HomeMy WebLinkAboutAgenda Report - June 7, 1995coca a�`,P
CITY OF LODI COUNCIL COMMUNICATION
AGENDA TITLE: Contract Award and Rejection of Non -Responsive Bids for Civic Center
Improvements (Phase II), City Hall Remodel ($1,853,310)
MEETING DATE: June 7, 1995
PREPARED BY: Public Works Director
RECOMMENDED ACTION: That the City Council adopt the attached resolution rejecting the non-
responsive bids from The McDonald Glenn Company and
Broward Brothers, Inc. and awarding the contract for the above project
to Leslie G. Delbon Company, Inc. in the amount of $1,853,310.00 (Base
Bid plus Bid Alternates B and C).
BACKGROUND INFORMATION: This project is one of the last major phases of the Civic Center
improvements. The work under this project includes the overall
interior remodel (saving as many existing walls and offices as
possible), structural upgrade, reroofing, installation of new energy-
efficient HVAC system, windows and lighting, and ADA upgrades, including elevator and restrooms.
As part of the bidding process, the City prequalified general contractors and the electrical, HVAC,
elevator and plumbing subcontractors. The prequalification statement required contractors to provide
information on their experience in historical renovations, the resume of their proposed project manager
and project superintendent, their financial resources, their ability to meet the performance schedule of
the contract, and a summary of all claims disputes within the last five years. Nine general contractors
were prequalified as were five electrical, five elevator, four HVAC and five plumbing subcontractors.
Addendum 2 of the specifications for this project stated that a general contractor's bid proposal would
be considered non-responsive if it included a mechanical, electrical, elevator or plumbing subcontractor
that had not been prequalified. The general contractors were provided with a listing of all prequalified
subcontractors. Both The McDonald Glenn Company and Broward Brothers, Inc. listed
Armstrong Plumbing as their plumbing subcontractor. Armstrong Plumbing was not prequalified by the
City as a plumbing subcontractor. Interim City Attorney John Stovall has reviewed the specifications for
this project as well as the bids that were received and has recommended that the City reject the bids
from The McDonald Glenn Company and Broward Brothers, Inc. A copy of Mr. Stovall's review and
recommendation is attached.
The bid proposal for this project included three alternate bids. Bid Alternate A asked for a quote to
enclose the north entry, Bid Alternate B would install new roof tile on the entire roof and Bid Alternate C
would install terrazzo tile on the floors and ceramic tile on the walls of the men's and women's second
floor toilet rooms. The tile in the toilet rooms would replace plastic vinyl floors, plastic laminate
APPROVED:
THOMAS A. PETERSON recycled paper
City Manager
CC -1
CAWARD.DOC 05/31/95
Contract Award and Rejection of Non -Responsive Bids for Civic Center Improvements (Phase II),
City Hall Remodel ($1,853,310)
June 7, 1995
Page 2
countertops and painted walls. Staff is recommending that Council award the Base Bid plus
Bid Alternates B and C for this project to Leslie G. Delbon Company, Inc., of Sonora, and reject the
bids of The McDonald Glenn Company and Broward Brothers, Inc. as being non-responsive.
Plans and specifications for this project were approved on March 1, 1995. The City received the
following five bids for this project:
Bidder
Location
The McDonald Glenn Company Manteca
Broward Brothers, Inc.
Woodland
Leslie G. Delbon Company, Inc.
Sonora
Mark Diversified
Sacramento
Diede Construction
Woodbridge
Engineer's Estimate
Base Bid
Plus Alternates B and C
$1,835,615
$1,845,000
$1,853,310
$1,863,500
$2,004,596
$1,800,000
(Base Bid only)
A recap of the bids received, including the bid alternates, is attached.
FUNDING: General Fund, Development Impact Fees (General City and Police) and General Fund
Capital Improvement Budget.
NublJac. Ronsko
Works Director
Prepared by Wesley K. Fujitani, Senior Civil Engineer
JLR/WKF/Im
Attachments
cc: Interim City Attorney
Deputy City Attorney
Finance Director
Purchasing Officer
Building and Equipment Maintenance Superintendent
Weneli Mattheis Bowe
The McDonald Glenn Company
Broward Brothers, Inc.
