Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Agenda Report - April 6, 2011 C-10
AGENDA ITEM � 401 CITY OF LODI COUNCIL COMMUNICATION 9M AGENDA TITLE: Adopt Resolution Rejecting Protest, Authorizing City Manager to Execute Contract for G -Basin (DeBenedetti Park) Stormwater Pumping Station Project with F & H Construction, of Stockton ($1,746,000) and to Negotiate a Professional Services Agreement with Neil O. Anderson & Associates, of Lodi, to Provide Construction Testing and Inspection Services for G -Basin Storm Drain Related Projects (Not to Exceed $35,000) and Appropriating Funds ($2,100,000) MEETING DATE: April 6, 2011 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution rejecting protest, authorizing City Managerto execute contractfor G -Basin (DeBenedetti Park) stormwater pumping station projectwith F & H Construction, of Stockton, in the amount of $1,746,000 and to negotiate a professional services agreement with Neil O. Anderson & Associates, of Lodi, to provide construction testing and inspection services for G -Basin storm drain related projects in an amount not to exceed $35,000 and appropriating funds in the amount of $2,100,000. BACKGROUND INFORMATION: This project consists of constructing a stormwater pump station at the deep basin located at DeBenedetti Park, as presented in Exhibit A. The improvements include site improvements, mechanicaltrash removal racks, piping, electrical building, standby emergency generator, electrical/instrumentation/controls, Supervisory Control and Data Acquisition (SCADA) integration, and other incidental and related work, all as shown on the plans and specifications for the project. Staff recommends negotiating a professional services agreement with Neil 0. Anderson & Associates, as this local firm has previously provided construction testing and inspection services at the G -Basin project site. The contract value would not exceed $35,000. The scope of services would potentially include work at the pump station project and main, the water weir site, and the overflow weir structure. The requested appropriation includes construction, engineering, testing and inspection services, and contingencies for the project. Plans and specifications for this project were approved on February 16, 2011. The City received the following 15 bids for this project on March 21, 2011. Bidder Location Bid Engineer's Estimate $2,034,922.05 F& H Construction Stockton $1,746,000.00 MCI Engineering Stockton $1,751,800.00 Vinciguerra Construction Jackson $1,760,000.00* APPROVED: Konradt am, City Mana@er K:\WP\PROJECTS\STORMDRN\G Basin PumpStation=ward.doc 3/29/2011 Adopt Resolution Rejecting Protest, Authorizing City Manager to Execute Contract for G -Basin (DeBenedetti Park) Stormwater Pumping Station Projectwith F & H Construction, of Stockton ($1,746,000) and to Negotiate a Professional Services Agreement with Neil O. Anderson & Associates, of Lodi, to Provide Construction Testing and Inspection Services for G -Basin Storm Drain Related Projects (Not to Exceed $35,000) and Appropriating Funds ($2,100,000) April 6, 2011 Page 2 Bidder (continued) Location Bid Conco-West, Inc. Manteca $1,796,000.00 Teichert Construction Stockton $1,816,050.00 Ariza Construction Carmichael $1,975,000.00 Diede Construction Woodbridge $1,992,115.00 Tidelands Construction Brentwood $2,019,500.00 JJM Engineering Sacramento $2,033,335.00 GSE Construction Livermore $2,071,500.00 McGuire & Hester Oakland $2,081,000.00 Andrew L. Lee, Inc. Lodi $2,131,000.00 J R Filanc Construction Escondido $2,165,684.00 TTS Construction Lodi $2,174,665.00* Manito Construction Pleasanton $2,414,690.00 * Corrected Total Bid Protest Analysis The second low bidder, MCI Engineering, protests the award of the contract to the low bidder, F & H Construction. MCI contends that F & H failed to list subcontractors to perform 1) the site grading excavation and site preparationwork and 2) the System Integrationwork as required by the Subletting and Subcontracting Fair PracticesAct ("Listing Law") (see MCI letter, Exhibit B). The Subcontractor Listing Law (Public Contracts Code Section 4100 and following) requires prime contractorsto list subcontractors they intend to use in their bids. It also prohibits prime contractors from changing subcontractors after submitting their bids in order to prevent unfair bid shopping after bid submission. Under the Listing Law, "[i]f a prime contractor fails to specify a subcontractor ...the prime contractor agrees that he or she is fully qualified to perform that portion of the work himself or herself, and that the prime contractor shall perform that portion himself or herself Public Contracts Code Section 4106. However, the Listing Law does not provide any remedy for a competing prime contractor for the successful low bidder's violation of the Listing Law. The only remedies provided are a contest by the listed subcontractor (Public Contracts Code Section 4107) and penaltiesto be assessed by the City against the successful bidder (Public Contracts Code Section 4106). MCI contends that F & H cannot perform the work and that, therefore, F & H's bid must be rejected as non-responsive. MCI's contention is based on its attorney's unsupported assertion that "MCI has worked with F & H on past projects... and has never seen F & H's own forces performing this type of earthwork." However, F & H is in fact licensed to perform earthwork as a General Engineering Contractor (see F &H response letter, Exhibit C). Moreover, F & H has performed earthwork and site preparation on past projects for the City, including Hutchins Street Square. MCI provides no authority to support the conclusion that the City must reject a prime contractor's bid where, as here, the low bidder is in fact qualified to perform the work and staff is aware of none. As such, F & H's bid constitutesthe certification that it will perform the work under Public Contracts Code Section 4106. F & H has responded that it does intend to self -perform those tasks and is appropriately licensed to do so (Exhibit C). MCI also contends that F & H failed to list a subcontractorfor the System Integrationwork and that F & H is not qualified to perform the work. However, F & H's bid does in fact list an Integration System supplier K:\WP\PROJECTS\STORMDRN\GBasinPumpStation\CAward.doc 3/29/2077 Adopt Resolution Rejecting Protest, Authorizing City Manager to Execute Contract for G -Basin (DeBenedetti Park) Stormwater Pumping Station Project with F & H Construction, of Stockton ($1,746,000) and to Negotiate Professional Services Agreement with Neil O. Anderson&Associates, of Lodi, to Provide Construction Testing and Inspection Services for G -Basin Storm Drain Related Projects (Not to Exceed $35,000) and Appropriating Funds ($2,100,000) April 6, 2011 Page 3 (Telstar) and an installer (Bockmon and Woody) (see Exhibit C). As such, staff recommends that Council reject MCI's bid protest. FISCAL IMPACT: There will an increase in the long-term power and maintenance costs for pump station and related equipment. FUNDING AVAILABLE: Requested Appropriation: Storm Drainage Impact Mitigation Fund (326): $2,100,000 Jor an Ayers Deputy City Manager/Internal Services Director F. Wally Sa 6116 Public Works Director Prepared by Lyman Chang, Senior Civil Engineer FWS/LC/pmf Attachments cc: Deputy PublicWorks Director— Utilities Interim Parks and Recreation Director Senior Civil EngineerChang Kenneth Schumaker, MurphyAustin Adams Schoenfeld, LLP F & H Construction MCI Engineering K:\WP\PROJECTS\STORMDRN\GBasinPumpStation\CAward.doc 3/30/2011 " 11 1r% J i m CENTURY DLvu Proposed Pump 0 Station FUTURE PUMP -1 N 1 ooa, Existing 72 -inch soo' R� Storm Drain Pipe Existing Weir Structure Existing Outfall Existing Basin Interconnect Ex Deep Basin EXHIBITA K:\DESIGN\ProjectsMasin SD\Old Dwgs\P_SD_2.dwg, COG EXH, 01/20/2011 9:55:57 AM Exhibit B VAMAR MURPHY AUS"TI N ImADAMS SCHOENFELD I1_,P March 24, 2011 VIA EMAIL AND MAIL Lyman Chang Senior Civil Engineer City of Lodi 221 West Pine Street Lodi, California 95241 KENNETH 1. SCHUMAKER (916)446-2300, EXT. 3091 DIRECT FAX: (916) 503-4000 kschumaker(ir)tnurphyaustin,com Re: Bid Protest for MCI Engineering, Inc, for the Lodi G Basin Stormwater Pump Station Project Dear Mr. Chang: Our office represents MCI Engineering, Inc. ("MCI"), the lowest responsive, responsible bidder for the above project. MCI hereby protests any intended award to Vinciguerra Construction ("VC") or l,'&I I Construction ("I'&fI") of the contract for the Lodi C Basin Stormwater Pump Station Project ("Project") for the City of Lodi ("City") that was bid on March 21, 2011. As detailed below, MCI is the lowest responsible, responsive bidder, and should be awarded this contract for the Project. As discussed below, VC's bid price is actually higher than MCI's bid when the individual line items are added together. Also, VC failed to list an Instrument System Supplier/Installer, and thus its bid is non-responsive, As for F&I1, F&I I's bid is non-responsive and F&II is a non -responsible bidder for the following reasons. 1) F&H failed to list subcontractors for the Integration System, grading/excavation/site preparation, site improvements, and mechanical scopes of work required under the contract documents Based on F& ]Ts failure to list subcontractors, F&I-I has violated the Subletting and Subcontracting Fair Practices Act,' its bid is non-responsive, and F&I I is a non -responsible bidder, The Subletting and Subcontracting Fair Practices Act is found at Public Contract Code sections 4100, et seq. Section 4104 (a)(1) requires prime contract bidders to set forth in their bids: The name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California, who, under subcontract to the prime contractor, specially fabricates, and installs a poition of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid or, in the case 3935.001-1056922.1 304 "S" Street Sacramento, CA 958n-6906 Post Office Box 13ig Sacramento, CA 95812-1319 Tel 916.4.4.6.2300 Fax 916.503.4.000 www.murphyaust.m.com Lyman Chang March 24,201 1 Page 2 2) For the Integration System, grading/excavation/site preparation, and site improvements scopes of work, F&H does not self perform this type of work. F&H's bid is thus non- responsive since it cannot self perform work for which it failed to list subcontractors. 1. VC'S BID TOTAL IS HIGHER THAN MCI'S RID AND ITS RID IS NON- RESPONSIVE I n its bid proposal, VB listed a total bid amount o1'$1,742,000. 00 (a copy of VC's bid is attached to this letter as Exhibit A). However, after adding up all of the line items in VC's bid, it is clear that VC'stotal bid price is $1,760,000.00. This total price is higher than MCI's total bid price of $1,751,800.00. Thus, with regard to VC, MCI is the lower responsive, responsible bidder. Also, the project includes very technical and specialized process instrument and control systems. This work is governed by Specification section 16710, a copy of which is attached to this letter as Exhibit B. As specification section 16710 states, an Instrumentation System Supplier must cause the complete process instrumentation and control systems to be furnished and installed by as I ng] e company that meets very stringent requirements. Further, in Addendum 1-3, a copy of which is attached as Exhibit C to this letter, the City identified a specific entity, Telstar Instruments, Inc . that could serve as the Instrument System Supplier. Since Specification section 16710 indicates that the Instrument System Supplier was to install the systems, and since this work exceeds the listing thresholds established by the bid documents and Public Contract Code section 4104 (as confirmed by the $55,000.00amount identified by VC in line item 17 of its bid), VC was required to list as a subcontractor an entity to perform the Integration System work. VC did not list an Instrument System subcontractor in its bid, and thus its bid is non-responsive Further, VC is not qualified to self perform this work since it clearly cannot meet the stringent requirements set forth in the specifications. Conversely. MCI, in its bid proposal (which is attached as Exhibit D), listed Telstar as a subcontractor for this scope of work MC.'I provided a proper subcontractor listing, and VC did not. The purpose of the public contracting statutes is to ensure full compliance with competitive bidding laws as a means of protecting the public from misuse of public funds, to provide all qualified bidders the fair opportunity to join the bidding process, and to eliminate of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($1 0,000), whichever is greater. 