Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Agenda Packet - EVWD Board of Directors - 10/26/2010
East Valley Water District 3654 HIGHLAND AVE., SUITE 412, HIGHLAND, CA BOARD MEETING October 26, 2010 3:00 P.M. AGENDA --------------------------------------------------------------------- "In order to comply with legal requirements for posting of agenda, only those items filed with the District Secretary by 10:00 a.m. on Wednesday prior to the following Tuesday meeting not requiring departmental investigation, will be consider -d by the Board of Directors ". -------------------------------------------- ------------------ - - - - - -- CALL TO ORDER PLEDGE OF ALLEGIANCE 1. Public Comments • EV WD's 2010 Hazard Mitigation Plan Update CONSENT CALENDAR 2. Approval of Agenda 3. Approval of Board Meeting Minutes for October 12, 2010 4. Accounts Payable Disbursements: Accounts Payable Checks # 226124 through # 226308 which were distributed during the period of October 6, 2010 through October 18, 2010, in the amount of $980,203.25. Payroll and benefit contributions for the period ended October 18, 2010 and included checks and direct deposits, in the amount of $220,916.38 and $7,300.74. Total Disbursement for the period $1,208,420.37. OLD BUSINESS 5. Presentation to Hank Sowle for twenty -five years of service 6. Discussion and possible action regarding award of contract for Plant 134 upgrade and expansion project NEW BUSINESS 7. Discussion and possible action regarding 2010 Legislative report presented by Bob Reeb 8. Discussion and possible action regarding award of contract for the Conejo Drive Sewer Replacement Project 9. Discussion and possible action regarding official ballot from Association of California Water Agencies Health Benefits Authority for the HBA Board of Directors 10. Discussion and possible action regarding the scheduled closure of the District's offices on December 241x' and January 3rd 2 REPORTS 11. Review and accept the Investment Report for the quarter en&: ('- September 30, 2010 12. General Manager / Staff Reports 13. Consultant Reports 14. Committee Reports • Legislative (Standing) • Community Affairs (Standing) • Policy Committee (Ad-Hoc) • GM Review (Ad -Hoc) 15. Oral comments from Board of Directors CLOSED SESSION 16. CONFERENCE WITH LEGAL COUNSEL— ANTICIPATE:) LITIGATION Significant exposure to litigation pursuant to Government Code Section 54956.9(b) One Potential Case ANOUNCEMENT OF CLOSED SESSION ACTIONS ADJOURN ---------------------------------------------------------------------------- Pursuant to Government Code Section 54954.2(a), any request io- a disability - related modification or accommodation, including auxilian aids or services, that is soug1.1 n order to participate in the above - agendized public meeting should be directed to the District's Admini-trative Manager at (909) 885 -4900 at least 72 hours prior to said meeting. 3 Subject to aoomN al EAST VALLEY WATER DISTRICT OCTOBER 12, 2010 REGULAR BOARD MEETING MINUTES President Wilson called the meeting to order at 3:00 p.m. Director Malmberg led the flag salute. PRESENT: Directors: Le Vesque, Malmberg, Morales. Sturgeon, Wilson ABSENT: Directors: None STAFF: Robert Martin, General Manager; Brian Tompkins, Chief' Financial Officer; Ronald Buchwald, District Engineer; Justine Hendricksen, Administrative Manager LEGAL COUNSEL: Steve Kennedy GUEST(s): Cara Van DiA (CV Strategies) APPROVAL OF AGENDA M/S (LeVesque- Malmberg) that the October 12, 2010 agenda be approved as submitted. The motion failed due to lack of vote. The General Manager requested that the following CLOSED SESSION item be added to the agenda as the need to add the item arose after the agenda had been posted. Pursuant to Government Code Section :54954.2(b)(2) the Board added the following item to the agenda after unanimously determining that there is a need to take immediate action on the item, which came to the Districts attention after the agenda was posted: CLOSED SESSION CONFERENCE WITH LEGAL COUNSEL — ANTICIPATED LITIGATION Significant exposure to litigation pursuant to Government Code Section 54956.9(b) One Potential Case Minutes jph 10, 12/10 M /S /C (Sturgeon- MaIn;Ixrg) that the October 12. 201 n agenda be approved with noted revision. PUBLIC PARTICIPATION President Wilson declared the .public participation section of :neeting open at 3:00 p.m. Mr. Sturdivan provided a bri:f pdate regarding the district ') 1, Hazard Mitigation Plan. There being no further writt n or verbal comments. the I -t nFc participation section was closed. APPROVAL OF SPECIAL BOARD MEETING MINI ITS FOR SEPTEMBER 15, 2010 M /S /C (Levesque- Mahuherg) that the special Board r e(ting minutes for September 15, 2010 be approved as submitted. APPROVAL OF SEPTEMBER 28, 2010 BOARD MEE:'FIN(: MINUTES M /S /C (LeVesque- Malmherg) that the September 28. _ ?'J Board meeting minutes he approved as submitted. Director Malmberg abstained from the vote. RESOLUTION 2010.28 — A RESOLUTION OF THE BOARD OF DIRECTORS OF THE EAST VALLEY WATER DISTRICT NOTICE OF COMPLETION EXECUTED BY THE DISTRICT FOR PUMPING EQUIPMENT, BRUSH AND BAIL, INSTALL A NEW 6 STAGE BOWL ASSEMBLY, REBUILD PACKING BOX ASSEMBLY, SAND BLAST AND PONVDER COAT DISCHARGE HLAD, AND INSTALL NEW RUBBER LINE SHAFT BEARING AT PLANT 132 LOCATED AT 7479 SAN FRANCISCO STREET IN THE CITY OF HIGHLAND M /S /C (LeVesque - Malmberg) that Resolution 2010.'_8 x, approved. DISBURSEMENTS M /S /C (LeVesque - Malmberg) that General Fund Disbursements 4225995 through #226123 distributed during the period of September 22. 2010 ill.ough October 5, 2010 in the amount of $545,973.61 and Pa 'vroll Fund Disbursements fin the period ended October 5. 2010 in the amount of $278,0;1 78 totaling $824,005.39 he a' ,nr(' ed. 2 Minutesjph 10'12:10 RESOLUTION 2010.27 — A RESOLUTION OF THE BOARD OF DIRECTORS OF THE EAST VALLEY WATER DISTRICT ESTABLISHING AN INVESTMENT POLICY FOR PUBLIC FUNDS The Ad -Hoc Policy Committee has met and reviewed the investment policy; the committee suggested that two documents be added to the policy as exhibits: 1. Certification from Citizens Business Bank that they have read, understand. and will make investment recommendations in accordance with the attached Investment Policy and, 2. Procedures established by the General Manager regarding District Investments. M /S /C (Malmberg - Morales) that Resolution 2010.27 be approved as submitted and that the two exhibits be included as part of the Investment Policy. DISCUSSION AND POSSIBLE ACTION REGARDING THE DIRECTORS PAYROLL M/S /C (Morales- Sturgeon) that t'ie Directors payroll be combined with the employee payroll effective January 2011. DISCUSSION AND POSSIBLE ACTION REGARDING A CUSTOMER SURVEY The Community Affairs Committee is working on a goal to understand what programs the District's customers are interested in and that a customer survey could provide this information. Director Malmberg would like to know how a survey will affect the water or the cost of service we provide to consumers. Director Morales stated that a survey is just one component to finding out what direction our public outreach program needs to go; that a survey has value but there are a number of questions that need to be addressed first: 1. Do we really want to do a survey? 2. How are we going to do a survey'? 3. What questions are we going to a.sk? President Wilson does not support a survey at this time. This item has been sent back to the Community .Affairs Committee for further review No action taken. 3 Minutesjph 10.12!10 DIRECTOR'S FEES AND EXPENSES FOR SEPTEMBP R 2010 were presented to the Board for approval. Director Morales stated that ire is an error on the rrpo•t 6r Director Malmberg. (The column is not added properh ) M /S /C (Sturgeon- LeVc.que) that the Director's !ccs �: id expenses for September 2010 be approved as submitted .kith the noted correction by Director Morales. GENERAL MANAGER/ STAFF REPORTS The General Manager reported on the District's operations a ,l.re: that %Ne have received the POS and notice of bond sale tirom the publisher. Ms Hendricksen gave a brief update regarding the District to, n jai October 291h. Information only. CONSULTANT REPORTS Ms Van Dijk gave a brief over, iew of the public outreach pro;,,rfims that CV Strategies is working on for the District. Information only. COMMITTEE REPORTS a. Legislative (Standing) - Director Morales stated that tL; Mate budget passed but was 100 days late; that there are many changes in the budge. President Wilson stated that he and the General Manger had met with Congressman (,\\ is, office regarding the Santa Ana Sucker Fish 'I',tskforce. b. Community Affairs (Standing) — Director Sturgeon slat, d that the committee had recently met, reviewed a number of items including th�2 D'strict's website. strategic plan. employee newsletter. Water Quality Conference Lind District closures. c. Policy Committee (Ad- l -loc) —The committee will be r:\ .;wing the Drug & Alcohol Policy shortly. d. GM Review (Ad -Hoc) — "fhe Committee has not met. Information only. ORAL COMMENTS FROM THE BOARD OF DIRECTORS Director Malmberg stated that .;roxiding bottled water from �i .ter Bros. at District meetings gives off a bad signal to our ccs:omers. Information only. 4 Minutesjph 10'12 "10 The Board took a break at 4:02 p.m. The Board returned to regular session at 4:08 p.m. CLOSED SESSION The Board entered into Closed Session at 4:08 p.m. as provided for in the California Open Meeting Law, Government code Section 54945.9(a), to discuss the items listed on the agenda. ADJOURN TO REGULAR SESSION President Wilson declared that the meeting adjourn to regular session. ANNOUNCEMENT OF CLOSED SESSION ACTIONS The Board returned to regular session at 4:24 p.m. The items listed on the agenda were discussed in Closed Session with no reportable action being taken. ADJOURN The meeting was adjourned at 4:24 p.m. Robert E. Martin, Secretary George E. Wilson, President 5 Minutesjph 10'12'10 East Val ley Water District Board Memorandum From: Brian W. Tompkins J Chief Financial Off' r Subject : Disbursements. Recommandation: Approve the attached list of accounts payable checks and payroll issued during the period October 6, :2010 through October 18, 2010. Background: Date: OCTOBER 26, 2010 Accounts payable checks are shown on the attached listing and include numbers 226124 to 226308 for A total of $980,203.25. The source of funds for this amount is as follows: Unrestricted Funds $980,203.25 Payroll and benefit contributions paid for this period totaled $220,916.38. Director payroll paid for this period totaled $7,300.74. Total disbursements $1,208,420.37. o N o N oN oN o v N o N O N �N o N o N O ON oN G7 C_ �m w� wm w w G) m O� 0 m N cJON a N S m 3 cmom j W W m A A A A C+ m o o W W m m (D j N N N N m V Jm 1�9 w O O c. J w W W W V W m W m N (T m -+ m m W W A A 60 -J -J co W C) (0 (0 O O A A ( m O O m W (0 J J m m O O C) C) J J O 0) D O O O 0 O 0 0 C7 00 10 Z z Q < D 3 <O <O <O <0 <<n <O <O <o <C) <DN << OT. 0 0 OT. 00 OT 0 0 D s 0 on (D N N -� W iJ -+ N N N 0 N 0 N O O O O O N O N O O O N N O q) I(0) O N O Ut m O O m O O O " O n O N O O D O 0 rn n 0) o rn 0 0 C) o 0) O 0) o 0) � f O O rn o 0) N N N N N N N N N 'J N N O_ O_ O_ _D _O _O O_ OO .J O_ O_ O O O O O O O O O := O O O c/7 co 0 3 f7 O O O W m W ° W D D N w y D a, Ia S r B D o D { oD n D D s co o o rr, o 0 O' O N O N N N A N ID N O� m N JO (p 0 N O J> O m 3 in (A A m m A (0 O °, m w 2 m ° m �D AD ((D C C N = _Z 0 0 C C C CD C C C 3 m m a n f.,i va, N m N 3 vii- v¢i vii CD m m 0 m m -. w 0 co w w D D > D z D m A w D z -Di D G m G7 m "o m A 0 m z m o m z z c n C: m O Nlo z 0 m n ii o O O 0 O { O z z m z m m w z m D m m < 90 C/) o a -< C. n cn m Z 0 CD n r N ° O 7 m ° C E I 0 x o m 3 0 0 } D Sm n 2 x O O 0 N 6 O n 0 m N 0 0 N A 0 m N N G N CD K v N W W m A A A A N N W W N N O O J (0 J W m O W W m m W W m m j N N N G1 G) N N V Jm 1�9 --� O O c. J w N N O O O N N m CT J J 0 0 (T m -+ m m W W A A 60 -J -J co W C) (0 (0 O O A A ( m O O m W (0 J J m m O O C) C) J J O D O O O 0 O 0 0 C7 00 10 I 0 x o m 3 0 0 } D Sm n 2 x O O 0 N 6 O n 0 m N 0 0 N A 0 m N N G N CD K v N N o N o N o o N o N o N o 0 o N o N J o J 0 V 0 V o N v o N V O N J N) o N J N O N ( N O N J A N J N m V N tD V to V N lD co N V N m V [o J l0 V N to m N) c0 tO t0 tO N N) - C) O N N O C � -j -' O m W W 0) W W W (D O) W W W m W W N N N N O G O O O m N 0 0 O m ti) N W W O O O O O OD O O 0 0 0 0 0 1 O N) O O O O O N O C) O O N O t0 p p WW J m (T V W J 0) N O_ U A W O_ N C N O O O_ O_ O_ 0 0 0 0 0 0 0 0 0 0 0 <0 <0 < <0 <0 <0 < < <C) <C) < < < <0 <0 <C) <0 <0 <C Or Or OOr OT Or 0007, Or 00007, Or Or Or Or 07 (O N C) O C) O 0) N CD (A O y 0 O N 0 N O - C) O N N O C � -j -' O N 0 N O N N O N C 0 A O ( C c O O N O j O 01 j O - O O O o O C) j O N) v N) N N N° ° N N N N O G O O O m N 0 0 O -° O) N G O O CZ) CD W C Q O O O O O O OD O O 0 0 0 0 0 1 O N) O O O O O N O C) O O N O t0 p p 00 m 00 W O O W 00 N O_ N O N O_ O_ N O_ ni G O_ N C O O O_ O_ O_ 0 0 0 0 0 0 0 0 0 0 0 0 0 _G O O CD O O O O O O O O O O C (� 0 2 O C) << < C) 0000 0 0 0 [] N C) [7 N j [7 m m — a D 0 o o D o o w CD N o D d M ? CD g T �' m D c c 3 3 3 3 In () n e CD 3° C) o o o 3 0 CD 3 o c c o 0 o m i � N O N A .0.. ,O-. — .= A N (°O 00)j N A (n n A j N (A)1 a C N NI 0 0 0 0 :D O CT N N N (D N N_ N O J O � (D (D C) n D) C O O G C U) (/� Cn C 7 J J C C C (D (D m Q � c c c -0 -u > 0. > > a N Cl) C N 73_0 71 m N Cl) CD (D N `G `G ,G t0 (0 f0 (0 2 n N N CD N C 0. N N (D N (1) N 41 N O O m O 0 D C) n Ci 0 C) Z C> W Q m m D O x m D D < 2 c c m < v o 7) Cl) C7 y --i (n m m m rn LO � 0 A n Z o 0 °° 0 0 m A O U Cl) D O t °° N N A D m D C U m c n m m wNN�pm (n D c D O <� m N N f p m > 7 Z � O Cl) r Z Or cn A D C) T' C) m m n { C) L Q D z n D U 0 C) co v_ cn C) 7, = m T m m� O m C D Z 0 3 < z �cU) m ' ET ° cn o m G m v � r r D Z O O co (O O (A A W A N O] 4 co A co 01 01 I (O N N cn m N A A. W W N W A O A A O �I N (O c0 A A A A O O OD C N N (T A O CO OD N -J (n m W O N O V .0) d) N N N N O O O c WN 0 0) A C) CID O O O C t0 p p 00 m 00 W O O W 00 C3 W O W 01 (mT (D co (WO (WO (DD 0 o C7 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N o N o o N o o N o o N o o c c N o o N o o 0 0 o o N o o N o o o o O O N o o 0 0 N N N N N N N N N N N N N N N N , , N N N N N N 0 0) W �_ ( (O W ( (D (Y) ( (O W W ( (s: C] W W W W W W W W W W T W W W W W W Oi t t0 0) W W W W Oi W W 4 O U W L L L A N N W W U A lV0 61 O U1 ( (T V V1 W L't ( (J1 A Ul c cm0 CT A r OT. OT Oz Oz O u7. OT 000 O C O C 0 O OT. OT O C (3) > N > N > N > J J > (7) > > O O 0) 0) -4 O O O N O N O (Y) 0) O > O O > > J > O (T'i Vt CT Vt O N O O O > 8 O 1 - - 0) — O 1 1 0- 0 0 0 0- N 0 O ` O O O O N N N O O O CD O J O O O O O O O O O O O O O O O O O O O O O c-0 + d O -+ C O C N N N N N N N N fJ N N N N O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 C) C) C) C) O = < < < (, C) C) n C) O O c C = m 0 C 0 C O m G) a CD m 9 m m ° m °_ ° 0 m C O o o O = °- D (D T O D m O CD D D (D < - z c c 0 in O O 0 o O C r W S X (n O m L GJ 61 N< O M z 0- C) (D (D m o 3 3 0 3 o C) m o m m m o m o r o 0 n o 3 o ° o (D o m m UT A NW 0 m rn° w oN w m N r o. n n a _ _ -� -1 -i -i U) D N D N Cn N N n D 00 p CD C C C C (D C C co Cn C/) C C cD (D (D G (D Q n a v -O v -o �_ r °1 v m o. N m �' m m v, CD v -o CD =� 3 3 3 v, N Q co 0 `< `G `G N n N 0) cD N CD O n o O m (D m o m m m m � m D y O < O O x O :Ti X cn � m < m m m U) 56 D m c G7 0 2 ? z D G7 = D -i m z m m D r m m Z o O m m Cl) z n m0 _ z X Cl) z Q D vc n O A z m m z n z = o n z m o O m 3 O D C/) 2: D Cn z D z mm m Or < A Cl) D O O r z G) m m C) m r cn z C) n Sul > N C) C; W 0) 00 (0 (0 A W N M CD A A cn A A W (T A OD W J J Cn m O W m N N O 0) 00 0) (T (P C* -+ W A N W W O O N N A A W O N co A A m N O N J (0 c0 A J 00 O W co c,_ CO J W N A A O O C m c0 > N W N N N W W w w O O O (T > A Co (T O O > O (7c CD N O O O O O O C (C A 0) O J J W N W W O J :.- O co O N O] (0 (0 J J C' d) 0 0> N N 0 0 O O Cn (C 0 O 0 0 O C) 0 0 0 0 0 c 0 0 0 0 0 0 O C Sul > N C) C; W 0) 00 (0 (0 A W N M CD A A cn A A W (T A OD W J J Cn m O W m N N O 0) 00 0) (T (P C* -+ W A N W W O O N N A A W O N co A A m N O N J (0 c0 A J 00 O W co c,_ CO J W N A A O O C m c0 > N W N N N W W w w O O O (T > A Co (T O O > O (7c CD N O O O O O O C (C A 0) O J J W N W W O J :.- O co O N O] (0 (0 J J C' d) 0 0> N N 0 0 O O Cn (C 0 O 0 0 O C) 0 0 0 0 0 c 0 0 0 0 0 0 O C iv <0 <0 <n <n <0 < <n < <0 <n <0 < <0 o N o o N o o N o N o N N N N N N 007 N w Oz N O) Q) I W , N 0 I N w 0) (p 0) (p > 0) (p > 0) (P CD O) J 0) m Q> > V V> J Q) J> V N> m (D > b N 0) m V> lD v W J N J O V N N 0) J O 0) A W (3) A Q) V m N V (7) V A S W M (I) A w N O (O O O O o b 0 J 0) Cn N A N W N <C) <0 <0 <n <n <0 < <n < <0 <n <0 < <0 < <: () <h Ox 07� O;K Ox Ox OT. OOr OOZ Ox Ox 007 00;K Oz ()) > N N N > W >N (3) a) N - - 1 N > O O O O O > O O C) O O O 0 NO NO -4 0 NO _ J O N O 0 0 O _ O Cl O N O N C) (D tD N V 1 N o O> O (Y) O 0 O m (T 0) 0 0 0) 0 0) O 0) O O 0 0 o b 0 0 0 N N N N N N N N N N O_ O_ O_ o O_ O_ O_ _o O O_ O_ O_ _O O O O O O O C) O O O O O O O C) O C) m (� C/) () (� -n -n < <; O fU N _ _ O S S S O S S S D Z (C/) = O N O C Z -0 J Z c (/) 0 N 0 (� �= D N D 0 0 0 D -I o Z 0o r 0o - m 0 o 0 o (7 n EL CD o o 0 m 0 3 0 3 o n o 3 0 3 c 3 0 3 m m' N CD 3 N p CD O (D o N O (D A (D » N (n N O O (D N (D N N N W '� Z7 0 N (D x Ch � O Z1 Z7 0 Cn CD CD CD Cn U) CD CD V. CD V .00.. .0�.. U) U) 'p (1 a N a N _ V a J n Q C C "O "C J a (D N (n N N O CD (D N !n 'O m N N N O a o N O O o m n v 'o CD m D S Z C D D y O m O N m m W m = n < O D o O 0 m Z rn mG I z z Z � O v O D � x C7 Cis M z < Cn = m N 1 Cf) fr_fvV C D 0) m ,Z�j r D O OD > z co x n C) m �T. O C D t .ZDI r r Z 00 O X z OC C) (1) A D z o D { K (f) to to (D m G7 m m D c - { z 0 O m Z CD 0 --I 3 CD s 3 0 LD O A J V A N 0) > > N N N > --� N W --� -I OD _ _ O -N It6 W W N b ? W 0 0 (D (D O O O O N A -�+ OD A A N A W CN)) (WD co n O N N CD co O O 00 66 > N (A (T O W OD A A O O O O W> 0) 0) (D O W W J O O 0) 0) m m N o -I W 0) 0) A A O O O A U) m (n OD O O O O O co (n 00 0 D D C7 O m w N o N o N o N o N o N o o N o O N o N o o N o N o N o N o N o n N N N N N IV p x N O T N N '{ j N N N N 07 O O J W (D QJ W Q1 W Qi A A N> W t9 m ,J 01 W 0) 01 W Q O W OJ ' (O A W = O O j •� -° tD -` � � '.l Ol .� W U U (fl W � U O) O � U Q. C) O QJ 00 V U pJ ^, O O O - O C, O �_. CO O (D (0 co J Q) V ° A W Z) O1 D) oN o1 OJ J 0 , N N W N p � p 7, O 7\ O � p 7, p p x O O 7\ O T 0 A p 0 7� p x 07 O O J N — J— N-+ N 1 m 0) — J J -+ N> I - N — -4 --+ N— 0) N O O N O A O w O co W N O A A O N O O N O (D O N O O N C O O , O ' O C) 0 C) N N O , O 1 � ^, O O O - O C, O , C �_. CO 0 - 0 1 o1 W o ° ° � Z) O1 D) oN o1 1 6 ° Of_(Y) N N N N N N N O O_ O_ O_ _O c O_ O_ O_ O O_ O_ O_ O_ C O O O O O o O O O O O O O O C p C) C 0 �� a m n C= (� Cl) n � 0 O N 3 m a �. ?. Q g N 7 T H w. K C N O m (� C D = D D I D c v m S zo -0 3 r �i 3 � c2. CD X Cl) CD° o Cn 0 C, 0 c_ >> o A A o 3 = o o o ° ON C c (D O (D O (D N N N (D (D O (D A -< O (D O N (D O N _X] m ° Z7 f (D (D O (D (D (D O p N - - (D 3 CD (D N C C O O C ,� = C CD C (D 3 C a - CD a n p a <= a D a a to N N 0 0 N _ 'J N N N D N 2 O 0 G) F m m (n m z O D m cn < zz K O m D z ZJ z z p+ m D c m z mOm O fCi'' 0 A T i j 0 z � N O r N m m D m m mO ? m D m r m 0 r O m C rr rcr z = m -u p D A C C 2 r z co x -n n p x v m {o < D Om j A z C/) � w c co p cz' z m N N W N W W A A V (T W (0 O J (O (D 0) 0) O O O O W W J N j N .A O a, W N O O A A co W A A 0) O O O O O OD OD A A A 0) O O O O O -1 0) co W A A (D C CO OJ A (D (D W W C, 0 W W 0) Q: Vt N O O O 0 0 �_. CO N N O 0) W W oLL N O.fJ —_WN ON ON ON ON oN ON ON N ON oN O o ON ON o C N N N N N V N N N 01 N d1 t0 D> O c0 m 0 A w w 0 b 0 w 4 O W G W A A W O1 W 00 O to W N(D V m(� A m N mC) N ccn COT O CJC Lt (JO A O (o rn V (� m(O rnO N A N 0) p W N O O 0 O O o7, O� O77, O� O77 O� 07T O� O� O� OAT. O� 000;r. OTO. O c (A N- N N N N� N N — O O O) v N O J A O O O O N v CT O 6 N O O N A O O N N O N N O O O O N O O N j O O N O N N O O O O O a U) j O O O - O O O 0 0 0 C p 0 CD O N O W 0 0) O p ) 0 0 0 0) O N 0) O N N N C N N O_ O O_ O O_ O O_ O_ _O O O O O O O O O O O O O O O r 0 c') < T 0 c') 0 C) O = CD CD CD -c Ca CD X c O v m N m O r = o m o m o m o D m m D g D m 3 m CD CD O O O d 0 < O CD N CD C C Op CD O CD O CD Op CD (/1 N N 0 N O .Z1 (D N W (D ON O CD v O O m ^' n .Z7 N ,Z) .Z7 ZJ $1° SN SM A = 7 'O O x .Z7 'O O CD (D Cn (n Cn CD fll d N CD C: CD (D N CD (D CD C C C CD O C Ny N o N S (1 CL �a a CL (n rl. C N N N N N (A N N (�/) N CD d CD N C J O (D N CD X .D "O a CD Cj' 2 (D (D CD p m zi v z m � D r z vi r 0 m D m m xi D D D m m U) r Zz m < m D -0 u. z (z = O m Z z O 7i O z D A D (n m r � D 0 m > n 0 M C r D +, x E r O m D V) m r- C m m D T O r CI -H O r- 7(1 `- m O 7(i m m co v ni T O O o m ;o A z —i K -< m z W W O O A A A A A A O O (D (O �� N N y W O) O) W �W-` cn O) W O co W W O P O (O (D v v (P (A O O O OD M �I •J A A 00 co O O !tCb..) A O (D C N ccn COT O O CJC Lt (JO A O (o (CD (AO O C 0 to O O A co O 0) 0 O O U 0 0 O O 0 O O O y /y \ \ y \G9 \ \ y /y \y / \ y \ / / / / \_ `_ }a /2 9 /\ Em °±e /_ /f /@ (2 \% // \§ \\ �\ {} / w� )/ \/ }}} }\ \- °° ;§ ;{ 3F a CD \ \® ® \e \ /® \\ ( CD 0) {a }J \( -n x \ ° - , CD ® ( (� , , ( , \ [ - - - _ c °_ _ 7e e 0_ `�_ } e m e �e e / E 3 2 + \ * / 9 & \ / K ® y ± \ c \ 0 } \ \ \ \ \ \ g r % 2 \ § Q g / @ / 7 \ § 2 m \ � ° � - \ / \ 0 = Q ƒ < = 3 m / $ Cl) 2 ) \ > / \ 9 \ ® ) 2 co CD ° c = = c c c = = o = = o = c c \ G0 G0 G0 GO <G G G0 Gc G0 G Git G GO G0 G0 <0 G0 GC O 7� 07� O;r� Or. 0000 07 O7K 007, 007. 07 07 OX 07 07 V' J O N O -' O_ O_ N O_ C) O N O N O N O N O C to CJ) O O rQ OD O -' O' O _' 0 0 v 0° O C� ° C) C) 0 0 0 N 0O `o n) p n) p (D C C) W O W O W O W 0 0 0 0= O (Ji O O 0 C) (n (r N O N O N O O N O Q N N N N N N N N _ O _ O O O O O O_ O O_ C O C O O O O O O O O O O O O O G O C c 3 K 0 0 0 0 m 0 3 K --I C7 0 () (7 COO D m D m D m D E� E�° =:z _' { m m< m m< m< w< a< N_ G 3 c o r 0 m m -3o m-n o CJ g 0 m m r- v o A o r o a zl 7 c m m' ro w' ° (D o O to cn ° = a 3 o m m o 0 0 0 3 0 3 0 3 0 3 6 ol c mfn O0 N N O C C N C° -0 O CD N N N >> A (� N O N �) N O O a 'O 'D f p N CD CD (D W N -O "O C - N N co Cn (AD (AD m CD m co cn ((D CCD 'O N m C C C C C C C -O -O (D CD a '� N (D N (D (D m m N N N N 3 c CD N N CID D m < m m < 2 c D m v 0 cn m �� z m ui cn " O C N c m m 0 ?. D y N D Vic( m m D G) m r fll C -� -1 r Z GJ r 0 m O Z m C) " O D m U) z Z O T> ; O m O O D a z m < 0 CO z 3 m Z < m Cl) r N =' 0 o N o o N 0 o N O N 0 o N c N o n N Nt0 (O l0 l0 lJ0 1D tJ0 l0 A O) W W Cn W W (�O CP l�0 Cn (gyp ta0 CS) W A A (3) A (D A (J) A W W W 0) 0) (�O m J (D (D (D W W O o0 U (n U p J N N A N fu J W tD W w m m m N A N J N m J N N o N N N m N o N (^' N o n C W W W N 0 0 O 0 0 CJ (D 00 J W (n A W N G0 G0 G0 GO <G G G0 Gc G0 G Git G GO G0 G0 <0 G0 GC O 7� 07� O;r� Or. 0000 07 O7K 007, 007. 07 07 OX 07 07 V' J O N O -' O_ O_ N O_ C) O N O N O N O N O C to CJ) O O rQ OD O -' O' O _' 0 0 v 0° O C� ° C) C) 0 0 0 N 0O `o n) p n) p (D C C) W O W O W O W 0 0 0 0= O (Ji O O 0 C) (n (r N O N O N O O N O Q N N N N N N N N _ O _ O O O O O O_ O O_ C O C O O O O O O O O O O O O O G O C c 3 K 0 0 0 0 m 0 3 K --I C7 0 () (7 COO D m D m D m D E� E�° =:z _' { m m< m m< m< w< a< N_ G 3 c o r 0 m m -3o m-n o CJ g 0 m m r- v o A o r o a zl 7 c m m' ro w' ° (D o O to cn ° = a 3 o m m o 0 0 0 3 0 3 0 3 0 3 6 ol c mfn O0 N N O C C N C° -0 O CD N N N >> A (� N O N �) N O O a 'O 'D f p N CD CD (D W N -O "O C - N N co Cn (AD (AD m CD m co cn ((D CCD 'O N m C C C C C C C -O -O (D CD a '� N (D N (D (D m m N N N N 3 c CD N N CID D m < m m < 2 c D m v 0 cn m �� z m ui cn " O C N c m m 0 ?. D y N D Vic( m m D G) m r fll C -� -1 r Z GJ r 0 m O Z m C) " O D m U) z Z O T> ; O m O O D a z m < 0 CO z 3 m Z < m Cl) r N =' N Cn cn -4 v v (P cn _ cn CJ) --� O W cn (n O O N N -1 @ ? CJ) 00 c. W N (J) ' _ cn (n _ -4 V _ (A C V O O O A N W O A J� cn (n W (n m N CD N 0) CA N N .-" 00 m -4 m o 0 A A in m J (D (D (D W W O o0 U (n U p Cn p 0 O CD (oJC o 0 - (00 m 0X 0 0 O 0 0 0 0 0 0 0 00 0 0 0 0 0 CJ 0 O N N O N N O N O N N ° N p o 0 0 0 0 c o Cn D) CP A W D) D) (J( (JP CT, tA 0 D) W O) N VO (A JO (A N (A p (A D tA D Pi rlj rn N N N N O O (o W W O) D) (p pw A 0 W M O W (D A D) m N N A L o A m A A p A A A m N W (N.`. G m co (+Nj °i o 00 m D) D) m uJi a (T A W N 0 O (D W V Cn (r A O 0 0 0 0 0 0 0 0 0 0 0 C <O <O <O <O <O <O <O <O <O <C) <O <0 ««< << < < O O T O O;r 07 O;r\ O T. 07 07 OT ox 0 0 0 0 0 0 0 0 0 N -+ N N --+ N N -+ -,1 -+ N N O N O N O j O O N O N O N O N O - L j O N O m m m W W m m Q ON _ o_ (Nn ' O O O O O O O O C o W ow ow o W W W W O N O W N N O O O O O O 0 O O O O O C: O O Cl O O O O O O O O O p p C7 C1 0 < C) O O 0 < C C) CCCCCCCCC N O (D () m (� m o . o [ A 1 D ? D G z � � � �� � � o , � a� m D > > >>?> g� 000000 000 3 o m o 3 o (D (D 0 3 3° 3 3 o rt a o 3 0 3 3 3 O CD � O W � OA @ W tD O (D O (D V R p N O CD O N to N to to (n N N N (D (D O D) @ G (D (D (D `G Z1 3 - rD _ o CD C C -p N C C C C �� (D C 3 a a CD � a. cn n D = O. O j p N tp ,x O O O " m D y G7 n D D D O Z D � (D z x (n D O @ z O 0 m ? � m M = m m m D (_ [p T D G D m < D C z m D D �. 0 z m z O D --i D ED m -- z D y m y Z O m L7 co z U) z �7 { m O � � Z -< O N N V V A A W (J( (JP A A O O CA N W W co W V V m W Pi rlj o N O N m N W N A W W O O O O V V (r (r W W O) D) (D D ( 0 0 W M O W (D W (D O O D) m N N cn (T 00 Cn (P D) D) (D (D V V O O O O -+ V A O A 6 A O O O D) W O O A A O O 00 VJ O D) D) (D (D W W O O 00 V V -+ m N O (D (A O (D 0 O 0 O 0 0 O O O 0 0 0 0 0 0 0 0 0 0 0 C z 07c Oz 0r 00� O�c O� OT O� O� O� OT Oz OT O� 07 N W (n O 0) ' N ' N' N' N' N' 0) i 0) N� N N O NO O O O o0 (NO �O (NO j0 j0 .N)C> OO N4 �O �O j j W p W p W (On W O O W O W O� W O W O W O W O W O W O W (n W N N N N N N N N N N N N c p O_ O O O_ O O O_ O O O_ O O O O j O O O O O O O 0 O O O O O O O c T -n 0 N D m z � z O 0 z m z poi n m m N y w m m D a X D Cn D D D o T 0 o r o d m o 0 N C) 0 0 o N o o � U. Cn (! n C7 p 0 o c (0 0 c, 0 3 o 3 C 3 0 3 w o � o c 0 3 c O 3 0 0 0 O (p O 3 0 r p (p O (p O CD O (D m 0 O O O (p C ('1 Cn 1 J O N N N N N S W W 4° m o W Z7 (p Z7 A ZII W Z] 7J O O O :t7 (AD u) -00 W= (U j' N o o CD c d Cl o C (D — S C (O C C C C G' CD. N N 0 N 0 !n N CD (� N < N 0 m -a D _ O m > z z z z z z T D X m( m x G7 m D 0 D < < cn m �. u n m m O m m <; < 0 0 o m a D p O U)i z D m` m G + z m z C� 0 0 Cl) z < < W m z O r r 0 p <a•' phi ? (� W X C) r r r W u) CC (D O z D m z n C1 D C7 _o u G7 m D m p 0 < Z u rn 3 2 ;(7 C C m { r C/) Cn z z z G7 G1 z -n C C Z Z p O o N o N o N O N N o K iA N 0) CD m O G) A m A A C3) � ! O W Op N N m C n 0 C A N Cn (O u+ V V (n W (n [n m <n A A O O 00 � O O m W O O J T m (n ? W N O O O O O (n O1 m co 0 0 O C) co O O (0 A J z 07c Oz 0r 00� O�c O� OT O� O� O� OT Oz OT O� 07 N W (n O 0) ' N ' N' N' N' N' 0) i 0) N� N N O NO O O O o0 (NO �O (NO j0 j0 .N)C> OO N4 �O �O j j W p W p W (On W O O W O W O� W O W O W O W O W O W O W (n W N N N N N N N N N N N N c p O_ O O O_ O O O_ O O O_ O O O O j O O O O O O O 0 O O O O O O O c T -n 0 N D m z � z O 0 z m z poi n m m N y w m m D a X D Cn D D D o T 0 o r o d m o 0 N C) 0 0 o N o o � U. Cn (! n C7 p 0 o c (0 0 c, 0 3 o 3 C 3 0 3 w o � o c 0 3 c O 3 0 0 0 O (p O 3 0 r p (p O (p O CD O (D m 0 O O O (p C ('1 Cn 1 J O N N N N N S W W 4° m o W Z7 (p Z7 A ZII W Z] 7J O O O :t7 (AD u) -00 W= (U j' N o o CD c d Cl o C (D — S C (O C C C C G' CD. N N 0 N 0 !n N CD (� N < N 0 m -a D _ O m > z z z z z z T D X m( m x G7 m D 0 D < < cn m �. u n m m O m m <; < 0 0 o m a D p O U)i z D m` m G + z m z C� 0 0 Cl) z < < W m z O r r 0 p <a•' phi ? (� W X C) r r r W u) CC (D O z D m z n C1 D C7 _o u G7 m D m p 0 < Z u rn 3 2 ;(7 C C m { r C/) Cn z z z G7 G1 z -n C C Z Z p O N N 0) 0) A A 00 J O) W W ! O W Op 0 N N C n 0 C P. A O O A J A J Cn (O A 0 0 I A N O O O O m <n A A O O 00 N W O O (0 J O O) m O O O O O O O (n O1 m co 0 0 O C) co O O (0 A J m (n 00 J (O (3) 00 O O co 03 N N (n (n p 0 U 0 O 0 O O 0 0 O O � N o N o N N O N o N O N 0 0 0 0 0 A N o N O N O C o N N _ W m m O coy; m (n c% (moo N m (ten N N N mm W V O O 00 m m A A A A A A A A CAT ()Ai W (T C% O O m V V j N v w W m V m V m m O O Cn Cn m m O m 4 O (o (D m Co V (D m N N N N n N m a O O m V O CT O O O o o o o o o o 0 o c '7 0 o (T N A W 0) A W N C7 <0 <c) <o <o <c) <n « « « «< «« « <c) <c) <() << % O T 0 A O;r� O 07, O% 0 0 0 0 0 0 0 0 0000000;r O 0 7N O C O +N O COT O +N O O m 0 N O m V j -V+ m m m— C �" O> V m j V C-, V -� � CD O O N ',' N_ N O N O O C, (n W O W O W O W N m W O W O W O O O O O O O O r C 0 C) 0 0 m m N O N CT N O C N N N N N N _O O_ _O O_ O O O O O O O O O O C) --I n < n 0 �««����� �<G�mL7 0 m C) C. cc 3 CD �T N m CD r m r N T` s 0 m m m m w m m s m �. � r_ r_ c c D o D 0 0 o D o D o Z ID n n' o m m m m m m m m Cl c r o E. p w m , 3 O N O A n ]. 7 2 (D T = 0 0 C � (D O A O 9 6 3 o W m m m W' W' W' W W a' W m m W' a O o W CD D ^ N N �J O CD CD O N N N to to :n v: :n -p N m O C O (D O CD (D w � �' � cn � m m m W � w Q. 9" ; w m Ro m � ' -o = (D S N m m (D Cn N N N (n Cn 0 W (n (n Cn N � (n W -p C � .-0 (D CD c c G C c C c c C �� m (D CD "-0O N N m m J J w a (mi, ai N cn U -O -O (D in m m CD O KK0i�000 0 m J -o -o - m (D (D CD CD CD (D CD j J. CD D > Cl) m CD l n W Z7 N O _ -4 r (n m r T Z to m C6 z -� D m cn N -a m m A m z O 1 O y o z o K Go O 0 0 z = ) � o m D m n m c � p o z z m O z Oo Fri < - z z m O n cn m m z �n v, 0 � w Cn A (nm _ W V V m O A A m (n m W W N W mm C"--. V O O 00 m m O m --� O CD (D m (T V V V O N m ;n .--� A O W CAD W W CAT ()Ai W (T (D O O O � N V V (n m N N V A N V (D O O V -+ V V V m m O O Cn Cn m m O m 4 O (o (D m Co V (D m N N N m N n m W .A m m W (n (n W W N A O O O O o o o o o o o 0 o c '7 0 o o o o o O o 0 0 < O < O < O < O < 0 < < is < C-) < < O < < < < O v u u < (-) o 0 N 0 0 m (D (D O) t0 co (n to iD t0 a 0 aO A (o A (P to p (O A <D A (o A <o N m tD p N) (n N N) o N o N A N W N A a N W o a N p N p p N N ro ro ro N o N 0 o N c N (D N N N N N N O N IT W W J A J W W J (P (T A W J J O J A J A J A W N O O O W cD (b O W J O W O W N m (T A W N < O < O < O < O < 0 < < is < C-) < < O < < < < O < c) < O <, < (-) 07. O7, Or. 0 7� Or OOr Ox 007\ 0 OOr 0 7 0x O7 Or V N N > J N N --+ -4 -4 -4 ' N N J W O N O N O O O N N O N N O O N O N O a) O N O V M — N_ J— N W- O N) N) I N O W O O V J J J N N (T N j N_ - C] ' N O W _N O W O W CT W O W O O W O W (T 0 W V J U) J W O W O W O W O W N N N N N J V N N N N N N N N O_ O_ O_ O_ O_ 0 _O O_ O O O_ O_ O_ O_ O O O O O O O O O O O O O D O 0 < m O O O O -i G) O m O (7 O 09 O a Z7 y ;0 y ;D CD 'O 3-o N N m 0 Z 3 Z N a) '� N Z N N Ri N e B B n m X D 0 Z 0 m o p 3 3 c 3 m m m o 3 3 c O 3 C) n 00 _ CD O CD O _ (D O o CD N 00 o j D 0 (D o CD O (D 0 � 0 CD (A O ;u ' (D W (DD W „nom W CD Cl) (n Cn OD �] O ol7 CD -o m 0 (Ti CD (D m CD CD _ -a -o CD (D CD CD 0 (p C C > > CD (D "0 CD C C Q) C 0 N N N N N N N CD (a .0 c 3 3 3 3 3 3 CD N 0 (D — = A � m cn m Z Z 0 o_ CD o_ Z () X 3 00 rn rn w rn O _� A m K C K 0 OD X - y A 0 m D O m m 0 cn rrn n o (n C/) + O n m D Z r c p :S7 w O O c ;u y m J � � -i O m 0 C) a v m = cn 1 z 0 0 K c I m CO D cn O m z 0 r z Z z ;0 D O Z co i7 Z = m (Zj W i O < O D c z Gj in z O Z cn cn y_ a -< O A m z m cn cn 4 K. 0 0 W W O O 00 J J N A N N O O (T N N co co 0 0 A A O J V co (D OD W W N (O O A � N N co O] N N O O j W W co (0 V M V N O OD (b W to OD cn OD O O) O 0 0 W W 00 O O O] O) O) O m m O O W J" O O O] 6 A W (A N (A (O A A OD 6 W W J J O O m (O N N O O O O A co N O O N W (J) co J' W A O) a) W W J V OD W 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 N N N CD < <0 N N O N N o N N o N N o N N o N N o N N ? N N o N 0) N o n m m 007, DN ) A 6 (N J) m m C) j N Or OT. N G o O N (o (D (n [n A N v N m (P (D w N o N S o N A N Ani N w N ACOei N rn w (0 U' (0 O -` (0 N o C �. (0 (n (D (a (0 v O .� C) -� m o m m m 0) to a (O m O O r V 0) m (T A W N � O (D m J 0) D <0 <0 < <0 <0 <p <C7 <0 <C7 <C) < <C-) <0 <0 <0 <0 <C 07 0;r 007, Or 0 7� Oz Or. O7\ O7\ C) Or 07 Or OT. Or. 03 N — N — i - N --� -� J — N — N — N -+ -1 N -+ N 0) -+ (T N N O N O O j - O O O Cn (1 N Cl N co) C N N O O r (0 W (T) A O N — a) m CC� • v W O O v N O O 4 O W O W m O W O O W C) W O W O W O �I v O) O O co (n W O W O N N N N N N N N N N N N N N N O_ O O_ O_ O_ O_ O_ O_ O_ O O_ O_ O_ O_ C O O O O O O O O O O O O O O C 0 p C 3 C 0 0 0 +, r" C 3 < p = N U) (D Cn - Cn N N c.. Cf) �. Cn �. .Zl s .Z7 d. A Z 2 2 CD m' M 0 y o_ p O vii g T. 0 2 o D - D D p p o C 3 po °o w 0 °0 0 o o CD Co m o m o m o o N o 3 3 3 p o CD (D 0 3 A CD CD m ON O aD N A A c00 co (D n N (AD n CC 7J O V m CD CD W N (D (D (D = (D w O (D 71 C d CD rn w 0 a C O' D N -I Cn Cn W r (n (n C/) C/7 Z'7 A m 7 O O n = m 0 p D z z z K D m D y m y = m p m z (n D p D A m A Z7 �7 z N < -I C _ m m z A p 0 O r (n O m n m D m D v. r ,Zpj 0 D m p C m D (n z `< ? 0 m O = z co c p rr C p O -u 0 m x m m O c) m z 0 O m 0 0 z -zi C) D v m m n z -{ z r O W > z D -< Z { O O O O n m r z zz m m (n cn D 0 > r (n m z N N N N A A O W A _ _ N N W W (O (0 W W O) Ol (D (0 W W CA CA A (O A -4 v (O (O A A A A CO O (J m m (0 (O O O (T (T O O N N W (O N O) m O O O (D A A O O n Q) m N N Cn (1 -4 v m C) m 0) N N O O O O O 0 o A A N N (D O P T C C'J O A A O O a) m (O CO N N m m U O (T N N O O O O O O O O O O O W W �I v O 0 O 0 0 O O 0 0 O C C7 p O O 0 O N N N N N N 0 0 N 0 m o c o 0 0 O O) A D) Q) A W W A w A A W A A A A A A O W A W m O m W m0 (n W (nO rn W J O A W O O N N N W NO O co O O rn O U c cn m (n J (n G rn C w0 Oo V O) (r A W O O O O O G N N N N N N C <C) <C) <C) <n <0 <0 < <0 <0 < < < < <C OT OT OT OT 07: 07 OOT. 0x 000007 N C) O N O O N O (3) --` N C) -4 O � O W W W W W C j N j O N j O ,� O 0 0— (7) 1 O V V V V V_ W (T (P (T N O W O W O O W (T W O W O W (P O W N W O O O O O G N N N N N N O (O N N h O_ O O_ O_ O_ O_ N N O_ O C O O O O O O A A O O C 0 0 0 O O --1 00 OON ON O(D 0 < N0 0 CC N _ N O N _C m N Z N ° 3 ° ° O 3 O m G) M (D o m o CC o CD O a O V N O O O j o (D N A .TI n N ,n.. 0 W .ii1 .Z) .iJ 0 0 0 0 m 0 � a m a u, o a m m a m m m m m CD x CD m m 0O � <O m z a r O C) C z �; D m z m N m - C) C) z (n D a m z D C X +'< m =i = ? � n m 0 > r cn zi F m m C D D m c (n < 7 m 0 m c O O O T D m cn C C (D m O N M N N A) 0o co ( O A A M D) 0 0 N N D1 m OD Cn A m N A O cn W N OD V -) W co V V O (O v v O N N (O O W N A O O C IJ V V -• 6 (T W W N N 0 0 W (D N N N O W V O W C V) O O O O 0 O W co A A O O N W (n O (D W O> W (D C 0 O O O 0 0 00 O 0 0 0 0 0 Ft Memorandum - CONFIDENTIAL To: Ron Buchwald, EVWD Eliseo Ochoa, EVWD From: Bill O'Neil, CDM Evelyn You, CDM Sheila Rideout, CDM Date: September 23, 2010 Subject: East Valley Water District Plant 134 Upgrades and Expansion Project Bid Evaluation and Recommendation - FINAL 1.0 Introduction The construction of Plant 134 Upgrades and Expansion Project (Contract No. 2292) for East Valley Water District (EVWD or District) was bid from Monday, May 24, 2010 to Wednesday, July 28, 2010. The bids were due by and opened on Wednesday, July 28, 2010, at 2:00 p.m., local time, at the District's office, 3654 East Highland Avenue, Suite 18, Highland, California 92346 -2607. This memorandum summarizes the bid evaluation criteria, findings from the bid evaluation; and a recommendation for the "successful low bidder'. This memorandum is organized as follows: ■ 1.0 Introduction ■ 2.0 Bid Evaluation Criteria ■ 3.0 Pre -Bid Conference ■ 4.0 Bid Results ■ 5.0 Bidders Qualifications Evaluation ■ 6.0 Compliance with DBE Good Faith Effort Evaluation ■ 7.0 Recommendations R'%I NC12706 - EMDZ9021 - P13a Upgmdes 8 Expansion Final Design %128I00ING_SERVICES)Not_Used)M B Bid EvaluationWemoTMD DBE Bid Rervew 092310 FINAL cm Ron Buchwald September 23, 2010 Page 2 • Attachment la: Pacific Hvdrotech Corp. Bid (received on Bid ;late) • Attachment lb: Pacific Hydrotech Corp. Additional DBE Goo 1 Faith Effort Documentation (received on August 6, 2011)) • Attachment 2a: SSC Construction Inc. Bid (received on Bid Date) • Attachment 2b: SSC Construction Inc. Additional DBE Good Faith Effort Documentation (received on August 4, 2010) • Attachment 3a: PCL Construction Inc. Bid (received on Bid Date) • Attachment 3b: PCL Construction Inc. Additional DBE Good -aith Effort Documentation (received on August 4, 2010) • Attachment 4: Pre -Bid Conference Agenda • Attachment 5: Verification of Bidders Qualifications Phone Lc g • Attachment 6: Verification of Bidders Qualifications Supporting Documents • Attachment 7: Questions during Bidding and Addendum \o. 1 (Text Only) 2.0 Bid Evaluation Criteria The bid evaluation criteria include: • Bidder's qualifications, and • Compliance with federal Disadvantaged Business Enterprise I DBE) Good Faith Effort requirements. 2.1 Bidder's Qualifications The qualifications of bidders, specified in Section 00100 Article 1 of Contract Documents, include, but are not limited to, the following: ■ Bidder shall have previous experience in the Work. The experience requirements are: • Bidder's project management staff assigned to this project <hall have successfully completed within the past 5 years, as a general contractor or construction manager, one additional potable water or wastewater hollow fiber membrane filtration system with at least 5 mgd capacity. • In addition, Bidder shall have successfully completed a mij imam of two potable water treatment plants of 5 mgd capacity or more in the last 10 1 ear,:. RNINCU7M- EMM69021 -P134 UP91anes &ExP,111nE,nai Dessgn %12BIDDINGSERVICES=, NVU. ?c 2 E Bid EvaluationWeMMEMD DBE Bid Review 092310 FWAI doc Ron Buchwald September 23, 2010 Page 3 ■ Bidder shall have the necessary financial resources to complete the Work The bidder's experience requirements were included in the Contract Documents as minimum qualifications to bid to ensure successful construction by an appropriately experienced contractor. The bidders experience in the construction of membrane filtration plants using hollow fiber membranes is critical due to the relative newness of the membrane filtration technology; complexity of the installation, commissioning, start -up and testing of the membrane filtration system; and the level of coordination with the membrane filtration system supplier required during all phases of construction. The minimum capacity requirement of 5.0 mgd was considered critical since the membrane filtration system at EVWD Plant 134 will be 8.0 mgd, and such larger scale projects are considerably more complex than their smaller counterparts. The completion of the construction within the past 5 years was considered necessary since the membrane filtration technologies and the regulatory requirements continue to evolve. The bidder's experience in the construction of water treatment plants is also essential since Plant 134 is an operating potable water treatment plant. The District has clear obligations as the permit holder to safeguard public health. As such, the District should have confidence that a Contractor has a successful track record in conducting work at a potable water treatment plant, and has demonstrated implementation of standard procedures and construction techniques referenced in the specifications. The bidder's combined construction experience with membrane filtration and water treatment plants, as well as financial stability, are critical to the District because they have clear regulatory deadlines for completion of these improvements at Plant 134 (Stage 2 Disinfectants and Disinfection Byproducts Rule). Any delays could result in non - compliance and potential fines. Also, it should be noted that no requests to waive the bidder's experience requirements were received from any of the 11 bidders during the bidding period. The full list of questions received during bidding and answers are included in Attachment 7 of this memorandum. 2.2 Federal DBE Good Faith Effort Requirements This project is funded in whole or part with federal loan or grant funds through the California Safe Drinking Water State Revolving Fund and, therefore, federal DBE regulations apply to this project. The DBE provisions require the bidders to comply with and submit evidence of the DBE Good Faith Efforts requirements. If a bidder is determined to have not complied with the good faith requirements, the bid will be rejected by the EVWD as non- responsive. The DBE Good Faith Efforts requirements, specified in Section 00100 Article 23 of Contract Documents, includes: R \I NCQ7% -EVW 69021 -P194 Upgrades& Expansion Final Design\12BIDDING SERVICES(NOt-USM)1128 Ed Evaluation\Memo\ENND DBE BIC Rpeew 092310_FINAI. Cop Ron Buchwald September 23, 2010 Page 4 ■ Bidder shall submit bid attachments A, D, and E as part of the bid. If these forms are not included, then the bid can be declared as non - responsive. Th ( attachments are: ■ Attachment A - Disadvantaged Business Enterprise Inform etion Form ■ Attachment D - EPA Form 6100 -3 DBE Subcontractor Performance Form ■ Attachment E -EPA Form 6100 -4 DBE Subcontractor Ufilii,ation Form Upon identification of the apparent low bidder, Bidder has 10 working days to submit proof that they performed the six good faith steps. This documentation shall include mail logs, phone logs, electronic searches and communication, or similar records documenting the use of various sources (SBA, US Dept of Commerce Minor it,. Business Development, and CalTrans, etc.) to meet the Good Faith Effort six step requ re*nents. 3.0 Pre -Bid Conference A pre -bid conference and site walk was held on Wednesday, June 16, 2010, at 10:00 a.m. local time, at the EVWD Plant 134 project site located at 4588 Highland >1,venue, Highland, California 92346. Attendance at pre -bid conference and sites alk rN as mandatory, as specified in Section 00100 Article 5 of Contract Documents. The agenda of the pre -bid conference is included in Attachment I :)f this memorandum During the pre -bid conference, Bill O'Neil (CDM) reminded the bidders that the Contract Documents include specific minimum qualification requirement; for bidder's experience in membrane filtration plants and water treatment plants. Bill O'Neil explained these qualification requirements were very important to the District ai� the work would be conducted at an active potable water treatment plant and were raeuired for regulatory compliance. Bill O'Neil also informed that these bidder's qualif cations, which must be submitted as part of the bid, will be verified during the bid evaluation, and that those bidders who do not meet these requirements will be considered non -resc lonsive. In addition, Sheila Rideout (CDM) informed the bidders about the rederal DBE Good Faith Efforts requirements, and Carla De La Cruz (Alliant Consulting nc.) informed the bidders about the labor compliance requirements. These requirement,, v ere explained in detail and the bidders were given opportunities to ask questions. 4.0 Bid Results The Bids were opened on Wednesday, July 28, 2010, at 2:00 p.m. local time, at the District's office, 3654 East Highland Avenue, Suite 18, Highland, Califonna 92346 -2607. The bid results from the Jul 28, 2010 bid opening are summarir d in Table 1. R UNC12706 - EMD�9021 - R134 Up3 "aces d Expan,on Final Desi9n\12BiDDING SERVICES Not L, Z 2 8 Bid EvaivationWemo1EVAVD DBE Bid Revew 092310 FINAL doc Ron Buchwald September 23, 2010 Page 5 Table 1 Bid Results Bidder Total Bid $ Pacific H drotech Corp. $ 5,239,600 SSC Construction Inc. $ 5,393,450 PCL Construction Inc. $ 6,197,336 Balfour Beatty Infrastructure $ 6,251,675 Stanek Constructors Inc. $ 6,335,396 Olsson Construction Inc. $ 6,526,000 Archer Western Contractors $ 6,830,000 Brutoco Engineering & Construction Inc. $ 6,920,000 C. W. Roen Construction Co. $ 6,982,000 SCW Contracting $ 7,147,092 USS Cal Builders Inc. $ 9,311,000 Based on the bid results, the three lowest bids by Pacific Hydrotech Corp., SSC Construction Inc., and PCL Construction Inc. were evaluated further to verify bidder's qualifications, and compliance with federal Disadvantaged Business Enterprise (DBE) Good Faith Efforts requirements. The bidder's qualifications evaluation and DBE Good Faith Efforts evaluation are described in Section 5 and 6, respectively. 5.0 Bidder's Qualifications Evaluation The bidder's qualifications requirements are as described in Section 2.1. The bidder's qualifications information, provided in the Contractor Qualification Statement Form, Appendix B of the Bid Form, were reviewed and verified. 