,171,000. Dated: January 3, 1990 90-01 Resolution 90-01 January 3, 1990 Page Two I hereby certify that Resolution No. 90-01 was passed and adopted by the City Council of the City of Lodi in a regular meeting held January 3, 1990 by th following vote: Ayes: Council Members - Noes: Council Members - Absent: Council Members - Alice M. Reimche City Cleric 90-01 COUNC722/TXTA.07A Exhibit A City of Lodi White Slough Water Pollution Control Facility Expansion Bid Tabulation Bid Opening: 11: 00 am, Dec. 15,1989 Carnegie Forum, Lodi CA Deductive Alternates Bidder Base Bid $ I�on.a«oa.rl s �a.o.►a+a GsrR • as+.o�ea,�lr.neeeo Alder Engineering & Const.1 $ 9.933.405. 1 227,294.1 326,671.1 152,108. 9Z468.1 5,000. 0. Salt lake City. UT 1 F&H Construction ! S 10,397.000.1 181,000.1 212.370.1 247,600.1 45,000.1 4.494.1 0. Stockton. CA I 1 i I Kaweah Construction ! S 10,650,000. ; 200.000.1 320,000.1 210,000.1 40,000.1 3,000.1 0. Fresno. CA � t Dan Caputo Co. 1 $ 10,667,000.1 296,000.1 98,500.; 186,000.! 44,000.' 30,000.130,000. San Jose. CA i Gateway/Mark S 10,796,500. 240,417.1 222,969.' 136,461. 53,052.'. 3,559.130,000. Sacramento. CA I I C.W. Roen Construction $10,977,400. 257,000.1 215,000. 285,000. 43,000.' 25,000. 1,000. Danville, CA i • I i Engineer's Estimate S 10,700,000. ALDER COMPS Exhibii B 3939 SO M SW west Suite #. Sat taloa CRY, Utah $4123 BID FORM 8Y ALDER CITY OF LODI. CALIFORNIA WHITE SLOUGH WATER POLLUTION CONTROL FACILITIES CAPACITY EXPANSION IMOVEMENTS To: City of Lodi. California THE UNDERSIGNED BIDDER, having familiarized himself with the Work required by the Contract Documents. the site where the Work is to be performed, local labor conditions and all laws, regulations, and other factors affecting performance of the Work. and having satisfied himself of the expense and difficulties attending performance of the Work. HEREBY PROPOSES and agrees, if this Bid is accepted, to enter into Agreement in the form attached to perform all Work, including the assump- tion of all obligations. duties, and responsibilities necessary to the successful completion of the contract and the furnishing of all materials and equipment required to be incorporated in and form a permanent part of the Work; tools, equipment, supplies, transportation, facilities, labor, superintendence, and services required to perform the Work; and Bonds. insurance and submittals; all as indicated or specified in the Contract Documents to be performed or furnished by Contractor for the lump sums: AF BID. All work complete as specified for the lump sum of �d 1Y (�4JK/pr�a� T��ttt Dollars ($ 2 13 3 yo -5- ) Deductive Alternative A. The following deductive price is to be used in reducing the base bid amount if this alternative is selected by the Owner. :or deleting existing digester cover replacement, deduct from the Base Bid the lump sum price of: 4 c ✓ iA.«+_.cd (words) Dollars ($ 22- 12- LZ 3 (Lodi. CA WSWPCF) (Capacity Expansion) BF -1 (14915 ) (AD4-16) (11/28/89 ) Deductive Alternative $. The following deductive price is to be used in reducing the Base Bid amount if this alternative is selected by the Owner. For deleting the storage pond improvements, deduct from the Base Bid the lump sum price of: r-tew n ,cs,,r .d,--4 SNA, s (words) U n Dollars (S� 6 7-1 ) Deductive Alternative C. The following deductive price is to be used in reducing the Base Bid amount if this alternative is selected by the Owner. For deleting the irrigation system improvements, deduct from the Base Bid the lump sum price of: e .P (words) f t Dollars ($ i z Deductive Alternative Q. The following deductive price is to be used in reducing the Base Bid amount if this alternative is selected by the Owner. For deleting the irrigation pumps adjustable frequency controllers. deduct from the Base Bid the lump sum price of: f/ (words) M?t-4114 frdd_-� a'�r.-'� tdd✓ (itUr�c(��coi Si g e,Tt.��'+� Dollars Deductive Alternative E. The following deductive price is to be used in reducing the Base Bid amount if this alternative is selected by the Owner. For deleting the painting of existing piping and equipment. deduct from the Base Bid the lump sump ice of: (words) Dollars ($ ,._A d d ) Deductive Alternative F. The following deductive reducing the Base Bid amount if this alternative For adding sixty (60) calendar days to the contra Base Bid the lump sum price of: price is to be used in is selected by the Owner. ct time, deduct from the (words) Dollars ($ Q ) ( Lodi , CA WSWPCF ) (Capacity Expansion) BF -2 (14915 ) (AD4-17) (11128189 ) For purposes of project administration, the following amounts which are included in the above Base Bid total apply to the items listed below: Lagoon dredge $ Industrial pumps controls $ Hembrane diffused aeration S equipment Adequate sheeting. shoring, S G21000.� and bracing for the pro- tection of life or limb conforming to all applicable governmental safety orders The undersigned Bidder agrees to furnish the required Bonds and to enter into a contract within ten days after owner's acceptance of this Bid, and further agrees to substantially complete the Work within 510 days, and to complete all Work within 510 days, after the commencement of Contract Time as defined in the General Conditions. The undersigned Bidder hereby certifies (a) that this Bid is genuine and is not made in the interest of, or in the behalf of, any undisclosed person, firm..or corporation. and is not submitted in conformity,,vith-any'agreement or rules of any group. association. organization. or corporation; (b) that he has not diret-Uy or indirectly induced or solicited-any_other Bidder to put in a false or sham Bid; (c) that he has not solicited or induced any person, firm, or corporation to refrain from bidding; and_(d), that he has not sought by collusion to obtain for himself any advantage over any other Bidder or