3935 001-1056922 1 MtJRPtiY AUSTIN ADAMS SCHOENFELD LLP Lyman Chang March 24, 2011 Page 3 favoritism, fraud and corruption in the awarding of public contracts. See Public Contract Code section 100. Even the appcarancc or possibility of an impropriety is forbidden in public contracting, even where it is clear that no impropriety occurred. See e,g,, Thomson v. Call (1985) 38 Ca1.3d 633, 649 (the object of conflict of interests statutes of public officials is to limit the possibility of any personal influence). See also, Konica Business Machines USA, Inc. v. Regents of the University of California (1988) 206 Cal.App.3d 449, 456. (The inference of unfair competitive advantage, whether or not actual, is the standard by which legality of public contracts arejudged.) Further,just the possibility of such a situation requires rejection of VC's bid since VC would be provided an unfair advantage - the opportunity to back out - not given to the other bidders who properly listed subcontractors. See Dalley Crest v, City Council, 41 Cal.App.4th 1432, 1442 (1996). Finally, the Subletting and Subcontracting Fair Practices Act is designed to prevent bid shopping and bid peddling and to make sure that competitive bidding procedures are followed. VC's bid clearly provides it an unfair competitive advantage that cannot be countenanced by the City. 2. F&H'S I<AILURE TO LIST SUBCONTRACTORS RENDERS ITS BID NON-RESPONSIVE Attached as 1xhibit I:; to this letter is F&II's bid form, including its list of subcontractors. As indicated above, F&I I had a legal duty to list all subcontractors whose work exceeds '/2 of 1% of the total bid price (about $8,700.0)or $10,000.00, whichever is greater. By failing to list subcontractors,F&H's bid is non-responsive. The Integration System, grading/exeavation/site preparation, site improvements, and mechanical scopes of work scopes of work clearly exceed the above thresholds. For example, F&I I's own bid includes $122,000.00 for grading, excavation, and site preparation, and $27,000.00 for line item no, 17 (the Instruinentation System) F&I-I did not list subcontractors for these scopes of work Conversely, the bid form filled out by VC includes subcontractors for site work and HVAC (which is mechanical). MCI's bid properly lists subcontractors for the Integration System and mechanical scopes of work, While MCI did not list subcontractors for grading/excavation/ site preparation or site improvements, it is going to self perform this work by using its own forces. 3935.001-1056922.1 MURPHY AUSTIN ADAMS SCHOENFELD UP Lyman Chang March 24, 201 1 Page 4 3. F&H'S BID IS NON-RESPONSIVE SINCE IT CANNOT SELF -PERFORM THE INTEGRATION SYSTEM OR SITE WORK By not listing Integration System, grading/excavation/site preparation, or site improvements subcontractors, MCI anticipates that F&H will argue that it will self -perform these scopes of work. I'o do so, F&H must certify and satisfy the City that it can self -perform the work. MCI does not believe F&I I can meet the requirements. First, as detailed above, the Integration System work is highly specialized and technical work and the City identified a specific subcontractor qualified to perform this work. F&H cannot self perform this work, and thus its bid is non-responsive. MCI also understands that F&I-1 does not employ its own forces or equipment to perform earthwork, grading, site preparation work, or underground work. MCI has worked with F&H on past projects, and is very familiar with F&H's construction practices. MCI has never seen F&H's own forces performing this type of earthwork, Unless F&H can prove otherwise with concrete evidence, MCI contends that F&H docs not anticipate self -performing the site work. Accepting F&H's bid will contravene the bid documents, and will also specifically negate the quality controls intended by those documents - which will have a direct impact on the Project itself. Bids on public projects must strictly comply with the bidding requirements. Konica Business Machines USA, Inc. v. Regents of the University of California (1 988) 206 Cal.App.3d 449,454. In this instance, F&I-I's bid clearly does not comply with the bid requirements since it cannot meet the requirements of the specifications. F&H's bid is nonresponsive to the requirements of the bid specifications. Further, the City is required to follow its own rules in awarding contracts. Pozar v. Department of Transportation (1983) 145 Cal.App3d 269-271. The City cannot now change the rules set forth in its own bid documents and award the contract to anyone who did not properly list subcontractors and cannot meet the requirements for an Integration Systems subcontractor per the contract documents. Again, this is consistent with California law, as stated above, and the City's bid requirements. In addition, MCI contends that F&I I is a non -responsible bidder, The concept of responsibility refers to trustworthiness and the quality, fitness and the capacity to perform the work. City of Inglewood v. Superior Courl (1 972) 7 Cal,3d 861. 867. Here, F&H failed to comply with the bid documents. The City cannot trust that F&H will have the capacity or fitness to properly construct the project when it was not able to comply with simple and straightforward bidding requirements. MCI hereby respectfully requests that VC's and F&H's bids be declared non-responsive, that F&I-I be declared a non responsible bidder, and that City award the contract to MCI. If the 3935 001-1056922.1 MURPHY AUSTIN ADAMS SCHOENFELD LLP Lyman Chang March 24, 2011 Page 5 City requests additional information or documentation, MCI will be pleased to provide it, and requests a formal hearing if the City is not inclined to grant the bid protest on the papers submitted. Very truly yours, MUR ,H AU TI ADAMS SCHCENFELD LLP I�NNETIH 1. SCHUMAKER KIS/sh Enclosures cc: MCI Engineering, Inc 3935.001-1056922 1 MURPHY AUSTIN ADAMS SCHOEN1aELD LLP 1al I 1 1011 � CITY OF LODI, CALIFORNIA Date: --/ c ) - To the Lodi City Council c/o Purchasing Officer , (If delivered by FedEx, Up, S or courier) 310 West Elm Street Lodi, CA 95240 r SECTION 3 BID PROPOSAL Bidder; �V 1 nC.t Vy(N C'OYkS tail If delivered by US mail): 1'.O. Box 3006 Lodi, CA 95241-1910 The undersigned declares that the site has been carefu ly examined, Information to Bidders, Contract, General Provisions, Special Provisions, Technical Specifications, and the Plans for the construction of various items required for the above-named project and submits this schedule of prices for the items of the bid. If awarded the Contract, the undersigned agrees to fitrnish all labor, material and equipment necessary to complete said work for this project, excepting those items supplied by the City of Lodi, in strict accordance with the Plans, Information to Bidders, General Provisions, Special Provisions, Teelumical Specifications, and Contract form adopted for the same and the requirements under them of the Construction Manager, and will take in full payment therefor the following unit and total prices, to -wit: Perform the work necessary to complete the Cr Basin Storrnwater Pumping Station, ail as shown on the plans and specifications for BID ITEMS +t•w• -y�4� '��•y �f•F 1' 1��-+�j�,�{r� �i L?ilAa ,��,..; :.:4.)ti"" 'i�" ..;V�. ��d v_}af�• .:T?-'t1'"'�2¢" :F r\ b `ty}�S : �'} }jj�YyS .1• � 11 L.�, �1 f cx- 1 %r / x bs � S^ � � 4 t � �,�•, yy��;�•i: i}- �� �•y �? a �y :m�:,£ • M�! ;� r •'�Y�'i V'��, :^n�,�11r�c} 1 �" yy _ i' - � �r .i'! .= a � ¢¢-� :'V' �1'4'i -�n �!�.�i� t..>':'M .?zy `�YF,. t i'f! � t� } Y" 7 - > x�`� i� . �� . �-���1� �' se. -r ���:••;tai's^' kY 5�,�rt�r: �� �k, - sYty, �r �S�,� V -�� � 'S i ._�: i � '� ,� .F „ f-,T�`c�:. ; •::;', tl � -i i 1 v� K� � .dH- -� �: ��' ¢:?�'f�"',3, a ! x(t � t �yig v,'E.��� ��! �ry�91i '� - f It � •!k- nAi`, y .� c%�. ' Y�` fc ,5.. a , 'h r..t•. �Q_l ^c. �f�'t��� � �+�;:•1' `�. �hw• �9 ?y �? -lt(1 ,r�Yi•ii� �`�,�4j� � x �� k :s, xa �i� , ,�, '1! J\, j1 � £rsrl�� 3� -�1`a �,%,43'ry �.,;?: �: �t .�£3,1i, ',�;�'i �'� W.a, ;;.;._ti r, ✓,� ,rS4k�'�H,�r'. ` i t �v�.' ff is <;' e,�,Q+,. ;�n.l _�--�,£: .tii'�•L'� ..'2��Di 1VY,. yF�'`W 1 1 Mobilization eon Prevention �— Storm Watr PollutiP LS 1 2 LS 1 1 Qc�� tv 3 _...,_,.__ Provide Temporary Utility_ Services 1 — �� L6 l __ 1 — I 1_I iODC _"'�_ta `LMV 4 Dewatering; Permitting; Pumping; and D'sposal LS l � p� � appcq � 5 _Construction Gradin, Excavation and Site Preparation Constrtrct Pump Station Structure-____ � 6 LS� I Soxx 13X W II" 7 1 Furnish Mechanical Trash Racks EA 2 do =P 8Install �` - � Mechanical Trash Racks EA 2 PI --9 Furnish Submersible Pumps _ EA 4 �l�l 01 Lodi G Basin Stormwater Pump Station Febntary 2011 3 --1 MTBO 19102 \Wts2\Proiect\MT'B019102\Documents\SpecsUinal\Div 00\Section 3 doe Section 3 BID PROPOSAL "�hi _ .-:b >'/t i�•Y<.- - •ae:r • >�lr .. 0:: ''V�♦r. . ,. .�: �` � � k .: 1. � h" i -S . :1J.y>:: .:J•ii `�Y'i \:?.E:.-+.< :d ., - •':;%'u;,''S•' -.r >i' .+t^ :�ls. :Kir ,-_T :"• ..�%: r�.'1 i1._ ,`:�.,` { ..ie}.. .`:��a R' . .h. it.n` ^'�}=�- ry.1 ;t. :.J •��!',.:�:.'f.�,� S. t��Jh+' a•k. T.. �r� � �A1 s�,,`F •:Cl - FI:>.,h{'� .. JJl,.�s'> .Y:��'+ _�' .5 �. •»�� ";�;".,'',..�.SCg1(,xp .,Q �-�r".;'. ?y s : 2.£i v.' �.� ±�:'� . � d �J..: �9`Y .:}: �a �S ', .t�. ;;4....,_KA >�`;:_�:-.a„f-„ r., .k.l ti-: :�Y'S, CyXI-•'. . t t �` � tnY,i: '�.r. f'F• ”. - 1. Aa .:?•-%. ;r\Ys;;h;: "1..,.>��: � vc- �;Cr;�. : � .=� , y�i xb L'h�. ; \ . ti• ..>�.s-' ^{�. J . , .,.--..;�, � h^I.s' .2 , },:..:.q'na. :-:6 y a'.k .. c, e.l.�'�FfGY i"Pt5]:. ;..ac...� ! �. �ds• ilF:i ✓.y, Y r�f. - �Y:•. .F,>�:-.i..7. '� �.-. t1X:•^-M' 1. C� '.V r � ..k���. a l::�t `G+�`t ��.. ��gg -`aj P ,:i �.<�., • •h { s+1��•C :� s. .. ' �. , di: •a,4 k t..f - (i1:-� �+:. _ ..1{y{ "1. �. : t ::;1.. ',1 ...F td l�;' . .�,. �_o 7r�, -.:�� � �: W .5:'n�� .,�1�':i .S �./� Se Via. \ •J=� ,��y 1 5 �,� ,=ft.'ll.K '1 i.f '��ii ` {F�C: � . Jy"•h ^r: �?:t'&^<�r c-., 10 Install Submersible Pu s EA 4 I 1 Eq}llp Purrlp *cation Stmctlue5 — 1 JIM (TM CV - 12 Furnish and Install Standby Generator — D jX0 �> �y;,Xj:w 13 Site Electrical, Controls -Sy -4=s, SCADA, and Lighting — LS 1 I5 ( : — 14 15 Site Piping and Appurtenances Electrical Building LS I 1 Ao EA 1 ,� �� 6=00 16 Site Improvements _ LS 1 r• r W 17 HMI Integration of Pump Station Data and Controls LS I , 111 All Sheeting, Shoring ,and Bracing LS I 1()OMPO d ofi 19 _ j Demobilization and Contract Closeout LS 1 1c�C�el 105 t7� TOTAL BID S 1 `7 44 .a , 60-(� The undersigned agrees that if this Bid Proposal is accepted, at the time of the signing of the contract, two good and sufficient bonds will be furnished: one in the amount of 100 percent of the contract price for faithful performance of all the terms and covenants and conditions of the contract; the other in the amount of 50 percent of the contract price to guarantee the payment for labor and materials used in performing the work embraced under this contract. After the contract has been awarded, if the Contractor awarded the bid does not execute the contract, the bidder's guarantee will be forfeited. All bidder guarantees of unsuccessful bidders will be returned after execution of the enntrant and i..cuanne of the Notice to Proceed. Accompanying this Bid Proposal is ��d,c�,�,Y_._ - ___ (insert the words "Cash," "Certified Check," "Cashier's Check," or "Bidder's Bond," as the case may be) payable to the City of Lodi in the amount equal to at least 10°/l of the total bid, which is to be deposited with the City of Lodi as required. The undersigned further agrees that in case of default in executing the required contract, together with the necessary bonds, within 10 working days after receiving the contract for signature, the proceeds of the deposit accompanying the bid shall become the property of the City of Lodi, California, and this Bid Proposal and the acceptance thereof may be considered null and void. However, if the undersigned shall execute the contract and furnish the bonds required within the time aforesaid, the deposit shall be returned forthwith. It is understood that no verbal agreement or conversation with any officer, agent or employee of the City, either before or after the execution of the Contract, shall affect or modify any of the terms or obligations of this Bid Proposal, It is understood that the City will not be responsible for any errors or omissions on the part of the undersigned in making up the bid, nor will bidders be released on account of errors. The undersigned declares that the only person or persons interested in this proposal as principal or principals is' or are the undersigned, and that no person other than the undersigned has any interest in this Bid Proposal or in the contract proposed to be taken; that this proposal is made without any Lodi G Basin Stormwater Pump Station 3 — 2 MTBO 19102 February 2011 \\Mts2\Projcct\M"rB019102\DocumentMpeoffinaRDiv OOISection Idoc Section 3 BID PROPOSAL connection with any other person or persons making a bid or proposal for the same purpose; that the proposal is in all respects fair and in good faith and without collusion or fraud; that no City Officer, either elected or appointed, and rao City Employee is, shall be or become