HomeMy WebLinkAboutAgenda Report - October 20, 2010 H-01 PHAGENDA ITEM
CITY OF LODI
,. COUNCIL COMMUNICATION
AGENDA TITLE: Public Hearing to Consider Substitution of Listed Subcontractors and Bid Protest;
Adopt Resolution Authorizing the City Managerto Execute Agreements with the
Following Entitiesfor the Surface Water Treatment Facility Project; and Appropriating
Funds in the Amount of $36,500,000 for the Total Project:
A. C. Overaa & Company, of Richmond, for Construction ($22,837,000)
B. Pall Corporation, of Port Washington, New York, for Membrane Filtration
System ($3,926,081)
C. Krazan & Associates, of Modesto, for Testing and Inspection Services
($488,000)
D. Durst Contract Interiors, of Stockton, for Furniture ($52,025.98)
E. HDR Engineering, of Folsom, for Construction Administration Services for
Surface Water Treatment Facility Project ($890,000)
F. San Joaquin Council of Governments (SJCOG)for IncidentalTake
Minimization Measures Agreement ($90,606.80)
MEETING DATE: October20,2010
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Public hearing to consider substitution of listed subcontractors and bid
protest; adopt resolution authorizing the City Managerto execute
agreements with the following entities for the Surface Water Treatment
Facility Project; and appropriating funds in the amount of $36,500,000for
the total project:
A. C. Overaa & Company, of Richmond, for construction ($22,837,000)
B. Pall Corporation, of Port Washington, New York, for membrane filtration system ($3,926,081)
C. Krazan & Associates, of Modesto, for testing and inspection services ($488,000)
D. Durst Contract Interiors, of Stockton, for furniture ($52,025.98)
E. HDR Engineering, of Folsom, for construction administration services for Surface Water Treatment
Facility Project ($890,000)
F. San Joaquin Council of Governments (SJCOG) for IncidentalTake Minimization Measures
Agreement ($90,606.80)
BACKGROUND INFORMATION: The project is the culmination of events that began on April 16, 2003,
with the agreement to purchase Mokelumne River water from the
Woodbridge Irrigation District (WID). On December20, 2006, Council
selected the treat -and -drink delivery system to use the water. On
October 17, 2007, Council approved the project site and preferred treatment technology. In fall 2009, the
raw water pipeline was installed between the WID fish screen and the project site.
On October 6, 2010, the City Council approved issuing Water Revenue Bonds to finance construction of
a Surface Water Treatment Facility. This public hearing and resolution, if approved, is the final Council's
step toward constructing this facility. The anticipated start-up date is November2012.
APPROVED:
Konradt Bwlram, Interim City Manager
K;\WP\PROJECTS\WATER\SurfaceWaterPlant\SWTF Project= Award SWTF,doc 10/13/2010
Public Hearing to Consider Substitution of Listed Subcontractors and Bid Protest; Adopt Resolution
Authorizing the City Manager to Execute Agreements with the Following Entities for the Surface Water
Treatment Facility Project; and Appropriating Funds in the Amount of $36,500,000 for the Total Project:
A. C. Overaa & Company, of Richmond, for Construction ($22,837,000)
B. Pall Corporation, of Port Washington, New York, for Membrane Filtration System ($3,926,081)
C. Krazan & Associates, of Modesto, for Testing and Inspection Services ($488,000)
D. Durst Contract Interiors, of Stockton, for Furniture ($52,025.98)
E. HDR Engineering, of Folsom, for Construction Administration Services for Surface Water
Treatment Facility Project ($890,000)
F. San Joaquin Council of Governments (SJCOG)for IncidentalTake Minimization Measures
Agreement ($90,606.80)
October 20, 2010
Page 2
Public Hearing
Hold a public hearing in accordance with Public Contracts Code Section 4107 to hear:
1. The subcontractor Listing Law prohibits Prime Contractors from bid shopping with subcontractors
after receiving an award of a Public Contract. Post -bid -opening substitutions of subcontractors
are only allowed for a few specified reasons, including clerical error. C. Overaa & Co is
requesting substitution of two listed subcontractors. For earthwork and paving, Overaa asserts
that it incorrectly listed Sierra Equipment Rental, Inc., 8176 County Road 44, Glenn, CA, 95943,
as the low bidder. The actual low bidder is A.M. Stephens Construction Company, Inc.,
1717 South Stockton Street, Lodi, CA, 95240. For painting and coatings, Overaa asserts it
incorrectly listed National Coatings and Lining Company, 29885 Second Street, Unit P,
Lake Elsinore, CA, 92532 as the low bidder. The actual low bidder is FD Thomas,
P.O. Box 4663, Medford, OR, 97501. C. Overaa & Co. has provided date- and time -stamped
documentation showing that Overaa received bids from the subcontractors it wishes to substitute,
that it adjusted its bids to match the subcontractors bid but that it mistakenly failed to change the
identity of the listed subcontractors. Absent evidencefrom the listed contractorsto the contrary,
staff believes that the substitution complies with the requirements of the subcontractor listing law
(Public Contracts Code Sections 4107 and 4107.5). City staff recommends the substitution of
these two subcontractors as requested. Correspondence and documentation are attached.
2. The City has received a protest from the apparent second -low bidder, G.S.E. Construction, of
Livermore, that Overaa did not list an approved subcontractor for the traffic signal scope of work.
C. Overaa & Company has provided the City with documentation that the traffic signal work is
included in the approved electrical contractor's (San Joaquin Electric) scope of work. The work
will be performed by Pacific Excavation, Inc., as a subcontractor to San Joaquin Electric. City
staff recommends rejection of the protest based on the documentation provided.
Correspondence and documentation are attached.
C. Overaa & Company has provided a signed affidavit to the City regarding the items noted above.
Documentation is attached.
A. Contract Awards
Plans and specifications for this project were approved on July 21, 2010. A prequalification process was
included to determine eligible bidders and ensure that bidding contractors have the necessary
background to perform the work. Ten prime contractors, 13 electrical contractors and six electrical
system integrator contractors were approved to bid. The bid opening for the construction contract was
September 16, 2010, and the following nine bids were received.
K:\WP\PROJECTS\WATER\SurfaceWaterPlant\SWTF Project= Award SWTF.doc 10/13/2010
Public Hearing to Consider Substitution of Listed Subcontractors and Bid Protest; Adopt Resolution
Authorizing the City Managerto Execute Agreements with the Following Entities for the Surface Water
Treatment Facility Project; and Appropriating Funds in the Amount of $36,500,000 for the Total Project:
A. C. Overaa & Company, of Richmond, for Construction ($22,837,000)
B. Pall Corporation, of Port Washington, New York, for Membrane Filtration System ($3,926,081)
C. Krazan & Associates, of Modesto, for Testing and Inspection Services ($488,000)
D. Durst Contract Interiors, of Stockton, for Furniture ($52,025.98)
E. HDR Engineering, of Folsom, for Construction Administration Services for Surface Water
Treatment Facility Project ($890,000)
F. San Joaquin Council of Governments (SJCOG)for Incidental Take Minimization Measures
Agreement ($90,606.80)
October 20,2010
Page 3
Bidder
Location
Bid
Engineer's Estimate
$32,000.000
C. Overaa & Company
Richmond
$22,837,000
G.S.E. Construction Company, Inc.
Livermore
$24,548,000
Auburn Constructors
Sacramento
$25,200,300
S.J. Amoroso Construction
Redwood Shores
$25,697,000
W.M. Lyles Company
West Sacramento
$26,176,000
Monterey Mechanical Company
Oakland
$26,660,000
Gateway Pacific Contractors
Sacramento
$27,998,129
Western Water Constructors, Inc.
Santa Rosa
$28,365,000
J.R. Filanc Construction Company
Escondido
$28,760,000
Staff recommends awarding the construction contractto C. Overaa & Company.
B. Pall Membrane Filtration Svstem
At the December 16, 2009 City Council meeting, Council authorized Pall Corporation as the membrane
filtration system supplier. Staff, along with HDR Engineering, has negotiated the necessary terms and
requirements of the membrane filtration system to meet our specific project needs. The total contract
amount is $3,926,081.
C. Testing and Inspection Services
Krazan & Associates, inc., provided the same services for all phases of the White Slough Water Pollution
Control Facility upgrades. A building inspector, previously approved by the Building Division, will be hired
by Krazan & Associates to assist the City's Chief Building Official. This is a time -and -materials contract
not to exceed $488,000.
D. Furniture
On April 20, 1994, City Council established Haworth, Inc., as the standard office systems furniture
man ufactu re rfor City projects. Durst Contract Interiors is the local authorized vendor for Haworth
products and installation. Total contract is $52,025.98.
E. Construction Administration Services
Staff recommends HDR Engineering, Inc., perform the construction administration services. As the
design engineerfor this project, HDR is ideally suited to perform these duties. This is a time -and -
materials contract with a not -to -exceed maximum of $890,000.
F. SJCOG
To meet the requirements of the San Joaquin County Multi -Species Habitat Conservation and Open
Space Plan (SJMSCP) compensation is required for converting open space to non -open space use and
an Incidental Take Minimization Measures agreement is required to be executed by the City. A draft of
the agreement is attached and it is subject to revision following the preconstruction site inspection.
Council authorized the City Managerto negotiate minor revisionsto the draft agreement and execute
same. This is a one-time fee of $90,606.80.
K:\WP\PROJECTS\WATER\SurfaceWaterPlant\SWTF Project= Award SWTF.doc 10/13/2010
Public Hearing to Consider Substitution of Listed Subcontractors and Bid Protest; Adopt Resolution
Authorizing the City Managerto Execute Agreements with the Following Entitiesfor the Surface Water
Treatment Facility Project; and Appropriating Funds in the Amount of $36,500,000 for the Total Project:
A. C. Overaa & Company, of Richmond, for Construction ($22,837,000)
B. Pall Corporation, of Port Washington, New York, for Membrane Filtration System ($3,926,081)
C. Krazan & Associates, of Modesto, for Testing and Inspection Services ($488,000)
D. Durst Contract Interiors, of Stockton, for Furniture ($52,025.98)
E. HDR Engineering, of Folsom, for Construction Administration Services for Surface Water
Treatment Facility Project ($890,000)
F. San Joaquin Council of Governments (SJCOG)for Incidental Take Minimization Measures
Agreement ($90,606.80)
October 20,2010
Page 4
The total project estimate is $36,500,000, which includes the construction contract, membrane filtration
system, shop tools and equipment, furniture, tree mitigation, property acquisition, permit fees,
construction administration services, testing and inspection contract, construction contingencies and
other project -associated expenses.
Appropriation
The total project appropriation is $36,500,000. Funds are appropriated from the sale of the bonds
approved at the October 6, 2010 Council meeting. The bond sale date is approximately October 27,
2010.
FISCAL IMPACT: Increase in costs for operating the facilities will be approximately $1.7 million
the first year and approximately $1.4 million each year thereafter.
FUNDING AVAILABLE: Requested Appropriation: Water Fund (181011)$36,500,000
Jor n yers
Deputy City Manager/Internal Services Director
F. Wally Seidelin
Public Works Director
Prepared by Gary Wiman, Construction Project Manager
FWS/GW/pjt
Attachments
cc: Charles Swimley, Deputy PublicWorks Director— Utilities
C. Overaa& Company
Pall Corporation
Krazan & Associates
Durst Contract Interiors
HDR Engineering
Finance Team
K:\WP\PROJECTS\WATER\SurfaceWaterPlant\SWTF Project\CC Award SWTF.doc 10/13/2010
City Of Lodi
Surface Water Treatment Facility Project Budget
October 2010
Budget Item
Amount
Constructioi
Site Acquisition (Parks Dept)
$1,200,000
Wastewater Connection Fee
$1,472,912
Impact Mitigation Fees
$151,308
RTIF Fees
$22,333
Utility Services (PG&E, EUD)
$500,000
COG Habitat Fees
$90,607
Construction Contract (Bid Amount)
$22,837,000
Plan Check/Permit Fee (Building Dept.)
$342,333
Plan Check/Permit Fee (Public Works)
$124,000
Plan Printing Costs (Stockton Blue)
$25,000
Project Management (City Staff)
$200,000
Copy/Shipping Expenses Estimate
$15,000
Environmental Inspection
$4,000
Testing & Inspection (Krazan & Assoc)
$488,000
Construction Tota
$27,472,492
Equipment Purchase
Budget
Office Furniture (Durst Contract Interiors)
$52,026
Operations Center Equipment
$50,000
Admin Building Equipment
$25,000
Data/Communications Equipment
$100,000
Shop Equipment
$200,000
Pall Membrane Purchase
$3,926,081
Equipment Tota
$4,353,207
Engineering Services
Amount
HDR Contract Administration
$890,000
Engineering Tota
$890,000
Tota
$32,715,599
Project Contingency
$3,784,401
Project Total Budge $36,500,000
K:\WP\PROJECTS\WATER\SurfaceWaterPlant\SWTF Project\SWTF Project BudgetCC.xls 10/07/2010
City cf Lodi Section 4
Surface Water Treatment Facilitv 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 C. Overaa & Co., 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 incorporated herein by this
reference, to -wit:
Notice Inviting Bids
Information to Bidders
General Conditions
Special Provisions
Bid Proposal
Contract
Contract Bonds
Plans (Drawings)
Specifications
Addenda
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, furnish all labor 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 11 - 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 Clauses 65 and 66 General Conditions, 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 111- 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,
August 24, 2010 Section 4 - 1 Surface Water Treatment Facility
Contract
City of Lodi Section 4
Surface Water Treatment Facility Contract
apprenticeship or other training programs. The responsibility for compliance with these Labor Code
requirements is on the prime contractor.
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:
Item Unit Price Total Price
No. Unit Qty
A. Mobilization, bonds, and insurance (not to L S NA $1,000,000.00 $1,000,000.00
exceed 5% of total bid amount)
B. Sheeting, shoring, and bracing LS NA $250,000.00 $250,000.00
C. Addition of ChlorinationFacilities to Well IS NA $2,000,000.00 $2,000,000.00
sites.
D. 3 -million gallon prestressed concrete
storage tank complete with piping, valves
and appurtenances (Within the footprint of
the tank) disinfected and ready for service,
excluding earthwork. LS NA $3,000,000.00 $3,000,000.00
E. Construct micro -filtration system including
storage and installation of Owner furnished
Pall membrane system (5 units), strainers,
pumps, and CIP system; including piping,
valves, appurtenances, electrical
instrumentation and all related work within
the operations and chemical buildings. LS NA $12,000,000.00 $12,000,000.00
F. All work in accordance with the contract
documents, with the exception of work
included under Items A through F. LS NA $4,587,000.00 $4,587,000.00
Contract Total $22,837,000.00
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.
August 24; 2010 Section 4 - 2 Surface Water Treatment Facility
Contract
City of Lodi Section 4
Surface Water Treatment Facilitv 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.
ARTICLE VIII — The Contractor agrees to commence work pursuant to this contract and to diligently
prosecute to completion within 700 CALENDAR 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 of $3,000 per day for each
calendar day the work is not completed beyond the time specified in the preceding paragraph.
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
LOW
Title
(CORPORATE SEAL)
By:
Konradt Bartlam, Interim City Manager
Date:
Attest:
Randi Johl, City Clerk
Approved as to form:
D. Stephen Schwabauer,City Attorney
August 24,2010 Section 4 - 3 Surface Water Treatment Facility
Contract
City of Lodi Section 4
Surface Water Treatment Facility Contract
PAYMENT BOND
Know All Men by These Presents:
THAT WHEREAS, The CITY OF LODI, has awarded to C. Overaa & Co., hereinafter
designated as the "Contractor", a contract for the work described as follows: City of Lodi Surface
Water Treatment Facility.
AND WHEREAS, the Contractor is required by the provisions of Chapter 7, Title 15, Part 4,
Division 3, Section 3247 et seq., Civil Code, to furnish a bond in connection with said contract, as
hereinafter set forth.
NOW, THEREFORE, we the undersigned Contractor and Surety are held and firmly bound unto
the CITY OF LODI, in the sum of eleven million four hundred eighteen thousand five hundred
Dollars ($11,418,500.00), said sum being determined in accordance with the provisions of Section 3248
of the Civil Code, for which payment well and truly to be made we bind ourselves, our heirs, executors
and administrators, successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if said Contractor, his or its heirs,
executors, administrators, successors or assigns, or subcontractors, shall fail to pay any materials,
provisions, provender or other supplies or teams, implements or machinery, used in, upon, for, or about
the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for
amounts due under the Unemployment Insurance Act with respect to such work or labor, as required by
the provisions of Chapter 7, Title 15, Part 4, Division 3 of the Civil Code, and provided that the claimant
shall have complied with the provisions of said Code, the surety or sureties hereon will pay for the same
in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void.
In case suit is brought upon this bond the said surety or sureties will pay a reasonable attorney's fee to be
fixed by the court.
This bond shall inure to the benefit of any and all persons, companies or corporations entitled to
file claims under Section 3181 of the Civil Code, so as to give a right of action to them or their assigns in
any suit brought upon this bond.
And the said Surety, for value received, hereby stipulates and agrees that no change, extension of
time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the
specifications accompanying the same shall in any way affect its obligations on this bond, and it does
hereby waive notice of any such change, extension of time, alteration or addition to the terms of the
contract or to the work or to the specifications.
IN WITNESS WHEREOF, we have hereunto set our hands and seals on this day of
,20 10.
Contractor
(SEAL)
Name of Surety
By:
Attorney -in -Fact
August 24,2010 Section 4 - 4 Surface Water Treatment Facility
Contract
City of Lodi
Surface Water Treatment Facilitv
PERFORMANCE BOND
Know All Men by These Presents:
Section 4
Contract
THAT WHEREAS, the CITY OF LODI, has awarded to C. Overaa & Co. as principal,
hereinafter designated as the "Contractor",a contract for the work described as follows: City of Lodi
Surface Water Treatment Facility.
AND WHEREAS, the Contractor is required to furnish a bond in connection with said contract
guaranteeing the faithful performance thereof,
NOW, THEREFORE, we the undersigned Contractor and Surety, are held and firmly bound unto
the CITY OF LODI, in the sum of Twenty-two million eight hundred thirty seven thousand Dollars
($22,837,000.00), to be paid to the said CITY OF LODI, its successors and assigns; for which payment,
well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or
assigns, jointly and severally, firmly by these presents.
THE CONDITION of this obligation is such:
That if the above Contractor, his or its heirs, executors, administrators, successors or assigns,
shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions
and agreements in the foregoing contract and any alteration thereof made as therein provided, or his or
their part to be kept and performed at the time and in the manner therein specified, and in all respects
according to their true intent and meaning, and shall indemnify and save harmless the CITY OF LODI,
its officers and agents, as therein stipulated, then this obligation shall become and be null and void,
otherwise it shall be and remain in full force and virtue.
IN WITNESS WHEREOF, we have hereunto set our hands and seals on this day
of ,2010.
Contractor
(SEAL)
Name of Surety
By:
Attorney -in -Fact
August 24,20 10 Section 4 - S Surface Water Treatment Facility
Contract
OVERA'At
BUILDING FOR THE FUTURE SINCE 1907 C. OVERAA &CO. Craftsmanship • Innovation • Proven Results
September 28,20 10
City of Lodi
Public Works Department
City Hall, 221 West Pine Street
Lodi, CA 95241-1910
Attention: Gary R. Wiman, Construction Project Manager
Reference: Surface Water Treatment Facility Bid
Subject: Affidavit
Dear Gary:
The following is our affidavit confirming the following is true and factual:
1. C. Overaa & Co. made an inadvertent clerical error in listing Sierra Equipment Rental,
Inc. instead of AM Stephens Construction Co. for the "earthwork and paving" work on
the above referenced project.
2. C. Overaa & Co. made an inadvertent clerical error on listing National Coating & Lining
Company instead of FD Thomas for the "painting and coating" work on the above
referenced project.
3. San Joaquin Electric's bid to C. Overaa & Co. included the traffic signal work performed
by Pacific Excavation Inc. and as such is a second tier subcontractor, and therefore, not
listed on our "Proposed Subcontractors" list for the above referenced project.
We hope this confirms all the information previously provided. If you have any questions or
comments, please do not hesitate to contact me.
Very truly yours,
LE/sh
�u.
200 Parr Blvd., Richmond, CA 94801 • Tel: (5 10) 234-0926 • Fax: (510) 237-2435 • License No. 106793 • www.overaa.com
OVEPMAt
BUILDING FOR THE FUTURE SINCE 1907 C.OVERAA & CO. Craftsmanship - Innovation , Proven Results
September 16,2010
City of Lodi
Purchasing Officer, Finance Department
City Annex
310 W. Elm Street
Lodi, CA 95241
Attention: Gary Wiman, Fax 209 333-6710/ Email: gwimanglodi.gov
Reference: Bid for Lodi Surface Water Treatment Facility
Subject: Subcontracting Listing Errors
Dear Mr. Wiman:
Per Section 4107 of the Public Contract Code, please be advised that we made two inadvertent
clerical errors in our listing of the intended low bidders on the above referenced bid as follows:
For Earthwork & Paving, we listed Sierra Equipment Rental, Inc., 8176 County Road 44, Glenn,
CA 95943 as the low bidder. The actual low bidder fcr this trade is AM Stephens Construction
Co., Inc., 1717 S Stockton Street, Lodi, CA 95240.
For Painting & Coatings, we listedNational Coating & Lining Company, 29885 Second Street,
Unit P, Lake Elsinore, CA 92532 as the low bidder. The actual low bidder for this trade is FD
Thomas, PO Box 4663, Medford, OR 97501.
We, therefore, request listing changes from Sierra Equipment Rental, Inc. to AM Stephens
Construction Co., Inc. and from National Coating & Lining Company to FD Thomas.
If you have any questions, please do not hesitate to contact me.
Very truly yours,
LE/sh
200 Parr Blvd., Richmond, CA 94801 • Tel: (510) 234-0926 • Fax (510) 237-2435 • License No. I06793 • www.overaa.com
CITY COUNCIL CITY OF L O D I KONRADT BARTLAM,
PHIL KATZAKIAN, Mayor Interim City Manager
SUSAN HITCHCOCK,
Mayor Pro Tempore PUBLIC WORKS DEPARTMENT RANDI JOHL,
LARRY D. HANSEN CITY HALL, 221 WEST PINE STREET/ P.O. BOX 3006 City Clerk
LODI, CALIFORNIA 95241-1910
BOB JOHNSON TELEPHONE (209) 333-6706 / FAX (209) 333-6710 D. STEPHEN SCHWABAUER,
JOANNE MOUNCE EMAIL pwdept@lodi.gov City Attorney
http://www.lodi.gov F. WALLY SANDELIN,
Public Works Director
September 17, 2010
C. Overaa & Co.
Attn: Larry Etcheverry
200 Parr Blvd
Richmond, CA 94801
SUBJECT: Surface Water Treatment Facility Bid — Listed Subcontractor
The City is in receipt of your subcontractor substitution request on the above listed
project. We have notified the listed subcontractors as required by Public Contracts Code
Section 4107. You are encouraged to consult your legal counsel and review the
provisions of Public Contracts Code 4107 and 4107.5 carefully to determine any rights
and limitations periods you may have to pursue your requested substitution.
Sincerely,
Gary R. Wiman
Construction Project Manager
Enclosure
cc: PublicWOrks Director
CityAttorney
K:\WP\PROJECTS\WATER\SurtaceWaterPlant\SWTF Project\Bid Documents\SWTF Overaa Sub Change Ltr.doc
CITY COUNCIL CITY OF L O I KONRADT BARTLAM.
PHIL KATZAKIAN, Mayor Interim City Manager
SUSAN HITCHCOCK, PUBLIC WORKS DEPARTMENT
Mayor Pro Tempore RANDI JOHL,
LARRY D. HANSEN CITY HALL, 221 WEST PINE STREET / P.O. BOX 3006 City Clerk
LODI, CALIFORNIA 95241-1910
BOB JOHNSON TELEPHONE (209) 333-6706 / FAX (209) 333-6710 D. STEPHEN SCHWABAUER,
JOANNE MOUNCE EMAIL pwdept@lodi.gov City Attorney
http://www.lodi.gov F. WALLY SANDELIN,
Public Works Director
September 17, 2010
National Coating and Lining Company
29885 Second Street, Unit P
Lake Elsinore, CA 92532
SUBJECT: Surface Water Treatment Facility Bid — Listed Subcontractor
C. Overaa & Co., appears to be the successful low bidder on the above public contract
and listed your firm as a subcontractor to provide painting and coatings. Bids were
opened on September 16, 2010. By letterof September 16, 2010 C. Averaa & Co.
requested the City's consent to substitute FD Thomas for your firm due to clerical error
as provided in Public Contracts Code Sections 4107 and 4107.5. A copy of C. Averaa &
Co.'s request is enclosed.
You are encouraged to consult your legal counsel and review the provisions of Public
Contracts Code 4107 and 4107.5 carefully to determine any rights and limitations periods
you may have to contest the requested substitution.
Sincerely,
o_
Gary R. Wiman
Construction Project Manager
Enclosure
cc: Public Works Director
City Attorney
K:\WP\PROJECTS\WATER\SurfaceWaterPlant\SWTF Project\Bid Documents\SWTF National Coating & Lining Sub
Change Ltr.doc
SEP-21-2010 13:21 From:NCLC 9514713779 To:12093336710 Paae:2'2
l".A -ni 9Ar H d 2 7 Y x
M �•
SPECIALIZING IN EPDXY COATING, POLYURETHANE LININGS, MANHOLE RESTORATION,T-
LOCK INSTALLATION AND T-LOCK WELDING FOR THE WATER & WASTEWATER INDUSTRY
CERTIFIED APPLICATOR FOR RAVEN LINING SYSTEMS, UTILITHAN'E POLYURETHANE: AND
SPRAYROQ
September 21,20 10
City of Lodi
Public Works Department
aV Hall
P OBox 3006
Lodi, CA 95241-1910
Attention: Mr. Gary R Wiman, Construction Project Manager
RE: Surface Water Treatment Facility Bid—Listed Subcontractor
Mr. Wiman:
T h i s letter is to provide formal notification to the City that we object to the substitution of
another fgn to perform the work for which we were listed by the apparent low bidder on this
Project.
We received your letter today, notifying us that C. Overaa & Co. is attempting to replace our
firm as a listed Subcontractor by claiming that they made an inadvertent error in their bid.
There is no evidence that we are aware of that conclusively demonstrates an inadvertent clerical
error by C. Overaa & Co., and we believe that bid shopping may be the motive. We hereby
request that the City deny C. Overaa & Co.'s request, cox proceed in accordance with the
provisions of Public Contract Code 4107 and 4107.5 to resolve this matter.
Sincerel
1
Anton stett
President
29885 2"D St., Unit P, Lake Elsinore, CA 92532
TELEPHONE- (951) 471-3388* PACSIMILE (951) 471-3779
CA License # 886430 C-33, AZ License #ROC256198 L-34, NV License #73374 C4
Member of Southern California Painters & Decorators Labor Management Cooperation Committee
Signatory to Painters and Laborers Union
CITY COUNCIL CITY OF L O D I KONRADT BARTLAM.
PHIL KATZAKIAN, Mayor Interim City Manager
SUSAN HITCHCOCK, PUBLIC WORKS DEPARTMENT
Mayor Pro Tempore RANDI JOHL,
LARRY D. HANSEN CITY HALL, 221 WEST PINE STREET / P.O. BOX 3006 City Clerk
LODI, CALIFORNIA 95241-1910
BOB JOHNSON TELEPHONE (209) 333-6706 / FAX (209) 333-6710 D. STEPHEN SCHWABAUER,
JOANNE MOUNCE EMAIL pwdept@lodi.gov City Attorney
http://www.lodi.gov F. WALLY SANDELIN,
Public Works Director
September 17, 2010
Sierra Equipment Rental, Inc.
8176 County Road 44
Glenn, CA 95943
SUBJECT: Surface Water Treatment Facility Bid — Listed Subcontractor
C. Overaa & Co., appears to be the successful low bidder on the above public contract
and listed your firm as a subcontractor to provide Earthwork and Paving. Bids were
opened on September 16, 2010. By letter of September 16, 2010 C. Averaa & Co.
requested the City's consent to substitute A.M. Stephens Construction Co for your firm
due to clerical errcr as provided in Public Contracts Code Sections 4107 and 4107.5. A
copy of C. Averaa & Co.'s request is enclosed.
You are encouraged to consult your legal counsel and review the provisions of Public
Contracts Code 4107 and 4107.5 carefully to determine any rights and limitations periods
you may have to contest the requested substitution.
Sincerely,
Gary R. Wiman
Construction Project Manager
Enclosure
cc: Public Works Director
City Attorney
K:\WP\PROJECTS\WATER\SurfaceWaterPlant\SWTF Project\Bid Documents\SWTF Sierra Equipment Rental Sub
Change Ltr.doc
C 0 N S T R u C T 1 0 N
SENT. VIA FAX, MAILAND EMAIL
Tuesday, September 21,2010
City of Lodi —City Hall
Public Works Department
221 West Pine Street
Lodi, CA 95241
To Whom It May Concern:
This is an official letter of protest of the bid submitted by C Overaa & Company, on September
16, 2010 in response to Invitation to Bid for the Surface Water Treatment Facility Projectfor the
City of Lodi.
Per Section 2 Instruction to Bidder's (Section 2-1):
"e. Pursuant to the provisionsof Section 41000 —4113, inclusive, of the Government
Code, every bidder shall in his bid set forth:
( 1) -------
(2) The portion of work which will be done by each subcontractor. If the bidder fails to
specify a subcontractor for any portion the work to be performed under the
contract in excess of one-half percent of the total bid, he agrees to perform that
portion himself."
C Overaa & Companyfailed to list a subcontractor for "Traffic Signal" with their bid on this
project. The "Traffic Signal," is a significant and particular item of work that requires experience
and a C-10 license which C Overaa & Company does not have and therefore can not self -
perform. In addition, their listed electrical subcontractor San Joaquin Electric does not posses
this experience and excluded this scope of work from their proposal. Furthermore this scope of
work is clearly in excess of the threshold of one-half percent of the total bid price and therefore
a subcontractor had to be listed for the "Traffic Signal" scope of work on this project.
Due to C Overaa & Company's non compliance with the bidding documents, we assert that their
bid should be deemed non-responsive and the contract awarded to G S E Construction Company
Inc, the next lowest responsive and responsible bidder.
Sincerely,
Orlando utierrez, President
G S E Construction Company Inc
GS E CONSTRUCTION COMPANY INC . 6950 Preston Avenue . Livermore, C4 94551 . Tel (925) 447-0292 . Fax (925)447-0962
www..gseconstruction.com . CA Contractor License# 401498 . Equal Opportunity Employer
OVERAAt
BUILDING FOR THE FUTURE SINCE 1907 C'.OVERAA & CC. Craftsmanship • Innovation e Proven Results
September 23, 2010
City of Lodi
Public Works Department
City Hall, 221 West Pine Street
Lodi, CA 95241-1910
Attention: Gary R. Wiman, Construction Project Manager
Reference: Surface Water Treatment Facility Bid
Subject: Electrical Subcontractor Listing
Dear Gary:
;. EV:;..