Leslie G. Delbon Company, Inc.
Mark Diversified
Diede Construction
CAWARD.DOC 513195
SENT BY:Xerox Telecopier 7021 ; 5-24-95 ; 3;01PM ; 12099484910- 33367954 2
NEU\dILLER St BEARDSLEE
A ?ROFEnio\,AL CoRpomroN • ATTomm & C=Nsuom ESTmusH D 1903
60413-DO060
JOHN W. MVAZL
STocxmv OFF=
S09 W. WE= AVL
STOMON, CA
95203-3166 May 24, 1995
(209) 948-8200
(209) 948-4910 FAX
MAIL= ADDw&
P.O. Box 20
STQQ=N. CA
VIA TELEFAX (209) 333-6795
9S201-3020
Rich Prima
Moo=
Design Engineer
(209) S77 -82W
(209) $77-4910 FAx
City of Lodi
P.O. Box 3006
212 West Pine Street
Lodi, CA 95241
Dear Rich:
I have reviewed the documentation you gave me with respect
to the bids on the above -referenced contract and with
respect to the fact that the two lowest bidders listed a
non -prequalified subcontractor. Under the case of Konica
Business machines v. Regents of the University of
California 206 Cal.App.3d 449, a bid is determined to be
non-responsive if a) it does not substantially conform to
the specifications; or b) it does substantially conform
but the variance affects the amount of the low bid or
gives an advantage to the low bidder over other bidders.
our contract Addendum 2 specifically provides that the
failure to use a pre-qualifed subcontractor will be
considered a nonresponsive bid. There is also the point
that it is theoretically possible since those who did use
pre -qualified people were restricted to a specialized list
and the two lowest bids were not so restricted to that
specialized list, that it could have affected the low bid
or given an advantage to them.
Therefore, I would have to say that in fact the two lowest
bids were non-responsive. This brings up another issue.
We have received, after the opening of the bids but prior
to the award of the bide, a letter from the non -pre-
qualified subcontractor ("Armstrong"), in which they
"officially pulled" their bid. There is some question as
to whether they can "officially pull" their bid. Even if
they did pull or were allowed to pull their bid, however,
this would leave the two lowest bids with no subcontractor
for that area which would mean they would have to do it
39644-1
SENT BY:Xerox Telecopier 7021 ; 5-24-95 ; 3:01PM ; 12099454910; 33367954 3
Rich Prima
May 24, 1995
Page 2
themselves. I think there are significant problems as to
whether Armstrong may pull their bid, but I don't think it
is a key point here. The key point is whether they have
pulled it after the fact or not, it is an attempt to
correct what is a non-responsive bid. Therefore, I would
indicate that I believe the best course of action is to
reject the two lowest bid as non-responsive and award to
the 3rd lowest bidder.
The issue has further been raised, however, that the 3rd
lowest bidder has as a subcontractor, Pinasco Plumbing,
Inc. and the City of Lodi received on May 19, 1995, after
the bids were opened, copies of documents indicating that
Pinasco has been sued in Amador County on or about May 4,
1995, for allegedly failing to pay one of its
subcontractors on another job. I would note for the
record that McDonald -Glenn, the apparent low bidder for
the whole job, was also named in that suit pro forma.
The concern has arisen whether this bears on the fact that
Pinasco is listed as a subcontractor in the third low
bidder's bid.
I do not believe it does. First off, the fact that they
may have gotten into a dispute or even wrongfully withheld
money on another job, absent some showing of a crime or
violation of the statutes, does not make them an
unresponsible or non -responsible bidder or party.
Secondly, unless there was some mis-information given to
or perjury committed in information they gave to the City,
the City already prequalified them prior to becoming
aware of this issue. Lastly, of course, this is so far
merely a lawsuit. It may in fact be completely wrong and
Pinasco may be totally innocent of any wrong -doing or
failure to pay. We simply don't know that. To show that
someone is "non -responsible," information must be provided
to them and they are entitled to a hearing before the City
Council on that issue. The real issue of course, will be
whether they are Qualified to do the work. Qualified, in
this case, means "do they possess the quality, fitness,
and capacity to satisfactorily perform the proposed work?"
it doesn't really relate to whether they have been sued or
gotten into a dispute with a subcontractor of theirs.