5.1 Experience The qualifications of the three lowest bidders are summarized in Tables 2. R]INCt2706 - EVWDZ9021 - P134 Upgrades & Expansion Final Design\12BIODrNG SERVICES(Not_Used)V 2 8 Bid EvaluationwmmotEVJJD DBE Bid Renal 092310_F I NAL dod 0 0 � N R N X V �1 d 0 a) �2E: -3U-0T dE�oT C;_E�oT SN n o - @ W ca U R: �� C N N N N C o O N f c O c m O O o N f o .O o o o = o @ c N 7 d E J c cHEooO Z O c O L E E O j J c O X X @ @ N V C CY > O > W N N N N d d a > f 0 N C C CL c 0 0 W W 0 IL v v c > W C a C 0 aU c c0U a a a a'� a c � �a E E.� o o T C Cr Q Q E a d d O O C Cr Y c co U U U U U U -O V V. C c c 0 O O L` O O 0 Y y N 0 0 O O O O O4 c C �� U U U U O c 0 0 U U i7 @ N y cN a a @ @ N m'G)j @ O O'O @ @ C c N E C I Il m c 0 0 O O Z O c c W C U @ d = mod' L rn U yo @ U w w m c@ ` `-' d d T O d.��,. N ! T d Q d V C d l m W c U C C d M M W a C c V d@ d V G G �3N, � �a)�HU � > a ccu 7 @� a � > a@ a,L c mci N N @ O Id � � E U (0 O O ` Q cj I I� O O U d m O O N N a - -- O N N C) o o @ @ o o m E o d w w � �- E E d do E c ca c cola ��'v . ._ E oZ T d d V V� o o V V O O t o o m m U a LL Q Q r r C �m ❑ ❑ a aWUC C C7 �-o. - -T'? o r r aci a a�i.� m m 'E d d u ur - -o� o o m o m m m m ;; E E a a� u uci a O d d M M a a) c cu jj O c d 4 4), E E c O Q Q U 0 3 ❑ E o�O mod u)od o y mm a-T-am � �� - d u �cocET= a�O-Uw J°-U 1E c O O E O @ . .� N Ron Buchwald September 23, 2010 Page 7 As shown in Table 2, Pacific Hydrotech Corp. did not meet the hollow fiber membrane filtration system plant construction experience requirement for the following reasons: ■ The membrane filtration system at Alamitos Barrier Water Reclamation Plant does not meet the minimum capacity requirement. The membrane filtration system capacity of 5.0 mgd stated in the bid is incorrect. Alamitos Barrier Water Reclamation Plant has hollow -fiber microfiltration (MF) membrane system by Pall Corp. followed by reverse osmosis (RO) membrane system utilizing Hydranautics membranes. The Pall MF system is rated at 3.5 mgd, and the RO system and plant product water are rated at 3.0 mgd capacity. The bid also incorrectly lists Hydranautics as the hollow -fiber membrane manufacturer rather than the Pall corporation membranes used at the plant. The Hydranautics RO membranes are spiral wound thin film composites, which are configured and operate considerably differently from the hollow -fiber membranes required in the Contract Documents. ■ The construction of Alamitos Barrier Water Reclamation Plant was not completed within the time frame required by the Contract Documents. The Contract Documents require the bidder to have completed the membrane filtration plant during the past 5 years. However, the Alamitos Barrier Water Reclamation Plant was completed in 2003 (7 years ago). is Pacific Hydrotech Corp., as a firm, was not the general contractor nor construction manager for the construction of the Alamitos Barrier Water Reclamation Plant. As stated in the bid, Pacific Hydrotech was the project manager/ engineer for the general contractor, which does not qualify. Pacific Hydrotech Corp. does not meet the minimum membrane filtration plant construction experience as required by the Contract Documents. SSC Construction Inc. and PCL Construction Inc. meet all three construction experience requirements, as shown in Table 2. Additional clarification and supporting documents are included in Attachment 5 and Attachment 6 of this memorandum. 5.2. Financial Resources The financial status of the three lowest bidders were also reviewed to check that their financial resources are adequate to complete the Work. All three lowest bidders, Pacific Hydrotech Corp., SSC Construction Inc., and PCL Construction Inc. are financially qualified for this project. 6.0 Compliance with Federal DBE Good Faith Effort Evaluation The DBE Good Faith Efforts documents review for the three lowest bidders is summarized in Table 3. R UNC@106 - ENND\69021 - P134 Upgrades 8 Expansion Final Desigml 2BI DDI NG SE RVICES(Not Used)%128 Bic Evaluation \Meme1EV D DBE Bic Rewew 092310 FINAL coo Ron Buchwald September 23, 2010 Page 8 Table 3 DBE Good Faith Effort Documents Pacific Hydrotech Corp. SSC Construction Inc. PCL Construction Inc. Attachment A — Incomplete form Complete form Complete form DBE Information submitted with Bid. submitted with 3id. submitted with Bid. Form Revised form submitted after Bid. Attachment B — Submitted within 10 days Submitted within 10 Submitted within 10 DBE Verification of of bid as required. days of bid. as days of bid, as Qualification require required. Attachment D — Not submitted with Bid. Complete form Complete form DBE Subcontractor Submitted after Bid. submitted with 3!a. submitted with Bid. Performance Form Attachment E — Incomplete form Complete form Complete form DBE Subcontractor submitted with Bid. submitted with aid. submitted with Bid. Utilization Form Revised form submitted after Bid. Summary Non - Responsive __ Responsive Responsive Pacific Hydrotech Corp. Pacific Hydrotech Corp. is considered non - responsive on the DBE Good Faith Effort requirements for the following reasons: ■ Attachment A DBE Information Form submitted with the hid was incomplete, since only the general contractor information was filled out and the required subcontractors information was not filled out. Revised forms were later submitted on August 6, 2010 along with requested DBF Good Faith Effort documentation � attachment lb). The Attachment A DBE Information Forms submitted with the bic are included in Attachment la of this memorandum. The revised forms submitted after the Bid Date, which could not be considered, are included in Attachment lb of this memorandum. ■ Attachment D DBE Subcontractor Performance Forms were not •ubmitted with the bid. Revised forms were later submitted on August 6, 2010 along with requested DBE Good Faith Effort documentation (.Attachment lb). The Attachmnr t D DBE Subcontractor Performance Forms submitted after the Bid Date, which cou I a not be considered, are included in Attachment lb of this memorandum. Attachment E DBE Subcontractor Utilization Forms were incomplete since required DBE qualifications of the subcontractors were not provided. On these forms, there is a box where the general contractor is required to indicate whether or not the subcontractor is currently certified as an MBF or WBE. On all of the forms submitted with the bid, Pacific Hydrotech filled out "N /A' for all of their subcontractor's DBE qualifications. Revised forms were later submitted on August 6, 2010 along with requested DBE Good Faith Effort documentation (Attachment lb). The Attachment E DBE Sub, oritractor Utilization Forms R MNC@706 EMD` 59021 - P134 Upgrades d Expansion Final Design \12BI DOING_SERV CES NDI__ ,p. 28 Bid EValVallonwern0\EMD DBE B,d Review 092310 FINAL doc Ron Buchwald September 23, 2010 Page 9 submitted with the bid are included in Attachment 1a of this memorandum. The revised forms submitted after the Bid Date, which could not be considered, are included in Attachment lb of this memorandum. On August 6, 2010, Pacific Hydrotech Corp. submitted a requested notebook of documentation that included proof of outreach advertising for inclusion of DBE firms within preparation of their bid package (Attachment B). These documents were requested within .10 days of the bid date, and were provided within this deadline. Advertisements were placed in four publications on July 5 and 6, 2010. The bid opening was on July 28, 2010, so the notices were placed in compliance with the five day minimum suggested by the State guidelines. In addition, the notebook included copies of FAX notices sent to potential subcontractors and listings of website searches for eligible subcontractors. Although it appears from Attachment B documentation that Pacific Hydrotech Corp. has made a good faith effort, the DBE forms (Attachments A, D and E) required with the bid were omitted or not properly filled out at the time of the bid. Although revised forms were later submitted after the bid, these forms were required at the time of the bid, and revisions can therefore not be considered. All other bidders complied with this submittal deadline. To meet the bid submittal requirements, the bidder must select and properly document their subcontractors by the deadline allotted. During the bidding period, two bidders asked if it would be acceptable to submit Attachment D Subcontractor DBE Performance Forms and Attachment E Subcontractor Utilization Forms after the Bid Date. One contractor said, "Due to bid day complexities it becomes quite burdensome to obtain this information and paper work from DBE subcontractors." Another contractor said, "As bids close and final pricing is changing up until one or two minutes before bid time it is almost impossible to fill out the original along with 5 copies including the DBE paperwork. This increases the chance of errors in the copies with all of the information needed." In response to these questions during bidding, EVWD and CDM clarified that the Subcontractor DBE forms A, D, and E shall be submitted with the Bids on the Bid Date and Time, in accordance with the federal DBE Good Faith Efforts requirements, and that Bids submitted without these forms will not be considered. To reduce the burden on the bidders, Addendum No.l also clarified that only 1 copy of sealed Bids is required. Below are excerpts from Addendum No.l. Addendum No.1, issued on July 7, 2010, is also included in Attachment 7 of this memorandum. R' %I NC12705- LV Z9021 - P134 Upgrades 8 Expansion Final DesignV2BiDDING _SERVICES(Not_Used) \128 Bid Evaluahon%MemoNLV D DBE Bid Renew 092310 FINAL doo Ron Buchwald September 23, 2010 Page 10 No. Question Addendum Response No. 5 We request the District to re- evaluate the requirement of copy of sealed Bid will be required. submitting six (6) copies of tine bid on bid day This is quit See Addendum No.1 burdensome due to the complexities of bid dal, 6 Also we request that Subcontractor DBE Performance Clarification The Subcontractor DBE forms A, D, Form (EPA- 6100 -3) Attachment D and DBE and E shall be submitted with the Subcontractor Utilization Form (EPA 6100 -4) Attachment Bids on the Bid Date and Time. Bids E be submitted within 24 to 48 hours of the Bid Date and submitted without these forms will Time. Here again due to bid day complexities it becomes not be considered quite burdensome to obtair this Information and paper work from DBE subcontractors 14 1) In the invitation to bid In states that the bidder is to 1 1) See response to RFI #5. submit six (6) copies of the bid and requested information. Does this mean one original and five copies? 2) If one original and five copies are required can the 2) See response to RFI #6. copies be submitted by the next day? As bids close and final pricing is changing up until one or two minutes before bid time it is almost impossible to fill out the original along with 5 copies including the DBE paperwork. This increases the chance of errors in the copies with all of the informat or needed. Based upon the bid requirements, Pacific Hydrotech Corp. is considered non - responsive. SSC Construction Inc. SSC Construction Inc. is considered responsive bid since all of the I)BE forms required with the bid were submitted and complete, and the backup documentation showing good faith efforts to recruit qualified DBE firms as subcontractors on this project were also submitted and complete. As shown in Table 3, SSC submitted completed Attachment A 1) Be Information Form, completed Attachment D DBE, Subcontractor Performance Forms, and completed Attachment E DBE Subcontractor Utilization Forms with the bid. In addition, on August 4, 2010, SSC Construction Inc. submitted a package of documentation that included proof of outreach advertising for inclusion of DBE firms with their. The documents show that SSC Construction Inc. placed advertisem.e its in three publications on June 17, and July 9, 2010. Since the bid opening was on July 28, 2010, the notices were placed within the five day minimum suggested by the State guideline= The package also included copies of correspondence with potential subcontractors, mail loss, call log, website access notices, and requests for quotes. R \INCC' 7W- EVWDV99021 -P134 upgraees &Expansion F.nai DesiyO\12Bi DOI NG SERViCESINc'_'. poll 120 Bic Evaluation\Me01o\EMO DBE eid Review 092310 FINAL tloc Ron Buchwald September 23, 2010 Page 11 PCL Construction Inc. PCL Construction Inc. is considered responsive bid since all of the DBE forms required with the bid were submitted and complete, and the backup documentation showing good faith efforts to recruit qualified DBE firms as subcontractors on this project were also submitted and complete. As shown in Table 3, PCL submitted completed Attachment A DBE Information Form, completed Attachment D DBE Subcontractor Performance Forms, and completed Attachment E DBE Subcontractor Utilization Forms with the bid. In addition, on August 4, 2010, PCL Construction Inc. submitted a package of documentation that included proof of outreach advertising for inclusion of DBE firms in their bid. Included in the notebook were documentation of advertising publication, search and listing of potential DBE subcontractors, copies of invitations to bid sent, the potential bidders list, follow -up phone call documentation, and review of sub qualifications. 7.0 Recommendations The results of the bid evaluation are provided in Table 4. Table 4 Bid Evaluation Results Pacific Hydrotech Corp. SSC Construction Inc. PCL Construction Inc. Bid Price $5,239,600 $ 5,393,450 $ 6,197,336 Bidder Qualification Non - responsive Responsive Responsive DBE Good Faith Compliance Non - responsive Responsive Responsive Recommendation Non - responsive Lowest Successful Bidder Second Lowest Successful Bidder Based on the bid evaluation, Pacific Hydrotech Corp. is disqualified for the following reasons: ■ Pacific Hydrotech Corp. did not meet the minimum experience qualifications requirements specified in the Contract Documents. ■ Pacific Hydrotech Corp. also did not comply with the DBE Good Faith Effort requirements, part of which were to submit completed DBE forms as part of the bid. SSC Construction, Inc. met the minimum experience qualifications requirements and complied with DBE Good Faith Effort requirements. SSC Construction Inc. is the lowest successful bidder. R \WCCQ71X EMM9021 - P13d Upgrades & Expansion Final DeslgnU281 DOI NO SERVICES( Not_ Used) \12 8 Bid EvaluauodWemo\EMD DBE Bid Renew 092310 FINAL Joe Ron Buchwald September 23, 2010 Page 12 PCL Construction, Inc. met the minimum experience qualificatic'ns requirements and complied with DBE Good Faith Effort requirements. PCL Construction Inc. is the second lowest successful bidder. cc: Eric Zuniga, CDPH Sean McCarthy, CDPH R VNCU706- EMM9021- P134 Uo9racas 8 Expansion Final Desgn\12BIDDINGSERVICES(No'_ I, ea E 8 Bid Evaluation\Mamo \EV DDBE Bid Rei 092310 FINAL Coc Reeb Government Relations, LLC MEMORANDUM October 19, 2010 TO: Robert E. Martin, General Manager East Valley Water District FROM: Bob Reeb Reeb Government Relations, LLC SUBJECT: 2010 Annual Report It continues to be an honor and a privilege to represent East Valley Water District (EVWD) before the California executive and legislative branches in Sacramento. This is the third year in which Reeb Government Relations and EVWD have worked together to advance the interests of the District in the State Capitol. Together, the EVWD Board of Directors, District management and staff, and Reeb Government Relations continue to be an effective voice for common sense legislation and regulations that enable, rather than detract from, pursuit of the District's mission. Election Year, Term Limits and a Super- Majority This was the second year of the 2009 -2010 Regular Session of the Legislature. The year will culminate with the November 2 General Election and the beginning of a new 2 -year legislative session in December. There are nine ballot propositions on the November ballot (a tenth measure, an $11.14 billion water bond, was postponed by the legislature until 2012). The outcome of California's race for governor will have important implications for EVWD as Governor Arnold Schwarzenegger cannot seat reelection due to term limits. Democrat Jerry Brown and Republican Meg Whitman are squaring off and are in "toss -up" race as of the writing of this report. On January 7, 2010, only one year after capturing his first elective office, John A. P6rez (D- Los Angeles) was elected Assembly speaker by a caucus of his Democratic colleagues. As a first -term legislator, P6rez could hold his leadership position for five years before term limits force him out of office. The speakership was contested by Assembly Republican Leader Sam Blakeslee (R -San Luis Obispo). Despite promises by both sides of bipartisan cooperation over the looming budget crisis, Democrats, who dominate the state's Assembly, voted unanimously to support Assemblymember P6rez. The vote went down on party lines: 48 Democratic votes for P6rez and 26 Republican votes 1107 9th Street, Suite 510 (916) 558 -1926 PH Sacramento, California 95814 1 (916) 558 -1932 FAx Memorandum October 19, 2010 Page 2 for Blakeslee. It was the first time the speakership had been contested in a floor vote since the 1998 election of Antonio Villaraigosa. On August 17, voters along California's Central Coast turned back a Democratic attempt to gain more power in the Senate by electing Republican Sam Blakeslee to fill the 15th Senate District seat left vacant by former Senator Abel Maldonado, a Republican from Santa Maria who was appointed lieutenant governor earlier this year by Schwarzenegger. The win Ly Assemblyman Blakeslee denied Democrats the opportunity to come within one vote of claiming the two- thirds majority needed to pass budget plans and tax increases without Republican support. With Senator Dennis Hollingsworth terming out of office at the end of this year, the Republican Caucus unanimously selected Senator Bob Dutton (R- Rancho Cucamonga) to be the next Senate Republican leader. Dutton's ascendancy to the leadership post will benefit EVWD as the district and the Senator have established an excellent working relationship. State Budget Deficit Dominates the Headlines The Legislature finally sent a budget bill for the 2010 -11 Fiscal Year to the governor on Friday, October 8, 2010 -100 days late and a new record for tardiness. The lengthy delay cost California taxpayers over $4 billion as the state spent about $52 million more each day than it received in revenue without the new budget. The $87.5 billion general fund spending plan lawmakers sent to the governor is nearly $16 billion less than the general fund just three years ago. The budget avoids broad new taxes and deep program cuts by pushing the bulk of the deficit into next year. As with state budgets for the past six years, this spending plan defers many hard choices until the future and employs optimistic revenue assumptions and accounting maneuvers to paper over the deficit. It assumes, for example, that the state will receive billions of dollars more in federal assistance than most experts believe is realistic. EVWD opposed a January proposal by Governor Schwarzenegger to increase water right and waste discharge fees to help reduce the projected General Fund deficit. Reeb Government Relations worked with the Association of California Water Agencies, ACWA members and private sector interest groups to communicate opposition to the governor's proposal, which would have eliminated General Fund support for a wide range of fees imposed by the State Water Resources Control Board. As passed, the state budget did not include a water right administration fee increase. A loan from the water rights fund to the General Fund was approved to pay for expenses related to the new Delta Watermaster and for additional State Board personnel (2.5 PYs) to process new water diversion and use statements rather than increase fees. The approved budget included only a modest one -time increase in water quality fees to help pay for the implementation of legislation enacted in 2009 (SB 310, Chapter 577, Statutes of 2009). The budget includes $2 billion in internal borrowing— shifting funds that will have to be repaid later. In Memorandum October 19, 2010 Page 3 another accounting move, nearly $2 billion in payments to schools and community colleges would be pushed into the next fiscal year. The budget essentially freezes money for schools, suspending voter - approved funding guarantees under Proposition 98. The budget proposal would close California's $19.1 - billion deficit partly by: • Assuming funds from Washington —$5.3 billion • Cutting public school funds — $3.1 billion • Reducing state workers' pay and benefits — $1.5 billion • Assuming an increase in tax collections — $1.4 billion • Suspending corporate NOL tax break — $1.2 billion • Cutting prisons budget — $1.1 billion • Selling state buildings — $1 billion • Reducing cost of in -home care for the elderly and infirm — $300 million The state controller's office has warned that even a budget signed soon after it reaches the governor's desk, it may be too late to avoid issuing IOUs for the second year in a row. More than $8 billion in invoices that fell due during the months -long standoff must be paid as soon as the budget is signed. Processing those payments would plunge the state into the red without a significant: infusion of cash from short-term loans from Wall Street. The vote in the early morning hours of Friday, October 8 was preceded by a September 24 announced breakthrough on the budget stalemate. Governor Schwarzenegger's Press Secretary Aaron McLear, Assembly Speaker John A. Perez and the spokesman for Assembly Republican Leader Martin Garrick all released statements that day saying the Governor and the top legislative leaders (also known as "Big 5 ") had developed the "framework" of an agreement for closing the State's $19 billion budget deficit. Water Bond Delayed until 2012 On Tuesday, August 10, Governor Schwarzenegger signed legislation to remove the $11.14 billion water bond from the November ballot and postpone it until 2012. The Safe, Clean and Reliable Drinking Water Supply Act or Proposition 18 (Water bond) was enacted by SBX7 2 as part of last year's comprehensive water package. SBX7 2 provided for the submission of the bond act to the voters at the November 2, 2010, statewide general election. Governor Schwarzenegger called on the Legislature in late June to work with him to postpone the vote for Proposition 18 so as to avoid jeopardizing its passage. "After reviewing the agenda for this year, I believe our focus should be on the budget -- solving the deficit, reforming out of control pension costs and fixing our broken budget system," Schwarzenegger Memorandum October 19, 2010 Page 4 said. "It's critical that the water bond pass, as it will improve California's economic growth, environmental sustainability and water supply for future generation=_ Removing Proposition 18 from the ballot required a two- thirds vote n each house of the Legislature. Lawmakers scrambled to secure the necessary two -third votes in the assembly and senate to pass legislation that would postpone the water bond. AB 1265 passed the Assembly floor with a 54 -22 vote and the Senate floor with a 27 -7 vote. Opponents of the water bond had mixed reactions to the Governor's announcement, ranging from wanting to keep the bond or the ballot so it could be defeated to asking for the complete scrapping of the bond. In connection with the vote to delay the water bond election date, the Legislature also passed and the Governor signed into law AB 1260 (Fuller). This bill extends the terms for members appointed to the California Water Commission, the entity tasked with allocating funding for surface storage projects if the bond is approved by voters. Finally, the Legislature limited the future participation of entities in bond financing for surface water storage and conveyance projects to public agencies and nonprofit organizations — eliminating the ability of mutual water companies to participate in joint powers agencies for the purpose of an ownership interest in these types of projects. District Remains Active on the Legislative Front EVWD actively monitored or engaged in direct lobbying on over 18 bills this year. I will highlight only a handful of bills below on which the District was active this year. Effort to Require Legislative Approval of Delta Conveyance Defeated AB 1594 by Assemblymember Alyson Huber (D-El Dorado Hills) mirrored provisions previously contained in last year's AB 13 (Huber) of the Seventh Extraordinary session. These bills seek to reverse key provisions approved last year in the legislature's historic package by requiring legislative approval for Delta conveyance changes. ABX7 13 died on the Assembly floor without a hearing. AB 1594 would prohibit the construction of a peripheral canal arourd the Sacramento -San Joaquin Delta without a full fiscal analysis by the Legislative Analyst Office and a vote of the legislature. The bill also would prohibit the construction and operation of a peripheral canal from diminishing or negatively affecting the water supplies, water rights, or quality of water for water users within the Sacramento -San Joaquin Delta watershed, or imposing any new burdens on infrastructure within, or financial burdens on persons residing in, the Delta or the Delta Watershed. EVWD opposed the legislation and argued that legislative approval of Delta conveyance improvements was not necessary. The legislature has long delegated authority to state agencies to make decisions about roadways, electricity transmission or other vial pieces of state infrastructure. A new Delta canal or tunnel will involve multiple intakes, a forebay and other infrastructure. In the Memorandum October 19, 2010 Page 5 passage of the water package, the Legislature deemed prudent to adopt explicit safeguards for new conveyance improvements in the Delta to achieve the legislature's co -equal goals of restoring the ecosystem of the Delta and providing reliable: water supply. These safeguards include the Bay Delta Conservation Plan (BDCP) which is being prepared through a collaborative effort of two state and four federal wildlife /water agencies which must approve this plan, including the yet- to -be- decided conveyance changes. The Plan is required to comply with the highest environmental standard and review a variety of water conveyance options. Before the BDCP settles on the details of the new conveyance system, this and other alternatives will be subject to a detailed risk analysis, environmental review, as well as an independent cost analysis. BDCP is guided by a steering committee of local water agencies, environmental and conservation organizations, state and federal agencies, and other interest groups. The East Valley Water District joined business organizations and water supply agencies to express opposition to what all viewed as an effort to stall progress in the Delta. Signatories to the letter addressed to Assemblymember Huber and distributed to the Water, Parks and Wildlife Committee said the proposed legislation "will undermine water supply reliability throughout California and will threaten jobs and the economic health of three quarters of the state's population residing south of the Delta." AB 1594, died in the Assembly Water Parks and Wildlife committee on April 27 after failing to secure a second to a do -pass motion offered by co- author Assemblymember Mariko Yamada (D- Davis). Delta Corridors Study Threatened to Upend BDCP Progress EVWD opposed AB 1797 by Assemblymember Bill Berryhill (R- Ceres) relating to the State Water Resources Development System: Delta Corridors Plan. AB 1797 would require the Department of Water Resources to undertake an expedited evaluation and feasibility study with regard to the implementation of the Delta Corridors Plan as part of the State Water Resources Development System. The department would be required to prepare and submit to the Legislature, on or before January 1, 2012, a report that includes its feasibility findings. If the department determines the implementation of the plan is feasible, the department would be required to include recommendations with regard to specific facilities to be constructed, and to identify potential funding sources, for the purposes of implementing the plan. The Delta Corridors Plan was prepared for the South Delta Water Agency to evaluate the salinity benefits of the establishing separate corridors for water to move into, out of, and through the Sacramento -San Joaquin Delta compared w th the existing salinity conditions in the south and central Delta. Plan proponents argued back in 2007 that the Delta Corridors Plan would provide benefits for fish habitat, fish migration survival through the Delta, and reduced fish entrainment at the CVP and SWP pumping plants. The Bay Delta Conservation Strategy Planning Process is currently Memorandum October 19, 2010 Page 6 investigating alternative Delta future plans and policies. The Delta Corridors Plan had been previously submitted to the BDCP Stakeholder Group and to the Delta Vision panel as an alternative that plan proponents argued would revitalize the Delta by separating the Sar, Joaquin River - estuary corridor from the Sacramento River -water supply corridor. In December 2009, the BDCP Steering Committee was presented with five options for improved Delta conveyance: (1) all tunnel option; (2) isolated conveyance facility -east; (3) isolated conveyance facility -west; (4) dual conveyance facility; and (5) through -Delta faclity. The Delta Corridors Plan was not included. AB 1797 would require DWR to study the latter plan cutside of the BDCP process. This is not a desirable result for BDCP participants. Potential habitat restoration and water supply conveyance options included in the BDCP are now being assessec as part of an Environmental Impact Report (EIR) /Environmental Impact Statement (EIS), which is expected to be available for public review and comment in 2011 AB 1797 was heard in the Assembly Appropriations Committee on April 28 where it was referred to the Appropriations suspense file and later held under submission. Legislative Bodies: Contracts and Appointments. Current law prohibits an elective officer of a city from expending or participating in any action that would commit to expend city funds between the date a recall election involving that elective officer has been called and the date the certification of the election results is released. AB 2003 by Assemblymember Tony Mendoza (D- Norwalk) would prohibit any contract entered into or appointment made by a legislative body during the period after the close of polls on Election Day and before a new member of the legislative body is sworn in from taking effect until the incoming legislative body has reviewed and approved that contract or appoirtment. The bill exempts from this prohibition a contract that has a value of $20,000 or less and that provides it shall expire by its own terms on or before the date the incoming legislative body is sworn in to take office. AB 2003 was likely inspired by a situation in the author's district, perhaps a contract or appointment entered into prior to a new majority being sworn into the governing board. Nevertheless, this bill would create a potentially untenable situation for a local agency governing board in terms of executing contracts in the period between election certification and a new board member being sworn into office. The delay would occur if only one of five seats turns over it also would apply to emergency contracts. It is the District's belief that the present governing board is duly elected and authorized to act in all circumstances notwithstanding the pending 'urnover in members. EVWD opposed AB 2003 as it would tie the hands of local government agencies and cut short the terms of all locally elected officials, thereby paralyzing the works of agencies from Election Day until a new term begins. Memorandum October 19, 2010 Page 7 The first policy committee hearing in the Assembly Local Government Committee was canceled at the request of the author. The bill eventually failed to meet the May 2 deadline for policy committees to hear and report to the floor nonfiscal bills introduced in their house. The bill died in committee in the face of opposition from EVWD and other local agencies. Last - Minute Amendments Threaten Cost Increases. Delay in Issuing Public Notices August 18, 2010 amendments to AB 2669 by Assemblymember Manuel Perez (D- Coachella) caught public water systems lobbyists by surprise. Reeb Government Relations, the Association of California Water Agencies and California Municipal Water Agencies quickly engaged legislators and legislative staff on the serious cost and public health ramifications of the late amendment relating to public water system notices of violation. Current law requires that various notices be made by a public water system and others regarding compliance with safe drinking water requirements. AB 2669 was amended to require that a public notice given by a public water system be provided in English and in the language spoken by any non - English- speaking group that exceeds 1,000 residents, or that exceeds 10% of residents in the community served, whichever is less. The bill would require the public notice to contain prescribed public water system and department contact information where residents may receive assistance in the appropriate language. When a community water system exceeds maximum contaminant levels, state and federal laws trigger a number of requirements. In particular, residents must be notified within 30 days regarding the levels of the given contaminant, potential dangers of consuming the contaminated water, and a status report of the steps the water system is taking to install treatment, find alternative sources of water, or otherwise comply with the law. For Tier 1 notices, public water systems are required to provide notices within 24 hours after learning of contaminant levels that may pose a potential risk in human health. EVWD argued that the provisions of AB 2669 threatened the ability of water systems to provide vital information in a timely manner and would significantly increase costs to ensure notification to non - English speaking households. Even if the basic information of a public notice were to be translated in advance, the description of the problem and the area affected, which is reviewed by the California Department of Public Health and included in the notices, cannot be translated in advance. AB 2669 could force water systems to delay issuing the notice while the notice is being translated or issue the notice without specific information, thereby placing the system out of compliance with federal and state law. Eleven days prior to the end of session and in the face of growing opposition, Assemblymernber Perez amended the bill to delete the 1,000 - resident provision and narrow the 10% requirement to Memorandum October 19, 2010 Page 8 apply to only those persons served by the water system (as opposed to the city or unincorporated population). Notwithstanding the proposed amendments, the district along with other groups in opposition of the legislation expressed their reservations with moving forward with the bill immediately prior to the end of session. Reeb Government Relations, on behalf of EVWD, along with other water districts and ACWA asked the Author to hold the bill until next year and offered to work with his office over the interim to develop a workable bill. On the last night of session, Assemblymember Perez agreed to put the bill over to allow water agencies opposed to the legislation the opportunity to work with him and his sponsors over the fall to write a consensus measure. Legislator Seeks to Force New Technology on Water Treatment Plant Operators Federal law requires facilities that handle significant quantities of regulated substances to prepare a risk management plan (RMP) before a regulated substance is introduced to the facility. In California, state law requires every facility that must prepare an RMP to participate in the California Accidental Release Prevention (CaIARP) program. The CaIARP program was established in California to prevent accidental releases of those substances determined to pose the greatest risk of immediate harm to the public and the environment. The planning activities required by the Program are intended to minimize the possibility of an accidental release by encouraging engineering and administrative controls. The Program is further intended to mitigate the effects of an accidental release, should one occur, by requiring an emergency response program. AB 2583 by Assemblymember Isadore Hall (D -Los Angeles) would require the California Emergency Management Agency (CaIEMA) to adopt regulations to require a public water system or wastewater treatment plant that is a stationary source and is required to prepare and submit a RMP to consider the use of safer technologies by the public water system or wastewater treatment plant. Under the California Health and Safety Code, the California Department of Public Health (CDPH) is authorized to administer the provisions of the California Safe Drinking Act an all the other provisions relating to the regulation of drinking water to protect public health GDPH is charged with adopting regulations it determines necessary to carry out the purpose of the Act. Furthermore, The California Health and Safety Code require the CDPH to submit to the Legislature once every 5 years a comprehensive Safe and Drinking Water Plan for California. The plan must include the discussion of alternative methods of financing the construction, installation, and operation of new treatment technologies, including, but not limited to user charges, state and local taxes, state planning and construction grants, loans, and loan guarantees. Rather that the inappropriate regulatory approach proposed by AB 2583, EVWD believed it would be more appropriate to require CDPH to study the use of safer technologies and report to the legislature in the next Safe Drinking Plan. Memorandum October 19, 2010 Page 9 According to Assemblymember Hall, AB 2583 would encourage water systems to reduce potential loss of life that could result from the release, accidental or intentional, of chlorine gas transported for use by many California water systems. However, chlorine gas use by the water and wastewater utility sector is a small segment, typically less than 5% of the total manufactured chlorine use in the United States. Targeting water and wastewater treatment products for greater regulation would not significantly contribute to the transportation safety, but clearly would interfere with the production of treated water and treatment of wastewater. As such, EVWD argued that AB 2583 would needlessly drive up state and local cost and provide little or no benefit. EVWD opposed AB 2583 because it seeks to direct safe drinking water and wastewater technologies through California's accidental release prevent program instead of through the Federal and state safe drinking water and water pollution control laws and regulations. Reeb Government Relations worked against the bill in the Assembly Environmental Safety & Toxic Materials Committee, which narrowly approved the bill. Lobbying efforts continued at the fiscal committee level. AB 2583 was heard in the Assembly Appropriations Committee on May 19. The bill was moved to the suspense file, where it ultimately was held under submission. Defeated Bill Resurrected in Senate: Passes Policy Committee AB 2776 by Assemblymember Jared Huffman (D -San Rafael) was gutted and amended a day before the June 29 Senate Natural Resources & Water Committee hearing to mirror the provisions of AB 2049, a measure that was twice- defeated on the Assembly Floor. The East Valley Water District was opposed to AB 2049 and remains opposed to the provisions of the bill. AB 2776 was initially introduced by the Assembly Water, Parks & Wildlife committee as an omnibus bill to update and clarify provisions of the Water Code. Senator Dave Cogdill (R- Fresno) criticized the move by Huffman and Arambula as "an abuse of the legislative process." The bill was narrowly approved by the Senate committee on a 5-4 vote, continued to move unto the Appropriations Committee where it fail passage on a 5 -5 vote. The Senators who voted in favor of the bill were Kehoe, Alquist, Corbett, Leno, and Wolk. Senator Ashburn, Emmerson, Price, Wyland and Yee voted in opposition of the legislation with only Senator Walters abstaining from voting. The bill was granted reconsideration at the request of the author, failing passage on August 9, on a 5- 4 vote. AB 2776, as with AB 2049, would prohibit the State Water Resources Control Board (SWRCB) and the Department of Water Resources (DWR) from approving any transfer of surface water or water rights, including transfers of State Water Project (SWP) contract rights, from an agricultural use to a municipal use for a period of 20 years or more, unless the water user provides a written evaluation of the economic, social, and environmental effects of the transfer upon the service area from which the water is to be transferred. Such transfers are subject to environmental review under the California Memorandum October 19, 2010 Page 10 Environmental Quality Act. AB 2776 would also authorize both state agencies to charge fees on water users to implement the mandates under the legislation. According to DWR, the agency responsible for approving requests elated to SWP transfers, there has only been 16 such permanent agriculture -to -urban transfers sirce 1991 for a total of 177,000 acre - feet —a small fraction of the 4.2 million acre -feet in allocation rghts held by the 29 agencies with contracts. AB 2776 is opposed by a long list of local government organizations, water agencies and districts, and industry and agricultural groups. Legislation to Expand State Water Board Authority Re- Surfaces Senate Bill 565 by Senator Fran Pavley (D -Santa Monica), was gutted and amended on February 1, 2010 to mirror water rights provisions previously contained in last year's SBX7 5 (Steinberg and Pavley) of the Seventh Extraordinary Session, which failed passage on the Senate floor. SB 565 would authorize the State Water Board ( SWRCB) to require water users to perform expensive and technical monitoring studies at their own expense. According to the Association of California Water Agencies (ACWA), this legislation would allow the SWRCB to require water users to perform and fund studies that ultimately may be use to reduce their water rights. For example, the SWRCB may require a water user to perform fishery studies in consultation with the Department of Fish and Game that end up being used as a basis for a SWRCB proceeding to increase minimum flow requirements under the public trust doctrine. SB 565 would also increase the maximum limits for fines for unauthorized use or diversion of water (trespass) from $500 for each day of trespass to $1,000 or $5,000 per day of trespass, or the highest market value of the water, whichever is the greatest amount. The bill would expand exemptions to include provisions that require the payment of fees to the SWRCB for official services relating to statements of water diversion and use. EVWD was part of a broad coalition that opposed SB 565, arguing that the legislation presented multiple challenges to achieving water supply reliability. SB 565 narrowly passed the Assembly Water, Parks & Wildlife and Appropriations committees, but was placed on the inactive file August 30 at the request of Assembly Member Charles Calderon, where the bill remains today. Unwarranted State Intrusion into Local Control Turned Back EVWD opposed SB 1234 by Assemblymember Christine Kehoe (D -San Diego) relating to