1 T Y 0f- L0DR
In response to your inquiry regarding the subcontractor listing of a "traffic signal" subcontractor,
please note that our listed electrical subcontractor, San Joaquin Electric, Inc., included this
electrical work per specification 16600 in his bid to Overaa.
Eased on our discussion with Dave Craddock at San Joaquin Electric, Inc., we understand that he
intends to subcontract this work to Pacific Excavation Inc. Please fill free to contact Dave
Craddock at 209 952-9980 to discuss this matter.
If you have any questions, please do not hesitate to contact me.
Very truly yours,
C. OVERAA
Estimator
LE/sh
C(a 1 51;2
LF
200 Parr Blvd., Richmond, CA 94801 • Tel: (510) 234-0926 • Fax: (510) 237-2435 - License No. 106793 • www.overaa.com
Project Name: City of Lodi Surface Water Treatment Facility Bid Date: 9/16/2010
Bid Time: 2:00 PM
Total Cost: 22,837,000
11
Markup Rater '
Bond / Insurance Rtte: `
r.u.11 I ItemcofWork SUB 1 EQUIP: I MAT'L LABOR I TOTAL
ITEM OF WORK
Structural/ArchltecturallCivii - IL
Un round -RP
Above ground / Mech - LH Isom
COCO OH
z25'�0„
Craft Labor Burden I Imam
I1y5°/a"' General Conditions Burden
Dewatering
0ieo0
Monitoring Well
02140
02130
em
=13
Site ClealinglIxcavaling Support andProtection Control of
Ground and SurfaceWaterEarthworkTopsoilingand Finish
Grade AsphaltPoving
Pipeline - -
o2m
Plants and Plsnfmn
02502
ConcreteCurb, sidewalk. steps
anis
ITank Underdraln and Waterproofing - -
03370
03380
PrestressedConc Strand Wrapped Conce Tank
Type ill PrestressedConcrete Tank .
0e31s
Fabric Baffle Wait. In Water Storage Tank - -
o282o
Storage Tank Disinfection aim
02770
PVGGeomembrane
02444
PVC Coated Chain Link Fence
02852
OmamentalFencesand Gates - -
-'omoe
Storage TankMetal Fabrications - -
05120
osso5
Stouckual Steel
Metal Fabrications
osew
Fiberglass Reinbeed Plastic FaMc®tions: Railings, Gratings,
Ladders, Modular Framing - -
05211
Sleet JOlata - -
05313
Metal Deck - -
osms
ConcreteReirdonment
o34so
Architectural PrecadConcrete -
04110
oam
Cement and Lime Mortars
Concrete Masonry
04233
Prot 11 Fens System - Post tensioned Concrete Masonry - -
aloe
om
osmo
Rough Carpentry
Finish Carpenby
Archtieclnlal Cahinewwk �.
sey ti jItems of WorkI SUB t EQUIP. MAT'L LABOR TOTAL
uinn Cl.e PmfeNlnn
07412
_..._... _ _.r.....
Metal Roofing
07600
Flashing and Sheet Metal I
10200
Louvers
15890
1ssro
dsss0
HVAC Equipment Ductwork instrum and Control HVAC Testing
and Balancing
154do
Plumbing Fixtures and Equip
16012
16060
w...�
Electrical, etc.
Acoustical Ceiling
WNW
[t
O
m
SEP -16-2010 From:STEPNENS CONS 2093330993 To:5102372435
Mailin Addrbaa C9onoral $opanee►Inp Convttotor
PO BDX1867
40p1, CR 95241
PhysiGAl AddteaC
17175 STOCKTON ST CONSTRUCTION CO., INC
LORI, 0A 96240 Ulitvmia Contrnatrxo LIMM5 d 404729
September 15, 2010
City of Lodi
Water Treatment Facility
SITEK'ORKSCOM
1, Demo trees, concrete atld fence.
2, Clear area bydiscing.
3. Ro-compact site 31deep.
4, Prep pads to slab grade less concrete and rack. No
'footings, etc, Pall to be one level grade,
5. Excavate for tank pad leaving one (1) rarnp to Elev.
6. Import needed material to finish site,
7, Grade Tor concrete walkways, placing base rock if
S. Paying Area: Subgrade, rack, beaderboard and b
9. Decorative Rock: Subgrade, fabric and rock.
10, Grade Swale urea and place rock.
for fits, basement,
11. $tnp3ng and signage.
For Me L p Sum-4-71�' fJoo-
1. Dain comerete and subgrade fur new
2. Lower and raise manholes and wate
3. Grind for overlay and prepare area.
4, Plaee asphalt concrete,
S. Stripes aro signage.
the Lump Sum(44 1 to , w
RAWWATER At���'�,�1
11
1. Demo conoretc.
2, Rough grade site and con .act building pad.
3, Grade and place aggregate base for concrete flatwork.
4. Paving Area: Siibgra4e, rock and pave.
S, Barricade.
6. Staging Area: Grade, fabric and rock (70,000Sq..>„t.),
1K,f- — For the Lump Sism DPb m
Respeottbily &bmitted,
ax-a�
Andrew M. Stephens
A,.M, Stephens Construction Company, Inc.
P.2/3
LORI (209) 333-0136
FAX (209) 333-0883
www ematephou nee
,'felt.-oiP: L4i,�m,ou
SEP -16-2010 From:STEPHENSCONS 2093330993 To:5102372435 P.3/3
---.- . - _._._ . .. 1.111 _ H x I I IItiaa1MEN It1t11itIIIm.
n Permiks or;l'ecs
I v 7 csting
; No Staking
Ct No Soils Report
0 14o Demolition
Gl,/� �lrutinb uthor titan Aiscittg
trtl` o:Rock, Sand orM:emlimne on Suikiing:l'ads
Ip/ Footing Excavation or Grickfill of any type
5_ ,. `"p' tngineered Till under Foodtigs
10 ,jV- Con0rOW,
[tP'No Underground or •Paving of Underground Tronoltes
C� l�p"Sq'ipiny
No Electrical
C] o Lavida�aping and No Udidonal Gradiq n&x initial Grading
Ga, '�itencing
Work to be done when Weather Ground Condi tions.Pernhits Nornial Construction opeihtion
U Pr wing to be done per Cal Ttans Specifications
project aid on Full Days Paving. Short Day Paving due to Weudier will add Cost toBao Did,
0 Mobilia iewi- Amount lvrBid
G No T3ase under C'oncrofe Walks or Slabs
Di Curb CxGuva►ion
-/lir �'Fix►sinn SWWP'I�.P N.:t�iniennnee
n
[eBrosion Contra) eed Kil ler
xistiahgUtilitics or Undorg'mund Piping Conflict will, ilio Proposed U1111tlas, and Raiocation or Added Costs ;chill be
by Owner/Controo0l'.
(:1 oter (ans, water„t.'Wria , etc.) by other,,
fizardatiq Material Handling by others
UNoWCi attiring Work by others
Connections to Rina Water i faders or pownspouts,'go Trench Droins. No French or Appw atas 13mins.
U c1ladinl;14011-Site Wtllimip
u /eElootrical D010
llrtDust: Control PerMils nrflails
No Cost for Traffic. Control t'lmv;
0 Addemdum9 Noted,_
Cl
P LP A fiT+; ATTAO IT W, T.H. O OTE TO CCI,iV".TRACT
09/16/2010 PAX 5309342247 sierra equipment
Sierra Equipment Rental, Inc
8176 County Rd. 44
Glenn, CA 95943
Phone# 877-503-6300Pax# 530-934-2247
License# 804169A
September 16,2010
General Contractor
Attn: Project Estimator
Re: City of Lodi- Surface Water
Total Bid
9
Inclusions:
Clear and grub.
Demolition of fence, as alt, concrete curb & sidewalk.
Asphalt grinding at i ersection.
Removal of raised edians at intersection.
Rough grade and nish grade.
Prepare staging ca— 10,000 SF at Raw Water and 10,000 SF at plant.
Stripped topsoi to be left in stockpile for landscaper.
Cobble rock p ving.
C1 2Aggreg tebase.
Asphalt Pav'
Header Board
Replace of aggregate base & asphalt in Mill's Ave
Conditions:
We have seen the soils report.
We have seen addenda's 1,2,3, & 4
Recycled base rock is utilized throughout this quotation.
Swales are graded only.
See page 2 for exclusions.
0001/002
09/16/2010 FAX 5309342247 sierra equipment IL002/002
Page 2 (Lodi Surface Water Treatment)
Exclusions: Fees, permits, survey and layout, tests, and inspection.
Handling or removal of hazardous or contaminated material.
Removal of my utilities, structures or other demolition. Concrete, underground utilities,
above ground piping, electrical, fencing, landscaping, and irrigation. Striping,bumpers,
orbollards installation, maintenance, or removal of erosion control. Dewatering. Shoring,
sheeting or underpinning. Handling or removal of spoils from. underground. Bond
premium, we are bondable at one per cent. Temporary or permanent b arri caries. Tree
protection. Any work at wells. Removal of staging area's.
At Mill's Avenue we excludepipe work, adjustment of iron, stop inlets, handicap ramps,
and removal of any untilities.
Sierra Equipment Rental, Inc,
SEP -16-2010
FD THOMAS I NC
Date; September 16, 2010
To: General CorNr'actor
Re: Lcoil-Surface WaterTroatment Facility
Section: 02215 Tank Underdrain and Waterproofing (partial, waterproofing only,
07176 Liquid Water Ropallent (All CMU and Masonry Surfaces.)
09721 Epoxy Flooring System
09850 Sprayed Corrosion -Resistant Uning
099Q5 Painting and Protective Coatings
541 864 1631 P.01i01
r.
We propose to furnish labor, equipment and material to oomplete the sections U10 above. The work will be done with the -?
^
following clarifications and exclusions. These clari Cations and exclusions are an integral part of the proposal and some or sli,'wiil
become a part of any forthcoming subcontract.
Lump Sum Price ..................................... ............. .... ............... ...... ..... ................ 5 364,000.00
C artficationS:
1) All structural steel, farrous 8non-ferrous metal, piping and appurtenances, and mechanical items that require field tfnith will s i.;.....?
came properly prepared and primed accordingto relevant sections listed above. This work is to be performed by others and
Must be Completed prior to installation.
2) Figured no work at the Well Modifications sites.
3) l erter4e castings figured in th4 iw4posal are 9peradpfirs bpddmg tranches, Chemical Containment area in room 133,
Chemical building rooms 209, 201, 202 and 209 floors and trenches.
4) Figured to install coaling fn trenches prior to pipe installation.
5) Owner —Al— general contractor shall provide power and clean water at no cost,
6) Open-air surf000 prep and painting praotices are figured In our bid. Work is figured to be done during good weather months.
1) The Architectural painting is figured to be installed per the finish schedule & prior to mechanical, & electrical.
8) Concrete should be allowed to cure a minimum of 28 days. Bug holes, form fins, snap ties, & penetrations are to be
addressed by the General Contractor.
9) F.D. Thomas is a union contractor.
1'bf) Ceneral contractor andfor ownerto aequimand provide all necessary permits.
11) Areas scheduled to receive flooring or coatings are figured to be free of other trades and any stored materials or equipment,
duringthe preparation and installation process.
12) We have seen 4 addenda.
tw . ciuslon5:
1) Providing enClosureWcontainments, ventilation dehumldlriGation or other oontrolS for the environment to perform painting or
surface prep work
2) Concrete "Stains" or "Seaters"
3) Cleaning, disinfecting, or dewatering,
4) Painting of aluminum, bronze. or stainless steel.
6) Concrete coatings inside the sedimentation basin.
6) Coating gr lining of Reverse FIRr4gion Waste Tank.
7 Fusion bonded coatings, varnishes, wood stains, lacquers, or fillers.
8) Overtime, holiday, inspection, weekend work, or rquidated damages -
9) All work associated with concrete finishing, epoxy surfacinglorack injection, concrete hardeners, spall or crack repair.
10) Lining of the interior of pipe and/or coatingttaping of buried items & appurtenances,
11) identifying, tagging, pipe identscation, safetyAraftio markings, stenciling, end Color coding.
12) Casting of dissimilar materials that will be in contact after installation i -e. Aluminum with concrete.
13) Application of waxigrease, high heat coatings, or shop applied coatings.
147 Moving, handling, and/or replacing any meahardtA, structural, electrical. & appurtenances,
15) Painting of or above and behind casework, acoustical wall, & ceiling products,
15) Repair of substrates, or touch up of trade damageto our work after Complete.
17) Grinding, radius grinding, or tie -burring of finish welds.
Thank you for the opportunity to provide this quotation, if you have any questions plsase don't hesitate to cordact brie.
r. r
Mike Kastenkp Estimator
F.D.Thomas Inc. office 541.664-1618
mk(SHdlhomas.com well- 561-301-9919
Mailing: PO Box 4663 • Medford, OR 97501 • Shipping: 217 Bateman Dr. • Central Point, OR 97502
Phone 541-0$4-30'10 • 1.600.554-3010 + Fax 541-664-1106 • fdtmedford@fdthomas.com
TDTRL P.01
09-16-'10 FROM-NCLC 9514713779
T-955 P002/007 F-176
NATIONAL COATING & LINING COMPANY
29885 SecondStreet,.Unit P
Lake Elsinore, GA 92532
Telephone: r)471-3388
Fax: 51)471-3779
WWW,NC-LC.COM
September 16,2010
TO; GENERAL CONTRACTOR
ATTN: ESTIMATING DEPARTMENT
Quote No.: NCLC-1117
Project: City of Lodi Surface Water Treatment Facility
Section 02215.2.1 D, 03348.2.1 A.1, 07176.3.4A, 09721 and 09905 — Field Coating Proposal
Ladies and Gentlemen:
We are pleased to submit ourproposal to famish all labor, materials, tools, equipment, taxes and insurance required to
perform the.work as noted herein.
We note receipt of Addendum No. 1 thru 4
PRICE SCHEDULE/ WORK DURATION:
1. Seotion 02215.2.1 D. 03348.2.1 A,
Total Lump Sum for Project
SCOPEOF WORK:
$422,700.00 Esilmated Work Days 188Days
This proposal is based on the following work scope:
Section 02215,211), 033413.2.11A.1, 07176.3.4A. 09721 and 09905 — Field Coatina Pr000sal
1. Prepare per SSPC SP -13 and apply concrete seals, tD floors per 03348.2.1AA
2. Prepare per S SPC SP -13 and apply Hydroblock to exposed concrete and CMU wall Operations and
Chemical Buildings per 07176.3.4A
3. Prepare par SSPC SP -13 and apply epoxy coating to concrete floors in Chemical Building as noted in plans
and per 09721
4. Prepare per SSPC SP -1 & SP-2and coat bollards and doors per 09905
5. Prepare per SSPC SP -1 & SP -2 and finish coat exposed pump casings, valves, pipes and appurtenances
per09905
6.' Prepare per SSPC SP -1 & SP -2 and finish coat structural steel, joists and pipe racks per 09905
7. Prepare par SSPC SP -7, prime and finish coat pipe supports and Interior exposed underside ofgalvanized
decking for hallway room 129, exterior exposed underside of galvanized decking for Raw Water Pump
Station, Operations Building, Chemical Building and High Service Pump Station per 09905
a. Prepare per SSPCSP-1, SP -2& SP�3, intermediate and finish coal exterior of hydroneumatic tank
Paint
099051
9. Paint Interior gypsum board per 09905
10. Waterproofing below grade concrete wall of Treated Water Storage Tank as noted on sheet P502
per02215,2.11D
SCOPE OF WORK: Additive
1. Reverse filtration waste tank. Interior prepare per SSPC SP -7 and finish coat interior. Exterior prepare per SSPC
SP -1, SP -2& SP -3, intermediate and finish coat per 09905
Total Lump Sun for Project $36, 0.00 Estimated Work Days 12 Days
Pa
CA License No. 886430 C-33 - AZ License No. ROC256198 L-34 - NV License No. 73374 C-4
09/16/2010 TED 10:03 [TX/RX NO D0181 r3lnn,
09-16--110 FROM NCLC 9514713779 T-955 P002/007 F-176
September 16, 2010
City of Lodi SurfaceWater Treatment Facility
Section 02215.2.f D,_03348.2. t A.1, 07176.3.4A, 09721 and 09905 — Field Coating Proposal
Page Two
EXCLUSIONS:
1.
Testing, removal or disposal of hazardous materials.
2.
Grinding of welds, weld splatter and sharp edges.
3.
Crack, concrete and CMU repair.
4.
Equipment and factory coating repair.
5.
Coating for aluminum and dissimilar materials.
6.
Caulking.
7.
Coating of Interior, burled or encased pipe.
8.
Pipe/ Valve/ Equipment Identiticallon.
9.
Fusion bonded epoxy, powdercoat and wax coating.
10.
Coating forHVAG and electrical.
11.
Blasting or removal of shop coating.
12.
Coating of existing surfaces.
13.
Third partyinspection services.
COMMENTS AND NOTATIONS:
i. Costs for Payment and Performance Bonds are excluded. If Bonds required, add 1.6%to total bid cost.
2. All new ferrous metals are to be properlyshop prepared and primed by others (by your fabricator/Suppller).
3. Payment terms Net 30 days based on progress blilings from the date of our invoice. Retention percentage
to be reduced from 10% the first 12 months, then b 5% the remaining course of the contracl. Final retention
withheld due and payablewithin 30 days from our site completion.
4. Permits and fees, If required, are excluded.
5. Any repairs required to completedwork damaged by others, shall be repairedat the sole expense cf the
General Contractor.
6. One site mobilization and demoblllzation Included. Site mobilization fee will be initially billed at no more than
51/6 of the total contract value.
7. This proposal is based on working straight time working hours. No overtime or premium time Is included
8. General Contractorto release sufficient areas afwork to facilitate estimated production rates.
9. Structuralsteel andjoists to be coatedprlor to installatlon of galvanized decking.
10. General Contractorto provide electricity, potablewater and sanitaryfacilities at no costto NCLC
11. Basedon mutually agreeable contractterms and conditions.
12. Proposal valid for 120 days.
We hopethat you•find this proposal acceptableand we look forward i n working with your company on this project,
Shouldyou have any questions regardingthis proposal, please do not hesitate to contact the undersigned,
Very truly yours,
NATIONA COA'i NG & LINING COMPANY
Sean Donegan A
Estimator Ia�Y�+5e
x
I t U
Office: (951)171-3388 Ext. 113
Cell: (562)449-5455
Email: seandoneganwsocal-pacific.com
NATIONALCOATING & LINING COMPANY
09/16/2010 THU 10:03 [TX/RX NO 90181 Z002
09-16-'10 FROM-NCLC 9514713779 T-955 P003/007 F-176
%-nucK a L1UCnsu - I,UUtrauturs 31.4W LiGCI'IJG DUUM rage I UL c
rr��/I II I III rl�rill�����r��I����YY4YlrilY��rI�YM
Department of (Dbrisumer Affairs
All,G'OV Contractors State Lic ns+� Board
Contractor's License Detail - license # 886430
& DISCLAIMER: A license status cbeck 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 QV 7124 fi) If this entity is subject to public complaint disclosure, a link
for complaint disclosurewill appear below. Click on the link or button to obtain complaint and/or legal action information.
>> Per RRP 7n71 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 maybe relevant information that has not yet been entered onto the Board's license database.
License Number
886430 Extract Date:7/812010
.... .......... __._........ ......................
.,..:...:.,..:,,,.,..:,,::.,.::.:.:.: :::•..:,::::., �...• _.:.::,:,.• ..,•,:::.::.:.::::.,,:::•..:,..:.:.:,.:,..:.:•,,.:.....:•:.:,,.,••:,::.:.. ,,.....,:......,.. ,.._..
SOCAL PACIFIC CONSTRUCTION CORP
dba NATIONAL COATING & LINING COMPANY
Businessinformatlon
P 0BOX 267
LAKE ELSINORE, CA 92530-9998
Business Phone Number:(951 471-3388•, •„. . . . . . . .......... .
Entity. ...............
corporation. ........................ ......
Issue pale ........... „........
1,012712006 _......_..._. _.
Expire Date
........................
10/31/2010 .,_.....,.,...,.....,.....;....,,.,...,...........,......, ........
_..,,,.._........._.._._...............,...,........._....,.....,......................
License Status
This license is current and active, All information below should be reviewed.
............... _........._..--..._._._._._._.._..._...._......._......
Additional Status:
-----,..._...__...._.._.....,.,.....,..._..__......_...._........_.........._,................
Classifications:
c33 PAINTING AND DECORATING
CONTRACTOR'SBOND
This license filed Contractor's Bond number 737221C in the amount of $12,500 with the
bonding i)
DEJEL0I ERS SURER' AND INDEMNII Y t
Eff+ ate: 1/2
Bonding:
Oontraotoes Bonding History
SOND OF QUALIFYING
1. This license filed Bond of ilif Individual t '7372220 fc UNSELL
TOMMY � in the t of a 'itl the bonding company nNFT QPFR R
SURETY 7{ DN iNDEMNITY COMPANY.
Effective Date: 01/01/2007
BQI's Bonding History
Cq ........................
..._....,...—...:........—.............,....,.......,.,........., ...,...,,,,., .....................I......... .
This license has workers compensation insurance with the
Workers' Compensation:
CYPRESS INSURANCE COMPANY
https://www2.csib.ca.gov/OnlineServices/ChockLicensellfLicenseDetaii.aspx?L!cNum=886... 7/8/2010
09/16/2010 THI) 70:03 FTX/RX NO 90181 U003
09-16-'10 FROM-14CLC 9519713779 T-955 P004/007 F-176
<Ikk.1+M a " LV110CWtVIJ l ar" 4 V1 :
Policy Numb er:3300054680092
EfFective Date: 01/01/2010
Expire Date: 01/01/2017
Workers'Comoensation History
Personnellisted on this license (current or disassociated) are listed on other licenses.
,Conditions of Use j Privary -ahoy
Copyright@ 2010 State of California
https://www2.cslb.ca.gov/OnlineServices/CheckLicenseIULicenseDetail.aspx?LicNum=886... 7/8/2010
09/16/2010 THU 10:03 1'i'X/RX NO 90181 21004
09-16-'10 FROM-NCLC
Feb 17,2010
9514713779 T-955 P005/007 F-176
state o, ra)ii, rain ' ;mpnrvnenr of 6®neral Seivires ' Arnold 90hwret'I e990 I- :�Vyerin.+r
PROCUREMENT DIVISION
Office of Small Business and nvse services
707 Third Street. 791 floor, Ronm 000 ' PG Box 989052
West socramonw. California 95798.9052 ' (8001550.5520
Supplier #38380
SOCAL PACIFIC CONSTRUCTION CORP
29885 2ND ST UNIT J
LAKE ELSINORE CA 92532
DearSusiness Person:
SB APP
Congrafulations on your -certified small business status with the State of California,your certification entitles you to
benefits under the state's Small Business Participation program within state contracting, Including afive percent
bidding preferenceand special provisions under the Prompt Payment Act.
Certificatio n Period
From Feb 17,2010 to Feb 28,2011
Business Types
Construction
Classifications
471015- Water treatment and supply equipment
721110 - Single family dwelling construction services
721111- Multipleunftdwolling construction services
721211- Commercial and office building construction services
721218 - Industrial plant construction services
721511- Plumbing construction services
721513- Painting and paperhanging services
Proof of Certification Status
To verify your firm's small business certification status go to httONA a Proeum des. g, t.>.raf >'tt htm and select
"89/DV5E Search."
Annual Submission Requirement
To maintain your certified status, you mustannually submit to the office of Small Business and DVBE Services (C)SIDS),
proof of annual receipts and proof of employees foryou r f[rm and each of your affiliates (ifinq) ,
Proof of Annual Rece[ats
09/36/2010 THU 10:03 [TX/RX NO 90181 Q005
09-26-'10 FROM-NCLC 9514713779 T-955 P006/007 F-176
Certification Renewal
A renewai application will be mailed to you priorio the expiration of your small busioes: certification. tf VOL; do not
receive an appiication, ptnmse call us so that you may lamely renew your certification.
U you have any questions, please contact me at 800.559,5529 (Procurement Division receptionist) or SUX5.4940 (0505
receptionist),by email demeshia,swanson@dgs,cu.gov or by fax 916,375.4950. The Procurement Division oversees
many programsthat further state contracting participation. For more information regarding these programs. visit our
website atwww.pd.dgs.ca.9ovlsmbus or visit the Procurement Division's website at www,dgz,ca.gov/pd.
Sincerely,
.Demeshla Swanson
Certification Officer
011ficeofSmall Business and DVBEServices
09/16/2010 TAU 10:03 ITY/RY NO 90181 @Jo06
09-16—'10 FROM—NCLC 9514713779 T-955 P007/007 F-176
CalifomiaCeftifification Report - p. 1-Gemmied on Mar 15,2010
California Certification Re
Legol Business Name SOCAL PACIFIC CONSTRUCTION CORP
Doing Business As SOGAL PACIFIC CONSTRUCTION CARP
Address
28885 2ND ST UNIT Phone (951) 6741030
LAKE ELSINORE. CA 92532 FAX (961) 674-8124
Email
Cony@socai-pacific.com
Web Page
Active Cerfifiemtions
SB Feb 17, 2010 - Feb 28, 2011
Puovss Types
Consuucdon;
Clasgiticatinns
14710151 Water treatment and supply equipment
(7211101131n& family dwettkig construction services
[7211111 Multiple unit dweiiing construction smAces
1721211] ComraereM and office building construction services
[721211 Induabial punt construction services
1721511] PfumWg oonstruction services
17215131 Painting and paW hanging services
Keywords
GENERAL ENGINEERING GENERAL CONTRACTOR PAINTING AND DECORATING
09/16/2010 TITU 10:03 [TX/RX NO 90181 1007
CITY OF LODE, CALIFORNIA
REQUISITION ORDER
11MCM EESEHTTO
CITY CF LODI ORDERDATE
Accounts Payable F.O.B./SHIP VIA FOB - Our Dock
Budget Division
Purchasing
PO Box 3006
Lodi, CA 95241-1910
(209)333-6778
Page No. 1
Date 09/28/10
Purchase order 322-000 OR
u+.._.1 3
Buyer
SHIP TO
Pall Corporation, City of Lodi
Surface Water Treatment Facility
2001 West Turner Road
Lodi CA 95242
Vendor# 1 3 REQUESTORI Gary Wiman, Const. Proj Enct. 209.333.6800 ext. 2054
DESCRIPTION
QUANTITY
UM
UNIT PRICE
UM
TOTAL PRICE
Provide Membrane Filtration —System
For t e
DATE
Surface Water Treatment Facility
as per the
Procurement Specifications for
Membrane
Filtration System dated June 2D10
and the
attached Revised Section #1 and
Addendum #1
dated August 31, 2010. Proposal
signed
September 15, 2010 and received
by the
City of Lodi on September 16,
2010.
Design Engineering Services
1 LS
150,000.0000
LS
150,000.0
(Shop Drawing Preparation,
Submittal), and Approval
y Engineer.
Complete Membrane Filtration
1 LS
3,302,159.0000
LS
3,302,159.0
System as specified in
ection 11301.
special services, including
1 LS
121,475.0000
LS
121,475.0
ravel, installation
assistance (40 hours on site minimum),
operator training (16 hours on
site
raining minimum), start-up (24
hours
minimum), and testing (24 hours
minimum),
s specified in Sections 01650
and 11301.
Delivery to SWTF Site
1 LS
36,555.0000
LS
36,555.0
TERMS
TAX RATE
SALES TAX
TOTAL AMOUNT OF ORDER
APPROVED BY
DATE
PLEASE SIGN& RETURN THE ATTACHED ACKNOWLEDGEMENT,��
IF THE ACKNOWLEDGEMENT REQUIRED BOX IS CHECKED.`-
CITY OF LODI, CALIFORNIA Page No.
2
Budget Division Date 09/28/10
Purchasing 322-000 OR
Purchase Order
REQUISITION ORDER Lodi CA 95241PO Box /910 Fund 3
(209)333-6778 Buyer
INVOICE TO BE SENT TO:
CITY OF LODI
Accounts Payable
ORDERDATE
F.O,B./ SHIP VIA FOB - Our Dock
PO Box 3006
SUPPLIER CONTACT
Lodi, CA 95241-1910
Pall Corporation
25 Harbor Park Drive
Port Washington NY 11050
SHIP TO
City of Lodi
Surface Water Treatment Facility
2001 West Turner Road
Lodi CA 95242
Vendor# 3 REQUESTOR Gary Wiman, Const. Proj . Eng. 209.333.6800 ext. 2054
DESCRIPTION
QUANTITY UM UNITPRICE
UM
TOTAL PRICE
3onds and Insurance coverage required
)er the Procurement Agreement.
)elivery schedule to be coord:iated
iurface Water Treatment Facil:.
;onstruction Contractor and al;
Irocurement Agreement Schedul(:
as
with the
;y Project
required by the
TERMS
Met 30 Days
et 30 Days
TAX RATE
SALES TAX
TOTAL AMOUNT OF ORDER
8.750
315891.53
3,926, 080.5
APPROVED BY
DATE
SURFACE WATER TREATMENT FACILITY
PALL MEMBRANE FILTRATION SYSTEM
SECTION 1, PAGE 1
Procurement Documents
A) Reauest For Proposal
1) The City of Lodi requests a proposal for the purchase of Pall Membrane Filtration System
for the City of Lodi Surface Water Treatment Facility (SWTF) as described and required in
these documents for a complete and operational system.
2) Proposal shall be plainly marked "Proposal—SurfaceWater Treatment Facility".
Proposal is due by 5:00 p.m. on September 17, 2010.
3) Proposal shall be submitted To:
City of Lodi Public Works Department
c/o Gary Wiman
(if delivered by FedEx, UPS, or courier):
221 West Pine Street
Lodi, CA 95240
(if delivered by mail):
P O Box 3006
Lodi, CA 95241-1910
4) Questions should be directed to Gary Wiman, Construction Project Manager, at (209) 333-
6706, by fax (209) 333-6710 or email at gwiman@lodi.gov.
B) PROPOSALFORM
1) The proposal form is included in Section "N".
2) The proposal must be signed with the full name and address of the supplier, by an
authorized representative of the company.