Therefore, it would appear to me that the best course of
action would be to disqualify the two lowest bidders as
non-responsive and award the contract to the third lowest
35614-t
SENT BY:Xerox Telecopier 7021 ; 5-24-95 ; 3;02PM ; 12099494910-+ 33367954 4
Rich Prima
May 24, 1995
Page 3
bidder. Alternatively, of course, the City has reserved
the right to reject all bids and re -bid the matter. If
you were to re -bid the matter, it appears to me that the
work you have already done in pre -qualifying people would
not need to be done again and could simply publish a
Notice Inviting Bids at least 10 days before the date of
opening the bids in accordance with Public Contract Code
section 20164.
I am returning to you with the hard copy of this letter,
the various documents you had given to me to peruse.
Ptry you
STOVALL
Attorney -at -Law
JWS:jlk
Enclosure
cc: (Via Facsimile)
John Luebberke,
Deputy City Attorney
35644-1
CITY OF LODI
Public Works Department
Tabulation of bids received May 18, 1995
PROJECT: CITY HALL REMODEL - PHASE 2
221 W. Pine St.
Item Description
1 Remodel Existing 3 -story Lodi City Hal
Bid Alternate A
Enclose Covered Porch at North Entry
Bid Alternate B
Replace Existing Roof Tile with 'S' Mission Clay Roof Tile
Bid Alternate C
Substitute Tile for Finishes in Men's Toilet Room 312
Women's Toilet Room 320.
Item Description
1 Remodel Existing 3 -story Lodi City Hal
Bid Alternate A
Enclose Covered Porch at North Entry
Bid Alternate B
Replace Existing Roof Tile with 'S' Mission Clay Roof Tile
Bid Alternate C
Substitute Tile for Finishes in Men's Toilet Room 312
Women's Toilet Room 320.
Engineer's Estimate
Qty Unit Price Total
1 LS $1,800,000.00 $1,800,000.00
1 LS
1 LS
1 LS
LESLIE DELBON
Sonora, CA
Qty Unit Price Total
1 LS $1,833,000.00 $1,833,000.00
1 LS 23,135.00 23,135.00
1 LS 4,980.00 4,980.00
1 LS 15,330.00 15,330.00
BIDTAB.XLS
MCDONALD-GLENN BROWARD BROS.
Manteca, CA Woodland, CA
Price Total Price Total
$1,819,357.00 $1,819,357.001 $1,830,000.00 $1,830,000.001
10,145.00
10,145.00
20,000.00
20,000.00
2,697.00
2,697.00
3,000.00
3,000.00
13, 561.00
13, 561.00
13, 000.00
13, 000.00
MARK DIVERSIFIED DIEDE CONSTRUCTION
Sacramento, CA Woodbridge, CA
- Price Total Price Total
$1,848,000.00 $1,848,000.001 $1,972,674.00 $1,972,674.001
19,500.00
19,500.00
22,744.00
22,744.00
2,500.00
2,500.00
12,100.00
12,100.00
13, 000.00
13, 000.00
19, 822.00
19, 822.00
i �N1
- Lic 4482475
June 7, 1995
CITY OF LODI
City Hall, 221 West Pine Street
Lodi, Ca 95241-1910
SUBJECT: Contract Award and Rejection of Non -Responsive Bids for
Civic Center Improvements (Phase II), City Hall Remodel
City Council Members,
I come here tonight, appealing the Public Works staff's
recommendation of DISQUALIFYING The MCDONALD GLENN Company as low
bidder on the Civic Center Improvements (Phase II), City Hall
Remodel project.
This appeal is not a challenge, at this time, of the legal
recommendation by interim City Attorney but an appeal to the City
Council members to their common sense plus an obvious savings to
the TAX PAYERS of Lodi.
Our bid is being classified as "non-responsive", by your Public
Works Staff and your interim City Attorney, because of our
listing of a non pre -qualified subcontractor. As stated, we
are not challenging the legality of the subcontractor listing,
but there are two sides to every story.
The pre -qualification of contractors, in our opinion, is
definitely in the best interest of tax payers, a benefit to
contractors and I sincerely hope the City of Lodi continues this
practice. As with any new or different process, there is a
learning curve that will have to be endured. In this particular
case, the question of true intent of the pre -qualification and
whom is to be pre -qualified caused confusion at bid time.