over the owner. The undersigned Bidder acknowledges receipt of the following Addenda, which have been considered in preparation of this Bid: b No. Dated No. Dated No. Dated A0 Z& No. I Dated /f 3e " No. Dated No. Dated /� Dated in / L _ this %J "'day of G�.s.iiGl�19,� (Lodi. CA WSWPCF) (Capacity Expansion) BF -3 (14915 ) (AD4-18) (11/28/89 ) SIGNATM SE BIDDER: ,f�J California Contractor's License Number ✓ /Wi� / Class t4 If an Individual: , doing business as If a California General Partnership: by general partner If a Corporation: Ale, A9WOg dumef!'x� f (a Corporation) �,/ ��� (SEAL U Title j e;e ��'�S� "'��! (ATTEST) Business Address of Bidder_3� If Bidder is a joint venture, other party must sign below. fal —1266 8 gS% California Zontractor's License Number If an Individual: doing business as If a California General Partnership: If a Corporation: by Title (a , general partner Corporation) by (SEAL &) (ATTEST) Title (Lodi, CA WSWPCF) (Capacity Expansion) BF -4 (14915 ) (AD4-19) (11/28/89 ) LIST OF SUBCONTRACTORS _ The name and location of place of business of each subcontractor who will perform work or labor or render service to the general contractor in or about the construction of the work or improvements in an amount in excess of one-half of one percent (0.52) of the Seneral contractors total base bid. and the portion of work which will be done by each subcontractor is set forth as follows: NAME OF SUBCONTRACTOR: a e4R� F(Ate iv:e A4[ PORTION i TYPE OF WORK: �1tGi✓iu-1� ADDRESS: PHONE: NAME OF SUBCONTRACTOR: PORTION i TYPE OF YORK: �n►uwteHR�T�AI ADDRESS: PHONE: t I NAME OF SUBCONTRACTOR: &;- 1., 1., s PORTION i TYPE OF YORK: Zk 1yT 10 4 ADDRESS: PHONE: t (Lodi. CA YSYPCF) (Capacity Expansion) LS -1 (14915 (AD4-20) LIST OF SUBCONTRACTORS (Continued) NAm OF SUBCONTRACTOR: f d a _ &I1cS bcGi St✓Uie-L PORTION i TYPE OF WORL: �cTtit+o�'► ADDRESS: PHONE: t I NAM OF SUBCONTRACTOR: is S N^rt. PORTION S TYPE OF WORE: &d SoN[LV ADDRESS: PHONE: NAME OF SUBCONTRACTOR: d r,-- vs -_ PORTION i TYPE OF WOREs A I v W t Lt, .A ADDRESS: PRONE: � ) NAME OF SUBCONTRACTOR: EwyP fOAwPu tlai PORTION i TYPE OF WORK: ADDRESS: PHONE: f ) ( Lodi . CA VSWPCF ) (Capacity Expansion) LS -2 (14915 ) (AD4-21) Each Bidder shall enter in the spaces provided the names of the manu- facturers of equipment which he proposes to furnish. Upon award of a contract, the named equipment shall be furnished. Substitutions will be permitted only if named equipment does not meet the requirements of the Contract Documents. the manufacturer is unable to meet, the delivery requirements of the construction schedule, or the manufacturer ir`dilatory in complying with the requirements of the Contract Documents. Substitu tions shall be subject to concurrence of the Owner and shall be confirmed by Change Order. Preliminary acceptance of equipment listed by msnufacturor•s:name shall not in any way constitute a waiver of the specifications covering such equipment; final acceptance will be based on full conformity with the Contract Documents. Failure to furnish all information requested in the Questionnaire may be cause for rejection of the Bid. Specifi- cation Section Eauinment Manufacturer 11115 Horizontal Aonclog End Suction Centrifugal (Lodi, CA NSWPCF) (Capacity Expansion) Q-1 (14915 ) (AD4-23) Pumps 11117 Vortex Type Horizontal Fuad Suction Centrifugal Pumps 11119 Horizontal End Suction Centrifugal Pumps 11160 Progressing Cavity Pumps 11170 Sludge Macerator 11320 Grit Removal Equipment - Cyclone Separator with Classifier 11332 Digester Gas Mizing Equipment 11334 Sludge Heat Exchangers 11336 Digester Gas Control Equipment 11338 Digester Gas Compressors 11410 Circular Sludge Collecting Equipment 11440 Sludge Flotation Thickener Equipment (Lodi, CA NSWPCF) (Capacity Expansion) Q-1 (14915 ) (AD4-23) 11450 Straight Line Sludge Collecting Equipment 11510 Rapid Mix Equipment 11570 Membrane Diffused Aeration Equipment 11620 Centrifugal Aeration Compressors 11720 Chemical Feed Systems 13232 Fixed Digester Covers 13234 Floating Gasholder Digester Covers 13400 Instrumentation Kdrtt� ��t.e?w�ir,Ks 13410 Program able Logic Controller M4>eo 4z 98Y-CaSc: 14950 Lagoon'Pumping System 15102 Eccentric Plug Valves 15120 Hydraulic Poorer System vC 16100 Major Electrical Equipment thT.Ys P . • GC 16150 Adjustable Frequency Controllers (Lodi. CA WSWPCF) (Capacity Expansion) Q-2 (1491.5 ) (AD4-24) it Exhibit C BID FORM by CITY OF LODI. CALIFORNIA WHITE SLOUGH WATER POLLUTION CONTROL FACILITIES CAPACITY EXPANSION IMPROVEMENTS To: City of Lodi. California THE UNDERSIGNED BIDDER. having familiarized himself with the Work required by the Contract Documents, the site where the Work is to be performed, local labor conditions and all laws, regulations, and other factors affecting performance of the Work, and having satisfied himself of the expense and difficulties attending performance of the Work. HEREBY PROPOSES and agrees. if this Bid is accepted, to enter into Agreement in the form attached to perform all Work. including the assump- tion of all obligations. duties, and responsibilities necessary to the successful completion of the contract and the furnishing of all materials and equipment required to be incorporated in"and-form a permanent part of the Work; tools, equipment. supplies, transportation, facilities, labor. superintendence, and services required to perform the Work; and Bonds, insurance and submittals; all as indicated or specified in the Contract Documents to be performed or furnished by Contractor for the lump sums: BASF. BID. All work complete as specified for the lump sum of: (words) �w .':/Gi i'%_,.� ! /•rsi //u .7.I .�i.� /RiilY+/ �/A.J -�/7 /�ia•. ✓'�H7 i .. Dollars (S / '.?