C) Contract
1) The Contract Documents include all the documents included with this request for proposal;
including but not limited to:
a) Section 1 Procurement Documents
b) General Conditions
c) Performance Bond Form
d) Section 00301 Parameters
e) Section 01010 Summary of Work
f) Section 01340 Submittals
g) Submittal Transmittal Form
h) Section 01600 Shipment
i) Section 01650 System Start-up
j) Section 01664 Training
k) Section 01700 Contract Closeout
1) Section 01730 Operation
m) Section 01740 Warrantee
n) Section 11301 Integrated Membrane System
o) Appendix A — P & IDs
4-1 Revised 8-31-10
SURFACE WATER TREATMENT FACILITY
PALL MEMBRANE FILTRATION SYSTEM
SECTION 1, PAGE 2
Procurement Documents
2) Contract will be a lump sum price.
3) The Contract may include alternate/optional pricing items.
4) The supplier will be issued a purchase order for the purchase and delivery of the
equipment included in the contract.
5) The supplier shall furnish a faithful performance bond in the amount of one hundred
percent (100%) of the purchase order price. The form of the bond shall be as shown in
these contract documents and shall be provided by a bonding company licensed to issue
such bonds in the State of California.
D) DELIVERIES OF SUBMITTALS AND EQUIPMENT
1) All submittals shall be delivered to:
City of Lodi Public Works Department
Attn: Gary Wiman
221 W. Pine Street
Lodi, California 95240
during norma( receiving hours, 8:00 a.m. —5:00 p.m., Monday through Friday, excluding
holidays.
a) Supplier shall prepare and submit six (6) sets of all submittal data required by the City
of Lodi, including, without limitation, all shop drawings, product data, performance
information, or other submittals ("Submittals"), Submittal Part 1: shall be within forty-
five (45) calendar days of issuance of a purchase order by the City of Lodi. Supplier
shall have fourteen (14) calendar days to resubmit the Part 1 Submittal after receipt of
the returned submittal. Submittal Part 2: shall be within forty-five (45) calendar days
of receipt of the approved part 1 submittal. Supplier shall have fourteen (14) calendar
days to resubmit the Part 2 Submittal after receipt of the returned submittal.
b) It shall not be incumbent upon City of Lodi to discover any mistakes, errors, or
deviations from the requirements of the Contract in the Submittals. Supplier shall
specifically identify any deviations in the transmittal document accompanying the
Submittal. Final approval of Supplier's Submittals shall not relieve Supplier from
responsibilitiesfor unauthorized changes, deviations, omissions or other errors of any
sort, or the failure of the materials to comply with the Contract requirements. Any
requested re -submittals shall be made within the time designated by City of Lodi. The
time for equipment delivery shall not be extended for delays in the submittal process
unless City of Lodi grants such a time extension. Supplier shall also timely furnish
Operations and Maintenance manuals in accordance with the requirements of the City
of Lodi.
2) All equipment shall be delivered to:
City of Lodi
Surface Water Treatment Facility
2001 W. Turner Road
Lodi, Ca 95242
a) Supplier shall deliver all of the equipment covered by this Purchase Order to the
Lodi SWTF no later than one hundred twenty (120) calendar days after Supplier's
receiptof approved submittal Part 2 or written release for manufacturing from
1-2 Revised 0-31-10
SURFACE WATER TREATMENT FACILITY
PALL MEMBRANE FILTRATION SYSTEM
SECTION 1, PAGE 3
Procurement Documents
the City of Lodi. Supplier must also ship any items that are embedded in concrete or
installed below grade no later than thirty (30) calendar days after written release for
manufacturing from the City of Lodi. Delivery schedule shall be coordinated and may be
altered by mutual written agreement to meet the SWTF project construction schedule.
b) All equipment and materials shall be shipped F.O.B. Lodi SWTF.
c) Supplier shall coordinate with the Owner's installation contractorfor the exact delivery
schedule for the various parts and pieces of equipment as needed to meet the
contractor's construction schedule.
d) Supplier shall include a line item in the proposal for storage of equipment, prior to
shipment, should the SWTF project encounter delays. Such storage shall be for a
period of 6 months.
e) Supplier shall not be liable for unavoidable delays in shipment of equipment and
materials caused by, but not limited to, acts of God, acts of the City of Lodi, acts of
public utilities, fire, flood, epidemics, strikes, provided the Supplier notifies the City of
Lodi in writing of any unavoidable delay. No time extension of shipments will be granted
from the City of Lodi unless this notification is received in writing within ten (10)
calendar days following occurrence.
3) The Supplier shall have a total of 238 calendar days from issuance of the Purchase
Order to delivery cf all equipment, as stated in items 1 and 2 above, not including 21
days for Owner review of submittals as stated in the Submittal Specification Section.
The Days are calculated as:
Part 1 Submittal:
45 days
Resubmit Partl Submittal:
14 Days
Part 2 Submittal:
45 Days
Resubmit Part 2 Submittal:
14 Days
Fabrication and Deliverv:
120 Days
Total Supplier Contract Days: 238 Calendar Days
E) PRICES
1) All quoted prices for the Proposal shall be current and firm for at least 90 days after date of
proposal.
F) DEFINITIONS
1 )oWhenever the following terms, pronouns in place of them, or initials of organizations
appear in the contract documents, they shall have the following meaning:
a) Days —"Days", means calendar day.
b) Furnish — "Furnish", means the manufacture and shipment of materials to the jobsite.
c) Install — "Install", wherever and in whatever manner used, shall mean the installation
complete in place of any item, equipment, or material.
d) Installation Contractor — "Installation Contractor" means the entity that shall be
responsible for the installation of the materials and equipment covered under this
contract.
1-3 Revised 8-39-10
SURFACE WATER TREATMENT FACILITY
PALL MEMBRANE FILTRATION SYSTEM
e) Proposer— "Proposer" shall mean Pall Corporation
SECTION 1, PACE 4
Procurement Documents
f) Supplier — "Supplier", shall mean an individual, partnership, firm, or corporation, or
legally constituted Joint Venture entering into an agreement with the Owner, Contractor
or subcontractor for furnishing a portion of the work which requires no labor at the job
site for the purpose of installing any item, equipment, or material supplied, other than
common carriers with the exception of certain specified on-site services as may be
described herein.
g) Owner — "Owner" wherever and in whatever manner used, shall mean the City of Lodi,
California.
h) Provide— "Provide", wherever and in whatever manner used, shall be understood to
mean provide complete in place, that is, furnish and install.
C) SALES AND USE TAXES
1) All quotations submitted shall include 8.75% California Sales or Use Taxes, and all sales
shall be subject to California Sales or Use Taxes in effect at the time of transaction Sales
Tax must be shown on a separate line item of the proposal.
SFr) Contractor shall obtkini aY esafiob ,itv S ub4let rnit F`cE that local `ea;te,, tax may 1.;C-
,,, loca ted to they Gity t.A I odfl. t of assistant( cit is>suc rek�,Aed to this item Contac
Jordan Ayers
Deputy City Ma!11g61/Irrtc-1rra' Seivices
City of I ool
221 Cru Fine Street
I odi CA 95240
MM
I ss} (207 )) :333-6807
E -Mail jay(-: rs@1odi.(1ov
a) betel rdule "F is attach(. d
H) PAYMENTS
1) Invoices shall be submitted only for items and quantities ordered for release and delivery,
and delivered subsequent to such order release, and shall indicate sales or use taxes as
separate items apart from the cost F.O.B. point of delivery. Purchaser's item description
and release number shall appear on all invoices. All invoices shall be rendered in duplicate.
2) Full payment by the purchaser shall not release supplier of the responsibility to fully carry
out all bid obligations nor be construed by supplier as acceptance of the work hereunder by
purchaser.
3) Work included in this contract shall be paid for as follows:
Work Item
Percent of
Contract Price
1-4 RR vis d, -31-10
SURFACE WATER TREATMENT FACILITY
PALL MEMBRANE FILTRATION SYSTEM
Work Item
I) GUARANTEES
SECTION 1, PAGES
Procurement Documents
Percent of
Contract Price
1) In addition to any or all guarantees mentioned elsewhere herein, the supplier shall replace,
at no expense to the City of Lodi, any materials or equipment that contain defects due to
faulty material, workmanship or design, within a period of two (2) years after the materials
or equipment have been accepted by the City. The guarantee shall include all shipping
and transportation costs associated with the repair or replacement of materials.
2) Where manufacturers' warranties exceed two years, said warranties shall remain in
effect for the full period of the warranty.
J) PURCHASES
1) Any transaction made pursuant to this proposal and subsequent contract shall be covered
by City of Lodi Purchase Order, and all terms included in the Proposal, and Specifications,
shall be binding.
K) LIQUIDATED DAMAGES
1) Time is of the essence and the Contract will contain liquidated damages of $300.00 per
day for late submittals and $1,000.00 per day for late equipment delivery. See
EQUIPMENT SUBMITTALS AND DELIVERY for contract time schedule.
L) Acknowledgements:
1) Proposer accepts the mutually agreed upon provisions of the Project Manual as to
liquidated damages in the event of its failure to furnish the Membrane System in
accordance with the schedule set forth in the Project Manual.
2) The Proposer acknowledges that they are a provider of a membrane system that
incorporates proprietary design features. The Proposer recognizes that because of
inherent differences in the proprietary membrane, the Project Manual includes both
equipment that is proprietary to the Proposer and requirements for equipment that
is used in municipal water treatment plants. The Proposer shall include all items
necessaryfor a complete and operational membrane filtration system.
3) The Proposer acknowledges that during the development of the Proposal, the
Proposer has established design, operational and equipment requirements specific
to the Project. The Proposer warrants that the establishment of such design criteria
is based upon the water quality data provided and/or site-specific considerations of
the City.
4) The Proposer acknowledges that they have reviewed the specified design criteria
and that the Proposal offered will meet the design and operational criteria as
described in the Project Manual. In submitting the Proposal, the Proposer agrees to
provide the Membrane System to meet or exceed the requirements required by the
Project Manual.
1-5 Revised 8-31-10
SURFACE WATER TREATMENT FACILITY
PALL MEMBRANE FILTRATION SYSTEM
SECTION 1, PAGE 6
Procurement Documents
5) The Proposer acknowledges that to provide the City with operating cost information; the
Proposerwill include a life cycle cost evaluation as described in Section 00301.
1) 's Representations:
1) In submitting this Proposal, Proposer represents that:
a) Proposer has examined and carefully studied the Project Manuals, the other related
data identified in the Project Manual, and the following Addenda, receipt of all of which
is hereby acknowledged.
Addendum No. Addendum Date
1 8130110 Attached.
b) If specified, or if in Proposer'sjudgment, any local condition may affect cost, progress
or the furnishing of the Membrane System, Proposer has visited the Project Site and
become familiar with and is satisfied as to the local conditions that may affect cost,
progress, or the furnishing of the Membrane System.
c) Proposer is familiar with and is satisfied as to all federal, state and local Laws and
Regulationsthat may affect cost, progress and the furnishing of the Membrane System.
d) Proposer has carefully studied and correlated the information known to Proposer, and
information and observations obtained from Proposer's visits, if any, to the Project Site
with the Project Manual.
e) Proposer has given Engineerwritten notice of all conflicts, errors, omissions,
ambiguities, or discrepancies that Proposer has discovered in the Project Manual, and
the written resolution thereof by the Engineer is acceptable to Proposer.
f) The Project Manuals are generally sufficient to indicate and convey understanding of aii
terms and conditions for furnishing the Membrane System for which this Proposal is
submitted.
g) Proposerfurther represents that this Proposal is genuine and not made in the interest
of or on behalf of any undisclosed individual or entity and is not submitted in conformity
with any Proposals or rules of any group, association, organization or corporation;
Proposer has not directly or indirectly induced or solicited any other Proposerto submit
a false or sham Proposal; Proposer has not solicited or induced any individual or entity
to refrain from Proposal; and Proposer has not sought by collusion to obtain for itself
any advantage over any other Proposer or over the City.
2) The undersigned Proposer proposes and agrees to furnish the Membrane System as
specified or indicated in the Project Manual for the prices and within the times indicated in
this Proposal and in accordance with the other mutually agreed upon terms and conditions
of the Project Manual.
N) Procurement Proposal:
Procurement of Membrane Filtration Equipment and Special Services: Cost for complete
Membrane System as specified in these contract documents for the City of Lodi Surface Water
Treatment Facility.
1-6 Revised 8-31-10
SURFACE WATER TREATMENT FACILITY
PALL MEMBRANE FILTRATION SYSTEM
SECTION I ,PAGE 7
Procurement Documents
ITEM NO. DESCRUMON UNITTY PRICE TOTAL
2 Complete Membrane Filtration System
as specified in Section 1 1301. LumpSum 1 $
Special services, including travel,
installation assistance (40 hours on site
3 minimum), operator training (16 hours
on site training minimum), start-up (24
hours minimum), and testing (24 hours
minimum) as specified in Sections
01650 and 11301.
On site hourly labor rate
4 Delivery to SWTF Site
5 Sales Tax
Lump Sum 1 $
Hour $
LumpSum 1 $
LumpSum 1 $
555
$3�
TOTAL Proposal (Items 1, 2, 3, 4 and 5) COST $ 1� C� g
�` -' `nor `th\rcr\C" .Icex - l.—V� W �ovSc.CA eat orQ Dollars
(words) %13 ki
SUPPLIER:
By: C Date:
Title
(CORPORATE SEAL)
SEP 16 2010
CITY OF LODI
PUBLIC WORKS DEPARTMENT
1-7 Revised 8-31-10
BOE -531 -F (BACK) REV. 5 (7-04)
SCHEDULEF
11
'
Wf",_
General: Schedule F is used by various industries to allocate the local sales and use tax to the properjurisdiction pursuant to
the Revenue and Taxation Code. See below for the type of business for which you are reporting local tax.
Section 7205.1 of the Revenue and Taxation Code provides that lessors of motor vehicles must allocate the local tax due on
certain leasesto the jurisdiction of the new motor vehicle dealer from whom the lessor acquired the leased vehicle on Schedule
F. The following chart summarizes the Schedule F reporting requirements for leases of motor vehicles* purchased from a new
motor vehicle dealer:
California lessor (other than a new motor vehicle
dealer or "leasing company as defined
Out -of -State lessor
California dealer s sales location
(Schedule t )
California dealers sales location
(Schedulef)
Other Important Information Regarding Lmases
lessor's sales location
Lessee s place of iegistration
(Schedule fl)
Assigned [mases. The place of allocation will remain the same for the duration cf the lease, even if the lessor sells the vehicle
and assigns the lease contract to a third party. Accordingly, if you are a lessor who assigns lease contracts to another lessor, you
are required to provide the lessor with copies of the original purchase contract for each vehicle and/or copies of prior schedules
showing how the use tax has been allocated.
Courtesy Deliveries. If a lease by an out-of-state lessor involves a courtesy delivery from an in-state inventory by a California
new motor vehicle dealer, the 1% conibiried state and local use tax on that lease should be allocated on Schedule F.
Special Tax Districts. Section 7205.1 does not affect the application of district taxes reported on Schedule of your sales and
use tax return. The district use tax due on motor vehicle leases continues to be allocated to the place where the vehicle is
registered.
Purchases arldlor Sales of $500,000 or More, Subject to Use `l`a
® Persons Making Sates in interstate Commerce to California Customers
Sales of goods delivered in interstate commerce with title to the property passing to a California purchaser at a point outside of
California are subject to 1 % combined state and local use tax. For transactions of $500,000 or more, by sellers engaged in
business in California, the 1% combined state and local use tax should be reported on Schedule F to thejurisdiction where the
goods are delivered. Sellersnot engaged in business in California but who voluntarily collect and report use tax may report the
1% combined state and local tax on transactions of $500,000or more on Schedule F, but they are not required to do so.
Persons Making Ex -tax purchases of $500,000 or More*00
A person who purchases tangible personal property without payment of the 1 % combined state and local use tax is liable for
the combined state and local tax on such purchases. If the purchase price is $500,000 or more, and the property is first
functionally used at a location for which a seller's permit is not required, the 1% combined state and local use tax should be
reported on Schedule F. You can obtain a Schedule F and manyother forms from the Board's website at www.boe.ca.gov.
If the property is used at a location for which a seller's permit is not required, and is a purchase of less than $500,000,
report the amount on Schedule B, Detailed Allocation by County of the 1% combined state and uniform local sales and use
tax.
IF YOU HAVE QUESTIONS REGARDING THE COMPLETION OF THIS SCHEDULE,
PLEASE CONTACT OUR INFORMATION CENTER AT 800-400-7115.
ooL-om-F(Fouw-0REV 5(7-04)
SCHEDULE F~DETAILED ALLOCATION BY CITY STATE OF CALIFORNIA
OF BOARD 0yEQUALIZATION
FOID
PLEASE READ INSTRUCTIONS wmREVERSE
WORE K217PAeNG THISmmWULE
1. Using the Ustingmcities and tax area codes for Schedule F,eOE-531w'locate »otax area code for the mtylumncorporm area for each location.
2. Summarize the /%combined state and local use tax due bylax area code.
o. Enter the tan area cadets) and total /% combined state and local use tax due m,^^^ocity/unincorporated tax area code.
Fl Enter the total 196combined state and local tax reported inColumn(s)8above. F1
a)Uyou are required ovfile aSchedule B.enter the amount from line r1above online axofSchedule a
b>xyou are required ovfile aSchedule E,enter the amount from line r1 obovoonline sov[Schedule c
c) |fyou are not required tofile Schedule 8orE.continue 0olines FrmFo.
rz. Enter the 1vacombined state and local tax reported on
Schedule C'm1mcombined state and local tax on re.
D USE TAX RETURN - MAKE
00
��
104
TAX AREA CODE
(5 digits)
TAX AREA CODE,
(5 digi15)
4-1
)STATE
AND LOCAL TAX
1% COMBINED STATE
ANDLOCALTAX
TAX AREA CODE
(5 digits)
1% COMBINED STATE
AND LMALTAX
-.00
-.0fl-
00
Fl Enter the total 196combined state and local tax reported inColumn(s)8above. F1
a)Uyou are required ovfile aSchedule B.enter the amount from line r1above online axofSchedule a
b>xyou are required ovfile aSchedule E,enter the amount from line r1 obovoonline sov[Schedule c
c) |fyou are not required tofile Schedule 8orE.continue 0olines FrmFo.
rz. Enter the 1vacombined state and local tax reported on
Schedule C'm1mcombined state and local tax on re.
D USE TAX RETURN - MAKE
00
��
104
1301--531 (MON 1) RE: V. 6 (1-0!)
SCHEDULED -- DETAILED ALLOCATION DY COUNTY OF 1% COMBINED STATE AND
UNIFORM LOCAL SALES AND USE TAX
S I A Tt 01 CAl_II-ORNIA
BOARD OF EQUALIZATION
EOID I r0l.1111 AccoutaT rte.
PLEASE READ INSTRUCTIONS ON BACK
Rf-FORE PREPARING THIS SCI EC)UL6
Combined state and uniform Axal sales and use tax on retail sales of merchandise (.not involving installation) madeat yotir permanent place of business in California or
combined state and local tax on properiv purchased ex -tax and used at this place of business should be entered on line 132 below the county scheduke.
A
[)
C
A
B
C
COUNTY IN WHICH
TAXABLE TRANSACTION
OCCURRED
CGDE
AMOUNT OF
I% COMBINED STATE
ARID LOCAL TAX
COUNTY IN WHICH
TAXABLE TRANSACTION
OCCURRED
CODE
31
32
33
AMOUNT OF
1% COMBINED STATE
AND LOCAL TAX
ALAMEDA
ALPINE
AMADOR
01
02
03
.00-
00
.00
PLACER
PLUMAS
RIVERSIDE
.00
.00
AO
BUTTE 04
CALAVERAS 05
-----�------- _--------- _...__._
COLUSA 06
CONTRA COSTA 07
_`�----_-- .00
�e-- �.00
_.. _.
.00
--------
.00
SACRAMENTO ------
SAN BENITO
-.-_______ _-__-___._
SAN BERNARDINO
SAN DIEGO
- 34 --�
35
_
36
----.--.._.�_ -- .00
.00
.00
-
37
----------------------------
,00
- ------.._..---------- - -
DEL NORTE
-----
08
----- ----- ---_.- - - - -.-__
.00
.._..-----__..__----------
SAP FRANCISCO
3%
39
.00
.00
_
EL DORADO
09
,00
I SAN JOAQUIN
__-.-_----- -.__--
FnESNO
----._ - -_
10
_._..--------_----.___..__.__._
- _
.00
SAN LUISOBISPO
40
.00
GLFNN
11
.00
SAN MATEO
41
42
.00
,00
HUMBOLDT
12
00
SANTA BARBARA
IMPERIAL
13
.00
SANTA CLARA
43
.00
INYO
----- ---- - ---------------------
KERN
KINGS
14
15
16
.00
00
.00
SANTA CRUZ
SHASTA
SIERRA
44-
45
46
.00
.00'
.00
LAKE
17
,00
SISKIYOU
47
.00
LASSEN
18
00
SOLANO
48
.00
----------__._.-
LOSANGELES
19
20
.00
SONOMA
STANISLAUS
49
.00
MADERA
.00
50
.00
MARIN
21
.00
SUTTER
51
.00
_---._.---.._----
MARIPOSA
_-__-------------__.__.____.........
--------
.00
-_
TEHAMA
52
.00
MENDOCINO - - !- 23-�-
MERCED 24-
---- v -- .00
00
TRINITY ----- -- -
TULARE
-=53--�V
54
-- - ,00
.00
MODOC
25
.00
TUOLUMNE
55
.00
--- -----------------
MONO
- --
26
-- ----- ------------ �._
00
VENTURA
56
_____--_-----------------
.00
MONTEREY
NAPA
27
28
.00
.00
YOLO
YUBA
57
58
.00
.00
NEVADA
ORANGE
29
30
.00
.00--
B1. Total 1% combined state and local tax for allcounties listed above .............
82. Total 1 %combined state and local tax on sales made and merchandise
consumed at your permanent place of business in California.(Do not include
any tax alk"left to the afwye ccxnrfies)
.--
..-................................................................. Bl. $
BOARD cxf
USG ONLY - - -� Ew.
Tax Area Ce
f34. Total l% combined state and local lax reported on Scheduler I ..........................................................
F35. 1 oral 1 % combined state and local tax liability (add linos 81, 62, 83. end 84)
This tntat tax must agree with fine 17 on the return form......................................................................
M
iol
B4.$ .00
85. $
...........I ............. -
M
Exceptions & Clarifications
Addendum #1 August 31, 2010
roject Title/ Location
Lodi, California
Specification Sections
Au S
Specification Dated
1 -Jun -10
Specification Addendum
Nurse
Original Issue Date: 30 -Jun -10
Current File Revision is: 00
No.
Specification Reference
Comment Category
Specification Statement of Concern
Disposition
Comments
HDR/CITY Response
Section
Page
Paragraph No.
1
11301
14
2:.4 C 4 f 6
rr air
Spare connections on DIT air line to allow Buyer
Exception
Pall's system does not have this function. Pall does not
to attach an air hose to the line for testing of
recommend additional tie in to the air tine because of
leaking modules
potentialof foreign debris. Also, this is not reguiredfor Pall
/agree -will be deleted by
IT process.
turn,
2
11301
19
21.6.D.1.f.2.b
Unit PLCs
....an alarm shall be annunciated from the Unit
Exception
Taken to mean a PLC is to be present on each filtration
PLC to the System PLC.
sed) control architectureincludesa
6��Eas
amaster control panelwith distributed
vagree - will clarify by
a as necessary.
PALL standard is to providean Ethemetoort for connection
inddendum.
3
111301
2
1.2.EA4.a
PLC Coordination
Coordinate interfaces of furnished PLC and other
Clarification
Buyer provided PLC and SCADA
to plantscada system. The connection and any required
Lccepted
r
r
equipment.
inte rationis bv others.
4
11301
20
:t7 F3
Process
Initiation of the storage and flushing of the Unit
Clarification
The MF unit holdup procedure is not a standard built-in
shall be automatic upon initiation by the operator
function. However, it is usually done with an aborted EFM
procedure which requires minimal input from the operator.
Accepted
5
11301
24
2.6. N.4.3.a
Chemical Transfer
Provide units capable of both hand control at
Clarification
Hand control at the pump is not provided. Manual or hand
Frump Controls
pumps and automatic control via 4:20 mA input
control can be accomplished at the solenoid valve manifold
from the Sellers and/or plant control system.
for the pump.
Automatic control from the plant control system is part of the
system inte rationwhich is by others-
Accepted
6
11301
21
11.6.
Skids
Provide common, lipped base plate mounting for
Clarification
Lipped baseplates not provided on all pump skids.
equipment and equipment motorwhere said
mounting is a Seller's standard option. Provide
drain connection for 3/4 IN PVC tubing.
Accepted
7
11301
24
2.7 N 5
hump accessories
Calibration column
Clarification
Calibration columns are not shown on the drawings so Pall
assumes that they are not required. Since a flowmeter is
provided for each chemical, a calibration column will not be
Agree -will clarify by
necessary.
addendum.
8
11301
26
;3.a.1)
XLPE Tanks
1) Function: MF Backwash Sequence, CIP/EFM,
Clarification
XLPE tanks not recommendedfor our chemical solution
Will change to HDPE by
Neutralization (XLPE).
tanks.
addendum.
9
11301
29
2.6.0.4.b.1
Compressor Controls
Equipment shall include an integral control
Clarification
The compressor control panels are as provided by the
panel containing al switches and operafional data
compressor manufacturer.
displays for temperature dew -point,
motor overload status, hour run meters, and
Dew point is measured in the common compressed air line
service indicators.
priorto the air receiver. Monitoring of the dewpoint is
Dew point is on Pall CP rot
accomplished by the filtration system plc.
the compressor CP.
Pall Exception& clarification response 8-31 -1 0.x1s Page 1of6
)ecification Addendum
None
Specificatic
Reference
Comments
HDR/CITY Response
N0.
:omment Category
Specification Statement of Concern
isposition
Section
Page
'aragraph No.
10
", 1301
29
7 Q 3 a
it dryer
Rateair dryers in accordance with the standard
-xception The dryers internal to the Atlas Copco compressors do not
rating conditions of the National Fluid Power
Association for class H dryers
meet NFPA. This is usually not a requirementfor municipal
Iwater plants.
Agree - will clarify by
addendum.
11
11301
29
7 Q 4 b 2
it compressors
Oil -free or oil -less design
Exception 1
The lubricant used on Pall's standard Atlas Copco
;Specification allows for food
compressors are food grade. Please accept.
1gradeoil if approved by
CDPH.
12
11301
29
7 Q 4 b 4
it compressors
Vibration isolators
larification
Vibration isolatorscalled out hereare for reciprocating
machines Vibration isolatorsare internal to the Atlas Copco
compressors. Specificationtypo"internal" to"intervar'.
Accepted
13
'11301
29
7 Q 4 c 2
it receiver
A separate ASME code air receivershall be
:larification
Pall's system only needs 1 air receiverfor proper operation.
supplied for control and instrumentation air
Up sizing the receivercan alterthe compressor loading and
systems for membrane system that use air in the
unloading settings.
Accepted - one receiver
backwashin of the membrane
shown on the P&ID
14
11301
3
2.K.7.a
aseline permeability
Baseline permeability of no less than 10 GFD/psi
Exception
The expected baseline clean permeability will be in the 7-9
Pall to revise to 9 to 10
GFD/psi range.
GFD/psi range.
15
'11301
3
5.B.1.c
Jet Testing
Requires certification of wet testing of each
:larification
Wet testing done as site of module manufacture, not
module conducted at the Su lien's facilities.
necessarily Pall's fabrication facility.
Accepted
16
11301
31
8.A.9.c
lotor Efficiency
Meet NEMA MG 1 (NEMA Premium) efficiencies.
Exception
Air compressor system not supplied with premium efficiency
motor.
Accepted
17
11301
33
9.13
LC Architecture
There will be 8 major membrane system control
Exception
Taken to mean a PLC is to be present on each filtration
panelswith inputloutputas follows. These panel
skid.
PLCs shall be interconnected with Ethemetto the
Master PLC in the Master Filter
PALL standard control architecture includes a single PLC
Intentof documents is 1
Control Panel.
located in a master control panelwith distributed VO in the
master PLC with RIO
process area as necessary.
panels as needed.
18
11301
35
10.A
'lant Integration
Buyer will providea Plant SCADA System for
:larification
Pall has included 100 Hours of programming integration.
monitoring and control of plant systems not
Any work requiredabove this scope will charged as an
furnished by Seller. Membrane Filtration System
adder. This will allow adequate labor per scope of work
monitoring shall be integrated into this plant
requested
Accepted - Pall will not be
SCADA System.
programmingor configuring
1. The HMI will provide central monitoring and
the plant SCADA. They
control capabilities for the entire plant; for all
need to provide PLC
Seller furnished systems as well as for systems
register informationto the
furnished by others, including25 remote City
plant integrator and
wells.
assistance on SCADA
screens.
19
1130.1
35__J
.10.C.2
)IT Hardware
Provide an integral operator interfacefor local
',lar cation
PALL will provide a single operator interface located in the
data and alarm indication.
main control panel. No operator interfacewill be provided at
the individual filtration skids.
Accepted
Pall Exception& clarification msponse8-31-10.xis Page 2 cf 6
Exceptions & Clarifications
roject Title/ Location
Lodi California
oecification Sections
II
ecification Dated
Alun -10
oecification Addendum
Addendum #1 August 31, 2010
Original Issue Date: 30 -Jun -10
Current File Revision is: 00
None
INo.Section
_Specification Reference
Page (Paragraph No.
Comment Category
Specification Statement of Concern
Bushing will not be allowed
Disposition
Clarification
Comments
Pall's standard design uses a minimum numberof bushings
HDR/CITY Response
20
11301
36
2.12 A 6
Piping
to change line sizes. There are only a few on each valve
rack and they are all 1" or smaller. They are also used for
pipe size change on transferskid and circulationskid ifthey
are required.
Accepted
21
11301
41
2.12.6.1.b
Limit Switches and
Automated system valves shall be provided with
Exception
Not all automated valves provided by PALL are equipped
Beacons
pneumaticvalve operators, limit switches, and
with limit switches. See P&ID for locations.
beacons.
CLARIFICATION: Valve actuators supplied by PALL are
provided with visual position indicatorsthat complywith the
intent of the beacon requirement.
Acc ted
22
11301
41
2.12.6.3.c
Manual Valve
Actuator shall include mechanical visual position
Exception
The valve actuators provided by PALL can be manually
Override
indicators, and the indicatorsmust be able to be
operated (no PLC control) at the solenoid manifold given
removed easily thus exposing the output shaft for
that compressed air is available.
use of manually overriding the actuator when
needed.
Manual override at the actuator is not available.
Accepted
23
111301
44
3.3.A.1
Related Divisions
Installation checks will be performed on all
Exception
Section listed in ToC but not included in specification.
equipment specifically required in detailed
specifications as described herein and in Section
01650.