SUMMARY OF THE BID PROCESS
The original bidding documents required GENERAL CONTRACTORS,
ELEVATOR, ELECTRICAL AND "MECHANICAL" subcontractors to be pre-
qual-ified. The City produced addendum #2 that listed the
City's pre -qualified contractors. The addendum also divided the
once MECHANICAL subs into "Heating Ventilating/Air Conditioning"
and "Plumbing" subcontractors. Addendum #3 increased the list
even further.
22221 Oleander Avenue (209) 823-2772
The McDONALD GUNN COMPANY Manteca, California 95337 Fax (209) 823-1389
On bid day, The MCDONALD GLENN Company received a fax bid from
ARMSTRONG Plumbing, we noted that Armstrong was not on the list
of pre—qualified subcontractors. We placed an immediate call to
Armstrong Plumbing, leaving a message with their secretary
concerning the bid. NO RESPONSE FROM ARMSTRONG WAS RECEIVED
BETWEEN RECEIPT OF BID AND @ 11:45 AM AND 2:00 PM.
After receipt of Armstrong's bid we placed a call to Dennis
Callahan. Instead of Mr. Callahan, we were put in contact with
Mr.Gary Wyman. We were inquiring if the pre—qualification list
of subcontractors had been expanded or changed, in particular was
Armstrong on the list. From the conversation with Mr. Wyman, we
interpreted that the "PLUMBING" subs were not critical and should
not have been made part of the pre—qualification process. Thus
we listed Armstrong and assumed other general contractors, if not
all, would make the same type of inquiry.
REBUTTAL
After the bid was submitted, contact was made with Armstrong by
The MCDONALD GLENN Company. He claimed ignorance of the pre—
qualification requirements and subsequently pulled his bid from
all general contractors (letter received the following day and a
copy issued to the City). Please note, Interim City Attorney
"pre—judged" this action as an attempt to circumvent the bidding
requirements. Although your City Attorney is quick to pre—judge
this action, he chooses to point out that a law suit filed
against a subcontractor listed by the third low bidder is not a
"judgement" but only alleged. It is my opinion that judgement on
both issues should be made with the same open mind.
CLOSING
Obviously, because of our interest in this project, and because
of prior working experiences with the City of Lodi, The MCDONALD
GLENN Company would be pleased to accept a contract for the this
project. In doing so the City would be saving $17,241.00 of tax
payers money. And should all alternates be accepted the City
could realize as much as $30,685.00 in savings over the
recommended third low bidder.
I realize that voting against city staff and legal council
recommendations are not commonly done and may not be politically
wise to do, but saving the tax payer's money is. So in closing
I hope City Council will recommend that the project be re—bid.
In doing this I can guarantee that the tax payers will save at
least $17,241.00, because it would be the intent of THE MCDONALD
GLENN Company to re—submit at least the same bid amount, if not
lower.
4Gl
renn McDonald
President
MEMORANDUM, City of Lodi, Public Works Department
To: City Manager
City Council
From: Public Works Director
Date: June 7, 1995
Subject: Contract Award and Rejection of Non -Responsive Bids for Civic Center
Improvements (Phase II), City Hall Remodel ($1,853,310)
Per the instructions of John Stovall, Interim City Attorney, I am forwarding to you prior
to tonight's City Council Meeting a letter of protest from Stanton, Kay & Watson, the law
firm representing Broward Bros., Inc., together with a response from our
Construction Inspector related to our bid process.
We will present to the City Council this evening additional information, some of which is
attached, which shows that our recommended action in the Council Communication is
appropriate.
If you have any questions, please contact me.