�`• �QJ. ) Deductive_ Alternative A. The following deductive price is to be used in reducing the base bid amount if this alternative is selected by the Owner. For deleting existing digester cover replacement, deduct from the Base Bid the lump sum price of: _ (words) 16izhl z 0.,v t• /71046_4"'V, Dollars ($ C Cd, (Lodi. CA WSWPCF) (Capacity Expansion) BF -1 (14915 ) (AD4-16) (11/28189 ) Deductive Alternative $. The following deductive price is to be used in reducing the Base Bid amount if this alternative is selected by the Owner. For deleting the storage pond improvements, deduct from the Base Bid the lump gum price of: (words) S4?, t. I1 v Dollars ($ -2/�, id, V ) Deductive Alternative G. The following deductive price is to be used in reducing the Base Bid amount if this alternative is selected by the Owner.. For deleting the irrigation system improvements, deduct from the Base Bid the lump sum price of: -�.,.s %:»✓ ..i/ :�7�. ' .,�+, %6..,.K�% .Sim �.:.�• (words) ds) Dollars ($ 2,q 1 G Q 4. sa ) Deductive Alternative P. The following deductive price is to be used in reducing the Base Bid amount if this alternative is. selected by the Owner. For deleting the irrigation pumps adjustable frequency controllers, deduct from the Base Bid the lump sum price of: r r, _(w�(ords)ZZ ±�JT c F 6.A %;n O ' %yi .f @ ' �I7Hc /�..: / :JJt Y'Y / /I t / h& -j -IL Dollars ( � 46, dc3v Deductive Alternative 1. The following deductive price is to be used in reducing the Base Bid amount if this alternative is selected by the Owner. For deleting the painting of existing piping and equipment, deduct from the Base Bid the lump sum price of: (words) Dollars (SCJ,=� ) Deductive Alternative L. The following deductive price is to be used in reducing the Base Bid amount if this alternative is selected by the Owner. For adding sixty (60) calendar days to the contract time, deduct from the Base Bid the lump sum price of: (words) Dollars ($ We- (Lodi, CA WSWPCF) (Capacity Expansion) BF -2 (14915 ) (AD4-17) (11/28/89 ) For purposes of project administration. the following amounts which are included in the above Base Bid total apply to the items listed below: Lagoon dredge $-Z-0 GG Ci Industrial pumps controls $ 1. d d G- sa, Membrane diffused aeration $ -3 _7 ;j- ay equipment Adequate sheeting. shoring. $ G c) c3 and bracing for the pro- tection of life or limb conforming to all applicable governmental safety orders The undersigned Bidder agrees to furnish the required Bonds and to enter into a contract within ten days after Owner's acceptance of this Bid, and further agrees to substantially complete the Stork within 510 days, and to complete all Stork within 570 days. after the commencement of Contract Time as defined in the General Conditions. The undersigned Bidder hereby certifies (a) that this Bid is genuine and is not made in the interest of. or in the behalf of, any undisclosed person, firm. -or corporation. and is not submitted in conformity with any agreement or rules of any group, association, organization. or corporation; (b) that he has not directly or indirectly induced or solicited any other.Bidder to put in a false or sham Bid; (c) that he has not solicited or induced any person, firm. or corporation to refrain from bidding; and (d) that he has not sought by collusion to obtain for himself any advantage over any other Bidder or over the Owner. The undersigned Bidder acknowledges receipt of the following Addenda, which have been considered in preparation of this Bid: No. ONE No. TWO No. THREE No. FOUR No. No. Dated OCTOBER 16, 198 Dated OCTOBER 17, 1989 Dated OCTOBER 25, 1989 Dated DECEMBER 4. t9R9 Dated Dated Dated in STOCKTON this 15TH day of DECEMBER . 19-U. (Lodi. CA WSWPCF) (Capacity Expansion) BF -3 (14915 ) (AD4-18) (11128/89 ) SIGNATURE OF BIDDER: California Contractor's License Number 293306 Class R - STM A If an Individual: doing business as If a California General Partnership: by general partner If a Corporations F-& B CONSTRUCTION (a CALIFORNU--*� Corporation) by �; PR (SEAL S) tle - (ATTEST) UM GI Business Address,of Bidder 4945 WA 00 ROAD STOCKTON, CA. 95205 If Bidder is a joint venture, other party must sip below. , California Contractor's License Number If an Individuals doing business as If a California General Partnership: by general partner Title If a Corporation: (a Corporation) by - (SEAL U (ATTEST) Title (Lodi, CA WSWPCF) (Capacity Expansion) BF -4 (14915 ) (AD4-19) (11/28/89 ) LIST OF SUBCONTRACTORS _ The name and location of place of business of each subcontractor who will perform work or labor or render service to the =*neral contractor in or about the construction of the work or improvements in an amount in excess of one-half of one percent (0.5=) of the general contractor's total base bid. and the portion of work which will be done by each subcontractor is set forth as follows: NAME OF SUBCONTRACTOR: ��0 1� R r PORTION i TYPE`OF WORK: EXCAVATE & A. C. PAVE ADDRESS: 1-. •"t& '-e PHONE: _o"s i 37 3 - 1/a/ w NAME OF SUBCONTRACTOR: PORTION i TYPE OF WORK: YARD PT�PTxr. ADDRESS: S / • ° �f "" PRONE: iL I 1-z 114 NAME OF SUBCONTRACTOR: PORTION S TYPE OF WORT.: CONCRETE REINFORCING ADDRESS: PHONE: (f& 1 `72=- 's I (Lodi. CA WSWPCF) (Capacity Expansion) LS -1 (14915 ) (AD4-20) LIST OF SUBCONTRACTORS (Continued) NAME OF SUBCONTRACTOR: A. PORTION i TYPE OF WORE: MASONRY ADDRESS: nf�� & PHONE:. k—. W&ME OF SUBCONTRACTOR: t� � '-+-Prl PORTION 4 TYPE OF STORE: PAINTING ADDRESS: Sa G: a• PHONE: (-ql4l 7, NAtz OF SUBCONTRACTOR: on�i■. S e...�y ��<<r/ PORTION : TYPE OF YORK: INSTRUMENTATION & CONTROL.- ADDRESS: PHONE: V -1m 1 1.2'- 7'' 7 - NAME OF SUBCONTRACTOR: -- PORTION i TYPE OF WORE: PROCESS PLUMBING ADDRESS: PHONE: L (Lodi. CA BSNPCF) (Capacity Expansion) LS -2 (14915 ) (AD4-21) LIST OF SUBCONTRACTORS (Continued) NAME OF SUBCONTRACTORS L n vines rn-etiTe,� PORTION : TYPE OF WORK: EMTT.sTTAN ADDRESS: s /c PHONE: f4it=Sl- ava'� NAME OF SUBCONTRACTORS C�.�7.