Accepted by Pall
24
1'1301
45
E1.3 G
Testing
Equipmentvibration and monitoring testing
Clarification
Pall would preferto have this testing remove from our scope
as this is not a standard offering. However, it can probably
be done for an adder.
Accepted
25
1.1301
45
3.3.D
Motor Testing
After installationand priorto energizing the motor,
Exception
Typically provided by electrical installation contractor, not
orovide insulation resistance test of all motors 100
included in Pall's scope.
HP and above.
Accepted
26
11301
45
f3.3.F & G
Vibration Testing
F. Subbase that supports the equipment base
Exception
Typically provided by electrical installation contractor, not
and that is made in the form of a cas?iron or steel
included in Pall's scope.
structurethat has supporting beams, legs and
cross member that are cast welded or bolted. shall
be tested for a natural frequency of vibration after
equipment is mounted.
Accepted
27
11301
47
,3.7A.5
Acceptance Test
Buyer's assistance will be available only for
Clarification
Taken to mean PALL is required to be presentfor the entire
process decisions. Seller will perform all other
30 day test period. Pall will provide support but not be on
functions including but not limitedto equipment
site.
operation and maintenance u nti I successful
completion of the Acceptance Test. Buyer may
assist Seller with equipment maintenance at
Some on-site time will be
Seller's expense.
needed, if problems occur.
Pall Exception& clarificationmsponse 8-31-10.xls Page 3 of 6
Exceptions & Clarifications Addendum ##1 August 31, 2010
Project Title/ Location
Lodi, California Original Issue Date: 30 -Jun -10
Specification Sections
AlI Current File Revision Is: 00
Specification Dated
1 -Jun -10
pecifi_cation Addendum
N one
Specification Reference
Comments
HDR/CITY Response
No.
Section
Page
Paragraph No.
Comment Category
Specification Statement of Concern
Disposition
28
' 1301
8
1.6.A.3
Chemicals
Chemicals and supplies (other than normal
Exception
Pall does not provide chemicals for plant start-up due to
chemicals) from the time Demonstration Testing
procuring and logistical issuesshipping chemicals.
and Acceptance Testing begins until acceptance
Contractor to provide.
of the Work by Buyer. Seller is responsible for
Specification states that
coordination of chemical supply and costs
normal chemicals are to be
associated with required chemicals and supplies.
paid by Buyer. Will clarify by
addendum that any special
chemicals needed for start-
up are paidfor by Seller.
29
'1650
2
1.4 A 4
Chemicals
Chemicals during Acceptance Test by
Exception
This is usually provided by the GC. It is difficult for Pall to
Manufacturer
work out arrangementwith local chemical vendors. Pall can
reimburse the cost for chemical specked but coordination
work will be by others.
See 28.
30
01740
6
5
Warranty
if 1 rack exceeds may IT failure the Owner
Clarification
Pall would preferto modify the statementto tie to fiber
reserves the 6& to replace all modules on that
lbreakage instead of IT failure. A leaking clamp, for example,
rack
Ican lead to IT failure. Our system has been set up that way fkccepted -will clarifv in
Ito protectour customer's best interest. addendum.
31
0628
0
0
0
The Seller shall have a total of 238 calendar days
Clarification
Delivery of 120 days needs to be revised to extend the
'10
from issuance of the Purchase Order to
overall time per Pall schedule included in Proposal.
delivery of all equipment, as stated in items 1 and
2 above, not including 21 days for
i
Buyer's reviewof submittals as stated in the
Submittal S,pecificationSection. The Days are
calculated as:
t
to 140 days.
32
31650
0D
Spec Section
Specification section not provided
Exception
Pall takes absolute exception to this specification section
because it was not provided at time of bid. Any required
scope of work within this section will be an adder.
Accepted byall
Pall Exception& clarification response 8-31-10.xls Page 4 of 6
Exceptions & Clarifications
Project Title / Location
1. Lodi, California
Specification Sections
All
Specification Dated
1 -Jun -10
Specification Addendum
None
Addendum #1 August 31, 2010
Original Issue Date: 30 -Jun -10
Current File Revision is: 00
Pall Exception & clarification response B-31-10.x1s Page 5 of 6
Specification Reference
Comments
HDR/CITY Response
No.
Section
Page
Paragraph No.
Comment Category
Specification Statement of Concern
Disposition
33
11301
27
P.6.e.
Flexible Connectors
Flexible connectors:
Exception
Flexible connector typically provided by the G.C.
1) Provide at all sidewall connections:
2) Acceptable Sellers:
a) Red Valve Style J-1.
b) General Rubber Series 1000.
c) Proco Series 440.
3) Design and fabrication.
a) Teflon or PTFE lined.
b) Standard single arch design.
c) Flanged, ANSI Class 125.
Accepted - will clarify in
d) 304 stainless steel retaining ring.
addendum
34
clause
Paragraph No. 1
Insurance
Clarification
.Pall general and products liability policies both include
11
Requirements
contractual liability for insured contracts, we cannot
specifically endorse our policies to include each and every
contract we sign-
Accepted By City of Lod:
35
Page 7
Note 1
Insurance
Clarification
Pall could not identify the CA govt. code at the time of bid
Requirements
and is therefore difficult to compare how long the
requirement is. Pall has recommended that we maintain the
claims made for 3 yrs following the conclusion of the
contract.
Accepted By City of Lodi
36
General Conditions
Indemnification
Clarification
Pall agrees to indemnify Customer and its officers, directors,
employees, agents, successors and assigns against and
hold them harmless from all third party claims and related
liabilities, losses, damages, costs and expenses (including
reasonable attorneys' fees) actually incurred by them
("Damages") to the extent caused by (i) the failure of the
System to conform to the Specifications, (ii) a breach by Pall
of any representation, warranty or covenant contained
herein, (iii) a finding that the Products infringe any
intellectual property right of any third party, or (iv) the gross
negligence or willful misconduct of Pall, its employees or
agents provided, in each case, that:
Accepted By City of Lodi
General Conditions
Indemnification
Clarification
1. customer notifies Pall in writing of such claim immediately
after it becomes aware of such claim and cooperates with
Pall, at Pall's cost, as reasonably required by Pall; and
Accepted By City of Lodi
General Conditions
Indemnification
Clarification
2. such Damages are attributable to bodily injury, sickness,
disease, or death, or to injury to or destruction of tangible
property (other than the Goods or Special Services
themselves) excluding loss of use.
Accepted By City of Lodi
Pall Exception & clarification response B-31-10.x1s Page 5 of 6
Exceptions & Clarifications
Project Title ! Location
Lodi, California
Specification Sections
All
Specification Dated
1 -Jun -10
None
No. Section Page Paragraph No. Comment
37 1 ITerms and
Original Issue Date: 30 -Jun -10
Current Fite Revision is: 00
Specification Statement of Concern Disposition
itation on Liability I Clarification
HDR/CITY
In no event will Seller be liable for =.oy} •ee a a s asai-
ra: ° ec- t- 1,.:- s c loss of profit, remanufacturing cost,
rework cost, de -installation or re -installation cost, whatever the
claim (ton, breach of contract or warranty or otherwise) and
whatever the forum, whether arising out of or in connection with the
manufacture, packaging, delivery, storage, use, misuse or non-use
of any of its products or any other cause whatsoever. Without
limiting the generality of the foregoing, in no event will Seller be
liable for any damages in excess of the price paid to Seiler with Accep
respect to the products sold to Buyer under this Order noted.
No. 38
Based on Pall's conversation with HDR Engineering, we will design the system for a flux rate of 54 gfd and the total number of modules
required will be 84 per rack for a total of 420 modules. This is 60 modules less than we originally quoted. We will still leave spaces on
the racks for a total of 96 modules per rack
By City of Lodi as
Pali Exception & clarification response 8-31-10.xls Page 6 of 6
AGREEMENT FOR CONSULTING SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on by and between the
CITY OF LODI, a municipal corporation (hereinafter "CITY"), and Krazan & Associates,
Inc. (hereinafter "CONSULTANT").
Section 1.2 Purpose
CITY selected the CONSULTANT to provide the conceptual design services
required in accordance with attached scope of services, Exhibit A.
CITY wishes to enter into an agreement with CONSULTANT for Surface Water
Treatment Facility project (hereinafter "Project") as set forth in the Scope of Services
attached here as Exhibit A.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONSULTANT, for the benefit and at the direction of CITY, shall perform the
scope of services as set forth in Exhibit A, attached and incorporated by this reference.
Section 2.2 Not Used
Section 2.3 Meetings
CONSULTANT shall attend meetings as indicated in the Scope of Services,
Exhibit A.
Section 2.4 Staffing
CONSULTANT acknowledges that CITY has relied on CONSULTANT's
capabilities and on the qualifications of CONSULTANT's principals and staff as identified
in its proposal to CITY. The scope of services shall be performed by CONSULTANT,
unless agreed to otherwise by CITY in writing. CITY shall be notified by CONSULTANT
of any change of Project Inspector and CITY is granted the right of approval of all
original, additional and replacement personnel in CITY's sole discretion and shall be
notified by CONSULTANT of any changes of CONSULTANT's project staff prior to any
change.
CONSULTANT represents that it is prepared to and can perform all services
within the scope of services specified in Exhibit A. CONSULTANT represents that it has,
SWTF Krazan & Assoc Prof Services Agreement.doc 1
or will have at the time this Agreement is executed, all licenses, permits, qualifications,
insurance and approvals of whatsoever nature are legally required for CONSULTANT to
practice its profession, and that CONSULTANT shall, at its own cost and expense, keep
in effect during the life of this Agreement all such licenses, permits, qualifications,
insurance and approvals.
Section 2.5 Subcontracts
CITY acknowledges that CONSULTANT may subcontract certain portions of the
scope of services to subconsultants as specified and identified in Exhibit A. Should any
subconsultants be replaced or added after CITY's approval, CITY shall be notified within
ten (10) days and said subconsultants shall be subject to CITY's approval prior to
initiating any work on the Project. CONSULTANT shall remain fully responsible for the
complete and full performance of said services and shall pay all such subconsultants.
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONSULTANT's compensation for all work under this Agreement shall not
exceed the amount of Fee Proposal, attached as a portion of Exhibit A.
CONSULTANT shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONSULTANT shall submit invoices for completed work on a monthly basis, as
indicated in Exhibit A.
Section 3.3 Costs
The fees shown on Exhibit A include all reimbursable costs required for the
performance of the individual work tasks by CONSULTANT and/or subconsultant and
references to reimbursable costs located on any fee schedules shall not apply. Payment
of additional reimbursable costs considered to be over and above those inherent in the
original Scope of Services shall be approved in advance, in writing, by CITY.
CONSULTANT charge rates are attached and incorporated with Exhibit A. The
charge rates for CONSULTANT shall remain in effect and unchanged for the duration of
the Project unless approved by CITY and as stated in Exhibit A.
Section 3.4 Auditing
SWTF Krazan & Assoc Prof Services Agreement.doc 2
CITY reserves the right to periodically audit all charges made by CONSULTANT
to CITY for services under this Agreement. Upon request, CONSULTANT agrees to
furnish CITY, or a designated representative, with necessary information and assistance.
CONSULTANT agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONSULTANT agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONSULTANT further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONSULTANT shall not
discriminate in the employment of its employees or in the engagement of any
subconsultants on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 Responsibility for Damage
CONSULTANT shall indemnify and save harmless the City of Lodi, the City
Council, elected and appointed Boards, Commissions, all officers and employees or
agent from any suits, claims or actions brought by any person or persons for or on
account of any injuries or damages sustained or arising from the services performed in
this Agreement but only to the extent caused by the negligent acts, errors or omissions
of the consultant and except those injuries or damages arising out of the active
negligence of the City of Lodi or its agents, officers or agents.
Section 4.3 No Personal Liability
Neither the City Council, the City Engineer, nor any other officer or authorized
assistant or agent or employee shall be personally responsible for any liability arising
under this Agreement.
SWTF Krazan & Assoc Prof Services Agreement.doc 3
Section 4.4 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work prior to final acceptance, except as expressly provided herein.
Section 4.5 Insurance Requirements for CONSULTANT
CONSULTANT shall take out and maintain during the life of this Agreement,
insurance coverage as stated in Exhibit A attachment "Instructions/Requirements For
INsurance Coverage". These insurance policies shall protect CONSULTANT and any
subcontractor performing work covered by this Agreement from claims for damages for
personal injury, including accidental death, as well as from claims for property damages,
which may arise from CONSULTANT'S operations under this Agreement, whether such
operations be by CONSULTANT or by any subcontractor or by anyone directly or
indirectly employed by either of them, and the amount of such insurance shall be as
indicated.
NOTE: CONSULTANT agrees and stipulates that any insurance coverage
provided to CITY shall provide for a claims period following termination of coverage.
A copy of the certificate of insurance with the following endorsements shall be
furnished to CITY:
(a) Additional Named Insured Endorsement
Such insurance as is afforded by this policy shall also apply to the City of Lodi, its
elected and appointed Boards, Commissions, Officers, Agents, Employees and
Volunteers as additional named insureds insofar as work performed by the insured
under written Agreement with CITY. (This endorsement shall be on a form furnished
to CITY and shall be included with CONSULTANT'S policies.)
(b) Primary Insurance Endorsement
Such insurance as is afforded by the endorsement for the Additional Insureds shall
apply as primary insurance. Any other insurance maintained by the City of Lodi or
its officers and employees shall be excess only and not contributing with the
insurance afforded by this endorsement.
(c) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of
more than one insured shall not operate to increase the limit of the company's
liability.
(d) Notice of Cancellation or Change in Coverage Endorsement
SWTF Krazan & Assoc Prof Services Agreement.doc 4
This policy may not be canceled by the company without 30 days' prior written
notice of such cancellation to the City Attorney, City of Lodi, P.O. Box 3006, Lodi,
CA 95241.
(e) CONSULTANT agrees and stipulates that any insurance coverage provided to
CITY shall provide for a claims period following termination of coverage which is at
least consistent with the claims period or statutes of limitations found in the
California Tort Claims Act (California Government Code Section 810 et seq.).
"Claims made" coverage requiring the insureds to give notice of any potential
liability during a time period shorter than that found in the Tort Claims Act shall be
unacceptable.
Section 4.6 Worker's Compensation Insurance
CONSULTANT shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of CONSULTANT'S employees employed at
the site of the project and, if any work is sublet, CONSULTANT shall require the
subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's
employees unless such employees are covered by the protection afforded by the
CONSULTANT. In case any class of employees engaged in hazardous work under this
Agreement at the site of the project is not protected under the Worker's Compensation
Statute, CONSULTANT shall provide and shall cause each subcontractor to provide
insurance for the protection of said employees. This policy may not be canceled nor the
coverage reduced by the company without 30 days' prior written notice of such
cancellation or reduction in coverage to the City Attorney, City of Lodi, P.O. Box 3006,
Lodi, CA 95241.
Section 4.7 City Business License Requirement
Cons ultant/Contractor acknowledges that Lodi Municipal Code Section 3.01.020
requires Consultant/Contractor to have a city business license and
Consultant/Contractor agrees to secure such license and pay the appropriate fees prior
to performing any work hereunder.
Section 4.8 Attorney's Fees
In the event any dispute between the parties arises under or regarding this
Agreement, the prevailing party in any litigation of the dispute shall be entitled to
reasonable attorney's fees from the party who does not prevail as determined by the
court.
Section 4.9 Successors and Assigns
SWTF Krazan & Assoc Prof Services Agreement.doc 5
CITY and CONSULTANT each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONSULTANT shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.10 Notices
Any notice required to be given by the terms of this Agreement shall be deemed
to have been given when the same is personally served or sent by certified mail or
express or overnight delivery, postage prepaid, addressed to the respective parties as
follows:
To CITY: City of Lodi
F. Wally Sandelin, Public Works Director
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
To CONSULTANT: Krazan & Associates, Inc.
Shawn Baker, Division Manager
448 Mitchell Road, Suite C
Modesto, CA 95354
Section 4.11 Cooperation of CITY
CITY shall cooperate fully in a timely manner in providing relevant information
that it has at its disposal.
Section 4.12 CONSULTANT is Not an Employee of CITY
It is understood that CONSULTANT is not acting hereunder in any manner as an
employee of CITY, but solely under this Agreement as an independent contractor.
Section 4.13 Termination
CITY may terminate this Agreement by giving CONSULTANT at least ten (10)
days written notice. Where phases are anticipated within the Scope of Services, at
which an intermediate decision is required concerning whether to proceed further, CITY
may terminate at the conclusion of any such phase. Upon termination, CONSULTANT
shall be entitled to payment as set forth in the attached Exhibit A to the extent that the
work has been performed. Upon termination, CONSULTANT shall immediately suspend
all work on the Project and deliver any documents or work in progress to CITY.
However, CITY shall assume no liability for costs, expenses or lost profits resulting from
services not completed or for contracts entered into by CONSULTANT with third parties
in reliance upon this Agreement.
SWTF Krazan & Assoc Prof Services Agreement.doc 6
Section 4.14 Severabilitv
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent.
Section 4.16 Integration and Modification
This Agreement represents the entire integrated Agreement between
CONSULTANT and CITY; supersedes all prior negotiations, representations, or
Agreements, whether written or oral, between the parties; and may be amended only be
written instrument signed by CONSULTANT and CITY.
Section 4.17 Applicable Law and Venue
This Agreement shall be governed by the laws of the State of California. Venue
for any court proceeding brought under this Agreement will be with the San Joaquin
County Superior Court.
Section 4.18 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.19 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.20 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer tapes or cards,
or other material documents or data, and working papers, whether or not in final form,
which have been obtained or prepared for this project, shall be deemed the property of
CITY. Upon CITY's request, CONSULTANT shall allow CITY to inspect all such
documents during regular business hours. Upon termination or completion, all
information collected, work product and documents shall be delivered by CONSULTANT
to CITY within ten (10) days.
CITY agrees to indemnify, defend and hold CONSULTANT harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were prepared.
SWTF Krazan & Assoc Prof Services Agreement.doc 7
IN WITNESS WHEREOF, CITY and CONSULTANT have executed this
Agreement as of the date first above written.
CITY OF LODI, a municipal corporation
ATTEST:
By By
RANDIJOHL
CITY CLERK
APPROVED AS TO FORM:
Dated:
By By:
D. STEPHEN SCHWABAUER
CITY ATTORNEY Its:
}
SWTF Krazan & Assoc Prof Services Agreement.doc 8
KONRADT BARTLAM
INTERIM CITY MANAGER
City of Lodi
Testing and Inspection Services
Surface Water Treatment Facility
SCOPE OF SERVICES
A. General Requirements
Exhibit A
1. Consultant to be a fully qualified testing laboratory meeting the requirements of ASTM E-329
Sections 3 through 8, and Section 11, and recognized by the ICBO Joint Committee on
Special Inspection.
2. Consultant shall attend all meetings and conferences as requested by the City or its agent.
3. Cost considerations are not to be considered as justification for breach of sound principles of
quality assurance, inspection, and testing.
4. Consultant shall establish and maintain procedures to ensure that persons performing work are
skilled in methods and practices needed to assure required quality levels. Remove and replace
(at no additional cost to the City) personnel who do not possess the required skills or who are
not efficiently and effectively performing their assignments. Provide the Project Manager
with resumes of all personnel assigned to the project.
5. Consultant shall be responsible for the quality of the services provided, and shall maintain the
necessary facilities and equipment required to satisfy the testing specifications.
6. Consultant shall request a clarification from the Project Manager for missing or ambiguous
information or requirements. In the case of conflict in the plans, specifications and/or codes,
the more stringent inspection or testing requirement shall apply.
7. Consultant may need to subcontract for certain specialized testing or inspection services.
The use of such subconsultant will require prior City approval.
8. The following attachments will form a part of this contract:
• City of Lodi standard "Instructions/Requirements For Insurance Coverage".
• Specification Section 01400 - Quality Control
• Specification Section 01410 - Testing
• Request and Approval for Testing Services (Form)
• Detail Breakdown (Billing Report)
B. Scone
1. The scope of tests and inspections is based on the requirements of 2007 CBC Chapter 17,
other referenced code requirements, and the Surface Water Treatment Facility Project plans
and specifications. The services to be provided will be as directed by the City's
representative. The Consultant will meet or communicate with the representative and/or
construction Contractor periodically to plan and schedule testing and inspection services.
2. The authorization to provide specific services will be issued by the Project Manager using a
Testing Services Work Order (Request and Approval for Testing Services form). These work
orders will be issued by the City's representative periodically throughout the construction
period, as construction activities dictate. The Contractor will not be authorized to place orders
directly with the testing firm. The City will not pay for the services placed by the Contractor.
The Request and Approval for Testing Services form describes the required test, location and
date required. It will be requested by the Contractor and forwarded to the City representative
for approval. Upon completion of the testing/inspection, the Consultant will sign and date the
forms, which will be verified by the City's representative. The Consultant will make a copy of
the completed form, which will be attached to the Consultant's billing each month. These
serve as the Special Inspector's Time Card and must be signed by the Project Manager each
day. The time cards will be used to validate each month's hourly billing.
3. Off-site inspections are to be handled identical to the above except that Special Inspectors
shall fax or electronically mail time cards to the owner's representative each day, without
exceptions.
SWTF T & I Contract terms.doc 1 08/31/10
City of Lodi
Testing and Inspection Services
Surface Water Treatment Facilii
Exhibit A
4. The Consultant will maintain a monthly status report of the budget quantities and costs;
quantities and costs expended through previous report period, quantities and costs this report
period, and total quantities and costs to date. The status report will be submitted with the
monthly billing.
5. Consultant shall submit written acceptance of "Transfer of Responsibility", as required by
UBC Section 3317.8, to the Owner within 14 days of the contract execution date.
C. Time
Services shall start upon execution of the agreement and issuance of the first work order.
The duration of the Consultant contract will be for a period of TWENTY-FOUR (24) months at the
established item prices. The City has the option to extend services at the Item Prices for an additional
12 months beyond the 24 -month duration.
D. Notice
The Consultant will be given one working day's notice prior to starting any new inspection/testing
service.
E. Conflict of Interest
The Consultant cannot contract directly with construction Contractor for any testing services concerning
this City project.
F. Item Prices
I . The City is riot limited to the use of funds as estimated per item. Unused funds from one item
price may roll up to other items as required so long as the total contract award does not exceed
125% of the total proposal price.
2. Any service required, but not referenced in the Proposal for Services listing, to be charged
to client using similar unit price for actual hours worked (not "List Price").
3. Increases in applicable labor rates mandated by the State Director of Industrial Relations
will be honored under this agreement.
G. Reimbursement
1. The Consultant will only be paid for actual hours worked except for a one-hour minimum for
show -up time.
2. Travel Costs: The cost of mileage and subsistence charges to and from the project site is
included in the item prices. Travel and subsistence charges to factories and fabrication plants
in excess of a 50 -mile radius from the job site will be reimbursable by the City only when the
City has issued prior written approval thereof. The City will reimburse the Consultant for
mileage or airfare whichever is less expensive. The following will apply to determine
applicable costs. Travel time will be reimbursed at a field technician level. Actual costs with
no overhead or profit will be reimbursed. This level of reimbursement should be reflected in
the submitted Proposal for Services.
3. Reproduction and Mailing: Reproduction and mailing costs for reports and test results shall
be supplied in the quantity specified in the specification and included as part of the above -
listed item prices. Reproduction and shipping costs for additional copies will be reimbursed
by the City at actual cost when the City has issued prior written approval therefore.
SWTF T & I Contract terms.doc 2 08/31/10
City of Lodi Exhibit A
Testing and Inspection Services
Surface Water Treatment Facility
H. Subconsultants
Consultant's subconsultants' time shall be paid at Consultant's cost, which should be reflected in the
item prices of the submitted Proposal for Services. Prevailing wage requirements must be met.
I. Billing
The Consultant will submit to the Project Manager no later than the first of each month (for services up
to the 25th) a computed "Request and Approval for Testing Services" form for all services with each
billing. The Consultant will prepare a summary contract form with each billing which provides the
following information for each line item of work and for the total contract:
"Item, Description, Budgeted Quantity, Unit, Unit Price, Total Budgeted, Previously Billed
Units, Current Billing Units, Total Current Billing."
J. Schedule of Services
NOTE: All items must be completed.
Lodi Surface Water Treatment
Facility INSPECTION/TESTING
SERVICES
Item Description
QTY
Unit
Unit
price
Total budget
1 Soil/Asphalt
Engineered fill observation
350
Hr.
$
83
$
29,050
Density Curve ASTM or
CALTRAN
20
Ea.
$
80
$
1,600
Soil, Asphalt Compaction Testing
500
Hr.
$
83
$
41,500
Asphalt Marshall
2
Ea.
$
120
$
240
Subtotal
$
72,390
2 Cast in Place Concrete
Mix Design Review
3
Ea.
$
50
$
150
Cement Sampling ASTM C183
3
Ea.
$
50
$
150
Concrete Sampling
172
Hr
$
83
$
14,276
Compress. Strength Test Sets
C39
100
4c Is
$
30
$
3,000
Shotcrete Strength Test Sets
8
Ka.
$
50
$
400
Rebar Tensile/Bend ASTM A615
40
Ea.
$
40
$
1,600
Tension Cable yield tensile elong
4
Ea.
$
136
$
544
Drilled Dowel Testing
AASHTOT237
40
Hr
$
83
$
3,320
Concrete Core Testing ASTM C42
10
Ea.
$
50
$
500
Drilled Anchor Testing
40
Hr
$
83
$
3,320
Sample Pickup and Delivery
30
Ea. Set
$
60
$
1,800
Subtotal
$
29,060
3 Masonry
Mortar Testing UBC 21-16
30
Ea. Set
$
20
$
600
Grout Testing UBC 21-18
30
Ea. Set
$
20
$
600
Mix Design Review
2
Ea.
$
50
$
100
Rebar Tensile/Bend ASTM A615
15
Ea.
$
40
$
600
SWTF T & I Contract terms.doc 3 08/31/10
City of Lodi
Testing and Inspection Services
Surface Water Treatment Facilii
Exhibit A
Prevailing wage requirements have been factored into this proposal. All clerical, report,
travel and mileage charges are figured into the hourly rates of this proposal.
*The City of Lodi Building Department is requiring a qualified inspector to act as the project
Building Inspector. This inspector must have one of the following MINIMUM qualifications:
1. DSA Class I or II
SWTF T & I Contract terms.doc 4 08/31/10
CMU Block Testing
10
Ea. Set
$
80
$
800
Prim Testing UBC 21-17
10
Ea. Set
$
80
$
800
Subtotal
$
3,500
4
Structural Steel
Shop Visual Weld Fab Inspection
40
Hr
$
60
$
2,400
Field Visual Welding
120
Hr
$
83
$
9,960
Field Bolting Inspection
40
Hr
$
83
$
3,320
Ultrasonic Testing
40
Hr
$
83
$
3,320
Subtotal
$
19,000
5
Other
Fireproofing Density ASTME605
10
Ea.
$
30
$
300
Subtotal
$
300
6
Construction Special
Inspectors
Reinforcing placement
Concrete, Shotcrete Placement
Masonry Inspection
Prestressing.Inspection
Field Welding, Erection Inspection
Fireproofing Inspection
Excavation Engineered Fill Insp
4100
Hr.
$
85
$
348,500
Subtotal
$
3348,500
7
Professional Services
Senior Staff Engineer
40
Hr
$
20
$
800
Field Technician
80
Hr
$
80
$
6,400
Lab Technician
80
Hr
$
30
$
2,400
Subtotal
$
9,600
8
Miscellaneous
Premium Differential for overtime
100
Hr
$
42
$
4,200
Out of town inspection(over
50miles)
40
Hr
$
10
$
400
Mileage be and 50 miles
500
Miles
$
1
$
250
Subsistence over 50 miles
5
Das
$
45
$
225
Subtotal
$
5,075
GRAND TOTAL
$
487,425
Prevailing wage requirements have been factored into this proposal. All clerical, report,
travel and mileage charges are figured into the hourly rates of this proposal.
*The City of Lodi Building Department is requiring a qualified inspector to act as the project
Building Inspector. This inspector must have one of the following MINIMUM qualifications:
1. DSA Class I or II
SWTF T & I Contract terms.doc 4 08/31/10
City of Lodi
Testing and Inspection Services
Surface Water Treatment Facili'
Exhibit A
2. ICBO Combination Certification
3. ACIA Class II Building Inspector
The prospective Inspector will be interviewed by the City of Lodi Chief Building Official. The
Building Official must approve of the proposed inspector. If the proposed inspector does not
meet with the Building Official's approval, another candidate must be provided. Once the
Building Official has approved the project Building Inspector, that inspector shall remain
responsible for Permit required inspections to the electrical and mechanical systems for the
duration of the project. The Inspector may not be removed from the project without prior City
approval.
ATTACHMENTS
1. City of Lodi standard "Instructions/Requirements For
Insurance Coverage"
2. Specification Section 01400 - Quality Control
3. Specification Section 01410 - Testing
4. Request and Approval for Testing Set -vices (Form)
5. Detail Breakdown (Billing Report)
6. State of California Wage Determination #NC -63-3-9-2009-2
SWTF T & I Contract terms.doc 5 08/31/10
CITY OF LODI
221 West Pine Street, P.O. Box 3006, Lodi, California, 95241-1910
INSTRUCTIONS/REQUIREMENTS FOR INSURANCE COVERAGE
All contractors/developers who have contracts or agreements with the City are required to carry general
liability/automobile insurance.
2. A duplicate or certificate of insurance shall be delivered to the City prior to starting any work on a project
3. Each certificate shall contain satisfactory evidence that each carrier is required to give the City of Lodi
notice 30 days prior to the cancellation or reduction in coverage of any policy.
4. The insurance certificate must state, on its face or as an endorsement, a description of the project that it
is insuring.
5. All requirements herein provided shall appear either in the body of the insurance policies or as
endorsements, and shall specifically bind the insurance carrier.
6. The CITY OF LODI, ITS ELECTED AND APPOINTED BOARDS COMMISSIONS OFFICERS
AGENTS EMPLOYEES AND VOLUNTEERS must be named as additional insured as an endorsement
attached to the certificate of insurance. (THE CITY OF LODI ITS ELECTED AND APPOINTED
BOARDS, COMMISSIONS, OFFICERS, AGENTS, EMPLOYEES AND VOLUNTEERS MUST BE
NAMED THE ADDITIONAL INSURED.)
7. Both the street address and the post office box of the CITY OF LODI must be shown along with
Number 6 above: 221 West Pine Street, P.O. Box 3006, Lodi, California, 95241-1910.
8. In addition to the additional named insured endorsement on the policy of insurance, said insurance policy
shall be endorsed to include the following language:
"Such insurance as is afforded by the endorsement for the additional insureds shall apply as
primary insurance. Any other insurance maintained by the City of Lodi or its officers and
employees shall be excess only and not contributing with the coinsurance afforded by this
endorsement."