directly or indirectly interested as principal or principals in this Bid Proposal or in the contract proposed to be made, or in the supplies, work or business to which it relates or in any portions of the profits thereof, All representations made herein arc true and are made under penalty of perjury. The undersigned certifies that he/she has read the City's Drug-free Workplace policy and, if awarded the contract, will comply with this policy. The following information is furnished relative to each subcontractor who will perform work or labor or render services to the undersigned in and about the construction of the project in an amount in excess o f one-half of one percent of the total amount of this bid or, on a street, highway or bridge project, work in excess of one-half of one percent or $10,000, whichever is greater. The undersigned agrees that any portions of the work in excess of the specified amounts shown above and for which no subcontractor is designated herein, wili be performed by the undersigned. Name of Subcontractor Address Description of Work \fAa�,�x an. \)cY� _ _I�t� � p\C�D _ NV11 �' (Attach additional sheets if needed, including reference materials for Instrumentation System Suppliers.) The Undersigned is licensed in accordance with the laws of the State of California: License No, �� S G) 63 9 Classification + _ License Expiration Date aC-)"/6�13 _ Federal Contractor/Employer I.D. No. _q y 1 a509 g 9 c_.. Lodi G Basin Stonnwater Pump Station Febivary 2011 3 — 3 MTBO19102. \\Mts2\Project\MTB0J 9102\Documents\Specs\,rinol\Div 00\Section 3.doc Section 3 BID PROPOSAL connection with any other person or persons making a bid or proposal for the same purpose; that the proposal is in all respects fair and in good faith and without collusion or fraud; that no City Officer, either elected or appointed, and no City Employee is, shall be or become directly or indirectly interested as principal or principals in this Bid Proposal or in the contract proposed to be made, or in the supplies, work or business to which it relates or in any portions of the profits thereof. All representations made herein are true and are made under penalty of perjury, The undersigned certifies that he/she has read the City's Drug-free Workplace policy and, .if awarded the contract, will comply with this policy. The following information is furnished relative to each subcontractor who will perform work or labor or render services to the undersigned in and about the construction of the project in an amount in excess of one-half of one percent of the total amount of this bid or, on a street, highway or bridge project, work in excess of one-half of one percent or $10,000, whichevez• is greater. The undersigned agrees that any portions of the work in excess of the specified amounts shown above and for which no subcontractor is designated herein, will be performed by the undersigned. Name of Subcontractor Address Description of Work • - u��c� - 1 C2 �.,-R.C,9:,C— O (Attach additional sheets if needed, including reference materials for Instrumentation System Suppliers,) The Undersigned is licensed in accordance with the laws of the State of California; License No, Classification License Expiration Date_�-_-- Federal Contractor/Employer l,D, No. Lodi G Basin Siormwala Pump Station 3- 3 MTBO 19102 Fnhrnnr�i ?ni t\\Mts2\Prgjec(\M'rBO1I102\Documents\Specs\Final\T)iv MSection 3.doc Section 3 BID PROPOSAL ��1�iPVc�s1�� Dated; Bidder Aut arizeYS�nature Title TYPE OF ORGANIZATION Individual, Partnership or Corporation (Affix corporate seal if Corporation) Address Telephone **ENDOF SECTION" Lodi G Basin Storntwater Pump Station 3 —4 MTB019102 PP.hrnary 201 1 \\N9ts2U'roiect\M'YBO] 9102\Documents\SnecsT-ina)\Div 00\8ection 3.doc j SECTION 16710 PROCESS MSTRUMENT AM) CONTROL SYSTEMS PART I — GENERAL 1.01 DESCRIPTION A. General 1. Furnish all labor, materials, tools, equipment and services for all process instrument and conlrol systems as indicated in accordance with provisions of the Contract Documents, 2. Completely coordinate with work of all other trades, 3. Although such work is not specifically indicated, furnish and install all supplementary or miscellaneous items, appurtenances and devices incidental to or necessary for a sound, secure and complete installation, B. Instrumentation System Suppfier(ISS) The Subcontractors}call cause the complete process insh umentation and control systems to be furnished and installed by a single company. The Instrumentation System Supplier QSS) shall be regularly engaged in the manufacture and installation of pnelnuatic, electronic and process instrumentation systems. T7nese requirements shall not, however, be construed as relieving the Subcontractor of lus responsibility for this part of the work. The ISS shall provide all materials, labor, engineering, as required, per: Section 16600, CONTROL, SENSOR S WITCHES AND AUXILIARIES; Section 16700,CONTROL, PANELS, Section 16710,PROCESS INsTR.UMENT AND CONTROL, SYSTEMS; Section 16800, PROGRAMMABLE LOGIC CONTROLLERS AND ASSOCIATED FQUIPMENT; The ISS shall be responsible for the satisfactory operation of the entire system. The ISS shall produce detailed drawings (panel schematics, inter -connection, and loop diagrams) far the complete coordination and installation of the various system components. The TSS shall perform coordination and field investigation as required to interconnect new and existing controls, and to interface with other trades and package control vendors, so as to provide a complete, documented, and properly operable system. The ISS shall provide the services of a qualified CommissioningEngineer to perform and/or supervise the installation, calibration, start-up procedures, pre -operational testing, and commissioning of each system. Lodi G Basin Stormwater Pump Station 16710 1 MM19102 February 2011 \\Mts2\Project\MT13019102\DocumentslSpecs\rinxl\Div 16/16710 doc Section 16710 PROCESS INSTRUMENT ANT) CONTROL SYSTEMS Functional systern data is shown on instrumentation diagrams and is augmented by accompanying schedules and details. All elements shall be provided as shown and/or other such elements as may be required to complete the system shall be provided even though not shown. C, Qualifications of Instrument System Supplier (ISS) The ISS shall be one of the following vendors: Control Manufacturing Company, Napa, CA KBL Associates, Hayward. CA Meyer Control Corporation, Vacaville, CA Tesco, Sacramento, CA The ISS shall be designated in the Subcontractor's bid documents with a list of three projects of similar size and scope, performed daring the last five years, and including customer references with names and telephone numbers. PART2—PRODUCTS 2.01 MATERIALS A. Signal Transmissions and Signal Conditioners Unless otherwise indicated, electric or electronic signal shall be 4-20mA (milliamps) DC. Signal conditioners and/or isolators shall be provided as required and shall be by AGM, or approved equal. B Electronic Equipment Electronic equipment shall be all solid-state construction. Components shall be substantially de -rated to assure dependability and long-term stability. Printed circuit boards shall be glass epoxy of ample thickness, wave soldered, and heavily varnished for moisture resistance. Alignment and adjustments shall be non-critical, stable with temperature changes and aging, accomplished with premium grade potentiometers, Selected components shall not be required to obtain specified performance. C. Power Supplies 1. Unregulated 120V, 60 Hz power shall be provided to all control panels, and all field instruments indicated as having 120V electric supply. If power is required at any other instruments, if other voltages are required, if regulated power is required, it shall.be provided under this item 2. Components shown with individual 120V AC supplies shall be so provided, they shall not be grouped on common low voltage DC supply, Alternating currentpower supply Lodi 0 Basin Sturruwater Pump Station 16710-2 MTRO 19102 February 2011 11Mts2\Prujcct\MTB019102Wocumcnks\Spres\Finai\Div 16\16710 doc Section 16710 PROCESS INS rRtJM,-NT AND CONTROL SYSTEMS connections for panel mounted equipment shall be hardwired. Field mounted units shall be wired in solid and provided with a power disconnect switch either internally or adjacent to the unit All units shall be protected by individual draw -out fuses. Direct current power supplies shall operate from 120V AC unregulated power and, unless otherwise indicated, shall be 24V DC output. DC output voltage shall be regulated to f 0.005% for 10% AC line voltage change and over rated output range Output ripple shall be less than 0 25mV Power supply shall be protected against output short-circuit Power supplies shall be sized for a rainimu.rn o f 300% of connected load or as required to successfully start-up with all loads connected. Power supply AC input shall be fused per the manufacturer's requirements Power supplies shall be Acopian "Gold Box Series A" with "CiB8" mounting kit, or approved equal. D Ultrasonic Level Measurement System (LT-Ul & LT -02) 1. General The ultrasonic level measurement system shall consist of an ultrasonic non -contacting transducer anti a level monitoring tnwsmlttcr. 2 Ultrasonic Non -contacting 'Transducer The ultrasonic non -contacting transducer shall use acoustic pulses to measure the distance between the transducer face and the water surface in the pump station wet well. The transducer shall contain a polarized zirconium crystal with acoustic impedance matching face and transformer, all encapsulated in a chemically resistant, hermetically sealed enclosure suitable for occasional immersion. Transducer range shall be 1 to 33 feet. Transducer operating temperature shall be -40°C; to x -9.5°C Transducer accuracy shall be ± 0,25% of range or 2 millimeter (mm) whichever is greater. Resolution shall be 0.1 % of range. Transducer shall be FM approved for Class 1, Division 2, Groups C and D locations Transducer shall be ABB[Milltronics Echomax #XRS-5, no equal. Connect to level monitoring flow transmitter using RG-62A/CI coaxial cable. 3. Level Monitoring Transmitter The Ievel monitoring transmitter shall accept the input signal from the ultrasonic non - contacting transducer, and shall provide a serially connected RS -232 cable for connection to the site PLC This comiection shall provide all data related to the level transmitter Tho transmitter shall be supplied in a NEMA 4X rated polycarbonate enclosure suitable for wall mounting with a 4 digit high-contrast, LCD display. The transmitter shall operate from a 115V AC (±15%), 60 Hr power supply and have a -20°C to 4-50"C Lodi G Basin Stormwater Purnp Station 16710-3 MTB019102 February 2011 \W1ts2\Project\ Tfl0191020oourricnts\Spucs\Final\l)iv 16\16710,doc Section 16710 PROCESS INSTRUMENT AND CONTROL SYSTEMS i operating temperature range. The transmitter shall incorporate a built-in process temperature sensor for acoustic signal transit time compensation. Transmitter shall have the following characteristics: Range 1 —50 feet Repeatability + 0.25% of range or 6mm (whichever is greater) Blanking From 1 foot Resolution i 0.1% of range or 2mm (whichever is greater) Transmitter shall be equipped with 5 multipurpose (SPDT contact) output relays, with user selectable functions. All relay output contacts shall be rated for 250V AC, service at 5 amps (non -inductive). 