� J; �rr.Y /•' �Y.7� PORTION i TYPE OF WORK: ELECTRICAL ADDRESS: - PHONE: K -t ) NAME OF SUBCONTRACTOR: PORTION i TYPE OF WORK: ADDRESS: PHONE: NAME OF SUBCONTRACTOR: PORTION & TYPE OF WORK: ADDRESS: PHONE: (Lodi. CA WSWPCF) (Capacity Ezpansi0n) LS -3 (14915 .) (AD4-22) QUESTIONNAIRE - Each Bidder shall enter in the spaces provided the names of the manu- facturers of equipment which he proposes to furnish. Upon award of a contract. the named equipment shall be furnished. Substitutions will be permitted only if named equipment does not meat the requirements of the Contract Documents. the manufacturer is unable to meet the delivery requirements of the construction schedule. or the manufacturer is dilatory . in complying with the requirements of the Contract Documents. Substitu- tions shall be subject to concurrence of the Owner and shall be confirmed by Change Order. Preliminary acceptance of equipment listed by manufacturer's name shall not in any way constitute a waiver of the specifications covering such equipment: final acceptance will be based on full conformity with the Contract Documents. Failure to furnish all information requested in the Questionnaire may be cause for rejection of the Bid. Specifi- cation section Eeuioment Manufacturer 11115 Horizontal Nonelog End Suction Centrifugal fsH.►y+�::�,f Pumps 11117 Vortex 'type Horizontal End Suction C'i„caon Centrifugal Pumps 11119 Horizontal End Suction Centrifugal Pumps le -4 11160 Progressing Cavity Pumps = =� 11170 Sludge Macerator �u 11320 Grit Removal Equipment - Cyclone Separator S S_^ with Classifier 11332 Digester Gas Mixing EquipmentarJ^�' 11334 Sludge Heat Exchangers �! 11336 Digester Gas Control Equipment %u eMr 11338 Digester Gas Compressors 11410 Circular Sludge Collecting Equipment 11440 Sludge Flotation Thickener Equipment lento (Lodi. CA WSWPCF) (Capacity Expansion) Q-1 (14915 ) (AD4-23) 11450 Straight Line Sludge Collecting Equipment 11510 Rapid Mix Equipment 11570 Membrane Diffused Aeration Equipment 11620 Centrifugal Aeration Compressors 11720 Chemical Feed. Systems 13232 Fixed Digester Covers 13234 Floating Gasholder Digester Covers 13400 Instrumentation 13410 Programmable Logic Controller 14950 Lagoon"Pumping System 15102 Eccentric Plug Valves 15120 Hydraulic Power System 16100 Major Electrical Equipment 16150 Adjustable Frequency Controllers (Lodi. CA WSWPCF) (Capacity Expansion) Q-2 (14915 ) (AD4-24) t[ 2 Exhibit D KH CaW"NRUCTION Lty Attorney 50tH" December 20, 1989 City of Lodi 221 W. Pine Lodi, Ca. 95241 Re: Bid Proposal for: White Slough Water Pollution Control Facilities 12-15-89 Attn: Bob HcNatt -. City Attorney 221 W. Pine Lodi, California 95241 Reference the bid proposal as submitted by Alder Engineering and Construction Company for the work as referenced. The bid was sub- mitted on 12-15-89. F&H Construction, a qualified bidder on the project hereby protests the submission of the bid by Alder Engineering and Construction Company. The basis for protest is referenced in the General Conditions of the bid documents, specifically page E-3, paragraph four (4).. The text reads, all blank spaces in the bid forts shall be filled. Bids receive7d without all such items completed will be considered nonresponsive. In addition the questionnaire portion of the submitted bid document, which is to have a listing of the names of the manufacturers of equipment, specifically states that failure to furnish all information requested in the Questionnaire may be cause for rejection of the bid. In fact Alder Engineering and Construction Company completed only four of the required twenty-five required items. This in itself puts the City of Lodi in a disadvantage in deteraining the award as they will not be in a position to know the manufacturer of at least eight -four (84%) of the equipment to be supplied. In addition the apparent low contractor has the continued ability after the bid (five days) to reduce the price of equipment supplied by manufacturers, and not let the City of Lodi benefit. In conclusion our company feels that a fair bid was not presented to the City as called for by the bidd_:ig documents, and ask that the bid of Alder Engineering and Construction Co =pang be deemed non-responsive. ncerely, &4& Clark Freg e V,p f Sec. Treas. cc: Jack L. Ronsko Public Works Director General Engineering and Building Contractors 4945 Waterloo Road • P.O. Box 55245 • Teleptone (209) 911-3738 • Stockton. California 95205 • FAX (209) 931-4427 Lae No. 293306 12./27/89 16:49 et 2668856 ALDER CONST C Exhibit E CONSTRUCTION COMPANY So Lake CRY. uah 4123 DECEMBER 27, 1989 JACK L. ROKSKO. Public Works Director CITY OF LODI, CITY HALL 221 WM PINE STR88T LODI, CALIFORNIA 95241-5634 R8: Award of the White Slough Water Pollution Control Facility Expansion Project. Gentlemen: We received your letter of December 21. 1989 and we are also anxious to get this project awarded and under construction. In the above letter you mention that the City Council in it's meeting December 20, 1989 has two concerns that have delayed the award of the contract to Alder Engineering & Construction_ First, in a letter from F & H Construction protesting our bid as being nonresponsive, because we did not fill out all of the blank* on the bid form. Please note F & H Construction's reference to paragraph 4 page B-3 states... "All blank spaces on the bid form shall be filled..", yet the Questionnaire states "Failure to furnish information.... ..MAY be cause for rejection of the Bid." The bid documents are defined by the INVITATION TO BID, as consisting of the SPECIFICATION AND DOCUMENTS, for the WRITE SLOUGH WATER POLLUTION CONTROL FACILITIES CAPACITY EXPANSION IMPROVEMENTS, CITY OF LODI, CALIFORNIA, VOLUME I, VOLUME II and contract drawings for the construction of: This Plant_ 12/27/89 16:49 QP`2668(M ALM CONST r` Award of White Slough Water P C