9. The minimum limits of such insurance shall be $2,000,000 Bodily Injury each occurrence/aggregate or
$2,000,000 combined single limit.
Automobile insurance $2,000,000:
Contractors must carry automobile insurance;
Developers must carry auto insurance only if their vehicles are used on site.
10. If the limits of coverage are not the amounts specified in Number 9 above, and/or if the City is not named
as an additional insured on the attachment to the certificate of insurance, and/or if the primary insurance
endorsement is not attached, the City will not accept the certificate and a corrected certificate must be
furnished to the City.
11. Contractor/Developer agrees and stipulates that any insurance coverage provided to the City of Lodi
shall provide for a claims period following termination of coverage which is at least consistent with the
claim period or statutes of limitations found in the California Tort Claims Act (California Government
Code Section 810 et seq.).
12. "Claims made" coverage requiring the insureds to give notice of any potential liability during a time period
shorter than that found in the Tort Claims Act shall be unacceptable.
13. No contract agreement will be signed nor will any work begin on a project until the proper insurance
certificate is received by the Public Works Department. Please be sure your insurance company
sends this certificate to the attention of the Public Works Department.
J: FORMS:INSURANC_2.DOC Rev. 9/30/02
Surface Water Treatment Facility Project
SECTION 01400
QUALITY CONTROL
f71 -M -M - DIO DIi7_\
1.01 DESCRIPTION
A. This Section describes the requirements for quality control.
01400 Quality Control
1.02 DUTIES AND RESPONSIBILITIES OF OWNER'S REPRESENTATIVE
A. The Owner's Representative and the Owner have the right, but not the duty, to
monitor and inspect all work performed by the Contractor to ensure performance of
the work to the Contract Documents and Specifications. All work shall be subject to
inspection and test by the Owner's Representative and the Owner at all reasonable
times and at all places prior to acceptance. Any such inspection and test is for the
sole benefit of the Owner and shall not relieve the Contractor of responsibility for
providing quality control measures to assure that the work strictly complies with the
contract requirements. No inspection or test by the Owner or Owner's Representative
shall be construed as constituting or implying an acceptance.
1.03 CONTRACTOR'S DUTIES AND RESPONSIBILITIES
A. The Contractor is responsible for the quality of the work performed under this
Contract as well as the quality of the material, equipment, and supplies furnished by it
to be incorporated into the work. The Contractor will provide, for approval, a
quality -control plan within 30 days after the Notice to Proceed for approval by the
Owner. The plan will include but not be limited to procurement, delivery and
installation of material and equipment. The plan will provide specific tests and
performance testing requirements for each stage for each subcontractor and the
General Contractor. Logs and forms for tracking all steps will be provided and will
be signed by the inspectors.
B. The Contractor shall designate a Quality Control Representative who will be on site
at all times while the respective Contractor's work is in progress and will have the
authority and responsibility to accept or reject items of work. The Contractor's
Quality Control Representative may delegate his duties but the primary responsibility
and authority rests with the Contractor.
C. The Contractor's Quality Control Representative shall coordinate the submittal of all
shop drawings, product data, and samples to the Owner's Representative. Any
submittal that is a change to the Contract requirements shall be identified as such and
transmitted to the Owner's Representative. No work requiring submittal of a shop
drawing, product data, or sample shall be commenced until the submittal has been
reviewed and accepted by the Owner's Representative and the Architect.
D. The Contractor shall cooperate with an approved material testing laboratory to
perform testing of materials as required by the Contract Drawings and Specifications,
City of Lodi Quality Control 01400-1
Surface Water Treatment Facility Project 01400 Quality Control
or the Owner's Representative. The Contractor shall provide a two -working -day
notice when testing/inspection is required. The Contractor will request all tests and
inspections in accordance with the Specifications and the Owner's Representative for
requesting tests and inspections. The Contractor will not contact the testing firms
directly without going through the Owner's Representative.
E. The Contractor's Quality Control Representative shall review his drawings,
procurement documents, and Contracts to ensure that the technical information
provided and all work performed is in accordance with the latest revisions of the
Contract Drawings and Specifications.
F. The Contractor's Quality Control Representative shall perform an inspection upon
receipt at the site of all materials, equipment, and supplies. Items which are damaged
or not in conformance with the respective submittals, quality standards, Contract
Drawings and Specifications will be identified and segregated from accepted items.
Items thus identified shall not be incorporated into the work until corrective action
acceptable to the Owner's Representative/Owner is completed. Items determined
unsalvageable will be removed from the job site.
G. The Contractor will establish a performance -testing plan for all equipment and
electrical systems. The testing plan will include test and report forms for each type of
application and will be approved by the Owner's Representative. The performance
testing of the equipment and system will be documented and approved by the Owner's
Representative. Copies of the approved performance tests will be required for project
closeout as required by Section 01700 - Project Closeout.
H. The Contractor's Quality Control Representative and subcontractors will attend a
weekly Quality Control (QC) meeting. The Contractor will provide a list of current
controlling activities for that week and bring an outlined specification section to the
meeting noting areas applicable for inspection/testing for the controlling activities.
All requests for testing will be provided for the current week and all notices of non-
compliance will be reviewed.
I. The Contractor will provide copies of his quality control inspection reports each day.
Format of the report will be approved by the Owner's Representative. The Contractor
will maintain a video and audio record of at least six exterior locations and all interior
locations plus special areas of interest each week. The videotape will be provided to
the Owner's Representative the following Monday of each week.
1.04 INSPECTION AND TESTING
A. Inspection Plan: The Contractor will use a four -point inspection plan for each
separate feature of work to be performed under this Contract; i.e., work described by
each Division to the technical provisions section of the Specifications. This plan
consists of the following:
Preparatory Inspection: Prior to commencing the work, the Contractor's
Quality Control Representative shall meet with the Owner's Representative
and check the following items as a minimum for conformance:
City of Lodi Quality Control 01400-2
Surface Water Treatment Facility Project 01400 Quality Control
a. Approval of shop drawings and submittals.
b. Approval of Inspection and test reports of materials and equipment to
be utilized.
C. Completion of previous operation.
d. Availability of materials and equipment required.
e. Notification of Owner's Representative, when applicable.
f. Other preparatory steps dependent upon the particular operation.
g. Quality assurance.
h. Safety or environmental precautions to be observed.
2. Initial Inspection: Upon completion of a representative sample of a given
feature of work, the Contractor's Quality Control Representative shall meet
with the Owner's Representative and check the following items as a minimum
for conformance:
a. Workmanship to established quality standards.
b. Configuration to Contract Drawings and Specifications.
G. Constnactlon methods, equipment, and tools utilized.
d. Materials and articles utilized.
e. Adequacy of testing methods.
f. Adequacy of shop drawings.
g. Adequacy of safety or environmental precautions.
3. Follow-up Inspections: The Contractor's Quality Control Representative
shall inspect the work daily to assure the continuing conformance of the work
to the workmanship standards established during the preparatory and initial
inspections. Follow-up inspections will be on a daily basis. If the Contractor
has not complied with the inspection notification as to defective work, the
Owner's Representative will issue a notice of noncompliance.
4. Completion Inspection: Upon completion of a given feature of the work, the
Contractor's Quality Control Representative shall meet with the Owner's
Representative and City of Lodi Building Inspector to perform an inspection
of the completed work. At least 24 hours notice will be required for
inspections. Nonconforming items shall be identified and corrected prior to
commencement of the next operation.
City of Lodi Quality Control 01400-3
Surface Water Treatment Facility Project
1.05
01400 Quality Control
B. Should the Contractor fail to correct work in a reasonable time, the Owner's
Representative will issue a Notice of Noncompliance. This is a two-part notice/reply
form. The Owner's Representative will specify the noncompliant item on Part One
and the Contractor shall respond on Part Two, indicating the fix once it has been
accomplished. The Contractor will maintain a log of all notices of noncompliance
which shall contain the following information: Notice number, description,
specification section, date issued, date response from the Contractor, date corrected,
number of days to correct, and remarks. The Contractor will present six copies of this
log at the weekly meetings and shall keep it currently updated. Upon compliance
with the notice of noncompliance, the Owner's Representative will officially notify
the Contractor.
C. Operation and Check Out Testing: The Contractor shall provide personnel and
equipment to perform the operational tests and checkout of the equipment, facilities,
or equipment constructed, fabricated, or installed under this Contract. The Owner's
Representative will coordinate and witness all such tests. Notification shall be given
at least two days in advance of the scheduled tests. Refer to requirements for
operating and maintenance data and training specified in Section 01730.
D. Substantial and Final Inspection. The Owner's Representative will coordinate all
final inspections of the work. Request for finalizing portions of the work performed
under this Contract shall be made to the Owner's Representative at least 15 days in
advance of the inspection. Prior to requesting a substantial completion inspection, all
tests of the equipment and systems and training shall be completed. Refer to Section
01700 for detailed requirements for substantial completion and final completion
inspections for project closeout. The Contractor will be provided with a punch list
from the Owner indicating items over and above those shown on the Contractor's
punch list. The Owner will only provide two inspections: substantial completion and
final completion. Others will be at the Contractor's expense. The Owner will provide
a handwritten punch list to the Contractor. The Contractor will enter and maintain a
computerized punch list based on the Owner's punch list in a format approved by the
Owner's Representative with one copy of the computerized list within five working
days upon receipt of the Owner's list and update it on a weekly basis.
The Contractor will at each weekly meeting during the closeout period provide an
annotated punch list indicating those items which have been completed and are ready
for inspection. The Contractor will maintain and keep this list current and provide a
copy to the Owner's Representative each week until all items are complete. Prior to
the request for substantial completion and throughout the life of the project, the
Contractor will maintain a testing and inspection schedule. This schedule will be
provided at each weekly meeting indicating the tests or inspections which will be
required during the following week. Based on this schedule, the Contractor will
provide the Required Request for Testing forms.
VERIFICATION OF TEST REPORTS
A. The Owner's Testing Laboratory will submit a verified report in duplicate covering all
of the tests which are required to be made during the progress of the Project. Such
report shall be furnished at least quarterly and each time that work on the Project is
City of Lodi Quality Control 01400-4
Surface Water Treatment Facility Project 01400 Quality Control
suspended, covering the tests up to that time, and at the completion of the Project,
covering all tests.
1.06 OWNER'S INSPECTOR
A. An inspector employed by the Owner in accordance with the requirements referenced
may be assigned to the work.
B. The work of construction in all stages of progress will be subject to the personal,
continuous observation of the Inspector. He shall have free access to any and all parts
of the work at any time. Furnish the Inspector reasonable facilities for obtaining such
information as necessary to keep him fully informed, respecting the progress and
manner of the work and the character of the materials. Inspection of the work shall
not relieve the Contractor from any obligation to fulfill this contract.
1.07 SPECIFIC TESTS AND INSPECTIONS
A. As required by code, as specified in individual sections and section 01410.
END OF SECTION
City of Lodi Quality Control 01400-5
Surface Water Treatment Facility Project 01410 Testing
SECTION 01410
TESTING
PART 1 - GENERAL
1.01 DESCRIPTION:
A. This Section summarizes which tests and inspections will be performed by the
Contractor, and which will be performed by the Owner's Representatives. The
detailed tests and inspections required to be performed by the Contractor may be
found in the individual Sections of Divisions 2 through 16 of these Specifications.
1.02 OWNER'S TESTING AGENCY:
A. For the purpose of meeting Architect/Engineer and City requirements, the Owner
will employ and pay for a testing agency, identified in the various Specifications
Sections as "the Owner's Testing Agency" and "Owner's Soils Engineer", to perform
tests, inspections, and sampling for the work after start of construction, including but
not limited to:
1. Underground utilities
2. Earthwork.
3. Concrete placement, reinforcement, ingredients and quality control.
4. Masonry placement, reinforcement, ingredients and quality control.
5. Structural steel; fabrication and welding.
B. The Owner's employment of the testing agency shall in no way relieve the Contractor
of his obligations to perform the work in accordance with Contract requirements nor
to retain their own testing firm for quality control (see Paragraph 1.05).
C. The Owner will backcharge the Contractor for costs incurred in the event the
Contractor's poor quality control of any material requires excessive repeated testing
by the Owner's Testing Agency.
1.03 QUALITY ASSURANCE:
A. Qualifications of Testing Agents: Agencies, bureaus, or laboratories shall be
acceptable to the Architect and meet the requirements ASTM E-329.
B. Failure of Materials and Equipment Tested or Inspected:
The Contractor shall be charged for retesting and reinspection resulting from
the Contractor's noncompliance with the Contract as evidenced by tests and
inspections by the Owner's Testing Agency.
1.04 TESTING AGENCY'S DUTIES:
A. Cooperate with Owner's Representative and the Contractor. Provide qualified
personnel promptly upon notice.
B. Perfonn required inspecting, sampling and testing of materials and methods of
construction.
City of Lodi Testing 01410-1
Surface Water Treatment Facility Project
01410 T
Comply with specified standards, other recognized authorities as specified.
2. Check for compliance with Contract Documents.
C. Promptly notify the Owner's Representative and the Contractor of observed
irregularities or deficiencies in the work.
D. Promptly submit reports to the following:
1. One (1) copy to the Owner's Representative.
2. One (1) copy to the Architect.
3. One (1) copy to the Structural Engineer.
4. One (1) copy to the City of Lodi Building Department.
5. One (1) copy to the General Contractor
E. Reports shall include the date issued and date of test, project title and number, testing
agency's name and address, name and signature of inspector, date of inspection or
sampling, record of temperature and weather, identification of product and
Specification Section, location in Project, type of inspection or test, reference to
applicable standards and codes, and observation regarding compliance with
Contract Documents.
F. Perform additional services as required by the Owner.
G. The testing agency is not authorized to release, revoke, alter or enlarge on the
requirements of the Contract Documents, approve or accept any portion of the work,
or perform any of the Contractor's duties.
1.05 CONTRACTOR'S RESPONSIBILITIES:
A. Initiate and coordinate tests and inspections required by Contract Documents and
public authorities having jurisdiction of the work.
B. Notify the Owner's Testing Agency through the Owner's Representative a sufficient
time in advance (but no less than 48 hours) of the manufacture of materials to be
supplied which, by requirements of the Contract Documents, must be tested at the
source of supply so that the Laboratory may arrange for testing.
C. When changes of construction schedule are necessary during construction, coordinate
all such changes with the Owner's Testing Agency as required.
D. When the Owner's Testing Agency is ready to test according to the established
schedule, but is prevented from testing or taking specimens due to incompleteness of
the work, all extra charges for testing attributable to the delay may be backcharged to
the Contractor and shall not be borne by the Owner.
E. Provide access, facilities, tools, and labor necessary for duties to be performed at the
site by the Owner's Testing Agency and Inspector, including furnishing ladders,
hoisting, lighting, water supply and like services.
City of Lodi Testing 01410-2
Surface Water Treatment Facility Project 01410 Testing
F. Provide and maintain, for the sole use of the Owner's Testing Agency, adequate
facilities for the safe storage and proper curing of concrete test cylinders on the
Project site as required by ASTM C31. Construct a container for storage of newly
made concrete samples until they are ready for delivery to the testing lab as required.
G. Furnish and deliver samples of materials to be tested at no extra cost to Owner. Test
samples will be selected by the Inspector or Owner's Testing Agency and not by the
Contractor.
H. Reports:
Have the Contractor's Testing firm (if used) independently furnish copies of
each test and inspection report, signed and certified by the Contractor's
Testing Agency Supervising Engineer as follows:
a. Owner's Representative: two (2) copies.
b. Architect: one (1) copy.
Structural Engineer (structural tests only): one (1) copy.
2. Promptly process and distribute (within 48 hours) required copies of test
reports and related instructions to assure necessary retesting and replacement
of materials with the least possible delay in progress of the work.
The reports shall include detailed information relative to progress and
condition of work, including variances from the Contract Documents, and
stipulating dates, hours, locations of the tests and inspections, as applicable.
I. Records:
Maintain correct records on an appropriate form for all inspections and tests
performed, instructions received from the Owner or testing agency, and
actions taken as a result of those instructions.
2. These records shall include evidence that the required inspections or tests
have been performed (including type and number of inspections or tests,
nature of defects, causes for rejection, etc.), proposed or directed remedial
action, and corrective action taken.
Document inspections and tests as required by each Section of the
Specifications.
If laws, ordinances, rules, regulations, or orders of public agency having jurisdiction
require work to be inspected, tested or approved by some authority other than the
Owner, or Contractor, the Contractor shall give required notices and make
arrangements, deliver to the Owner the certificates of inspection, test, or approval of
such public agency, and pay costs therefore unless otherwise provided in the
Contract Documents.
City of Lodi Testing 01410-3
Surface Water Treatment Facility Project 01410 Testing
K. Completed Work: Should the Owner require tests and inspections for work
completed before final acceptance of entire work, furnish necessary facilities, labor,
and materials to uncover or remove work in question to extent necessary.
If such work is found defective due to fault of the Contractor, the Contractor
shall defray expense of removal, test, and inspections, and satisfactory
reconstruction. Time extension may not be granted.
2. If such work is found to conform with requirements of the Contract, the
Contractor shall be reimbursed by the Owner for facilities, labor and
materials required for removal, and costs of satisfactory reconstruction in
accordance with Contract amounts for extra work. Reasonable time
extension shall be granted.
1.06 TEST PROCEDURES:
A. Testing:
Owner's Testing Agency will perform tests according to method(s) of test
specified in these Specifications.
If no procedure or test method is specified, testing shall conform to material
specification references unless otherwise directed by the Owner.
The Owner's Testing Agency will tag, seal, label, record, or otherwise
suitably identify the materials for testing. No materials shall be used in the
work until the test reports are submitted and approved, excepting only the
materials specified to be placed or installed prior to testing.
B. Retesting:
Repeat applicable tests at specified intervals, when:
a. The source of supply is changed.
b. The characteristics of the materials change or vary.
Unsatisfactory test results are received.
Quantity and nature of additional testing, if required, will be determined by
the Owner.
Additional tests shall be taken in the presence of the Owner's Engineer.
4. Proof of non-compliance will make the Contractor liable for any corrective
action which the Owner feels is prudent, including complete removal and
replacement of defective materials.
Nothing contained herein is intended to imply that the Contractor does not
have the right to have tests performed on any material at any time for his own
information and job control so long as the Owner does not assume
City of Lodi Testing 01410-4
Surface Water Treatment Facility Project
01410 T
responsibility for costs or for giving them consideration when appraising
quality of materials.
1.07 PAYMENT FOR TESTING:
A. Initial Services:
The Owner will pay for initial testing services requested by the Owner.
2. When initial tests indicate non-compliance with the Contract Documents, the
costs of initial tests associated with that non-compliance will be deducted by
the Owner from the Contract Sum.
B. When initial tests indicate non-compliance with the Contract Documents, subsequent
retesting occasioned by the non-compliance shall be performed by the same testing
agency, and costs thereof will be deducted by the Owner from the Contract Sum.
C. Reimburse the Owner all or any part, as the Owner may deem just and proper, of the
inspection costs incurred by the Owner due to:
Failure of materials to pass initial tests.
2. Contractor's failure to complete the work within the Contract time, and any
previously authorized extensions thereof.
3. Claims between separate contractors.
4. Covering of work before the required inspections or tests are performed.
Additional inspections required for Contractor's correction of defective work.
Overtime costs for acceleration of work done for Contractor's convenience.
1.08 CODE COMPLIANCE TESTING:
A. Inspections and tests required by codes or ordinances, or by a plan approval authority,
and which are made by a legally constituted authority, shall be the responsibility of
and shall be backcharged to the Contractor, unless otherwise provided in the Contract
Documents.
1.09 CONTRACTOR'S CONVENIENCE TESTING:
A. Inspection and testing performed exclusively for the Contractor's convenience shall
be the sole responsibility of the Contractor.
1.10
REQUEST FOR TESTING PROCEDURES:
Testing will be performed as ordered by the Owner's Representative. The Contractor
will follow the Owner's Representative's procedures for requests for tests and
inspections. The procedure will be as follows:
01
The Contractor will fill out the Request for Testing form provided by the
Owner's Representative.
City of Lodi Testing 01410-5
Surface Water Treatment Facility Project 01410 Testing
2. The Request For Test will be made by the Contractor at least forty-eight (48)
hours in advance of the needed date for the test.
Contractor shall describe the test and the date the test is required. The
request will be given to the Owner's Representative for approval.
4. The Owner's Representative shall request the services from the testing
agency.
The testing agency will be provided a copy of the testing request which will
be completed by the testing firm indicating the services provided.
6. The Contractor will provide a testing schedule which will be reviewed each
week for the following week's work.
PART 2 - PRODUCTS:
Not used.
PART 3 - EXECUTION:
*Not used.
Forms:
Request For Inspection Form
End of Section
City of Lodi Testing 01410-6
W O 0
REQUEST AND APPROVAL FOR TESTING/INSPECTION SERVICES
PROJECT: Surface Water Treatment Facility DATE:
TESTING/INSPECTION AGENCY: Krazan & Associates SPEC. REF.:
CONTRACTOR: DWG. REF.:
REQUESTED BY: PERMIT #
ITEM
TYPE OF TEST/INSPECTION
LOCATION, TIME & DATE
RESULTS
1.
2.
3.
4.
I have personally checked for compliance with contract documents and certify this to be ready for inspection:
Signature
Contractor Representative
TEST/INSPECTIONS PERFORMED BY:
Date:
Signature Date:
Testing/Inspection Agency Representative
COMMENTS:
TOTAL HOURS
(City Use Only)
CITY AUTHORIZATION:
GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS
PURSUANT TO CALIFORNIA LABOR CODE PART 7, CFIAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1
FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS
CRAFT: #BUILDING/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER
DETERMINATION: NC -63-3-9-2009-2
ISSUE DATE: August 22, 2009
EXPIRATION DATE OF DETERMINATION: June 30,2010** The rate to be paid for work performed after this date has been
determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now.
Contact the Division of Labor Statistics and Research for specific rates at (415) 703-4774.
LOCALITY: All localities within Alameda, Alpine, Amador, Butte, Calaveras, Colusa, Contra Costa, Del Norte, El Dorado,
Fresno, Glenn, Humboldt, Kings, Lake, Lassen, Madera, Marin, Mariposa, Mendocino, Merced, Modoc, Monterey, Napa, Nevada,
Placer, Plumas, Sacramento, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou,
Solano, Sonoma, Stanislaus, Sutter, Tehama, Trinity, Tulare, Tuolumne, Yolo and Yuba counties.
# Indicates an apprenticeable craft. Effective as of July 1, 2008, the issuance and publication of the prevailing wage apprentice
schedules/apprentice wage rates have been reassigned by the Department of Industrial Relations from the Division of Labor Statistics
and Research to the Division of Apprenticeship Standards. To obtain any apprentice schedules/apprentice wage rates, please contact the
Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at
http://www.dir.ca.P-Ov/das/das.html.
a Amount shall be paid for all hours worked up to 173 hours per month.
b Rate applies to the first 4 daily overtime hours, Monday through Friday, and the first 8 hours on Saturday. All other overtime is
paid at the Sunday/Holiday overtime rate.
CLASSIFICATIONS:
Group 1
ASNT Level II -1I1
DSA Masonry
DSA Shotcrete
Lead Inspector
NICET Level IV
Gro" 2
AWS-CWI
ICC Certified Structural Inspector
NICET Level III
Shear Wall/Floor System Inspector
Building/Construction Inspector
Group 3
Group 4
Soils/Asphalt
Employer Payments
Earthwork Grading
Straieht-Time
Overtime Hourly
Rate
CLASSIFICATION
Basic
Health
Pension
Vacation Training
Other
Hours
Total
Dailyb
Saturday
Sunday/
(JOURNEYPERSON)
Hourly
and
and
Payment
Hourly
Holiday
Rate
Welfare
Holiday
Rate
11/2X
11/2X
2X
Group 1
$37.93
9.77
5.67
2.65 0.28
0.00
8
56.30
75.265
75.265
94.23
Group 2
35.93
9.77
5.67
2.65 0.28
0.00
8
54.30
72.265
72.265
90.23
Group 3
29.79
9.77
5.67
2.65 0.28
0.00
8
48.16
63.055
63.055
77.95
Group 4
24.56
9.77
5.67
2.65 0.28
0.00
8
42.93
55.21
55.21
67.49
# Indicates an apprenticeable craft. Effective as of July 1, 2008, the issuance and publication of the prevailing wage apprentice
schedules/apprentice wage rates have been reassigned by the Department of Industrial Relations from the Division of Labor Statistics
and Research to the Division of Apprenticeship Standards. To obtain any apprentice schedules/apprentice wage rates, please contact the
Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at
http://www.dir.ca.P-Ov/das/das.html.
a Amount shall be paid for all hours worked up to 173 hours per month.
b Rate applies to the first 4 daily overtime hours, Monday through Friday, and the first 8 hours on Saturday. All other overtime is
paid at the Sunday/Holiday overtime rate.
CLASSIFICATIONS:
Group 1
ASNT Level II -1I1
DSA Masonry
DSA Shotcrete
Lead Inspector
NICET Level IV
Gro" 2
AWS-CWI
ICC Certified Structural Inspector
NICET Level III
Shear Wall/Floor System Inspector
Building/Construction Inspector
Group 3
Group 4
Soils/Asphalt
ACI
Earthwork Grading
ICC Fireproofing
Excavation and Backfill
NICET Level I
NICET Level II
Proofload Testing
Torque Testing
RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays
in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file
with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the
prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. Holiday provisions for current or superseded
determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774.
TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel
and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for current or superseded determinations
may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774.
54
GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS
PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1
FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS
CRAFT: #BUILDING/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER (SECOND SHIFT)
DETERMINATION: NC -63-3-9-2009-2
ISSUE DATE: August 22, 2009
EXPIRATION DATE OF DETERMINATION: June 30, 2010* * The rate to be paid for work performed after this date has been
determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now.
Contact the Division of Labor Statistics and Research for specific rates at (415) 703-4774.
LOCALITY: All localities within Alameda, Alpine, Amador, Butte, Calaveras, Colusa, Contra Costa, Del Norte, El Dorado,
Fresno, Glenn, Humboldt, Kings, Lake, Lassen, Madera, Marin, Mariposa, Mendocino, Merced, Modoc, Monterey, Napa, Nevada,
Placer, Plumas, Sacramento, San Benito, San Francisco, San Joaquin, San Mateo, Santa Clara, Santa Cruz, Shasta, Sierra, Siskiyou,
Solano, Sonoma, Stanislaus, Sutter, Tehama, Trinity, Tulare, Tuolumne, Yolo and Yuba counties.
# Indicates an apprenticeable craft. Effective as of July 1, 2008, the issuance and publication of the prevailing wage apprentice
schedules/apprentice wage rates have been reassigned by the Department of Industrial Relations from the Division of Labor Statistics
and Research to the Division of Apprenticeship Standards. To obtain any apprentice schedules/apprentice wage rates, please contact the
Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at
i7:; /F:%:'.%�:'.d:r.ca.gov/dac; das.l?treil.
a Amount shall be paid for all hours worked up to 173 hours per month.
b Rate applies to the first 4 daily overtime hours, Monday through Friday, and the first 8 hours on Saturday. All other overtime is
paid at the Sunday/Holiday overtime rate.
CLASSIFICATIONS:
Group 1
ASNT Level II-III
DSA Masonry
DSA Shotcrete
Lead Inspector
NICET Level IV
Group 2
AWS-CWI
ICC Certified Structural Inspector
NICET Level III
Shear Wall/Floor System Inspector
Building/Construction Inspector
Group 3
Group 4
Soils/Asphalt
Employer Payments
Earthwork Grading
Straight -Time
Overtime Hours
Rate
CLASSIFICATION
Basic
Health
Pension
Vacation Training
Other
Hours
Total
Dailyb
Saturday
Sunday/
(JOURNEYPERSON)
Hourly
and
and
Payment
Hourly
Holiday
Rate
Welfare
Holiday
Rate
11/2X
11/2X
2X
Group 1
$42.67
9.77
5.67
2.65 0.28
0.00
8
61.04
82.375
82.375
103.71
Group 2
40.42
9.77
5.67
2.65 0.28
0.00
8
58.79
79.00
79.00
99.21
Group 3
33.51
9.77
5.67
2.65 0.28
0.00
8
51.88
68.635
68.635
85.39
Group 4
27.63
9.77
5.67
2.65 0.28
0.00
8
46.00
59.815
59.815
73.63
# Indicates an apprenticeable craft. Effective as of July 1, 2008, the issuance and publication of the prevailing wage apprentice
schedules/apprentice wage rates have been reassigned by the Department of Industrial Relations from the Division of Labor Statistics
and Research to the Division of Apprenticeship Standards. To obtain any apprentice schedules/apprentice wage rates, please contact the
Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at
i7:; /F:%:'.%�:'.d:r.ca.gov/dac; das.l?treil.
a Amount shall be paid for all hours worked up to 173 hours per month.
b Rate applies to the first 4 daily overtime hours, Monday through Friday, and the first 8 hours on Saturday. All other overtime is
paid at the Sunday/Holiday overtime rate.
CLASSIFICATIONS:
Group 1
ASNT Level II-III
DSA Masonry
DSA Shotcrete
Lead Inspector
NICET Level IV
Group 2
AWS-CWI
ICC Certified Structural Inspector
NICET Level III
Shear Wall/Floor System Inspector
Building/Construction Inspector
Group 3
Group 4
Soils/Asphalt
ACI
Earthwork Grading
ICC Fireproofing
Excavation and Backfill
NICET Level I
NICET Level 1I
Proofload Testing
Torque Testing
RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays
in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file
with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the
prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. Holiday provisions for current or superseded
determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774.
TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel
and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for current or superseded determinations
may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774.
54A
STATE OF CALIFORNIA ARNOLD SCHWARZENEGGER.GOVERNOR
DEPARTMENT OF INDUSTRIAL RELATIONS
DIVISION OF LABOR STATISTICS & RESEARCH ADDRESS REPLY TO:
455 Golden Gate Avenue, 9"' Floor
San Francisco, CA 94102 P.O. Box 420603
San Francisco CA 94142-0603
PREDETERMINED INCREASES FOR
BUILDING/CONTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER
(NC -63-3-9-2009-2)
BUILDING/CONTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER
(SECOND SHIFT) (NC -63-3-9-2009-2)
IN
ALAMEDA, ALPINE, AMADOR, BUTTE, CALAVERAS, COLUSA, CONTRA COSTA, DEL NORTE, EL
DORADO, FRESNO, GLENN, HUMBOLDT, KINGS, LAKE, LASSEN, MADERA, MARIN, MARIPOSA,
MENDOCINO, MERCED, MODOC, MONTEREY, NAPA, NEVADA, PLACER, PLUMAS, SACRAMENTO,
SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ,
SHASTA, SIERRA, SISKIYOU, SOLANO, SONOMA, STANISLAUS, SUTTER, TEHAMA, TRINITY,
TULARE, TUOLUMNE, YOLO AND YUBA COUNTIES
This predetermined increases for the above named crafts applies only to the above -referenced determination for
work being performed on public works projects with bid advertisement dates on or after September 1, 2009 until
this determination is superseded by a new determination or a predetermined increase modification notice becomes
effective.