't�z
!�
Ja L. Ronsko
ubli Works Director
JLR/I
attachments
cc: Interim City Att ;ney
City Clerk
Construction Inspector
MCCAWARD.DOC
06!05",95 15:15
%2916 381
7880 SK&W
LAW OFFICES OF
STANTON, KAY & WATSON
LAWRENCE If.; AYE; It
P. W (-
r F!1.{ 1,� 0
w +! i �.
r3 7501 FOLSOM DOULEYARD. SUITE 350
JAMES M, •-
ELMCR R. MALAKOFF
SACRAMHNTO, CALIPORNIA 15126
Cl_AT P. 5RARLQY
381-78¢8
TELEPHONE (416)BRUCH
9. 1.910H
FAX (916) 331-7890
WILLIAM L_ lBRTER
CYNTHIA S. CONNER�
SUSANJ,OLSOH
RONAI.0 L. JLICHMAN
S:RLLY A. RYAN
THOMAS E. STANTON
of"bum
VIA FAX: (209) 333-6907
June 5, 1995
Hon. Steve Mann, Mayor
CITY OF LODI
221 W. Fine Street
P.O. Box 3005
Lodi, CA 95241-1910
Subject: Civic Center Improvements (Phase 13). City Hall Remodel
Dear Mayor:
fih001/D02
0S 95
co
krrVW,
110 SUTTER STREHT, THIRD PL '
SAN FRANCISCO, CALIFORNIA 44164
MBPHOmE t4151 785-3496
PAx (40) 7884174
This office represents Bmward Bros., Inc., s general building contractor located
in Woodland, California. Browwd Bros, was recently notified by the Lodi City Council
that its bid on the above -referenced project was considered non-responsive and was
therefore rejected. I note that the City Council will have a meeting on June 7 to discuss
this mattes. I therefore send this letter to you via fax. to ensure that it receives irrfm�iate
attention.
At the pre-bid meeting on this project, conducted by the City of Lodi, Broward
Bros. was given the name and phone number of a Mr. Crary Hyman as the City's agent and
contact for the project. During the bidding process, Broward Bros. contacted Mr. Hyman
several times, at the project site and via the telephone, to have questions answered. Mr.
Hyman was helpful and answered the +questions. However, it is now apparent than due to
intended and reasonably anticipated reliance on the information Mr. Hyman provided, it
has been recommended that the bid of my client be rejected as non-responsive.
As bid time approached, Broward Bros- received a scope -of -work letter from
Champion IndustrW Contractors, a subcontractor who was listed as an approved
mechanical subcontractor. The scope letter stated that Champion Industrial would also be
bidding phnnbing for the project, Upon receipt of the letter, Broward Bros. personnel
telephoned Mr. Clary Hyman for clarification as to whether or not this was acceptable,
since Champion was not listed as a pre -qualified phunbing subcontractor. Mr. Hyman
stated that, "Pliunbing contractors do not need to be pre -qualified." Broward Bros. relied
U4-05-1995 15:01 916 381 7880 P.01
06%05:95 15:15 0916 391 7880 SK&W 1200-21002
Hon. Steve Mann, Mayor
City of Lodi
June 5, 1995
Page 2
on Mr. Hyman's statement in preparing its bid, and haat is why it listed Araaastrong
Plumbing on the bid. Were it not for Mr. Hyman's statements, Armstrong Plumbing
would not have been listed on Broward Bros.' bid.
Because the City of Lodi informed Broward Bros. that its contact person, Mr.
Hyman, would answer questions relating to bidding, it obviously did not occur to my client
that the information provided would be erroneous and that reliance upon these answers
would result in loss of the bid. I have reason to believe that other bidders received
equivalent erroneous bidding information from Mr. Hyman.
On the basis that requested, anticipated, and reasonable reliance upon the
information provided by the City of Lodi's contact person may cause Broward Bros_ to
lose its bid, it is our position that the only appropriate remedy would be for the City of
Lodito reject all Rids and have the project m -bid. I believe the project could be rye -bid and
awarded within. ten days, at little additional cost under Public Contract Code section 20164.
This would certainly be more cost-effeetive than litigation. In any event, please he advised
that, should the City proceed to adopt a resolution rejecting Broward Bros.' bid as non-
responsive,
onresponsive, Broward Bros. will pursue all available legal action against the City due to its
mishandling of this matter.
Very truly yours,
STANTON, KAY & WATSON
William L. Porter
Attorney-at-Uw
1'i'1004111
JUN -05-1995 15:02 916 381 7BBO P. 02
(D MEMORANDUM, City of Lodi, Public Works Department
To: Public Works Director
From: Construction Inspector
Date: June 6, 1995
Subject: Contract Award and Rejection of Non -Responsive Bids for Civic Center
Improvements (Phase II), City Hall Remodel ($1,853,310)
Today I received a copy of a fax from a legal firm representing Broward Bros., Inc. I feel I must
respond to correct certain items and inaccuracies.