F Expansion Alder Engineering do Construction Co. 3939 South 500 Went Salt Luke City, Utah 84123 The INVITATION TO BID as amended by addendum #4 states that "The owner reserves the right to award the contract base bid with no, all, or any combination of deductive alternatives, to reject all Bids, to waivo informalities, and to reject nonconforming, nonresponsive, or conditional Bide." The INSTRUCTION TO BIDDBRS, Item 10. AWARD OF CONTRACT also statna that you "... can waive informalitiee," . This clause gives The City the option to choose any bid from the bids submitted that best meets your needs and reject those that don't.. Alder Engineering and Construction's Bid of $9,933,405.00 is a responsive bid from a construction company that hats thirty years experience in municipal water and wastewater treatment works, and meets your needs. The information miaeins on our bid form at bid time has been provided to the City, as requested by the project engineers. Your reserved right to waive informalities would allow you to accept our bid as submitted. The second concern seems to be "the fact that you (Alder) have not yet submitted an instrumentation supplier which meets the qualifications in the specifications." Section 13400 - INSTRUMENTATION 2. SUPPLIER'S QUALIFICATIONS. The entire system shall be designed, coordinated, and supplied by a qualified system supplier who is regularly engaged in the business of designing and building instrument control systems for water and wastewater products. The specification does not name any manufacturer as an approved source of supply, and therefore does not eliminate any manufanturer as a possible supplier. Before the first bidding of thin project November 1, 1989 Karris Engineering contacted Black and Veatch, requesting approval to bid on the instrumentation package on this project. Karris Engineering wan not told that they could not bid, and assumed that since they were not rejected they could bid the project and work out the details of approval later. 12/27/89 16:50 12W2668856 ALDER CONST CP -- Award of White Slough Water P C F Expansion Alder Engineering do Construction Co. 3939 South 500 West Salt Lake City, Utah 84123 They submitted a bid to all electrical subcontractors involved in the November 11 bidding and also gave the general contractors a copy of their bid. At Bid time some of the General Contractors may have listed them as a s•pplier of instrumentation equipment. Alder listed Analog and Digital Systems as our instrumentation supplier. All bids from the November 1, 1989 bidding were rejected and new bids were called for on December 15, 1989. Addendum #4 was written November 30, 1989, to set forth the conditions for the rebid. Addendum #4 does not indicate that there was any problem with using Karris Engineering as a supplier of instrumentation equipment. As a result Barris Engineering again submitted a bid to all electrical subcontractors to supply the Section 13400 INSTRUMENTATION. For the December bidding BEARD CORPORATION, an electrical subcontractor, submitted us an unpriced facsimile bid form to Alder to outline the items they intend to cover in their bid. The pricing was called to us by telephone as well as the list of suppliers they intended to use. Beard Corporation was the low electrical subcontractor and included Karris Engineering as their instrumentation supplier. We understand that BEARD ELECTRIC CORPORATION was listed as the lour electrical subcontractor by almost all other General Contractors bidding this project the second time and Karris Engineering was listed as the instrumentation supplier by all of the general contractors. Any cost advantage gained by using Karris Engineering as the supplier for Section 13400 INSTRUMENTATION was given to the OWNER in our bid on the contract. I was told at one point in time before the bid opening of December 15, 1989 that if I used either TRANS -DYNE CONTROLS or CMC that I would have no resistance to their approval as a Instrumentation Suppliers. These manufacturers or suppliers names were not included in the specifications as a standard of quality and it is industry standard that other manufacturers could be used pending review of their qualifications after the award of the General Contract but before issuance of the subcontracts. rnnsAr.r T% rmrd n___ 7 0 903 r_. 12/27/89 16:50 vfp _ 2668856 ALDER CONST r, — Award of White Sloush.Water P C F 8xpaneion Alder 8nsin,eering= & Construction Co. 3939 South 500 West Salt Lake %City, Utah 84123 We will provide -an Instrumentations Supplier that best meets:thequalification requirement of the specification. Ws: x311 have to revfeo►.: wfth: the _project ensinser, to be ,acre- hether-CMC or''Khrris.Snsineering is beat -qualified to do thix work. acc2�'a9 cwova RIC-ARD E. MACEY LAWRENCE R. BRISCOE JULIE M. MACEY City of Lodi 221 W. Pine Lodi, CA 95241 MACEY & BRISCOE ATTORNEYS AT LAW ASSOCIATED IN T..E PRACTICE OF LAW 4609 OuA.L .AAES DRIVE. SUITE 4 STOCKTON. CALIFORNIA 95207 December 27, 1989 Attention: Bob McNatt - City Attorney Re: Bid Proposal for: Dear Mr. McNatt: Exhibit F White Slough Water Pollution Control Facilities - 12/15/89 TELEP.ONE 12091 9S.