When referencing our prevailing wage determinations, please note that if the prevailing wage rate determination
which was in effect on the bid advertisement date of a project has a single asterisk (*) after the expiration date, the
rate will be good for the life of the project. However, if a prevailing wage rate determination has double asterisks
(**) after the expiration date, the rate must be updated on the following date to reflect the predetermined rate
change(s).
BUILDING/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER: All
Classifications (All Shifts
The above determinations are currently in effect and expire on June 30, 2010**.
Effective July 1, 2010, the $3.00 increase was allocated as follows: $1.42 to the Basic Hourly Rate, $0.95 to
Health and Welfare and $0.63 to Pension.
Effective July 1, 2011, there will be an increase of $0.06 to Other Payment and $3.00 to be allocated to wages
and/or fringe benefits.
There will be no further increases applicable to these determinations.
Issued 8/22/2009, Effective 9/1/2009 until superseded.
This page will be updated when wage rate breakdown information becomes available.
Last Updated: July 20, 2010
REQUISITION ORDER
INVOICE TO BE ""T TO:
CITY OF LODI
ORDER DATE 109/15/10
F.O.B./ SHIP NA FOB - Our Dock
Accounts Payable
PO Box 3008
SUPPLIER CONTACT
Lodi, CA 95241-1910
Durst Office Interiors
2750 Cherokee Rd C(07,v
Stockton CA 95205
SHIP TO
City of Lodi
Surface Water Treatment Facility
2001 West Turner Road
Lodi CA 95242
vendor# 1 24782 1 REQUESTOR Gary Wiman, Cons. Project Mgr. 209-333-6800 ext. 2054
iccount Numbers: 181011.18 2 5.2 3 0 0
DESCRIPTION
QUANTITY
1
UM
Page No.
Provide and instail office ur
Budget Division
APPROVED BY
09/28/10
Purchasing
Date
2 9 5- 0 0 0 OR
Purchase Order
PO Box 3006
selections
3
Lodi, CA 95241-1910
Fund
o be determined and approved
(209) 333-6778
0,,,,e.
SHIP TO
City of Lodi
Surface Water Treatment Facility
2001 West Turner Road
Lodi CA 95242
vendor# 1 24782 1 REQUESTOR Gary Wiman, Cons. Project Mgr. 209-333-6800 ext. 2054
iccount Numbers: 181011.18 2 5.2 3 0 0
DESCRIPTION
QUANTITY
UM UNIT PRICE
UM
TOTAL PRICE
Provide and instail office ur
iture per
APPROVED BY
DATE
he attached Furniture ProposaL
received
September 8, 2009. Final color
selections
o be determined and approved
by City of
Lodi.
New furniture, labor,
LS 47,839.9800
LS
47,839.9
delivery/installation
Insurance coverage required as
per
he attached "Instructions/Req
irements
For Insurance Coverage."
Delivery schedule to be coordi
ated with
he Surface Water Treatment Fa
ility
Project Construction Schedule.
TERMS
Net 30 Days
TAX RATE
SALES TAX
TOTAL AMOUNT OF ORDER
8.750
4186.00
52,025.9
APPROVED BY
DATE
❑ PLEASE SIGN& RETURN THE ATTACHED ACKNOWLEDGEMENT, (EritereCl By: PTUCKER )
IF THE ACKNOWLEDGEMENT REQUIRED BOX IS CHECKED. 067G>
CITY OF LODI
221 West Pine Street, P.O. Box 3006, Lodi, California, 95241-1910
INSTRUCTIONS/REQUIREMENTS FOR INSURANCE COVERAGE
All contractors/developers who have contracts or agreements with the City are required to carry general
liability/automobile insurance.
2. A duplicate or certificate of insurance shall be delivered to the City prior to starting any work on a project.
3. Each certificate shall contain satisfactory evidence that each carrier is required to give the City of Lodi
notice 30 days prior to the cancellation or reduction in coverage of any policy.
4. The insurance certificate must state, on its face or as an endorsement, a description of the project that it
is insuring.
5. All requirements herein provided shall appear either in the body of the insurance policies or as
endorsements, and shall specifically bind the insurance carrier.
6. The CITY OF LODI ITS ELECTED AND APPOINTED BOARDS, COMMISSIONS, OFFICERS,
AGENTS EMPLOYEES AND VOLUNTEERS must be named as additional insured as an endorsement
attached to the certificate of insurance. (THE CITY OF LODI, ITS ELECTED AND APPOINTED
BOARDS COMMISSIONS OFFICERS AGENTS, EMPLOYEES AND VOLUNTEERS MUST BE
NAMED THE ADDITIONAL INSURED.)
7. Both the street address and the post office box of the CITY OF LODI must be shown along with
Number 6 above: 221 West Pine Street, P.O. Box 3006, Lodi, California, 95241-1910.
8. In addition to the additional named insured endorsement on the policy of insurance, said insurance policy
shall be endorsed to include the following language:
"Such insurance as is afforded by the endorsement for the additional insureds shall apply as
primary insurance. Any other insurance maintained by the City of Lodi or its officers and
employees shall be excess only and not contributing with the coinsurance afforded by this
endorsement."
9. The minimum limits of such insurance shall be $1,000,000 Bodily Injury each occurrence/aggregate or
$2,000,000 combined single limit.
Automobile insurance $1,000,000:
Contractors must carry automobile insurance;
Developers must carry auto insurance only if their vehicles are used on site.
10. If the limits of coverage are not the amounts specified in Number 9 above, and/or if the City is not named
as an additional insured on the attachment to the certificate of insurance, and/or if the primary insurance
endorsement is not attached, the City will not accept the certificate and a corrected certificate must be
furnished to the City.
11. Contractor/Developer agrees and stipulates that any insurance coverage provided to the City of Lodi
shall provide for a claims period following termination of coverage which is at least consistent with the
claim period or statutes of limitations found in the California Tort Claims Act (California Government
Code Section 810 et seq.).
12. "Claims made" coverage requiring the insureds to give notice of any potential liability during a time period
shorter than that found in the Tort Claims Act shall be unacceptable.
13. No contract agreement will be signed nor will any work begin on a project until the proper insurance
certificate is received by the Public Works Department. Please be sure your insurance company
sends this certificate to the attention of the Public Works Department.
J:F0RMS:INSURANC_2.D0C Rev. 9/30/02
City of Lodi
Surface Water Treatment Facility
Lodi, CA 95240
Contact: Gary Wiman
Furniture Proposal
Prepared By:
DURST CONTRACT INTERIORS
3008 Cherokee Road
Stockton, CA 95205
Janet L. Davis, Project Manager/Sales
RECEIVED
SEP 0 8 2010
CITY OF LOOI
PUBLIC WORKS DEPARTMENT
14.
90W
Contract Interiors
DURSTOFFICE.COM
BILL TO:
CITY OF LODI
LODI, CA 95240
Adwess
3008 CHEROKEE ROAD
STOCKTON, CA 95205
Customer E-mail gwiman@lodi.gov
Customer Fax
Customer Phone 327-3848
0
Phone #
(209) 463-5734
P.O. No.
Terms Net 30
SHIP TO:
PROPOSAL / QUOTE
Fax # Quote #
(209) 463-4516 2010-865
SURFACE WATER TREATMENT FACILITY
LODI, CA 95240
PRICES LISTED ARE
GOOD FOR 30 DAYS.
Date 9/7/2010
Service Agreement?
Yes/No
Deposit? Yes/No
Public Instutution?
Yes/No
S/M: RECEPTION/RM #105
WUCA-3636-LT... HAWORTH - CORNER WORKSURFACE, 36" X 36"
WURA-2442-LT... HAWORTH - WORKSURFACE, RECTANGULAR, 24" X 42"
WURA-2496-LT... HAWORTH - WORKSURFACE, RECTANGULAR, 24"D X
96"W
JLPD-0236-SIA HAWORTH - XSERIES 2 -DRAWER LATERAL FILE, 36"W
JPAH-24-S1 HAWORTH - DRAWER PEDESTAL,BOX/BOX/FILE
N
133.65 133.65T
79.20 79.20T
166.65 166.65T
yubtotal 320.34 320.34T
200.64 200.64T
Sales Tax (8.75%)
Total
PLEASE SIGN PROPOSAL, SERVICE AGREEMENT AND ARE YOU READY FORM AND FAX BACK TO 209-463-4516. THANK YOU FOR
YOUR BUSINESS.
Page 1
Please note: delivery/installation/labor charges may vary
The first 2 weeks storage is free.
depending on site, install conditions & change orders.
)tem
Description
Qty
Rate
Total
S/M: LOBBY/RM #100
G711C
OS - MODULAR SINGLE GUEST CHAIR
6
165.00
990.00T
FABRIC: CHOICE OF GRADE B
WOOD FINISH: CHERRY
G2020C
OS - END TABLE, 20" X 20" X 20"H
3
86.00
258.00T
WOOD FINISH: CHERRY
S/M: PLANT SUPERVISOR/RM #104
OFABD7242LCR
MAY - BOWFRONT LAMINATE DESK SHELL; 72"W X
1
329.00
329.00T
42/36"D, CHERRY
OFAFBBF26LCR
MAY - DRAWER PEDESTAL, PENCIUBOX/BOX/FILE,
1
249.00
249.00T
CHERRY (TO BE INSTALLED IN DESK)
OFACB4224LCR
MAY - CONTOUR BRIDGE, 24" X 42"W, CHERRY
1
135.00
135.00T
OFACD7224LCR
MAY - CREDENZA SHELL, 72"W X 24"D, CHERRY
1
229.00
229.00T
OFAFF20LCR
MAY - DRAWER PEDESTAL, FILE/FILE (TO BE
1
209.00
209.00T
INSTALLED IN CREDENZA)
OFAB5S36LCR
MAY - 5 HIGH BOOKCASE, 15"D X 36"W, CHERRY
1
259.00
259.00T
OFAFLF36LCR
MAY - 2 -DRAWER LATERAL FILE, 36"W, CHERRY
1
389.00
389.00T
G711 C
OS - MODULAR SINGLE GUEST CHAIR
2
165.00
330.00T
FABRIC: CHOICE OF GRADE B
WOOD FINISH: CHERRY
1780 -M1 -A4
9-5 - EXECUTIVE HIGH BACK MULTI -FUNCTION CHAIR
1
299.00
299.00T
W/HEIGHT ADJUSTABLE ARMS
FABRIC: CHOICE OF GRADE B
S/M: RECEPTION/RM #105
WUCA-3636-LT... HAWORTH - CORNER WORKSURFACE, 36" X 36"
WURA-2442-LT... HAWORTH - WORKSURFACE, RECTANGULAR, 24" X 42"
WURA-2496-LT... HAWORTH - WORKSURFACE, RECTANGULAR, 24"D X
96"W
JLPD-0236-SIA HAWORTH - XSERIES 2 -DRAWER LATERAL FILE, 36"W
JPAH-24-S1 HAWORTH - DRAWER PEDESTAL,BOX/BOX/FILE
N
133.65 133.65T
79.20 79.20T
166.65 166.65T
yubtotal 320.34 320.34T
200.64 200.64T
Sales Tax (8.75%)
Total
PLEASE SIGN PROPOSAL, SERVICE AGREEMENT AND ARE YOU READY FORM AND FAX BACK TO 209-463-4516. THANK YOU FOR
YOUR BUSINESS.
Page 1
Public Instutution?
Customer E-mail gwiman@lodi.gov Yes/No
Customer Fax
Customer Phone 327-3848
JD PRICES LISTED ARE
GOOD FOR 30 DAYS.
Please note: delivery/installation/labor charges may vary
PROPOSAL/QUOTE
1AP Adan ess
Phone #
Fax # Quote #
9 3008 CHEROKEE ROAD
(209) 463-5734
(209) 463-4516 2010-865
Contract Interiors STOCKTON, CA 95205
HAWORTH - CANTILEVER BRACKET FOR
3
DURSTOFFICE.COM
P.O. No.
Date 9/7/2010
WORKSURFACE, PAIR
Terms Net 30
BILL TO:
SHIP TO:
Service Agreement?
CITY OF LODI
SURFACE WATER TREATMENT FACILITY Yes/No
LODI, CA 95240
LODI, CA 95240
WORKSURFACE
Deposit? Yes/No
Public Instutution?
Customer E-mail gwiman@lodi.gov Yes/No
Customer Fax
Customer Phone 327-3848
JD PRICES LISTED ARE
GOOD FOR 30 DAYS.
PROPOSED
DATE: 9-7-10 Sales Tax (8.75%)
ACCEPTED Y. DATE: Total
PLEASE SIGN PROPOSAL, SERVICE AGREEMENT AND ARE YOU READY FORM AND FAX BACK TO 209-463-4516. THANK YOU FOR
YOUR BUSINESS.
Page 2
Please note: delivery/installation/labor charges may vary
The first 2 weeks storage is free. depending
on site, install conditions & change orders.
Item
Description
Qty
Rate
Total
ZEBD-1600-PP
HAWORTH - CANTILEVER BRACKET FOR
3
26.40
79.20T
WORKSURFACE, PAIR
ZEBR-0000-PN
HAWORTH - BRACKET FOR REAR CORNER
1
4.95
4.95T
WORKSURFACE
WT -72
HAWORTH - WALL TRACK, 72"
3
42.24
126.72T
1760 -M1 -A4
9-5 - MULTI -FUNCTION TASK CHAIR WITH ADJUSTABLE
1
282.00
282.00T
HEIGHT ARMS
FABRIC: CHOICE OF GRADE B
BREAKROOM/RM #106
OFCA36SLB
MAY - BISTRO TABLE, 36"X36" SQUARE, W/4 -PRONG
4
179.00
716.00T
BASE
OF2100
KFI - POLYPROPYLENE SLED BASE STACK CHAIR
16
65.00
1,040.00T
CHOICE OF: BLACK, BURGUNDY OR NAVY
FRAME: CHROME
CONFERENCE/TRAINING - RM #109
OFPRS6024T
MAY - T -MATE RECTANGULAR TABLES, 24" X 60"
8
239.00
1,912.00T
CHOICE OF: FOLKSTONE GREY OR MAHOGANY
OF1315
9-5 - SEMINAR CHAIR ON CASTERS, ARMLESS
16
129.00
2,064.00T
FABRIC: CHOICE OF BLACK, BURGUNDY, CHAMPAGNE,
COAL, FERN, DARK BLUE, GRAY, LEAD, PEACOCK OR
PLUM
FRAME: CHOICE OF BLACK OR SILVER
BLACK FLEX BACK
OF1015HCANT...
MAY - HOSPITALITY CONFERENCE CART, 36"W X 22"D X
1
389.00
389.00T
43"H
COLOR: ANTHRACITE W/BLACK STEEL FRAME
OFFICE/RM #111
JFVL-3072
HAW - D -SHAPED SURFACE W/SUPPORT LEG & END
gubtotal
377.34
377.34T
PANEL
PROPOSED
DATE: 9-7-10 Sales Tax (8.75%)
ACCEPTED Y. DATE: Total
PLEASE SIGN PROPOSAL, SERVICE AGREEMENT AND ARE YOU READY FORM AND FAX BACK TO 209-463-4516. THANK YOU FOR
YOUR BUSINESS.
Page 2
'P_t
it4p
Contract Interiors
DURSTOFFICE.COM
BILL TO:
CITY OF LODI
LODI, CA 95240
Adui ess
3008 CHEROKEE ROAD
STOCKTON, CA 95205
Customer E-mail gwiman@lodi.gov
Customer Fax
Customer Phone 327-3848
Doi
PROPOSAL / QUOTE
Phone # Fax # Quote #
(209) 463-5734 (209) 463-4516 2010-865
P.O. No. Date 9/7/2010
Terms Net 30
SHIP TO: Service Agreement?
SURFACE WATER TREATMENT FACILITY Yes/No
LODI, CA 95240
Deposit? Yes/No
PRICES LISTED ARE
GOOD FOR 30 DAYS.
Public Instutution?
Yes/No
Please note: delivery/installation/labor charges may vary
The first 2 weeks storage is free.
depending on site, install
conditions & change orders.
Item
Description
Qty
Rate
Total
JFBL-2442-1
HAW - X SERI ES,BRIDGE,24X42, LAMINATE,1/3
1
187.72
187.72T
MODESTY
JFDL-2472-JLS11
HAW - CREDENZA W/FF ON LEFT, 72"X24"
1
594.32
594.32T
JPMH-24-S1
HAW - MOBILE PED, BBF
1
247.00
247.00T
JTHJ-5124-SSlR
HAW - PERSONAL STORAGE/FILENALET COMBINATION
1
830.68
830.68T
UNIT
JFUS-3372
HAW - VERTICAL STORAGE UNIT 33" X 72" W/
1
753.54
753.54T
TACKBOARD
1780_Mi-Aa,
9-5 - EXECUTIVE HIGH BACK MULTI -FUNCTION CHAIR
1
299.00
299.00T
W/HEIGHT ADJUSTABLE ARMS
FABRIC: CHOICE OF GRADE B
OPEN OFFICE/RM #121
EFN-462-B
HAWORTH - FABRIC PANEL, N/P, 48"W X 62"H
2
337.92
675.84T
EFN-562-B
HAWORTH - FABRIC PANEL, N/P, 60"W X 62"H
2
394.02
788.04T
EFN-262-B
HAWORTH - FABRIC PANEL, N/P, 24"W X 62"H
4
248.49
993.96T
FPFC-62-B
HAWORTH - CORNER FABRIC FINISH POST, 62"
2
29.37
58.74T
WMK-62
HAWORTH - WALL MOUNT KIT, 62"H
4
34.98
139.92T
EFN-354-B
HAWORTH - FABRIC PANEL, N/P, 36"W X 54"H
2
295.02
590.04T
EFN-342-B
HAWORTH - FABRIC PANEL, N/P, 36"W X 42"H
2
265.32
530.64T
WT -72
HAWORTH - WALL TRACK, 72"
9
42.24
380.16T
WURA-24A8-LT...
HAWORTH - WORKSURFACE, RECTANGULAR, 108"W X 2
184.80
369.60T
24"D
WURA-2454-LT...
HAWORTH - WORKSURFACE, RECTANGULAR, 54"W X
4
104.94
419.76T
24"D
WURA-2496-LT...
HAWORTH - WORKSURFACE, RECTANGULAR, 96"W X
2
166.65
333.30T
24"D
WURA-2490-LT...
HAWORTH - WORKSURFACE, RECTANGULAR, 90"W X
1
162.69
162.69T
24"D
ZEBD-1600-PP
HAWORTH - CANTILEVER BRACKET FOR
9
26.40
237.60T
WORKSURFACE, 1 PAIR
Subtotal
G/C'Z' �//
Sales Tax (8.75%)
9-7-10
PROPOSED BY:
DATE:
Total
ACCEPTED B
DATE:
PLEASE SIGN PROPOSAL, SERVICE AGREEMENT AND ARE YOU READY FORM AND FAX BACK TO 209-463-4516. THANK YOU FOR
YOUR BUSINESS.
Page 3
PROPOSAL/QUOTE
Adoiess Phone # Fax # QuoteVAP #,
3008 CHEROKEE ROAD (209) 463-5734 (209) 4634516 2010-865
Contract Interiors STOCKTON, CA 95205
DURSTOFFICE.COM P.O. No. Date 9/7/2010
Terms Net 30
BILL TO: SHIP TO: Service Agreement?
CITY OF LODI SURFACE WATER TREATMENT FACILITY Yes/No
LODI, CA 95240 LODI, CA 95240
Deposit? Yes/No
Public Instutution?
Customer E-mail gwiman@lodi.gov Yes/No
Customer Fax
Customer Phone 327-3848
JD PRICES LISTED ARE
GOOD FOR 30 DAYS.
OPERATIONS/RM #124 (FIXED HEIGHT WORKSTATIONS)
EFN-262-B HAWORTH - FABRIC PANEL, N/P, 24"W X 62"H 248.49 496.98T
EFN-562-B HAWORTH - FABRIC PANEL, N/P, 60"W X 62"H ubtotal 394.02 1,576.08T
Sales Tax (8.75%)
PROPOSED B DATE: %/o
ACCEPTED Y: DATE: Total
PLEASE SIGN PROPOSAL, SERVICE AGREEMENT AND ARE YOU READY FORM AND FAX BACK TO 209463-4516. THANK YOU FOR
YOUR BUSINESS.
Page 4
Please note: delivery/installation/labor charges may vary
The first 2 weeks storage is free. depending on site, install conditions & change orders.
Item
Description
Qty
Rate `
Total
UEFS-1654-PML
HAWORTH - ADAPTABLE UPPER STORAGE, UNIGROUP,
5
211.86
1,059.30T
FLIPPER DOOR, 54"
LUTS-0042-16U...
HAWORTH - ADAPTABLE TASK LIGHT, PRISMATIC LENS
5
63.36
316.80T
HTB -5416
HAWORTH - TACKBOARD, 54" X 16"
5
79.20
396.00T
JPAH-24-S1
HAWORTH, PED, 6/6/12
5
200.64
1,003.20T
JPAJ-24-S1
HAWORTH, PED, 12/12
5
188.48
942.40T
1780 -M1 -A4
9-5 - EXECUTIVE HIGH BACK MULTI -FUNCTION CHAIR
5
299.00
1,495.00T
W/HEIGHT ADJUSTABLE ARMS
FABRIC: CHOICE OF GRADE R
OPERATIONS/RM #124 (ADJUSTABLE HEIGHT
WORKSTATIONS)
24606ONHB
RA - ELECTRIC HEIGHT ADJUSTABLE TABLE BASE
2
1,457.00
2,914.00T
WUCE-6066-LT...
HAWORTH - CORNER WRAP AROUND WORKSURFACE,
1
261.03
261.03T
EXTENDED, 60" X 66" X 24"D, RIGHT
WUCE-6066-LT...
HAWORTH - CORNER WRAP AROUND WORKSURFACE,
1
261.03
261.03T
EXTENDED, 60'X 66" X 24"D, LEFT
WURA-2436-LT...
HAWORTH - RECTANGULAR WORKSURFACE, 24"D X
2
71.94
143.88T
36"W
JCPT-0230-S1A
HAWORTH - 2 -HIGH COMBO FILE,
1
477.66
477.66T
FILE/BOX/BOX/LATERAL, LOCKING
JCPR-0230-S1A
HAWORTH - 2 -HIGH COMBO FILE,
1
477.66
477.66T
BOX/BOX/FILE/LATERAL, LOCKING
JSHA-1
HAWORTH - WORKSURFACE HEIGHT ADJUSTMENT KIT
2
9.12
18.24T
FOR ATTACHED COMBO FILE
1768-P1
9-5 - ERGONOMIC STOOL WITH FOOTRING, ARMLESS
2
260.00
520.00T
RANGE: 18.5" - 27"
FABRIC: CHOICE OF GRADE B
OPERATIONS/RM #124 (FIXED HEIGHT WORKSTATIONS)
EFN-262-B HAWORTH - FABRIC PANEL, N/P, 24"W X 62"H 248.49 496.98T
EFN-562-B HAWORTH - FABRIC PANEL, N/P, 60"W X 62"H ubtotal 394.02 1,576.08T
Sales Tax (8.75%)
PROPOSED B DATE: %/o
ACCEPTED Y: DATE: Total
PLEASE SIGN PROPOSAL, SERVICE AGREEMENT AND ARE YOU READY FORM AND FAX BACK TO 209463-4516. THANK YOU FOR
YOUR BUSINESS.
Page 4
9 -t
AP
Contract Interiors
DURSTOFFICE.COM
BILL TO:
CITY OF LODI
LODI, CA 95240
Adnre"ss
3008 CHEROKEE ROAD
STOCKTON, CA 95205
Customer E-mail gwiman@lodi.gov
Customer Fax
Customer Phone 327-3848
87
Phone # Fax #
(209) 463-5734 (209) 463-4516
P.O. No.
Terms Net 30
SHIP TO:
PROPOSAL / QUOTE
Quote #
2010-865
SURFACE WATER TREATMENT FACILITY
LODI, CA 95240
PRICES LISTED ARE
GOOD FOR 30 DAYS.
Date 9/7/2010
Service Agreement?
Yes/No
Deposit? Yes/No
Public Instutution?
Yes/No
PLEASE SIGN PROPOSAL, SERVICE AGREEMENT AND ARE YOU READY FORM AND FAX BACK TO 209-463-4516. THANK YOU FOR
YOUR BUSINESS.
Page 5
Please note: delivery/installation/labor charges may vary
The first 2 weeks storage is free. depending on site, install conditions & change orders.
Item
Description
Qty
Rate
Total
EFN-4254-B
HAWORTH - FABRIC PANEL, N/P, 42"W X 54"H
1
318.78
318.78T
EFN-542-B
HAWORTH - FABRIC PANEL, N/P, 60"W X 42"H
1
339.90
339.90T
WMK-62
HAWORTH - WALL MOUNT KIT, 62"H
2
34.98
69.96T
FPFC-62-B
HAWORTH - CORNER FABRIC FINISH POST, 62"
2
29.37
58.74T
WMK-54
HAWORTH - WALL MOUNT KIT, 54"H
1
30.36
30.36T
WT -72
HAWORTH - WALL TRACK, 72"
4
42.24
168.96T
WUCN-4242-LT...
HAWORTH - CORNER WORKSURFACE, 42"W/42" X 24"
2
143.22
286.44T
WURA-2454-LT...
HAWORTH - RECT WORKSURFACE, 24"D X 54"W
2
104.94
209.88T
.An 1 A -246n LT
vvv v- ...
HAVVIORTH RECT WORKSURCeCE 2""^ Y 6w,
. Ire r .. - a- v� w�, -r v i� v
2
116.16
232.32T
WUDC-5030-LT...
HAWORTH - CONFERENCE END WORKSURFACE, 50"W
1
163.35
163.35T
X 30"D
WUCL-0001
HAWORTH - UNIVERSAL STRAIGHT LEG BASIC
1
34.65
34.65T
ZUBF-0000-PN
HAWORTH - FLUSH MOUNT PLATE
2
6.60
13.20T
ZEBD-1600-PP
HAWORTH - CANTILEVER BRACKET FOR
5
26.40
132.00T
WORKSURFACE, 1 PAIR
ZEBR-0000-PN
HAWORTH - CORNER WORKSURFACE REAR BRACKET
2
4.95
9.90T
UEFS-1654-PML
HAWORTH - ADAPTABLE UPPER STORAGE, UNIGROUP,
2
211.86
423.72T
FLIPPER DOOR, 54"
JPAH-24-S1
HAWORTH - PEDESTAL, BOX/BOX/FILE
2
200.64
401.28T
JPAJ-24-S1
HAWORTH - PEDESTAL, FILE/FILE
2
188.48
376.96T
1780 -M1 -A4
9-5 - EXECUTIVE HIGH BACK MULTI -FUNCTION CHAIR
2
299.00
598.00T
W/HEIGHT ADJUSTABLE ARMS
FABRIC: CHOICE OF GRADE B
PLEASE SIGN PROPOSAL, SERVICE AGREEMENT AND ARE YOU READY FORM AND FAX BACK TO 209-463-4516. THANK YOU FOR
YOUR BUSINESS.
Page 5
S/M: WORKSHOP/#205
JFDL-3072-HRS...
HAW - DESK W/BBF ON RIGHT, 30"X72", 3/4 MODESTY
1
681.72
681.72T
JFRL-2448-JLS12
HAW - LEFT RETURN W/FF, 24"X48", 3/4 MOD
1
448.78
448.78T
JFUS-3372
HAW - VERTICAL STORAGE UNIT 33" X 72" W/
1
753.54
753.54T
TACKBOARD
KH580
OS - DURABLE TASK CHAIR
1
165.00
165.00T
S/M: OUTDOOR SEATING
Subtotal
Sales Tax (8.75%)
PROPOSED 13
DATE: /Q' 7-10
Total
ACCEPTED Y:
DATE:
PLEASE SIGN PROPOSAL, SERVICE AGREEMENT AND ARE YOU READY FORM AND FAX BACK TO 209-463-4516. THANK YOU FOR
YOUR BUSINESS.
Page 5
Deposit? Yes/No
Public Instutution?
Customer E-mail gwiman@lodi.gov Yes/No
Customer Fax
Customer Phone 327-3848
,D PRICES LISTED ARE
GOOD FOR 30 DAYS.
PROPOSAL/QUOTE
The first 2 weeks storage is free.
Phone, . ;
;Fax
3008 CHEROKEE ROAD
(209) 463-5734
(209) 463-4516 2010-865
Contract Interiors STOCKTON, CA 95205
P8D
SA - 8 -FT ALUMINUM PIKNIK TABLE WITH ATTACHED
DURSTOFFICE.COM
P.O. No.
Date 9/7/2010
Terms Net 30
BILL TO:
SHIP TO:
Service Agreement?
CITY OF LODI
SURFACE WATER TREATMENT FACILITY Yes/No
LODI, CA 95240
LODI, CA 95240
Deposit? Yes/No
Public Instutution?
Customer E-mail gwiman@lodi.gov Yes/No
Customer Fax
Customer Phone 327-3848
,D PRICES LISTED ARE
GOOD FOR 30 DAYS.
Subtotal $47,839.98
7 Sales Tax (8.75%) $4,186.00
PROPOSED BY: DATE: 9- 7-/d
ACCEPTED
DATE:
Total $52,025.98
PLEASE SIGN PROPOSAL, SERVICE AGREEMENT AND ARE YOU READY FORM AND FAX BACK TO 209-463-4516. THANK YOU FOR
YOUR BUSINESS.
Page 6
Please note: delivery/installation/labor charges may vary
The first 2 weeks storage is free.
depending on site, install conditions & change orders.
tfem
Descnptton
Qty.
Rate
Total.
P8D
SA - 8 -FT ALUMINUM PIKNIK TABLE WITH ATTACHED
1
650.00
650.00T
BENCHES
TABLE & BENCH TOP COLOR: CHOICE OF SILVER
ANODIZED, WALNUT, VERDE GREEN, DESERT TAN,
ROYAL BLUE, EMERALD GREEN, SALT/PEPPER, BRITE
RED, MARIGOLD YELLOW, SUNSET ORANGE
LEG COLOR: UTILITY GRAY
PA -CONCRETE
SA - CONCRETE ANCHOR
1
21.00
21.00T
LABOR
LABOR TO ANCHOR TABLE/BENCHES
1
110.00
110.00T
DELIVERY/INST...