the reasonable use of water. Under current law, the right to water or to the use of water is limited to that amount of water that is reasonably required for the beneficial use to be served. The right to water does not extend to the Memorandum October 19, 2010 Page 11 waste, unreasonable use, unreasonable method of use, or unreasonable method of diversion of water. Under current law, the Department of Water Resources and the State Water Resources Control Board is required to take appropriate actions to prevent the waste, unreasonable use, unreasonable method of use, or unreasonable method of diversion of water. AB 1234 would require the State Water Resources Control Board to develop regulations to determine reasonable water use in times of water shortage. EVWD, as an urban water supplier, has authority under Section 375 of the Water Code to adopt and enforce a water conservation program to reduce the quantity of water used by consumers for the purpose of conserving the water supplies of the public entity. In Addition, urban water suppliers currently prepare and adopt water shortage contingency analyses and plans as part of the Urban Water Management Planning Act. Therefore, EVWD successfully argued that the provisions of SB 1234 were unnecessary and would represent an unwelcome intrusion of the state into local decision making by local elected governing bodies. SB 1234 first hearing was scheduled for April 13 in the Senate Natural Resources and Water Committee. On April 8, the hearing was canceled at the request of the author. Two Key Issues Could Dominate Legislative Activity in 2011 On March 24, the Office of the Legislative Analyst (LAO) issued a report titled "Liquid Assets: Improving Management of the State's Groundwater Resources." According to the LAO, California's water system is facing a series of challenges affecting water availability, reliability, and delivery. "Reevaluating how groundwater is managed is necessary if it is to achieve its full potential as a reliable source of water, the LAO wrote. "In this report, we present the Legislature with a series of actions that would be phased in over a period of time to address current and emerging groundwater management issues, including bringing science and law together to accurately reflect the physical interconnection of surface water and groundwater." In particular, the LAO recommends that the Legislature: • Phase in a more comprehensive groundwater monitoring system to allow the state to focus funding and technical assistance efforts in the areas of greatest need. Establish Active Management Areas la defined geographic area where specific rules are established to govern the withdrawal and use of groundwater), in circumstances where groundwater overdraft potential or they extent of pollution problems are the highest. Memorandum October 19, 2010 Page 12 • Bring science and law together to modernize groundwater law to accurately reflect the physical interconnection of surface water and groundwater. • Consider phasing in statewide groundwater permitting over a multiyear period, based on data from expanded monitoring requirements, while maintaining local control over implementation of permitting to the extent possible. The LAO's recommendations present a diametrically opposite view of groundwater resources management than that held by VAWC members and farmers throughout California. The Coalition will prepare a response to the LAO report in anticipation of legislation being introduced in the 2011 -12 Regular Session of the Legislature to implement the recommendations. The LAO report can be accessed at http: / /www.lao.ca.gov /reports/ 2010 /rsrc /groundwaterigroundwater 032410.aspx The Little Hoover Commission on August 26, 2010, issued recommendations calling for a new approach to managing California's water supply. The Commission released its report titled "Managing for Change: Modernizing California's Water Governance" urging the governor and the Legislature to restructure the state's water administration to better coordinate key supply management and planning roles, and separate them from the operation of the State Water Project. The Commission concluded that the state's current water management and planning structure, in place since 1969, is obsolete and leaves the state ill- prepared to handle unpredictable precipitation, growing population and the need to better balance environmental needs with urban and agricultural demand. The Department of Water Resources was created in 195F to launch the State Water Project. A half century later, the project is complete, according to the Commission, who claims that the department's mission of operating the project is at odds with its separate mission of managing existing water resources and planning for future needs. In the intervening decades, the Commission argues, environmental laws and court rulings have added requirements to ensure that sufficient water is devoted to protect the environment and support endangered species. When water supplies are static, or reduced b\, drought, the result is conflict, too often settled in court, out of the hands of California's leaders. "The real issue is the reallocation of the resource in a fundamentally different way than the system is capable of handling," Little Hoover Commission Chairman Daniel Hancock said. The Commission recommends a reorganization that would create a new Department of Water Management as the state's main organization for managing its water resources and planning for future needs, implementing strategies to expand supply and reduce demand through water conservation and efficiency programs. The Commission recommends moving the State Water Project into a separate, independent state -owned water authority. This woi. ld create an organization designed specifically to operate the project. The new entity should work to further integrate its Memorandum October 19, 2010 Page 13 operations with those of the federal Central Valley Project, with the ultimate goal of merging the two systems under state ownership. To bolster supply management, the new department would integrate water rights administration and enforcement to improve accounting for how water is used and to reduce illegal or unauthorized water use. As part of the reorganization, the Division of Water Rights, now part of the State Water Resources Control Board, would be relocated to the new Depaitment of Water Management, reuniting two functions that were separated to accommodate the planning and construction of the State Water Project. Further, the Commission recommends that the Department of Fish and Game's instream flow analysis unit would move to the new Department of Water Management to enhance the state's ability to factor in water needs for aquatic habitat and wildlife to supply estimates and water rights decisions. The Little Hoover Commission is a bipartisan and independent state agency charged with recommending ways to increase the efficiency and effectiveness of state programs. The Commission's recommendations are sent to the governor and the Legislature. To obtain a copy of the report, Managing for Change: Modernizing California's Water Governance, contact the Commission or visit its Web site: www.lhc.ca.gov. EVWD an Effective Advocate on Behalf of its Taxpayers and Customers This completes the third year of a commitment on the part of the EVWD Board of Directors to aggressively pursue advocacy efforts in the State Capitol relying on Reeb Government Relations to be its voice. The recession and a slow economic recovery have impacted the financial position of water districts throughout the state. Boards of directors and management have responded by scrutinizing expenditures in order to hold down costs and rate increases. Some argue that local agencies like EVWD should simply communicate their concerns directly to local legislators —that local agencies can be effective in Sacramento without retaining the services of a competent lobbying firm. I do not believe the latter approach is an effective one for water districts. Water resources development and management presents a range of very technical and complex issues in which legislators have little direct experience or expertise. Water districts throughout California must deal with the possibility of longer and more pronounced droughts, threats to the environment, impaired water bodies, population growth and aging infrastructure to name a few. Direct communication with a legislative office rarely produces results on most issues that come before the Legislature. The District cannot solely rely on local legislators to carry its message to the Legislature and the Executive Branch. While local legislators cast votes in committees and on the Senate and Assembly floors, legislators and their staff rarely have the time or expertise to effect changes in legislation. Neither do they testify at committee hearings or visit with legislators that serve on key committees. It is a rare occurrence when a local legislator is a member of a committee of Memorandum October 19, 2010 Page 14 interest to the District. Communicating with legislators is even more challenging given the delivery of competing messages from interest groups in Sacramento that do not share the same perspectives of the District. Further, the California Legislature reflects the tremendous diversity of its people — Inland Empire legislators may understand the needs of the region, but legislators in other areas of the state do not know the region well, and it is often those legislators that are casting votes on issues of critical importance to the District. While Reeb Government Relations has established and maintains a close working relationship with EVWD's local legislative delegation, our firm has clients throughout the state. We have close working relationships with the local legislators that represent the areas served by those clients as well, which expands our ability to ably represent the District. Ultimately, District directors and management must determine the best course of action when it comes to effective communication with the State Legislature and Executive Branch in Sacramento. The cost of retaining a lobbying firm must be weighed against the cost of going it alone. Reeb Government Relations specializes in California water resources and management issues. With nearly three decades of work in the water resources field, including 22 years in the State Capitol, I believe I bring unmatched experience and expertise to the District. I believe the results over the past three and a half years —as again illustrated in this annual report— clearly demonstrate value to the District and its customers. Leo DA Memorandum To: Ron Buchwald, EVWD Eliseo Ochoa, EVWD From: Luis Le6n, CDM Date: October 15, 2010 Subject: East Valley Water District Conejo Drive Sewer Replacement Project Bid Evaluation and Recommendation 1.0 Introduction The construction of the Conejo Drive Replacement Project (Contract No. 52474) for East Valley Water District (EVWD or District) was bid from August 18, 2010 to September 14, 2010. The bids were due by and opened on Wednesday, September 15, 2010, at 2:00 p.m., local time, at the District's office, 3654 East Highland Avenue, Suite 18, Highland, California 92346 -2607. This memorandum summarizes the bid evaluation criteria, findings from the bid evaluation, and a recommendation for the "successful low bidder'. This memorandum is organized as follows: ■ 1.0 Introduction ■ 10 Bid Evaluation Criteria ■ 3.0 Pre -Bid Conference ■ Attachment 1: Mike Prlich & Sons Bid (received on Bid Date) • Attachment 2: Mocon Corporation Bid (received on Bid Date) • Attachment 3: BRH Garver West Bid (received on Bid Date) • Attachment 4: Colich & Sons Bid (received on Bid Date) ■ 4.0 Bid Results ■ 5.0 Bidders Qualifications Evaluation ■ 6.0 Recommendations • Attachment 5: Pre -Bid Conference Agenda • Attachment 6: Verification of Bidders Qualifications Phone Log ■ Attachment 7: Questions during Bidding and Addendum No. 1 (Text Only) P\INC\2I06. EVW 7837 - Conelo Sewer Replac�COMMUNI \iCLIENTEVWDCone]o Sewer Bid Review09212010 doc 2.0 Bid Evaluation Criteria The bid evaluation criteria include: ■ Bidder's qualifications, and 2.1 Bidder's Qualifications The qualifications of bidders, specified in Section 00100 Article 1 of Contract Documents, and in Section 02777, section 1.05, include, but are not limited to, thu following: ■ Bidder shall have previous experience in the Work. The experience requirements are: • The Pipe Bursting System Manufacturer shall have previously demonstrated its ability to have successfully installed a minimum of one (1) million feet of pipe via pipe bursting. Pipe Bursting System Manufacturers shall be TT Technologies, Inc., Aurora, Illinois, TRS Trenchless Replacement Service, LTD, Calgary, Alberta, Canada, Miller Pipeline Corp., Indianapolis, IN or approved equat. • The Pipe Bursting Contractor shall provide proof of training by the Pipe Bursting System Manufacturer. • The Pipe Bursting Contractor shall have at least two (2) years continuous experience in pipe bursting and shall have completed at least three projects in the last five (5) years involving pipe bursting installations of a combined total of 3,000 feet or more of 8 to 22 inches (O.D. of replaced pipe) pipes in diameter. • Pipe bursting operations shall be performed under the constant full time direction of a single pipe bursting superintendent and /or supervisor who shall have pipe burst or supervised pipe bursting of a minimum of 3,000 linear teet of gravity flow pipe of 8- inch through 30 -inch diameter. The on -site superintendent and /or supervisor shall not be removed or replaced from the project without �v •itten permission from the Owner. The replacement person shall also meet the required qualifications. • The Pipe Bursting Contractor shall submit the following; information for review and approval at the time of bid submittal using the form (s) provided in the Bid Form: a. The number of years of experience by the Pipe Bursting Contractor in performing pipe bursting projects. b. The name of the equipment manufacturer and supplier for this work and previous work listed below. The Pipe Bursting Contractor shall be experienced with the manufacturer's equipment and systems, and shall N trained by the pipe bursting manufacturer. Verification of training shall be submitted with the bid. P\MC2706- EMD\67837 � Corelo Sewer Replar \6COMMUN! +CIF;rT \EVWD Cori Sewer Bid Review 09212010 doe Ron Buchwald October 15, 2010 Page 3 c. The name of the Pipe Bursting Supervisor that will provide constant full time direction over all pipe bursting operations. Include also years of pipe bursting experience, total footage of pipe bursting experience on 8- inches or larger pipe, and full information for reference projects per item 1.05.B.4.d. The Contractor may also contract with the pipe bursting manufacturer to provide one of their representatives to be on site during the duration of the pipe bursting operations and reconnection of the laterals. d. A list of all municipal clients for which the Pipe Bursting Contractor has performed this type of work for in the last two years. The list shall contain: 1) Names and telephone numbers of persons to be called to verify previous satisfactory performance. 2) A full description of actual work performed including the project location, year of construction, diameter of both the pipe that was replaced and the pipe installed by pipe bursting, the total linear footage and diameters of pipe installed by pipe bursting, and the type/ use of the pipe (i.e. gravity sewer, force main, etc.). 3) The name of the pipe bursting system (equipment) manufacturer for the wort: performed. 4) The name of the Pipe Bursting Supervisor that provided direction over the work. e. The Pipe Bursting Contractor shall provide sufficient number of references for work completed to date. ■ Bidder shall have the necessary financial resources to complete the Work. The bidder's experience requirements were included in the Contract Documents as minimum qualifications to bid to ensure successful construction by an appropriately experienced contractor. It should be noted that no requests to waive the bidder's experience requirements were received from any of the 11 bidders during the bidding period. The full list of questions received during bidding and answers are included in Attachment 7 of this memorandum. 3.0 Pre -Bid Conference A pre -bid conference and site walk was held on Thursday, September 2, 2010, at 10:00 a.m. local time, at the EVWD Plant 134 project site located at 4588 Highland Avenue, Highland, California 92346. Attendance at pre -bid conference and site walk was mandatory, as specified in Section 00100 Article 5 of Contract Documents. The agenda of the pre -bid conference is included in Attachment 5 of this memorandum. P VNC @706 -EV DV7837- Coeryo Sewer Repinc COMMUNNCLIEW \EV DConeJo Sewer Bid Review 09212010 noc Ron Buchwald October 15, 2010 Page 4 During the pre -bid conference, Luis Leon (CDM) reminded the potential bidders that the Contract Documents include specific minimum qualification requirements for bidder's experience in sewer construction /replacement using pipe burering. Luis Leon explained these qualification requirements were very important to the District. Luis Leon also informed that these bidder's qualifications. which must be submitted as part of the bid, will be verified during the bid evaluation, and that those bidders who do not mect these requirements will be considered non - responsive. 4.0 Bid Results The Bids were opened on Wednesday, September 15, 2010, M2 00 p.m., local time, at the District's office, 3654 East Highland Avenue, Suite 18, Highland, California 92346 -2607. The bid results from the September 15, 2010 bid opening are summarized in Table 1. Note that these results only include the Base Bid, items 1 through 12. Table 1 Bid Results Bidder _ Total Bid $ Mike Prlich & Sons $ 419.565_ Mocon Corporation $ 508.95C BR Garver West $ 575.02C Conch & Sons $ 530.128 Based on the bid results, the two lowest bids by Mike Prlich & Sons and Mocon Corporation were evaluated further to verify bidder's qualifications requirements. The bidder's qualifications evaluation is described in Section 5. 5.0 Bidder's Qualifications Evaluation The bidder's qualifications requirements are as described in Sec lion 2.1. The bidder's qualifications information, provided in the Contractor Qualificaficn Statement Form, Appendix B of the Bid Form, were reviewed and verified. 5.1 Experience The qualifications of the two lowest bidders are summarized in Table 2. PVNC\2706 -EV DK7 837 - Conelo Sewer Replac \5C0MM:N 111C BCTiEV Condo Sewer Bid Rem" 09212010 doe \C) }� /)z 0U a4 0 \ ) § � � ; f {�e, ! ` k o«!& $ ( §e) 4) M's0 a!) SU) �$G CL fa,.. / {eft) 2 a ®(# - wCo / /m § � � ! ) m / ))k!\}f) W2 z o \§9 \ ! +#� \) t»{f\ ;O /()t So = t`o® ®$a °« _ R) # /! ; ® f ){§ ® -Ff �2 k / q]| Z( ® | e ;£� % m JI ew;� !! ( �! � ! ft !] ƒ0 / f) /\ \ ( #{ - {a ) '0 C 2 \ \ a : \ ) Ron Buchwald October 15, 2010 Page 6 Mike Prlich & Sons, Mocon Corporation, and BRH Garver West meet all construction experience requirements. Additional clarification and supporting documents are included in Attachment 5 and Attachment 6 of this memorandum. 5.2. Financial Resources The financial status of the two lowest bidders was also reviewed to check that their financial resources are adequate to complete the Work. The two lowest 1-idders, Mike Prlinch & Sons and Mocon Corporation are financially qualified for this projec . 7.0 Recommendations The results of the bid evaluation are provided in Table 3. Table 3 Bid Evaluation Results Mike Prlich & Sons Mocon Corporation BRH Garver West Bid Price $5,239,600 $5.393450 $6,197,336 Bidder Qualification Responsive Responsra'� Responsive Recommendation Lowest Successful Bidder Second Low =st Successful Bidder Third Lowest Successful Bidder Mike Prlich & Sons met the minimum experience qualifications requirements and complies with all other requirements. Mike Prlich & Sons is the lowest successful bidder. Therefore, CDM recommends that East Valley Water District awards the c )nstruction contract to Mike Prlich & Sons. v%MC�70 - EMD167W7- Com, Sewer Replaci6COMMAI "LiP T1EV D Conejo Sewer Bid Review 09212010 doc Attachment 1 - Mike Prlich & Sons Bid (received on Bid Date) P VNCC2708 - EMD157837 - Conejo Sewer ReplecWOMMUNR1CUENi\EMID Conelo Sewer Rid Review 09212010 doe MIKE PRUCH ANDSONS INC. BIDDERS NAME: BID FORM TO EAST VALLEY WATER DISTRIC' I CONEJO DRIVE SEWER REPI,ACF,MEN'.' The undersigned declares that the only persons or parties interested i:t this laid as principals are as stated; that the Bid is made without an} collusion with other persons, firms, or corporations; that all the Contract Documents as prepared by Cam-) Dresser & McKee Inc., 9220 Cleveland Avenue, Suite 100, Rancho Cucamonga, California 91730 and dated August 2010 have been caref.d y examined; that the undersigned is fully informed in regard to all conditions pertaining to the Work and t! e place where it is to be done, and from them the undersigned makes this Bid. These prices shall cover all . xpenses incurred in performing the Work required under the Contract Documents, of which this Bid For n i. a part. If a Notice of Award accompanied by at least six unsigned copies of the Agreement and all other applicable Contract Documents is delivered to the undersigned within 94 days after the actual dale of the opening of the Bids, the undersigned shall within five days after the date of receipt of such notification, execute and return all copies of the Agreement and all other applicable ( ontract Documents to Owner. The premiums for all Bonds required shall be paid by Contractor and shall N included in the Contract Price. The undersigned Bidder further agrees that the Bid Security accompanying this Bid shall become the property of Owner if the Bidder (ails to execute the Agreement as stated ahove. The undersigned hereby agrees that the Contract Time shall commence., days following the Effective Date of the Agreement to fully complete the Work within 60 Calendar Days ;including 5 days for mobilization and set up) and in accordance with the terms as stated in the Agreement. The undersigned further agrees to pay Owner, as liquidated damages, $1000.00 per day for each calendar clay beyond the Contract Time Limit or extension thereof that the Work remains incomplete, in accordancc with the terms of the Agreement. The undersigned acknowledges receipt of and accepts addenda numbered (list all addenda): '? In accordance with the above understanding, the undersigned proposes t ) perform the Work, furnish all materials and complete the Work in its entirety in the manner and under the conditions required at the prices listed as follows: East Valley Water District Bid Form - Rev. 9 -8 -2010 Conejo Sewer Replacement Project 00300 -1 P VNCV) C6ENYD' b ]8]iCOn�oSMt�Aepie�lPPCIDO:�Sf E<5 \pv 00VJ:gO8gf0emM�eM 1Cae Real E Description U n urVmn Unit U Unit Price (words) n Unit Price T Total Amount - S Fite. 77is/�SM'D $ $ Sdd�• Jo_ S LE O O.NC S /jpo. �. $ L:GY eew-S '%ty6.(K Till ✓SA�o S 4 S a✓oNA.eS. :.630 L LP O OvG 1%a.idl¢sp SnC $ $ /D6..00 S SZ%87BA oo 5 P EA g glgtirf/0.apaa'i $ $ �OJ.ed_, a G D S r //LL _ a_sda. �. $ $ Jrdd0:00 7 I W. 114 a6. — - -- - - - -- — — o oN2 0 / /6t . S S /, do $ $ 2G3o.do — 7i/d✓s.4 A $ EA — 7daA) ABANDON EXISTING SAN] "FARY SEWER 3 321 L 11 REPLACE GXISTING SEWER MANI IOL,1; 9 RA 7Xl�etC 7//D ✓SA.vA $.3000,.0 _ $ 2 %ddo,00 W) rH NEW PRECAST CONCRGrli MANHOLE 12 AI.LOIA'ANCIi FOROI;I'AININ(i AEI. 1 LS -fry 7Wvv.SAN/� $10000 $IU 000 PERMITS _ _ _ ol.tfA,05. �OVK f/Ud/d kPd Ni �tTe <u 7FFJVSAn10 F'W *W40"10 Amount in Words East Valley Water District Conejo Sewer Replacement Project 11i wj 6 E1N 70)1 .[onelo x'..v neoua)rno�oOCUSP[r -sp.. M20]O]B4irvin nnem �ucc F ✓e d%114A.Y. Bid Form- Rev. 9 -8 -2010 00700 -2 The undersigned agrees that extra work, if any, will be performed in accordance with Article 10 of the Conditions of the Contract and will be paid for in accordance with Arti b: ' I of the Conditions of the Contract. Amounts shall be shown in both words and figures, where indicated. In rasc of discrepancy, the amount shown in words will govern. fhe above prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance and incidentals required to complete the Work. Item Description No. A -1 OVERLAY EXISTING S I REFT WI I H A MINIM tIM 1 -INCI I OVFRLAY I'rit : "I "FM 8.5 OF SAN RERNARDINO COUNTY DEPAR'FMEN'f 01' PUBLIC WORKS GENERAL IILRMI "t CONDITIONS AND TRENCH SPFCIFICATIONS. THIS Il - NI INCLUDES GRINDING OF I 1 -Ili FXIS I ING PAVEMENT AND ADDING "rACKII"11.R AS NEEDED Estimated I Unit I's t1tin Price (wards) e /Ln2s. Bid Additive Total for the Cmtlrecl Pricc of __- Amount in words Unit Price I Total Amount S 6t000.na The undersigned agrees that extra work, if any, will be performed in accordance with Article 10 of the Conditions of the Contract and will be paid for in accordance with Attic e ; 1 of the Conditions of the Contract. Amounts shall be shown in both words and figures, where indicated. In case of discrepancy, the amount shown in words will govern. The above prices shall include all labor, materials, bailing, shoring, Ieml,val, overhead, profit, insurance and incidentals required to completes the Work. Fast Valley Water District Conejo Sewer Replacement Project P nNCVra.ENOAM37. CUjo Se'ue ,, L SN +OMgJ009e Wrm,/.meM IW, Bid Form - Rev. 9- 8.2010 00300 -3 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder's Name: Business Address: Telephone: MIKE PRLIGH A�IQ,S�1�1SI INC_ - -- State Contractors License No. and Original Date Issued: /o - (.' 99 Expiration Date: The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and /or corporate officers having a principal interest in this proposal: MICHAEL A. PRLI(-:`I CONTRACTOR'S LICENSING S'rATFMFNT The undersigned certifies that bidder is licensed in accordance N it]- the laws of the State of California providing for the registration of Contractors. Contractor's License Number 7ti J 11741 License Classification: A - Expiration Date: Name of Individual Contractor (Print or type): Signature of Owner: Business Address: Name of Firm: Business Address: Name: Address: Name Address: Name of Corporatioi or Title: Title: or MIKE PRLICH AND SONS INC. 3-31 -11 Business Address: Corporation organized under the laws of the State_ Signature of President ofCorporation (DENT SERDARUSICH L4 � SURER E R g Date East Valley Water District Conejo Sewer Replacement Project P vNCQ1W EVNV6I!])- CO�elo Sewe` RepxVPROAOCa5REC5�Dr Wiq]W Bq fore Nnem � Ooc Bid Form - Rev. 9 -8 -2010 00300 -5 1104 Ii San Donardino Ave, San I1cnmrdino Ca 92408 909- 799 -7800 FAX 909 - 1995553 To 1V110111 If MaF Concerti: "HDPE PIPS ' IS OUR B USINESS" PPDislribulnrs.cont P&F Distributors has the following items in stock as of 9/15/2010 (Bid Date) for the Sewer Replacement on Conejo Drive. • 4) 10" Friatec lo%v- pressure elecho- fusion couplings (San Bernardino, Ca) 1) 10" DR 17 fabricated tee (San Bernardino, Ca) 1) 10" DR 17 fabricated 90 degree elbow (San Bernardino, Ca) P /F Distributors currently has on order the following aucl is expecting this order on 10/5/2010 to arrive in Bakersfield, Ca • 2,640') 10" DR 17 Grey IIDPC pipe X 110' lengths (Performance Pipe, Reno NV) P &F Distributors does not have in clock nut can readily order and receive the following within 5 -7 days • 60) 10" s 4" Fernco lateral tvyc saddles with SS baud clamps (Frenco lac.) PR 1, Distributors is a leading supplier of high density polyethylene (HDPE) pipe an(I related products for the oil, gas, milling, industrial, scorer, and mter markets. With four locations, P &P is Otte of (lie largest disc ibulors of polyethylene pipe, fittings, and fusion cquipmcnt in the Western United States. P &F maintains an extensive inventory, stocking a complete tine of FIDPF pipe, finings and fusion equipment, P&F sells, rents, and services Mclilroy fusion equipment. We are both an Authorized Dishibutor and an Authorized Service Center for McEhoy fusion machines. We sell MCF11 -oy'S complete liar of fission products. In addidon to selliup, new machines, we sell ased machines from our rental fleet. Oar renal fleet exceeds 150 fusion machines, ranging in size front 1/2" through 65 ". Best regards, Alex McKean Estimator /Inside Sales P & F Distributors 1704 E San Bernardino Ave San eemardino, CA 92408 Ph (909) 7997800 r-x (909) 7995558 Cell (909) 6389998 Alrxnl'I'Dhtribw.,, rom InUisbibetars cunt w�! Los rlugeles 1304 E. S'nn 13vrnordDlo r5re., San lJvnurrdino, CA 92408 909 - 799 -7500 FAX 909- 799 -5555 Bokerslreld 5221 Gilwore Avenue, llaker.gllehl, CA 93308 661- 326 -7500 FAX 661- 326 -7805 Runo 675 -13 Edison Wae Reno, rVV 89.502 775 - 856-1888 FAX 77J -836 -1844 LIST OF SUBCONTRACTORS BIDDER proposes to suhcontract certain portions of the work as follows: Name Under Which Subcontractor is Address of Office, Percent of Total Licensed License No. Mill or Shop COnh act Au- M+4,&abW spN,scr 111cs �e 26- 7u73- A Specific Description of Subcontractor ,asph*+ ovGC`M'. �!�i5!G! %Y%dceN SdS73S ^A z e ev. WL C*-!2NS �eG /i�OCw AI/AU/E'D . ALL ITEMS OF INFORMATION REQUESTED ON THIS PAGE. ARE REQUIRED. BIDDERS SHALL SPECIFY EACH SUBCONTRACTOR WHO WILL PERFORM WORK OR LABOR OR RENDER SERVICE TO TIM PRIME CONTRACTOR IN AN A \MOUNT IN EXCESS OF ONE HALF OF ONE PERCF.N7' (0.5 %) OF THE PRIME CON'TRA('I OR'S TOTAL BID. FAILURE TO LIST ALL INFORMATION AS REQUESTED ABOVE MAY RESULT IN DISQUALIFICATION OF THE BID. East Valley Water District Rid Form - Rev. 9 -8 -2010 Conejo Sewer Replacement Project 00300 -6 ruNCrz+oe.["wo�srevca�.�o sore, a. p.c�rrac,oncnarec +�o�ooa,00.iao ae ro,�� ��m +aar. STATEMENTS BY BIDDER Bidders shall indicate opposite each item listed below the name of the manufacturer or supplier and location of plant proposed to be used under the Contract. Award of a Contract under this proposal (Bid) will not imply approval by the Owner of a manufacturer or supplier listed by the Bidder. However, ira manufacturer or supplier is acceptable to the Owner, the Successful Bidder shall furnish the items from the manufacturer or supplier indicated. Any manufacturer or supplier listed in the Contract may be substituted, changed, or omitted by the Succcssful Bidder, subject to the written approval of the Owner, without subjecting the Owner to any liability for the substitution, change or omission. The listing of any manufacturer or supplier in the Contract does not, and is not intended to, grant any right, title, or interest in the Contract for the benefit of the named manufacturer or supplier. Each Bidder shall inform in writing, each named manufacturer or supplier, that the so named is listed for information purposes only and may be substituted, changed, or omitted by the Succcssful Bidder, subject to the approval of the Owner, without subjecting the Owner to any liability for the substitution, change or omission. The Successful Bidder shall reimburse the Owner for any expenses incurred by the Owner as a result of the Successful Bidder's failure to so notify each named manufacturer or sup 'llier. A. Lead time for delivery from date of signing contract shall be as follows: Item Calendar Days B. The Bidder intends to furnish materials supplied by the following manufacturers: (Bidders to list one manufacturer only for each item). Item Manufacturer plant Location ,5-" 4ctle-2_ East Valley Water District Bid Form - Rev. 9 -8 -2010 00300 -7 Conejo Sewer Replacement Project PWCV1. E...1.31 CwJ ., ,AedanrvAOJOOCgsPECS'Dx W1Nloo oafoim M1meM aoc NON - COLLUSION AFIDAVIT STATE OF COUNTY OF %9S e5. ) 11` 1eJ1,4BL A, Pa lr_A _ _ , being first duly sworn, (Name of Affiant) says that he /she is ¢L°SiUeN7` of (Title) MIKE PRLICN ANDSONS INC. (Name of Bidder) the party making the foregoing Bid; that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporatioc; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced nr ;ol icited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from Ridding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or canference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit or co,t clement of the Bid price, or ofthat of any other Bidder, or to secure any advantage against the public body- awarding the contract of anyone interested in the proposed contract; that all statements contained in the B'd are true; and further, thatthe Bidder has not, directly or indirectly, submitted his or her Bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organisation, Bid depository, or to any n emberor agent thereof toeffectuate a collusive or sham Bid. "- / 7 (Signature) Ki_ MICHAEL A. PRI (Typed Name) PRESIDENT (Title) NOTARY PUBLIC IN AND FOR THE STATE OF 0�L G ttfC _r__!_� SUBSCRIBED BEFOR ME on this /•`y r7� day of 5 'eto LA -- 2981�LG}C My Commission Expires; Ol6'U /� �C I % —� Notary Put ii) East Valley Water District Conejo Sewer Replacement Project A A AbA A A A GREGG ARDEN ALPVEGREN COMM. 01800880 Notary Public- Callfornia Los Angels County Comm. Expires Jun 9, 2012 91WWM -ENh 7037 -COryD Ue Aegatl?MO. OOC4SVFCSONOb 300 BE form n em IJac Bid Form - Rev. 9 -8 -2010 00300 -8 CERTIFICATION OF NON- DISCRIMINATION BY CONTRACTORS Labor Code Section 1735 Requires that no discrimination be made in the employment of persons upon public works because of the race, handicap, medical condition, marital status or sex of such persons, except as provided in Government Code Section 12940. The firm listed below certifies that it does not discriminate in its employment with regard to the factors set forth in Labor Code Section 1735; that it is in compliance with all federal, state and local directives and executive orders regarding non - discrimination in employment; and that it agrees to demonstrate positively and aggressively the principle of equal employment opportunity in employment. 1. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned, including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM: MIKE PRLICH ANDSONS INC. TITLE OF PERSON SIGNING: SIGNATURE: DATE: y" 15-- /D MICHAEL A. PRLIC;:' Please include any additional information available regardingequal employment programs now in effectwithin your company. East Valley Water District Conejo Sewer Replacement Project P WCVi06 ENYOW1pJi Lene�e Frei Repaq�PROAOLM5PEL8bnOVWY10 Bd fam -Ne,M � Eac Bid Form - Rev. 9.8 -2010 00300.9 Attachment 2 - Mocon Corporation Bid (received on Bid Date) PVnCQ7D -EV M7831- Codejo Sewer Reeiac\BCCMMUN v__i H.T \EV D Cooep Sewer Bid Renew 09212010 doc BIDDERS NAME: V G O GO n BID FORM TO EAST VALLEY WATER DISTRICT CONEJO DRIVE SEWER REPLACEMENT The undersigned declares that the only persons or parties interested in this Bid as principals are as stated; that the Bid is made without any collusion with other persons, firms, or corporations; that all the Contract Documents as prepared by Camp Dresser & IvlcKec Inc., 9220 Cleveland Avenue, Suite 100, Rancho Cucamonga, California 91730 and dated August 2010 have been carefully examined; that the undersigned is fully informed in regard to all conditions pertaining to the Work and the place where it is to be done, and from them the undersigned makes this Bid. These prices shall cover all expenses incurred in performing the Work required under the Contract Documents, of which this Bid Form is a part. If a Notice of Award accompanied by at lease six unsigned copies of the Agreement and all other applicable Contract Documents is delivered to the undersigned within 95 days after the actual date of the opening of the Bids, the undersigned shall within five days after the date of receipt of such notification, execute and return all copies of the Agreement and all other applicable Contract Documents to Owner. The premiums for all Bonds required shall be paid by Contractor and shall be included in the Contract Price. The undersigned Bidder further agrees that the Bid Security accompanying this Bid shall becmne the property of Owner if the Bidder fails to execute the Agreement as stated above. The undersigned hereby agrees that the Contract Time shall commence 3 days following the Effective Date of the Agreement to fully complete the Work. within 60 Calendar Days (including 5 days for mobilization and set up) and in accordance with the terms as stated in the Agreement. The undersigned further agrees to pay Owner, as liquidated damages, $1000.00 per day for each calendar day beyond the Contract Time Limit or extension thereof that the Work remains incomplete, in accordance with the terms of the Agreement. The undersigned acknowledges receipt of and accepts addenda numbered (list all addenda): AddQno-, 11 reee lved 911.110 In accordance with the above understanding. the undersigned proposes to perform the Work, furnish all materials and complete the Work in its entirety in the manner and under the conditions required at the prices listed as follows: East Valley Water District Bid Form - Rev. 9 -8 -2010 Conejo Sewer Replacement Project 00300 -1 PVNCWM FA Tu?_Comb 9ew.r RyI/c \IFROJDOCM9PECSDM M' MForm- MmWIdoc Item Estimated Unit Price Total Amount No. Description Unit Unit Price (�rords) numbers numbers I MOBILIZATION, PREPARATORY M ORK, I LS 012. �_✓� - $ Z�, �O $ 2,f1 �0 CLEARING, AND DEMOBILIZATION "fO COMPLETE N ECESSARY SEWER U.ollal.l- 5 RF PLACEMENT �� � �" 2 PO"1 "HOLINGBURIEU lf11Ll'DES ADJACENT 1 I'S W VI2 Ts-sav�ra s� $ ('1.000 $ 1200(7 AND /OR WI'I'HIN'I'111? AREA OI' I I IL C .°�l O r 1) PROPOSED REPLACEMENT SEWER LINK 3 PIPECLI :ANINGANUPRUCONS'IRIJCPION 2,630 LP � a._CWlCtf S $ CCTV EXISTING 6 -INCI I ANU 8 -INCI I SI!WER LINE - - -- - -- - 4 S]IFI•;I'IN(i, SHOlkIN(i ANf) BRA(:IN(i — -I - -- I'S +j'ja^ An tW 0 5000 $ 22Ooo i uSawJ __ 5 PIPE BURST EXISTING 6-INCH AND 8-INCH 2,630 I,I' !g QI!)% 5�.�' SEWER LINE AND REPLACE WITI I I0 -INCH LS_ DIAMETER IIDPE PIPIT 6 DISCONNECTING LATERALS AND 60 EA f'-C.0 a' S $ 00(7 $_�i11) C)'9_0 I RECONNECI'ING'IHEM AFTER PIPE. _ " [.. BURSTING USING FUSED HOPE _ _CONNECTIONS �y�� _. 7 TRAI:I:IC CONTROL I IS e.14�.. Q�lt $22.00 $ Z0000_ S4-ol -- 8 POST CI.EAN, POST CC'I V, ANU'IPS I1N(i 2,630 LIZ O ✓�_ i7 �.I4( $� OI� NEW 8-INCH SEWER LINT: 9 ABANDON RXISI'ING SANITARY SJ ±WER MANHOLE 10 , ABANI)ONEXISI 'IN(iSANII'ARYSI :Wtlk .INE. 2 LA 321 1.1' Rti (9p{ 4�__.� 0 Y- -��..� II RP.PLACI[ EXISTING SEWER MANHOLE 9 GA SIX ou So - --c� $ WITIINISWPRRCAS'ICONCRI;lE MANHOLE dailar S - 12 ALLOWANCE FOR OBTAINING ALI, I LS $10000 $lo PERMITS 6� -r S _ _ �j� - -. _.. . Bid'llotal (Total Items 1 through 12) for the Contract Price of $ liq r^ Ao"dr.dnira{n &A 1� artJ 91 AhOd S Amount in words East Valley Water District Hid Form - Rev. 9 -8 -2010 Conejo Sewer Replacement Project 00300 -2 P vNC21MENYONlr]� "eenryo SeM'r Rer.e�lFFO.r'oC•�'+`EGSM aaoo�oa Be ram �e.e�eo� The undersigned agrees that extra work, if any, will be performed in accordance with Article 10 of the Conditions of the Contract and will be paid for in accordance with Article I I of the Conditions of the Contract. Amounts shall be shown in both words and figures, where indicated. In case of discrepancy, the amount shown in words will govern. The above prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance and incidentals required to complete the Work. RID ADDITIVE NORM Item Estimated Unit Unit Price (words) Unit Price Total Amount No. Description numbers numbers _Quantity A -1 OVERLAY EXISTING STREET WITH A I I'S MINIMUM I -INCH OVERLAY PER ITEM 8.5 OF SAN RERNARDINO COUNTY DEPAR'I'MEN'1 OF PUBLIC WORKS OFNERAI, PIiRMI'I' CONDITIONS AND 'T'RE'NCH SPECIFICA IONS -1HIS ITEM INCLUDES GRINDING OF H I F EXISTING PAVEMENT AND ADDING TACKIFIER AS NEEDED a 68.6 o — O Rid Additive 'Fatal for the Contract Price of Amount in words The undersigned agrees that extra work, if any, will be performed in accordance with Article 10 of the Conditions of the Contract and will be paid for in accordance with Article I I of the Conditions of the Contract. Amounts shall be shown in both words and figures, where indicated. In case of discrepancy, the amount shown in words will govern. The above prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance and incidentals required to complete the Work. East Valley Water District Conejo Sewer Replacement Project P NNLV)M EV WG`hllA- Lon�lo lm�ea flc01xVPROJOOLNSPEC+ID'v OPW]00 e+IPorm -Mona t dx Rid Form - Rev. 9 -8 -2010 00300 -3 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct Bidder's Name: OGoy1 Ccf p Business Address: / Telephone: Fax : _ State Contractor's License No. and Class:-66r,-735- lass: 5657 3 5- <- (p�s s A Original Date Issued: y 130186 Expiration Date: Li' The following are the names, titles, addresses, and phone nunhrrs of all individuals, firm members, partners, joint ventures, and /or corporate officers having a pri icipal interest in this proposal: 4/8 The dates of any voluntary or involuntary bankruptcy judgment; against any principal having an interest in this proposal are as lollows: NA All current and prior DBA'S, alias, and /or fictitious business names for any principal having an interest in this proposal are as follows: NA Fast Valley Water District Conejo Sewer Replacement Project P YNWtW UW VSO, Conep Se o XeMAWPROJOO ,ASPEC SOW WW 3W MI.—. Bid form 00300 -4 CONTRACTOR'S LICENSING STATEMENT The undersigned certifies that bidder is licensed in accordance with the laws of the State of California providing f'or the registration of Contractors. Contractor's License Number: 56 5735 License Classification Name of Individual Contractor (Print or type): Signature of Owner: Business Address:_ Name of Firm:_ Business Address:_ Namc: Address: Name Expiration Date: 4 /301 it or //'' or Name of Corporation: M O GO N` Ln r e__ Corporation organized under the laws of the State of �a^ of Secretary of Corporation 9! 1-S to Date East Valley Water District Conejo Sewer Replacement Project PYNC71M ENM70)) c-.p Sena Rr)111] 0=04SPECS -v OV9 %dfmmO Bid Form 00300 -5 LIST OF SUBCONTRACTORS BIDDER proposes to subcontract certain portions of the work & follows: Name Under Which Subcontractor is Address of Office, Percent of'rotal Specific Description Licensed License No. Mill or Shop Contract of Subcontractor I l MCkA6te CO.1 L4yS - —`11 P 2 jer t sy �a� R 3 0102 A ftAA Ni:::j 1L b2Z4 A� CAU1 �— ALL ITEMS OF INFORMATION REQUESTED ON THIS PAGF, ARE REQUIRED. BIDDERS SHALL SPECIFY EACH SUBCONTRACTOR WHO WILL PERFORM WORK OR LABOR OR RENDER SERVICE TO THE PRIME CONTRACTOR IN AN AMOUNT IN EXCESS OF ONE HALF OF ONE PERCENT (0.5 %) OF THE PRIME CONTRACTOR'S TOTAL BID. FAILURE TO LIST ALL INFORMATION AS REQUESTED ABOVE MAY RESULT IN DISQUALIFICATION OF THE BID. East Valley Water District Conejo Sewer Replacement Project PW v7m EWAKIE37 - <m4o5me�RaP�x�1PPONlOG�, :PECSOnm�mJm Bd iwm.Nn<na �.Ex Bid Form • Rev. 9 -8 -2010 00300 -6 SfATE:MF,NTS BY BIDDER Bidders shall indicate opposite each item listed below the name of the manufacturer or supplier and location of plant proposed to be used under the Contract. Award of a Contract under this proposal (Bid) will not imply approval by the Owner of a manufacturer or supplier listed by the Bidder. However, if a manufacturer or supplier is acceptable to the Owner, the Successful Bidder shall furnish the items from the manufacturer or supplier indicated. Any manufacturer or supplier listed in the Contract may be substituted, changed, or omitted by the Successful Bidder, subject to the written approval of the Owner, without subjecting the Owner to any liability for the substitution, change or omission. The listing of any manufacturer or supplier in the Contract does not, and is not intended to, grant any right, title, or interest in the Contract for the benefit of the named manufacturer or supplier. Each Bidder shall inform in writing, each named manufacturer or supplier, that the so named is listed for information purposes only and may be substituted, changed, or omitted by the Successful Bidder, subject to the approval of the Owner, without subjecting the Owner to any liability for the substitution, change or omission. The Successful Bidder shall reimburse the Owner for any expenses incurred by the Owner as a result of the Successful Bidder's failure to so notify each named manufacturer or supplier. A. Lead time for delivery from date of signi°tg contract shall be as follows: Item lll Calendar Days 22 �f�E �tP� B. The Bidder intends to furnish materials supplied by the following manufacturers: (Bidders to list one manufacturer only for each item). Item Manufacturer Plant Location JANSE PIPE East Vallcy Water District Conejo Sewer Replacement Project W (.