4,20znA DC and pulse scaling shall be coordinated with the Construction Manager. Transmitter shall be Siemens Sitrans LUC500, no equal, PART 3 —EXECUTION 3.01 INSTALLATION Instruments attached directly to concrete shall be spaced out from the mounting swrface not less than '/2 -inch by use of phenolic spacers or fi-aming channel. Expansion shields or cast -in- place inserts shall be used fbr securing equipment or supports to concrete surfaces. Unless otherwise noted, field instruments shall be mounted between 48 and 60 inches above the floor or work platforms and oriented for optimal display orientation and accessibility. Each device shall be carefully installed and commissioned in accordance with the Contract Documents, the Plans, the Manufacturer's O&M documentation, and as required for a complete and fully functional instrumentation system. All analog instruments shall be installed such that taps and ports, etc. are available for in-place calibration and test without removal. Far those instruments where such in -site calibration is not feasible other calibration methods shall be provided subject to approval by the Construction Manager. All instrumentation shall be field calibrated using calibration standards at least 4 times more accurate than the iristrument under test. Calibration standards shall be recently calibrated, with certification traceable to NISI'. Calibrate each instrument at no less than five (5) points (0, 25, 50, 75, and 100%) of calibration. Complete test reports shall be submitted for Construction Manager review and approval. Lodi G Basin Stormwater Pump Station 16710-4 MTB019102 February2011 \\Mts21Project\MTp019102\Docuaients\Spws\Final\Div 16\167I0.dnc Section 16710 PROCESS INSTRUMENT AND CONTROL SYSTEMS Final instrument loop commissioning shall include injection of4-0mA signal into the loop from the connections to the signal transmitter, at five (5) points (0, 25, 50, 7S, and 100%) of calibration. At each injected value, record the readings of all receiving instrument including digital panel meters, videographic recorder, PLC analog input value and HMI readout. Perform corrections as required to achieve displays corrected to within 0.1 % of full scale. Complete test reports shail be submitted for review and approval. Analysis instruments shall be compared each with the other for consistency and with plant laboratory methods. **END OF SECTION** Lodi G Basin Stormwater Pump Station 16710— 5 MTBO I9102 February 2011 1\MLs2\Project\M'rBo19102\Dooumcnts\Spoos\Final\Div 1C,\16'110 doc Item Drawine/Sneci#ication Description 2.020 Other Components Change 18 ga" to "22 ga." 1.009 Section 16710 PROCESS INSTRUMENTS AND CONTROL SYSTEMS 1,01 C Qualifications of Instrument System Supplier (ISS) Add the following: "Telstar Instruments, Inc., Concord, CA" Lodi G Basin Stormwater Pump Station Addendum 1-3 MTBO 19102 March 8, 2011 c Mocumcnrs and settings\lchang\desklop\addendum_1 doe L-IRIN @loll " w a9 CITY OF LORI, CALIFORNIA Date: March 21, 2 011 To time Lodi City Council c/o Purchasing Officer of delivered by FedEx, UPS or courier): 310 West Elm Street Lodi, CA 95240 SECTION 3 1111) PROPOSAL Bidder:.MCI Engineering, Inc, (If delivered by US mail): P.O. Box 3006 Lodi, CA 95241-1910 Tho, undersigned declares that the site has been carefully examined, Information to Bidders, Contract, General Piovisions, Special Provisions, Technical Specifications, and the Plans for the construction of various items required for Che above-named project quid submits this schedule of prices for the items of 0 -ie, bid If awarded die Contract, the undersigned agrees to furnish aII labor, material and equipment necessary to complete said work for this project, excepting those items supplied by the City of Lodi, in strict accordance with the Plans, Information Co Bidders, General Provisions, Special Provisions, Technical Specilzcations, and Contmrt form adopted for the same and the requirements under them of the Construction Manager, and will take in full payment therefor the following unit and total prices, to -wit: Perform the work necessary to complete the G Basin Stormwater Pumping Station, a]I as shown on the plans and specifications for " the p Qe,L_". BID I'I'1±,MS G':,SY �(^fb S:' �• ^�"• :i! •{ .�,, (}`t�i':�:L.l j(yjutir. 3Y.�.v. vCV 1�.. ��; ;� ` ...,. J :�v :'"+k 1:�,` �•y1 •�:i1,,t{ ! : A' .w. :!,,�(,}v YY .�: ��`.�,+ � iv: •i.: t; �� t •i-'S�i:- •i% �lt , t 5 �( y^r �'�,.a� �,��:q �'� ',� tia f ��: '.1�5-�'nr -k* lY;.:,Z;� t a�.��l, m-. 11.1• •"1�,^.'�` ,:� +�. i ]z }.I (w. •7{. �•� 1 x r� .s'��,., .:� .:a'.�,,:�4,: ,�.;•;.::�c�.�'c::i:,.�_.��. �4t•���.•r��'.•,V.r�,t1 ..'f: 7��r�- ty';n.." fi1 ' ,•ni .•ai4'a l �l nvf.� yy.... 77��;;yyyyyy�•��}} ����(. �C rOtr:i • `��t'/• 1"�L ��, �"(rii �l?.eL%G,S�auiy`ts.�Qdsril'•`t r�jl.`+ �rl.tl 5yl1!'?7� � .j•!•• ••'":alp . � � � 5 t Gam: �': .i•• •1. ��f(' Kh• .�Y � :L':,:r- J �' "r.t::� 1•>� • .y.:a y} Y 1'�°,. � 4�?•� .51 .L"�'! i,• W.. r.. y"r '.'i rtF•i$ >' �_:. �h;a •.'�''}g:•.'•1 7• �'� ,;pyr (, C 1" YS�� l! J,� � V`'YG'l•� W + f .R..� Xi�?• t�:�W�r� � s + };.>y ,Y.Ie:T ' C , r ,� � •' 7'�;•kt,., ay..��;7':�'.!..:a.i;r. ro'?.:;t!S. ..i'+. J .tr , . ;.,;uL'- � ..1 r. � ,+,'yn ;F-• �c;. � r ! gl�'!)uf,� ,y,�; !.t'l.j,;,p;�,::,'";?:. :t1• •';n.;`•i*ti; '1 i •'1;nti '1 D �'��;,�'��� ^ iit -h:. +„�,Iff; '�rr:� '>?a ��f, � ��-• •,I'L`:tF ..�� •{ _ �'�'6i�f�,rr. �, f. ,,..' `�'''j'"i _"�, �z �,�. f -a w. �'• pS'^. 1 h �"� ;,•',�}•}•' 71�;�„_ �'r{��.tf. i,; .,., :�1i''. 1 r, rr �. �1 ;•fi"i ,, :'�,i .k, a it. pf; �a :'�';(ir �Y ,���yy 4.� .i :.F. •X ,,,,; ern; L :,,_y,, .u.. r,aLL�. F::�,r,� !, t!',''1' � ;;�,.s : I :Y, a; ,t.,,rM_,+' r; tk�” 17t �,?,;., ,�a;.�'� . .d� r' 1•'� {�`F".. �,;r�,r,j,r�.{�•;. •�� r , a { 5{, i .t � .,��: bt, t.+2.�15'si .1'•: x�'c '��.�.�.•.;l.• I Mobilization LS I 2 Vtz4111 2 Storm Water Pollution Prevention LS 1 °U 3 Provide Temporary Utility Services LS I 2 0_1)=0,� �a 4 Construction Dewatering; Permitting; Pumping; and Disposal LS I 5 Grading, Excavation and Site Preparation I7, X 400 94 ztJ Construct Pump Station Structure _ ALS LS I t o6 _6 7 Fumish Mechanical `Trash Racks EA 2 $ Install Mechanical 'Trash Racks EA 2 s 9 Fumish Submersible Pumps BA 4 17e3,] Qd Lodi 0 Basin Stormwoter Pump Station 3 — I MT13019102 Section 3 BID PROPOSAL 3 ;I; t•�',� r. 'Yi'1"-, [V1, a'. .ri..'I. p�vq�. r' o.i:: I 77- .:1.: N., •'�'... •.f•;,�r , �ti� _ r^{a!,�iil ��: ,� ty �S7,.3la i° �� Fii�'h.�a Jho t 4 � i � � ,ti •r , ! r , •r i,a � �tti� .t,, .�� �)i�t%r`.zritt=c». >,, i ,'�', r' ',t,.'�;.�� :•t• ., sr`,.,'x•r':t�,•'i." _ 1 a, 1.1r�'-,tr +[' .,;H,�T :'1' 1� f� i.. 'ti �'��:i "'. �'4Y. �.,, riA�i,41 "r. C•'v fG'1�1 .i 'at.fi;°'•1'a'; •,t.:y;? %,i; v i;;° Pr,, y a 1;:,) �,r .r a mt�: :i f'ti.� ri rlc.• h � Install Submersible' Pumps i^. .r r�. }}7�r� �: f r ;i�.j:7`ix�: l:r:•y � �k�r. f.'..'., ?,. , EA s'� ..r 1,t•'�,liYn"7��, ,r' 3 ;�,, 3., 1 S.r; `�!i11'>. , i..u.,. `I , R �A�:., 1'- �-,�",, a�Y #r ../ �:Gi(r f. .e4 :tD'i t�',• ''��,C�:.f, •... 7'!.. xfi'c•:.r•+..r �. �r ',... 2 /� 91, y� 1 I Equip Pump Station Structures LS � 1 ° ° 12 Furnish and Install Standby Generator CA I I3 Site Electrical Controls Systems, SCADA, and Lighting LS I Gj 011114 Site Piping and Appurtenances LS 1 /(j7/07 15 �lecmcalI3ullding _._. �^ T Y EA 1 g 16 Site Improvements �- -- — — LS 1 17 Fiml integration of Pump Station Data and Controls LS i o v 7/ IS All Sheeting, Shoring ,and Bracing LS 1 %`—' 19 Demobilization and Contract CloseUttt LS 1 z Z� TOTAL 531D S�--4- The undersigned agrees that if this Bid Proposal is accepted, at the titre of the signing of the contract, two good and sufficient bands will be furnished: one in the amount of 100 percent of the contract price for faithful performance of all the terms and covenants mid conditions of the contract; the otizer in the amount of 50 percent of the contract price to guarantee the payment fur labor and materials used in performing the work embraced under this contract. After the contract has been awarded, if the Contractor awarded the bid dues not execute the contract, the bidder's giiarantec will be forfeited. All bidder guarantees of unsuccessful bidders will be returned after executionf pthe ontrac s uance of the Notice to Proceed. Accompanying this Bid Proposal is Bldger'S gond �fb ko}s w __�(insert the wards "Cash,' "Certified Check," "Cashier's Check.," or "di-dder's Bond," as ffie case may be) payable to the City of Lodi in the amount equal to at least 10% of the total bid, which is to be deposited with the City of Lodi as required. The undersigned further agrees that in case of default in executing the required contract, together with the necessary bonds, morin 10 working days after receiving the contract for signature, the proceeds of the deposit accompanying the bid shall become the properly of the City of Lodi, California, and this Bid Proposal and the acceptuice thereof may be considered null and void. However, if the undersigned shall execute the contract and furnish the bonds required within the time aforesaid, the deposit shall be returned forthwith, It is understood that no vernal agreemzn jit or conversation with any officer, agent or employee of the City, either before or after the execution of the Contract, shall affect or modify any of the terms or obligations of this Bid Proposal. It is understood that the City will not be responsible for any errors or omissions on the part of the undersigned in making up the bid, nor will bidders be released on account of errors. The undersigned declares that the only person or persons interested in this proposal as principal or principals is or are the undersigned, and that no person other than the undersigned has any interest in this Bid Proposal or in the contract proposed to be taken; that this proposal is made without any Lodi G Basin StorimWer Pump Station 3 —2 MTB019102 T'-Piln IarV ?nl 1 1ltvits2lf�raiectUvl'TB0I910?.1Documents\SpeeslFinal\Div WSection 3.doc Section 3 BID PROPOSAL connection with any other person or persons making a bid or proposal for the same purpose; that the proposal is in all respects fair and in good faith and without collusion or fraud; that no City Officer, either elected or appointed, and no City Employee is, shall be or become directly or indirectly interested as principal or principals in this Bid Proposal or in the contract proposed to be made, or in the supplies, work or business to which it relates or in my portions of die profits thereof. All representations made herein are true and are Wade under penalty of perjury. The undersigned certifies that he/she has read the City's Drug-free Workplace policy and, if awarded the contract, will comply with this policy. The following information is furnished relative to each subcontractar who will perform work or labor or render services to the undersigned in and about the construction of the project in an amount in excess of one-half of one percent of the total can ount of this bid or, on a street, highway or bridge project, work in excess of one-half of one percent or $10,000, whichever is greater. The undersigned agrees that any portions of the work in excess of the specified mounts shown above and for which no subcontractor is designated herein, will be performed by the Lmdersigned. Name of Subcontractor Address Description of Work �A Ge`''t (Attach additional sheets ifneeded, including reference materials for Instrumentation System Suppliers,) The Undersigned is licensed in accordance with the laws of the State of California: License No. 804672 License Expiration Date 2/29/12 Classification A, 8, C-8, C-27 I~ederaI Contractor/Employer Z.D. No. 68-0486529 Lodi G Basin Stormwater Pump Station 3 — 3 MTBO19102 February 201 1\\MISMc)jecl\MT130191Q2\DocurnentslSpecsTinallaiv=Sactlan 3,Aac Section 3 BID PROPOSAL connection with my other person or persons rnak.ing a bid or proposal for the same purpose; that tho proposal is in all respects fair and in good faith and without collusion or fraud; that no City Officer, either elected or appointed, and nu City Employee is, shall be or become directly or indirectly interested as principal or principals in this Bid Proposal or in the contract proposed to be made, or in the supplies, wurk or business to which it relates or in any portions of the profits thereof, All representations made herein are true and are made under penalty of perjury. The undersigned certifies that he/she has read the City's Drug-free Workplace policy and, if awarded the contract, will comply with this policy. The following information is furnished relative to each subcontractor who will perform work or labor or render services to the undersigned in and about the construction of the project in an amount in excess of one -hall' of one percent of the total annount of this bid or, on a street, highway or bridge project, work in excess of one-half of one percent or $10,000, whichever is greater. The undersigned agrees that any portions of the work in excess of the specified amounts shown above and for which no subcontractor is designated herein, will be performed by the undersigned. Name of Subcontractor Address Description of Work IV G _ V sw F, M, (Attach additional sheets if needed, including reference materials for Instrumentation System Suppliers.) The Undersigned is licensed in accordance with the Iaws of the State of California: License No. 804672 License Expiration Date 2�29�12 Federal Contractor/Employer Z.D. No. Lodi G Basin Starmwater Pump Station Febmary 2011 CIassification A. B, C-8, C-27 (38-0 4865 '9 3-3 MTBO 19102 \\Mts2\Project\MTE0191021Documants\5pec.iTinai\Div OMSection 3.doc 5ectimi 3 IIID PROPOSAL connection with any other person or persons )Waking a bid or proposal for the same purpose; that the proposal is in all respects fair and in good faith and without collusion or fraud; that no City Officer, either elected or appointed, and no City Employee is, shall be or became directly or indirectly interested as principal or principals in this Bid Proposal or in the contract proposed to be made, or in the supplies, work or business to which it relates or in any portions of the profits thereof. All representations made herein are true and are trade under penalty of perjury. The undersigned certifies that he/sha has read the City's Drug-ftee Workplace policy and, if awarded the contract, will comply with this policy. The fallowing information is furnished relative: to each subcontractor who will perform work or labor or render services to the undersigned in and about the construction of the project in an amount in excess of one-half of one percent of the total amount of this bid or, on a street, highway or bridge project, work in excess of one-half of one percent or $10,000, whichever is greater. The undersigned agrees that any portions of the work in excess of the specified amounts shown above and for which no subcontractor is designated herein, will be performed by the undersigned. Name of Subcontractor Address Description of'Worir yYCrr/ (Attach additional sheets if needed, inaiuding reference materials for Instrumentation System Suppliers.) The Undersigned is licensed in accordance with the laws of the State of California: License No . 