-8227 FACSIMILE 12091 474-6867 This letter is being written to you in accordance with our telephone conversation of this date. As you are aware, this office represents F & H Construction Company who bid on the above designated project. At the time of the bid openings it was thought by the City of Lodi that Alder Engineering and Construction Company was the lowest responsible bidder. On that basis, F & H Construction Company would have had the second lowest responsible bid. However, it is the position of F & H Construction Company and in accordance with a previous letter forwarded on December 20, 1989, by said Company that F & H Construction is the lowest responsible bidder on this project and that the contract should be awarded to F & H Construction Company. The bid of Alder Engineering and Construction Company is an irregular bid, which irregularity is of such a substantial nature that it afforded the Alder Company an advantage over the other bidders and affects one or more of the main and substantial elements that were contemplated and considered in reaching a price figure and the result then would affect the amount cf the bid to the detriment of the City of Lodi and the other bidders. The irregularity of which F & H Construction is complaining and which should make the bid in any decision reached by the City of Lodi an irregular and unacceptable bid is that the bidder Alder Engineering and Construction Company, although it had numerous other discrepancies in it's bid, failed to furnish all information requested in the "Questionnaire" which according to Addendum "4" was a bid form requiring a listing for all manufacturers of equipment and which form is designated (Q-1). Out of a list of 26 equipment suppliers only four (4) were designated by Alder Engineering which amounts to an omission of Bob McNatt - City Attorney December 27, 1989 Page Two almost 84% of the equipment to be supplied. That particular portion of the bid was substantially left unanswered. This is a very substantial portion of any contractor's bid because it would be normal to get a price as F & H Construction did from each equipment manufacturer so you could base your bid price on the quoted price of each equipment manufacturer. The vital nature of this information is further demonstrated by the fact that Alder Engineering and Construction Company when approximately three days after the bid opening, submitted a document purporting to contain the information requested. In examining that document it should be noted that even that creates what must further be determined to be an irregular bid and unacceptable. Specification Section 11332 contains three alternative equipment manufacturers, Section 11334 contains two alternates, Section 13232 lists two alternates and finally, Specification Section 11234 contain two alternates. By the use of these alternates Alder is still able to get counter -bidding which could reduce the price and cost of their work depriving the City of Lodi of a benefit that should have been given to the City of Lodi and as well acts detrimentally against the other bidders who submitted the manufacturers of their equipment and were bound by their submittals. Not only did Alder Engineering and Construction Company enable itself to get competitive bids from the majority of its equipment manufacturers by not complying at all with the bid form, but it still is in a position to competitively reduce it's cost, again, without giving the City of Lodi any advantage of that reduction and detrimentally affecting the other bidders. The matter of irregular bids and the legal effect is discussed in Attorneys Guide to California Construction Contracts and Disputes authored by James Acret. In Section 4.17 it is stated in regard to "Irregular Bids": "If there is an irregularity or a clerical error in the bid the public authority is faced with a question of whether it can award the contract to the apparent low bidder if both parties are willing to waive the irregularity. If the irregularity does not materially affect the proposal the awarding official may waive the admission or variance. In determining whether an irregularity is of Bob McNatt - City Attorney December 27, 1989 Page Three a substantial nature the question is whether it affords the bidder an advantage over other bidders and affects one or more of the elements that were contemplated or considered attects the amount or the Dia. to added) Citing authorities)" P. 175 The principle of law is cited in Menefee vs. County of Fresno, 163 Cal App 3d, 1180; 210 Cal Rptr, 99, 102. In that case it was stated that there should be no waiver of an irregularity in a bid which would give the bidder an unfair advantage stating as follows: "Williams vs. Bergin, 129 Cal, 461; 62 P, 59 establishes the principle that waiver should not be allowed if the irregularity would give the bidder an unfair advantage..." In that case, the contractor failed to sign the bid form but the Court held that since he had also signed the bond plus other areas of signature that in itself was not an irregularity that gave the bidder an unfair advantage, but the case recognizes the theory of an unfair advantage over other bidders. In City Counsel of Beverly Hills vs. Superior Court (1969) 272 C.A. 2d, 876, the lowest responsible bidder did not have a license at the time the bid was submitted but at that time the contract was awarded the bidder did have the proper license. Nevertheless, in that case, the Court held that that was an irregularity that would require the City to turn down the bid. The requirement of listing the equipment supplier is completely analogous to the "Subletting and Subcontracting Fair Practices Act, Public Contract Code Sections 4100-4114." The same reasoning that caused the Legislature to enact the Subcontracting Fair Practices Act obviously would affect the failure of the listing of the material suppliers. It was stated by the Legislature: "The Legislature finds that the practices of bid shopping and bid peddling in connection with the construction, alteration and repair of public improvements often results in poor quality of material and workmanship to the detriment of the public, deprive the public Bob McNatt - December 27, Page Four City Attorney 1989 of the full benefits of fair competition among prime contractors and subcontractors, and lead to insolvencies, loss of wages to employees and other evils." (Addendum to Section 4104 of the Public Contract Code) Certainly every one of those