�IcafIcS L/660 a VNCVI06- EWAWIOJi -Cmelo Srw, Regx.V%10J000NBVECSDM OVMI40 Bf Fwm Nnm11 Jrc w. rlfbi�w.y 56 c�lr� -� fly UT 84721 Bid Form - Rev. 9 -8 -2010 00300 -7 NON - COLLUSION AFIDAVIT v STATE OF C Ali h;W ri i ) Gn. ) COUNTY OF J � c�__ being first duly sworn, (Name of Aftiant) says that he /she is ('Title) (Name of Bidder) of the party making the foregoing Bid; that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly in iuced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded. conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or thatanyone shall refrain from Bidding; that the Bidderhas not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any ovencca d, profit or cost element of the Bid price, or of that ofany other Bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contaired in the Bid are true; and further, that the Bidder has not, directly or indirectly, submitted his or her Bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or pai i, and will not pay, any fee to any corporation, partnership, company association, organization, Bid depository, or to any member or agent thereof to effectuate a collusive or sham Bid. LJ (Signature) � A (Typed Name) (Title) -- 1 NOTARY PUBLIC IN AND FOR TI IF, STA'I'R OF Cd I I li / 1 6 -_ SUBSCRIBED BEFOR ME on leis _ day of r' lYl ,) e r l/y , My Commission Expires: ' y �` �_.__: \)PC j11')U1.> (NotaryPu)lic) �. - - - -- —,�vE 1 ASHLEY M FALST Commission 8' &Sr755 159 a Notary Public - Caldornia i .. Orange County rt 9M Comm. [xpires Cec 31.2019~ East Valley Water District Conejo Sewer Replacement Project PNNC21C6. EwrOUW837 . Lenpo Sewn RWsrk7PR0JDO ,t,rPECS& v OO MW &d Form mre 7U1(i Ai , -2005 Bid Form 00300 -8 CERTIFICATION OF NON - DISCRIMINATION BY CONTRACTORS Labor Code Section 1735 Requires that no discrimination be made in the employment of persons upon public works because of the race, handicap, medical condition, marital status or sex of such persons, except as provided in Government Code Section 12940. The firm listed below certifies that it does not discriminate in its employment with regard to the factors set forth in tabor Code Section 1735; that it is in compliance with all federal, state and local directives and executive orders regarding non - discrimination in employment; and that it agrees to demonstrate positively and aggressively the principle of equal employment opportunity in employment. 1. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned, including all company employees, outside recruiting services, especially those serving minori.y communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM: M a ( O N Core _— TITLE OF SIGNATUI DATE: ) — f4 — /() Please include any additional information available regardingequal employment programs now in effect within your company. Fast Valley Water District Conejo Sewer Replacement Project P,INCYIW EV %1331 MleMlro Bid Form - Rev. 9 -8 -2010 00300 -9 Attachment 3 - BRH Garver West Bid (received on Bid Date) PVX: 27% -EV D%67837 -Cored Sewer RepieclSGOMM IN i".IEr TIEWDCone)o Sewer Bid Renew09212010 ooc BIDDERS NAME: `) t") t I b)Ajr e r ((�/—E>l 111 BID FORM I'O EAST VALLEY WATER DISTRICT CONEJO DRI'JF, SEWER REPLACEMENT The undersigned declares that the only persops or parties interested in this Bid as principals are as stated; that the Bid is made without any collusion with other persons, firsts, or corporations; that all the Contract Documents as prepared by Clunp Dresser & McKee Inc., 9220 Cleveland AVenuC, Suite 100, Rancho Cucamonga, California 91730 and dated August 2010 have been carefully examined; that the undersigned is fully informed in regard to all conditions pertaining to the Work and the place where it is to be done, and from theut the undersigned stakes this Bid Tltese prices shall cover all expenses incurred in performing the Work required under the Contract Docun•,enis, of which this Bid Form is a part. If a Notice of Award accompanied by at least six unsigned copies of the Agreement and all other applicable Contract Docuutenis is delivered to the undersigned within 95 days after the actual date of the opening of the Bids, the undersigned shall within five days after the date of receipt of such notification, execute and return all copies of the Agreement and all other applicable Contract Documents to Owner The premiums for all Bonds required shall be paid by Contractor and shall be included in the Contract Price. The undersigned Bidder further agrees that the Bid Security accompanying this Bid shall become the property of Owner if the Bidder fails to execute the Agreement as stated above. The undersigned hereby agrees that the Contract Time shall commence 3 days following the Effective Date of the Agreement to fully complete the Work within 60 Calendar Days (including 5 days for mobilization and set up) and in accordance with the terms as stated in the Agreement. The undersigned further agrees to pay Owner, as liquidated damages, 51000.00 per day for each calendar day beyond the Contract Time Limit or extension thereof that the Work remains incomplete, in accordance with the terms of the Agreement. 1'he undersigned acknowledges receipt of and accepts addenda numbered (list all addenda): No I in accordance with file above understanding. the undersigned proposes to perform the Work, furnish all materials and complete the Work in its entirety in The manner and under the conditions required at the prices listed as follows: East Valley Water Distr ict Bid Fonn - Rev. 9 -8 -2010 00300 -I (,ouejo Sctcer Replacement Project � i�L l]Ua LV WU'F]Pl]. Cant a Sen�� NePln��]aPOJUOC:iPECS'U JUU ]0]'JO flel fc ", M�� +01 iM< _ BID FORA Item Cstinmted -- Price (1, w Unit Price Total Amount Description Unit Unit Price (ords) No. _ uanlih• numbers numbers I MOBILIZAI ]ON, PREPARATORY WORK, I LS I t✓rw -1 (_Sy c_ S.; S UW ` S. CLLARING.ANDUCMOBILIZAIION fU w- C'OMPLETE NEC'I.SS.ARY SEW] R 2 PO "IHOLING BURIED UTILITIES ADIACEN'I' I AND/OR WITHIN I'IIE AREA O'S I H: PROPOSED RF.PLACEMENI SC\V'ER. LINC PIPE CLEANING AND PRE- C'ONSTRUC'TION 2,630 LS LF - [ _ cC,/ S 3 C'C"I'V IIXISTIN(i 6- INC'II AND S -IN( U SEW6.R LINE 4 SHECTINCi, SHORING AND BRACiN<i I •F1F�rr.- _'C_NuAt�a Slis.w LS SIS w 5 Fll'F. BURST EXISTING G -INC'H ANU S I NCH 2.630 LF ���'� t- 1- ._�nsn S t��`{ S SEVER LINE AND RI'PLAC'E WITH 10 -INCA DIAMIiITR IIDPE PIPE - Ci DISCONNECTING LATERALS AND 60 GA RIVOKNECTING USING THEM D HDP PIPC BURSTING 11SING FUSED HDPP / 'CONNECTIONS 7 TRAFFIC CONTROL I.S -' -_ _..) w„•_'✓ o ^ SJ� C.,✓ S_ K; o..., R POSTC'LEAN, POSTCCTV,AND I STING 2.(30 LF OF NEW S -INCH SC \VI":R LINE - 9 ABANDONEXISIINGSANII'ARYSL \ <'ER 2 PA MANHOLE 10 'ABANDON EXISTING SANI FAR)' SF \VPR 321 LP � T. ,/J !�, �� S IC?. "' S 3 Irt LINE I I REPLACE EXISTING SEVER MANHOLE 9 CA hn�_t ��.:+ r ^� -tnn 5 WITH NEW PREC'ASTCONC'RE I I MANHOLE. rs W..o tom. -IL P 12 ALLOWANCP. FOR OBTAINING ALL I LS SI0000 SI0.000, PLR \1lTS � � �_ �_. _. _ - Bid Total (Total Items I through 12) for the Cont=act Pricc of S �> 7? Veil I c' t -\vr._ �- ��: -SX�'n Jt- v�:,� \y r'\.\C. +�� \�si�on t �_rnJy Amount in words East Valley Water District Bid Fun\ - Rev. 9 -8 -2010 C onejo Sewer Replacement Progcct 00300 -2 P%NC']7W "FW00678]l "C[la,S,(1 Re >uc i >NV.:.11- •11.,01 OilW 0�fi�m "nm The undersigned agrees that extra work, if any, will be perforned in accordance with Article 10 of the Conditions of the Contract and will be paid f'or in accordance with Article I I of the Conditions of the Contract. Amounts shall be shown in both words and figures, where indicated. In case of discrepancy, the amount shown in words will govern. The above prices shall include all labor, matcrials, bailing, shoring, removal, overhead, profit, insurance and incidentals required to complete the Work. RID ADDITIVE FORN'l Item Estimated Unit Unit Price (words) Unit Price Total Amount numbers Description uanlih' numbers No. S_llK S l�4'�3r?�_ A -I OVERLAY EXISTING Sl RUTWITH A I LS MINIMUM I -n R it OVERLAY PER ITEM 8.5 OF SAN BERNARDINO COUNTY DEPARTMLNT OF PUBLIC WORKS GENFRAL PERMIT' CONDITIONS AND TRIiNCII SPECIFICATIONS. THIS ITEM INC'LUDLS GRINDING OF TIIC EXIS'I'INU PAVEMENT AND ADDING TACKIFITR AS J NEEDED _ Bid Additive Total for the Contract Price of C3 � L� -n F l(�l r c•••..� Anwunt in words The undersigned agrees that extra work, if any, will be performed in accordance with Article 10 of the Conditions of the Contract and will be paid for in accordance with Article I I of the Conditions of the Contract. Amounts shall be shown in both words and figures, where indicated. In case of discrepancy, the amount shown in words will govern. The above prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance and incidentals required to complete the Work. Fast Valley Water District Cunejo Sewer Replacement Project G�iNflr�.rV'NU'b16J> C. m�: �uE. n 'Ibp,r`.1pROlUCLniYCLS "rIrv00MlN P'�ro'.nP— �- ni�ta[ Bid Form - Rev. 9 -8 -2010 00300 -3 BIDDER'S INFORMATION BIDDER certifies that the following %information is'nueJ and comet e Bidder's Name: 7n � /— yAC���� ({/Q,Sf_>A__1ILtC Business Address: — /_(U Nt t 55 i UY1 6":t e I'lti' _ Telephone: TpJ_� Fax: State Contractor's License No. and Class: $ Ll rJ g 19 Or Dale Issued: alb 1 o q hxpaotion Date:��30�a� a' The lollowing are the names, titles, addresses, and phone numhers of all individuals, firm members, partners, joint ventures, and /or corporate officers having a pin ;oipal interest in this proposal: 1q; Anne 4?"e?),A U sslrn-, Otfrl RJ n� CA9�raT t_u� Eiar�� I);ce_wres.: �lo0o`al h��f �e iu5 fX C�`��iafi -242° The dates of any voluntwy or involuntary bankruptcyjudgment� against any principal having an interest in this proposal areas follows: All cunTent and prior DB A'S, alias, and /or fictitious business names for any principal having an interest in this proposal are as follows: Fast Valley Wirer District Conejo Sewer Replacement Project Rid form - Rev. 9 -9 -2010 O0300 4 CONTRACTOR'S LICENSING STATEMENT The undersigned certifies that bidder is licensed in accordance with the laws ofthe State of California providing for the registration oofContractotx. Contractor's License Number: License Classification:_ A _ F.xpiratiouDale: i1�JJl iO�a Name of Individual Contractor (Print of (ype): Signature of Owner:_ Business Address: Name of Finn: Business Address; Name: or title: Namc t ule: Address: or . I Name ofCotporation: ��� /V �S t - i- �hC� -• �" BusinessAddress:�nl(UlSSi(3Y ���� f'�d. 54n lJi2Rp(�} C131d0 Corporation organized under the laws of the St Date Bast Valley Water District Rid Form - Rcv. 9 -R -2010 Conejo Sewer Replacement Project 00300 -5 P �dC�)]J! � F. N':U (r)9l]. Cuna;o Sva.M 0.pyU C: /PROJUOC`45PEGSUrv:10�0]]9J 3'J /p�^ M.¢'] 1 CO: LIST OF SUBCONTRACTORS BIDDRR proposes to subcontract certain portions of the work as follows: Name Under Which Subcontractor is Address of Office, Percent of Total Specific Description Licensed License No. Mill or Shop Co lU act of Subcontractor mL�] = 1- n..-l_ `�t�5)l.:l C�:. -•w Cn 'IL3�� 7� ��sJ liuirS ALL ITEMS OF INFORNIA71ON REQUESTED ON THIS PAGE: ARE REQUIRED. BIDDERS SHALL SPECIFY EACH SUBCONTRACTOR WHO WILL PERFORM WORK OR LABOR OR RENDER SERVICE TO THE PRIME CONTRACTOR IN AN AMOUNT IN EXCESS OF ONE HALF OF ONE PERCENT (0.5 %) OF'1'HE PRIi\IF. CONTRACTOR'S TOTAL BID. FAILURE TO LIST ALL INFORMATION AS REQUESTED ABOVE, MAT RESULT IN DISQUALIFICATION OF THE BID. Fast Valley Water District Bid Form - Rea. 9 -8 -2010 Conejo Sewer Replacement Project 00300 -6 F INC[I 11 111DII.,. Como S.— � F Cs I M WIMe c l v n. M—: .1 f-o STATEMENTS BY BIDDER Bidders shall indicate opposite each item listed below the name of the manufacturer or supplier and location of plant proposed to be used under the Contract. Award of a Contract under this proposal (Bid) will not imply approval by the Owner of a manufacturer or supplier listed by the Bidder. llowever, if a manufacturer or supplier is acceptable to the Owner, the Successful Bidder shall famish the items from the manufacturer or supplier indicated. Any manufacturer or supplier listed in the Contract may be substituted, changed, or omitted by the Successful Bidder, subject to the written approval of the Owner, without subjecting the Owner to any liability for the substitution, change or omission. The listing of any manufacturcr or supplier in the Contract does not, and is not intended to, grant any right, title, or interest in the Contract for the benefit of the named manufacturer or supplier. Each Bidder shall inform in writing, each named manufacturer or supplier, that the so named is listed for information purposes only and may be substituted, changed, or omitted by the Successful Bidder, subject to the approval of the Owner, without subjecting the Owner to any liability for tine substitution, change or omission. The Successful Bidder shall reimburse the Owner for any expenses incurred by the (honer as a result of the Successful Bidder's i'ailure to so notify each named manufacturer or supplier. A. Lead time for delivery from date of signing contract shall be as follows: Item Calenddaa�r Days i) pPr O11e. i— r. i-i Ih t,1 yc B. The Bidder intends to famish materials Supplied by the following manufacturers: (Bidders to list one mallUaelarl'I only I'or each item). Item Malmflemrer Plant Location 14OPC= PtAt 'i1 = „t,. 6l HFl))Crt Last Valley water District Conejo Sewer Replacement Project I 1v111 fi F.VP 1111 3E I.—.. —, ]cm Bid I'm m - Rev M -2010 00300 -7 NON - COLLUSION AFIDAVIT STATE OF COUNTY OF I� - T'� L- -- --- , being liist dulyswan, ('Name of1A�fftau) says that hcCaiC is C �`0 CL� �( of l ('Title) (Name of Bidder) - -- -� the party Making the foregoing Bid: that the Bid is not made in the mteresi of'. or on behalf of', any undisclosed person, partnership, company, association, organization, or cotpotatiar; :hat the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put iu a false or sham Bid, and has not directly or indirectly colluded, couspiied, cmrived, or agreed with any Bidder or anyone else to pot in a sham Bid, or that anyone shall refrain from Bid ling; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communicatieu, or conflnnnce with anyone to fix the Bid price of the Bidder or any other Bidder, of to fix any overhead, profit or co,t = lenient of the Bid price, of of that of any other Bidder, or to secure any advantage against the public hod :rtarding the contract of anyone interested in the proposed contract; that all statements contained ut the Bid ate U'uc; and fiuiher, that the Bidder has not, directly or indirectly, suhmii ted his or her Bid price or any breakd- nvu thereof, or the contents thereol; or divulged information or data relative thereto, of paid, and will not pay, any fee to any corporation, partnership, company association, organization, Bid depository, or to any n Feu giber or agent thereof to effectuate a collusive or sham Bid. ADMA PEREZ- CULPEPER CommMlon M 1691280 .W Notary Public - California San Diego County My Comm. Expires Sep 27: 201 NOTARY PUBLIC IN AND FOR THE STATE OF i e (Title 4_ . 6-y- _ SUBSCRIBED BEFOR ME oil this 5 day of My Commission Expires: (Notary East Valley Water District Coneio Sewer Replacement Project P c-, S.— U, 00 M.,flJform M1e I,. Bid Form - Rev. 9 -8 -2010 00300 -8 CALIFORNIA JURAT WITH AFFIAd4T STATEMENT 14'see Attached Document (Notary to cross out lines 1 -6 below) See Statement Below (Lines 1- -5 to be completed only by document signer[s], not Notary) Sglnaiure of Dowmeel Signer W. I State of Call t�vl -J'�� —%\ County of 1 ADMA PEREZ•CULPEPER _ Commllulon N 1691280 �a Notary Publb - CoSfomla Son Diego County — ,MyCotnm. Explret Sep 27, 2010 0 Claca Notary Seal ADOvc Slgnalure M Docurem Signer No 2 41 any) Subscribed and sworn to (or affirmed) before me on this day of _ I __ 2010 . , by Dale nth Vror (1)— - . - Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (.) (,) (2) -_ prov f to me on to b the person 1 OPTIONAL Though the unlr.::malino below,s not required by lew, it may glove vairable to b,,sons relying on the doannenl and could prevent BaleuloOt renlol f ,and ,eattarhmeRj of Blip form to another doCUfnen(. Further Description of Any/Af¢ac Docu ent Title or Type of Uncumem. Document Date N/umbe of Page ..._ Slgnerts) Otbor Than Named Above: of before 5�gr,Mme ,I Nalmy Top 01 thumb here TOp of IhumL here i I i I I : .'/.,,Y {/ 1l /.� /. '. G. £�. s .2 l.f ;T .i, if l.'lt�W •�. C�-L'! ��i./ F, '.r-i <: C .v p:K i "<.:.�. �200,Neovrl NUlary ASsonafon•9060 Dr Sofu AVe PO. &x 2402, ^Chats elh.CA 913132402 -.v NeMI.InvIl., nre Ile.. x5910 Header Gab Tv r heel6e &662:'] CERTIFICATION OF NON - DISCRIMINATION BY (ONTRACTORS Labor Code Section 1735 Rcquu es that uo discriminatiott be made in the employment ofpecsous upon public works because of the race, handicap, medical condition, marital status , i >ex of such persons, except as provided in Government Code Section 12940. The firm listed below certifies that it does not discriminate in its employment with regard to the factors set forth in Labor Code Section 1735; that it is it, compliance with all fede a . state and local directives and executive orders regarding non- discrimmition in employment; and that it aarces to demonstrate positively and aggressively the principle of eguzl employment opportunity in employmeia. 1. To establish or observe employment policies which aftinnaticcly ploniote opportunities loot minority persons at all job levels. 2. To connnunicalc this policy to al I persons concerned, including all con'pa'ty employccs, outside recntitmg services, especially those serving minority communities, and to the minority conununitics at large. 3. To take affirmative steps to hil minority employccs it I the comp 111N. FIRM: �I (�>4(VQ/ �� ( ( L TITLE OF PERSON SIGNING SIGNATURE: DATE: Please include any additional information available regarding equal cntploymcnl progtvns now in effect within your company. East Valley Water District (,oncjo Sewer Replacement Project G 11'1106. "IlCl ^ftC:[; (.l'Sc ,Orv'J00130t, Ifoam. 1-1 Bid Fenn -Rev. 9 -8 -2010 00300-9 Attachment 4 - Colich & Sons Bid (received on Bid Date) P %INW706- EVWDZ?W- Comp Sewer ReplantKOMMUNIIICLIENT%EN Conelo Sewer Bid Review 09114010 We BIDDERS NAMF- Col ich & Sons, L.P. 1311) FORM TO hAS'I V'ALLF.Y1kAlERDISTRICI C'ONFIO DRIVE SHWhR REPLAC13MIJdT 'Elie undersigned declares that the only persons or patties interested in Iht� Bid as principals are as slated; that the Bid is made without any collusion with other persons, finis. or n rporalions; that all the Contract Documents as prepared by Camp Dresser & McKee Inc., 9220 Cleveland At enue, Suite 100, Rancho Cucamonga, California 91730 anri dated August 2010 have been caref idle e. .\amined; that the undersigned is filly informed in regard to all conditions pertaining to the Work and Ihc• place where it is to be clone, and from them the undersigned makes this Bid. These prices shall corer all e:.pcnses incurred in pet l'onning the Work required under the Contract Documents, of which this Bid I om is a part. 11'a Notice of Award accompanied by at least six unsigned copies of the A, greelneill and all othel' applicable Contract Documents is delivered to the undersigned within 95 clays after the actual date of the opening of the Bids, the undersigned shall within live days after the date otleceipt orsuch notification, execute and return all copies of the Agreement and all other applicable Contract Documents to Owner.'llte premiums for all Bonds requires shall be paid by Contractor and shall be ntluded in the Contract Price. ')lie undersigned Bidder further agrees that the Bid Security accompanying this Bid shall become the properly of Owner if the Biddcr IAs to execute the Agreement as stated above. 'I he undersigned hereby agrees that the Contract Tinte shall commence 3 dais following the Effective Date of the Agrecutcut to fully complete the Work within 0 Calendar Days i including 5 days tin' mobilization and setup) and in accordance with the terms as staled in the Agreement. the undersigned further agrees to pay Owner, as liquidated damages. $ 1000.00 per day for each calendar day beyond the Contract Time Limit or extension thereof that the Work remains incomplete, in accordance ,a ith the tents of the Agreement. The undersigned acknowledges receipt of and accepts addenda numbered (list all addenda): 1, In accordance with the above ur:dcrstandine, the undersigned proposes to pct form the Work. furnish all materials and complete the Work it its entirety in the manner and under t :re conditions required at file prices listed as follows: East Valley Water District Conejo Sewer Replacement Protect v ;V I..CYr ^ IM, ,. seize. F.111 warn npa,, C S Da w a)M ea b -I.• —• II [aid Form - Rev. 9 -8 -2010 00300 -1 -- -- -- - J - -- -- —_ --- LE s 1 s _ 1311) FORM __ LA EA Item No. Description Esrimatr[I uanirt \' ).nit _ ,.. l.mt price ice (words) Unit Price (numbers) Total Arm ,at Ummbers) x I -- --- NiO1311IZATION PRFPARAI "OR)'\YORK - -- I LS _� S c? L6'ICS S 2 --,to ('L.LARING, AND DEMOBILV... 11— 1'O COMPLETFI NLCESSAR) " SEWER RFPLACCMEN'I' i A PO IIIOLING BGRI ED UTII I TIES AD.IA('F'NIi I AND'OR WI I IIIt, THE AREA OF THE 'PROPOSED REIN ACLMENT SLWLR LINE 3 111,111, CLEANING AND PRE-CONSTRUCTION C'C'TV FX 11'N ING S E\A'LR LINE I SHEETING.SIIORING AND BRACING I 5 IPII'E Bt)RST E \ISTING h -INCII ANDS INCH 2_.010 SEWER LINE AND REPLA('P. Willi 10- INUIT UI.AMETF,R HDPE PIPL G �DISC'ONNLCTING LATERALS AND (w I RECONNECTING THEM AFTER PIPE BURST ING USING T-USED HDPF. CONN'ECHONS _. -- -.- 3 I'RAI I IC CONTROL I IL LS I __ i1a� S�1V EA _. S-1 -2,6 6 15 LS I _. S (1711TH 1 8 ( POST CLEAN, POS I C'C'I V, AND TEST ING X01 N'L\ \'S -INCII M!"ER LINL 9 ! ABANDON EXISTING SANf1 ".AR)'SEWER MANHOLE 10 ! ABANDON EXISTING SAM fARV SE \1 ER I LINE t1l\mzvE1A1 LACE FXISI ING SB \VLR MANHOLI1 TH NEW PRECAS f CONCRETE NHOLF. 2.630 L.. - 321 9 LE s 1 s _ I✓ S LA EA J ( rdC)1) 12 ALLOWANCE FOR OBTAINING ALL I LS 510000 510(y0(I PERMITS -- Bid "Total (Total 1(ems I through 12) for the Contract Price of s Ainounlin words Past Vallev Walci Dis0 icl laid Form - Rel 9 -8 -2010 Conejo Sewer Replacement Project 00300 -2 vax ^.�rm.Fw:oeren "eo.Wps..:o. a.m.o��awnxasrfes u..mm.+m enr��m . �o..e+a�: lice undersigned agree, that c>I5n mork, it anv, will be perlin III ed in dean(I it with Article 10 of the Conditions of the Contract end r II be paid frnr in accordance \6111 AIIWI! I l uflhe Conditions of the Cuntract. Amounts shall be shown in both xoords and figures, where indicated. Ii :a :e of discrepancy, the amount shown in words will govern. I he ahnve pricec Shall include :111 lahnr. materials, bailing, ehnrinv remrrr' cn enccad, profil, insurance and incidentals required to complete the Work. Relrl No, Description RID ADDITIVE FORM I"Uh laird l t Unit Unit Pricy (,sor(ie) A -I 'OVERLAP I NISI ING ST-RI[ I R IT I I\ ! LS (MINIMUM I INCA OVERLAY PI: R 11 P.M 315 OF' SAN BERNARDINO C'OLIN 11' DEPARTMENT OF PUBLIC WORKS GF.NF.RAI PERMIT CONDITIONS AND TRENCH SPECIFICATIONS. I Ii IS I I[AI INCLUDES GRINDING OI II IC LaISTING I PAVEMENT AND ADDING TACK 11 li:R AS NEEDED Bid Addltiee l'otal for the Cuntrnr I Price of Amount in words Unit Price I Total Anmunt s L.C.(IT.) I 5_ The undet-bigned agrees that esh'a work, ifany, will be performed in accordance with Article 10 of the Conditions of the Contract and uill be paid I'or in accordance with Articir 11 of the Conditions of the Con Tact. Amounts shall be shown in both words and figures, where indicated. bl : ii, of discrepancy, the luuount shown in words will govern. The above prices shall include all Inboi, materials. bailing, shoring, remo .d, o\eihead, profit, insurance:.uid incidentals required to complete the Wcnk. Fast Valley water District Comeio Scwcr Replacement Project =,ncam.evsommr. ca.ao s... a. >i.r.ro9o.:.a s.r=su. roa:oG en ram. a..�m �ao� ]aid I :onn - Rev. 9 -8 -2010 00300 -3 lM)M {IVS INFOWMATION BIDDER certifies that the loilom ing intonnation is hue and correct: Bidder's Name: Colich & Sons, L.P. Businm'Addicss: _ _ Telephone: Fax State Contractor's License No. and Class:_ 783522A Original Dale Issued: 4 -26 -2000 Expiration Date: 8 -31 -12 -file following are the names, titles, addresses, and phone numbers of all individuals, Linn members, partners, joint ventures, and /or corporate olliccrs having a principal interest in this proposal' Please see attachment 111 The dates ofany voluntary or involuntary bunkrupicyjudgments against ally principal having an interest in this proposal are as follows: All current and prior DBA'S, alias, and /or fictitious business names for any principal having an interest in this proposal arc as follows: Colich & Sons, J.V., Colich Bros. Inc. dba Colich & Sons East Valley Wata District Bid Form - Rev. 9 - 8-2010 Conejo Sewer Replacement Project 00300 -4 V �HC IIW � f h` /Ob)G`i � Cv�a &.et Wpl.c>c4N�d:'.5�'ECS I1n })MIb] 3e Foim. Amp�q I Cet' CONTItA('TOR'.S LICENSING STA'HINIENT The undersigned certifies that bidder is licensed in a:cordauce �r ill the laws of the State of California providing for the registration of Contractors. Conuaclor's License Numbcr: 783522 LiccuseClnssitieatiou: - -_ A._ G.cpir:rtion D.m -__ 8/31/10 Natnc of lodil]idoal Connector (Print or tNpe): Signature of Owner: _ -.— Business Address: or NamcofPinn: Colich_& Sons,_L.P. Business Address: Narne: Please see Attachment lit Address: Name Title: Address: or Nitric of C'otporaiion: Business Addess: _- Corporation organized under the laws of the State of _. Thomas R. BensI el JJ Vice President – Co etco Inc. G.P. – Colich & Son , -..P. Signature of Presiden of Corporation Signature of Secretar} of Corporation 9 -15 -10 _ Date East Vallcy Water District Bid Form - Rey. 9 -8-2010 C'onejo Sewer Replacement Project 00300 -5 f` IN.'. ]]fb. EJWOb183] Corolo S.:.er Reuter. ]RRJ� 1(h "'.�.f cs I)vl`LJNO fltl �o�m >r<N � Lee LIS I' OI' SIIBCON' ►'RA( "TORS BIDDER proposes to subcontract certain portions ol•the Nvork as lolloxNs: Name Under Which Subcontractor is Licensed License No. Address ot'Office, Mill or Shop Percent of Total Contract Specific Description of Subcontractor 0 ALL ITEMS OF INFORMATION REQUESTED ON THIS PAGE ARE REQUIRED. BIDDERS SHALL SPECIFY EACH SUBCONTRACTOR WHO WILL PERFORM WORK OR LABOR OR RENDER SF,RVICE TO TILE PRIME CONTRACTOR IN AN AMOUNT IN EXCESS OF ONE HALF OF ONE PERCENT (0.5 %) OF THE PRIME CONTRACTOR'S TOTAL BID. FAILURE TO LIST ALI, INFORMATION AS REQUESTED ABOVE MAY RESULT IN DISQUALIFICATION OF THE BID. Last Valley Water District Bid Dorm - Rev. 9 -8 -2010 C'onejo SeWcr Replacement Project 00300 -6 G v'NC ]][dFJN061 \]l C p5ex��P,VIff��H(UIYJCYSKCSOry OtlOC]Oi 9J�Jm�-Am�ntl iGm S FATEMI;NTS BY BIDDFR Bidders shall indicate opposite each item listed bclou the name of the m:mufecturer of ,uppbcl and location of plant proposed to he used under the Contract. Award of a Cumrac( under this proposal (Bid) will not imply approval by the ()wnei of a manufacturer or supplier lisle;: by the Bidder. I lowexer, il'a manufactureror'suppIier is acccp(able t o t lieOwnei, the Successful Bidder,Ila]I furnish the items from the manufacturer or supplier ir.dica(cd. Any mamdaclurci or supplier lisle if Cie Contract :nay he substituted, changed, or omitted by the Successful Bidder, subject to the . +: itwu approoa] of the Ox lm, without subjecting the Owner to any liability for the substitution, change or omission. The listing of any manufacturer or supplier in the ('ontract does not, and is not intended to. grin any right, title, or inlerest in the Contract for the benefit of the tined manufacturer or supplier. Fach Bidder shall infonn in writing, each named manufacturer or supplier, that the so named is listed for info rlAion puq)oses only and may be substituted, changed, or omitted by the Successlul Bidder, subject to the ipproval of the Owner, without subjecting the Owner to any liability for the substitution, change oroms: win. The Successful Budder shall reimburse the Owner for any expenses incuned by the Owner as a result if the Successful Bidder's failure to so notifv each named manufacturer or supplier. A. Lead time for delivery liom date of signing contract shall be as follows: Item Calendar 1 ?ms ��� , �1 i E� n �— B. The Bidder intends to furnish materials supplied by the following nianclacturers: (Bidders to list one manufacturer only for each item). Item Manor acturer Fast Valley Water District conejo Sewer Replacement Project �'iNC l/� G'NGL)JJ) - Cavlo &ncr p�p� . /ryh,:fiC�_ i., L'_5 Cn O] 00)(C Btl fame ♦n�n)1 J�f Plant Location. 9L'1"t,ilvV Bid Fornr- Rev. 9 -R -2010 00300 -7 Attachment 5 - Pre -Bid Conference Agenda P:\INC @]00- EVWD`8]B3]. Corejo Sewer Repiac4COMMUNI WCLIENTEV D Conejo Sewer Bid Rewew 09212010 coc East Valley tooWater District serving our community for over so rears EAST VALLEY WATER DISTRICT CONEJO DRIVE SEWER REPLACEMENT PRE -BID CONFERENCE AND SITE WALK AGENDA Date: Thursday, September 2, 2010 Time: 10:00 am - 11:30 am Place: EVWD Attendees: EVWD - Ron Buchwald; Eliseo Ochoa CDM - Luis Le6n, Daniel Berokoff Topics: 1. Welcome and Sign -In (EVWD) II. Project Description a. Project Scope (CDM) III. Bid Requirements IV. Q &A V. Site Walk (EVWD & CDM) cc: File 10:00 am -10:10 am 10:15 am -10:25 am l0min 10:25 am -10:30 am 10:30 am -10:45 am 10:45 am - 11:30apm PMC\ 7] - EM(M7837 Conep Sewer Replac@PROJMGi MTG_MINEVA= C)nryop Sewer Pre -Bid Conference Agerda_DRAFT doc Attachment 6 - Verification of Bidders Qualifications Phone Log P:UNCV706 - EVWD167B37 - Conelo Sewer BOPI -cl COMMUNIMCLIENTIEVWD Coneto Sewer Bid Rewew, 09212010 o m Contractor Reference Calls Conejo Sewer Main Replacement Project 9/30/2010 Contractor: Mike Prlich & Sons Inc. Client: City of Anaheim Project: Citywide Sanitary Sewer Improvement, Group 3 Contract Value: $845,688.31 Client Contact Person: Bob Palaeologus (714) 765 -5285 Project Type: Installing sewer crossovers and increase the capacity of existing lines. Also added new mains and laterals. They worked within major busy cross streets and a ailroad right of way. Quality of Work: Good! Superintendent: Mark ? Easy to work with? : Yes, it was a challenging project. Had to some re design which required lots of coordination with the contractor. Were they responsive to calls /emails? : Yes. Were they flexible to any changes out in the field? : Yes, the project endured significant re- design and their prices were very fair with each change. They had no claims for anything and were very honest. Did they have many change orders? : None that was initiated by them. Any safety concerns with their work? : No, good work all around. Contractor Reference Calls Conejo Sewer Main Replacement Project 9/30/2010 Contractor: Mike Prlich & Sons Inc. Client: L.A. County Sanitation District Project: Artesia Extension Trunk Sewer Contract Value: $109,172.76 Client Contact Person: Phil Kang (562) 699 -7411 Project Type: Emergency repair (no design). There was a crack in the line so it required digging it up and assessing the situation and making the repair. Quality of Work: Good! Superintendent: Easy to work with? : They are very easy to work with. This contractor is on the emergency contact list and wouldn't be if they were difficult to worth with. Were they responsive to calls /emails? : Yes. Were they flexible to any changes out in the field? : Yes. Did they have many change orders? : No. Any safety concerns with their work? : No. How many subs did they use? : They mostly do their own work but if any bypassing is necessary then they'd probably get someone else to take care of that. Contractor Reference Calls Conejo Sewer Main Replacement Project 9/30/2010 Contractor: Mike Prlich & Sons Inc. Client: City of Los Angeles Project: Washington Oxford Beach Relief Sewer Contract Value: $3,398,723 Client Contact Person: Phillip M. Wilson (310) 575 -8387 Project Type: Micro tunneling project that is on- going. New sewer installation. Quality of Work: Good! Superintendent: John Rojo Easy to work with? : We had lots of changes in the design and they were very easy to work with in getting these changes addressed. They were also very fair with their pricing on the changes. This is one of the best contractors we've ever worked with! Were they responsive to calls /emails? : Yes. Were they flexible to any changes out in the field? : Yes. Did they have many change orders? : There were many project change orders due to design changes and they were very helpful in addressing them. Any safety concerns with their work? : No. Contractor Reference Calls Conejo Sewer Main Replacement Project 9/30/2010 Contractor: Mocon Corp Client: U.S. Navy Project: Camp Pendleton Rifle Range Contract Value: NA Client Contact Person: Eric Thomson (619) 764 -1425 Project Type: Pipe Bursting project of approx 2,232 LF of existing 6" VCP pipe replacement with 8" HDPE. pipe. Quality of Work: Good — very awesome to work with! Superintendent: Easy to work with? : Very easy to work with. Were they responsive to calls /emails? : Yes, very responsive. Were they flexible to any changes out in the field? : Yes. Did they have many change orders? : No change orders. Any safety concerns with their work? : No. Contractor Reference Calls Conejo Sewer Main Replacement Project 9/30/2010 Contractor: Mocon Corp (sub to Insituform) Client: Carpinteria Sanitary District Project: Collection System Rehabilitation Project Phase 1 Contract Value: NA Client Contact Person: Craig Murray (805) 995 -3290 Project Type: Pipe Bursting project of approx 3,040 LF of existing 6" VCP pipe replacement with 8" HDPE pipe. Quality of Work: Overall good quality of work. However, there was an ssue with a sag in the pipe. The original pipe had a sag and after the construction, this portion of the sag was made worse due to the pipe bursting head. After this sag was noticed, they notified Mocon and (to their credit) they came back out and dug up this portion of the pipe, straightened it out and dealt w th any issues without any objections. Craig Murray wanted to mention that he was not trying to place blame on Mocon Corp. because he believes the sag worsened due to circumstances with the soil dynamics and how the bursting head operated with the ground. He also said that this is something one might come to expect when pipe bursting. Mocon dealt with the disconnection and reinstatement of the laterals without any issues. According to Craig Murray this was not a major concern at all because they knew what they were doing and knew how to handle the lateral portion. For each lateral they potholed them and used a plug and bypass method. There were a few segments where there were many laterals and they dealt with it seamlessly. Mocon was very good about contacting the residents and property owners ahead of time and to cooperate on the days of construction. Superintendent: Rob Morrow Easy to work with? : It was not a good experience working with Insituform (prime) and because of this, Mocon (sub) was sort of strapped to the success of Insituform. However, Mocon was great to work with in the field and Rob Morrow was able to help out a lot. Were they flexible to any changes out in the field? : Yes. Did they have many change orders? : Mocon only had one change order - it dealt with the pipe material. The sanitary district agreed with their recommendation and made the change. Any safety concerns with their work? : No Contractor Reference Calls Conejo Sewer Main Replacement Project 9/30/2010 Contractor: Mocon Corp Client: City of Cayucus, CA Project: 2006 Cayucus Sanitary Sewer Project Contract Value: NA Client Contact Person: Bill Calahan (805) 995 -3290 Project Type: Pipe Bursting project of approx 1,311 LF of existing 6" VCP pipe replacement with 8" HDPE: pipe. Quality of Work: Good — crew was great! They went over and beyond in their work. Good attention to detail. Bill did not remember how they dealt with the lateral disconnection and reinstatement method. The laterals involved in this project were very low flow and were not much of an issue. Part of this process did involve contacting property owners and notifying them of the construction days and asking for cooperation. Superintendent: Rob Morrow Easy to work with? : Very easy to work with. Were they responsive to calls /emails? : Yes. Were they flexible to any changes out in the field? : Yes. Did they have many change orders? : They had a couple of change orders but did not charge for them. Any safety concerns with their work? : No. Attachment 7 - Questions during Bidding and Addendum No.1 (Text Only) P vNC%2706 -EV D161637- Coneio Sewer Repiac \5C06RdUN; r r u E ^TE DConelo Sewer Bid Review09212010doo East Valley La" Water District Serving our Community for Over SD Years EAST VALLEY WATER DISTRICT CONEJO DRIVE SEWER REPLACEMENT ADDENDUM No.1 Date: September 8, 2010 Items Revised: 1. No contractor will be allowed to bid unless they attended both the office meeting and the field meeting 2. The cut -off date and time for submitting questions is Wednesday, September 8, 2010, 12:01 p.m. 3. Replacement of manholes has been added as bid item number 11 and not as an option or alternate. New Section 00300, Bid Form, is included with this amendment. Section 01025, Measurement and Payment, has also been revised to reflect this modification and will be provided as part of the conformed documents. 4. A fixed amount allowance has been added as anew bid item for acquiring and obtaining permits and payment of associated fees. 5. Engineer's estimates or ranges will not be provided. Contractors should be able to estimate the construction cost in order to provide to bonding company to obtain bid bonds. 6. A list of questions submitted and responses to those questions are attached to this Addendum No. 1. P OW706 - EVVVDY57837. Cmelo Sewer Replec\7PROMOCASPEMEMO COW10 Sewer ROW - q ea m No t ow EVWD Conejo Drive Sewer Replacement Addendum No. 1 Page 2 Questions Submitted and Responses from EVWD 1. Can you please provide us with an Engineer's Estimate, range, for Bid Bond purposes? RESPONSE: Engineer's estimates or ranges will not be provided. Contractors should be able to estimate the construction cost in order to prm ide to bonding company to obtain bid bonds. 2. Would you also address the manholes? If the manholes are an Additive Bid Item and do not count toward the Total for Award we feel that the prices could be skewed to negatively affect the Water District and other Contractors. if it is up to the Contractor to decide to replace a manhole and the Water District pays for replacement, the contractor could put all of their costs into this item. RESPONSE:. Replacement of manholes has been added as bid item number 11 3. BRH Garver West would like a copy of the pre -video inspection of the pipe in a CD format. Can this CD he mailed out, and will this come as an addendum? RESPONSE: As stated during the site walk through, LVVV D will provide the pre - inspection videos in a DVD. EVWD requested that the c 2ntractors call the District (Eliseo Ochoa) with the request and to schedule a time -) pick up the video. DVDs will not be retailed. 4. Because getting the proper encroachment and traffic control permits are unclear when contacting agencies, can a separate allowance bid item with a fixed amount be added to the bid schedule to cover these costs? cc: Ron Buchwald, Eliseo Ochoa, EV WD P %IN M27) EVW W881 - Corelo Se V RoplacV PRO 1po',!'. PE r S�EMD Ce op Se e, Ropl -Addor ,' No 1 doe BIDDERS NAME: BID FORM TO EAST VALLEY WATER DISTRICT CONP.JO DRIVE SEWER REPLACEMENT The undersigned declares that the only persons or parties interested in this Bid as principals are as stated; that the Bid is made wilhout any collusion With other persons, firms, or corporations; that all the Contract Documents as prepared by Camp Dresser & McKee Inc., 9220 Cleveland Avenue, Suite 100, Rancho Cucamonga, California 91730 and dated August 2010 have been carefully examined; that the Undersigned is fully informed in regard to all conditions pertaining to the Work and the place where it is to be done, and from them the undersigned makes this Bid. These prices shall cover all expenses incurred in performing the Work required under the Contract Documents, of which this Bid Form is a part. If a Notice of Award accompanied by at least six unsigned copies of the Agreement and all other applicable Contract Documents is delivered to the undersigned within 95 days after the actual date of (he opening of the Bids, the undersigned shall within five days after the date of receipt of'such notification, execute and return all copies of the Agreement and all other applicable Contract Documents to Owner. The premiums for all Bonds required shall be paid by Contractor and shall be included in the Contract Price. The Undersigned Bidder further agrees (fiat the Bid Security accompanying this Bid shall become the property of Owner if the Bidder fails to execute the Agreement as stated above. The undersigned hereby agrees that the Contract Time shall commence 3 days following the Effective Date of the Agreement to fully complete the Work within 60 Calendar Days (including 5 days for mobilization and set up) and in accordance with the terms as stated in the Agreement. The undersigned further agrees to pay Owner, as liquidated damages, $1000.00 per day for each calendar day beyond the Contract Time Limit or extension thereof that the Work remains incomplete, in accordance with the terms of the Agreement. The undersigned acknowledges receipt of and accepts addenda numbered (list all addenda): In accordance with the above understanding, the undersigned proposes to perform the Work, furnish all materials and complete the Work in its entirely in the manner and under the conditions required at the prices listed as follows: East Valley Water District Bid Form -Rev. 9 - 00033 010 001 Couejo Sewer Replacement Project 111 CV105 I.D0185] Cargo Serves B<yiacOPRWP�(.NSPECSNv00b0]00 BN Fnrm -Amevi t,lac Amount in Words East Valley Water District Conejo Sewer Replacement Project P ivcmM- rwmarev C-1 1e. e1 a< o:+ waaaooe .+c'ECSO "OMMOeer.1m.A,:1:uim- Bid Form - Rev. 9 -8 -2010 00300 -2 BID FORM Item No. Description Estimated 4uantity Unit Unit Price (,o orris) Unit Price numbers Total Amount numbers I _ MOBILI /.A7 ION, PRF'PARA'I ORY WORK. I LS I)F0Illl,IZA'I'ION O ('I,I?ARIN(i. AND M CO: \41'Lh:l h: NI(CI',SSAItY SI; \4'I0 R - " -- — - 1101 HOLING IJURIFU UIII,I I'll's ADIACLN I' I LS " - - -- 2 AND/OR W ITI I IN THII AREA OI' 1111: P1201'OSED REPrACEMEN "I- SEWIfR I IN]. PIPI'(j,FANIN0 AND PRE CONSI RI :CI ION: 2,630 LF- CCl V EXISTING 6 -INCA AND 8-IN( CI I SFWER LINT; - - -- - -- 3 S_ — — J SI II[TI ING. SHORING ANU ISRACIN(i I LS _.. S-- - 5 I'IPFHl1RSl FXISIINU6- INCIIA`D8 -INCII 2,630 LF SEWER LINE AND REPLACE WI'III10 -INCII - 6 DIAMFI'lilt IIDI'F PII'B UISCONNE :1 ING LATERALS AND 60 �IfA REC'ONNEC HNG I I IF,M APTFR PI1'I'' _ _ - 13URSTING USING FUSED IIDPI; CONNECTIONS -_— - -- -- — - — _ 7 1 RAPPIC CON'I ROL 1 LS -- 8 POS I C'LFAN, POS "I' CC IV, AND I'F:S I IN(I 2.630 LE - -- S S- — - OP NEW 8 -INCII SEWER LINE 9 ABANDON F,XISI ING SANITARY SEWER I, 2 EA MANHOLE 1 10 ABANDON EXISTING SANI TARY SFN'I;R 321 LF - LINP. _. -...— 11 REPLACE FXIS'I "ING SFWRR MAN] IOLp; 9 EA — _ $ —. — $ WI III NEW I'RECASTCONCRE "IT: -- - -�— MANHOLE 12 ALI.OWANCFFOR OBIAINING Al I, I LS $10.000 510000 PERMITS — Bid Total (Total Items I through 12) for the Contract Price of 5 Amount in Words East Valley Water District Conejo Sewer Replacement Project P ivcmM- rwmarev C-1 1e. e1 a< o:+ waaaooe .