DELIVERY/INSTALL
1
4,100.00
4,100.00T
SMI: CONSTRUCTION TRAILER (DELIVER EARLY)
JFDL-3072-HRS...
HAW - DESK W/BBF ON RIGHT, 30"X72", 3/4 MODESTY
1
681.72
681.72T
JFRL-2448-JLS12
HAW - LEFT RETURN W/FF, 24"X48", 3/4 MOD
1
448.78
448.78T
JFUS-3372
HAW - VERTICAL STORAGE UNIT 33" X 72" W/
1
753.54
753.54T
TACKBOARD
JLPD-0436-S1
HAW - LATERAL FILE, 4 -DRAWER, 36"W
4
551.00
2,204.00T
1780 -M1 -A4
9-5 - EXECUTIVE HIGH BACK MULTI -FUNCTION CHAIR
1
299.00
299.00T
W/HEIGHT ADJUSTABLE ARMS
DELIVERY/INST...
DELIVERY/INSTALL (DELIVER TO CONSTRUCTION
1
135.00
135.00T -
TRAILER)
Subtotal $47,839.98
7 Sales Tax (8.75%) $4,186.00
PROPOSED BY: DATE: 9- 7-/d
ACCEPTED
DATE:
Total $52,025.98
PLEASE SIGN PROPOSAL, SERVICE AGREEMENT AND ARE YOU READY FORM AND FAX BACK TO 209-463-4516. THANK YOU FOR
YOUR BUSINESS.
Page 6
CITY OF LODI - SURFACE WATER TREATMENT FACILITY
LOBBY FURNITURE - ROOM #100
ENQ TABLE MDDEL"#G202QC
CHERRYFINISH
GllESfCHAIRMQ -L, 711C
�CFIERRY1iAME
CHDiC#LJf�RADE) Ri(x
CITY OF LODI - SURFACE WATER TREATMENT FACILITY
PLANT SUPERVISOR - ROOM #104
CITY OF LODI - SURFACE WATER TREATMENT FACILITY
CLERICAL WORKSTATION - ROOM #105
HAWORTH - UNIGROUP WALL MOUNTED
COMPONENTS (ABOVE PICTURED WITH PANELS)
CITY OF LODI - SURFACE WATER TREATMENT FACILITY
LUNCH ROOM #106
MAYLINE - BISTRO 36" SQUARE TABLE
MODEL #OFCA365LB
LAMINATETOP: CHOICE OF ANTHRACITE,
FOLKSTONE OR REGAL MAHOGANY.
BASE: BLACK
MODEL#2100- POLYSTACK CHAIR
AVAILABLE COLORS: BURGUNDY, NAVY OR BLACK
CHROME FRAME
CITY OF LODI - SURFACE WATER TREATMENT FACILITY
CONFERENCE/TRAINING ROOM - ROOM #109
Y
AR
MAYLINE RECTANGULARTRAINING TABLES
MODELltO0PR56024T
LAMINATE: CHOICE OF MAHOGANY OR
FOLKSTONE GRAY 24" X 60" WITH T -BASE LEGS
CITY OF LODI - SURFACE WATER TREATMENT FACILITY
OFFICE - ROOM #111
HAWORTH - X -SERIES
FREESTANDING DESK &
COMPONENTS
(To Match Furnishings in Room
#105)
City of Lodi - Surface Water Treatment Facility
Open Office - Rm #121
HAWORTH - UNIGROUP WALL MOUNTED
PANELS AND COMPONENTS (To Match
Furnishings in Room #105)
City of Lodi - Surface Water Treatment Facility
Operations - Rm #124
Adjustable Height Workstations
Adjustable Height
(Electric)
3,_
Right Angle - Electric Height Adjustable Base
Model #246060NHB
Height Adjustability with the Gentle Push of a Button
Large 20" Adjustment Range
Adjusts from 27"-47" in 14 Seconds or 1.5" per
Second
Sleek and Modern Design with no Bulky Control Unit
T Mold Edging
Huge lift Capacity of 300 lbs.
Steel base with cavity legs for vertical cord
management.
Silver or Black Base
NOTE: To be used with Haworth Worksurfaces
(To Match Furnishings in Room #105)
City of Lodi - Surface Water Treatment Facility
Operations - Rm #124
Standard Haworth Unigroup Workstations
HAWORTH UNIGROUP WALL MOUNTED WORKSTATIONS
PANELS TO DIVIDE SPACE
(To match furnishings in Room #105)
City of Lodi - Surface Water Treatment Facility
Workshop - Room #205
HAWORTH - X -SERIES
? Freestanding L --Desk
30"x72"Desk; 24"x48" Right Return
and 72"Overhead Storage Hutch w/Doors
(To match furnishings In room #105)
KH580
Ergonomic Self Skinned
Urethane Chair with Seat tilt
and Back Angle Adjustment
Room 205
City of Lodi - Surface Water Treatment Facility
Outdoor Seating
City of Lodi - Surface Water Treatment Facility
Construction Trailer - Gary Wiman
HAWORTH - X -SERIES
Freestanding L:Desk
30"02 Desk; 24"x48" Right Retum
and 72" Overhead Storage Hutch w/doors
HAWORTH -X-SI
4 -Drawer Lateral Fib
Locking
TWO
ELC:C ,Iv
Agt&O r
AD�us'�igt.8
STATrprls
11, OFFic.E
M�I I:
1 i ,I 111
COhI ROD M
IL
i
oPFrL� ;yi
IO�i iil
REC si I L... If
6REAK ROOM '�: IT
'i
I
AGREEMENT FOR CONSULTING SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on , by and between the
CITY OF LODI, a municipal corporation (hereinafter "CITY"), and HDR ENGINEERING,
INC. (hereinafter "CONSULTANT").
Section 1.2 Purpose
CITY selected the CONSULANT to provide the Construction Administration
services required in accordance with attached scope of services, Exhibit A.
CITY wishes to enter into an agreement with CONSULTANT for ENGINEERING
SERVICES DURING CONSTRUCTION FOR THE SURFACE WATER TREATMENT
FACILITY project (hereinafter "Project") as set forth in the Scope of Services attached
here as Exhibit A.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONSULTANT, for the benefit and at the direction of CITY, shall perform the
scope of services as set forth in Exhibit A, attached and incorporated by this reference.
Section 2.2 Time For Commencement and Completion of Work
CONSULTANT shall commence work within ten (10) days of executing this
Agreement, and complete work under this Agreement based on the Project Construction
Schedule.
CONSULTANT shall not be responsible for delays caused by the failure of CITY
staff or agents to provide required data or review documents within the appropriate time
frames. The review time by CITY and any other agencies involved in the project shall
not be counted against CONSULTANT's contract performance period. Also, any delays
due to weather, vandalism, acts of God, etc., shall not be counted. CONSULTANT shall
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
K:\WP\PROJECTS\WATER\SurfaceWaterPiant\SWTF HDR CA Services Contract.doc 1
Section 2.3 Meetings
CONSULTANT shall attend Weekly Project meetings as indicated in the Scope
of Services, Exhibit A, or as requested by the Owner.
Section 2.4 Staffing
CONSULTANT acknowledges that CITY has relied on CONSULTANT's
capabilities and on the qualifications of CONSULTANT's principals and staff as identified
in its proposal to CITY. The scope of services shall be performed by CONSULTANT,
unless agreed to otherwise by CITY in writing. CITY shall be notified by CONSULTANT
of any change of Project Manager and CITY is granted the right of approval of all
original, additional and replacement personnel in CITY's sole discretion and shall be
notified by CONSULTANT of any changes of CONSULTANT's project staff prior to any
change.
CONSULTANT represents that it is prepared to and can perform all services
within the scope of services specified in Exhibit A. CONSULTANT represents that it has,
or will have at the time this Agreement is executed, all licenses, permits, qualifications,
insurance and approvals of whatsoever nature are legally required for CONSULTANT to
practice its profession, and that CONSULTANT shall, at its own cost and expense, keep
in effect during the life of this Agreement all such licenses, permits, qualifications,
insurance and approvals.
Section 2.5 Subcontracts
CITY acknowledges that CONSULTANT may subcontract certain portions of the
scope of services to subconsultants as specified and identified in Exhibit A. Should any
subconsultants be replaced or added after CITY's approval, CITY shall be notified within
ten (10) days and said subconsultants shall be subject to CITY's approval prior to
initiating any work on the Project. CONSULTANT shall remain fully responsible for the
complete and full performance of said services and shall pay all such subconsultants.
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONSULTANT's compensation for all work under this Agreement shall conform
to and shall not exceed the provisions of Fee Proposal, attached as Exhibit B.
CONSULTANT shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
K:\WP\PROJECTS\WATER\SurfaceWaterPlant\SWTF HDR CA Services Contract.doc 2
Section 3.2 Method of Payment
CONSULTANT shall submit invoices for completed work on a monthly basis,
providing, without limitation, details as to amount of hours, individual performing said
work, hourly rate, and indicating to what aspect of the scope of services said work is
attributable.
Section 3.3 Costs
The fees shown on Exhibit B include all reimbursable costs required for the
performance of the individual work tasks by CONSULTANT and/or subconsultant and
references to reimbursable costs located on any fee schedules shall not apply. Payment
of additional reimbursable costs shall be approved in writing by CITY.
CONSULTANT charge rates are attached and incorporated with Exhibit C. The
charge rates for CONSULTANT shall remain in effect and unchanged for the duration of
the Project unless approved by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONSULTANT
to CITY for services under this Agreement. Upon request, CONSULTANT agrees to
furnish CITY, or a designated representative, with necessary information and assistance.
CONSULTANT agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONSULTANT agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONSULTANT further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONSULTANT shall not
discriminate in the employment of its employees or in the engagement of any
subconsultants on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
K:\WP\PROJECTS\WATER\SurfaceWaterPiant\SWTF HDR CA Services Contract.doc 3
Section 4.2 Responsibility for Damage
CONSULTANT shall indemnify and save harmless the City of Lodi, the City
Council, elected and appointed Boards, Commissions, all officers and employees or
agent from any suits, claims or actions brought by any person or persons for or on
account of any injuries or damages sustained or arising from the services performed in
this Agreement but only to the extent caused by the negligent acts, errors or omissions
of the consultant and except those injuries or damages arising out of the active
negligence of the City of Lodi or its agents, officers or agents.
Section 4.3 No Personal Liability
Neither the City Council, the City Engineer, nor any other officer or authorized
assistant or agent or employee shall be personally responsible for any liability arising
under this Agreement.
Section 4.4 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work prior to final acceptance, except as expressly provided herein.
Section 4.5 Insurance Requirements for CONSULTANT
CONSULTANT shall take out and maintain during the life of this Agreement,
insurance coverage as listed below. These insurance policies shall protect
CONSULTANT and any subcontractor performing work covered by this Agreement from
claims for damages for personal injury, including accidental death, as well as from
claims for property damages, which may arise from CONSULTANT'S operations under
this Agreement, whether such operations be by CONSULTANT or by any subcontractor
or by anyone directly or indirectly employed by either of them, and the amount of such
insurance shall be as follows:
1. COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Bodily Injury -
Ea. Occurrence/Aggregate
$1,000,000 Property Damage -
Ea. Occurrence/Aggregate
or
$1,000,000 Combined Single Limits
2. COMPREHENSIVE AUTOMOBILE LIABILITY
K:\WP\PROJECTS\WATER\SurfaceWaterPlant\SWTF HDR CA Services Contract.doc 4
$1,000,000 Bodily Injury - Ea. Person
$1,000,000 Bodily Injury - Ea. Occurrence
$1,000,000 Property Damage - Ea. Occurrence
M
$1,000,000 Combined Single Limits
NOTE: CONSULTANT agrees and stipulates that any insurance coverage
provided to CITY shall provide for a claims period following termination of coverage.
A copy of the certificate of insurance with the following endorsements shall be
furnished to CITY:
(a) Additional Named Insured Endorsement
Such insurance as is afforded by this policy shall also apply to the City of Lodi, its
elected and appointed Boards, Commissions, Officers, Agents and Employees as
additional named insureds insofar as work performed by the insured under written
Agreement with CITY. (This endorsement shall be on a form furnished to CITY and
shall be included with CONSULTANT'S policies.)
(b) Primary Insurance Endorsement
Such insurance as is afforded by the endorsement for the Additional Insureds shall
apply as primary insurance. Any other insurance maintained by the City of Lodi or
its officers and employees shall be excess only and not contributing with the
insurance afforded by this endorsement.
(c) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of
more than one insured shall not operate to increase the limit of the company's
liability.
(d) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled by the company without 30 days' prior written
notice of such cancellation to the City Attorney, City of Lodi, P.O. Box 3006, Lodi,
CA 95241.
(e) CONSULTANT agrees and stipulates that any insurance coverage provided to
CITY shall provide for a claims period following termination of coverage which is at
least consistent with the claims period or statutes of limitations found in the
California Tort Claims Act (California Government Code Section 810 et seq.).
"Claims made" coverage requiring the insureds to give notice of any potential
K:\WP\PROJECTS\WATER\SurfaceWaterPlant\SWTF HDR CA Services Contract.doc 5
liability during a time period shorter than that found in the Tort Claims Act shall be
unacceptable.
Section 4.6 Worker's Compensation Insurance
CONSULTANT shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of CONSULTANT'S employees employed at
the site of the project and, if any work is sublet, CONSULTANT shall require the
subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's
employees unless such employees are covered by the protection afforded by the
CONSULTANT. In case any class of employees engaged in hazardous work under this
Agreement at the site of the project is not protected under the Worker's Compensation
Statute, CONSULTANT shall provide and shall cause each subcontractor to provide
insurance for the protection of said employees. This policy may not be canceled nor the
coverage reduced by the company without 30 days' prior written notice of such
cancellation or reduction in coverage to the City Attorney, City of Lodi, P.O. Box 3006,
Lodi, CA, 95241.
Section 4.7 Attorney's Pees
In the event any dispute between the parties arises under or regarding this
Agreement, the prevailing party in any litigation of the dispute shall be entitled to
reasonable attorney's fees from the party who does not prevail as determined by the
court.
K:\WP\PROJECTS\WATER\SurfaceWaterPlant\SWTF HDR CA Services Contract.doc 6
Section 4.8 Successors and Assigns
CITY and CONSULTANT each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONSULTANT shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.9 Notices
Any notice required to be given by the terms of this Agreement shall be deemed
to have been given when the same is personally served or sent by certified mail or
express or overnight delivery, postage prepaid, addressed to the respective parties as
follows:
To CITY: City of Lodi
F. Wally Sandelin, Public Works Director
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
To CONSULTANT: HDR Engineering, Inc.
Timothy R. Fleming, Senior Vice President
2365 Iron Point Road, Suite 300
Folsom, CA 95630
Section 4.10 Cooperation of CITY
CITY shall cooperate fully in a timely manner in providing relevant information
that it has at its disposal.
Section 4.11 CONSULTANT is Not an Employee of CITY
It is understood that CONSULTANT is not acting hereunder in any manner as an
employee of CITY, but solely under this Agreement as an independent contractor.
Section 4.12 Termination
CITY may terminate this Agreement by giving CONSULTANT at least ten (10)
days written notice. Where phases are anticipated within the Scope of Services, at
which an intermediate decision is required concerning whether to proceed further, CITY
may terminate at the conclusion of any such phase. Upon termination, CONSULTANT
shall be entitled to payment as set forth in the attached Exhibit A to the extent that the
work has been performed. Upon termination, CONSULTANT shall immediately suspend
all work on the Project and deliver any documents or work in progress to CITY.
However, CITY shall assume no liability for costs, expenses or lost profits resulting from
K:\WP\PROJECTS\WATER\SurfaceWaterPlant\SWTF HDR CA Services Contract.doc 7
services not completed or for contracts entered into by CONSULTANT with third parties
in reliance upon this Agreement.
Section 4.13 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.14 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent.
Section 4.15 Integration and Modification
This Agreement represents the entire integrated Agreement between
CONSULTANT and CITY; supersedes all prior negotiations, representations, or
Agreements, whether written or oral, between the parties; and may be amended only be
written instrument signed by CONSULTANT and CITY.
Section 4.16 Applicable Law and Venue
This Agreement shall be governed by the laws of the State of California. Venue
for any court proceeding brought under this Agreement will be with the San Joaquin
County Superior Court.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer tapes or cards,
or other material documents or data, and working papers, whether or not in final form,
which have been obtained or prepared for this project, shall be deemed the property of
CITY. Upon CITY's request, CONSULTANT shall allow CITY to inspect all such
documents during regular business hours. Upon termination or completion, all
information collected, work product and documents shall be delivered by CONSULTANT
to CITY within ten (10) days.
K:\WP\PROJECTS\WATER\SUrfaceWaterPlant\SWTF HDR CA Services Contract.doc 8
CITY agrees to indemnify, defend and hold CONSULTANT harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were prepared.
IN WITNESS WHEREOF, CITY and CONSULTANT have executed this
Agreement as of the date first above written.
ATTEST:
By
RANDIJOHL
CITY CLERK
APPROVED AS TO FORM:
Dated:
CITY OF LODI, a municipal corporation
21
KONRADT BARTLAM
INTERIM CITY MANAGER
HDR, Inc.
By By:
D. STEPHEN SCHWABAUER
CITY ATTORNEY M Its:
K:\WP\PROJECTS\WATER\SurfaceWaterPlant\SWTF HDR CA Services Contract.doc 9
August 27, 2010
Mr. F. Wally Sandelin, Public Works Director
City of Lodi
Public Works Department
211 West Pine Street
Lodi, CA 95240
RE: Updated Proposal for Surface Water Treatment Facility and Transmission
Project — Engineering Services Curing Construction
Dear Mr. Sandelin:
Attached please find the second draft of HDR's proposal to provide engineering
services during construction for the City's Surface Water Treatment Facility and
Transmission Project. items included with this proposal are:
• Exhibit A - Scope of Work.
• Exhibit B - Estimated Work Effort and Cost.
Please contact me if you have any questions or comments.
Sincerely,
Ti y R. Fleming, P.E.
Senior Vice President
RGS:pk/10252
HDR Engineering, Inc.
Richard G. Stratton, P.E.
Project Manager / Vice President
2365 Iron Point Road, Suite 300 Phone (916) 817-4700
Folsom, CA 95630 Fax (916) 817-4747
www.hdrinc.com
Lei ' • 1 • Nk
City of Lodi
Surface Water Treatment Facility and Transmission Project
Engineering Services during Construction
The following scope of services outlines the tasks and activities to be provided by HDR
Engineering, Inc., (HDR) and West Yost Associates during the construction of the City of Lodi's
(City's) Surface Water Treatment Facility and Transmission Project. For the purpose of
estimating level of effort, this scope assumes a construction project duration of 22 months,
including two months for startup and final acceptance. It is understood that the City will be the
Construction Manager for the project. HDR and West Yost will provide consultation services
during construction, providing continuity of our role as project designer.
TASK 1 - PROJECT MANAGEMENT AND QUALITY ASSURANCE/QUALITY
CONTROL (QA/QC)
Project Management
This task includes the management activities required to efficiently provide HDR's scope of
services and meet the City's goals.
• Develop a project management work pian to serve as a communication too! i!! 'the City,
HDR staff, and subconsultants.
• Prepare invoices and decision log updates on a monthly basis.
• Coordinate with the subconsultants, schedule staff, and coordinate the quality assurance
effort.
QA/QC Program
• Institute and maintain a QA/QC program for the work performed on this project, including
QC reviews of pertinent correspondence, deliverables, documentation, and project
management data.
• Schedule and institute internal audits of the project to assure compliance with the scope.
TASK 2 - SITE VISITS / MONTHLY PROGRESS MEETINGS
• Attend preconstruction conference with two HDR participants.
• Make site visits to observe construction progress, verify design intent, assist in field decision
making and problem resolution, and attend weekly construction progress meetings during
10252 8/27/108/27/2010 A-1
active construction. Attend meetings to provide design input on construction and submittal
review issues and concurrently provide on-site observation.
• Provide additional field visits to the construction site upon request to observe the work in
progress and advise the City of any appropriate comments and/or concerns.
• A total of 104 monthly progress meetings and up to five additional meetings/site visits, as
requested by the City, with one or two HDR participants at each meeting site visit, are
assumed.
TASK 3 - SCADA AND ELECTRICAL, INSTRUMENTATION, AND CONTROL
INTEGRATION FIELD SUPPORT
Make site visits to verify design, assist with field problem resolution, and hold progress
meetings to coordinate electrical and instrumentation supply, construction, and SCADA
system integration.
• Assume five meetings for the purpose of electrical, instrumentation, and control planning,
coordination, and troubleshooting, including up to two participants from HDR.
TASK 4 - SUBMITTAL REVIEW
• Review shop drawing submittal schedule provided by the contractor. Notify contractor of
acceptance or rejection of schedule noting deficiencies and indicating contractor action
required.
• Distribute copies of approved schedule to design team members responsible for shop drawing
reviews.
• Receive, log, and distribute submittals received from Construction Manager to appropriate
design team members for review.
• Review and comment on contractor's submittals including: vendor tests, specification, and
reports, as required by the technical specifications, for work related to HDR's scope of
design services, and vendor operations and maintenance (O&M) manuals. HDR will review
and accept contractor submittals, such as shop drawings, product data, samples, and other
data, for the limited purpose of checking for conformance with the design concept and the
information expressed in the contract documents. This review will not include review of the
accuracy or completeness of details, such as quantities, dimensions, weights or gauges,
fabrication process, construction means or methods, coordination of the work with other
trades, or construction safety precautions, all of which are the sole responsibility of the
contractor. HDR's review will be conducted with reasonable promptness while allowing
sufficient time in HDR's judgment to permit adequate review. Review of a specific item will
not indicate that HDR has reviewed the entire assembly of which the item is a component.
HDR will not be responsible for any deviations from the contract documents not brought to
the attention of HDR in writing by the contractor. HDR will not be required to review partial
submissions nor those for which submissions of correlated items have not been received.
Reviews shall be performed by the engineer that designed the project element or acceptable
10252 8/27/108/27/2010 A-2
substitute. Budget is based upon 300 submittals, including resubmittals and four engineering
hours, 0.5 project manager hours, and one clerical hour per submittal.
TASK 5 - REQUEST FOR INFORMATION/REQUEST FOR CLARIFICATION
(RFI/RFC) REVIEW AND RESPONSE
• Review RFls and RFCs, and provide response options and recommendations in a timely
manner, including expedited reviews for time sensitive RFIs/RFCs. Prepare design
clarifications as required to clarify design intent. Budget is based upon 200 RFls and four
engineering hours, 0.5 project manager hours, 0.5 clerical hours, and 0.5 CAD hours per RFI.
TASK 6 - PROPOSED CONTRACT MODIFICATIONS (PCMS) AND CHANGE
ORDER ASSISTANCE
PCMs
• Prepare PCM for design changes, including design calculations, drawings, justification, and
cost estimates. Budget is based upon up to eight PCMs and supporting documentation, at an
average of 10 engineering hours, four project manager hours, 12 CAD hours, and four
clerical hours per PCM.
Change Order Assistance
• Assist the City in reviewing proposed change orders for conformance with the design intent
and verification of proposed cost. Budget is based upon review of eight change order
requests at an average of four project manager hours and four engineering hours per review.
TASK 7 - FINAL PUNCH LIST
• Participate in a two-day site visit to develop items for the punch list (three participants from
HDR). Prepare and provide items for incorporation into the final punch list maintained by the
Construction Manager.
• Review progress completion on punch list items and conduct a two-day site visit to observe
completed work and develop final punch list (one participant from HDR).
TASK 8 - STARTUP AND TESTING
• Attend commissioning team meetings and provide startup and initial operating assistance
including assistance in the development, review, and implementation of the contractor's
startup and sequencing plan for the SCADA system, membrane systems, pumping stations,
and ancillary systems.
• Witness functional testing and performance testing. Provide oversight to confirm that the
facilities function properly and meet performance criteria as established in the contract
documents.
10252 8/27/108/27/2010 A-3
• Budget is based upon a labor allocation of 200 engineering hours and 6 administration hours.
TASK 9 — RECORD DRAWINGS
The contractor is responsible for maintaining a single field mark-up set, and the City's red-
lines should be contained in a single marked -up set. HDR will provide CAD -generated
record drawings from the contractor's and City's "red -line" field mark-up set. Details and
drawings will be updated based upon review of City/contractor redlines and actual equipment
shop drawings. Detailed shop drawing information will not be placed on the drawings, but
will be used to correct the original drawings. Reconcile PCMB and change orders with
contractor mark-ups to ensure contract changes have been incorporated.
• One full-size (22" x 34") bond set, one PDF file, and one set of CAD files of the record
drawings will be provided.
• Budget is based upon 360 drawings, 0.5 engineering hour, and one CAD hours per drawing.
TASK 10 — TECHNICAL REPORT TO SUPPORT SURFACE WATER TREATMENT
FACILITY PERMIT APPLICATION
• Section 116530 of the Safe Drinking Water Act, entitled "Technical report" states, "A public
water system shall submit a technical report to the department as part of the permit
application or when otherwise required by the department. This report may include, but not
be limited to, detailed plans and specifications, water quality information, and physical
descriptions of the existing or proposed system, and financial assurance information."
• Prepare the technical report in accordance with the California Waterworks Standards.
• Submit one PDF copy of the draft report to the California Department of Public Health
(CDPH) and the City for review and approval prior to preparing the final copies for binding.
• Three bound copies of the final report plus CD with both PDF and MSWord versions will be
provided to the City.
TASK 11 — O&M MANUAL AND OPERATIONS PLAN
Prepare a facility O&M manual and Operations Plan that covers the operation of the raw
water pump station and the surface water treatment facility. The O&M manual will be a
complete document with process schematics, photos showing location of key components,
and process and instrumentation diagrams (P&IDs). It will cover operation of each of the
plant's components, control descriptions and normal facility setpoints, equipment
specifications, and general troubleshooting procedures. The O&M manual will include
general operating guidance for the membrane system and will reference more detailed
membrane operating procedures to be provided by the membrane supplier.
• Submit one PDF copy of the draft O&M manual to the City and CDPH for review and
approval prior to preparing the final copies for binding. The O&M Manual will include an
Operations Plan in accordance with the California Waterworks Standards.
10252 8/27/108/27/2010 A-4
• Provide three bound copies of the final O&M manual, in three-ring binders, plus a CD with
both PDF and MSWord versions.
OPTIONAL ITEM TASK — TRAINING FOR CITY STAFF
• Review training manuals prepared by others, such as equipment suppliers.
After completing the O&M manual (see Task 12), prepare course materials and conduct
training sessions for O&M personnel on each surface water treatment facility unit process
and on the overall operation of the plant. Operator training shall include approximately 40
hours of classroom training with handouts as required. Budget is based upon an allocation of
100 engineering/operations specialist hours, 32 project manager hours, 14 hours electrical
engineer, and 20 administration hours. Training will be conducted in classrooms at the plant
or another location provided by the City.
CITY AND CONTRACTOR/ RESPONSIBILITIES
• The City will be responsible for construction management, including, but not limited to,
processing payment requests, document management, dispute resolution, progress meetings,
inspection, testing supervision, and final closeout.
• Contractor is responsible for completing the project within the time allowed in the contract or
be subject to liquidated damages.
• The contractor must submit updated redline as -built mark-ups prior to receiving an approval
on each payment request.
• The contractor is responsible for their means and methods of constructing the project subject
to the contract documents, applicable laws and codes, construction site safety, and
coordination of work between trades.
10252 8/27/108/27/2010 A-5
EXHIBIT B - ESTIMATED WORK EFFORT AND COST
City of Lodi
Surface Water Treatment Facility and Transmission Project - Engineering Services During Construction
Optional Item
01 Training for City Staff 2 1 32 1 100 1 14 20 168 $27,692 $ 2,769 $ 30,461
10252 8/27/2010 HDR Engineering, Inc.
Task
No.
Task Description
Principaill
•• •Process
Project
Ci it[
�
Arch
0171111111111111111
1
Project Management and QA/QC
6
58
72
136
$21,077
$
1,686
$ 6,600
$ 29,363
2
Site Visits/Progress Meetings (up to 109)
80
300
16
4
12
20
432
$70,477
$
7,048
$ 11,000
$ 88,524
3
SCADA and Electrical, Instrumentation, and Control
Integration Field Support (up to 5 meetings)
8
8
40
4
60
$11,681
$
1,168
$ 12,849
4
Submittal/O&M Manual Review (up to 300)
150
220
140
136
132
172
140
300
1,390
$206,633
$
20,663
$ 46,200
$ 273,496
5
RFI/RFC Review and Response (up to 200)
100
156
90
90
80
120
120
100
856
$132,517
$
13,252
$ 25,850
$ 171,619
6
PCM and Change Order Assistance (up to 8, each)
64
62
6
6
6
8
96
32
280
$42,165
$
4,217
$ 7,700
$ 54,082
7
Final Punch List
16
8
8
16
5
53
$9,777
$
978
$ 2,200
$ 12,955
8
Startup and Testing
16
96
12
27
8
159
$26,329
$
2,633
$ 7,700
$ 36,662
9
Record Drawings
16
20
68
8
8
8
8
360
24
520
$67,118
$
6,712
$ 13,200
$ 87,030
10
Technical Report to Support Permit Application
12
38
121
40
40
251
$38,056
$
3,806
$ 41,861
11
O&M Manual and Operations Plan
12
64
140
16
24
80
88
424
$63,059 $
6,100
$ 6,600
$ 75,759
TOTALS46
614
1,179
260
244
1 274
415
1 836
1 693
4,561
$688,889
$68,261
$127,050
$884,200
Optional Item
01 Training for City Staff 2 1 32 1 100 1 14 20 168 $27,692 $ 2,769 $ 30,461
10252 8/27/2010 HDR Engineering, Inc.
Exhibit C
HDR ENGINEERING, INC.
STANDARD RATE SCHEDULE
November 2010 to August 2012
City of Lodi
Surface Water Treatment Facility and Transmission Project -
Engineering Services During Construction
Project Principal
295
Sr. Financial Specialist
259
Sr. Project Manager
251
Sr. Project Engineer
243
Sr. Cost Estimating Specialist
230
Sr. Structural Engineer
222
Electrical IV
215
Mechanical Engineer III
191
Operation Specialist
184
Electrical Engineer III
172
Process Engineer
172
Project Engineer II
160
CAD Manager
160
Architect 1
154
Mechanical Engineer 1
151
Civil Engineer
139
Sr. CAD Tech
137
CAD Tech III
126
r u n
r_Oject Controller 11
124
Structural Engineer
117
Cost Estimator
117
Sr. Administrative
105
Engineer -in -Training
102
Drafter III
93
Clerical
70
Please Note: Rates include current overhead rate plus profit.