809672 License Expiration Date 2/29/12 Classification A. B, C-8, C-27 Federal Contractor/Elnployer I.D. `No. 68-09 86 529 Lodi G Basin Stormwater Pump Station 3-3 MTB019102 February 2011 \Uv11s20ojar.AMTII019102U7ocumen slf�pecs\Final\Dly OMSeclian Idue Section 3 Mia PROPOSAL connection wide arty other person or persons malting a bid or proposal for the same purpose; that the proposal is in all respects fair and iii good faith and without collusion or fraud; that no City Officer, either elected or appointed, and no City Employee is, shall be or become directly or indirectly interested as principal or principals in this Bid Proposal or in the contract praposed to be made, or in the supplies, work or business to which it relates or in any portions of the profits thereof: All representations made herein are true and are made under penalty of perjury. The undersigned certifies that he/she has read the City's Drag -free Workplace policy and, if awarded the contract, will comply with this policy. The following information is furnished relative to each subcontractor who will pet -form work or labor or render services to the undersigned in and about the construction of the project in an amount in excess of one-half of one percent of the total amount of this bid or, on a street, highway or bridge project, work In excess of one-half of one percent or $10,000, whichever is greater. The undersigned agrees Chat m y portions of the work in excess of the specified amounts shown above and for which no subcontractor is designated herein, will be performed by the undersigned. Name of Subcontractor � Address -� Description of Work (Attach additional sheets if needed, including reference materials for Instrumentation System Suppliers.) The Undersigned is licensed in accordance with the laws of the State of California; License No. 809672 Classification A. B, C-8. C-27 License Expiration Date _=9119 Federal Contractor/Employer I.D. No. 68-0986529 Lodi G Basin Stormwater Pump Station 3 — 3 MTB019102 Febmary 2011 11Mis2lProjetilNITBo19102U)DCUInanLs,9pecs\Finnl\Div WScc,ion Moo Section 3 BID PROPOSAL MCI Engineering, Inc. Dated.- March 21, 2011 Bidder Corporation TYPE OF ORGANIZATION Individual, Partnership or Corporation 7207 Murray Drive Stockton, CA 95210 Address Addenda 1, 2 & 3 Acknowledged (Affix corporate seal H Corporation) (209)472- 1607 Telephone Jennifer Meza, President /__P`N._) - "END OF SECTION" Lodi G Basin Stonnwater Pump Station 3 —4 MTB019102 Pebruary 2011 \1M gWrnIer.1WTRM1 in?.Mnnmnil n c\Cnrr,Q\Rlnn1\MV MR."r— 1 ,1, �' t CITY OF L ODI, CALIFORNIA Date: March 11, 2.011 - To the Lodi City Council c/o Purchasing Officer SECTION 3 BID PROPOSAL Bidder: F & FI Construction (If delivered by FedEx, UPS or courier): (If delivered by US mail): 3 10 West Elm Street P.O. Box 3006 Lodi, CA 95240 Lodi, CA 9524 1- 1910 The undersigned declares that the site has been carefully examined, Information to Bidders, Contract, General Provisions, Special Provisions, 'Technical Specifications, and the flans for the construction of various items required for the above-named project and submits this schedule of prices for the items of the bid. If awarded the Contract, the undersigned agrees Lo furnish all labor, material and equipment necessary to complete said work for this project, excepting those items supplied by the City of Lodi, in strict accordance with the Plans, Information to Bidders, Gcncral Provisions, Special Provisions, 'Technical Specifications, and Contract form adopted for the sauce and the requirements under thein of the Construction Manager, and will take in full payrncnt therefor the following unit and total prices, to -wit: Perform the work necessary to complete the 0 Basin Storniwater Pumping Station, all as shown on the plans and specifications for" Lodi G Sa s i n, " Stormwater Pump Station BTT) ITEMS I Mobilization LS I 70,00Q, 1 70,000. 2 _ _ Storm Water Pollution Prevention Provide Temporary Utility Services Construction Dewatering; Permitting; Pumping; and Disposal I.S 1 9 , 000 , 9,000, 3 LS 1 15,000, 15,000 4 LS 1 5,000. 5,000. 5 Grading, Excavation and Site Pre. nrar;a„ _ _ _ Construct Pim2pp tion Stricture I.S 1 122, 000. 122.000. F LS 8 - Install Mechanical Trash Racks - 9 F- urnish Subrnersible Pumps EA__ ____Z .217,000. ;34,000. _. __ 2 1 3,600. 1 7.200. EA a 38,000. 16?,000. EA Lodi C Basin Stormwater Pump Station 3-- 1 M1B019102 February 2011\\Mts2\ProiectW'rB0I9102\Uocuments\Specs\Final\Iaiv 00\Section 3 doc Section 3 BID PROPOSAL r5,: s. �{f'�:i }.ur : M� :�s„! .R` w%�i;�'-?' ; f<`7Y�.1t•�i.,y ���,ij�y�:•:':• VS �'” .i�Y+ktC:�'� " °tig+,...; } � 1 'e W, '�' •,r.�s'rty$.y::r v "4.91.!'a`'.`,�•: � .i7.:`. . r��YM�.SR,SyyJY„„.l�}�� ':,i•.ln�J•'� *^.'}r�CY. < 1�..} � Ft:'S��i4 7`f.'�...a•'I,��..r�.J;... :»�•-;�.•y.1kyp. �S{{.�"i••,r:': .;'Yd 'SJ `tiagJ4q"�i' ,5T0.7 ht�a1 5(''i .�.�.,S�1:Y.q„ �.S.S C. ,4�:�N'4}...,:;�r1I����Ft\..�K:i*+ "ivFT':.Y,ax,�•� ?:;I '',tA�J,l y,7".�s.,„Y'.. ���,�'�.,�;.,S)@,�3.1,f :"�?�:'� �i��r� ln • �ly".�� :..'L.:O::u.�”�t^:.� ��n:.,.,5,�.u s.ZCCte'^,3': .7 T,6r.. �.aY.. .��Yi.'f;�ii;�.}' ,yr.'�.`, IY�.IL i.N?t :t11.JS .S�:;w'. :t7,.�• ,:$ a'c',S.. f\u 0t . 5ASI,':. : 31G��t9G, . 4 10 InstalSubmersible Pumps _ BA 4 _ 6,000. 24,000 11 Equip Pump Station Structures LS 1 10,300. 10,300 12 Furnk h and Install Standby Generator EA 1 xo 13 Site Electrical, Controls Systems, SCADA, and Lighting LS 1 — 14 Site Piping and Appurtenances LS l 103,000. _103,000 _ 15 Electrical Building EA 1 W 000 16 Site Improvements _ ~� LS 1 22,000 22,000 _ 17 HMI Integration of Pump Station Data and Controls LS 1 18 All Sb eeting, Shoring ,and Bracing LS 1 51000. 5 000. 19 Demobilization and Contract Closeout LS 1 6,000.1 TOTAL DID $ ��..WO r The undersigned agrees that if this Bid Proposal is accepted, at the time of the signing of the contract, two good and sufficient bonds will be furnished: one in the amount of 100 percent of the contract price for faithful performance of all the terms and covenants and conditions of the contract; the other in the amount of 50 percent of the contract price to guarantee the payment for labor and materials used in performing the work embraced tinder this contract. After the contract has been awarded, if the Contractor awarded the bid does not execute the contract, the bidder's guarantee will be forfeited. All bidder guarantees of unsuccessful bidders will be returned after execution of the contract and issuance of the Notice to Proceed. Accompanying this Bid Proposal is "13idder'_s Bond" (insert the words "Cash," "Certified Check," "Cashier's Check," or "Bidder's Bond," as the case may be) payable to the City of Lodi in the amount equal to at least 10% of the total hid, which is to be deposited with the City of Lodi as required. The undersigned further agrees that in case of default in executing the required contract, together with the necessary bonds, within 10 working days after receiving the contract for signature, the proceeds of the deposit accompanying the hid shall become the property of the City of Lodi, California, and this I3id Proposal and the acceptance thereof may be considered null and void. However, if the undersigned shall execute the contract and furnish the bonds required within the lime aforesaid, the deposit shall be returned forthwith. It is understood that no verbal agreement or conversation with any officer, agent or employee of the City, either before or after the execution of the Contract, shall affect or modify any of the terms or obligations of this Bid Proposal. It is understood that the City will not be responsible for any errors or omissions on the part of the undersigned in making up the bid, nor will bidders be released on account of errors. The undersigned declares that the only person or persons interested in this proposal as principal or principals is or are the undersigned, and that no person other than the undersigned has any interest in this Bid Proposal or in the contract proposed to be taken; that this proposal is made without any Lodi G Basin Stormwater Pump Station 3— 2 MTB019102 February 2011 \\Mts2\Project\M'rB0I 91020ocuments\Specs\r+inal\Div 00\Section 3.doc Section 3 BID PROPOSAL connection with any other person or persons making a hid or proposal for the same purpose; that the proposal is in all respects fair and in good faith and without collusion or fraud; that no City Officer, either elected or appointed, and no City Employee is, shall be or become directly or indirectly interested as principal or principals in this Bid Proposal or in the contract proposed to be made, or in the supplies, work or business to which it relates or in any portions of the profits thereof. All representations made herein arc true and are made under penalty of perjury. The undersigned certifies that he/she has read the City's Drug-free Workplace policy and, if awarded the contract, will comply with this policy. 'The following information is furnished relative to each subcontractor who will perform work or labor or render services to the undersigned in and about the construction of the project in an amount in excess of one-half of one percent of the total amount of this bid or, on a street, highway or bridge project, work in excess of one-half of one percent or $10,000, whichever is greater, The undersigned agrees that any portions of the work in excess of the specified mounts shown above and for which no subcontractor is designated herein, will be performed by the undersigned. Mame of $ubcantra.dar.__ — Address Description of Work Sierra Asphalt -_- 3755 Omer Circle #2 A�PF Rnc;or ova --- California 95742 Benison Fence & Dr -i 1.1 inq P::0: -,Box 190 Fencing Acampo California 95220_ (Attach additional sheets if needed, including reference materials for Instrumentation System Suppliers,) The Undersigned is licensed in accordance with the laws of the State of California: License No. 293306 License Expiration Date 2-29-2012 Federal Contractor/Employer I.D. No. Lodi G Basin Stormwater Pump Station Febmary 2011 Classification A B 94-2165460 3 — 3 MTB019102 \MOP per sTtnal\Div 00\8ection 3.doo Section 3 BID PROPOSAL connection with any other person or persons making a bid or proposal for the same purpose; that the; proposal is in all respects fair and in good faith and without collusion or fraud; that no City Officer, either elected or appointed, and no City Employee is, shall be or become directly or indirectly interested as principal or principals in this Bid Proposal or in the contract proposed to be made, or in the supplies, work or business to which it relates or in any portions of the profits thereof All representations made herein arc true and arc made under penalty of perjury. The undersigned certifies that he/she has read the City's Drug-free Workplace policy and, if awarded the contract, will comply with this policy. The following information is furnished relative to each subcontractor who will perform work or labor or render services to the undersigned in and about the constniction of the project in an amount in excess of one-half of one percent of the total amount of this bid or, on a street, highway or bridge project, work in excess of one-half of one percent or $10,000, whichever is greater. The undersigned agrees that any portions of the worl( in excess of the specified amounts shown above and for which no subcontractor is designated herein, will be performed by the undersigned. Name of Subcontractor A( dress Description of Work Si111p�Qn_Con5truction Go. 62 Phillip Ct_.PreEngineered Building -.------_CaI f.orn_i-aL-,25 _rcuti..__' _..fps ±�..x� tit_..__ E) e c t r i c a 1_� (Attach additional sheets if needed, including reference materials for Instnunentation System Suppliers.) The Undersigned is licensed in accordance with the laws of the State of California; License No. 293306._ -..