+c'ECSO "OMMOeer.1m.A,:1:uim- Bid Form - Rev. 9 -8 -2010 00300 -2 The undersigned agrees that extra work, if any, will be performed in accordance with Article 10 of the Conditions of the Contract and will be paid for in accordance with Article I I of the Conditions of the Contract. Amounts shall be shown in both words and figures, where indicated. In case of discrepancy, the amount shown in words will govern. The above prices shall include all labor, nnatcdals, bailing, shoring, removal, overhead, profit, insurance and incidentals required to complete the Work. BID ADDITIVE FORM — Estimated Unit Price Total Amount Item Description Unit Unit Price (words) numbers all, A r No. Quantity — A I OVEIiLAY f,XISIING SI RIT l' WI I It A I LS $— — $— — — MINIMUM I -INCII OVFRLAY PER I I FM 8.5 01' SAN BEILNARDINO COUN'T'Y UEPAR IMENT OF PUBLIC WORKS GENERAL PF.ItMII' (7ONI)YFIONS AND IRENCI I SPECIFICATIONS. THIS IIFM INCILIIDES GRINDING OF TI IF EXIS I ING PAVEMIiNI' AND ADDING'I- ACKIFIER AS NEEDED - — - Bid Additive for the Contract Price of - -- $ — -- Total Amount in words The undersigned agrees that extra work, if any, will be performed in accordance with Article 10 of the Conditions of the Contract and will be paid for in accordance with Article I I of the Conditions of the Contract. Amounts shall be shown in both words and figures, where indicated. In case of discrepancy, the amount shown in words will govern. The above prices shall include all labor, materials, bailing, shoring, removal, overhead, profit, insurance and incidentals required to complete the Work. East Valley Water District Bid Form - Rev. 9 -8 -2010 003003 Conejo Sewer Replacement Project P VNC3i W - EVWD6]E]] Longa Sbaw 0.eylaOIPFOJOCCNSPECS `➢n00W0]0009 Foam -MnEM 1 Jac BIDDER'S INFORMATION BIDDER certifies that the following information is true and comd. Bidders Name: Business Address: Telephone: State Contractor's License No. and Original Date ISSUcd: Fax : Fxpiralion The following are the names, titles, addresses, and phone numbs s (,f all individuals, firm members, partnersJoint ventures, and /or corporate officers having a pi in,,ipal interest in this proposal: "fhe dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All current and prior DBA'S, alias, and /or fictitious business names for any principal having an interest in this proposal are as follows: Fast Valley Water District Conejo Sewer Replacement Project C VN02)W. E/ 67Ea Conery Server ReMAc1PR0JO0CAS'-CSDv MP0200 M Form- AmcrA 1 0nc Bid Form - Rev. 9 -8 -2010 00300 -4 CONTRACTOR'S LICENSING STATEMENT The undersigned certifies that bidder is licensed in accordance With the laws of the State of California providing for the registration of Contractors. Contractor's License Number: License Classification: Name of Individual Contractor (Print or type): Signature of Owner: Business Name of Fi Business Name Name Business Corporation organized under the laws of the State of Expiration MI or Signature of President of Corporation Signature of Secretary of Corporation Date Bid Form -Rev 9-8-2010 East Valley Water District 00300 -5 Conejo Sewer Replacement Project P 11� 7% EW a,837 . coney Sewn qnD�gMojDO SPEQSY WM300 M farm. mew 1NW LIST OF SUBCONTRACTORS BIDDER proposes to subcontract certain portions orthe %Volk as rol ovVS: Name Under Which Subcontractor is Address of Office, Percent of Total Licensed License No. Mill or Shop ( ontract Specific Description of Subcontractor ALL ITEMS OF INFORMATION REQUESTED ON THIS PAGE ARE REQUIRED. BIDDERS SHALL SPECIFY EACH SUBCONTRACTOR WHO WILL PERFORM WORK OR LABOR OR RENDER SERVICE TO TILE PRIME CONTRACTOR IN AN ANIOUNT IN EXCESS OF ONE HALF OF ONE PERCENT (0.5 %) OF THE PRIME CONTRACTOR'S TOTAL, BID. FAILURE TO LISP ALI, INFORMATION AS REQUESTED ABOVE MAN' RFSULT IN DISQUALIFICATION OF THE BID. East Valley Water District Bid form - Rev. 9 -8-2010 Conejo Sewn' Replacement Project 00300.6 P NODW EV`MJS>!�] -0nnryu 5ewerfteDlacVPgOJOCCa : PfC5Dw 00'Q01OUImm M.Wldoc STA'FFIAEN ES BY BIDDER Bidders shall indicate opposite cacti item listed below the name of the manufacturer or supplier and location of plant proposed to be used under file Contract. Award of a Contract under this proposal (Bid) will not imply approval by the Owncr of a numufacturer or supplier listed by the Bidder. However, if a manufacturer or supplier is acceptable to the Owner, the Successful Bidder shall furnish the items from the manufacturer or supplier indicated. Any manufacturer or supplier listed in the Contract may be substituted, changed, or omitted by the Successful Bidder, subject to the written approval of the Owner, without subjecting the Owner to any liability fn' tile substitution, change or omission. 'file listing of any manufacturer or supplier in the Contract does not, and is not intended to, grant any right, title, or interest in the Contract for the benefit of the named manufacturer or supplier. Each Bidder shall inform m writiog, each named nrmu fact urer or supplier, that the so named is listed for information purposes only and may be substituted, changed, or omitted by the SmWeSslal Bidder, subject to the approval of the Owner, Without subjecting the Owner to mty liability for the substitution, change or omission. 'file Successfid Bidder shall reimburse the Owner for any expenses incurred by the Owner as a result of the Successful Bidder's failure to so notify each named manufacturer or supplier. A. Lead time for delivery from date of signing contract shall be as follows: Item Calendar Days B. The Bidder intends to furnish materials supplied by the following manufacturers: (Bidders to list one manu fact orer only for each item). Item Manufacturer Plant Location Bid Form - Rev. 9 -8 -2010 East Valley Water District 00300 -7 Conejo SeN%er Replacement Project CJNC�IC6 EW.O6]BYCwelo Sexa RFMac]PROJOOCVSPFCS`PV00`00)W 134 FO�mnnxnd lac NON-COLLUSION AFIDAVI'1 STA fE OF ) COUNTY OF ) — , — _-_, being first duly sworn. (Name of Aftiant) says that he /shc is - - -- — of ('1 itle) (Naive o` Bidder) the party making (lie foregoing Bid; that the Bid is not made in the interest of: oron behalfof, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not col lusive or sham; that the Bidder has not directly or indirectly induced or sol icitcef any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired. c )ii nived, or agreed with any Bidder or anyone else to pill in a sham Bid. nr that anyone shall refrain from Bi(l lwoi; that the Bidder has not in any manner, directly or indirectly, sought by agreement, conunanicaIion, or ccn1crenee with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit or cost clement ofthe Bid price, orofthat of any other Bidder, ot• to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the Bid arc true; and further, that the Bidder has not, directly or indirectly, submitted his or her Bid price or any breakdokk -i thereof, or the contents thereof, or divulged intorniation or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company assoc iation, organization, Bid depository, or to ai t> member or agent thereof to ef7ectuate a collusive or sham Bid. (Signature) (Typed Name) (Title) NOTARY PUBLIC IN AND FOR TI IF. S FATE OF SUBSCRIBED BEFOR ME on this My Commission Expires: __ day of __ -- (Nolan Public) Fast Valley Water District Conejo Sewer Replacement Project >nNCQ70,EV00616]) -Cmel^ Sore, ReNaWPftOIDUJ^SFECSDm XO ,06ifomr -Amem I dm 2005 Bid Form - Rev. 9 -8 -2010 00300 -8 URTIFICAIION OF NON - DISCRIMINATION BY CONTRACTORS Labor- Code Section 1735 Requires that no discrimination be made in the employment of persons upon public works because of the race, handicap, medical condition, marital status or sex of such persons, except a: provided in Government Cotle Section 12940. the firm listed bcloW certifies that it does not discriminate in its employment With regard to the factors set forth in Labor Code Section 1735; that it is in compliance With all federal, state and local directives and executive orders regarding non- disct'imination in employment; and that it agrees to demonstrate positively and aggressively the principle ofequal employment opportunity in employment. I. 'fo establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To conununicate this policy to all persons concerned, inclucliugall company employees, outside recmiting services, especially those serving minority commtnities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM: TITLE OF PERSON SIGNING: SIGNATURE: DATE: Please include any additional information available regardingequal employment programs now in effect Within your company. East Valley Water District Conejo Sewer Replacement Project v +mevma eww'eien c�neiu sce^'u aew.momo�oocusvecsa�.0000000 ee �oim em.on eo= Bid form - Rev. 9 -8 -2010 00300 -9 REFERENCES (Required TBIDDER is not Pipeline Subcont- actor) The Following are the names, addresses, phone numbers and conlact person for three public agencies for which BIDDER has performed similar work within the past five year: NAME/TITLE - - -- - -- ADDRESS: - - -- - -- PHONE: - --- FAX: NAME /TITLE: ADDRESS: — — PHONE: _ FAX: — NAMF,/TI'I'LE: — PHONE: — East Valley Water District Conejo Sewer Replacement Project PMCQ108EVNrJ'6)LJ] Londo Servn Reryac9PROJOOU3'405Dr 0000100 B9 FOrmM�enl ltfec Bid Form - Rev. 9 -8 -2010 00300 -10 The undersigned hereby certifies that he is able to furnish labor that call work in harmony with all other elements of labor employed or to be employed on the work. fhe undersigned hereby certifies under the penalties of perjury that this Bid is in all respects bona fide, fairand made without collusion or fraud with any other person. As used in this section, the word "person" shall mean any natural person, joint venture, partnership, corporation, or other business or legal entity. Social Security Number Signature of Individual or or Federal Identification Corporate Name Number 0 Corporate Officer (if applicable) Notice of acceptance should be mailed, telegraphed, or delivered to the following: (Nance) By: _ (Title) (Business Address) (City and State) Date Note: If the Bidder is a corporation, indicate State of incorporation larder signature, and affix corporate seal; if a panwership, give full naive; and residential addresses, if different from business address. East Valley Water District Conejo Sewer Replacement Project P...... EVM,6,81, L ,.S,_, PeM���1fY20lCOC45oEC5 Dm aWI,.Rd F.-- aId I doe Bid Form - Rev. 9 -8 -2010 00300 -II PROPOSAL IN WITNESS WHERE0)1', BIDDER executes and submits Ibis proposal with the names, titles, hands, and seals ofaII forenamed principals this day Of _ - 2010. BIDDER Subscribed and sworn to this NOTARY PUBLIC By fitle East Valley Water District Conejo Sewer Replacement Proiect clay of END OF SECTION Pa Ill. Eb A'831 1. "', 5mm'Nrp 111P 01ID �5PEC3av WM300 60 Fntm Amerce ltl' . 2010. Bid Form - Rev. 9 -8 -2010 00300 -12 Contractor Video Review Verification Form (To be submitted With the Bid) Contractor Company Name: Address: Telephone Number Phis certifies that we have reviewed the videos of the CCTV inspection performed by EV WD staff for the Concjo Street sewer lines. Name of Representative: Signature: Date: [aid Form - Rev. 9 -8-2010 Gast Valley Water District 00300 -13 Conejo Sewer Replacement Project p,�H_¢roe. svvmsmv ca•wio sr. .•uen�� =vicewoocwscecs•�.00mmoo en eo�m�mem�uo< w U z w R w CL X w �z O U� .w j.- Y Z� OL Ua W j aE v d 0 N V J Z MD W ILL CL a I adi adi adi � LL LL (Li N_ LL ' d N N p (L Y u d I — L � L o i LL ILL a 9 J Z I d d Z LL,(7 LL LL I I LL li N N U d I O a` IN N Z N d d E I— N N Z z L a V) N (DI N 0 N N �I v W L Y w 7 N N 7 U d Al N C (D d M f a o a n c c Y c r c a a a 0 O O C O O V L 7 7 m p O E Q V U N E d Im 01 W O L) EL 'a 'a o 0 o o LL LL O U p U c O O O « N O d y G A A d E d E d E y .O O c C (D d N d N z z z a` a` r 0 O in in I adi � LL LL ' N N Y u d I — o i a I LL LL E Z d d N N z L a V) n �I v W L d N d N M in in O CL I Z E E d O N_ N L u Z d V7 fn a � m O E N N O O C N d o a a rn c rn c Y C r a 'n. n. O O O '�+ C r O O E u Y u ° d rn d rn f0 O U r « o a a u c a c o O 0 v a a p o 0 p LL U- 0 O O u u O d C A C m O O C C N N ZI', Z Z a s> O O Vl N w U Z w w w IL x w z a w 0 U- 0 Q N Z u a� C H z N Wv Q N Z_T W fl- Z_ E w, d N W a D N u (9 z H U) m W IL _ d C l0 G 0 LL r U) ru N (0 } d d LL M LL M U V d d O O ° a n a` N CO E N w E `O z m z a v E o ai LL- N z a Qj N u y L ui 'o LL n`. 9 N Qj u N a � 'o N N C co a m L z a U- E I z' G) dj N c @ L w N U z a LL O Q a U1 N U LL N _ _ E D ii z d ai O E O m 'U N N in 0 ' � a L L I c d ` adi z Al Al C m E LL d c? O E z CL % w « 3 a 12 d r 2 a c a a m z « u o° a a} c O U O a n O pL s m m c o 3 O Q a o y o LL m N E z E o v z a U) C y w z Al K C d c w a p 0 a m c c CL, _ 0 o 0 0 N 0 m d m o d m' m' 2 y « °o a a m c a ° a �' O a! o o J V U o O O G a m rC >= t`7 z> z 0. T 0 0 N C l0 G 0 LL r U) ru N (0 } d N LL M - — « U d O ° a n E CO z-- w E `O z a ai LL- N Qj N u y ui 'o n`. 9 E D z N N C co m L z a U- t� G) w U O Q a N N U LL _ _ E D z ai O E O m 'U N z a in 4) v a � c d ` adi z Al Al C m E LL d c? O E z CL % w « 3 a 12 d r 2 a c a a m z « u o° a a} c O U O a « a 3 O O pL s m m c o 3 O Q a o y o LL m N SECTION 01025 MFASIIRFMEN F AND PAYMIXI PART I GENERAL. MH BID A. The work covered by this Rid shall include the f rtlishing of all labor, materials, equipment and incidentals required to complete the construction of the Coney -)rive Sewer Replacement for Fast Val Icy Water District, in its entirety, as shown on the irI;s and as specified in the contract documents. Contractor shall submit a letter from the suppliers confirming tl�at rile equipment and materials are in stock and available at the time of bid. 1.02 DETERMINATION OF QUANTITIES A. The quantity of work to be paid for under any item, for which :1 unit price is fixed in the Contract, shall be the amount or number, as determined by the Engineer. If units of work satisfactorily completed in accordance with the Contract, and computed in accordance with the applicable measurement provisions of the Contract. No payment will be made for work done outside of the prescribed or ordered limits to the extent not otherwise provided it the Contract. Measurements and computations shall be made by such nrethods as the Engineer may consider appropriate for the class of work measured. 1.03 MOBILIZATION / DF.MOBILI7ATION (ITEM I ) A. Measurement Mobilization and demobilization, as specified on the Bid I'm ill (Item 1), will be measured as a lump stun. B. Payment I . Mobilization and demobilization shall consist of pieparate i} work and operations, including, but not limited to, those necessary for the n'oventent of personnel, egit ipn'cnt, supplies, and incidentals to the Project site; for the establishment and el )sing of all offices, buildings, preconstruction survey, and other facilities necessary for % of < on the project, preparation of contract schedule, s.lop drawing, and other submittals: obtaining lay down areas, for all other work and operations which "'List be performed or costs incurred prior to beginning and after completing work on the various Contract items on th e project site and all work required for or incidental to the satisfactory completion of the Item; In, which separate payment is not provided under other items in the Bid Form. 2. Payment for mobilization and demobilization shall be at the percentage kmp sum of the completed work (hcm I ) and shall not exceed 5 percent r ,he total bid price. Payment shall Vast Valley Water District Conejo Sever Replacement Project Mca,aemenl and Payment - Rev. 9 -8 -2010 01025 -1 '1NC`Y]W - E W W'6]6]] Cona�O S M 'a�RUU1aC]RRO.t�(FMSCFGSJTV019f 035 Meaautem(i�l ��� RapnMl F<v9 0 20f 00�c be made at two- thirds the item bid price for mobilization and one -third the item bid price for demobilization. 1.04 POTHOLING (ITEM 2) A. Measurement Potholing specified on the Bid Sheet (Item 2) will be measured as it lump sum. B. Payment Payment for the potholing (Item 2) shall be full compensation for locating adjacent buried utilities within mn area of 15 -feat radius of the proposed pipe bursting locations and /or other locations decnncd necessary to protect utilities and /or other appurtenances as needed for the completion of the work; and all other items incidental thereto.for which separate payment is not provided under other items. 1.05 PIPE CLEANING AND PRE- CONSTRUCTION CCTV INSPECTION (ITEM 3) A. Measurement Pipe cleaning and pre CC "I'V inspection as specified on the Bid Form (Item 3) will he measured as a per -foot basis. B. Payment Payment for pipe cleaning and pre - construction (pre CCTV) inspection shall be full compensation of the completed work (Item 3), and shall include all labor, materials, equipment, planning, cleaning, pre CCTV inspection, and all work required for or incidental to the satisfactory completion of the items for which separate payment is not provided under other items. 1.06 SHEETING, SHORING AND BRACING (ITEM 4) A. Measurement Sheeting, shoring, and bracing as specified on the Bid Form (Item 4) will be measured as a lump stun. B. Payment Payment for sheeting, shoring, and bracing shall be at the percentage lump sum of the completed work (Item 4), and shall include all labor, materials, and equipment necessary for temporary sheeting, shoring, and bracing or equivalent method, planning, design, engineering fees, furnishing and constructing, and removal and disposal of such temporary sheeting, shoring, and bracing complete as necessary for the Work or as required under the provisions of any permits, and in accordance with the requirements of the Occupational, Safety and Health Administration (OSI IA). Payment for temporary sheeting, shoring, and East Valley Water District Conejo Sewer Replacement Project ViCaSUrennent and Payment- Rev. 9 -8 -2010 010252 PJNC21W F` M' J6) E)] CJnI�O$! xnR! p' aC1[ PROJNOCN $PEC$�v01910}5M[iYV[menl ln0 P.IPnlll�POV9BSOIOJOC bracing or equivalent shall Constitute full compensation Gx completion of all trench shoring and bracing as required to complete the project, and all wn; k required for or incidental to the satisfactory Coll] p let icn of the items for which separate pay neat is not provided under other items in the Bid Form. 1.07 REPLACEMENT SLWF.R LINE. (ITEM 5) A. Measm'enCnt COnSn'nell0n of the Replacement Sewer Line specified on the Bid Sheet (Item 5) will be measured as a per -toot basis. B. Payment I. payment for the Replacement Sewer Line (Item 5) shall be full compensation for file construction and replacement ofthe existing sewer line by pipe bursting, including pipe, all pits, pipe hedding and pit backfill; replacement of unsoilal le french backfill material, bypass pumping of existing main flows; manhole preparation and reconstruction of manhole base; cleaning of the sctecr line, testing, pre and post CCTV: restoration of asphalt paving ancf traffic control loops, where applicable; shall include all lahm. materials, and equipment necessary and all other items incidental thereto for which separate payment is not provided under other items. 1.08 LATERAL DISCONNECTION AND RECONNF.0 "1'I0N (I I l AI 6) A. Measurement Lateral disconnection and reconnection (Item 6) shall be muitned as the number of each that are actually installed in the completed project and accepted by the Engineer. B. Payment I. payment for lateral disconnection and reconnection (Item 5) shall include furnishing and installing laterals after pipe bursting using fused I ligh Dcrsily Polyethylene (HDPE) connections, complete, in place and operational. Price and pmyntcnt will be full compensation fool potholing, disconnection prior to pipe burst, bypass for continuity of service, reconnection, pipe, fittings, backfilling, pavement repair, and cleaning, and shall include ail labor, materials, and equipment necessary and ill work required for or incidental to the satisfactory completion and proper operation of the iteius for which separate payment is not provided under other items in the Bid Form. 1.09 TRAFFIC CONTROL ( ITEM 7) A. Measurement Traffic control specified on the Bid Sheet ([tent 7) will he measured as a lunnp sum. Bast Valley Water District Conejo Sewer Replacement Project Meas.u� mcni and Payntcnt Rcv. 9 -8 -2010 01025 -3 PVNCVIU6 Ew 67537 Coneo SanN RtO'a= 9PAOJLtX.rl'P: CS pr6�0ID35. Akasnronerc. niO PIN��[I�b Pev94i�ia.. B. Payment I . Payment for the traffic control (Item 7) shall be full compensation for development of traffic control plans, acquiring all necessary traffic related permits, implementation of traffic control, including but not limited to furnishing, maintenance and removal of construction traffic controls, flaggers, and all work required for or incidental to the satisfactory completion and proper operation of the items for which separate payment is not provided under other items in the Bid Form. 1.10 CLEANING, TLSTING AND POST - CONSTRUCTION CCTV Of NEW SEWER (ITEM 8) A. Measurement Cleaning, testing and post - construction CCTV (post CCTV) of new sewer as specified on the Bid Form (Item 8) will be measured as a per -foot basis. B. Payment 1. Payment for cleaning, testing and post CCTV of new sewer shall be full compensation of the completed work (Item 8), and shall include all labor, materials, planning, cleaning, testing, post CC "fV inspection, and all work required for or incidental to the satisfactory completion of the items for' which separate payment is not provided under other items. I.I 1 ABANDON EXISTING SANITARY SEWER MANIIOLE (ITEM 9) A. Measurement Abandonment of existing sewer manholes as specified on the Bill Form (Item 8) will be measured as per each manhole to be abandoned. Payment Payment for abandoning existing sewer manhole shall be full compensation ofthc completed work (Item 9), and shall include all labor, equipment, materials, and all work required for or incidental to the satisfactory completion of the items for which separate payment is not provided under other items. t.12 ABANDON EXISTING SANITARY SEWER LINT? (f] EM 10) A. Measurement Abandonment of existing sewer line as specified on the Bid form (Item 10) will be measured as a per foot basis. B. Payment I . Payment for abandoning existing sewer line shall be full compensation of the completed work (Item 10), and shall include all labor, equipment, materials, and all work required for East Valley Water District Conejo Sewer Replacement Project Measurement and Payment- Rev. 9 -8 -2010 01025 -a F'ING,3109'EW,9'6,lJI Cu.�e�o 6JVxe R„y1ac�]t'NOJOOLMSGECS'Dry O1A10 }SMeasunlntnl rnE Paylnfnl'(1l'YBE]4lO tloc or incidental to the satisfactory completion of the items fi❑ which separate payment is not provided under otlrr items. 1.13 SEWER MANHOLE REPLACEMENT (I 11) A. Measurement Construction of the Sewer Manhole Replacement specified on the Bid Sheet (Iteut I I ) will be measured as the number ofcach that is actually iintalle f et the completion of the project. This item will onlv serve as a Bid Additive in case the ner] arises to replace any of the existing manholes during construction. Payment Payment for the Sewer Manhole Replacement (Item I ' ) flail include furnishing and installing precast concrete manholes, complete, in place of d operational. Payment shall be the full compensation for the construction of excavating. r!mDving and disposal ofexisting brick sewer manhole(s) and base(s), bypass pumping, installation of precast concrete manholes and bases, reconnection of sewer main, back fil l.,tg, pavement repair, cleaning, and shall include all labor, materials, and equipment necessar,, and all work required for or incidental to the satisfactory completion and proper operation of the items for which separate payment is not provided under other items in the Bid Additive Form. 1.14 ALLOWANCE FOR OBTAINING PERMITS (ITEM 12) A. Measurement Allowance nix Permits specified on the Bid Sheet (Item I -1 vrill be measured as a lump sum. 'this item sets a fixed amount allowance for the Contrac'v to obtain and pay for all permits that may be required From the County of San Bernardino. City of San Bernardino, and any other municipalities, agencies, and /or utility companies Ih it may require a permit for the execution of the project. 13. Payment Payment for obtaining Permits shall include coordination. paperwork, for obtaining and /or acquiring permits and payment of associated fees, in orde, to perform the project and deliver it, complete, in place and operational. Payment shall be •h, 1.111 compensation for obtaining the permits, and shall include all labor, materials, and eqo pment necessary, and all work required for or incidental to the satisfactory completion and proper operation of the items for which separate payment is not provided under other items in the Bid Form. Contractor shall provide the Owner with copies of all receipts for all permits obtained. Any amount not used for this item shall he refunded to the Owner. East Valley Water Uistriel Conejo Sewer Replacement ['reject Meesnre,nent and Payment — Rev. 9 -8-2010 01025 -5 F JNU7W-EW 67831 . Cnner4 server Relatl1RROJDO A5rFUP -101 O'.O15 l :uvemem UM Pay— m.Revsezmo1— 1.15 OVERLAY EXISI'IN(, STRF.FT(BID ADDITIVE I IT•.M A -1) A. Measurement Construction of the Overlay Existing Street specified on the Bid Sheet (Item A -I) will be measured as a lump sum item as installed at the completion of the project. ""'is 'tell' will only serve as a Bid Additive in case the need arises to overlay the existing s0'cet after construction of the sewer replacement is completed. B. Paymcat payment for Overlay Existing Street (Item A -I ) shall include furnishing and installing overlay paving, complete, in place and operational. Payment shall be the fall compensation for the amstruction of grinding existing asphalt road at the edges of the curb, removing and disposal of existing asphalt concrete, installation of a minimum I -inch pavement overlay per San Bernardino County Department of Public Works General Permit Conditions and Trench Specifications included in Appendix A of these Specifications, pavement repair, cleaning, and shall include all labor, materials, and equipment necessary, and all work required for or incidental to the satisfactory co npletion and proper operation of the items for which separate payment is not provi&d under other items in the Bid Additive form. FND OF SECTION Gast Valley Water District Conejo Sewer Replacement Project Measurement and Payment Rev. 9 -R -2010 01025 -6 P aNL V ]W EWr9618]i Congo $CWCI gWiMUPg0.1DLCN5PEL5�On01b10]5 lit]] WfineO1 �IM1 Payme�l Pev4 -0Pplp4oc ACWA Health Benefits Authority IT'S TIME TO VOTE! ACWA Health Benefits Authority Board of Directors ELECTION FORMS ENCLOSED Please take a moment to cast your vote Ballots to be received during the period of October 25, 2010 to November 23, 2010 Please use the enclosed envelope and do not return them to the ACWA HBA office Thank you for your continuing participation and engagement in the ACWA HBA plans ACWA Health Benefits Authority 910 K Street, Suite 100, Sacramento, California 95814 -3577 916/441 -4545 F/A 916/325 -2598 800/736 -2292 www.acwa.com ASSOCIATION OF CALIFORNIA WATER AGENCIES HEALTH BENEFITS AUTHORITY BALLOT - PAGE A This Ballot is to vote on the selection of the HBA Board of Directors as provided in Article III, Section 8 of the HBA Bylaws Amended and Restated as of June 1, 2010. For this election to be valid, the HBA Inspectors of Election must receive properly completed Ballots during the Balloting Period from no less than 20% of the HBA Membership. This entire Ballot is comprised of two separate pages, Page A and Page B. Please follow the instructions below to ensure that your Ballot is properly cast and valid. 1. Ballot Page A - fill in the information block indicating your Agency name and address. 2. Ballot Page A - must be signed by the Manager or other person that wsis ap 3. Ballot Page B - mark your selection not place your signature or Agency 4. Place the entire Ballot comprisIst; Ball provided. The entire Ballot muved b Balloting Period w hich begins r 25, 2 2010. The sealed envelope con entire Bruce McLaughlin, Braun Blaising Mcl 915 L Street, Suite Sacramento, CA 91 Agency Representative (the General the Agency). according to each geographical area. Ilo A Page B. A and Ballot Page B in the envelope [BA's Inspector of Election during the ad ends at 5:00 P.M. on November 23, t may be mailed or hand - delivered to: ill This information bllj E 'must be completed in order f s Ballot to be valid. Agency name Agency address Agency representative (printed) Agency representative (signature) The Ballots shall be counted publicly by the Inspectors of Election at 10:00 A.M. on December 9, 2010 at: Braun Blaising McLaughlin, P.C. 915 L Street, Suite 1270 Sacramento, CA 95814 ASSOCIATION OF CALIFORNIA WATER AGENCIES HEALTH BENEFITS AUTHORITY' BALLOT - PAGE B Mark your selection for Directors according to each geographical area. Do not place your signature or Agency name on this Ballot Page B. Northern region - Agency with lest Vote for no more than 1 nominee than 20 participating employees ID Rick Gilmore, Byron - Bethany Irrigation District Northern region — general Southern - Agency with less than 20 participating employees Southern region — general "Jerry" GW #ch, ACWA JPIA (bio included) ( osta WD (bio included) Wilson, L&jMWa Heights CWD (bio included) MWD (bio included) Robert Moore, South Coast WD ETRandall Reed, Cucamonga Valley WD F] Howard Williams, Vista ID (bio included) E.G. "Jerry" Gladbach 27491 Hilicresr Ploce / Vdencia, CA 91354 Phono: (66 11 297- 2200 /Emolr 60100e44L.COn1 EXPERIENCE / COMMITMENT/ DEDICATION PROFESSIONAL / COMMUNITY EXPERIENCE ACWA - Joint Powers Insurance Authority Executive Committee Chair. Building and Property Ad Hoc Con Chair, Liability Sub - Committee Board of Directors 2006 - present 2002- 2003 Imittee 2008- present 2007 - present 2002 - present Association of California Water Agencies (ACWA) President 2004- 2005 Vice president 2002- 2003 Chair, Region 8 1998- 2001 Board of Directors 1998 - present Chair, Energy Committee 1982- 1989 2006- 2007 Castaic Lake Water Agency Board of Directors 1985 - present President 1987- 1990 Chair, Water Resources Committee 2003 - present Chair, Finance, Administration, PR Committee 1991-2002 LAFCO - Los Angeles Chair 2006 - present First Vice -Chair 2005 -2006 Commissioner 2002 - present Alternate Commissioner 2001- 2002 California Association of LAFCOs Treasurer 2008 - present Member, Board of Directors 2005 - present Water Education Foundation, Board of Directors 1967-2009 Los Angeles Department of Water and Power Leadership in Engineering, Management, Environmental Planning /retired after 35 years Past Member, United States EPA Groundwater Task Force Past Advisor to U.S. Commission on Water Quality Past Member, Advisory Committee, California Polytechnic State University, San Luis Obispo, Civil and Environmental Engineering Professional Engineer, Registered In California Life Member, American Society of Civil Engineers Master of Science Degree In Civil Engineering / Water Resources PERSONAL Married with 3 children, and 6 grandchildren, I have lived in the Santa Clarita Valley over 40 years and have been devoted to community service for that entire period. Bette Boatmun. Director, Division 4 Bette Boatman was elected to the Contra Costa Water District Board ofDirectors in 1974, repre- senting Pittsburg, Antioch, and the northeast portion of Concord. She served as president of the Board of Directors from 1990 to 1992, and vice president from 1981 to 1989. She is the former executive director of the YWCA of Contra Costa County, and continues to be active in a number of community organizations, including the Concord American Association ofUniversity Women, Sons of Italy, and Soroptomist International. She is a member of the Board of Directors for the Kennedy King Scholarship Foundation and Gallery Concord. In 2002 and 2003, she was president of the Association of California Water Agencies (ACWA), a statewide organization that represents ap- proximately 90 percent of the water delivered in California, and is past chair ofACWARegion 5. She currently holds chair positions on the Governing Board of East County Water Management Association and the Contra Costa Special Districts'Association and is past chair of the Sanitation & Water Agencies of Contra Costa County. In March 2001, Ms. Boatmun was honored as the California State Assembly's "Woman ofthe Year" for the I I th.A ssembly District, Ms. Boatmun has a Bachelor of Science degree from Russell Sage College, Troy, New York, and aMasterof Education from Holy Names College, Oakland, Califomia She was ateacherinpublic schools in California and New York and a consultant for th _Job Corps. CONTRA COSTA WATER DISTRICT June 2009 ROBERT C. WILSON CANDIDATE FOR DIRECTOR TO THE BOARD OF A.C.W.A. HEALTH BENEFIT AUTHORITY T would like to introduce myself. My Name is Robert C. Wilson. I have lived in Cal iforniafor over the past sixty years and my wife Chery l and I have lived in La Habra Heights for the past 35 years. I have been a Director on the board of the La Habra Heights County Water District. for the past 12 years. In my professional career I worked for the Santa Fe Springs Fire Department for over 35 years, The Inst eight years as Fire Chief. As Fire Chief I was responsible for a department of over IOU employees in 6 divisions. As Fire Chief I was also responsible for a 12 million dollar budget. T also hold A California teaching credential and was on the faculty of Rio Hondo Collage in Whittier California. With over 40 years of municipal government experience 1 feel that experience will be helpful as a board member. Thanking you in advance for your support. CANDIDATE STATEMENT: ACWA -HBA Board of Directors Merle J. Aleshire, Ph.D. My background has required me to develop skills that I believe can help guide the new ACWA - Heatth Benefits Authority. The ACWA -HBA is a joint powers risk sharing pool that will face significant challenges with the new federal health care program. My goal will be to help provide comprehensive health care options for all of our agencies at the most affordable cost. I currently serve on the Board cf Directors for the Valley Center Municipal Water District. I am past Chairman of Region 10 for the Association of California Water Agencies (ACWA) that includes agencies throughout San Diego and Orange Counties. As the Region Chair, I also served on the Board of Directors for ACWA. Most recently, I served for six years on the Executive Committee for the ACWA -Joint Powers Insurance Authority (JPIA). ACWA - JPIA is also a risk sharing poo! that provides property, liability and workers compensation insurance to nearly 300 water agencies and irrigation districts throughout California. This prior service with the ACWA -JPIA risk sharing pool provides me with directly related experience to serve the ACWA- Health Benefits Authority. I am a retired aerospace executive after 33 years in research, development and senior management positions for the General Dynamics Corporation. I conducted various studies for the Department of Defense and published numerous papers on weapon systems and space vehicles. I was an original developer of the Tomahawk Cruise Missile. My civic duties have included; President of the Escondido Union School District Board of Education, President of the Boys & Girls Club, Board of Directors for the March of Dimes, Vice Chairman of the Palomar Council of the Boy Scouts of Ame -ica, President of the Association of Resident Owners in Hidden Meadows and a founding member of the Hidden Meadows Community Foundation. I have degrees in electrical engineering, mathematics, digital processes & control systems, leadership and human behavior. 1 own and operate a grain farm in Illinois. I am also a private pilot with hobbies of hunting. fishing, golfing and outdoor acti cities. My technical education and many years in research & development required me to develop skills required to solve difficult problems. These skills pluE my previous experience with risk sharing pools is the expertise I offer to ACWA -HBA. I believe that will be most important as we work through the many complexities in implementing the nev; federal health care legislation. I am asking for your support Merle Aleshire G! /L t 1140lJ 1L: J7 /bv /Qzzub7 YU1MH MWU ,t VISTA IRRIGATION DISTRICT 1391 Engineer Street, Vista, CA 92081 -8836 HOWARD WILLIAMS BIO rAut bj/ ez Howard Williams has served on the Vista Irrigation District Board of Directors since July 3l, 1991. He is currently serving his fourth term as Board President. In addition to serving as Board President, Mr. Williams has been VID's representative to the San Diego County Water Authority since 1994. He serves as chair of the District's Warner Ranch Committee and is also a member of the Fiscal Policy Committee. From 1983 to 1989, Mr. Williams served as Vice - President of Communications of the Southern California Physicians Insurance Exchange, a physician-owned medical malpractice insurance company. Mr. Williams has a degree in journalism from the University of southern California, and is an award - winning t�'ailblaccr in television editorials. He worked for 25 years in United Press fntemational, television and newspapers and won an Emmy for his on -air editorials at Channel 2 in Los Angeles. Williams is also a member of the Palomar Airport Advisory Committee. Randall Reed Candidate Statement Association of California Water Agencies - Health Benefit Authority Hello, My name is Randall Reed and I am a candidate for the position on the Association of California Water Agencies, Health Benefit Authority (ACWA /HBA) Board of Directors. The cost of health care benefits are continuing to rise and managing these cost is critical for water agencies throughout the state. As a member of the HBA I will work diligently to oversee the plans, rates, and budgets of the ACWA /HBA to ensure our membership's needs are met. I was elected to the Board of Directors in November 2003 and I am currently serving in the capacity as President. My years of experience serving on the CVWD Board of Directors, Finance Committee has provided me with a solid foundation to provide the oversight and expertise that this position requires. Professionally, I have worked over the past 1 5 years in the wastewater management field as an electrical and instrumentation supervisor. I have a Bachelor of Arts degree in Information Management Systems from California State University San Bernardino and have been an active member in the Association of California Water Agencies, California Special Districts and the California Water Environment Association. I believe my experience and leadership qualify me as an excellent candidate to represent the vast diversity of water agencies throughout the state. I look forward to the opportunity to work with and serve each of our member organizations. leavlaff (l tires leed CANDIDATE STATEMENT. ACWA -HBA Board of Directors Merle J. Aleshire, PhD My name is Merle Aleshire and I am seeking your support and your vote to elect me to the new ACWA - Health Benefits Authority (ACWA -HBA) Board of Directors. My background has required me to develop skills that I believe can help guide the ACWA -HBA joint powers risk sharing pool. We face significant challenges with the new federal health care program. My goal will be to help provide comprehensive health care options for all of our agencies at the most affordable cost. I currently serve on the Board of Directors for the Valley Center Municipal Water District. I am past Chairman of Region 10 for the Association of California Water Agencies (ACWA) that includes agencies throughout San Diego and Orange Counties. As the Region Chair, I also served on the Board of Directors for ACWA. Most recently I served for six years on the Executive Committee for the ACWA -Joint Powers Insurance Authority (JPIA). ACWA -JPIA is also a risk sharing pool that provides property, liability and workers compensation insurance to nearly 300 water agencies and irrigation districts throughout California. This prior service with the ACWA -JPIA risk pool provides me with directly related experience to serve the AC WA-Health Benefits Authority. I am a retired aerospace executive after 33 years in research, development and senior management positions for the General Dynamics Corporation. I conducted various studies for the Department of Defense and published numerous papers on weapon systems and space vehicles. I was an original developer of the Tomahawk Cruise Missile. My civic duties have included; President of the Escondido Union School District Board of Education, President of the Boys & Girls Club, Board of Directors for the March of Dimes, Vice Chairman of the Palomar Council of the Boy Scouts of America, President of the Association of Resident Owners in Hidden Meadows and a founding member of the Hidden Meadows Community Foundation. I have degrees in electrical engineering, mathematics, digital processes & control systems, leadership and human behavior. I own and operate a grain farm in Illinois. I am also a private pilot with hobbies of hunting, fishing, golfing and outdoor activities. My technical education and many years in research & development required me to develop skills required to solve difficult problems. These skills plus my previous experience with risk sharing pools is the expertise I offer to ACWA -HBA. I believe that will be most important as we work through the many complexities in implementing the new federal health care legislation. I am asking for your support Merle Aleshire VALLEY CENTER WATER DISTRICT Gary A. Broomell A Public Agency Organized July 12, 1954 Newer! Robert A Polito Via Presaim Merle J. Aleshire Noma AN Charles W. stone, Jr. OPEN LETTER TO Bandy O. Haskell ACWA HBA MEMBERS IN SUPPORT OF ELECTING Norio, Merle Aleshire, HBA Board of Directors Valley Center Municipal Water District is proud to support and endorse the election on Dr. Merle J. Aleshire to the newly forming ACWA Health Benefits Authority Board of Directors. This endorsement is made with the confidence that Merle will bring a wealth of local water agency, ACWA, ACWA - JPIA and real -world private sector experience to the new ACWA HBA Board. In his 13 years on the VCMWD Board, Merie has been an active leader and contributor to our issues and initiatives. Beyond his local role, Merle has served as ACWA Region 10 Chair and Vice Chair, member of the ACWA Board of Directors, and most recently as a member of the ACWA — JPIA Executive Committee. Prior to coming to the water world, Merle worked for over 33 years as an aerospace executive and was very active in civic affairs, including the local elementary school board, Boys and Girls Club, March of Dimes and Boy Scouts. As is born out by his attached candidate statement, Merle understands water, ACWA, business and ginning back to the community. Most critically for the issue at hand, Merle understands the principles and keys to operating insurance risk pools which is now a central part of the ACWA HBA operation and responsibility. Hopefully as an ACWA HBA member, you will see the wisdom of putting Merle's experience and directly related expertise to work helping the new ACWA HBA deal with the future health care challenges for ACWA and its member agencies. Gary roomell Gary Arant President, Board of Directors General Manager 29300 Valley Center Road • P.O. Box 67 • Valley Center, CA 92082 (760) 749 -1600 • FAX (760) 749 -6478 • TOO (760) 749 -2665 • www.valleycenterwaler.orp • (,-mail vmter®valleycenterwatecorg Board Memorandum Date: October 26, 2010 From: Brian W. Tompkins / Chief Financial Officer Subject: Investment Report for the quarter ended September 30, 2010 Recommendation: Accept and file the attached report Unrestricted Investments LAIF The balance held in LAIF at the beginning of the quarter was $3,516,638. During July, interest earnings related to the first calendar quarter of $5,142 were posted to the account. In addition, two transfers from LAIF to the