EXPENSES
In -House Expenses
Technology Charge per Direct Labor Hour
Vehicle Mileage (per mile)
Color Copy (per copy)
Photocopies (per copy)
Bond Plotting - Black & White (per square foot)
Bond Plotting - Color (per square foot)
Vellum - Black & White (per square foot)
Mylar - Black & White (per square foot)
$3.70
Current Federal Travel Regulation (FTR)
$0.75 to $1.50
$0.10 to $0.20
$0.135
$0.50
$0.50
$0.90
Please Note:Technology charges include computer, CADD, network, software, and other related technology
services. Expenses and subconsultants are charged with a 10 percent markup.
L¢
S J C 0 G, Inc.
City of Lodi Surface Water 'Treatment Plant
APNs: 015-230-15 et al.
SJMSCP
Incidental 'fake Minimization Measures
Date: October 12, 2010
Total Disturbed Acres Anticipated: 17.4 acres
Project Jurisdiction: City of Lodi
Species/Habitat Findinl4s:
Advisory Statements
After inspecting the project site, and project site conditions, the San Joaquin Council of
Governments (SJCOG) provides the following advisory stateivents to the applicant. No further action
is required with the SJCOG with respect to the following statements. SJCOG does not accept any
liability for the accuracy of these statements since each regulatory agency discussed below must
determine the extent of its own regulatory authority with respect to the proposed project.
Nonetheless, we are reasonably confident that the advice provided in this paragraph is sound. The
proposed project as reviewed will not likely affect areas/habitats that would be regulated by the
California Department of Fish and Game (CDI�(.�) pursuant to Section 1602 of the Fish and Game
Code (i.e., will not require a streambed alteration agreement).
It should be noted that two important federal agencies (U.S. Army Corps of Engineers and the
California Regional Water Quality Control Board) have not issued permits to the SJCOG and so
payment of the fee to use the SJMSCP will not modify requirements now imposed by these two
agencies. Potential waters of the United States [pursuant to Section 404 Clean Water Act]
may occur on the project site. It therefore may be prudent to obtain a preliminary wetlands map
from a qualified consultant. If waters of the United States are confirmed on the project site, the
Corps and the Regional Water Quality Control Board (RWQCB) would have regulatory authority
over those mapped areas [pursuant to Section 404 and 401 of the Clean Water Act respectively] and
permits would likely be required from each of these resource agencies prior to impacting these
features on the project site.
11k,
V
555 East Weber Avenue ® Stockton, CA 95202 (209) 235-0600 ® FAX (209) 235-0438
San Joaquin County Multi -Species Habitat Conservation &
3�
�
Open Space Plan (SJMSCP)
Y
City of Lodi Surface Water 'Treatment Plant
APNs: 015-230-15 et al.
SJMSCP
Incidental 'fake Minimization Measures
Date: October 12, 2010
Total Disturbed Acres Anticipated: 17.4 acres
Project Jurisdiction: City of Lodi
Species/Habitat Findinl4s:
Advisory Statements
After inspecting the project site, and project site conditions, the San Joaquin Council of
Governments (SJCOG) provides the following advisory stateivents to the applicant. No further action
is required with the SJCOG with respect to the following statements. SJCOG does not accept any
liability for the accuracy of these statements since each regulatory agency discussed below must
determine the extent of its own regulatory authority with respect to the proposed project.
Nonetheless, we are reasonably confident that the advice provided in this paragraph is sound. The
proposed project as reviewed will not likely affect areas/habitats that would be regulated by the
California Department of Fish and Game (CDI�(.�) pursuant to Section 1602 of the Fish and Game
Code (i.e., will not require a streambed alteration agreement).
It should be noted that two important federal agencies (U.S. Army Corps of Engineers and the
California Regional Water Quality Control Board) have not issued permits to the SJCOG and so
payment of the fee to use the SJMSCP will not modify requirements now imposed by these two
agencies. Potential waters of the United States [pursuant to Section 404 Clean Water Act]
may occur on the project site. It therefore may be prudent to obtain a preliminary wetlands map
from a qualified consultant. If waters of the United States are confirmed on the project site, the
Corps and the Regional Water Quality Control Board (RWQCB) would have regulatory authority
over those mapped areas [pursuant to Section 404 and 401 of the Clean Water Act respectively] and
permits would likely be required from each of these resource agencies prior to impacting these
features on the project site.
SJMSCP Covered Animal Species
Potentially Occurring on Project Site
Animal Species
Findings
---
Western burrowing owl
No suitable habitat for this species occurs
Athene cunicularia
on project site.
Swainson's hawk
Suitable nesting and foraging habitat for
Buteo swainsoni
this species occurs on the project site.
Fish — -
_
Delta smelt
This species may occur in Mokelumne
Flypomesus transpacificus
River immediately north of the project
site. No impacts to the river will occur as a
result oFthe proposedrp oject.
Reptiles
Giant garter snake
This species is not known to occur in the
Thamnophis gigas
Mokelumne River immediately north of
the project site. flowever, this species has
been recorded within 6 miles of the
project site.
Western pond turtle
Suitable nesting habitat for this species
Actinemys marmorata
occurs on the banks the Mokelumne River
immediately north of the project site.
Amphibians
California tiger salamander
breeding or estivating habitat
�No�ad
Ambystoma californiense
ent to the project site.
Insects _
Valley elderberry longhorn beetle
No elderberry bushes occur on the project
Desmocerus californicus dimorphus
site.
Mammals
_
Western red bat
Although this species is not covered by
Lasiurus blossevillii
the SJMSCP, it is a California species of
special concern that was recorded by the
CNDDB approximately 4 miles west of
the project site. This species may occur in
the mature riparian habitat on the river
banks of the project site. However, no
impacts to riparian habitat will occur as a
result of the proposed project.
Red bat
"Phis species may occur in the mature
Lasiurus borealis
riparian habitat on the river banks of the
project site. However, no impacts to
riparian habitat will occur as a result of the
proposed project.
Yuma myotis
This species may roost in the barn that is
Myotis yumanensis
proposed to be moved.
SJMSCP Covered Plant Species
Potentially Occu ring on Project Site
Plant Species_
Findings
Bristly sedge
This species may occur along the river
Carex comosa
bank immediately west of the project site.
River bank will not be impacted by
proposed project.
Delta mudwort
This species may occur along the river
Limosella subulata
bank immediately west of site. River bank
will not be impacted by proposed project_
Delta tule pea
"Phis species may occur along the river
Lathyrus jepsonii var. jepsonii
bank immediately west of site. River bank
will not be impacted by pro osed_project.
_
Mason's lilaeopsis
This species may occur along the river
Lilaeopsis masonii
bank immediately west of site. River bank
will not be impacted by proposed project.
_
Mad -dog skullcap
This species may occur along the river
Scutellaria lateriflora
bank immediately west of site. River bank
will not be impacted by proposed project.
------ -- ---- -
Suisun marsh aster
-- -----
This species may occur along the river
Symphyotrichum lentum
bank immediately west of site. River bank
will not be impacted by proposed project.
Woolly rose -mallow
This species may occur along the river
Hibiscus lasiocarpus var. occidentalis
bank immediately west of site. River bank
will not be impacted_by proposed project_
Habitat Types to be Disturbed:
_ Habitat Type Acreage
Agriculture (C212.4 acres
Urban (U) -- _ -- 5 acres - -
Total 17.4 acres
Conditions
Prior to Issuance of a Building Permit:
Pay the appropriate fee based on current fee categories and rates to SJCOG Inc.
• Multi-purpose Habitat Land $7,307.00 Y 12.4 AC of disturbance = $90,606.80
Total Fee due: $90,606.80
Note: If fees are not paid prior to January 1, 2011 this project will be subject to the subsequent fee
increase, and the fee above will no longer be applicable.
3
Initial
The following conditions are prescribed by the San Joaquin County Multi -Species Ilabitat
Conservation and Open Space Plan (SJMSCP) for the proposed project.
A. Prior to Commencing Construction to Occur Between February lst and
September 0:
The Project Proponent shall have SJCOG approved biologist conduct a preconstruction nesting
survey for Swainson's hawk and other common bird species subject to the Migratory Bird
Treaty Act. Pursuant to the Migratory Bird "Treaty Act (16 USC 703-711), it is unlawful to "take"
(kill, harm, harass, shoot, etc.) any migratory bird listed in Title 50 ofthe Code of Federal
Regulations, Section 10. 13, including their nests, eggs, or young. Migratory birds include geese,
chicks, shorebirds, raptors, songbirds, wading birds, seabirds, and passerine birds (such as
warblers, flycatchers, swallows, etc.). If nesting SJMSCP covered bird species are found, the
project proponent shall implement the following measures:
If Swainson's hawk nest trees have been retained pursuant to condition B (see
below), a preconstruction survey for active Swainson's hawks shall be conducted
prior to construction for all construction activities occurring between February 15"'
and September 1". All construction activities shall remain a distance of two times the
dripline of the tree from any occupied nest. No construction or earth -moving activity
should occur within the non -disturbance buffer until it is determined by SJCOG
approved biologist that the young have fledged (that is, left the nest) and have
attained sufficient flight skills to avoid project construction zones.
2. If common birds are found nesting within 75 feet of the project site, a setback of 75
feet from any active nest shall be established and maintained during the nesting
season for the period encompassing egg laying until fledglings leave nests. This
setback applies whenever construction or other ground -disturbing activities are
scheduled during the nesting season if an active nest is identified by the project
biologist. Setbacks shall be marked by orange construction fencing or other
temporary exclusion fencing. Existing roads that are actively used, and similarly
buildings, other structures, etc. that were actively in use when the nest was
constructed are not subject to the nest protection buffer, but the level of human
activity must remain consistent from the time the nest was constructed or first in use
until young fledge. That is, new types of activities and disturbance must be avoided
within the nest protection buffer. In addition, if nests are found in existing structure(s)
that are proposed to be removed or modified, these actions may not occur until a
SJCOG approved biologist confirms that young fledged the nest and/or the nest is no
longer in use. All nesting buffers shall remain in place until SJCOG approved
biologist confirms that young fledged the nest and/or the nest is no longer in use.
11
B. A. Prior to Commencing Construction to Occur Between September 1St and
February 1St:
The Project Proponent has the option of retaining known or potential Swainson's hawk nest
trees (i.e., trees in which are known to have nested within the past three years or trees, such
as large oaks or cottonwoods, which the hawks prefer) or removing the nest trees. If the
project proponent opts to retain a nest tree and the nest tree becomes occupied during
construction activities, then all construction activities shall remain a distance of" two times the
dripline of the tree, as measured from the nest. If the Project Proponent elects to remove a
nest tree, then nest trees shall be removed between September 1 and February 15`x', when
nests are unoccupied.
C. Prior to Commencing Construction to Occur between April 1 and
November 31:
Western pond turtles may nest on the river banks adjacent to the project site. The Project
Proponent shall have a SJCOG approved biologist conduct a preconstruction nesting survey for
western pond turtle. If nesting areas for pond turtles are identified on a project site, a buffer area
of 300 feet shall be established between the nesting site (which may be immediately adjacent to
the river or extend up to 400 feet away from the river banks in uplands). These buffers shall be
indicated by temporary fencing if construction has or will begin before nesting periods are
needed (the period from egg laying to emergence of hatchlings is normally April to November).
1). Prior to Commencing Construction to Occur Between October 2"" and
April 30th:
See section E below for minimization and avoidance measures for the giant garter snake.
Between October 2nd and April 30"', the JPA, with the concurrence of the Permitting Agencies'
representatives on the TAC, shall determine if additional measures are necessary to minimize
and avoid take of the giant garter snake.
F. Prior to Commencing Construction to Occur Between May 1St and October
1St.
1. Construction shall occur during the active period for the giant garter snake, between
May 1 and October 1. Between October 2"" and April 30`x', the JPA, with the
concurrence of the Permitting Agencies' representatives on the TAC, shall determine if
additional measures are necessary to minimize and avoid take.
2. Limit vegetation clearing within 200 feet of the banks of potential giant garter snake
aquatic habitat to the minimal area necessary.
3. Confine the movement of heavy equipment within 200 feet of the banks of potential
giant garter snake aquatic habitat to existing roadways to minimize habitat disturbance.
5
4. Prior to ground disturbance, all on-site construction personnel shall be given instruction
regarding the presence of SJMSCP Covered Species and the importance of avoiding
impacts to these species and their habitats.
5. In areas where potential giant garter snake habitats are being retained on the site:
a. Install temporary fencing at the edge of the construction area and the adjacent
riparian habitat;
b. Restrict working areas, spoils and equipment storage and other project activities
to areas outside of riparian habitat; and
c. Maintain water quality and limit construction runoff into wetland areas through
the use of hay bales, filter fences, vegetative buffer strips, or other accepted
equivalents.
6. Pre -construction surveys for the giant garter snake (conducted after completion of
environmental reviews and prior to ground disturbance) shall occur within 24 hours of
ground disturbance.
7. Other provisions of the USFWS Standard Avoidance and Minimization Measures during
Construction Activities in Giant Garter Snake Habitat (attached) shall be implemented
(excluding programmatic mitigation ratios which are supported by the SJMSCP's
mitigation ratios).
F. Prior to Commencing Construction:
Preconstruction surveys for the Yuma myotis shall be conducted by an SJCOG approved
biologist in the barn that is proposed to be moved, within a week prior to commencement of
construction. If a nursery site is detected prior to the nursery season (May through August), this
site shall be sealed.
Seal hibernation sites, prior to the hibernation season (November through March) when
hibernation sites are identified on the project site. Alternatively, grating may be installed as
described in 5.5.9(E)(1) of the SJMSCP.
If a colonial roosting site is detected, removal shall occur outside of the nursery and/or
hibernation seasons (May through August; November through March) and shall occur during
dusk and/or evening hours after bats have left the roosting site, unless otherwise approved
pursuant to Section 5.2.3.2 of the SJMSCP.
G. During project construction:
All food -related trash items such as wrappers, cans, bottles, and food scraps shall be disposed of
in closed containers and removed at least once a week from the construction site.
M
In reliance on the Section 10(a)(1)(B) Permit issued by the United States Fish and Wildlife
Service and the Section 2081(b) Incidental Take Permit issued by the California Department of
Fish and Game, City of Lodi has consulted with and agreed to allow coverage pursuant to the
SJMSCP for the City of Lodi Surface Water Treatment Plant Project, its successors, agents and
assigns pursuant to the "Implementation Agreement for the San Joaquin County Multi-Species
Habitat Conservation and Open Space Plan" which will allow the City of Lodi Surface Water
Treatment Plant Project, its successors, agents and assigns to construct, operate and maintain the
Project commonly known as the City of Lodi Surface Water "Treatment Plant Project and located
on Assessor Parcel Number 015-230-15 which could result in a legally permitted Incidental T'ake
of the SJMSCP Covered Species in accordance with and subject to the terms and conditions of
the City of Lodi Surface Water Treatment Plant Project approved by the City of Lodi. This
Certification applies only to activities on the subject parcel(s) which are carried out in frill
compliance with the approved plans for the City of Lodi Surface Water Treatment Plant Project,
Section I0(a)(1)(B) Permit, and Section 2081(b) Incidental Take Permit conditions.
I have read, acknowledge, and agree to the preceding conditions:
Project Proponent
Please Print Name Here
Date
7
RESOLUTION NO. 2010-182
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
SUBSTITUTION OF SUBCONTRACTORS, REJECTING BID PROTEST,
AUTHORIZING THE CITY MANAGER TO EXECUTE CONTRACTS FOR
CONSTRUCTION, MEMBRANE FILTRATION SYSTEM, TESTING AND
INSPECTION SERVICES, FURNITURE, CONSTRUCTION
ADMINISTRATION SERVICES, AND INCIDENTAL TAKE MINIMIZATION
MEASURES FOR THE SURFACE WATER TREATMENT FACILITY
PROJECT AND 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 September 16, 2010, at
2:00 p.m., for the City of Lodi Surface Water Treatment Plant, described in the plans and
specifications therefore approved by the City Council on July 21, 2010; and
WHEREAS, said bids have been checked and tabulated and a report thereof filed with
the City Manager as follows:
Bidder
Location
17--m
-
Engineer's Estimate $32,000000
C. Overaa & Company
G.S.E. Construction Company, Inc.
Auburn Constructors
S.J. Amoroso Construction
W.M. Lyles Company
Monterey Mechanical Company
Gateway Pacific Contractors
Western Water Constructors, Inc.
J.R. Filanc Construction Company
Richmond
$22,837,000
Livermore
$24,548,000
Sacramento
$25,200,300
Redwood Shores
$25,697,000
West Sacramento
$26,176,000
Oakland
$26,660,000
Sacramento
$27,998,129
Santa Rosa
$28,365,000
Escondido
$28,760,000
WHEREAS, C. Overaa & Company has requested a substitution of A.M. Stephens
Construction Company, Inc., of Lodi, California, for Sierra Equipment Rental, Inc., of Glenn,
California, and of FD Thomas, of Medford, Oregon, for National Coatings and Lining Company,
of Lake Elsinore, California, and has set forth evidence that the listed contractors were listed by
mistake, consistent with the requirements of Public Contracts Code Section 4107; and
WHEREAS, G.S.E. Construction, of Livermore, California, has protested C. Overaa &
Company's award based on its assertion that Overaa did not list an approved subcontractor for
the traffic signal scope of work. C. Overaa & Company has provided the City with
documentation that the traffic signal work is included in the approved electrical contractor's
(San Joaquin Electric) scope of work. The work will be performed by Pacific Excavation, Inc. as
a subcontractor to San Joaquin Electric; and
WHEREAS, staff recommends awarding the contract for the City of Lodi Surface Water
Treatment Plant to the low bidder, C. Overaa & Company, of Richmond, California, in the
amount of $22,837,000; and
WHEREAS, at the December 16, 2009, City Council meeting, Pall Corporation was
authorized as the membrane filtration system supplier, and staff, along with HDR Engineering,
has negotiated the necessary terms and requirements of the membrane filtration system to
meet our specific project needs, with a total contract amount of $890,000; and
WHEREAS, Krazan & Associates, Inc., provided the same inspection and testing
services for all phases of the White Slough Water Pollution Control Facility upgrades. Krazan &
Associates will also provide an inspector to assist the City Building Inspector who has been
previously approved by the Building Division to represent their interests. The time -and -materials
contract for testing and inspection services is not to exceed $488,000; and
WHEREAS, on April 20, 1994, City Council established Haworth, Inc., as the standard
office systems furniture manufacturer for City projects. Durst Contract Interiors is the local
authorized vendor for Haworth products and installation. The total contract for furniture is
$52,025; and
WHEREAS, staff recommends HDR Engineering, Inc., perform the construction
administration services. As the design engineer for this project, HDR is ideally suited to perform
these duties. This is a time -and -materials contract with a not -to -exceed maximum of $890,000;
and
WHEREAS, to meet the requirements of the San Joaquin County Multi -Species Habitat
Conservation and Open Space Plan, compensation is required for converting open space to
non -open space use and an Incidental Take Minimization Measures agreement is required to be
executed by the City. This is a one-time fee of $90,606.80; and
WHEREAS, the total project estimate is $36,500,000, which includes the construction
contract, membrane filtration system, shop tools and equipment, furniture, property acquisition,
permit fees, construction administration services, testing and inspection contract, construction
contingencies, and other project -associated expenses; and
WHEREAS, staff recommends a total project appropriation of $36,500,000 from the sale
of the bonds approved at the October 6, 2010, Council meeting.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the substitution of A.M. Stephens Construction Company, of Lodi, California, for Sierra
Equipment Rental, Inc., of Glenn, California, and of FD Thomas, of Medford, Oregon, for
National Coatings and Lining Company, of Lake Elsinore, California; reject the bid protest of
G.S.E. Construction, of Livermore, California; authorize the City Manager to execute contracts
with C. Overaa & Company, of Richmond, California, for construction ($22,837,000), Pall
Corporation, of Port Washington, New York, for membrane filtration system ($3,926,081),
Krazan & Associates, of Modesto, California, for testing and inspection services ($488,000),
Durst Contract Interiors, of Stockton, California, for furniture ($52,025), HDR Engineering, of
Folsom, California, for construction administration services for Surface Water Treatment Facility
Project ($890,000), and San Joaquin Council of Governments for Incidental Take Minimization
Measures ($90,606.80); and
BE IT FURTHER RESOLVED that funds in the amount of $36,500,000 be appropriated
from the Water Fund.
Dated: October 20, 2010
I hereby certify that Resolution No. 2010-182 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held October 20, 2010, by the following vote:
AYES: COUNCIL MEMBERS — Hansen, Johnson, and Mayor Katzakian
NOES: COUNCIL MEMBERS — Hitchcock and Mounce
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
2010-182
The City of Lodi
Public Works
Engineering
firr
■ ■ firs •
f ; _
F
Surface Water Treatment Facilities
Item H-1
October 20, 2010
1 1111
jot
.�._.
Y �
Surface Water Treatment Facilities
Public hearing
— Subcontractor Substitutions
• Sierra Equipment Rental, Inc by A.M.
Stephens Construction Company, Inc.
• National Coating and Lining Co. by FD
Thomas
— G.S.E. Construction Protest — failure to
list subcontractor (Pacific Excavation)
• Recommended Motion/Action
—Approve Substitutions
— Reject Protest
Schedule
➢Notice Inviting Bids — August 5, 2010
➢Open Bids - September 14, 2010
➢ Financing Approvals — October 6, 2010
➢ Bond Pricing — October 19, 2010
➢Award Contract — October 20, 2010
➢Close Bond Sale — October 28, 2010
➢ Construction Period 24 Months
Ure
Budget Item Amount
Site Acquisition (Parks Dept.) $172007000
Wastewater Capacity Charge 1,472,912
Other Fees 730,580
Utility Services 5007000
Construction Contract 2278377000
Project Management (City Staff) 240,000
Testing and Inspection 4927000
Pall Membrane System 379267081
Equipment and Furnishings 4277026
Contract Administration (HDR) 8907000
Contingency (16%) 3,784,401
Project Total Budget $3675007000
�Ce? Recommended Action
Adopt resolution authorizing City Manager to
execute agreements and appropriating funds
in the amount of $36,500,000
1. C. Overaa & Co. for construction
3. Pall Corp. for membrane system
3. Krazan & Assoc. for testing and inspection
4. Durst Contract Interiors for furniture
5. HDR, Inc. for construction mangement
6. SJCOG for habitat mitigation fees
Please immediately confirm receipt
of this fax by calling 333-6702
CITY OF LODI
P. O. BOX 3006
LODI, CALIFORNIA 95241-1910
ADVERTISING INSTRUCTIONS
SUBJECT: PUBLIC HEARING TO CONSIDER ITEMS RELATED TO SURFACE
WATER TREATMENT FACILITY PROJECT
PUBLISH DATE: SATURDAY, OCTOBER 9, 2010
TEAR SHEETS WANTED: One (1) please
SEND AFFIDAVIT AND BILL TO: RANDI JOHL, CITY CLERK
LNS ACCT. #0510052 City of Lodi
P.O. Box 3006
Lodi, CA 95241-1910
DATED: THURSDAY, OCTOBER 7, 2010
ORDERED BY: RANDI JOHL
CITY CLERK
JNIFER NV ROBISON, CMC
A ISTANT CITY CLERK
Faxed to the S
LNS
forms\advins.doc
el at 369-1
MARIA BECERRA
ADMINISTRATIVE CLERK
time), on 10 '7 _(date) �(Pages)
u. + I Ifirn 1 CF MB JMR (i
OQ
tib
9��FOR�DECLARATION OF POSTING
PUBLIC HEARING TO CONSIDER ITEMS RELATED TO SURFACE WATER
TREATMENT FACILITY PROJECT
On Friday, October 8, 2010, in the City of Lodi, San Joaquin County, California, a Notice
of Public Hearing to consider items related to Surface Water Treatment Facility Project
(attached and marked as Exhibit A) was posted at the following locations:
Lodi Public Library
Lodi City Clerk's Office
Lodi City Hall Lobby
Lodi Carnegie Forum
I declare under penalty of perjury that the foregoing is true and correct.
Executed on October 8, 2010, at Lodi, California.
rl",�� i,1 =•: • •
N:\Administration\CLERK\Forms\DECPOSTPW.DOC
RANDI JOHL
CITY CLERK
MARIA BECERRA
ADMINISTRATIVE CLERK
CITY OF LODI
Carnegie Forum
. 305 West Pine Street, Lodi
NOTICE OF PUBLIC HEARING
Date: October 20, 2010
Time: 7:00 p.m.
For information regarding this notice please contact:
Randi Johl,
City Clerk
Telephone: (209) 333-6702
NOTICE OF PUBLIC HEARING
NOTICE IS HEREBY GIVEN that on Wednesday, October 20, 2010, at the hour of
7:00 p.m., or as soon thereafter as the matter may be heard, the City Council will
conduct a public hearing at the Carnegie Forum, 305 West Pine Street, Lodi, to consider
the following matter:
a) Substitution of listed subcontractors and bid protest; adopt resolutions
authorizing the City Manager to execute agreements with the following entities for
the Surface Water Treatment Facility Project; and appropriating funds in an amount
not to exceed $36,500,000 for the total project:
• C.Overaa & Co., of Richmond, for Construction
• Pall Corporation, of Port Washington, New York, for Membrane Filtration System
• Krazan & Associates, of Modesto, for Testing and Inspection Services
• Durst Contract Interiors, of Stockton, for Furniture
• Various Communuity Groups for Tree Mitigation
• HDR Engineering, of Folsom, for Construction Administration Services
Information regarding this item may be obtained in the Public Works Department,
221 West Pine Street, Lodi, (209) 333-6706. All interested persons are invited to
present their views and comments on this matter. Written statements may be filed with
the City Clerk, City Hall, 221 West Pine Street, 2nd Floor, Lodi, 95240, at any time prior
to the hearing scheduled herein, and oral statements may be made at said hearing.
If you challenge the subject matter in court, you may be limited to raising only those
issues you or someone else raised at the public hearing described in this notice or in
written correspondence delivered to the City Clerk, 221 West Pine Street, at or prior to
the close of the public hearing.
By tio
f the Lodi City Council:
City Clerk
Dated: October 7, 2010
A proved as to form:
D. Stephen Schwabauer
City Attorney
CLERK\PUBHEAR\NOTICES\NotPW.doc 10/7/10
X., V-1.1bi
i
NOTICE IS HEREBY GIVEN that on Wednesday, October 20, 2010, at the hour of
7:00 p.m., or as soon thereafter as the matter may be heard, the City Council will
conduct a public hearing at the Carnegie Forum, 305 West Pine Street, Lodi, to consider
the following matter:
a) Substitution of listed subcontractors and bid protest; adopt resolutions
authorizing the City Manager to execute agreements with the following entities for
the Surface Water Treatment Facility Project; and appropriating funds in an amount
not to exceed $36,500,000 for the total project:
• C.Overaa & Co., of Richmond, for Construction
• Pall Corporation, of Port Washington, New York, for Membrane Filtration System
• Krazan & Associates, of Modesto, for Testing and Inspection Services
• Durst Contract Interiors, of Stockton, for Furniture
• Various Communuity Groups for Tree Mitigation
• HDR Engineering, of Folsom, for Construction Administration Services
Information regarding this item may be obtained in the Public Works Department,
221 West Pine Street, Lodi, (209) 333-6706. All interested persons are invited to
present their views and comments on this matter. Written statements may be filed with
the City Clerk, City Hall, 221 West Pine Street, 2nd Floor, Lodi, 95240, at any time prior
to the hearing scheduled herein, and oral statements may be made at said hearing.
If you challenge the subject matter in court, you may be limited to raising only those
issues you or someone else raised at the public hearing described in this notice or in
written correspondence delivered to the City Clerk, 221 West Pine Street, at or prior to
the close of the public hearing.
By tio
f the Lodi City Council:
City Clerk
Dated: October 7, 2010
A proved as to form:
D. Stephen Schwabauer
City Attorney
CLERK\PUBHEAR\NOTICES\NotPW.doc 10/7/10
CITY COUNCIL
PHIL KATZAKIAN, Mayor
SUSAN HITCHCOCK,
Mayor Pro Tempore
LARRY D. HANSEN
BOBJOHNSON
JOANNE L. MOUNCE
CITY OF LODI
PUBLIC WORKS DEPARTMENT
CITY HALL, 221 WEST PINE STREET
P.O. BOX 3006
LODI, CALIFORNIA 95241-1910
(209)333-6706
FAX (209) 333-6710
EMAIL pwdept@lodi.gov
http:\\www.lodi.gov
October 15, 2010
C. Overaa & Company Pall Corporation
200 Parr Boulevard 25 Harbor Park Drive
Richmond, CA 94801 Port Washington, NY 11050
HDR Engineering Krazan & Associates
Timothy Fleming, Sr. VP Shawn Baker, Division Mgr.
2365 Iron Point Road, Ste. 300 448 Mitchell Road, Ste. C
Folsom, CA 95630 Modesto, CA 95354
KONRADT BARTLAM
Interim City Manager
RANDIJOHL
City Clerk
D. STEVEN SCHWABAUER
City Attorney
F. WALLY SANDELIN
Public Works Director
Durst Corporation
2750 Cherokee Road
Stockton, CA 95205
Finance Team
SUBJECT: Public Hearing to Consider Substitution of Listed Subcontractors and Bid
Protest; Adopt Resolution Authorizing the City Manager to Execute
Agreements with the Following Entities for the Surface Water Treatment
Facility Project; and Appropriating Funds in the Amount of $36,5000 for the
Total Project: A) C. Overaa & Company, of Richmond, for Construction
($22,837,000); B) Pall Corporation, of Port Washington, New York, for
Membrane Filtration System ($3,926,081); C) Krazan & Associates, of
Modesto, for Testing and Inspection Services ($488,000); D) Durst Contract
Interiors, of Stockton, for Furniture ($52,025); E) HDR Engineering, of
Folsom, for Construction Administration Services ($890,000); F) SJCOG for
Incidental Take Minimization Measure Agreement ($90,607)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, October 20, 2010. The meeting will be held at 7 p.m. in the
City Council Chamber, Carnegie Forum, 305 West Pine Street.
The Council will conduct a public hearing on this item. You are welcome to attend and
speak at the appropriate time.
If you wish to write to the City Council, please address your letter to City Council,
City of Lodi, P. O. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the
mail. Or, you may hand -deliver the letter to City Hall, 221 West Pine Street.
If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's
card (available at the Carnegie Forum immediately prior to the start of the meeting) and
give it to the City Clerk. If you have any questions about communicating with the
Council, please contact Randi Johl, City Clerk, at (209) 333-6702.
If you have any questions about the item itself, please call Gary Wiman, Construction
Project Manager, at (209) 333-6800, extension 2054.
F. Wally Sandelin
Public Works Director
FWS/pmf
Enclosure
cc: City Clerk
NCC AWARD SWTF.DOC