First, I have reviewed the video tape of the prebid meeting. I was introduced as the City's full-time
on-site construction inspector. My phone number was given as the person to contact to set up
appointments to tour the City Hall building. At no time was I presented as the City's "agent'. There
was a statement made by Dennis Callahan, Building and Equipment Maintenance Superintendent,
after discussing access to the building that, 'Questions about the building be directed through
Gary Wiman.' At no time during the prebid meeting was it stated that I would answer questions. At
the prebid meeting, there were questions about prequalification. One contractor asked, "How do
you define mechanical subcontractors?' The answer was mechanical HVAC and plumbing. It was
then asked, 'What if a qualified general lists a non-qualified electrical, mechanical? That's going to
be thrown out? Non-responsive?' The response was, 'Right.' As noted in the fax, I did receive
numerous questions from various contractors, subcontractors and suppliers during tours and phone
calls. I only answered questions about where to find things on the plans or in the specifications. I
was asked, but did not answer, questions about conflicts on the plans, in the specifications, and
about substitutions; I passed those questions along to Wes Fujitani, Senior Civil Engineer, to be
answered via addendum, or asked the questioner to call the architect, Larry Wenell.
Addendum 2 was issued on April 28, 1995. Item 3, attached as Exhibit A, states: 'Mechanical'
subcontractors required for pre -qualification is defined as mechanical HVAC Contractors and
plumbers, not fire sprinkler contractors. Item 4 states: Prequalifications: The following list of
contractors have been prequalified. Others may be added in a future addendum pursuant to ongoing
evaluation. Failure of a general contractor to use pre -qualified subcontractors will be considered a
non-responsive bid. Item 4 goes on to list the prequalified contractors by category, including
PLUMBING. Broward Bros., Inc. signed the receipt of addendum form (attached as Exhibit B).
Page 1 of the Instructions to Bidders states: The Owner, Department of Public Works, will send
written instructions to all bidders. Neither Owner or its representative will be responsible for any
oral instructions. It goes on to say:... so that all inquiries can be answered in writing and
distributed to all bidders in the form of addenda to the contract ... (attached as Exhibit C).
Finally, I did not make the statement quoted in the fax. I had many conversations with many people
regarding the prequalification process and results. I referred all questions to the addenda or the
architect.
Gary R. Wiman
Construction Inspector
attachments
cc: Interim City Attorney
Building and Equipment Maintenance Superintendent
MCCPRTST.00C
EXHIBIT A
CITY OF LODI CMC CEVTER RaROVEMENiS ADDENDUM #2
CITY HALL REMODEL April 28,1995
1. Bid opening has been extended to Thursday, May 18, 1995 at 2:00 pm.
2. Space on a first come -first serve basis will be provided two hours before the bid
opening for bidden to prepare their bids. No phones will be provided.
3. "Mechanical" subcontractors required for pre -qualification is defined as
Mechanical HVAC Contractors and plumbers, not fire sprinkler contractors.
4. Prequalifications:
The following list of contractors have been prequalified. Others may be added in a
future addendum pursuant to ongoing evaluation. Failure of a general contractor
to use pre -qualified subcontractors will be considered a non-responsive bid.
General
Broward Brothers, Inc.
Diede Construction
JA Grover
J.L. Bray and Son, Inc.
Leslie G. Delbon Co., Inc.
McCarthy Construction
McDonald Glen Company
Rock Construction
Electric
Bockmon and Woody
Collins Electric
Con J. Franke Electric, Inc.
Pacific Metro Electric
Elevator
Dover
Otis Elevator
U.S. Elevator
Mechanical
Champion Industrial Contractors
CITY OF LODI CIVIC CENTER IMPROVEMENTS ADDENDUM #2
CITY HALL REMODEL April 28, 1995
J.H. Simpson
Modern Air Mechanical
Plumbing
G.G. Hust and Sons
HRM Plumbing
Pinasco Plumbing
M. Santos and Son
Williams Plumbing
5. Section to bidders. Section 1773.1 of the labor code of the State of California
§ 1773.2. Specification of general wage rate in call for bids, in bid specifications and in
contract; post at job site
The body awarding any contract for public work, or otherwise undertaking any public work,
shall specify in the call for bids for the contract, and in the bid specifications and in the contract
itself, what the general rate of per diem wages is for each craft, classification or type of workman
needed to execute to contract.