District's checking account of $250,000 each were used to supplement cash flows. The draws were necessary due, in part, to below budget revenues, but primarily to make semi- annual debt service payments totaling $620,000 on the 2004 and 2006 Installment Sales Agreements at the end of August. Third quarter earnings on the LAIF account were $4,211 calculated at an apportionment rate of .51 %. This represents a further decline in the apportionment rate after it remained at .56% for two quarters. These earnings will post to our account in Oclober. Citizen's Business Bank Wealth Management The total (book) value of the assets held with CBB increased $10,616 to $4,078,974 during the quarter ended 9/30/10. The purchase and sale of securities is shown on the attached supplemental schedule. Semi - annual interest payments received on securities in the District's portfolio were $11,760 for the quarter ended September 30, while the money market fund earned $471. Investment manager fees paid during the quarter were $1,615. There were no transfers to or from this investment account during the third quarter. Restricted Investments Union Bank This Installment Payment Fund for the 2001 COP issue collects monthly payments from the District, and then disburses semi - annual payments to the certificate holders in June and December. Monthly deposits to the 2001 Installment Payment Fund are $87,953. M m M M r`. C M M P M •'i r!. � r'i M � F 67 2 G1 C b _ y V L P P P P C O O O O ^ C C O ^ rz C4 N ^ r GC C N N _^ r Q 0 o r o N P O rn N c C c = o G N Y Q Q 1 O P C O p o C O C p O p O •/V+ � - C CQ O C C O P R v, w A V � a 9 V N a O e e e c o e c o e M m M M r`. C M M P M •'i r!. � r'i M � F 67 2 G1 C b _ y V L P P P P C O O O O ^ C C O ^ rz C4 N ^ r GC C N N _^ r Q Lam. N oa a � O O O yn aI _Q z z z ^ N O 7= z z z z T � N �a z z z O O N Cn 0 N O O M F IT > 0 000 O N �D .BUY 7 l� O CT l� Cn N 7 P, U cpe A q w_❑ �¢ i � W o X PCB � N a' a W M M z z z z z o O O N Cn M CT N O O M u1 N •D M Q za; W �D u p G U a U a U .O O R �D o0 •� t` `� � a VJ b 7 U U U ' a >a� O O N 0 O T N O ao'o" O Y O Cn U U O N V � [ice M o 00 Lam. N a � O O O yn aI _Q z z z V1 N O T � N �a z z z F > H P, U cpe A q w_❑ �¢ i � W o X PCB � N a' a W o q z z z z z o M Q za; W �D u p G U a U a U .O m a VJ b 7 U U U ' a >a� 0 33 >z wW ao'o" Q U U W Lam. �J <J N Cn 00 N <T �r v CT O <n 0o eV r �r N 7 00 P� ai ai i ii Tt C: Pt s: V1 PI Qt F� v c rn _. o �, � c M N Cn N N V V' N �O vt CT 7 h CT M M •-+ W v n°��rnrn °ono °Oo vo0�vv�o -:v; 7 V N �O v1 CT V' h CT G y C 9 c � d N' Y ti y i t' d o � N G 9 V u v u U ti w y y G« G aqi � F � w v •o 0 w w U w d +'tea x i r' t r d ti O C y +, nQ i y d i tl r .0 Oi U C r h Q b � b M .. to 'a Y C U � h m � £ r o, y V h o ° w� w U •� UOl i c, ti o � ^y Q C ti U v h U ti o° m C � h d � h i y' C i h u A v v o Q i y C t C C W E w O V U h 4z ' O d •h pO N R A 0 N a � C F m U cpe >1 , q w_❑ �¢ i � W o X PCB � N a' U U W �D u p G U a U a U �J <J N Cn 00 N <T �r v CT O <n 0o eV r �r N 7 00 P� ai ai i ii Tt C: Pt s: V1 PI Qt F� v c rn _. o �, � c M N Cn N N V V' N �O vt CT 7 h CT M M •-+ W v n°��rnrn °ono °Oo vo0�vv�o -:v; 7 V N �O v1 CT V' h CT G y C 9 c � d N' Y ti y i t' d o � N G 9 V u v u U ti w y y G« G aqi � F � w v •o 0 w w U w d +'tea x i r' t r d ti O C y +, nQ i y d i tl r .0 Oi U C r h Q b � b M .. to 'a Y C U � h m � £ r o, y V h o ° w� w U •� UOl i c, ti o � ^y Q C ti U v h U ti o° m C � h d � h i y' C i h u A v v o Q i y C t C C W E w O V U h 4z ' O d •h pO N R A 0 PLANT 24 WEATHER BASE IRRIGATION MONTH 2009-2010 MTR READS (HCF) USAGE (HCF) RAIN (INCHES) October 41747 41906 159 0.11 November 41906 42107 201 0.97 December 42107 42154 47 3.45 January 42154 42212 58 6.36 February 42212 42246 34 1 4.26 March 42246 42330 84 0.83 April 42330 42459 129 1.69 May 4249 42700 241 0.04 June 42700 43036 336 0.00 July 43086 43424 388 0.00 Au ust 43424 43769 345 0.00 Se tember 43769 44041 272 0.00 ANNUAL TOTAL MONTHLY AVG 2,294 17.71 191 1.48 450 - -- 400 350 300 250 - 200 ■ Rainfall (Inches) 150 ■ Water Usage (HCF) 100 r—T-- 50 W O W 0 r E E R a °' E O m m V C W C = H d c E E ti a ' E o > u ' z O LL d N 7.00 - -- 6.00 5.00 4.00 3.00 - 2.00 ■ Rainfall (Inches) 1.00 0.00 r—T-- W O W r E E R a °' E O [ . a a c z d o ti d N Filename: Plant 24 Irrigation Calculations.xlsx Last Revised: 10/08110 ck 900 Boo 700 600 500 400 300 200 100 0 PLANT 24 WEATHER BASE IRRIGATION MONTH 2008-2009 MTR READS (HCF) USAGE (HCF) RAIN (INCHES) October 36651 37420 769 0.04 November 37420 37962 542 1.61 December 37962 38195 233 3.53 January 38195 38477 28.2 0.40 February 38477 38526 4� 4.27 March 38526 38826 300 0.35 April 38826 1 39267 441 0.33 May 39267 39810 543 0.00 June 39810 40321 511 0.03 40321 40850 529 0.00 itJul gust 40850 41413 563 0.00 Se tember 41413 41747 331 0.00 ANNUALTOTAL MONTHLY AVG 5.096 10.56 42.5 0.88 d d k t M 0 e E u w m > > a a a a ' Q a O 0 G LL cai to 4.50 — - - -- 4.00 — — 3.50 -- -- 3.00 — - - 2.50 -- — 2.00 — 1.50 ■ Rainfall (Inches) 1.00 — 0.50 -- 0.00 A c a a > > a n ' rn o '60WC12 O 30) a Z G LL n in Filename: Plant 24 Irrigation Calculations.xlsx Last Revised: 10/08/10 ck R:\INC\2706 - EVWD\69021 - P134 Upgrades & Expansion Final Design\12BIDDING_SERVICES(Not_Used)\12.8 Bid Evaluation\Memo\EVWD DBE Bid Review 090210_FINAL.doc Attachment 1a – Pacific Hydrotech Corp. Bid (received on Bid Date) R:\INC\2706 - EVWD\69021 - P134 Upgrades & Expansion Final Design\12BIDDING_SERVICES(Not_Used)\12.8 Bid Evaluation\Memo\EVWD DBE Bid Review 090210_FINAL.doc Attachment 1b – Pacific Hydrotech Corp. Additional DBE Good Faith Effort Documentation (received on August 6, 2010) R:\INC\2706 - EVWD\69021 - P134 Upgrades & Expansion Final Design\12BIDDING_SERVICES(Not_Used)\12.8 Bid Evaluation\Memo\EVWD DBE Bid Review 090210_FINAL.doc Attachment 2a – SSC Construction Inc. Bid (received on Bid Date) R:\INC\2706 - EVWD\69021 - P134 Upgrades & Expansion Final Design\12BIDDING_SERVICES(Not_Used)\12.8 Bid Evaluation\Memo\EVWD DBE Bid Review 090210_FINAL.doc Attachment 2b – SSC Construction Inc. Additional DBE Good Faith Effort Documentation (received on August 4, 2010) R:\INC\2706 - EVWD\69021 - P134 Upgrades & Expansion Final Design\12BIDDING_SERVICES(Not_Used)\12.8 Bid Evaluation\Memo\EVWD DBE Bid Review 090210_FINAL.doc Attachment 3a – PCL Construction Inc. Bid (received on Bid Date) R:\INC\2706 - EVWD\69021 - P134 Upgrades & Expansion Final Design\12BIDDING_SERVICES(Not_Used)\12.8 Bid Evaluation\Memo\EVWD DBE Bid Review 090210_FINAL.doc Attachment 3b – PCL Construction Inc. Additional DBE Good Faith Effort Documentation (received on August 4, 2010) R:\INC\2706 - EVWD\69021 - P134 Upgrades & Expansion Final Design\12BIDDING_SERVICES(Not_Used)\12.8 Bid Evaluation\Memo\EVWD DBE Bid Review 090210_FINAL.doc Attachment 4 – Pre-Bid Conference Agenda A R:\INC\2706 - EVWD\69021 - P134 Upgrades & Expansion Final Design\12BIDDING_SERVICES(Not_Used)\EVWD P134 Pre-Bid Conference Agenda_DRAFT_rev1.doc EAST VALLEY WATER DISTRICT PLANT 134 UPGRADE & EXPANSION PRE-BID CONFERENCE AND SITE WALK AGENDA Date: Wednesday, June 16, 2010 Time: 10:00 am – 12:00 pm Place: EVWD Plant 134 Job Site Attendees: EVWD – Ron Buchwald; Eliseo Ochoa; Mike Henderson; Allen Williams CDM – Dick Corneille; Bill O’Neil; Evelyn You; Brad Moore; Sheila Rideout GE – Robin Puskas Alliant Consulting Inc. – Carla De La Cruz Topics: I. Welcome and Sign-In (EVWD) 10:00 am – 10:15 am II. Project Description 10:15 am – 11:00 am a. Project Scope (CDM) 15 min b. Membrane Filtration System (GE) 15 min c. Site Restrictions (CDM) 15 min III. Bid Requirements 11:00 am – 11:20 am a. DBE Requirements (CDM) 10 min b. Labor Compliance (Alliant Consulting) 10 min IV. Q&A 11:20 am – 11:30 am V. Site Walk (EVWD & CDM) 11:30 am – 12:00 pm cc: File R:\INC\2706 - EVWD\69021 - P134 Upgrades & Expansion Final Design\12BIDDING_SERVICES(Not_Used)\12.8 Bid Evaluation\Memo\EVWD DBE Bid Review 090210_FINAL.doc Attachment 5 – Verification of Bidders Qualifications Phone Log R:\INC\2706 - EVWD\69021 - P134 Upgrades & Expansion Final Design\12BIDDING_SERVICES(Not_Used)\12.8 Bid Evaluation\Memo\EVWD DBE Bid Review 090210_FINAL.doc Pacific Hydrotech Corp. Verification of Bidder Qualification – Pacific Hydrotech Corp. Owner Water Treatment Plant Contact Date Called Notes Water Replenishment District of Southern CA Alamitos Barrier Water Reclamation Plant (also known as Leo J. Vander Lans Water Treatment Facility) Charlene King (562-921-5521) 8/5/10, 10:25 a.m. Left a voicemail 8/5/10, 10:40 a.m. Charlene King called back. Said that the general contractor was PK Construction. Did not recall Pacific Hydrotech Corp. being one of the subcontractors on this project. Confirmed that the plant is not a 5.0 mgd plant. Said that the plant has room for expansion, but was built with only 3 mgd membrane filtration capacity. This information contradicts the information provided by Pacific Hydrotech Corp. Confirmed that the construction was completed in 2002/2003. Confirmed that the plant includes MF membrane system by Pall, and RO membranes by Hydranautics. See supporting documents in Attachment F. City of Alhambra Alhambra Groundwater Treatment Plant Don Coleman (626-570–5090) 8/5/10, 10:30 a.m. Left a voicemail. Terry Kerger, CivilTec (626-357-0588) 8/5/10, 10:35 a.m. Terry Kerger was engineering project manager. Confirmed that Pacific Hydrotech Corp. was the general contractor. Confirmed that the plant is a potable water plant with 8.0 mgd capacity. The treatment processes include LGAC, ion exchange for VOC and nitrate removal. Confirmed that the construction was completed in March 2008. City of Ontario Dry Year Yield Wellhead Treatment Facilities. Ryan Bengsch (909-937-0111) 8/5/10, 10:55 a.m. Rob Verciles is no longer with the City of Ontario. Ryan Bengsch confirmed that Pacific Hydrotech Corp. was the general contractor. Confirmed that the plant is a potable water plant with 7.0 mgd capacity. The treatment processes include ion exchange for nitrates and perchlorate removal. Confirmed that the construction was completed in April 2010. R:\INC\2706 - EVWD\69021 - P134 Upgrades & Expansion Final Design\12BIDDING_SERVICES(Not_Used)\12.8 Bid Evaluation\Memo\EVWD DBE Bid Review 090210_FINAL.doc Verification of Bidder Qualification – Pacific Hydrotech Corp. Owner Water Treatment Plant Contact Date Called Notes Golden State Water Company Holabird Water Treatment Plant Larry Fordham (909-937-0111) 8/5/10, 11:00 a.m. Confirmed that Pacific Hydrotech Corp. was the general contractor. Confirmed that the plant is a potable water plant with 6.0 mgd capacity. The treatment processes include USFilter Microflocs system. Confirmed that the construction was completed in May 2005. R:\INC\2706 - EVWD\69021 - P134 Upgrades & Expansion Final Design\12BIDDING_SERVICES(Not_Used)\12.8 Bid Evaluation\Memo\EVWD DBE Bid Review 090210_FINAL.doc SSC Construction Inc. Verification of Bidder Qualification – SSC Construction Inc. Owner Water Treatment Plant Contact Date Called Notes Azusa Light and Water Canyon Filtration Plant Chet Anderson (626-812-5225) 8/5/10, 9:40 a.m. Left a voicemail. 8/9/10, 1:20 p.m. Left a voicemail. Lisa Cawt (626-812-5225) 8/9/10, 4:26 p.m. Lisa Cawt confirmed that SSC Construction Inc. was the general contractor. Confirmed that the construction was completed in October 2009. See supporting documents in Attachment F. West Valley Water District Oliver P. Roemer Water Filtration Facility Lon Tsai (909-875-1804) 8/5/10, 9:50 a.m. Left a voicemail. 8/5/10, 1:10 p.m. Confirmed that SSC Construction Inc. was the general contractor. Confirmed that the plant is a potable water plant with 14.4 mgd. Project involved expansion from 9.6 mgd to 14.4 mgd. The treatment processes include flocculation, sedimentation, and filtration. Confirmed that the construction was completed in February 2006. Kern County Water Agency Henry C. Garnett Water Purification Plant Expansion Martin Varga (661-634-1400) 8/5/10, 9:50 a.m. Left a voicemail. Steve Mimiaga 8/9/10, 3:08 a.m. Steve Mimiaga, owner’s construction manager, called back. Confirmed that SSC Construction Inc. was the general contractor. Confirmed that the plant is a potable water plant. Confirmed that Train B with 45 mgd capacity was completed in June 2010. R:\INC\2706 - EVWD\69021 - P134 Upgrades & Expansion Final Design\12BIDDING_SERVICES(Not_Used)\12.8 Bid Evaluation\Memo\EVWD DBE Bid Review 090210_FINAL.doc PCL Construction Inc. Verification of Bidder Qualification – PCL Construction Inc. Owner Water Treatment Plant Contact Date Called Notes City of Tempe Kyrene Water Reclamation Facility Mark Weber (480-350-8526) 8/5/10, 10:05 a.m. Mark Weber was the principal civil engineer on this project. Confirmed that PCL Construction Inc. was the general contractor. Confirmed that the plant has Zenon membrane system with 12 mgd peak capacity. The plant is currently operating at 5-6 mgd. Confirmed that the construction was completed in July 2006. Albuquerque Bernaillo County Water Utility Authority San Juan Chama Water Treatment Plant John Stomp (505-768-3631) 8/5/10, 10:10 a.m. Left a voicemail. 8/9/10, 1:40 p.m. Left a voicemail. 8/12/10, 11:20 a.m. Left a voicemail with Barbara Watt, John Stomp’s assistant at (505-768-3627). See supporting documents in Attachment F. City of Mesa Mesa CAP Water Treatment Plant Expansion Peter Knudson (480-644-2514) 8/5/10, 10:15 a.m. Left a voicemail. 8/5/10, 2:55 p.m. Peter Knudson called back. Confirmed that PCL Construction Inc. was the general contractor. Confirmed that the plant is a potable water plant with 72 mgd capacity. Project involved expansion from 24 mgd to 72 mgd. The treatment processes include flocculation and filtration. Confirmed that the construction was completed in December 2006. R:\INC\2706 - EVWD\69021 - P134 Upgrades & Expansion Final Design\12BIDDING_SERVICES(Not_Used)\12.8 Bid Evaluation\Memo\EVWD DBE Bid Review 090210_FINAL.doc Attachment 6 – Verification of Bidders Qualifications Supporting Documents Leo J. Vander Lans Water Treatment Facility The Leo J. Vander Lans Advanced Water Treatment Facility (AWTF) is a state-of-the-art water treatment facility that will ensure that Southern California 's groundwater supply is sufficient, clean and safe. Located in the City of Long Beach, the facility supplies water to protect the Central Basin groundwater basin from seawater contamination and, ultimately, to protect the drinking water for the region. The facility treats effluent water from the Sanitation District of Los Angeles County's Long Beach Water Reclamation Plant using microfiltration, reverse osmosis and ultraviolet. This technique is considered the best technology currently available and has been successfully utilized in similar projects. About 2.7 million gallons of near distilled quality water are produced daily which is blended with imported water and pumped into the Alamitos Seawater Barrier, one of three seawater barrier systems within the WRD service area that provides protection against seawater intrusion. There will be extensive monitoring of the water quality at several monitoring wells near the barrier to ensure that the highest standards are met and maintained. WRD’s Safe Drinking Water Program is Successfully Restoring Water Sources in Maywood Water Replenishment District Receives High Honors from the Government Financial Officers Association Central Basin partners with WRD to secure replenishment water for the basin WRD's 3rd Annual Groundwater Festival a Big Success Storms Bring Much Needed Water but Not Enough to End Drought WRD Applauds New Water Package Page 2 of 4Leo J. Vander Lans Water Treatment Facility Project 8/17/2010http://www.wrd.org/engineering/groundwater-los-angeles.php?url_proj=vander-lans-water-treatment On April 2, 1999, The Board of Directors of the Water Replenishment District (WRD) approved the award of a 3.5 MGD Microfiltration Plant to Pall Corporation. Pall Corporation’s Microfiltration Plant will be a cornerstone of the recycled water project. Pall Corporation in conjunction with the engineering teams of Separation Processes Inc. (SPI) and Camp Dresser McKee (CDM) will provide the skid mounted microfiltration plant as a prefilter for the Reverse Osmosis (RO) plant. The plant furnished by Pall Corporation will be similar to the 1 MGD MF plant installed at the OCWD Factory 21 facility, located in Fountain Valley, Ca., as shown on the following pictures. The drastic decline of the water tables levels in the late 1950’s allowed salt water to seep into the groundwater basin. This intrusion contaminated wells and caused significant loss of groundwater storage capacity. Seawater intrusion barriers were constructed to inject freshwater to raise the groundwater levels and stop this flow. Currently, water for the barriers is from imported water supplies. WRD and the Orange County Water District (OCWD) in cooperation with the City of Long Beach have joined forces on an innovative recycled water project for one of the barriers. Designed to substitute highly treated recycled water for the imported water currently used, the Alamitos Barrier Recycled Water Project consists of a water reclamation plant and facilities to transfer treated water for injection into barrier wells located along the coast in Long Beach. Information gathered from this project will promote the safe and beneficial use of recycled water not only for California, but for the entire nation as well. The increased use of recycled water will lower the dependence of unreliable and expensive out-of-state and Northern California water resources. In addition, this use will promote a greater reliance on local resources. Please view photos of this project: z photo 1 z photo 3 z photo 4 Pall Corporation Awarded Microfiltration Plant for the Alamitos Barrier Recycled Water Project Page 1 of 1JBI Water & Waste Water Equipment 8/17/2010http://www.jbiwater.com/pall/04021999.html Project Pictures Project Spotlight Canyon Filtration Membrane Treatment Upgrade and Expansion Azusa Light & Water The “Canyon Filtration Membrane Treatment Upgrade and Expansion” was awarded to SSC Construction with the purpose of expanding the existing plants capability to treat intake from the C9 canal. With construction commencing in 2007, SSC completed construction of what is the largest west coast installation of US Filter – Memcor (currently Siemens) CMF-L pressurized membranes and as such has become a showcase for Siemens. With time driven constraints for shut SSC Completes Largest Siemens Membrane Installation downs and the necessity to keep the plant in operation, SSC staff devised methods to reroute the existing raw water intake, without relying on mechanical equipment; which allowed the existing plant to remain in operation while the new intake structure was constructed. With successful start-up in April 2009 the Canyon Filtration Plant has confirmed SSC Construction position as one of the premier general contractors for water/ wastewater projects in California. Completed installation of the 6 pressurized membranes inside the membrane building Key Specifications • Contract Value: $36,422,696 • Plant expansion from 7.5 MGD to 12 MGD and expandable to 16 MGD in the future • Installation of 6 each US Filter- Memcor (currently Siemens Water Technology) CMF-L Pressurized Membranes each with 2 MGD capacity at 25 PSI and 128 modules per train • Construction of a pretreatment facility consisting of a flocculation basin with 12 each flocculators and a sedimentation basin with plate settlers. • Construction of a 4 MG finished water reservoir. • Construction of chemical feed facility. • Construction of 3 each 726,000 gallons concrete lined evaporative ponds • Misc pumping facilities for the membrane feed, finished water and flash mix systems For more information please contact SSC Construction, Inc. ● 2073 Railroad Street, Corona, Ca 92880 ● (951) 278-1177 ● License Number 767170 current issue subscribe advertise careers Other Regions: Please Choose Best of New Mexico: San Juan-Chama Drinking Water Treatment Plant Civil/Public Works December 01, 2009 Submitted by CH2M HILL Albuquerque’s drinking water treatment plant, built at a cost of $170 million, treats up to 92 mgd per day, and is easily expandable to 120 mgd treatment for future demands. The plant diverts water from the Rio Grande, treats it and then combines it with well water to provide the city with safe drinking water. With a water-quality testing laboratory, a learning center for the public and an advanced supervisory control and data acquisition system, the plant’s design allows for future expansion of the control, laboratory, administration and maintenance spaces. An uninterrupted power source and standby diesel generator ensure the plant’s dependability. share:more » print email comment Text size: A A Photo: Eagle’s Eye Photo Imaging Related Links: Aperture Center Bloomfield Fire Department Headquarters Chaparral Electric Warehouse Chief Manuelito Middle School Duranes Elementary Kindergarten & Classroom Building I-40 San Mateo to Pennsylvania Mariposa Community Center Mesa del Sol Innovation Park Building 2 Key Players Owner: Albuquerque Bernalillo County Water Utility Authority Design Firm/CM: CH2M HILL General Contractor: PCL/Triad Joint Venture Consultants: Van H. Gilbert Architect PC; Sites Southwest; EMA inc. Subcontractors: Mcdade- HOME NEWS FEATURES PROJECTS PRODUCTS PEOPLE & FIRMS TOP LISTS OPINIONS PHOT Page 1 of 3Best of New Mexico: San Juan-Chama Drinking Water Treatment Plant | Southwest Cont... 8/17/2010http://southwest.construction.com/southwest_contractor_projects/2009/1201_SanJuan-Cha... National Museum of Nuclear Science and History New Mexico Magistrate Court, Doña Ana County NMSBVI Early Childhood Program Facility O’Donnell Hall, New Mexico State University Ocotillo Performing Arts Theater Our Lady of Guadalupe Franciscan Friary Rail Runner Express - Phase II San Jose Parish Church South Valley Health Commons St. Francis af Assisi Cathedral Basilica Restoration Tony Hillerman Middle School Best of Arizona Best of Nevada Best of 2009 ----- Advertising ----- Woodcock; Bradbury Stamm; Hannah Plumbing; Progressive Roofing; Midwest Coatings Page 2 of 3Best of New Mexico: San Juan-Chama Drinking Water Treatment Plant | Southwest Cont... 8/17/2010http://southwest.construction.com/southwest_contractor_projects/2009/1201_SanJuan-Cha... Terms of Use | Privacy Policy | Advertise | Contact/About Us | Site Map | Assoc.& Industry Link © 2010 The McGraw-Hill Companies, Inc. All Rights Reserved Page 3 of 3Best of New Mexico: San Juan-Chama Drinking Water Treatment Plant | Southwest Cont... 8/17/2010http://southwest.construction.com/southwest_contractor_projects/2009/1201_SanJuan-Cha... San Juan-Chama Drinking Water Project Project Completed A Grand Opening ceremony on Dec. 5, 2008 marked the completion of the San Juan-Chama Drinking Water Project, which will make surface water the metro area’s primary drinking water source for the first time. The ceremony included transmission of the first purified surface water into the Water Authority’s distribution system, which serves about 520,000 people in the metro area. The Project, some 45 years in the making, will end dependence on an overtaxed aquifer by tapping into surface water transported from the Colorado River basin via the San Juan-Chama Diversion Project. In 1963, Albuquerque city leaders (including then-City Commissioner Pete Domenici) contracted for annual rights to a portion of this water, which descends from the southern Colorado highlands and eventually into the Rio Grande via a series of pipelines, tunnels and reservoirs. The City of Albuquerque proposed use of the water for drinking after scientific studies in the early 1990s showed that Albuquerque’s aquifer – once thought to be virtually limitless – was smaller than originally believed, and being pumped twice as fast as nature could replenish it. But switching to surface water would be no easy task. It took $400 million in new infrastructure to divert the water from the Rio Grande, treat the water to safe drinking water standards, and transport it. The Project was financed with seven dedicated rate increases over several years. Among other things, those rate increases paid for: z 38 miles of distribution pipeline (some of it underneath the Rio Grande itself). z An adjustable diversion dam and intake structure on the Rio Grande. z Funding of programs to preserve the endangered Rio Grande silvery minnow and its habitat, and inclusion of fish screens and passages at the diversion site to minimize Project impacts on fish populations. z A Raw Water Pump Station on the Rio Grande, built to resemble a Spanish mission church the better to blend in with its surroundings. z Eight miles of raw water pipeline to transport water from the Raw Water Pump Station Page 1 of 3Albuquerque Bernalillo County Water Utility Authority - San Juan-Chama Drinking Wat... 8/17/2010http://www.abcwua.org/index2.php?option=com_content&task=view&id=31&pop=1&pag... z A $160 million Water Treatment Plant. The new Treatment Plant, which will eventually purify about 90 million gallons per day, uses a series of chemical and mechanical processes to remove sediment and other contaminants from the water. It employs the same treatment process now in use by such communities as Fresno, California and Tampa, Florida. Ratepayer dollars also were used to fund an ongoing conservation program. Permit requirements for the San Juan Chama Drinking Water Project call for an eventual reduction in Albuquerque’s per capita water usage to 155 gallons per day. Current usage stands at about 161 gallons per day, down from 252 gallons per day in the early 1990s. Project construction, which began in 2004, was completed in 2008. Pipeline construction wrapped up in April of 2008, and the Water Treatment Plant was finished in November of 2008. “It’s a change, but the new water is of the highest quality and will continue to meet or exceed state and federal standards for safe drinking water,” said John Stomp, Chief Operating Officer for the Water Authority. “It represents the best choice we have for ensuring our water future. We owe a tremendous debt of gratitude to the leaders, past and present, whose vision made this project possible.” About the Project The Albuquerque Bernalillo County Water Utility Authority’s San Juan-Chama Drinking Water Project will supply up to 90% of the metropolitan area’s future water. San Juan-Chama water diverted from the river will be transported to a state-of-the-art treatment plant, from which purified water will be delivered to Albuquerque area homes and businesses. Under the Upper Colorado River Compact, New Mexico annually receives water from the Upper Colorado River’s basin for consumptive use. To bring this water into the state, federal legislation has authorized construction of diversions, conveyance channels, pipelines and tunnels, in addition to a dam (Heron Reservoir). The primary purpose of the San Juan-Chama Drinking Water Project is to provide water for the Albuquerque Metropolitan Area. City leaders have contracted for perpetual, or permanent, rights to 48,200 acre-feet of the water per year. Page 2 of 3Albuquerque Bernalillo County Water Utility Authority - San Juan-Chama Drinking Wat... 8/17/2010http://www.abcwua.org/index2.php?option=com_content&task=view&id=31&pop=1&pag... Close Window We are now moving quickly to begin using the San Juan-Chama water because our current system, which relies entirely on pumping groundwater from an underground aquifer, is being seriously depleted. Right now, only about 50 percent of the water pumped from that aquifer is recharged, or replenished. The rest is lost forever. The San Juan-Chama Drinking Water Project is one of six capital projects included in the overall Albuquerque Metropolitan Area Water Resources Management Strategy These six projects are: 1) The North I-25 Industrial Recycling Project (Completed 2005) 2) The Northside Non-Potable Surface Water Reclamation Project (Completed 2005) 3) Southside Water Reclamation Plant Reuse Project 4) Drinking Water Supply Project Will divert San Juan-Chama surface water from the Rio Grande and purify it for drinking. Includes new diversion facilities, pipelines, a pumping station, a water treatment plant, and transmission pipelines. (Pipelines scheduled for completion in 2007, Water Treatment Plant Scheduled for Completion in 2008) 5) Aquifer Storage and Recovery – Future project involving putting water into the aquifer, then pumping it out in times of need. Can conserve large amounts of water that might otherwise evaporate. 6) Shallow Groundwater Irrigation – Future project involving developing a sustainable water replenishment program in the Central Valley that will provide about 900 acre-feet per year of shallow groundwater for irrigation. Last Updated ( Wednesday, 06 January 2010 ) Page 3 of 3Albuquerque Bernalillo County Water Utility Authority - San Juan-Chama Drinking Wat... 8/17/2010http://www.abcwua.org/index2.php?option=com_content&task=view&id=31&pop=1&pag... Water Treatment Plant A state-of-the-art, centrally located water treatment plant is under construction in the Renaissance Center near Mission Road NE and Alexander Blvd. NE. San Juan- Chama water will be diverted to the plant, where it will be made safe and pleasant to drink. The water will be purified through removing particulate matter, including turbidity (cloudiness), sediment and bacterial and microbial contaminants such as giardia, cryptosporidium, and e-coli. The purified water will then be sent throughout the system and will be blended with groundwater to supplement drinking water supplies. Facilities at the Water Treatment Plant Click on image at right to enlarge. water treatment plant Page 1 of 2Albuquerque Bernalillo County Water Utility Authority - Water Treatment Plant 8/17/2010http://www.abcwua.org/index2.php?option=com_content&task=view&id=32&pop=1&pag... Close Window The Water Treatment Process Water is pumped from the Alameda Bridge diversion site into two pre-sedimentation ponds, where the water will be held for 24 hours. Each pond holds approximately 50 million gallons. From the ponds, the water is pumped to the main processing area. A coagulant is mixed with the water to bind with sediments and cause them to settle out. Water then flows to ozone contactors, where ozone is added to oxidize any organics and kill bacteria. Remaining turbidity (muddiness) is filtered out using granular activated carbon, which also absorbs any remaining organic material. Finished water storage tanks hold the water before it is treated with fluoride and chlorine and pumped into the distribution system for delivery to homes and businesses. Sediments (dirt) removed from the water are held in drying beds and then trucked away for disposal or use as backfill. Last Updated ( Sunday, 07 December 2008 ) Page 2 of 2Albuquerque Bernalillo County Water Utility Authority - Water Treatment Plant 8/17/2010http://www.abcwua.org/index2.php?option=com_content&task=view&id=32&pop=1&pag... R:\INC\2706 - EVWD\69021 - P134 Upgrades & Expansion Final Design\12BIDDING_SERVICES(Not_Used)\12.8 Bid Evaluation\Memo\EVWD DBE Bid Review 090210_FINAL.doc Attachment 7 – Questions during Bidding and Addendum No.1 (Text Only) EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING EVWD: EO - Eliseo Ochoa; RB - Ron Buchwald CDM: CAO - Chris Ott; ECY - Evelyn You; EED - Eric Davis; GAF - Greg Fron; GJS - George Swaidan; JTY - Jason Yoshimura; MJF - Mike Favaloro; ML - Mike Lin; SP - Shugen Pan; WKO - Bill O'Neil SWE: CN - Christina Nishimoto GE: JS - John Siegner No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 1 619-280-4321 5/28/2010 Danny Katz 6280 Riverdale Street San Diego, CA 92120 E-mail: dk t @ t Southern California Soil & Testing, Inc. Do you know who the contact is with East Valley Water District regarding the services of soils and materials testing & special inspection? No Clarification Soils testing will be handled by CDM on behalf of the Owner. ECY dkatz@scst.com 2 951-898-0770 6/2/2010 John Ristine E-Mail: Johnr@starpipeproducts.com Star Pipe Products Note 1 on drawing C-5 states "All DI pipe shall have Megalug restrained joints, or an approved equal. Please see attached information regarding the Star Pipe joint restraint. We would like to be considered an equal. We have product for both ductile and PVC pipe. No Clarification No additional equipment manufacturers will be added as approved equals to the specifications at this time. Bidders may propose substitutions in accordance with Section 01630. ECY 3 626-856-5656 x105 6/2/2010 JT Blancett 15861 Business Center Drive, Irwindale, CA 91706 E-Mail: jt.blancett@cpcrowley.com Charles P. Crowley Company CPC is the local representative for Chemineer (Flocculators, Static Mixers and In-line Mixers). We are also the representative for Pulsafeeder Chemical Metering Pumps. We also have other products which we may be able to offer for this project. No Clarification See response to RFI #2. ECY 4 909-349-6730 6/2/2010 Bruce Hudson E-mail: bhudson@brutoco.net Brutoco Engineering & Construction, Inc. In the Invitation to Bid, Section 00020, Page 2 of 4, fifth (5) paragraphs and the Instruction to Bidders Section 00100, 1.6 states Bidders are to possess a C license. Yes 1 Contractor shall possess A license for General Engineering. See Addendum No.1 ECY C licenses are specialty trade licenses. This project due to the many trades involved should require contractors to possess an A license General Engineering. 5 909-349-6730 6/2/2010 Bruce Hudson E-mail: bhudson@brutoco.net Brutoco Engineering & Construction, Inc. We request the District to re-evaluate the requirement of submitting six (6) copies of the bid on bid day. This is quit burdensome due to the complexities of bid day. Yes 1 1 copy of sealed Bid will be required. See Addendum No.1 ECY 6 909-349-6730 6/2/2010 Bruce Hudson E-mail: bhudson@brutoco.net Brutoco Engineering & Construction, Inc. Also we request that Subcontractor DBE Performance Form (EPA-6100-3) Attachment D and DBE Subcontractor Utilization Form (EPA 6100-4) Attachment E be submitted within 24 to 48 hours of the Bid Date and Time. Here again due to bid day complexities it becomes quite burdensome to obtain this information and paper work from DBE subcontractors. No Clarification The Subcontractor DBE forms A, D, and E shall be submitted with the Bids on the Bid Date and Time. Bids submitted without these forms will not be considered. ECY 7 (714) 516-9496 ext. 310 6/3/2010 Sammee Gammack E-mail: sammee@olssonconstruction.com Olsson Construction, Inc. We have ordered the plans and specs for the referenced bid. Could you tell us the length of the job in calendar or working No Clarification See Section 00500, Article 3 for Contract Time. ECY days, and approximately when the job will begin? 8 909-364-8566 6/3/2010 Aida Abad E-mail: tamangelectric@aol.com Tamang Electric, Inc. Can you please let me know the Engineer estimated for the Referenced Project. No Clarification The Engineer’s estimate for this project is $10.1 million. ECY 9 760-871-0102 6/3/2010 George E. Foote E-mail: GFoote@stanekconstructors.com Stanek Constructors, Inc. Supplementary conditions - page 7 of 26, it states that earthquake & "water damage" insurance is required. The bid form doesn't not have a specific bid item for this. Per the Public Contracting Code, a specific bid item is required for Earthquake & Flood (acts of god) insurance. Can you confirm Acts of God Insurance is required and if so issue an addenda with a revised bid form? Yes 1 Acts of God Insurance is required. Bid Form is revised. See Addendum No.1 ECY 7/21/2010, 8:40 PM Page 1 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 800364-2059 x8187 6/4/2010 David Locke San Diego iSqFt® Plan Room 1065 University Ave San Diego, CA 92103 E-mail: dlocke@ISQFT.com Market Reporter III Hello, I’m with a plan room that provides pre-construction bidding services to over 50 GCs and 200+ Subs/Suppliers in Southern California. We would like to post the plans and specs on our site at a no-cost option for you to advertise this project. We would like to obtain the CD complimentary and have it sent to our corporate office located at 4500 Lake Forest Drive, Ste 502, Cincinnati, OH, 45242 using Standard Overnight Our FedEx number to ship the CD is 2915 3754 5 No -- Provided Contract Documents and advertisement language. ECY Overnight. Our FedEx number to ship the CD is 2915-3754-5. 10 760-471-8414 6/7/2010 Alex Besler 277 Rancheros Drive, Ste.202 San Marcos, CA 92069 E-mail: abesler@pcl.com PCL Construction, Inc. Invitation to Bid and Spec Section 00100 Instructions to Bidders require the Contractor to possess a license with qualification of C. This is unusual, since class A license is usually required for the general contractor. Still, if qualification C is required, please advise which exactly specialty applies, since there are more than 40 different C specialties in the CSLB Description of Qualifications. Yes 1 See response to RFI #4. ECY 11 760-471-3630 x133 6/7/2010 Jim Roxburgh Smith 1560 West Linda Vista. Dr. San Marcos, Ca. 92078 E-mail: James.Smith3@hdsupply.com HD Supply Waterworks 1) Sheet CD-4, Detail C Call out for Transition Coupling from DI to Existing?? Material. 2) Sheet CD-3, Detail B It looks like the Pipe spool from the MJ BFV to the Flowmeter may need to have a FCA to allow the spool to pass through the Vault. Yes Clarification Clarification 1) The existing pipe material is DI. 2) Provide flanged coupling adapter to allow spool to pass through the vault. ML 3) Sheet CD-4, Detail C It looks like the Pipe spool from the Flowmeter to the 45 Elbow may need to have a FCA to allow the spool to pass through the Vault. 4) Sheet C-5 Indicates for 8” DR-DIP to CATCH BASIN See Drawing C-8. The Same pipe is called out as PVC & DIP ?? Please confirm which is correct. 5) Sheet C-6 Please confirm if PVC Sewer Fittings / SDR 35 Gasketed is what you are looking at for 8” PVC Sewer Line. Clarification 1 Clarification 3) The pipe spool is existing. Flanged coupling adapter is not needed. 4) The 8” drain pipe shall be PVC. The call-out on Drawing C-5 is revised. 5) Correct. 12 619-938-8200 x319 6/7/2010 Steve Agan E-mail: sagan@bcew.com Bay City Electric Works Attached please find dimensional drawings for a Kohler 1250REOZMB generator. The generator dimensions with a sound attenuated housing are 384” long X 108” wide X 153” tall including exhaust stack. These dimensions include an Yes 1 See Addendum No.1. ECY internally mounted exhaust silencer. These dimensions do not include a fuel tank, I did not see one on the specification sheets I have. I would like to drop off a set of these drawings for your use on this and future projects. If that is ok with you I will call and set up a time. Thanks you for your consideration of Kohler and Bay City Electric Works. For additional information on both of our companies you can find us at www.bcew.com and www.kohler.com. 760-948-5525 6/9/2010 Chris Roy 16490 Walnut St., Unit B-1 Hesperia, CA 92345 E-mail: inlineblueprint@verizon.net Inline Blueprint I’m writing regarding the East Valley Water Dist. Plant 134 project. I’d like to know if we can list the project on our online planroom to help advertise it to our network of High Desert and I.E. subcontractors, and, if so, ask if the plans are posted somewhere so that we can download to our server to print for bidders. No -- Provided Contract Documents and advertisement language. ECY 7/21/2010, 8:40 PM Page 2 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 13 951-278-1177 x107 6/9/2010 Kristina De La Torre 2073 Railroad St. Corona, CA 92880 E-mail: KDeLaTorre@sscconstruction.net SSC Construction, Inc. RFI No.1 In order to guarantee competitive pricing, SSC Construction is asking for the bid date to be extended to the following Thursday, July 29th , as there are many other General Contractors bidding another job on the same day (July 20th). Yes 1 See Addendum No.1. ECY 14 N/A 6/10/2010 Don Rainey E-mail: Archer Western 1) In the invitation to bid in states that the bidder is to submit Yes 1 1) See response to RFI #5. ECY drainey@walshgroup.com Contractors Ltd. six (6) copies of the bid and requested information. Does this mean one original and five copies? 2) If one original and five copies are required can the copies be submitted by the next day? As bids close and final pricing is changing up until one or two minutes before bid time it is almost impossible to fill out the original along with 5 copies including the DBE paperwork. This increases the chance of errors in the copies with all of the information needed. 2) See response to RFI #6. 15 951-278-1177 x107 6/11/2010 Kristina De La Torre 2073 Railroad St. Corona, CA 92880 E-mail: KDeLaTorre@sscconstruction.net SSC Construction, Inc. RFI No.2 On sheet M-5; Note below the blower on the right hand side (5) ½” SA –PE (4” Conduit riser. Does PE mean polyethylene pipes? If it does there is on specs for polyethylene, please provide. Yes 1 PE means polyethylene. The following note will be added to Drawing M-5: "1/2”-SA-PE SHALL BE WATER SAMPLE LINE WITH 1/2” ID, BLACK POLYETHYLENE TUBING MANUFACTUERED IN ACCORDANCE ECY MANUFACTUERED IN ACCORDANCE WITH ASTM D1785. FITTINGS SHALL BE SCH 80 PVC, BARBED WITH SST TUBING CLAMP.” See Addendum No.1 16 (909) 597-8641 6/15/2010 Catrina Laurel 14480 Yorba Ave. Chino, CA 91710 claurel@hipco.com Harrington Industrial Plastics RFI No: CNL01 Section 15064, Plastic Pipe and Fittings, 2.06.D Drawing M-5, Membrane Systems - Bottom Plan, 1/2" (2") - SHC - CPVC (PVC) Drawing M-6, Membrane Systems - Top Plan, 1/2" (2") - SHC - CPVC (PVC) Question: Specification section 15064 specifies FC (Ferric Chl id) dPACL(Pl l i Chl id) bi th Yes 1 Sodium Bisulfite (SBS), Caustic Soda (CS), Sodium Hypochlorite (SHC), Phosphoric Acid (PHOS) will also require double containment. This requirement is added in Section 15064, 1.06.D.2. See Addendum No.1 JTY Chloride) and PACL (Polyaluminum Chloride) as being the only systems requiring double containment. However, the above referenced drawings include a 1/2" SHC (Sodium Hypochlorite) line noted as being contained by a 2" PVC line. Is this line to be double contained as well? If so, please specify the schedule of the PVC line and include your requirements within future addenda. (15064 2.06.D only states PVC80xPVC40. CPVC is not included in 15064 2.06.D) 7/21/2010, 8:40 PM Page 3 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 17 (909) 597-8641 6/15/2010 Catrina Laurel 14480 Yorba Ave. Chino, CA 91710 claurel@hipco.com Harrington Industrial Plastics RFI No: CNL02 Section 15064, Plastic Pipe and Fittings, 2.06.D Drawing M-11, Membrane CIP/Neutralization System - Plan and Sections, 1/2" (2") - CS - CPVC (PVC) Question: Specification section 15064 specifies FC (Ferric Chloride) and PACL (Polyaluminum Chloride) as being the Yes 1 See response to RFI #16. JTY Chloride) and PACL (Polyaluminum Chloride) as being the only systems requiring double containment. However, the above referenced drawings include a 1/2" CS (Caustic Soda) line noted as being contained by a 2" PVC line. Is this line to be double contained as well? If so, please specify the schedule of the PVC line and include your requirements within future addenda. (15064 2.06.D only states PVC80xPVC40. CPVC is not included in 15064 2.06.D) 18 (909) 597-8641 6/15/2010 Catrina Laurel 14480 Yorba Ave. Chino, CA 91710 claurel@hipco.com Harrington Industrial Plastics RFI No: CNL03 Section 15064, Plastic Pipe and Fittings, 2.06.D Drawing M-11, Membrane CIP/Neutralization System - Plan and Sections, 1/2" (2") - SBS - CPVC (PVC) Q ti S ifi ti ti 15064 ifi FC (F i Yes 1 See response to RFI #16. JTY Question: Specification section 15064 specifies FC (Ferric Chloride) and PACL (polyaluminum Chloride) as being the only systems requiring double containment. However, the above referenced drawings include a 1/2" SBS (Sodium Bisulfite) line noted as being contained by a 2" PVC line. Is this line to be double contained as well? If so, please specify the schedule of the PVC line and include your requirements within future addenda. (15064 2.06.D only states PVC80xPVC40. CPVC is not included in 15064 2.06.D) 19 (909) 597-8641 6/15/2010 Catrina Laurel 14480 Yorba Ave. Chino, CA 91710 claurel@hipco.com Harrington Industrial Plastics RFI No: CNL04 Drawing M-11, Membrane CIP/Neutralization System - Plan and Sections, Note 3 Yes 1 The FRP grating referenced is new. Notes will be added to Drawings S-4 and M-11. See Addendum No.1 JTY Question: Drawing M-11 refers to FRP grating. Just for clarification, since I could not locate any new FRP for this area in the structural drawings, is the FRP referenced in note 3 existing or new? 7/21/2010, 8:40 PM Page 4 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 20 (909) 597-8641 6/15/2010 Catrina Laurel 14480 Yorba Ave. Chino, CA 91710 claurel@hipco.com Harrington Industrial Plastics RFI No: CNL05 Section 15064, Plastic Pipe and Fittings, 2.06.D Drawing M-11, Membrane CIP/Neutralization System - Plan and Sections, 1/2" (2") - PHOS - CPVC (PVC) Question: Specification section 15064 specifies FC (Ferric Chloride) and PACL (polyaluminum Chloride) as being the Yes 1 See response to RFI #16. JTY Chloride) and PACL (polyaluminum Chloride) as being the only systems requiring double containment. However, the above referenced drawings include a 1/2" PHOS (Phosphoric Acid) line noted as being contained by a 2" PVC line. Is this line to be double contained as well? If so, please specify the schedule of the PVC line and include your requirements within future addenda. (15064 2.06.D only states PVC80xPVC40. CPVC is not included in 15064 2.06.D) 21 (909) 597-8641 6/15/2010 Catrina Laurel 14480 Yorba Ave. Chino, CA 91710 claurel@hipco.com Harrington Industrial Plastics RFI No: CNL06 Drawing M-11, Membrane CIP/Neutralization System - Plan and Sections, 1/2" CS, SBS, SHC, & PHOS Question: Please provide injection details for the 1/2" CS, 1/2" SBS 1/2" SHC d 1/2" PHOS i t th 6" CIPR CPVC li No Clarification Injection quills are not required for these chemicals feeding into 6” CIPR-CPVC line. MFSS will be providing a check valve and two ball valves per chemical feed line, and the GC will be responsible for the piping and installation. Reference D i 200362 D 010 JTY SBS, 1/2" SHC, and 1/2" PHOS into the 6" CIPR-CPVC line on drawing M-11. Drawing 200362-D-010. 