___ Classification A B License Expiration Date -2-29-2012 Federal Contractor/L`mployer T.U. No. Lodi (:i Basin 5101-i7 wafer Pump Slaiion 3 3 M'TBO19102 February 207 1 Msealon .i doc Section 3 BID PROPOSAL, connection with any other person or persons making a bid or proposal for the same purpose; that the proposal is in all respects f -air and in good faith and without collusion or fraud; that no City Officer, either elected or appointed, and no City Employee is, shall be or become directly or indirectly interested as principal or principals in this Bid Proposal or in the contract proposed to be made, or in the supplies, work or business to which it relates or in any portions of the profits thereof, /x.11 representations made herein are true and are rnade under penalty of perjury, 'The undersigned certifies that he/she has read the City's Drug-free Workplace policy and, if awarded the contract, will comply with this policy. The following information is furnished relative to each subcontractor who will perfoim3 work or labor or render services to the undersigned in and about the construction of the project in an amount in excess of one-half of one percent of the total arnount of this bid or, on a street, highway or bridge project, work in excess of one-half of one percent or $10,000, whichever is greater. The undersigned agrees that any portions of the work in excess of the specified amounts shown above and for which no subcontractor is designated herein, will tie pert )need by the undersigned. Name of Subcontractor Address Description of Work ................... _ .................. Nehemiah Kebar Services, Inc. P.O. Box 2149 Rebar ................. - .�__._... ^_.._ ......-- nes _ rA l i fnrni a 95682 (Attach additional sheets if needed, including reference materials for Instrumentation System Suppliers.) The Undersigned is licensed in accordance with the laws of the State of California: License No. 293306 License Expiration Date 2-29-201L 1~ede.ral Cowrjct0r/L:mployer J.D. No. Lodi G 13asin sionliveater Pump Station 1=ebruary 201 1 Classification A B 94-21.65460 3- 3 MTBO19102 1\Mts2'xProject\)\4TBp19;0211)octimenislSpecskrinaM!v OMSection 3.doc Section 3 BID PROPOSAL F & H Construction Dated: Bidder *rized ig a Harold Jones President Title_--- March ---- Corporation ___ ___.__—_ _ TYPE OF ORGANIZATION Individual, Partnership or Corporation (Affix corporate seal if Corporation) 4945 Waterloo Road �StocTcton, Ca.95215 209-931-3738 Address ^- -- Telephone * * END OF SEC ION* * Lodi G Basin Stormwater Pump Station 3--4 MTB019102 February 2011\Wtts2U1rojc0\MTB0191020ocuments\Specs\Final\Div WSection 3 doe Exhibit C �s _V iE I vA A Bled iiru) Qoniractcrrs ilii)! c1) 22; lot { Lyman Chang Senior('ivil t.:nL),ineer of i .cull l ,coil, (/i b s�... n?di t"Oae 0, ivi. .. vu"Wmwn W on OW 1 no C W49`, sk)"n %mE'.G° vo84q) T4RN4in PfiQU, Dcar Mr. 'I his ieltei• is submitted by FSa l Conslnidk n in wsilon se k) Lhe letter of'bid protest sul.)ntitted on March 24, 2011 by 1 ICI I. ul;incc:iirIg.. h)c:. (`'MC.I). Accorclnil; tc) its I+iter of protest, MEI In'c)te5ts tale bicl of I"" Construction by )((c t=int; that I"g"I' I Calsirocticni failed ti) list stthconlractors Fol the Integration System, l;raciinrJcwxcavr+t+on!,itc preparatio+), site improe!ements, arlcl n"IechalllCill scopes of work required under the Conlract: Doc►nnents. For the reasons outlined below, the bid protest of MCI is meritless, and F&1 -I Construct ion rc ni".iiuss lho io we'4 responsive and responsible; bidder for this project. in keep+nt with its legal obligalions, I17clridil)t� those set forth within Public Contract Code section 4104(a)('1), U&H Con<:t+nc.tion tia s lisod all 5tlbconnac:fors whose, was exceWs'K of 1% of the total bid prise 01' $W'000, whichever is treater. A. .%a tx,. SKq uU KL',. Witfi respect. to the Integration System. Specification Section I67I0, fart 1.01, paragraph C, provides as Follows: The /SS %/Io/I he c/crsii;ricrwcl lir tlrc' .S`idw iitrcrcicx''s bid clocunrwrls )hilly a list uf'llrr'ec> prq%ecls gfyimilor size and scope' per fornIC(1 du/ int; llre' Tris/ five ycwry, urrd including c"It torrrcr references )mills ncurres rnrcl lehephone' Se^ction 1671M F')-irl 1.01, paragraph q a coley of which is enclosed as is;;;l)MU A) In Wong with the rcxinircniCnis of` Spcc.it•ic:ation Section 16!10, I~&I I Construction designated Teistar Instrulne ts, inc. as its c1ualilied instrun)cnt system supplier, as ►showed in Addendum No, 1, Item No. 1.009 (`ice,, Adde;ndnin N(v 1, and dated Malc.h 8, 2W 1, a copy of wNd' is enclosed as Exhibit ). Moreover, 1./&I -I Construction's bid with the, designation cit iAmr Instruments, Inc. included a list of three I)rojeas of similar size and scope, perfbmued dlirkg the last five: year':,, and included file requisite: custanc r rcf�'rcnc cs with names and telephone ncnnlwrs. Thc intc pyntioo ` y s(c:"m will he � upl)Nc d t>>, 't'c4star lr)sirul��e:l)t , hrc,, and installed by the listed cic�c ulat -;nbc n nay cor. 1"cwklnon mid it oody i,lcc"tric ('o., Inc. A copy of file Hid Proposal of Bocicinon mild Woody 1?Ic�caric co. Inc . is cin Ancd as Al Vii e".". VVIlik the hid is you will note it exprc sly covers the scope of "md) ccm(crnhummon oron mtyratinn system 'mpphod 1,") a qualiiiccl iir,lmtcuy >Ill5lr1iE,1, (N. vivo lrr4s(rtinle°iO4 fnc.;.). ?`:'•?,> 1 1rai�U.� Inc -'lid ;' �) •, W QG+:ym =ai(nrnh .157 f W80011 It .I ON 4qqpAwNvw 14"01TV NI ons hmq FAY 4aalauo -c rRa��a�t�s ,aar€� I'�h� s�Iassai� fl �d�ofafi b aaf�<aw�s. F&H ( WA ucaion "ill 1w V II 10lAnl ilW all rs_rGulhgn MCan AI'll; and site gqparatiNAmprovenacnt scopes of vYvL Contrary to h ckv aIlegntions, F,& I I C'nnslnRion has a history of ww lruf?rmlify (hS,copes of work (el more 111,111 /10 years. This is panic Mall"i}, true on other, Plauat pr<�lcds previously c:onsUncled by h&H C"c 111,11 Ai0n. W(,' vVould Ise happy to provide: rvAr<°ruvs in thl, rusfm, il'such a M>nstskm of alaQ, is rl this'seal by lhc: City of i_:odi, With re,p"ect to 1 h nwchanlcaI scope orworlc, P&,i I ConstnuiOn twill he; :,elf-hcaAilaing alI a,sr,ccts exupi Porn• Ire IJv/W lclatcd "06. :` ilm the vahw ordw I iVA(' wod is As than `;;10, MA JWH (A mtruction is not ohli,gawd icy list if,,; 11 ,wki i. C=nr (he rc axons siate� al:u���c, h��'� I i (.'on�,(rrlctiol� i�; the legit -est lespollsive ��Inc! ie::;l�ron�,lhle bidder i�or•ihe Lodi G Ikin Tornr Water Milli Ulf On i'roicci. if is 1- s1w(A(iilly" regl.lested ilial tyle City of kodi award 11ic� roniraac( (ol' ihi:, innjec�t fs, l���ll ('�ni�,iruciion. Vey h"uly yMws. F& H (.a)nstruclion Stepholl fcihly Chief Fstiiaator Secretary -`Treasurer rc; 1,vlCl i nt;inccriil„ inc. c./o Murphy Ai,istin Adams ``rc:.Umhe.ld, LLA' (via fax: 916.503.4000 and email: I.��s`hUillarl�E`( tl`rliirt;�l�t'rtia 1i3t�:=;err) t 'r v �Vl HIA H R NI'll A, siq WN 16110 i WMAVAL !KWTi! YOM bw n H mom hti 1St` AWvqj M OM k "W M"YOUQUIAOd, b" and hWUH ao "T"Mary of 'ALOWMUM Wo, MVVAMMWT Mid fk-,viiccs ylbj- awmild, A%Ma MO uWvk% brubbuo, shall c" I I cclntro I systemsto bc, Tho Subco-mrackw, -Aijsb dhe co -If proccss hish fui-rlisfic,d and iri.Millod by'a siligh—,OMWY. Systrall Sqppfier OSS) shall -uld iT,jjjtjjiOjj of pjje:wT -,uonic, mid piocs x -s Om bf, mpholy cnv "figed it the 111anufacture instl ul ilerlia-if io'n ,yY,Cjjjs 'll-jese requiverticnts sball 11()t, ljoW�Vu-f, j>v colisilijecl as ichevingt1tv. Subcontractor of bis responsibility for this PHIA Of tile -,vOfl(- '111c, Isssbail provide, all -11-laterials, Inboy, e'rigilloarillig, as r(uplifed, per- SOMS1 16600, AND AUXELG%RTES; S,cw,fiori 16710, PRO f 1 N KINTO C'ONTRO L 0,'YSTFMS; MW 1641WI PROOR AMMABLT,, ASSOCTAT13D The BS dull W"Wporlywc IV la, tilt: upwasmi (if Ow, (,fltirt systeln"Ille,18S shall fkjailcd dvavfings (1)auel ilitcy-colinection, raTitj loop diat-gains) for ibc -d Gnmt to ow mid Wohig cook iiiation mid Wd. invoulipVon as MOM 0 hvWryou voritrob, and to iaruxfilce 1with oflln-lradeq and pacbqs,�e control vc-MOI'S, sOu" to 11 a ,olilpIr ,�te, tjj)cjjnjcjjwd, ond popedy operaWc systeo). 'Me MS Owl Wadjottlese, viccz oA f'qualified COj-f)jijjSSjojvjjg a; floc. to perform andhyc t"I 1pen/j,"C', tho i'l isuallp'liun, co ibutim, Madly �p ooeduyv,+3, lav, -opal atio.11-al te'sling, And wMASNODW Much Sysuni. '34�Gtimi 'Full(Aal) ll i"; shown o1i is by acc.oi I I'panyiAig detaik'All bu, p)ovidixil as shown and/or ol(n- 51101 elt""'rrlrnlis r13 0:1,'Y l'04"il(A to (.omjA(m'(" 111C, sYStoln "Alall be, pmvidexi i;'Vefl thomll'a not, fl.w I";"), .;hA L'; Coalfol MOM)f - BCO.A(Mg Napa, CA KBL JAvvyw-d CA 7 1 1 kkyir C'nOn-A f :t)jjooraiitm, Vacavill.-, CA Tesco, sacumile)Ao, CA Me l i i N'ball I", ?Ataz gU"_5%. vyifli Ns! of,111re't pko' __ -A, ... a lo Oil: I.Ad of sill) lal si. ; awl 1. . wfKym1-.-d dcaoflp� RIC Iasi five yertl`' '21.1d il01.161111" custofflef T'NOT ) a't'41`d 0 ICJ"j �,O I I AJI A. Signal axed Signal Conditioners Unless otherwise i idicated, Aectic. or electronic signal shall be 4-20inA (milliamps) DC. Signal conditiontvs and/or isolators shall be provided as required and shall be by AGN , or approved equal. B. Electronic Equipment Ueetionic equipment shall be all solid-state construction, (Ampomits shall be substantially de -rated to as.saire &-pendability axed long-foxin stability. Printed circuit boards shall be glass epoxq of ample thlicluicss, wave soldered, and heavily vamished for moisture resistance. Aligimumt and adjuooents shall be non-taitical, stable with ternperature changes and aging, accomplished With Prentil3fl) grade potentiometers. Selected components shall riot be mquired to obtain specified peAfomance. C. Power SUPPRem I . Unregulated I 20V, 60 Hz power shall be providrA to A control panels, and all field instruments indicated as having 120V electri.cmipply. If power is required at any other instiluneat's, if other voltages are re(ji.dred, if regulated power is required, it shall be provid(A mider this item, Cof�lvolw)li"i 'hooo "Villk 1'1,OIV A(,ioppfic!; shall pxuvidod, theysbifli 001Oi{ "(molloo 1w."' Alicinaiii)g cmixeiii: 1'Aowcr stipply 1,011i 6 4'Pi ili Ni:;'J'wp::i'o" o ?0'133019113,� "Wiz'AiOiv RA161 I O.dag ic,,i 16 111) vl,Ojwt�ccd by iod'o."idow stjtd. All kwit.ISJ011 11)k,' fi(hji ()"V UwA w"Wa POW" AmH bc 24 V pc ou,w. DC wqwt ymqMcshaI1 bo tril 1-tj te'd (pjv., ut Tlang�'� cbmwo and 0vM io AC'fif'C, v 'U'd aglliuSl MAIA11- Of 300% oywf Awe viaAdy Pont " SIT!) Q AC hyut I it pO ,jit - Accl)) o!ili) mono; mw AV& SPA W"A ol, m uJftas,o)-Jc oowmwmwnf., Nod WMAMUM 0mg,mv, U) trii :so S111111 tj�;t', "aM)Sfif" P111SCS to xi- US11-re the VX11- Ile racr pump.,d.atilyn WOI C nc , af, � all t1le e polarizod zircolliltill C'Y"ta mppda d ill a Gheluic'afly a K1, �jrl ail Me �lt(jjijlu fa(_ er jaylpshaD be I to 0 1, s Tionsome wood enc U, suilablefor 0GGV8i()`aBI i"' 101's o Y 33 1(--'t,T-fa0Sdncej- of)"-atijlf�4 1 "vil)GY'Lvel: i,, gl.eatc sball be 2, nl ifli uncu'r (mm) mifficbe 1�. Resoll.1t sUl bt,: ± 0 A 595 of Image. or . aylproved Or Class 1, EHvidion 2, GTOUP9 C 0,I'l(J ,, , jj,,,dumg JwH Im FM 1w A1113[k.fillil-mlics 4=34i, Citic Bow mw%f ,� jjift(� jjgjjlj3 RG-62AM coaxial "V11"e- ti "flat i cfxpttbciyIj)j1tsip ttlo- ftnisoRicnW, le a seAolly itawducel-) and MR Pmvm � to 1-110 site -P -L(3, 'flli$ collnCoy, ,shall I-quvJ01"%l to tile t("Vel idu all data Kc, ani raec,lit,in frii u Jul; vansiniffe-f shal I tvoll 1�1ioltilfifq�, %vith �) 4 dipjt hillh cmahmu - 111) Wool -,20"C to +50'C 11 ) I Yv, 00 supply atj(j MIMMM , 11 i, W)iv um 0 ton Riprity 901 Mmi hp ic, i ii'v iuc R �) oqc� 1 60 pm wwsomywy I I i)i jowl ku w-ot is tat ') 11any'Vor Shall im UW"*M1 m"I I "MpnPOSO (SPIS tMIM) wppl IrlAys, VA111 ,may adevolde DincQui All rday (mijut curinvis W bo Wd Wr 2SUV W SM" At zi r1ild pUlSt! SC�ilillj�' ""hall cowdinated VMb Ihe jimumnim shnH No ShAman MOO IAK5(M, m) NOW, PART I EXITUIVW! M INSTALIAMN " rfucol'of attached directly to (,onctc rcshall be sl3tx(A out 3i0,0113i0,3i0,011 die MoI m till su lea Ihmi Much by use of yKnMe qmcms or humbig cl-rannt]. J-xpanN Joil sbields or caslAil- plaec iijixorts &b;,41 be used Or sccmQY eqajipxyiexit or Supports to col-lurctO Surf^tAce.s. Unless othet Mse ootf-A field, llistfuiu(-nts shall be nicainted bevveni 48 and 60 hictle-s above die floor or work platforyosaiid orientedt6r opli)-nal, disi,.4ay micatation arid race ass sibifity, J-aacjj dcvi(,e sball bkc, caellilly Anwild mnd A(:ouui:duoou With 1110 Contraot Mcinucals, Me Plans,O&VI aa-idas.recltiiu-d for a be juslaltrocl W Am taws Mct ports" otc, are aw-lil'AbIt" fbT in-place, C.ajibrafionnnd W"31 without fol-'I'loval, Fof thosf, such io-sittuolibialiort is awl 1005 odwr cnhbrW&n Whimls OwIl In P"Ovided S1.ibjr'tttI,) 4Pprova-1 by the (Amonwhon Wagar, All shall lar field calibcaforl usilig calibration stwidayd'stai hast 4 bastes inore auvxurav-,, Iluju Thc, iusulxyrlcnk undt"'r test.. ('�jjjbrziticni stmi(lards stiall be recently Calibrated, will) u'jqjtjnjent,,,,a no lesq lban five (5) poWs (0, 25, oadhadion tater ala to O'll.ibriatt, V, -doll 50,75, mid 100%) ofi ff."Ibi-oltio"), Cx),mpletele shall Tc-'parrsIshall bf'o Submitled for Construe "'wic't"Jq)�po)wO' ('wli 1; i{'z -'-0' , i K 11 S(xtioo 16710 "YSTEWS !ONTROL � - FOW boomwo hay iwomd"awkq AN! WAKYow"WI UoAMWwHuW to Imp fivo(Q pokily (0,0, 10, 5, and I(M)of ARnWhor A! Wl inpUM vainq vand V wNIQ OCA M" as &Wmwnt hdwhlk�, Arb ownow 1momajI C amh" KPA vuhns mid HMT roodout Porsim Grinudiwis SN Y"PO "110 w I A OV a (Q)MY a in monvo to v"Rbill i;calv, Cbmpl�*,- led DTOON AnA b" sk,IJrJrtid ,qqwIwp I Amdpdn iw3howt iw; ;Tinll da", a'ncl 'w'iflh 1 j6,11, . (i , i,; ,,:,: 160 G 'i MI13C9OR12 i ' c k"! Ij v I t)fil I (J"I'r, ��� �l �, � �� �� � I�' I�' �,s� l� � `'` (';Ify Of y4\ ADDEND UM NO. I PIJBIAC gORKSHd'AkIMI I 1 11 \10,11'C I S«WV""IN (1.11 J il Tl? 14, 1 (1 1 (WI /A'I 1,11 JIMPINGi STATION Notice is hereby givon that' the pWw; ands for the above referena-ad prqjoct have been rovisei I follow;: Sf-j"' Aft -ACA il-A) Dam Nk"wcl) % orderod hy: S S eniol Givil Dlqinonf Ada1(111 n , « WW2.01 I CFI Y OF L Ml FlUB1. (7P: A EDDf,"NDUM pqjc)jll q I R&AWN 0 110 M DKI 1 I PAI ?K) S, 1'()I-,MWA'l PUMI-)INCI "'i-I'ATION MUMMi MY H ii,() (,iiy ()i I 0di AIMI:M) )t JM N('), I to itle plrlrw; and sp("'x"'ificriflons for flin 'Ihmw vof,('.rollroi piojod- NO 1'1--: niust ho, ::.,ajbtflift(,d With 410 Rid PI-Or)()SW. Add,loclinii I Jt, ol do, WWAM 11 A', 11,4 YN ,, 11"'g VV 1,111, t PIMA 1,T,N1I!'l1,C1!J), 1' ,R),% 8, ZVI! 11 I( i3l i, J11 1tM111 . Tho 1`611mvillp, dcicfjolw, <llld aIdddicillfslwl] '[w, ulilde [o dw, 1-611owing, docurylents, ns fjol(,"d, mild hilu" pwi�(�di'lwc ov'('I ilw oll"JIwI Coldl;-Ic'i Om"Auncoks. All I .00 I LOW Il l if S i "Rot£'. ji w ll A ITC5l`! 