In lieu of specifying the rate of wages in the call for bids, and in the bid specifications and in the
contract itself, the awarding body may, in such call for bids, bid specifications, and contract,
include a statement that copies of the prevailing rate of per diem wages are on file at its principal
office, which shall be made available to any interested party on request. The awarding body
shall also cause a copy of the determination of the director of the prevailing rate of per diem
wages to be posted at each job site.
(Added by Stats. 1971, C. 785, p. 1538, § 2. Amended by Stats. 1974, C. 876, p. 1869, § 1; Stats.
1977, c. 423, p. 1435, § 1.)
6. Prequalification - Mechanical
15020-4 paragraph 1.10 - Change to read "Contractor shall submit, ilk the bid, a
written...........
7. Construction Contract
Article VIII change to read "...... prosecute to completion within 305 calendar
days".
-2-
EXHIBIT B
t.
CITY OF LODI
PUBLIC WORKS DEPARTMENT RECEIPT OF ADDENDUM
PROJECT. CMC CENTER IMPROVEMENTS, CITY HALL REMODEL. PHASE II
Received from the City of Lodi ADDENDUM NO. 2 to the plans and specifications for
the above referenced project
Date: S- iSi-4 -cwcwd &4ksovs, 7 .
NOTE: This acknowledgment must be submitted with the Bid Proposal.
ACO2RC?T.00C 0412"S
City of Lodi, Civic Center Improvements,
City Hall Remodel
Instructions to Bidders
INSTRUCTIONS TO BIDDERS
EXHIBIT C
Bids: Bids, to receive consideration shall be made in accordance with the following instructions:
a. Bids shall be made on the bid form provided by the Owner, a copy of which is
included with these documents. All items on the form should be filled out; numbers should . be
stated both in writing and in figures and the signatures of all individuals must be in longhand. The
completed form shall be without interlineations, alterations, or erasures.
b. Bids shall not contain any recapitulation of the work to be done, and alternative
bids will not be considered unless called for.
C. Should a bidder find discrepancies in or omissions from the drawings or other
contract document, or should he be in doubt as to their meaning, he shall at once notify the
architect/engineer, Wennell, Mattheis, Bowe Architects. The Owner, Department of Public
Works, will send written instructions to all bidders. Neither Owner or its representative will be
responsible for any oral instructions. No interpretations will be issued later than seven (7)
calendar days prior to the bid date so that all inquiries can be answered in writing and distributed
to all bidders in the form of addenda to the contract in ample time before the bid opening date.
d. All addenda issued during the bidding period are to be included in the bid, and they
will become a part of the contract for the project.
e. Pursuant to the provisions of Section 4100 to 4113, inclusive, of the Government
Code, every bidder shall in his bid set forth:
(1) The name and location of the place of business of each subcontractor who
will perform work or labor or render service to the bidder in or about the work in an amount in
excess of one-half of one percent of the total bid.
(2) The portion of the 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 of one percent of the total bid, he agrees to perform that portion
himself. The successful bidder shall not, without the consent of the Owner:
(a) Permit any subcontract to be assigned or transferred or allow it to
be performed by anyone other than the original subcontractor listed in the bid.
(b) Other than in the performance of change order, sublet or
subcontract any portion of the work in excess of one-half of one percent of the total bid as to
which his original bid did not designate a subcontractor.
19 City of Lodi (January, 1995) Page 1
CITY COUNCIL
STEPHEN J. MANN, Mayor
DAVID P. WARNER
Mayor Pro Tempore
RAY C. DAVENPORT
PHILLIP A. PENNING
JACK A. SIECLOCK
CITY OF LODI
CITY HALL, 221 WEST PINE STREET
P.O. BOX 3006
LODI, CALIFORNIA 95241-1910
(209) 333-6706
FAX (209) 333-6842
June 1, 1995
SUBJECT: Contract Award and Rejection of Non -Responsive Bids for
Civic Center Improvements (Phase II), City Hall Remodel
THOMAS A. PETERSON
City Manager
JENNIFER M. PERRIN
City Clerk
BOB MCNATT
City Attorney
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, June 7, 1995, at 7 p.m. The meeting will be held in the City Council
Chamber, Carnegie Forum, 305 West Pine Street.