22 909-595-4397 6/15/2010 John Boland 667 Brea Canyon Road, Suite 30 Walnut, California 91788-0489 909-595-4397 (Office) 909-444-4268 (Fax) john.boland@jfshea.com J.F. Shea Construction, Inc. In Volume 1 of 2 of the specifications for the above referenced project, Division 00800, Supplementary Conditions, pages 17 of 26 through 26 of 26 are missing from the bid documents provided. Please provide us these missing items. Yes 1 Missing pages will be included in Addendum No.1. ECY N/A 6/15/2010 Russ Bogh E-mail: russ@russbogh.com N/A The NIB did not include an address for tomorrows pre walk Can you give me the directions to Plant 134 No -- E-mail directions. ECY 23 (909) 597-8641 6/16/2010 Catrina Laurel 14480 Yorba Ave. Chino, CA 91710 claurel@hipco.com Harrington Industrial Plastics RFI No: CNL07 Section 15100, Plant and Process valves, 2.09.A-G Question: Specification section 15100 2.09 does include No Clarification The butterfly valves shall conform to Section 15100 paragraph 2.04. JTY butterfly valves and various plastic systems include the use of butterfly valves. Are the butterfly valves on thermoplastic lines to be metallic material conforming to section 15100 2.04? 24 6/16/2010 Randy Vance J.R. Filanc Construction Co. 740 N. Andreasen Dr. Escondido, Ca 92029-1418 E-mail: RVance@Filanc.com J.R. Filanc Construction Co. I would like the CAD file for plan sheet C-4 for my earthwork take-off. If you can provide that, I would greatly appreciate it. That file would save hours of input redrawing the work already done by your firm. No Clarification The CAD file will not be provided. ECY 25 951-278-1177 x107 6/17/2010 Kristina De La Torre 2073 Railroad St. Corona, CA 92880 E-mail: KDeLaTorre@sscconstruction.net SSC Construction, Inc. RFI No.3 On sheet M-5; on the 18” BWW line, there is a Sample tap (5 ea typ.) call out with a detail of E/MD-2. Is the detail supposed to be F/MD-3? Is this correct? Yes 1 The detail for the five sample taps on 18”- BWW-STL-CML pipe shall be F/MD-3. ECY 7/21/2010, 8:40 PM Page 5 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 26 951-278-1177 x107 6/17/2010 Kristina De La Torre 2073 Railroad St. Corona, CA 92880 E-mail: KDeLaTorre@sscconstruction.net SSC Construction, Inc. RFI No.4 On sheet M-21, there is a requirement to install cathodic protection on the existing sluice and slide gates; is there a spec for this work? No Clarification The requirements for cathodic protection are included on Sheet M-21. There are no additional specifications. CAO 27 (909) 597-8641 6/18/2010 Catrina Laurel 14480 Yorba Ave. Chino, CA 91710 claurel@hipco.com Harrington Industrial Plastics RFI No: CNL08 Drawing MD-2, Detail F No Clarification It is a solenoid valve for flow control, supplied by the MFSS. Note that detail F/MD-2 is provided for general it tl t l S SP Question: On F/MD-2 the 1/2" SAM line has a valve symbol appearing after the 1/2" check valve but before the 1/2" gate valve. What kind of valve is this symbol referencing? instrument layout purposes only. See 200362-D-015, sheets 1 through 5, for complete piping and instrumentation diagram. 28 (909) 597-8641 6/18/2010 Catrina Laurel 14480 Yorba Ave. Chino, CA 91710 E-mail: claurel@hipco.com Harrington Industrial Plastics RFI No: CNL09 Section 15064, PVC Pipe and Fittings for Drain, Waste, and Vent Service (DWV), 2.01.D Question: Specification section 15064.2.01.D requires the use of PVC pipe meeting ASTM D2665 and the use of CPVC fittings. Suggestion: Use of either (1) PVC schedule 40 pipe with PVC DWV fittings, or (2) CPVC schedule 40 pipe with CPVC DWV fittings Yes 1 See Addendum No.1. JTY, SP fittings 29 909 860 4190 ext. 224 6/21/2010 Gary Holt 660 N. Diamond Bar Blvd. Ste 104 Diamond Bar, CA 91765 E-mail: gholt@peerlesspump.com Peerless Pump Company Hi my name in Gary Holt and I am the local Peerless Pump salesman in SoCal. I was reviewing the vertical turbine pump specification on the above subject project and would like Peerless Pump to be considered an approved equal for the pumps. I have attached our performance curve for your consideration. Do you have a formal procedure for this process? Let me know. No Clarification See response to RFI #2. ECY 30 303-980-8233 6/21/2010 Tony Ruiz 651 Corporate Circle, Suite 200 Golden, CO 80401 E-mail: TRuiz@stanekconstructors.com Stanek Constructors, Inc. 1. GE’s Bill of Materials in Appendix C of the Specifications and the P&ID’s provided by GE have some irregularities. Please clarify the following items. A. Reference Sheet GE Drawing No. 200362-D-002, the discrepancy falls with the line weight as indicated on Note 1 which states, “All dotted lines/equipment by others”. The items listed are all in bold will they be provided by the tt th lidbGE? No Clarification Where the GE Bill of Materials (Attachment C of Specifications) is in conflict with GE Piping and Instrumentation Diagrams, the GE Piping and Instrumentation Diagrams shall govern. The following items will be supplied by the MFSS, either as part of the blower k i di id l t JS (GE) contractor or are they supplied by GE? 1. 20-TI-2002-1/2 2. 20-HV-202-1/2 3. 20-PI-202-1/2 4. Discharge Silencer – 2 Each 5. 20-PSH-201-1/2 6. 20-PSV-201-1/2 7. 20-TI-201-1/2 8. 20-HV-201-1/2 9. 20-TSH-201-1/2 10. 20-CV-201-1/2 package or as individual components: 1. 20-TI-202-1/2 2. 20-HV-202-1/2 3. 20-PI-202-1/2 4. Discharge Silencer – 2 Each 5. 20-PSH-201-1/2 6. 20-PSV-201-1/2 7. 20-TI-201-1/2 8. 20-HV-201-1/2 9. 20-TSH-201-1/2 10. 20-CV-201-1/2 7/21/2010, 8:40 PM Page 6 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 31 303-980-8233 6/21/2010 Tony Ruiz 651 Corporate Circle, Suite 200 Golden, CO 80401 E-mail: TRuiz@stanekconstructors.com Stanek Constructors, Inc. B. Reference GE’s Bill of Material Sheet 12, Item 1041029. The valves listed in the Bill of Materials with the following Tag Numbers are not shown on GE’s P&ID’s. Please indicate which line the valves should be installed on. 1. 20-HV-716-1 2. 20-HV-716-2 No Clarification 20-HV-716-1 and 20-HV-716-2 are no longer required. JS (GE) 32 303-980-8233 6/21/2010 Tony Ruiz 651 Corporate Circle, Suite 200 Golden, CO 80401 E-mail: TRuiz@stanekconstructors.com Stanek Constructors, Inc. C. Reference Sheet GE Drawing No. 200362-D-005 (1 to 5), the discrepancy falls with the line weight as indicated on Note 1 which states, “All dotted lines/equipment by others”. The items listed are all in bold will they be provided by the contractor or are they supplied by GE? 1. 20-PSE-301-1 to 5 No Clarification Where the GE Bill of Materials (Attachment C of Specifications) is in conflict with GE Piping and Instrumentation Diagrams, the GE Piping and Instrumentation Diagrams shall govern. The following items will be supplied by the MFSS: 1. 20-PSE-301-1 to 5 JS (GE) 33 303-980-8233 6/21/2010 Tony Ruiz 651 Corporate Circle, Suite 200 Golden, CO 80401 E-mail: TRuiz@stanekconstructors.com Stanek Constructors, Inc. D. Reference Sheet GE Drawing No. 200362-D-010, the discrepancy falls with the line weight as indicated on Note 1 which states, “All dotted lines/equipment by others”. The item listed are all in bold will they be provided by the contractor or are they supplied by GE? 1. 23-HV-718 No Clarification Where the GE Bill of Materials (Attachment C of Specifications) is in conflict with GE Piping and Instrumentation Diagrams, the GE Piping and Instrumentation Diagrams shall govern. The following items will be supplied by th MFSS JS (GE) the MFSS: 1. 23-HV-718 Also, valves 20-HV-718-1 and 20-HV- 718-2 will be removed from the BOM. 34 303-980-8233 6/21/2010 Tony Ruiz 651 Corporate Circle, Suite 200 Golden, CO 80401 E-mail: TRuiz@stanekconstructors.com Stanek Constructors, Inc. E. Reference Sheet GE Drawing No. 200362-D-011 (1 to 2), the discrepancy falls with the line weight as indicated on Note 1 which states, “All dotted lines/equipment by others”. The items listed are all in bold will they be provided by the contractor or are they supplied by GE? 1. 23-PCV-101 2. 23-PCV-501 3. 23-PCV-701 4. 23-PCV-601 5. 23-HV-105 6. 23-HV-505 7. 23-HV-705 No Clarification Where the GE Bill of Materials (Attachment C of Specifications) is in conflict with GE Piping and Instrumentation Diagrams, the GE Piping and Instrumentation Diagrams shall govern. The following items will be supplied by the MFSS, either as part of the chemical pump panel package or as individual components: 1. 23-PCV-101 2. 23-PCV-501 3 23 PCV 701 JS (GE) 3. 23-PCV-701 4. 23-PCV-601 5. 23-HV-105 6. 23-HV-505 7. 23-HV-705 35 303-980-8233 6/21/2010 Tony Ruiz 651 Corporate Circle, Suite 200 Golden, CO 80401 E-mail: TRuiz@stanekconstructors.com Stanek Constructors, Inc. 2. Please clarify the soil testing responsibilities outlined in Specification Section 00700 13.03-B versus Specification Section 02200 1.06-C. Yes 1 Soils testing will be the responsibility of the Owner. Section 02200 1.06-C is be revised. See Addendum No.1 ML 36 303-980-8233 6/21/2010 Tony Ruiz 651 Corporate Circle, Suite 200 Golden, CO 80401 E-mail: TRuiz@stanekconstructors.com Stanek Constructors, Inc. 3. Section 00100 Instruction to bidders. Article 20. Allowances; Please clarify “several items of work and testing services” for allowance. Yes 1 This contract does not include allowances. Article 20.1 is removed. See Addendum No.1 ECY 7/21/2010, 8:40 PM Page 7 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 949.533.1160 (Mobile) 6/22/2010 Jeffry L. Childress E-mail: jeffc@tsicontrols.com Technical Systems, Inc. I have a couple of questions: • I believe we purchase the plans and specs from CDM. Do I understand this correctly? o Price? • I would like to qualify my organization as an approved PCSS if possible. o No general or electric will take a number from us unless No -- See response to RFI #2. ECY o No general or electric will take a number from us unless we are approved well ahead of the bid open date. o I would also like to see if we can be listed in future projects as an approved PCSS. I left you a voicemail a few weeks ago with this same question o I can provided a package of previous and current projects in SoCal with references if this will help. We have been in business for 40 years The last 5+ doing business in SoCal I am currently in Corona but will be moving into an office in Yorba Linda in the first week of July. 37 760-471-3630 Ext 133 6/22/2010 Jim Roxburgh Smith 1560 West Linda Vista. Dr. San Marcos, Ca. 92078 HD Supply Waterworks Can you please confirm if these items are part of GE Water equipment? No Clarification 10" swing check valves (20-CV-301- 1/2/3/4/5) will be provided by the MFSS. ECY/ JS (GE) Sheet M8 Permeate Pump Plan 10" FLG'D Swing Check Valve (NO TAG) (E) See Drawing 200362-D-005, sheets 1 through 5. 38 760-471-3630 Ext 133 6/22/2010 Jim Roxburgh Smith 1560 West Linda Vista. Dr. San Marcos, Ca. 92078 HD Supply Waterworks Can you please confirm if these items are part of GE Water equipment? Sheet 12 Plan Butterfly Valve w/HWO, (E) (20-FSL-201-1 & 2) Sht. M-12 The Tag numbers are for GE-Water Items Membrane blower Tag GE MFCP I/O List page 1 of 9 No Clarification 20-FSL-201-1/2 will be provided by the MFSS. See Drawing 200362-D-002. ECY/ JS (GE) 39 760-471-3630 Ext 133 6/22/2010 Jim Roxburgh Smith 1560 West Linda Vista. Dr. San Marcos, Ca. 92078 HD Supply Waterworks Please confirm if the following items are part of GE Water equipment package? Sheet 8 Section 1 Check Valves, Flex Couplings, also please confirm if all Nut’s Bolts & Gaskets for all connections will be provided by the G?? No Clarification See Drawing 200362-D-010. Check valves (20-CV-701-1/2) will be provided by the MFSS. Flexible couplings shall be provided by Contractor. All nuts and bolts and gaskets, including those for installation of Owner-furnished ECY/ JS (GE) contractor or GE Water??equipment, shall be provided by Contractor. See Section 01010 paragraph 1.02.B.7 40 760-471-8414 6/22/2010 Alex Besler 277 Rancheros Drive, Ste.202 San Marcos, CA 92069 E-mail: abesler@pcl.com PCL Construction, Inc. 1. Per Section 01046.1.07.A the water for all operations under the Contract shall be supplied by Owner. It is in conflict with paragraph 01010.1.02.B.j, which states that the Contractor shall pay for site utilities during installation, startup, and field testing of the SMF system. Please clarify who shall be responsible for water for the Contract. Yes 1 Contractor shall supply water for this project. Section 01046.1.07.A is revised. See Addendum No.1 ECY 41 760-471-8414 6/22/2010 Alex Besler 277 Rancheros Drive, Ste.202 San Marcos, CA 92069 E-mail: abesler@pcl.com PCL Construction, Inc. 2. Spec Section 14900.1.06.B. calls for 4-ton monorail capacity, whereas Drawings S-6 and S-7 show 4.5-ton monorail. Please clarify which capacity monorail is required. No 1 The building shall be designed for 4-ton monorail and 2-ton monorail. The monorails supplied shall be 4-ton monorail and 2-ton monorail. See Addendum No.1 ECY/ CN (SWE) 7/21/2010, 8:40 PM Page 8 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 42 760-471-8414 6/22/2010 Alex Besler 277 Rancheros Drive, Ste.202 San Marcos, CA 92069 E-mail: abesler@pcl.com PCL Construction, Inc. 3. The Invitation to Bid, Page 1, requires each Bidder to submit six (6) copies of the Bid and requested information. Will the Owner allow submitting one (1) copy of the Bid and Attachments prior to the bid opening deadline (currently 2:00 PM on July 20th, 2010)? Yes 1 See response to RFI #5. ECY 43 909-770-7020 ext.232 6/22/2010 Jonathon M. Kliora 10397 Alder Avenue Bloomington, CA 92316 Balfour Beatty Infrastructure, Inc. 1. Can you supply a Valve and Instrument schedule to help clarify GE’s scope of supply, currently the bill of materials d h i h GE’ li d P&ID’ Thi ld No Clarification A valve & instrument schedule is not available and would not increase clarity if iilbl ECY/ JS (GE) does not match up with GE’s supplied P&ID’s. This would help clarify many questions and would eliminate repetitive RFI’s concerning clarification on this issue. it was available. 44 909-770-7020 ext.232 6/22/2010 Jonathon M. Kliora 10397 Alder Avenue Bloomington, CA 92316 Balfour Beatty Infrastructure, Inc. 2. In many location throughout the mechanical drawings valves and instrumentation have been noted with the appropriate tag numbers however, many locations do not have tag numbers and may be part of GE’s scope of supply. Unfortunately this can’t be quantified without a complete bill of materials supplied by GE or all valves being tagged in the mechanical sheets allowing for cross reference with the P&ID’s. No Clarification Missing component tags are restricted to the blower, chemical skid and compressor packages. In those cases components are included on the BOM description but the tags are not included. ECY/ JS (GE) 45 (909) 597-8641 6/22/2010 Catrina Laurel 14480 Yorba Ave. Chino, CA 91710 E-mail: claurel@hipco.com Harrington Industrial Plastics CNL10 Drawing M-14, Detail A Q i D ilA d i M14d h No Clarification 2" line for the new pump suction shall be Schedule 80 PVC. 2" tubing shall be 2” I.D. reinforced Tygon tubing. JTY Question: Detail A on drawing M-14 does not state the material to be used for the 2" line for the new pump suction. In addition, if CPVC/PVC is to be used, the specifications do not include a specification for the 2" tubing that is called out in detail A. Please advise. 46 (909) 597-8641 6/22/2010 Catrina Laurel 14480 Yorba Ave. Chino, CA 91710 E-mail: claurel@hipco.com Harrington Industrial Plastics CNL 11 Drawing M-15, Detail 4 Question: Drawing M-15 includes a line noted as 4"-H2-PVC. H2 has not been included in the piping schedule or process piping identification on M-1. Please indicate the desired type of PVC. (Sch. 40/80, SDR, etc) No Clarification 4"-H2-PVC shall be Schedule 80 PVC. JTY 47 (909) 597-8641 6/22/2010 Catrina Laurel 14480 Yorba Ave. Chino, CA 91710 E-mail: Harrington Industrial Plastics CNL 12 Drawing M-14, Sodium Hypochlorite System Plan Yes 1 2"-SHC-PVC and 4"-H2-PVC are two separate lines. See Addendum No.1 JTY claurel@hipco.com Drawing M-15, Detail 4 Drawing M-15, Detail 3 Question: Drawing M-14 shows both the 2"-SHC-PVC and 4"- H2-PVC leaving the SHC tank, 3/M-15, and connecting together via wye on M-14. However, 3/M-15 shows the 2"- SHC-PVC and 4"-H2-PVC as two separate lines. Please advise. 48 909-770-7020 ext.232 6/22/2010 Jonathon M. Kliora 10397 Alder Avenue Bloomington, CA 92316 Balfour Beatty Infrastructure, Inc. RFI #2 It is noted in the specification that attachment C is for “reference”, please indicate the chain of precedence. No Clarification Where the GE Bill of Materials (Attachment C of Specifications) is in conflict with GE Piping and Instrumentation Diagrams, the GE Piping and Instrumentation Diagrams shall govern. ECY/ JS (GE) 7/21/2010, 8:40 PM Page 9 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 49 909-349-6730 6/23/2010 Bruce Hudson E-mail: bhudson@brutoco.net Brutoco Engineering & Construction, Inc. The following details and sections G/ SD-4, 1/ S-7, 1&2/ S-8, F&G/ SD-4 indicate short or stem walls are required. All of these details and sections are lacking dimensions indicating the thickness and in some case the height of these walls. Are the walls 6” or 8” thick. Wall heights look to be 2’-9” and 4’-4”. Please confirm the correctness No Clarification The thickness of the containment curbs shown on details F&G/SD-4 and section 2/S-8 is 6” as indicated on drawing S-4. The height of the outer containment curb is 2’9” as indicated on section 2/S-8 and detail F/SD-4. The height of the shorter containment curbs shown on section 2/S 8 are indicated on CN (SWE) Please confirm the correctness.shown on section 2/S-8 are indicated on drawing S-4. Drawing S-4 calls out both the elevation at the top of the curb and the elevation of the top of the slab. The thickness of the short walls shown on section 1/S-8 is 12” and the height is 4’4”. Please see the attachment for additional clarification. 50 909-349-6730 6/23/2010 Bruce Hudson E-mail: bhudson@brutoco.net Brutoco Engineering & Construction, Inc. Drawing S-4 grid line A, F.1, 1 & 2, details D/ SD-5, F/ SD-5, 1/ S-7 & 1/ S-8 indicate footings are required at these locations. Please confirm which footing dimension as being correct, 3’- 0” wide by 18” deep or 30” wide by 18” deep. No Clarification There is a 3’0” square by 18” deep footing beneath every column as indicated on drawing S-4. The typical width and depth of the grade beams are 30” wide by 2’-0” deep; however, the idth dd thfth db CN (SWE) width and depth of the grade beams vary as indicated on drawing S-4. 51 (909) 622-6400 6/25/2010 Thomas Goodwin 1374 E. Ninth Street Pomona, CA. 91766 E-mail: t.goodwin@commercialdoorcompany. com Commercial Door Company 1) Section 08331 VERTICAL ACTING DOORS talks about roll- up type, overhead mounted metal coiling doors and Rolling insulated vertical acting sectional doors. I only see overhead coiling doors in the door schedule and on the plans. Are there “Rolling insulated vertical acting sectional doors” on this project? 2) Are the overhead coiling doors supposed to be insulated? 3) What safety devices (if any) are we to install? 4) In PART 1 GENERAL 1.03 SUBMITTALS C.1. “FURNISH MANUFACTURER’S CERTIFICATION OF LEAK TIGHTNESS BASED ON ACTUAL TESTS CONDUCTED ON THIS DOOR No Clarification 1) There are no Sectional Doors in the scope of the project, only Coiling Doors. 2) Yes, the coiling doors are to be insulated. 3) Safety devices are to be sensor edge type. 4) The water leakage test reports will not be required EED BASED ON ACTUAL TESTS CONDUCTED ON THIS DOOR, OR A DOOR SIMILAR IN DESIGN, TO VERIFY THAT IT WILL WITHSTAND THE SPECIFIED HYDROSTATIC PRESSURE WITH NO WATER LEAKAGE” This certification does not exist on overhead coiling doors. Can you verify where this spec requirement comes from? be required. 7/21/2010, 8:40 PM Page 10 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 52 760-471-3630 Ext 133 6/29/2010 Jim Roxburgh Smith 1560 West Linda Vista. Dr. San Marcos, Ca. 92078 E-mail: James.Smith3@hdsupply.com HD Supply Waterworks Spec 15450-Page 2 and Drawing Sht. P-2, PD-1, Det. F ………….conflicting? Hose Rack, Spec = Vinyl Plastic (DWG INDICATES SS??) Sht. P-2, PD-1, Det. F Spec 50 feet of 3/4-in commercial/industrial grade rubber hose (DWG INDICATES 1"HOSE??) Sht P 2 PD 1 Det F Yes 1 In both cases, the specification is to be followed. See Addendum No.1 GJS hose (DWG INDICATES 1 HOSE??) Sht. P-2, PD-1, Det. F Please provide which is correct Spec or Drawings? 53 541-863-6964 6/29/2010 Chad Davis P.O. Box 1601 Myrtle Creek, OR 97457 Davis Electric, Inc. Subject: Electrical Duct Bank Detail Drawing Reference: ED-1 Detail-A Specification Reference: 16130 page 10 & 17 On drawing ED-1 detail A shows conduit spacing as 7.5" typical. In the spec 16130 page 10, 3.3A states the underground min. size to be 1". Page 17 of 16130 Note C.1 & 2 to install non metallic spacers to space the conduits with no size specified. I assume that we are to use 1.5" spacers. With this being said 1.5" spacers and the conduits in the duct banks on drawing E-2 there is not 7.5" spacing. Please advise. No Clarification The 1” conduit size listed in section 16130 – 3.3A is referring to the minimum size of an underground conduit. Detail A on drawing ED-1 shows 7.5” spacing between conduits, measured center-to-center. 1.5” plastic spacers are OK. MJF 54 760-471-8414 6/30/2010 Alex Besler 277 Rancheros Drive, Ste.202 San Marcos, CA 92069 E-mail: abesler@pcl.com PCL Construction, Inc. 1. Section 00800 Supplementary Conditions, Page 2. Per revisions to SC-1.01A.45, “the Contractor shall allow for up to 30 days for the MFSS to conduct debugging of control system prior to initiation of functional performance testing of pumps and equipment”. Reviewing GE Commissioning Schedule (Appendix C-3), we could not identify where exactly this 30- day debugging period fits within GE Commissioning Schedule. Please clarify. No Clarification The 30 days for MFSS to conduct debugging of control system shall be after ORT and in conjunction with FAT of MFSS furnished equipment. ECY/ JS (GE) 55 760-471-8414 6/30/2010 Alex Besler 277 Rancheros Drive, Ste.202 San Marcos, CA 92069 E-mail: abesler@pcl.com PCL Construction, Inc. 2. Per Appendix C-3, paragraph 2.4, Equipment Off-loading Assistance, a GE representative will be present at site to assist the Client in identification of the equipment, identification of damaged equipment, and identification of discrepancies. Appendix C-4, GE Commissioning Schedule, allows only 2 days for “GE Zenon Equipment Acceptance Visit”. Per Appendix C-5 “GE Delivery Schedule”, the ship d t f diff t t f GE li d i t i i di t d No Clarification The delivery of MFSS equipment will occur on different days on different weeks. The General Contractor and MFSS are responsible for coordinating the equipment delivery dates. The MFSS is responsible for providing a representative, if such a representative is id ECY/ JS (GE) date for different types of GE-supplied equipment is indicated as 6, 10, 12, 14, 16, and 20 weeks from Notice to Procure. Is GE going to coordinate deliveries, so it arrives on site simultaneously and can be checked-out within 2-day period? If not, who will be responsible for additional presence of GE representative? required. 56 760-471-8414 6/30/2010 Alex Besler 277 Rancheros Drive, Ste.202 San Marcos, CA 92069 E-mail: abesler@pcl.com PCL Construction, Inc. 3. Section 00500 Agreement in paragraph 3.1 says that Contract Time shall commence within 20 days following the Effective Date of the Agreement. Section 00800 Supplementary Conditions, Part 1, Article 2, SC-2.03A on page 3, says: “The Contract Time shall commence on the Effective Date of this Agreement…”. Please clarify when the Contract Time shall commence. Yes 1 Contract Time shall commence on the Effective Date of this Agreement. Section 00300 Article 1.3 and Section 00500 Article 3.1 are revised. See Addendum No.1 ECY 7/21/2010, 8:40 PM Page 11 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 57 760-471-8414 6/30/2010 Alex Besler 277 Rancheros Drive, Ste.202 San Marcos, CA 92069 E-mail: abesler@pcl.com PCL Construction, Inc. 4. Per Section 11300.3.03.Q.2 “the General Contractor shall complete all activities in the start-up checklists at the end of this section”. Start-up checklists are not attached to this section. Please provide. Yes 2 See Section 01665 3.03.C (provided in added in Addendum No.1, Changes to Specification #8). Detailed plan of commissioning activities will be provided during construction. ECY 58 760-471-8414 6/30/2010 Alex Besler 277 Rancheros Drive, Ste.202 PCL Construction, 5. Appendix C-5 GE Equipment Delivery Schedule ties all Yes 2 "Notice to Procure" for Owner Furnished ECY San Marcos, CA 92069 E-mail: abesler@pcl.com Inc. durations to the “Notice to Procure”. Section 01014.1.09 Schedule for Delivery of Owner Furnished Goods ties MFSS delivery schedule to “Notice to Commence Fabrication”. We could not find definitions of these “notices” in the Bid Documents. Please clarify when such Notice is expected, so it can be incorporated into the project schedule. Goods will be no later than "Notice to Proceed" for the General Contractor. "Notice to Commence Fabrication" for Owner Furnished Goods will be between 3 months and 6 months after "Notice to Procure". Actual delivery dates of Owner Furnished Goods will need to be coordinated between the General Contractor and the MFSS. See Addendum No.2 59 909-390-7215 6/30/2010 Catie Kennedy 601 South Milliken Ave Suite R Ontario, CA, 91761 Email: ckennedy@bigskyelectric.com Big Sky Electric 1) Instrument LSH-688 is shown on drawings E-10 and I-9 but is not listed on the Instrument Schedule. Who will be providing this instrument? No Clarification 1) The device/instrument is new with conduit and wire as required and shown on E-10. This should have been listed in the Index and should be either covered in record efforts once the project is lt GAF complete. 60 909-390-7215 6/30/2010 Catie Kennedy 601 South Milliken Ave Suite R Ontario, CA, 91761 Email: ckennedy@bigskyelectric.com Big Sky Electric 2) Also, instrument FIT-535, LIT-681 & LE-681 are listed on the Instrument Schedule and are shown on drawings I-6 and I- 9 respectively, however these instruments are not shown on the electrical plan drawings. Please provide conduit and wire information to these instruments. No Clarification 2) FE & FIT-535 is shown on drawings E- 2, E-10, and E-19. The flow meter is located in the influent control structure, and the transmitter is located on the recycle pump station control panel. LE & LIT-681 is existing, and located on the existing sodium hypochlorite tank. No new instrument is required, and no new wiring is required. Therefore, it is not shown on the electrical plans. MJF 61 909-390-7215 6/30/2010 Catie Kennedy 601 South Milliken Ave Suite R Ontario, CA, 91761 Email: ckennedy@bigskyelectric.com Big Sky Electric 3) In addition, looking at GE's Piping & Instrumentation Drawings several instruments are shown with a double dotted dashed line which is called out in the Notes, on the same drawing, to be provided by others. See attached list for these No Clarification 3) Regarding all Dashed line “PI”, Pressure gauges, these are to be provided by the CONTRACTOR (Mechanical per specification 15130). GAF/ JS (GE) instruments and drawing number. Please specify who will be providing these instruments. 7/21/2010, 8:40 PM Page 12 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 62 909-390-7215 6/30/2010 Catie Kennedy 601 South Milliken Ave Suite R Ontario, CA, 91761 Email: ckennedy@bigskyelectric.com Big Sky Electric 4) Also, several instruments are shown on GE's Piping & Instrumentation Drawings in solid black lines that indicate that they will be provided by GE, however they are not listed on GE's Mechanical Bill of Materials shown in the Specifications under Appendix C. See attached list for instruments. Will these instruments be provided by GE or will these instruments also be provided by others? No Clarification 4) Regarding all solid line devices and or instruments, these are provided by the MFSS. Missing component tags on the BOM are restricted to the blower, chemical skid and compressor components / packages. In those cases components are included in the BOM description but the tags are not included GAF/ JS (GE) description but the tags are not included. Refer to drawings E-13 and E14 for locations, conduit and wire requirements. 63 541-863-6964 6/30/2010 Chad Davis P.O. Box 1601 Myrtle Creek, OR 97457 Davis Electric, Inc. Subject: Light Pole Conduit Run Drawing Reference: E-3 On drawing ED-3 the conduit run for the light pole is shown across the bottom and right side of the drawing in a dashed line. In the upper middle of the drawing that dashed line becomes solid out to the last light pole. Please advise as to what this means as it is not defined in the legend or the specs. Yes 1 This solid line on drawing E-3 should be shown dashed, the same as the other site lighting conduit runs on the plan. MJF 64 650-346-3402 7/1/2010 Tom Steinmetz E-mail: tsteinmetz@jenseninstrument.com Jensen Instrument Co of Northern Ca Inc Also, we did not see the Gauges, Switches and Seals in the Instrument and Controls Section 13340. Are they in section 15000 by any chance? No Clarification Gauges are specified in Section 15130. GAF 7/21/2010, 8:40 PM Page 13 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 65 (714) 516-9496 ext. 310 7/2/2010 Sammee Gammack E-mail: sammee@olssonconstruction.com Olsson Construction, Inc. In reviewing Section 00800 “Supplementary Conditions, I have noticed some discrepancies with the Table of Contents and actual contents of this section. I have attached the items in question for your reference. Re: Table of Contents: Article # 10 is not listed but appears in the content Yes 1 See Addendum No.1. ECY Article # 10 is not listed, but appears in the content page 13 of 26. Article #s 15, 16, 17 are listed, but do not appear in the contents. Re: Contents The last Article in the contents of this section is Article 14 = SC-14.07D, page 16 of 26 The next page is Division 1 cover page – do not find pages 17 – 26. 66 909-390-7215 7/7/2010 Catie Kennedy 601 South Milliken Ave Suite R Ontario, CA, 91761 Email: ckennedy@bigskyelectric.com Big Sky Electric Subject: Conduit & Wire to Valve Actuators Drawing E-14 On electrical drawing E-14 there are two wiring diagrams shown to the right of the plan drawing indicating there is wire No Clarification 20-FV-102 has been removed. (Associated analyzer, 20-AE/AIT-102, has also been removed.) 20-FV-101 shall be located near 20- MJF/ GAF and conduit running from valve actuators to Control Panels. On the upper wiring diagram for valve actuators to the Membrane Filtration Control Panel (MFCP), flow valve 20-FV- 101 and 20-FV-102 cannot be located on the electrical or mechanical plan drawings. Please indicate where these valve actuators are located. AE/AIT-101, as part of the analyzer panel (provided by MFSS). This is shown in the southeast corner of the new membrane facility, shown on drawings M- 5 and E-14. 67 909-390-7215 7/7/2010 Catie Kennedy 601 South Milliken Ave Suite R Ontario, CA, 91761 Email: ckennedy@bigskyelectric.com Big Sky Electric Subject: Security System Specification Reference: 16727 Specifications for the Security System under section 16727 indicates in the scope of work that the door switches shown on the drawings for the new Membrane Filtration Building shall be connected to the existing security panel. Does this mean there is an existing security system currently being used? If so, please provide information regarding manufacturers and their make and model information. Also, lidblkdifthitidft No Clarification There is currently a security system in the existing treatment building and control building. It consists of a security panel, magnetic contact door switches, and motion detectors. All new door switches for the membrane building shall be connected to this existing security panel, located in electrical room 1 of the control building. MJF/ GAF please provide any block diagrams of the existing and future security system. In regards to the security door switches to be installed in the new Membrane Filtration Building, please provide a product description and or product number or equal description. Make and model numbers: Fire Alarm Panel: Edwards Systems Technology (EST), EST-1 Fire Alarm Control Panel Security Panel: Fire Burglary Instruments, Inc. (FBII), XL-4C Burglary Control Panel/Communicator Door Switches: Surface Mount Magnetic Door Contacts, FBII ZR-735S 7/21/2010, 8:40 PM Page 14 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 68 909-770-7020 ext.232 7/7/2010 Jonathon M. Kliora 10397 Alder Avenue Bloomington, CA 92316 Balfour Beatty Infrastructure, Inc. I have been unable to find a reference to existing “asphalt thickness” in the drawings and specifications other than detail (D/CD-2) which is not shown on (C-2) as referenced. Please provide existing asphalt thicknesses for areas reflected on sheet (C-3). No Clarification Existing AC pavement thickness is 3±” and Base thickness is 4±”. Contractor shall field verify existing field condition before installing new pavement. ML 69 208.463.2948 ext 304 7/7/2010 Sam Clegg 1209 3rd Ave. North Nampa, ID 83687 Eil Western Waterworks Supply 1. Specification 02617.2.01.L states that buried steel pipe shall be tape coated. Drawing C-5 note 3 states that buried l i hllb dI Yes 2 Cement mortar coating is an acceptable coating for buried steel pipe. S ifi i 0261 2 01 L f i ML E-mail: sclegg@gmail.com steel pipe shall be cement mortar coated. Is cement mortar coating an acceptable coating for buried steel pipe? Specification 02617.2.01.L referencing polyethylene tape coating has been deleted to eliminate confusion. See Addendum No. 2. 70 208.463.2948 ext 304 7/7/2010 Sam Clegg 1209 3rd Ave. North Nampa, ID 83687 E-mail: sclegg@gmail.com Western Waterworks Supply 2. Specification 15062 states that 304L or 316L stainless pipe is acceptable, However, there is no reference to minimum wall thicknesses. Is Schedule 10S wall thickness acceptable? No Clarification Schedule 10S is acceptable. SP 71 909-390-7215 7/9/2010 Catie Kennedy 601 South Milliken Ave Suite R Ontario, CA, 91761 Email: ckennedy@bigskyelectric.com Big Sky Electric Subject: Fire Alarm System Specification Reference: Section 16721 Under Specifications section 16721 for Fire Alarm Systems, Part 1.08 Extended Warranty, C.3. states quarterly testing of "each building's Fire Alarm System". Is there an existing fire alarm system in the existing buildings? If there is an existing fire alarm system will it need to be part of the quarterly testing i ll? O ill l th fi l t i th M b No Clarification Yes, there is an existing fire alarm system in the existing building (existing electrical room 1). All new devices installed in the new Membrane Building will be connected to the existing FACP. Therefore, the entire fire alarm system, including the existing building, should be tfth tlt ti MJF in as well? Or will only the fire alarm system in the Membrane Filtration Building require quarterly testing? part of the quarterly testing. 72 909-390-7215 7/9/2010 Catie Kennedy 601 South Milliken Ave Suite R Ontario, CA, 91761 Email: ckennedy@bigskyelectric.com Big Sky Electric Subject: Existing MCC-1, Drawing Index No. E-6, E-7 Addendum 1 revised electrical drawing E-7 shows existing MCC-1 Elevation with 7 new buckets. On Addendum 1 revised electrical drawing E-6 shows the existing MCC-1 One Line Diagram with 3 new buckets. Please clarify how many buckets the contractor is to provide? No Clarification The contractor is to provide only 3 new buckets: (1)-200A circuit breaker to AH- 2, and (2)-size 1 starters to EF-1 and EF- 2. The other 4 buckets shown bold are just to be modified. The connected loads will be removed, and those starters will then be made spare. MJF 73 310-531-7269 7/9/2010 Joseph Ho E-mail: jho@severntrentservices.com Severn Trent Water Purification, Inc Section 11242 Paragraph 1.06.B.1 - This states “the sodium hypochlorite metering pumps for disinfection will be paced by the treated water flow via a 4-20 mADC speed signal (with chlorine residual trim) from the plant SCADA system and will pump No Clarification Each pump will receive one 4-20mA signal from the PLC. Pump #2 will serve as standby for pumps #1 and #3 and will require the ability to select the service (pre-oxidation or JTY sodium hypochlorite solution to the membrane system effluent pipeline. The disinfection pumps can also be used to supply sodium hypochlorite for pre-oxidation and will be paced by the raw water influent flow via a 4-20 mADC speed signal from the plant SCADA system.” Does it mean there are two 4-20mA signals sent to each of the three pumps? From drawing I-10 it looks pump#1 is dedicated to raw water and pump#3 is dedicated to treated water. While pump#2 is a standby for either pump#1 or pump#3. Please confirm configuration of signals. disinfection) for which it is needed. The configuration shown on I-10 is correct. 7/21/2010, 8:40 PM Page 15 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 74 310-531-7269 7/9/2010 Joseph Ho E-mail: jho@severntrentservices.com Severn Trent Water Purification, Inc Section 11242 Paragraph 2.01.A.2 – This states that the pump and control panel shall be fully pre-wired. Our interpretation of this is the VFD’s are mounted inside the control panel and the control panel is mounted on the metering pump skid. Please confirm. No Clarification This is correct. MJF 75 310-531-7269 7/9/2010 Joseph Ho E-mail: jho@severntrentservices.com Severn Trent Water Section 11261 Yes 3 Sodium hypochlorite generator system MJF Purification, Inc Paragraph 1.01.B.3 – This states that the manufacturer shall be responsible for providing all necessary conduit and wiring necessary for complete system operation. Please note that STWP shall only be responsible for interconnecting wiring within the boundaries of assemblies but not provide interconnecting conduit and wiring between the supplied loose items as it is part of the installation material. will be removed from this Contract as part of Addendum No.3 76 310-531-7269 7/9/2010 Joseph Ho E-mail: jho@severntrentservices.com Severn Trent Water Purification, Inc Section 11261 Paragraph 1.03.A.4 – This require submittals for ventilation system. STWP consider this requirement not applicable to the equipment supplier, since the submittal of the ventilation system, including ductwork and any mechanical design of the ventilation system should to be submitted by contractor. Please note that STWP will only include cut sheets for air dilution blowers, differential pressure switches and orifice plate in our submittal which will bear no PE stamp STWP will Yes 3 See response to RFI #75. JTY plate in our submittal, which will bear no PE stamp. STWP will size the supplied equipment based on given air piping design per specification or any subsequent design by contractor. Please confirm this is the case. 77 310-531-7269 7/9/2010 Joseph Ho E-mail: jho@severntrentservices.com Severn Trent Water Purification, Inc Section 11261 Paragraph 1.03.A.5 – This requires furnishing a certified motor data sheet for the actual motor. Certified motor data sheet is not available at the submittal stage because procurement of motor will only be after the submittal approval, STWP request postponing this submission to same time of O&M delivery. Yes 3 See response to RFI #75. JTY 78 310-531-7269 7/9/2010 Joseph Ho E-mail: jho@severntrentservices.com Severn Trent Water Purification, Inc Section 11261 Paragraph 1.04.A.2.d) – This requires providing evidence of spare parts availability on this system ...metering pumps. As STWP is not the manufacturer of metering pumps, STWP Yes 3 See response to RFI #75. JTY does not keep spare parts for metering pumps as they are purchase items. 