1�)'1?t1 (OffN CE P.-11,AN Drawing, GOA LON ScHlon 01010 A(((J I h f6flowijig, to S'equeiici.ug I 72inch .'34)." Add dw, t6flowflij,, to t,;c(:Iu(-,ncIlig, Notc, 3: "Hic, ("ity will purnp G 1asln down prior to Construction, The, (.oritractor cart expect. a dcpffi of water in G.Basin of app.oxii-nately V-2, ft following C.ity pumping operation. J'he Contractor shall dewa-ter the 72 -inch pipeline between flic, pipe plugs continuously during, construction." I , -' PLAN 11511 ki, ACC.0,81,S, A NO ST.AGIN (-� Add this drawing, in its entirety - see attached DI-awklg, GOA. Ax,i attendance sign -In sI-.I.(,Qf �.Md list o.fquestiwishesponses a,w(, a(taclied f6r)-cCerencc., LOCATRCM AdND SUMMARY OF WORK 1.03 Cooperation Add [ollowil.1p: "Vollh-awim sluill op(�w(io)is and RdIvifles, So as tali io lilk,r low wAh City comp)choll of flan, pofabfi, "vid( wfillo 1 1 _41130'1.910). n I At I( 0It )I )�A, 1( 11 , 11 (It I I I) I .dn" IMPA Nl)B"r4W8YlW oPe;;R,'rtcc°at4OU SWAP 4Vt ll ,Slit:;.>, 1,00`i S,(x,tio(I ()10) AC-A—C111kriV mplam illi;; sec.tiari in is cirtirc. ty - we allade(I ;(-a;iioi) 0101.`i, 1.006 ;t::r iiti)r 010,-,0 hod Krro"nr y of Woylk Seclrra: uc a Requin°c,rrac:rnts 'i.`,atcN t vvoi.k tor,=.alracsa ce: ,`it<'il;c; 1. C;onstrizr,lio-Il it I }ypa s(}(3i;Ywhal l Ad,d flit, f()lJowii , to 1` oic. L) "I'llo (.;ity \vill l,)rar):rl) Ci Basile clown pricer to construction. 'l lrc, Contractor ("i.in ex.puct a depth of w,).l:c,i° iia G Basin of applc.)xnnately I"). t't following (.i.typumpinl,oporation. ,i'1a(; (,;r:iriiracic:n shall de.water the '72-incli pipelir'ie between the l: on plr,g s coiriinuc:)rlsly clurirr), construction." All Tv followirT to We 3): "The City has used a 3500 £,pier pwnp to dewater G Basin. 'T'ern.por°ary pu pirik of Ci Basin by the Contractor shall be firr.nished beginning October 15," 1,007 ` ec doo 0 220 ]EXCAVATION, N,, BAC:`lUHLu,111 C1 !, ANA) FORSTRUCTIRUIS 3.01 C, acu°t hu; 1W." revial flcicl 1ho, lbllowi.nl : 'At Me discretion of the Construction Manager, select surplus ma.tcHals may be slarea(l on-site. Select surph.is rnatmials exch.icles objectionable inateria.ls define(l in Paragraph 6-11.00, Clea,ixjnf and Orubbing." 1,008 yt>ctJon 07 400 M AN t.l.FAC:"T 1RED ROQ: F AND '0'W.A.7C I., PANELS S },0';?,Ala Milat,erhal <.18 },,atlgc" k.) "22 fyi'rl,rfr(,vy IxKh ( i I" Sul kii�mw\',',ir.i PlIm!) ,,irurn,' \ciri<^,vl„ut i 1vtT`1O19102 WhAl M 0 1 1 , ',Ire mmol sand slo lNidderldlul) I dor. ten"I Ov,fi vv [octifiv:", ilo�.i Oesc r", pi io% , ikktv llallpc to ['009 Secfjon JOIJO JNt!',TR.!,)rVlVT4'rS AND CONTROL 1 QIV41-11E 11.1 lvf% 1,01C Add jhv [011ow i i 1)"I" Inc, Concord, (.,A" (,()((] (; 1, rImll Iohm idd, odillo I fvl 1(k019102, NCII ( h R N? I � i do I fl(w P � , � / 11 u 11 t; " 1,),) It >' � III �4 tll il; � hl' b � 14 � Mt,% . k MMAlti�, ' U i i N IN t IN M r, r�1 AA glum !.;'°„itfSri oil 1101, v I"I.J_`J " I 5 K 11OfA A )WIN! 140 t�U. i, Q IitQ( IO"1�3 I"t:.7(T I ON CIA, 1020-1 i'I ICtI it (,)09) 4()i� Af3” :s tint MOMMM' [)F',I15. ;iO10(ji1 A TN: C;ONIPANY: I"rojec e. City of I m11 f=, i irii,in >torrr Vv�rati:r l.i i ` f atic'yta ("imiloilwo hior.krt"icnr A W" Idy 1 KA K Cci f I OIAIM 0 Wd tin ihie; projr t 1 ns n matacrn"" for" taltx':i'ric;il Iaoriion of d wrn Ic rr;yun r;;1 unlc1 thr; Won r<al t;rnitra t a rant' it'todrllc Aignt3. Of 1) p)0po., �tl it, , cr oftinul io ilii= lirravr; ic,n., uinl 4rrttIIr> r iiho col iuraci do;uwoW; (:n.Ir lair) price; will he pr;r 11,10 1-11 an ; i<rx liwitiriml. The spt r,ificraYiorl rlcactlo ; roi bili ,,r,opu of mnk rlu; lod by DocM on Ca: Womly E loctri; SIM eas follow~;, Divskm 16010, 16030 16110, 15120, 16130, 16340, 1640o, 16462, 16696, 1G500, 16000,16700, 16710, , 16£300, arul 163900�k Dockrtlon F1, VVoo(Jy L:Ir ctrlc C;cr., Inc, recogni/,et Addeiidurris" ,V 1. 42,43 "This bid proposal is c)Ood fnr 30 days. "Work to be completed on reasonzlk:ale sche duke. "SuhconCrartor _.hall not be tespousible fear sofo(y violaflons by othc r;s. Furnish €, Ing tali St'And by Gcirwr33Itor $3120100 SRO l_ leark al, Gontmis n ystetrat; SG;le1:)& and I..Aghthig $ `r 01,','u.s" 0 f }`,l'.sfs;! t le(a:rical;Mlldir)tf $10,000.00 topw"z lilml Irltoc jratleari o1 lyt. n1j"t C31rt4ion it atm ar7al t>ort t+;.alr S11000.fltl 7&00 F , 't'C`)'T/�,t_, for alllriel i(cap.p.)„ � 1 ,• 3613 " y, Cosi of pelrriits, fe 8. bondu p aiwho & pAd vig Arty additioilEil w0)1t that S not listed it.) this, pr)l:>o,al All House keeping pads l Lollard.;`% Utility Fae", iw c I F ural for (-Ioiierator" s City 01Todi electric Immy pl immy Caradt it will Stub 50' (roma Util Wwwn on AM QJ Air 011,111t.y Control pena'ilN for r ofwrafnr pollip :::r?isrlUc: studie=:. :..QUI VF"y�lll Ci M 11.ui1 ;i Sig=M rmforuier as, �1 1G. ( " 10 1 if i q & I IrAl c 1) 11 Iq of Aspl It ("/, (" o I wl ol 0 1 /, Hopailing any done by (Allols 18 Amp"my F%wM nnd MrthAverfm M I OMP Pnwm' i9 1 1 nnf',hlra i" I oilO, V. All OV("'I il I I to, m 1(1/()l I'l �-,q I I it I if I'l lithe; lu We NMamWW Hw oMoMm" MA"nM ow smpe ,and pn"M A yow tvmMMMMm. SWUW Mere ho, wy qumdAw, plen!',ol od fa, -'o to col)Nw� lir; fl(vollf, convelliow"o, shcote", 13(folancin 14, Wu0dV I ;lorivic Co., 11w, Gary M. woody Project Managoi / I.,.stunator CM Bay woody I MIN MMMU M Approved (3y: From: Stephen Seibly [mailto:sseibly@f-hconst.com] Sent: Wednesday, March 30, 2011 10:43 AM To: Steve Schwabauer; Lyman M Chang Subject: Lodi G Basin - License & References Importance: High Dear Mr. Schwabauer & Mr. Chan, Please find enclosed a copy of F&H Construction's California State Contractors License for your review and files. As you will note, F&H Construction currently maintains A and B licenses, which collectively authorize F&H Construction to self -perform the grading, excavation, site preparation/improvements, underground utilities, piping and mechanical work for this project. In addition, below are two local references who are familiar with F&H Construction's general qualifications and recent history of self -performing the above-mentioned scopes of work. Contact Gary Wiman City of Lodi Anders Christensen Woodbridge Irrigation District 209-369-6808 Pro'ect s Hutchins Street Square & Lodi Station Parking Structure Lower Mokelumne River Restoration (Woodbridge Damn) In the event you require any additional references or if we can provide you with any further information at this time, please do not hesitate to contact us. Thanks, Stephen Seibly F&H Construction 209-931-3738 office 209-351-5012 cell 209-931-4427 fax sseibly(kf-hconst.com Please visit our web site at: www.f-hconst.com INTERNET CONFIDENTIALITY STATEMENT This electronic mail message, including attachments, is a confidential communication exclusively between F & H Construction and the intended recipient(s) indicated as the addressee(s). It contains information that is private and may be proprietary or may be covered by legal professional privilege. If you receive this message in any form and you are not the intended recipient you must not review, use, discuss or disseminate it. We would be grateful if you could contact the sender at (209) 931-3738 upon receipt and in any event you should destroy this message without delay. Anything contained in this message that is not connected with the business of F & H Construction or its affiliates is neither endorsed by nor is the liability of this company. STATE OF CALIFORNIA TLJM:1 M James Miller Board Chair 13L-24 (REV. 12-07) ® 05P 07 105460 Pursuant to Chapter 9 of Division 3 of the Business and Professions Code and the Rules and Regulations of the Contractors State License Board, the Registrar of Contractors does hereby issue this license to: F& H CONSTRUCTION License Number 293306 to engage in the business or act in the capacity of a contractor in the following classification(s): A - GENERAL ENGINEERING CONTRACTOR B - GENERAL BUILDING CONTRACTOR Witness my hand and seal this day, April 6, 2010 Issued April 26,1974 CERTIFIED COPY This license is the property of the Registrar of Contractors, is not transferrable, and shall be returned to the Registrar upon demand when suspended, revoked, or invalidated for any reason. It becomes void if not renewed. Stephen P. Sands Registrar of Contractors Check a License - Contractors State License Board ContractorsStateboard Contractor's License Detail - License # 293306 Page I of 2 & DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (j� -t' _f 124 5) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below Click on the link or button to obtain complaint and/or legal action information Per B&P 7071 17 only construction related civil judgments reported to the CSLB are disclosed Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number 293306 Extract Date: 3/29/2011 F & H CONSTRUCTION P O BOX 55245 Business Information STOCKTON, CA 95205 Business Phone Number (209) 931-3738 Entity: Corporation Issue Date 04/26/1974 Expire Date 02/29/2012 License status This license is current and active. All information below should be reviewed. Additional Status: t.:i_ASS DESCRIPTION A G(7'.NfvRAI.. NC:�INE^,! RINCa_(:,`ONTRA TOR Classifications: B C,E:: NC::i Al. BUILDING CON` RAC1"OR GONTRAC IOR'S BOND This license filed Contractor's Bond numberSF6606 in the amount of $12,500with the bonding company ST PAUL FIRE AND MARINE: INSURANCE COMPANY Effective Date: 01/01/2007 (',�ai7tr���tc:�r s, E-i,r.�n.dirut I {i >tcxy Bonding: 4:3(;7N{') OI: Ot.11at..11"'WiNd::'s INC)i'JiDllAi.,. 1. The Responsible Managing Officer (RMO) FERRELL CHARLES ALLEN certified that he/she owns 10 percent or more of the voting stock/equity of the corporation A bond of qualifying individual is not required Effective Date: 12/02/2009 BQI's t3c,1'ic9,llrg f ti4tc ry Workers' Compensation: This license has workers compensation insurance with the Sl-.-ABRIGHT INSURANC;E COMPANY https://www2.cslb.ca.govIOnlineServicesICheckLicenseII/LicenseDetail,aspx?LicNum=2... 03/29/2011 Check a License - Contractors State License Board Policy Number:13131110615 Effective Date: 01/01/2011 Expire Date: 01/01/2012 Worker, Corrnfaensation History Miscellaneous Information. 03/02/2010 ASB CERTIFICATION REMOVED Personnel listed on this license (currentor disassociated) are listed on other licenses Conditions ..._of_Use I f'jjya-�,:yj licy. Copyright © 2010 State of California Page 2 of 2 https://www2.cslb.ca.gov/OnlineServices/Checkl.icenselI/I.,icenseDetail.aspx?LicNum=2 ... 