practices that the Legislature hoped to eliminate is present in the requirement of the listing of the material suppliers. The same principles would apply to the situation now before the City Council of Lodi wherein the contractor is promiscuously substituting equipment suppliers and it would appear it is obviously shopping for bids to its own advantage contrary to the interest of the other bidders and the best interests of the 'City of Lodi which should have received the advantage of any reduced bid. It is the position of F & H Construction Company that the irregularity referred to herein was of a substantial nature in that it afforded Alder Engineering and Construction Company an advantage over the other bidders and not only in that respect but also in the respect that it affected one or more of the elements that were contemplated and considered in reaching a price figure so that the result did affect the amount of the bid and also detrimentally effected the City of Lodi to the advantage of Alder Engineering and Construction Company. It is also the opinion of F & H Construction Company that if it is not awarded the bid, it would be entitled to it's loss of profits as well as the costs of preparing the bid and it's bid bond. It is my understanding that F & H Construction will be given the opportunity of appearing at the City Council Meeting of January 3, 1990, to further present its case. Sincerely, MACEY & BRISCOE Richard E. Macey Attorney at Law REM: jg ALDER CONSTRUCTION COMPANY PROJECT M 198 to 1989 j WWTP (72,Wo) Figure Two VVTP (14.49x) Other (7.3't'*) Idings (7.590) iindges (1.y ) Notes: WWTP = Wastewater Treatment Plants WTP = Water Treatment Plants Other = Water Pumping Plants, Co -generation Facilities, Hydro -electric Plants, and Reservoirs W. . EXHIBITS No. 1: City of Evanston, Wyoming No. 2: Salt Lake County Water Conservancy District i No. 3: James M. Montgomery Engineers No. 4: Terco Pipe and Fabricating, Inc. No. 5: Ted R. Brawn and Associates a-3 cXHiBIT ONE CITY OF EVANSTON 1 IoM*u 4� F:VANti ON. NVY()MING 829'() G ( 307) 789-9690 �STO x 12 October 1989 Ms. Karen Hayes. Director Board of Trustees Clark County Sanitation District 5857 East Flamingo Road Las Vegas, Nevada 89122 Dear Ms. Hayes: Alder Construction Company is now closing out a Water Treatment Plant reconstruction project for the City of Evanston, Wyoming. Our involvement with Alder Construction in this project has been very positive. The project has been completed within time and budget constraints set forth by the contract documents. Mr. Donald Fryor asked me to inform you of our projects successful completion and advise you of the character and quality of Alder's work. Alder Construction Company has been an excellent contractor to work with. They have high standards and work ethics. They have been cooperative regarding changes. They have accepted responsibility and performed within the confines of the contract documents and specification to complete this project on a pleasing manner to the owner. tie are pleased to respond favorably for this company since it was largely their work and cooperation that made our project'a success. If you would like specific information relating to th:.s letter of recommendation, please call me at (307) 789-9805. Sincereey el, Zrian L. Ii�,ney City Engineer BFI/lk GERALD K. MALONEY. Charman and O -rector VERNE BREEZE. Vico Chairman and D.ecior October 16, 1989 iwo Ms. Karen Hayes Chairman, Board of Trustees Clark County Sanitation District 5857 East Flamingo Road Las Vegas, Nevada 89122 Attention: William Mahorney Dear Ms. Hayes: DAVID G. OVARD Genera! Manager FF r Secretary, Treasurer SUBJECT: Experience with Alder Construction Company This letter is sent to inform you of our recent=xperi.ence with Alder Construction Company-. In particular, I believe it may be of assistance to you as you consider an award of contract for your recently bid construction project. Alder has ompleted a two-phase project for the Salt Lake County Water Conservancy District which is known as the Jordan Narrows Pump Station. Construction for this project sunned a period of 18 months. It included construction of a $4,000,000 pumping station and related facilities on the bank and within the channel of the Jordan River. Construction time constraints and substantial dewatering efforts on this project are probebly similar to key concerns on your project. Mr. Don Fryer acted as project manager and the contractor's engineer for this project. Our experience with Alder has been very good. Alder proved to be successful in shoring and dewatering methcds. We found Alder to be very capable in these work items because of the engineering expertise of Mr. Fryer and the skill of choir project superintendent. Our experience on the Jordan Narrows project has been that Alder Construction Company has not requested extra payment for construction technique failures. Costs for the few construction errors were absorbed by Alder. 8215 South S:?00'ti ort • P C� Sox ,, t:.e'St Jordan. ij!, �•:Q?a - ,201,0 • (80.) 565-630J Fa, (F30t) 56:r83t7 Ms. Karen Hayes Chairman, Board of Trustees Clark County Sanitation District October 16, 1989 Page Two I hope this description of our experience is of assistance to you in your considerations. I would be happy to discuss our experience further with you if you desire. Sincerely, Richard P. Bay, PE Chief Engineer cW c: Don Fryer 50oth Wa..11Ch ({<)t:1�•v.v1(J :iudC 200 .51:111 l Ake C"v I ItBh 84 124 - JM,James. i A Mta vlgot t a;cv 11 Clark County Sanitation District 5857 East Flamingo Road Las Vegas, NV 89122 ATTN: Karen Hughes, Chairman Board of Trustees PROJECT: New Aerated Grit Chamber SUBJECT: Alder Construction Company B'd Gentlemen: October 16, 1989 i.•t.