This item is on the consent calendar and is usually not discussed unless a
Council Member requests discussion. The public is given an opportunity to address
items on the consent calendar 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 the City Clerk at 305 West Pine Street
If you wish to address the Council at the Council meeting, be sure to fill out a speakers
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 Jennifer Perrin, City Clerk, at (209) 333-6702.
If you have any questions about the item itself, please call Dennis Callahan, Building and
Equipment Maintenance Superintendent, at (209) 333-6706.
L'
Jack . Ronsko
Publi Works Director
JLRIIm
Enclosure 1�
cc: City Clerk "
Building and Equipment Maintenance Superintendent
NCAWARD.DOC
THE MC DONALD GLENN COMPANY BROWARD BROS INC
22221 OLEANDER AVE
MANTECA CA 95336 20432 COUNTY RD #99
WOODLAND CA 95895
WENELL MATTHEIS BOWE LESLIE G DELSON CO INC
ATTN LARRY WENELL
222 W LOCKEFORD ST STE 9 P O BOX 3127
LODI CA 95240 SONORA CA 95370
MARK DIVERSIFIED INC
110 COMMERCE CR
SACRAMENTO CA 95815-4202
DIEDE CONSTRUCTION
P O BOX 1007
WOODBRIDGE CA 95258
RESOLUTION NO. 95-70
A RESOLUTION OF THE LODI CITY COUNCIL
AWARDING CONTRACT FOR CIVIC CENTER IMPROVEMENTS (PHASE II), CITY HALL REMODEL AND
REJECTING TWO NON-RESPONSIVE BIDS
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 May 18, 1995 at 2:00 p.m. for the bid for Civic Center
Improvements (Phase II), City Hall Remodel, described in the specifications therefor approved by the City Council on
March 1, 1995; and
WHEREAS, said bids have been compared, checked, and tabulated and a report thereof filed with the City
Manager as follows:
The McDonald Glenn Company
Broward Brothers, Inc.
Leslie G. Delbon Company, Inc.
Mark Diversified
Diede Construction
Engineer's Estimate (Base Bid Only)
I E0ZK:71Y (IN
Manteca
Woodland
Sonora
Sacramento
Woodbridge
Base Bid
PLUS ALTERNATES B & C.
$1,835,615
$1,846,000
$1,853,310
$1,863,500
$2,004,596
$1,800,000
WHEREAS, the bidding process required prequaliftcation of all general contractors, electrical, HVAC,
elevator and plumbing contractors; and
WHEREAS, nine general contractors, five electrical, five elevator, four HVAC and five plumbing
subcontractors were prequalified; and
WHEREAS, Addendum 2 of the specifications for this project state that a general contractor's bid proposal
would be considered non-responsive if it included a mechanical, electrical, elevator or plumbing subcontractor that had
not been prequalified; and
WHEREAS, both The McDonald Glenn Company and Broward Brothers, Inc. listed Armstrong Plumbing as
their plumbing subcontractor, who was not prequalified.
NOW, THEREFORE, BE IT RESOLVED by the Lodi City Council that the non-responsive bids from The
McDonald Glenn Company and Broward Brothers be rejected and the award of the contract for Civic Center
Improvements (Phase II), City Hall Remodel, be and the same is hereby awarded to Leslie G. Delbon Company, Inc.,
the lowest responsible bidder, in the amount of $1,853,310.00.
Dated: June 7, 1995
I hereby certify that Resolution No. 95-70 was passed and adopted by the City Council of the City of Lodi in
a regular meeting held June 7, 1995 by the following vote:
AYES: Council Members - Davenport, Pennino, Sieglock, Warner and Mann (Mayor)
NOES: Council Members - None
ABSENT: Council Members - None
ABSTAIN: Council Members - None
J CQU LINE L. TA R
A ting ty Clerk
95-7