03/29/2011 G -BASIN (DEBENEDETTI PARK) STORMWATER PUMPING STATION CONTRACT CITY OF LODI, CALIFORNIA THIS CONTRACT made by and between the CITY OF LODI, State of California, herein referred to as the "City," and F & H CONSTRUCTION, herein referred to as the "Contractor." WITNESSETH: That the parties hereto have mutually covenanted and agreed, and by these presents do covenant and agree with each other, as follows: The complete Contract consists of the following documents, which are filed in the Public Works Department and which are incorporated herein by this reference, to -wit: Notice Inviting Bids Information to Bidders General Provisions Special Provisions Bid Proposal Contract Contract Bonds Plans The July 2002 Edition, Standard Specifications, State of California, Business and Transportation Agency, Department of Transportation All of the above documents, sometimes hereinafter referred to as the "Contract Documents," are intended to cooperate so that any work called for in one and not mentioned in the other is to be executed the same as if mentioned in all said documents. ARTICLE I - That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the City and under the condition expressed in the two bonds bearing even date with these presents and hereunto annexed, the Contractor agrees with the City, at Contractor's cost and expense, to do all the work and furnish all the materials except such as are mentioned in the specifications to be furnished by the City, necessary to construct and complete in a good workmanlike and substantial manner and to the satisfaction of the City the proposed improvements as shown and described in the Contract Documents which are hereby made a part of the Contract. ARTICLE II - The City hereby promises and agrees with the Contractor to employ, and does hereby employ, the Contractor to provide all materials and services not supplied by the City and to do the work according to the terms and conditions for the price herein, and hereby contracts to pay the same as set forth in Section 5.600, "Measurement, Acceptance and Payment," of the General Provisions, in the manner and upon the conditions above set forth; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. ARTICLE I I I - The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2 of the Labor Code. The Contractor and any Subcontractor will pay the general prevailing wage rate and other employer payments for health and welfare, pension, vacation, travel time, and subsistence pay, apprenticeship or other training programs. The responsibility for compliance with these Labor Code requirements is on the prime contractor, CONTRACT.DOC I 03/21/2011 ARTICLE IV - And the Contractor agrees to receive and accept the following prices as full compensation for furnishing all materials and for doing all the work contemplated and embraced in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or from the action of the elements, or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also for all expenses incurred by or in consequence of the suspension or discontinuance of work and for well and faithfully completing the work, and the whole thereof, in the manner and according to the Plans and Contract Documents and the requirements of the Engineer under them, to -wit: Perform the work necessary to complete the G -Basin Stormwater Pumping Station, all as shown on the plans and specifications for "G -Basin Stormwater Pump Station Project". CONTRACT ITEMS ITEM EST'D. NO DESCRI PTION UNIT QTY UNIT PRICE TOTAL PRICE 1. Mobilization LS 1 $ 70,000.00 $ 70,000.00 2. Stormwater Pollution Prevention LS 1 $ 9,000.00 $ 91000.00 3. Provide Temporary Utility Services is 1 $ 15,000.00 $ 15,000.00 4. Construction Dewatering, Permitting, Pumping, and Disposal 5. Grading, Excavation and Site Preparation LS 1 $ 5,000.00 $ 5,000.00 LS 1 6. Construct Pump Station Structure LS 1 7. Furnish Mechanical Trash Racks EA 2 8. Install Mechanical Trash Racks EA 2 9. Furnish Submersible Pumps EA 4 10. Install Submersible Pumps EA 4 Contract. DOC 2 $ 122,000.00 $ 122,000.00 $ 444,500.00 $ 444,500.00 $ 217,000.00 $ 434,000.00 $ 3,600.00 $ 7,200.00 $ 38,000.00 $ 152,000.00 $ 6,000.00 $ 24,000.00 03/21/11 ITEM EST'D. NO. DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE 11. Equip Pump Station Structures LS 1 $ 10,300.00 $ 10,300.00 12. Furnish and Install Standby Generators 13. Site Electrical, Control Systems, SCADA, and Lighting EA 1 $ 34,000.00 $ 34,000.00 LS 1 $ 195,000.00 $ 195,000.00 14. Site Piping and Appurtenances LS 1 $ 103,000.00 $ 103,000.00 115. Electrical Building EA 1 $ 61,000.00 $ 61,000.00 16, Site Improvements LS 1 $ 22,000.00 $ 22,000.00 17. HMI Integration of Pump Station Data and Controls LS 1 $ 27,000.00 $ 27,000.00 18. All Sheeting, Shoring, and Bracing LS 1 $ 5,000.00 $ 5,000.00 19. Demobilization and Contract Closeout LS 1 $ 6,000.00 $ 6,000.00 TOTAL $1,746,000.00 ARTICLE V - By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code, which requires every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. ARTICLE VI - It is further expressly agreed by and between the parties hereto that, should there be any conflict between the terms of this instrument and the Bid Proposal of the Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE VII - The City is to furnish the necessary rights-of-way and easements and to establish lines and grades for the work as specified under the Special Provisions. All labor or materials not mentioned specifically as being done by the City will be supplied by the Contractor to accomplish the work as outlined in the specifications. Contract. DOC 3 03/21/11 ARTICLE VIII - The Contractor agrees to commence work pursuant to this contract within 15 calendar days after the City Manager has executed the contract and to diligently prosecute to completion within 160 WORKING DAYS. WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME OF COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE CONTRACTOR AGREES TO PAY THE CITY LIQUIDATED DAMAGES AS SET FORTH IN SECTION 6-04.03 OF THE SPECIAL PROVISIONS. CONTRACTOR AGREES THAT THIS AMOUNT MAY BE DEDUCTED FROM THE AMOUNT DUE THE CONTRACTOR UNDER THE CONTRACT. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date written below. CONTRACTOR: CITY OF LODI By: Title (CORPORATE SEAL) By: Konradt Bartlam City Manager Date: Attest: City Clerk Approved As To Form D. StephenM- Contract.DOC r City Attorne 4 03/21/11 1. AA# 2. JV# provide a description of the project, the total cost of the project, as well as justification for the ed adjustment. If you need more space, use an additional sheet and attach to this form. This project consists of constructing a stormwater pump station at the deep basin located at DeBenedetti Park, as presented in Exhibit A. The improvements include site improvements, mechanical trash removal racks, piping, electrical building, standby emergency generator, electrical/instrumentation/controls, Supervisory Control and Data Acquisition (SCADA) integration, and other incidental and related work, all as shown on the plans and specifications for the project. If Council has authorized the appropriation adjustment, complete the following: Meeting Date: Res No. 9 Attach copy of resolution to this form. (Department Head Signature: Deputy City Manager/Internal Services Manager Date Submit completed form to the Budget Division with any required documentation, Final approval will be provided in electronic copy format. rx� i FUND # BUS. UNIT # ACCOUNT # T0: linternai Services Dept. - Budget Division AMOUNT A. 326 3. FROM: I Rebecca Areida-Yadav 15. DATE: 03/22/2011 4. DEPARTMENT/DIVISION; Public Works provide a description of the project, the total cost of the project, as well as justification for the ed adjustment. If you need more space, use an additional sheet and attach to this form. This project consists of constructing a stormwater pump station at the deep basin located at DeBenedetti Park, as presented in Exhibit A. The improvements include site improvements, mechanical trash removal racks, piping, electrical building, standby emergency generator, electrical/instrumentation/controls, Supervisory Control and Data Acquisition (SCADA) integration, and other incidental and related work, all as shown on the plans and specifications for the project. If Council has authorized the appropriation adjustment, complete the following: Meeting Date: Res No. 9 Attach copy of resolution to this form. (Department Head Signature: Deputy City Manager/Internal Services Manager Date Submit completed form to the Budget Division with any required documentation, Final approval will be provided in electronic copy format. FUND # BUS. UNIT # ACCOUNT # ACCOUNT TITLE AMOUNT A. 326 3205 Fund Balance $ 2,100,000.00 SOURCE OF FINANCING B. 326 326037 7720 G -Basin Pump Station $ 2,100,000.00 USE OF FINANCING provide a description of the project, the total cost of the project, as well as justification for the ed adjustment. If you need more space, use an additional sheet and attach to this form. This project consists of constructing a stormwater pump station at the deep basin located at DeBenedetti Park, as presented in Exhibit A. The improvements include site improvements, mechanical trash removal racks, piping, electrical building, standby emergency generator, electrical/instrumentation/controls, Supervisory Control and Data Acquisition (SCADA) integration, and other incidental and related work, all as shown on the plans and specifications for the project. If Council has authorized the appropriation adjustment, complete the following: Meeting Date: Res No. 9 Attach copy of resolution to this form. (Department Head Signature: Deputy City Manager/Internal Services Manager Date Submit completed form to the Budget Division with any required documentation, Final approval will be provided in electronic copy format. RESOLUTION NO. 2011-46 A RESOLUTION OF THE LODI CITY COUNCIL REJECTING PROTEST, AUTHORIZING THE CITY MANAGERTO EXECUTE CONTRACT FOR THE G -BASIN (DEBENEDETTI PARK) STORMWATER PUMPING STATION PROJECTAND NEGOTIATE PROFESSIONAL SERVICES AGREEMENT TO PROVIDE CONSTRUCTION TESTING AND INSPECTION SERVICES FOR G -BASIN STORM DRAIN RELATED PROJECTSAND FURTHER APPROPRIATING FUNDS WHEREAS, in answer to notice duly published in accordance with law and the order of this City Council, sealed bids were received and publicly opened on March 21, 201 1, at 11:00 a.m., for the G -Basin (DeBenedetti Park) Stormwater Pumping Station Project described in the plans and specifications therefore approved by the City Council on February 16, 2011 ; and WHEREAS, said bids have been checked and tabulated and a report thereof filed with the City Manager as follows: Bidder Bid F & H Construction $1,746,000.00 MCI Engineering $1,751,800.00 Vinciguerra Construction $1,760,000.00 Conco-West, Inc. $1,796,000.00 Teichert Construction $1,816,050.00 Ariza Construction $1,975,000.00 Diede Construction $1,992,115.00 Tidelands Construction $2,019,500.00 JJM Engineering $2,033,335.00 GSE Construction $2,071,500.00 McGuire & Hester $2,081,000.00 Andrew L. Lee, Inc. $2,131,000.00 J R Filanc Construction $2,165,684.00 TTS Construction $2,174,665.00 Manito Construction $2,414,690.00 * Corrected Total WHEREAS, the second low bidder, MCI Engineering, protests the award of the contract to the low bidder, F & H Construction, contending that F & H failed to list subcontractors to perform 1) the site grading excavation and site preparation work and 2) the System Integration work as required by the Subletting and Subcontracting Fair Practices Act ("Listing Law"). MCI contends that F & H cannot perform the work and that, therefore, F & H's bid must be rejected as non-responsive; and WHEREAS, F & H is in fact licensed to perform earthwork as a General Engineering Contractor and has performed earthwork and site preparation on past projects for the City of Lodi; and WHEREAS, F & H's bid does in fact list an Integration System supplier (Telstar) and an installer (Bockmon and Woody); and WHEREAS, staff recommends that City Council deny MCI's bid protest; and WHEREAS, staff recommends awarding the contract for the G -Basin (DeBenedetti Park) Stormwater Pumping Station Project to the low bidder, F & H Construction, of Stockton, California, in the amount of $1,746,000; and WHEREAS, staff recommends authorizing the City Manager to negotiate a professional services agreement with Neil O. Anderson, of Lodi, California, to provide construction testing and inspection services for G -Basin storm drain related projects. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby reject the bid protest of MCI Engineering, of Stockton, California; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the City Managerto execute the contract for the G -Basin (DeBenedetti Park) Stormwater Pumping Station Project with the low bidder, F & H Construction, of Stockton, California, in the amount of $1,746,000; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the City Manager to negotiate a professional services agreement with Neil O. Anderson & Associates, of Lodi, California, to provide construction testing and inspection services for G -Basin storm drain related projects in an amount not to exceed $35,000; and BE IT FURTHER RESOLVED that funds in the amount of $2,100,000 be appropriated from the Storm Drainage Impact Mitigation Fund for this project. Dated: April 6, 2011 ------------------------------------------------------------------- ------------------------------------------------------------------- I hereby certify that Resolution No. 2011-46 was passed and adopted by the City Council of the City of Lodi in a regular meeting held April 6, 2011, by the following vote: AYES: COUNCIL MEMBERS— Hansen, Katzakian, Mounce, Nakanishi, and Mayor Johnson NOES: COUNCIL MEMBERS— None ABSENT: COUNCIL MEMBERS— None ABSTAIN: COUNCIL MEMBERS— None (2 TJOHL City Clerk 2011-46