•(rtyln.' We have been asked by Don Fryer of Alder Construction Company to provide the following information regarding the Jordan Narrows River Intake Pumping Station, a project Alder recently completed for the Salt Lake County Water Conservancy District, and for which JMM served as design and construction management consultants. The job included construction of a major raw water pumping facility (11,000 horsepower, 165 mvd) on the bark of the Jordan River in southern Salt Lake County on an extrem^_ly difficult site. The project site was very small with limited access, located on steep terrain with highly permeable gravelly soils and high groundwater conditions resulting from the adjacent river. Alder Construction Company, with Don Fryer as project manager, was low bidder for the work. According to Mr. Fryer, a major factor which differentiated themselves from other bidders, was Alder's proposed excavation and dewatering method. Their dewatering system and excavation control method relied on limited use of sheet piling and construction of a perimeter gravel drain and sump. Alder used this system successfully to control the excavation and accomplish the work to meet critical construction schedule deadlines. The construction methodology employed appeared to he appropriate for the job, and the project r:ever was at risk from the contractor's construction methods. We regard Alder Construction Company as .' \\•«11 qualified general contractor and Don Fryer a competent project manager. We do not hesitate to recommend Clark County Sanitation District _Z_ October 16, 1989 them for the types of water and wastewater related public works projects they have constructed for our clients. Sincerely, JAMES M. MONTGOMERY Consulting Engineers, Inc. Robert Mayers, P.E. /kbt cc: William Mahoney, CCSD Marc Brown Don Fryer FrillhI,r Fnuu Terco Pipe & Fabricating, Inc. 14907 TREICIiEL RD. P.O. DRAWER 400 TomRALL. TEXAS 77375 713-351-1008 October 13, 1989 Clark County Sanitation District Board of Trustees Ms. Karen Hayes, Chairman 5857 East Flamingo Road Las Vegas, Nevada 89121 Attn: William Mahorney Gentlemen: I was recently contacted by Mr. Don Fryer of Alder Construction Co. concerning a project his firm bid for work in your facilities. He stated that you had concerns for his construction methods and asked, k. as our firms have successfully completed several projects together over the yeers, would I write a letter to you summing my experience with Alder Construction Co. Alder has been one of the top General Contractors in the Utah region for decades. We, along with their competitors, are sometimes amazed i'. how competetive their bids are. Given the fact that often their ,ids are low due to use of alternative construction methods, and they emain extremely strong financially, one cannot argue with the fact :hat they know what they're doing. believe the secret to their success is in their engineering and .ianagement. I have often been impressed with the thoroughness of :heir deliberations before bid time and many times have been requested :o redesign certain aspects of a project before the bid in order to be note competetive and, ultimately, save the owner money with a Well :onstructed project. Another key factor in Alder's success has been the quality of their field supervisors. mt. mice Alder, and his father Jack before him, have employed extremely qualified supervisors. In many instances we have been presented with pipe installation problems due to soils, hazards, etc. and the solutions pro;noted by their field supervisors have always worKed. Never have we failed and been required to "re -think" the problem. Alder is strong financiaily. They pay their bills promptly and without argument. This is an oddity in the municipal construction field and enables the= to get lower bids -4r -0m their—vendors. Finally, if Mr. Fryer is convinced of his construction methods for your project, he has proven those methods before. Often I have disagreed with his ideas, but he has always proven me wrong. If I may be of further assistance please call. sincerely, f;4 - i Billy R. Terrell, President Terco Pipe,& Fabricating, Inc. BRT/rdb J Ted R. Brown and A s s (-) c i a t es t 11 C. ManuJacl ure; s `Rerc.�enfafitiei P. O. sw 1356 Tel: (801) 484-7241 1401A1,jtKSq. FAX X01.467-SV 1 \ Salt Lae City. Utah 64110 October 12, 1989 CLARK COUNTN SANITATION DISTRICT Chairperson of the Board of Trustees 5857 East Flamingo Road Las Vegas, Nevada 89122 Attention: Ms. Karen Hayes Reference: Aerated Grit & Secondary Treatment Plant Ordor Control Oear Ms. Hayes: in being one of the leading sales representative companies in Salt Lz!ke City for the past 36 years, I would like to share with you our experiences in working with Alder Construction. in this mountain area it is common knowledge that Alder Construction has the highest ethical standards in the business. As a supplier, I feel confident In awing prices out early to them knowing rely numbers w i I l be kept in strict cont idence. I t is also my experience that after the bid, products are never "shopped" around or cheaper substitutes used. As an Application Engineer I work closely with all of the major engineer companies who manage these projects. Here again, it is common knowledge about the quality of work Alder does in the fielcl It is my expressed opinion that the Sanit2tlon District should be pleased to have Alder instal l the above mentioned project and feel reassured about the quality of work, management and engineering skills that Alder can of t er. fl Please fine enclosed a coy of our line card showing some of the major lines we carry. Also P1ease find the article that ran Ina local construction magazine showcasing some of Alders major projects If need be, please feel free to call. Thank you and good luck on your project. Regards, TED R. BROWN & ASSOC I ATES, INC. SalesS. Pappas S ales & Application Engineer JSP/lm Enclosure