7/21/2010, 8:40 PM Page 16 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 79 310-531-7269 7/9/2010 Joseph Ho E-mail: jho@severntrentservices.com Severn Trent Water Purification, Inc Section 11261 Paragraph 1.04.A.3 and 1.04.A.6 – This states the generator system will remain free of defects for a period of three (3) years from the date of final acceptance. As paragraph 1.01.A.6 states warranty period shall start from the date of commissioning of the system. As such, STWP considers the definition of “Final Acceptance” as “successful commissioning”In addition STWP requests changing Yes 3 See response to RFI #75. JTY commissioning . In addition, STWP requests changing paragraph 1.04.A.6 to read “warranty commences on date equipment is successfully started-up and commissioned, or 6 month from the date of transfer of title, whichever comes first”, as it constitutes beneficial use by owner. Please modify language to allow us to bid. 80 310-531-7269 7/9/2010 Joseph Ho E-mail: jho@severntrentservices.com Severn Trent Water Purification, Inc Section 11261 Paragraph 1.04.A.4 – This states that “if the equipment requires repair or replacement for any reason other than ordinary wear and tear under normal conditions, the OSHGS supplier will repair or replace such equipment …”. This statement is open-ended. STWP respectfully requests to change the wordings to “warranty for any defects in material or workmanship for equipment under normal use and service”. Please modify language to allow us to bid. Yes 3 See response to RFI #75. JTY 81 310-531-7269 7/9/2010 Joseph Ho E-mail: jho@severntrentservices.com Severn Trent Water Purification, Inc Section 11261 Paragraph 1.04.A.5 – This states “the electrolytic cells including cell body shall have a three (3) year full replacement warranty …. from the date of final acceptance. Again, SWTP request changing the warranty commencement date same as above point no. 7. Yes 3 See response to RFI #75. JTY 82 310-531-7269 7/9/2010 Joseph Ho E-mail: jho@severntrentservices.com Severn Trent Water Purification, Inc Section 11261 Paragraph 2.03.C – This requires motors of the blowers be suitable for 480-volt, 3-phase, 60 Hz. As the blowers will be controlled by the OSHG control panel, which is powered by 120-volt, single phase. Please confirm that the blowers will be powered by an external power provided by the facility instead of by the control panel. In this case, the motor starters housed inside a NEMA4 enclosure will have to be supplied as loose it f t ki th 480 lt Pl fi thi t Yes 3 See response to RFI #75. MJF item for taking the 480-volt power. Please confirm this set up. 83 310-531-7269 7/9/2010 Joseph Ho E-mail: jho@severntrentservices.com Severn Trent Water Purification, Inc Section 11261 Paragraph 2.03.D.3 – This requires inlet air filter silencer to meet the sound requirement per section 01170 (Special Provisions). The referred section does not specify sound requirement and we found it under section 01136 (General Equipment Requirements), which states that the noise not to exceed 85 dBA at a distance of 3 feet from equipment. Please confirm this is the correct referred section. Moreover, as the noise level for our supplied blowers only reach the noise level of 83 dBA max. Hence our supplied inlet filter will not incorporate silencer as it is not necessary. Please confirm this is acceptable. Yes 3 See response to RFI #75. JTY 7/21/2010, 8:40 PM Page 17 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 84 310-531-7269 7/9/2010 Joseph Ho E-mail: jho@severntrentservices.com Severn Trent Water Purification, Inc Section 11261 Paragraph 2.03.D.4 – This states the requirement of weather cover. Please confirm this cover will be supplied by installing contractor. Yes 3 See response to RFI #75. JTY 85 310-531-7269 7/9/2010 Joseph Ho E-mail: jho@severntrentservices.com Severn Trent Water Purification, Inc Section 11261 Paragraph 2.03.D.6 – This require a hand/off/remote selector ih hf fh l l ll l l d Yes 3 See response to RFI #75. JTY switches on the front of the control panel to allow local and remote control of the blowers. For safety reason, the blowers should only be controlled by the OSHG control panel, which is programmed to start or stop according to our hypochlorite generation sequence. Any manual or remote override is not allowed. 86 310-531-7269 7/9/2010 Joseph Ho E-mail: jho@severntrentservices.com Severn Trent Water Purification, Inc Section 11261 Paragraph 2.05 – This paragraph describe a chemical dilution system to dilute 12.5% hypochlorite to 0.8%. The described technology and language is specific to a product provided by Siemens. STWP offers two different sizes of dilution panels, which meet the intent of this requirement. The dilution panel shall be equipped with a softened water flowmeter, a bulk hypochlorite flowmeter, a control valve, an eductor, and sample ports on the inlet and outlet. The eductor shall draw the bulk hypochlorite solution from a dedicated storage tank Yes 3 See response to RFI #75. JTY the bulk hypochlorite solution from a dedicated storage tank and the control valve shall meter the proper flow of bulk Hypochlorite solution. The bulk Hypochlorite solution shall be mixed with softened water (15:1 dilution ratio) to output a 0.8% solution (based on 12% commercial hypo concentration) to a dedicated storage tank. Please modify language to include either one of the above dilution panel in order for us to bid. 87 310-531-7269 7/9/2010 Joseph Ho E-mail: jho@severntrentservices.com Severn Trent Water Purification, Inc Section 11261 - Appendix A - Horizontal Cell Configuration Paragraph 2.01.K – This paragraph states that warranty of cell body, rectifier, transformer and all peripheral equipment be 2 years labor and parts. This conflict with paragraph 1.04.A.3 under section 11261, which states the generator system will remain free of defects for a period of three (3) Yes 3 See response to RFI #75. JTY years. Please advice which paragraph takes precedence. 88 310-531-7269 7/9/2010 Joseph Ho E-mail: jho@severntrentservices.com Severn Trent Water Purification, Inc Section 11261 - Appendix A - Horizontal Cell Configuration Paragraph 2.01.L – This states each complete generator assembly shall be factory tested for a minimum of 8 hours and proper operating parameters confirmed prior to shipment. Please note that STWP factory test does not include running the generator to produce sodium hypochlorite as field conditions cannot be duplicated. Full functional test shall be performed at the site. Yes 3 See response to RFI #75. JTY 7/21/2010, 8:40 PM Page 18 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 89 310-531-7269 7/9/2010 Joseph Ho E-mail: jho@severntrentservices.com Severn Trent Water Purification, Inc Section 11261 - Appendix A - Horizontal Cell Configuration Paragraph 2.02 – STWP considers this entire paragraph, which describes the ventilation requirement of the building, is not part of STWP’s deliverable. Please confirm. Yes 3 See response to RFI #75. JTY 90 951-278-1177 x107 7/9/2010 Kristina De La Torre 2073 Railroad St. SSC Construction, Reference Drawing: C4 No Clarification Limits of barrier curb are shown on ML Corona, CA 92880 E-mail: KDeLaTorre@sscconstruction.net Inc. Note on print states "Tie new fence and barrier curb into existing". This is at Sta 2+72.39. Please define limits of barrier curb. Contract Drawing C-4. 91 760-471-8414 7/9/2010 Brandon Kinney 277 Rancheros Drive, Ste.202 San Marcos, CA 92069 E-mail: BKinney@pcl.com PCL Construction, Inc. 2. Specification section 09850 (Chemical-Resistant Coatings) 3.09 (Schedule) specifies surfaces to receive CRC are indicated in the Chemical-Resistance Coatings Application Schedule. The CRC schedule is not attached to this section. Please provide the referenced information. Yes 2 See Addendum No. 2. JTY 92 760-471-8414 7/9/2010 Brandon Kinney 277 Rancheros Drive, Ste.202 San Marcos, CA 92069 E-mail: BKinney@pcl.com PCL Construction, Inc. 3. Addendum 1 – Page 1 indicates that “THE BIDDER SHALL SIGN AND FAX TO CDM THE CERTIFICATION AT THE END OF THIS ADDENDUM AND SHALL ATTACH THE ADDENDUM TO THE DOCUMENTS SUBMITTED WITH THE BID.” Is the intent to have the entire addendum submitted with the bid as indicated, or should the BIDDER’S CERTIFICATION form be submitted with the bid documents? Pl fi No Clarification The bidder is not required to attach the entire addendum to the bid documents. ECY Please confirm. 93 760-471-8414 7/9/2010 Brandon Kinney 277 Rancheros Drive, Ste.202 San Marcos, CA 92069 E-mail: BKinney@pcl.com PCL Construction, Inc. 4. Please reference specification section 14900- 2.01-D.1 indicates that “Hangers shall be spaced as shown on the drawings to support the load resulting from the maximum loading condition.” Please provide the drawing which this information is indicated. No Clarification See Drawings S-4, S-6 and S-8. Both the 4 ton and 2 ton monorails need to be supported from the prefab moment frame beams (5 support locations). Drawing S- 4 provides the dimensions between the center of the prefab moment frame beams. ECY 94 760-471-8414 7/13/2010 Alex Besler 277 Rancheros Drive, Ste.202 San Marcos, CA 92069 E-mail: abesler@pcl.com PCL Construction, Inc. 1. Specification section 05510-2.04.A indicates the handrails on the mezzanine, including both sides of the stairs and around the mezzanine itself and on top of the blower room are to be painted galvanized round tube steel, joints fully welded and ground. Drawing S-4 indicates the mezzanine stairs are FRP and references drawing SD-7 which calls for 2” square FRP posts and rails for the railing system which is specified in section 06615. Please clarify which type of railing iidfthflli (1)Eit i Yes 2 FRP railing will be required for all three areas: (1) Equipment mezzanine and stairs; (2) Blower Room mezzanine area; (3) New handrail @ existing chem. feed system per detail H on drawing A-4. Follow 06615-2.03. EED is required for the following areas: (1) Equipment mezzanine and stairs; (2) Blower Room mezzanine area; (3) New handrail @ existing chem. feed system per detail H on drawing A-4. Also please clarify which specification section is to be followed for each as handrail is specified in sections 05500-2.05, 05510-2.04, and 06615-2.03. 95 760-471-8414 7/13/2010 Alex Besler 277 Rancheros Drive, Ste.202 San Marcos, CA 92069 E-mail: abesler@pcl.com PCL Construction, Inc. 2. Per Detail A/CD-1 “Single Pipe Trench”, AC pavement shall comply with SSPWC STD Plan 133-1. This Standard Plan ties thicknesses of the AC pavement and Base with dimensions of the existing pavement. We could not find in the bid documents indication of the existing pavement thicknesses. Please advise. No Clarification See response to RFI #68. ML 7/21/2010, 8:40 PM Page 19 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 96 760-471-8414 7/13/2010 Alex Besler 277 Rancheros Drive, Ste.202 San Marcos, CA 92069 E-mail: abesler@pcl.com PCL Construction, Inc. 3. Detail D/CD-2 shows AC Pavement for Sidewalks and Pedestrian areas. Please advise where this detail applies. Yes 2 Detail D/CD-2 applies to all AC pavement. See Addendum No. 2. ML 97 760-471-8414 7/13/2010 Alex Besler 277 Rancheros Drive, Ste.202 San Marcos, CA 92069 E-mail: abesler@pcl.com PCL Construction, Inc. 4. We could not find in the bid documents requirements as to the thicknesses of AC and Base for the newly paved areas which are subject for vehicular traffic, shown on the Drawing C-4. Please advise. No Clarification See response to RFI #95. ML 98 909-390-7215 7/14/2010 Catie Kennedy 601 South Milliken Ave Suite R Ontario, CA, 91761 Email: ckennedy@bigskyelectric.com Big Sky Electric Subject: Central City Yard Antenna Drawing: E-12 Addendum 1 revised electrical drawing E-12 shows conduit and wire coming from the new Kingfisher RTU to Note 2. Referring to revised Note 2 says "to central city antenna, exact location to be determined in the field". Where will the general area for the central city yard antenna to be located? Yes 2 The Plant 134 SCADA antenna is located on top of the plant reservoir, northeast of the control building. MJF 99 909-770-7020 ext.232 7/15/2010 Jonathon M. Kliora 10397 Alder Avenue Bloomington, CA 92316 Balfour Beatty Infrastructure, Inc. Drawing number S-2, Steel Note #11, Requires “All structural steel surfaces to receive Spray-applied fire proofing or encased in concrete or Masonry to be left Unpainted”. Please provide specification section for the application of Spray-on fire proofing. No Clarification This is a standard structural note intended to alert the contractor that if fireproofing is needed, the structural steel needs to be left unpainted. For this project, no fire-proofing is needed as shown in drawing A-1. CN (SWE)/ EED 100 909-770-7020 ext.232 7/15/2010 Jonathon M. Kliora 10397 Alder Avenue Bloomington, CA 92316 Balfour Beatty Infrastructure, Inc. In the provided addendum #1: No Clarification See Addendum No.1. Changes to Specifications, Item #8. Per this change, ECY CHANGES TO SPECIFICATIONS – #1.) “The Contractor shall assume 7-days for this test” 30- day performance test. C-2.c/d) Indicates that the Contractor is to provide all chemicals for the required membrane Clean-In-Place for the 30-day site acceptance test. Is the Contractor to assume to provide chemicals for the 7- days indicated in the above mentioned item (#1) or for the 30- days indicated C-2.c/d.? General Contractors shall provide chemicals for the 7-day Offline test per 01665, 3.03.D.1.d/e. 101 909-770-7020 ext.232 7/15/2010 Jonathon M. Kliora 10397 Alder Avenue Bloomington, CA 92316 Balfour Beatty Infrastructure, Inc. Addendum #1 C-2.f) “If the 30-day Site Acceptance Testing is extended due to failure to demonstrate satisfactory performance of the facility, GENERAL CONTRACTOR shall supply additional chemicals as required to complete the testing at no cost to the OWNER”. No Clarification The Contractor shall provide additional chemicals for failure of the fully integrated system to meet the requirements in Section 01665, 3.03.D.2.a. ECY Is it the intent of the district to have the Contractor provide additional chemicals for failures due to installation as well as failures due in part to owner supplied equipment? Please Clarify. 102 909-770-7020 ext.232 7/15/2010 Jonathon M. Kliora 10397 Alder Avenue Bloomington, CA 92316 Balfour Beatty Infrastructure, Inc. Addendum #1 Delta sheet (I-7) shows the new Orthophosphate pumps. Is it the intent for the Owner to have the Contractor provide the additional pumps? If so, please provide specification, design requirements, or model number desired. Yes 2 See Addendum No.2 JTY 103 909-770-7020 ext.232 7/15/2010 Jonathon M. Kliora 10397 Alder Avenue Bloomington, CA 92316 Balfour Beatty Infrastructure, Inc. Specification section 05500-2.05A indicates that handrail shall be Aluminum systems unless otherwise indicated or specified. Please verify that all handrail and guard rail is to be Aluminum or indicated in the details which material type is to be utilized. Yes 2 See response to RFI #94. EED 7/21/2010, 8:40 PM Page 20 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 104 760-471-8414 7/15/2010 Alex Besler 277 Rancheros Drive, Ste.202 San Marcos, CA 92069 E-mail: abesler@pcl.com PCL Construction, Inc. 1. Re: Spec Section 02230 Granular Materials. Paragraph 2.01.D. says ”Trench backfill shall not contain stones larger than 3-inches”. Paragraph 2.01.E. says ”Trench backfill shall not contain stones larger than 4-inches”. Please clarify which requirement applies. No Clarification Paragraph 2.01.D applies to trench backfill within pipe zone. Paragraph 2.01.G for common fill applies to trench zone backfill per Detail A/CD-1. ML 105 760-471-8414 7/15/2010 Alex Besler 277 Rancheros Drive, Ste.202 PCL Construction, 2. Per Addendum #1, and the note on Drawing M-16, the No Clarification The 500kva oil filled transformer will be JTY San Marcos, CA 92069 E-mail: abesler@pcl.com Inc. Contractor shall remove existing 500KVA transformer and existing Cationic Polymer Storage Tank. Does the Owner want to salvage these items? Do these items contain hazardous materials? removed by SCE. The cationic polymer storage tank will have residual cationic polymer within the tank (up to 50 gal). Contractor shall obtain MSDS for cationic polymer to determine appropriate disposal method. See Section 02050 for list of materials and equipment to be salvaged and turned over to the Owner. 106 760-471-8414 7/15/2010 Alex Besler 277 Rancheros Drive, Ste.202 San Marcos, CA 92069 E-mail: abesler@pcl.com PCL Construction, Inc. 3. The door schedule on drawing A-6 refers to detail R/A-6 for the jamb detail at openings DA-100B, DA-100D, DA-100F and DA-101A. Drawing A-2 Floor Plan at opening DA-101A refers to Detail U/A-6 which indicates different jamb arrangement. Please clarify which detail shall be used. Yes 2 U/A-6 is to be used at door DA-101A, as indicated on the plan on A-2. The others are correct for the jamb details at the other three coiling doors. See Addendum No.2. EED 107 760-471-8414 7/15/2010 Alex Besler 277 Rancheros Drive, Ste.202 San Marcos, CA 92069 E-mail: abesler@pcl.com PCL Construction, Inc. 4. Reference coil door jamb details E, P and R on drawing A- 6. a. All indicate a steel channel/metal framing however no sizing or connection details are provided. This framing is not indicated on the Structural drawings. Please provide the required size of this channel/framing and associated connection details to the structural framing indicated on the structural drawings. b. In addition details E and P indicate “PT. Steel Channel.” Per the abbreviations on drawing A-1 “PT” indicates Pressure Treated. Is this to be “PTD” (painted) or is this framing to be galvanized? Yes 2 a) See Addendum No.2. b) Yes, PT was intended to be PTD. CN (SWE) EED 108 760-471-8414 7/15/2010 Alex Besler 277 Rancheros Drive, Ste.202 San Marcos, CA 92069 E-mail: abesler@pcl.com PCL Construction, Inc. 5. Reference drawings A-2, A-3 and M-17 which indicate an Expanded Metal Shade (Demountable). There does not appear to be any specification section specifically for this metal shade or reference to material type, finish, attachment Yes 2 See Addendum No.2. EED details, etc. Please provide a reference specification as well as support and attachment details/design regarding this Expanded Metal Shade (Demountable). 109 760-471-8414 7/15/2010 Alex Besler 277 Rancheros Drive, Ste.202 San Marcos, CA 92069 E-mail: abesler@pcl.com PCL Construction, Inc. 6. Reference Drawing A-3, North and South elevations depict Chainlink Partition with Lockable Door. Architectural details on Drawing A-6 do not show how Chainlink Partition is attached to the structure. Please clarify. No Clarification There are multiple acceptable “means and methods” for this installation, and Contractor shall coordinate directly with chainlink supplier/installer. EED 110 760-471-8414 7/15/2010 Alex Besler 277 Rancheros Drive, Ste.202 San Marcos, CA 92069 E-mail: abesler@pcl.com PCL Construction, Inc. 7. Per Spec Section 01010.1.02.B.3.c., the Contractor shall provide Builder’s Risk Insurance for all parts and equipment included in the SMF system through the life of the contract. For determining the cost of insurance, please provide value of SMF system. No Clarification The value of the SMF system should be the sum of the price of Owner-supplied Goods, and the cost for the contractor to install, test, and put into operation the SMF system. The price of the Owner- supplied goods is approximately $2,833,000. ECY 7/21/2010, 8:40 PM Page 21 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 111 (909) 597-8641 7/8/2010 Catrina Laurel 14480 Yorba Ave. Chino, CA 91710 E-mail: claurel@hipco.com Harrington Industrial Plastics RFI No: CNL15 Subject: FRP Beams & Columns Section 06615 Fiberglass Reinforced Plastic Components, Dwg S-4 Membrane Filtration Building - Foundation Plan, Dwg S-10 Membrane Filtration Building - Enlarged Grating Plan Manufacturer specified Strongwell requires the following No Clarification The loading requirements for the FRP grating is provided in Specification 06615 Section 2.02.F. CN (SWE) Manufacturer specified, Strongwell, requires the following information regarding the FRP Beams & Columns: (1) what is the design criteria (Uniform load, concentrated load, and the deflection)? Specification 06615 does not include this information. Please advise. 112 N/A 7/16/2010 John Scott N/A Consolidated Western insulation I'am having trouble finding the insulation thickness for the piping requiring insulation specified. Your note in the spec.s says that the thickness is mention in the piping description or in the mechanical specifications, but I cannot find the information. Please tell me where I can find this information. Yes 2 For water piping requiring insulation, see Section 15250, 2.02, and Section 15410 2.07. For chemical piping requiring insulation, See Addendum No.2. GJS 113 Ph: (909)718-0800 Fx: (909)622-4708 7/16/2010 Jim Ramsey E-mail: jimr@trademark-hoist.com Trademark Hoist & Crane Ref. Specification: Section 14900 Monorail Systems No Clarification 1 a - Not needed. 1 b - Not needed. ECY Section 14900, 1.01, D states ‘All necessary and desirable accessories’ shall be furnished. Please clarify if any of the following un-specified accessories should be provided: 1. Corrosive Resistant Features a. Zinc plated or Stainless Steel Wire Rope b. Bronze Wheels c. Bronze or bronze plated hook 2. Nema 4X or Hazardous Duty Enclosures. Standard Enclosures are Nema 1 for the specified hoist. With Nema 4, 3R and 12 also available. 3. Spark resistant features 4. Any other accessories that could be considered desirable under this specification. 1 c - Not needed. 2 - Provide NEMA 4. 3 - Not needed. 4 - Provide as recommended by manufacturer for a complete operational system. 114 T: 661-617-8215 F: 661-617-8415 7/16/2010 Emmanuel (Noel) Lamento E-mail: emmanuel@hpsmechanical.com HPS Mechanical, Inc. I would like to ask if we can use PVC SDR-35 for storm drain and sewer piping. Drawing shows PVC and the specification has PVC C900 pressure piping only. Yes 2 Contractor may use PVC SDR-35 for sewer piping and drain piping, as shown on the drawings. See Addendum No.2 for specification for gravity PVC piping. Where RCP is called out for storm drain, PVC piping shall not be used. ML 115 T: 661-617-8215 F: 661-617-8415 7/16/2010 Emmanuel (Noel) Lamento E-mail: emmanuel@hpsmechanical.com HPS Mechanical, Inc. In Appendix C of the specification shows valves and equipments; are all those materials OWNER furnished? No Clarification Correct. ECY 7/21/2010, 8:40 PM Page 22 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 116 909-349-6730 7/16/2010 Bruce Hudson E-mail: bhudson@brutoco.net Brutoco Engineering & Construction, Inc. Drawing A-6 Details S/ A-6 & T/ A-6 Indicate that these Hollow metal Door Frames are to be grouted. These frames are designated to be installed in metal stud & gypsum board walls at the existing Electrical Room. Typically Hollow metal Frames installed in metal stud & gypsum board walls are not grouted. Please clarify if grouting is required. No Clarification Grouting is not required. EED 117 909-349-6730 7/16/2010 Bruce Hudson E-mail: bhudson@brutoco.net Brutoco Engineering & Construction, Inc. The Finish Schedule on drawing A-6, Room A-105 Electrical Room, Specifies ETR as the floor finish. Please clarify that ETR stands for “Existing to Remain”. No Clarification Correct. EED 118 760-471-8414 7/16/2010 Alex Besler 277 Rancheros Drive, Ste.202 San Marcos, CA 92069 E-mail: abesler@pcl.com PCL Construction, Inc. 1. Spec Section 02200.3.03.B requires to “preserve the undisturbed state of subgrade soils”. Spec Section 02221.3.02.A requires existing soil under structures to be excavated and compacted fill installed to a depth of 2 feet below the structure. Term “subgrade” usually means surface immediately below the bottom of the structure, which makes two above-mentioned requirements conflicting with each other. Please provide clarification if soil needs to be excavated 2 feet below the structure. Yes 2 See Addendum No.2 ML 119 909-349-6732 7/16/2010 Teresa Maxwell PO Box 310189, Fontana, CA 92331 E-mail: tmaxwell@brutoco.net Brutoco Engineering & Construction, Inc. On the DBE Attachment Form A there is a check box for “OTHER”. Do we list ALL subcontractors on this sheet? If it is just DBE subcontractors then what is the definition of No Clarification Yes, the Bidder shall list all subs on the form. Other is any firm that is not classified in the DBE categories. ECY “OTHER”? 120 909-390-7215 7/16/2010 Catie Kennedy 601 South Milliken Ave Suite R Ontario, CA, 91761 Email: ckennedy@bigskyelectric.com Big Sky Electric Subject: SCE Power & Duct Bank Detail Drawing: E-12 Drawing E-12 addendum 1 shows the 500 KVA transformer upgraded to a 1000KVA. Note 10 calls for the 500 kva transformer and secondary duct bank to be removed. Modification to the primary duct bank and transformer shall be coordinated with SCE. 1. How many conduits are feeding the transformer for the primary and what size are they. 2. Please provide a copy of the SCE standard detail P56 or if not available please provide the SCE Planners contact information handling the Plant 134 expansion. 3 Duct bank 6 is shown routed into the existing electrical Yes 2, 3 1. According to the original plant design drawings, (2)-5” conduits are installed underground to the primary side of the transformer. This should be confirmed with Southern California Edison (SCE). 2. See attachment for transformer pad and switch vault details. 3. Existing duct bank to be replaced (from the transformer to the main switchboard) contains (6)-4” conduits. The 2 new duct banks (from the new transformer to the new switchboard) shall each contain (4)-4” conduits, for a total of (8)-4”conduits as shown on MJF 3. Duct bank 6 is shown routed into the existing electrical building. Does this duct bank go under or through the existing building footing? Please provide details and requirements for the duct bank installation. total of (8)-4 conduits, as shown on drawing E-2. See Addendum 3 for Details. 121 909-390-7215 7/16/2010 Catie Kennedy 601 South Milliken Ave Suite R Ontario, CA, 91761 Email: ckennedy@bigskyelectric.com Big Sky Electric Subject: Smoke Detectors Drawing: E-15, Specification Reference: 16010-1.1.B.1.h Addendum 1 revised drawing E-15 shows new smoke detectors in the Membrane Filtration Building with no conduit or wire assigned to them. Please advise. No Clarification All new fire alarm devices shall be connected to the existing FACP, located in the existing electrical room of the control building, using #14 AWG size wires. Quantity and size of conduits shall be based on quantity of wires and routing to FACP, and determined in the field. MJF 7/21/2010, 8:40 PM Page 23 of 24 EAST VALLEY WATER DISTRICT PLANT 134 UPGRADES AND EXPANSION PROJECT QUESTIONS DURING BIDDING No. Phone / Fax Date Name Contact Info Company Question Addendum Needed? Addendum No. Response By 122 909-390-7215 7/16/2010 Catie Kennedy 601 South Milliken Ave Suite R Ontario, CA, 91761 Email: ckennedy@bigskyelectric.com Big Sky Electric Subject: Temporary Power Addednum 1 change number 48 to specifications replaces section 16010, "Electrical General Provisions", 1.1.B.1.K, "Temporary Power" which now states the Contractor is to install and maintain all temporary power for plant operation, including during the elctric utility service upgrade. Please specify the approximate load capacity (KVA) required for plant operation No Clarification The existing utility transformer supplying power to the plant is 500 kVA. (480 Volt, 3 Phase). MJF operation. 7/21/2010, 8:40 PM Page 24 of 24 July 7, 2010 - 1 - Addendum No.1 DATE: July 7, 2010 MODIFYING: Contract Documents ADDENDUM NUMBER: 1 PROJECT: East Valley Water District Plant 134 Upgrades and Expansion Project BID TIME AND DATE: 2:00 p.m., July 28, 2010 FROM: CDM 9220 Cleveland Avenue, Suite 100 Rancho Cucamonga, CA 91730 (909) 579-3500 TO: All prospective bidders THE BIDDER SHALL SIGN AND FAX TO CDM THE CERTIFICATION AT THE END OF THIS ADDENDUM AND SHALL ATTACH THE ADDENDUM TO THE DOCUMENTS SUBMITTED WITH THE BID. This addendum forms a part of the Contract Documents. Use the Contract Documents as originally issued to submit bids, in conjunction with this document. This addendum consists of • 35 pages of text • 34 pages of specifications as attachment • 26 drawings as attachment CHANGES TO BIDDING REQUIREMENTS: 1. In Section 00020, “Invitation to Bid”, Page 1, 1st paragraph, CHANGE “Tuesday, July 20, 2010” to “Wednesday, July 28, 2010”. 2. In Section 00020, “Invitation to Bid”, Page 1, 3rd paragraph, CHANGE “six (6) copies of the Bid” to “one (1) copy of the Bid”. 3. In Section 00020, “Invitation to Bid”, Page 2, 5th paragraph, CHANGE “CONTRACTOR’s license with a classification of C” to “CONTRACTOR’s license with a classification of A”. 4. In Section 00100, “Instructions to Bidders”, Article 1.6, CHANGE “Contractor’s license with a classification of C” to “CONTRACTOR’s license with a classification of A”. East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 2 - Addendum No.1 5. In Section 00100, “Instructions to Bidders”, DELETE Article 20.1 in its entirety and REPLACE with “20.1 NOT USED”. 6. In Section 00300, “Bid Form”, DELETE pages 1 through 8 and REPLACE with pages 1 through 8, attached herewith. 7. In Section 00500, “Agreement”, first sentence, DELETE “commence within twenty days following the Effective Date” and REPLACE with “commence on the Effective Date”. 8. In Section 00800, “Supplementary Conditions”, Table of Contents, ADD “10 CHANGES IN WORK; CLAIMS” 9. In Section 00800, “Supplementary Conditions”, SC-12.03. F, ADD the following after the first sentence: The CONTRACTOR shall obtain insurance to indemnify the District for any damage to the Work caused by an act of God for the total contracted amount if the premium of said insurance coverage is called for as a separate bid item in the proposal for Work. 10. In Section 00800, “Supplementary Conditions”, ADD pages 17 through 26, attached herewith. CHANGES TO SPECIFICATIONS: 1. In Section 01014, “Construction Sequence and Constraints”, 1.01.A, CHANGE “30 day performance test” to “30 day Site Acceptance Test” ADD the following at the end of paragraph: CONTRACTOR shall assume 7-days for this test. 2. In Section 01014, “Construction Sequence and Constraints”, 1.07.J, DELETE “prior to the initiation of functional testing of pumps and equipment” and REPLACE with “after ORT and in conjunction with FAT of MFSS furnished equipment.” 3. In Section 01046, “Control of Work”, 1.07.A, DELETE the second sentence. 4. In Section 01665, “Equipment Testing and Startup”, 3.03, CHANGE “AND ACCEPTANCE OF SUBMERGED MEMBRANE SYSTEM” to “(INCLUDING ACCEPTANCE OF SUBMERGED MEMBRANE SYSTEM)” 5. In Section 01665, “Equipment Testing and Startup”, CHANGE 3.03.C to 3.03.B. East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 3 - Addendum No.1 6. In Section 01665, “Equipment Testing and Startup”, DELETE 3.03.B.2 in its entirety and REPLACE with the following: The CONTRACTOR shall provide electricians, instrumentation and controls technicians, plumbers and mechanics to make repairs or correct any deficiencies identified by the OWNER, ENGINEER or MFSS during the 7-day Offline Test, and 30-day Site Acceptance Test of the fully integrated plant. 7. In Section 01665, “Equipment Testing and Startup”, 3.03.B.5, DELETE the paragraph in its entirety and REPLACE with the following: The GENERAL CONTRACTOR shall provide all necessary chemicals for the startup and testing until the completion of 30-day Site Acceptance Test. The OWNER will provide chemicals after the completion of the 30-day Site Acceptance Test. The GENERAL CONTRACTOR shall be responsible for flushing and disposing of the membrane preservative in a manner acceptable to the OWNER. 8. In Section 01665, “Equipment Testing and Startup”, ADD the following: C. SMF Initial Start Up Activities and Commissioning Activities 1. The Detailed Plan of Commissioning Activities shall be used to coordinate the activities of the MFSS’s and GENERAL CONTRACTOR’s personnel. The MFSS will coordinate activities with the GENERAL CONTRACTOR, OWNER and ENGINEER. The types of activities to be performed by the MFSS that will be detailed in the “Detailed Plan of Commissioning Activities” include but are not necessarily limited to the following minimum check items: a. Initial Start Up Activities i. Verify Unit and Piping Installation ii. Verify Valve Tags iii. Verify Instrumentation and Control a) Verify PLC Communication b) Verify PC and Operator Interface Communication c) Software is configured d) Instrument is calibrated e) Control Alarm Set Point has been established f) Testing shall be done in accordance with the requirements of Section 13300, Process Instrumentation and Controls East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 4 - Addendum No.1 g) Refer to Section 13305, Application Engineering Services for application software testing and training h) Receives and responds to Process Control Command Signals (Discrete and/or Analog). iv. Verify Pumps, Metering Pumps, Blowers, Compressors and Other Rotating Equipment are: a) Filled with oil; b) Rotation is proper; and c) Aligned properly (Mechanical Seal has been set) b. Commissioning Activities i. Verify that variable speed pumps operate across the entire speed range required. MFSS personnel shall work with the GENERAL CONTRACTOR’s variable frequency drive (VFD) manufacturer’s personnel to commission the VFDs and establish VFD equipment settings and programming ii. Commission Compressed Air System iii. Commission Blower System iv. Test Membrane Integrity Test System v. Test Vacuum System vi. Test Modulating Valves vii. Test Chemical Feed Systems used for feed and backwash viii. Test Chemical Feed Systems used in CIP and neutralization ix. Test Level Switches in Tanks x. Test Pressure Switches xi. Set Mechanical Seals in Pumps and Flush System xii. Test and Calibrate Process Instruments a) Flow Meters b) Pressure Transmitters c) Level Transmitters d) Turbidity Meters East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 5 - Addendum No.1 e) Chlorine Residual Analyzers f) pH/ORP Meters g) Conductivity Meters h) Temperature Transmitters i) Particle Counters xiii. Miscellaneous Equipment xiv. Field Located Manual Valves xv. Field Located Automatic Valves xvi. Manual Unit Valves xvii. Automatic Unit Valves c. Start Up Activities i. Complete Operational Readiness Test, in accordance with Section 13300, Process Instrumentation and Controls ii. Feed Flow / Pressure / Level Control System in Manual and Automatic Modes iii. Filtrate Flow / Pressure / Level Control System in Manual and Automatic Modes iv. Backwash Flow / Pressure / Level Control System in Manual and Automatic Modes v. Backwash Process Residuals Flow / Pressure / Level Control System in Manual and Automatic Modes vi. Filtration Units Placed into Service in Manual and Automatic Modes vii. Check Start Up Sequence in Normal and Emergency Modes viii. Check Shut Down Sequence in Normal and Emergency Modes ix. Check Process Logic Interlocks x. Install Membrane Modules xi. Place Membrane System in Operation a) Verify Filtration Sequence b) Verify Backwash Sequence East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 6 - Addendum No.1 c) Verify Membrane Test Sequence d) Verify Other MFSS Process Sequences xii. Chemically Clean Membrane Units xiii. Perform Functional Acceptance Test in Accordance with Section 13300, Process Instrumentation and Controls xiv. Check HMI start up and shutdown 2. As a part of the commissioning, the MFSS will oversee the start-up and demonstration of operation of support systems provided by MFSS, including but not limited to chemical feed systems, instrumentation, air compression equipment, and electric controls. This testing shall demonstrate that there are no water or air leaks in the System, that the piping has been installed and connected properly, that the electrical system is operating correctly, and that the instrumentation has been properly calibrated. 3. The MFSS will certify that the existing WTP finished water is suitable for use in testing and starting up the new membrane WTP. 4. The GENERAL CONTRACTOR shall furnish all membrane cleaning chemicals, materials, instruments, and incidental and expendable equipment required for commissioning / placing the equipment into operation. At ENGINEER’s discretion, the MFSS will retain the services of any manufacturer’s representatives as required in the Contract Documents to assist with the commissioning / placing into operation of the Goods. The costs of these services shall be borne by the MFSS. 5. The MFSS will oversee the installation of membrane modules by the GENERAL CONTRACTOR. The MFSS will conduct a membrane integrity test on each process cell. The MFSS will repair any broken fibers. The MFSS will provide ENGINEER with both the integrity test results for each process cell and results documenting that each installed process cell has passed the integrity test and meets all CDPH requirements. 6. The MFSS will provide necessary information to the GENERAL CONTRACTOR, related to the equipment provided by the MFSS, for use by the GENERAL CONTRACTOR to develop electrical system studies required by the installation contract. 7. The MFSS will provide necessary support to the GENERAL CONTRACTOR related to the startup/commissioning/testing of equipment provided by the MFSS or the GENERAL CONTRACTOR. This equipment shall include, but shall not be limited to, VFDs, MCCs, and local control station. 8. The MFSS will assist with obtaining CDPH approval for full-scale operation of the system. The MFSS will assist the ENGINEER in developing a CDPH required Operations Plan and in addressing comments from CDPH. The MFSS will provide the ENGINEER and OWNER assistance in obtaining CDPH permit for this new facility. The filtered effluent shall not be discharged into the Reservoir until the system is approved by the CDPH. East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 7 - Addendum No.1 D. Testing 1. 7-Day Offline Test a. The purpose of the 7-day Offline Test is to verify that both the System and each Unit are: (i) Properly installed; (ii) Operational; (iii) Capable of completing all operating cycle(s) free of problems; and (iv) Free from pump or valve cavitation, overheating, overloading, vibration, or other operating problems. b. During the 7-day Offline Test, the MFSS will conduct membrane integrity tests on each process cell and provide ENGINEER with both the integrity test results for each process cell and results documenting that each installed process cell has passed the integrity test and meets all CDPH requirements. c. OWNER or ENGINEER will be present to witness the 7-day Offline Testing. d. GENERAL CONTRACTOR shall provide corrective assistance during the 7-day Offline Testing of the SMF system. The GENERAL CONTRACTOR shall furnish all membrane maintenance cleaning chemical, and materials, instruments, and incidental and expendable equipment required. e. Approximate amounts of chemicals required for membrane maintenance cleaning for the 7-day Offline Test are as follows (concentrations of bulk chemical are shown in % by weight): 12% Sodium Hypochlorite – 18 gal f. Sodium hypochlorite shall be purchased within one week of use to prevent degradation from extended storage time. g. During the 7-Day Offline Test, the GENERAL CONTRACTOR shall operate the fully integrated SMF system offline circulating flows within the plant without discharging to the distribution system. The GENERAL CONTRACTOR shall provide a temporary bypass pipe connecting the 16” tee with blind flange, located upstream of membrane pre-filters to the 10” tee with blind flange, located on individual membrane permeate pump discharge. The temporary bypass pipe shall be 10” minimum. The blind flanges are shown on Contract Drawings M-4, M-9, 200362-D-001 and 200362-D-005. 2. 30-Day Site Acceptance Test a. The purpose of 30-day Site Acceptance Test is to demonstrate that the fully integrated plant can be operated without a single non-field-repairable malfunction. The GENERAL CONTRACTOR shall demonstrate that equipment is: (i) Properly installed; (ii) Ready to be placed into service by OWNER; (iii) In compliance with the service conditions, performance requirements, material specifications, and all other requirements of the Contract Documents. Successful completion of the 30-day test shall be a condition of Substantial Completion. See Division 13 specifications for detailed requirements. East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 8 - Addendum No.1 b. OWNER or ENGINEER will be present to witness the 30-day Site Acceptance Testing. c. GENERAL CONTRACTOR shall provide corrective assistance during the 30-day Site Acceptance Test. The GENERAL CONTRACTOR shall furnish all membrane Clean-In-Place (CIP) and neutralization chemicals, membrane maintenance cleaning chemical, and materials, instruments, and incidental and expendable equipment required. d. Approximate amounts of chemicals required for membrane Clean-In-Place (CIP), neutralization, and maintenance cleaning for the 30-day Site Acceptance Test are as follows (concentrations of bulk chemical are shown in % by weight): 12% Sodium Hypochlorite – 73 gal/month 75% Phosphoric Acid – 22 gal/month 36% Sodium Bisulfite – 22 gal/month 25% Caustic Soda – 84 gal/month e. Sodium hypochlorite shall be purchased within one week of use to prevent degradation from extended storage time. f. If the 30-day Site Acceptance Testing is extended due to failure to demonstrate satisfactory performance of the facility, GENERAL CONTRACTOR shall supply additional chemicals as required to complete the testing at no cost to the OWNER. 3. 90-Day Membrane Acceptance Test a. The purpose of the Membrane Acceptance Testing is to demonstrate that the SMF system operates as specified. b. The MFSS, ENIGNEER and OWNER will be primarily responsible for oversight of the 90-Day Membrane Acceptance Test, however, this testing period may partially or fully overlap with 30-Day Site Acceptance Testing period. c. The GENERAL CONTRACTOR shall coordinate activities and oversight between 30-Day Site Acceptance Test and 90-Day Membrane Acceptance Test and shall provide all materials and support as specified for the 30-Day Site Acceptance Test. d. OWNER or ENGINEER will be present to witness the 90-Day Acceptance Testing. East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 9 - Addendum No.1 9. In Section 01665, “Equipment Testing and Startup”, ADD the following before EQUIPMENT SUPPLIER’S CERTIFICATE OF INSTALLATION” TABLE 01665-1 SUMMARY OF RESPONSIBILITIES FOR EQUIPMENT TESTING AND STARTUP Water Treatment Plant Testing Requirements Duration (Days) Party Performing Testing and Startup GC PCSS AESS MFSS Detailed Plan of Commissioning 0 X Un-witnessed Factory Tests (UFT) 60 X X X X Witnessed Factory Tests (WFT) 60 X X X X Initial Startup Activities (MFSS 016603.01C) 30 X Installation Pre-commissioning Inspection (MFSS 01620) 0 X Commissioning Activities (MFSS 01660 3.01C) 30 X X Operation Readiness Tests (ORT) 10 X X Startup Activities (MFSS 016603.01C) 5 X Functional Acceptance Tests (FAT) 10 X X 100 hour FAT Operations Test 4 X 7 Day Offline Test 7 X X X X 30 Day Site Acceptance Test 30 X X X X 90 Day Membrane Acceptance Test 90 X GC = General Contractor Non I&C Systems PCSS = General Contractor Process Control System Supplier (PCSS) AESS = General Contractor Applications Engineering Systems Supplier (AESS) MFSS = Membrane Filtration System Supplier 10. In Section 02200, “Earthwork”, 1.06.C, REPLACE the word “CONTRACTOR” with “OWNER” in the first sentence. 11. In Section 02617, “Buried Steel Pipe and Fittings”, 1.05.D, ADD the following at the end of paragraph: CONTRACTOR shall provide at least 5 days notice prior to testing. 12. In Section 02623, “High Density Polyethylene Pipe and Fittings”, 1.01.A, DELETE the word “sewer”. 13. In Section 02623, “High Density Polyethylene Pipe and Fittings”, 1.04, CHANGE 1.04.B to 1.04.D, and ADD the following before 1.04.D: B. American Water Works Association (AWWA) 1. AWWA C600 - Installation of Ductile Iron Water Mains and Their Appurtenances. East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 10 - Addendum No.1 2. AWWA C906 - Polyethylene (PE) Pressure Pipe and Fittings, 4-in Through 63-in, for Water Distribution and Transmission. C. American National Standards Institute (ANSI) 1. ANSI B16.1 - Cast Iron Flanges and Flanged Fittings. 2. ANSI B16.21 - Nonmetallic Flat Gaskets for Pipe Flanges. 3. ANSI/NSF 61- Drinking Water System Components-Health Effects 14. In Section 02623, “High Density Polyethylene Pipe and Fittings”, 2.01.A, last sentence, CHANGE “65 psi” to “100 psi”. 15. In Section 02623, “High Density Polyethylene Pipe and Fittings”, 3.01.A, DELETE “using pipe busting methods as specified in Section 02777 of the Contract Documents” and REPLACE with “in accordance with manufacturer’s instructions.” 16. In Section 02623, “High Density Polyethylene Pipe and Fittings”, 3.03, DELETE “(Gravity Pipelines)”. 17. In Section 02623, “High Density Polyethylene Pipe and Fittings”, 3.03.A, REPLACE “Testing shall” with “Gravity pipelines testing shall”. 18. In Section 02623, “High Density Polyethylene Pipe and Fittings”, 3.03, ADD the following at the end: B. Pressure pipelines shall be pressure and leakage tested. Pipelines shall be subjected to a hydrostatic pressure of 1.5 times the working pressure for one hour and the pressure shall show no leakage. The test pump and water supply shall be arranged to allow accurate measurement of the water required to maintain the test pressure. Where applicable, hydrant branch gate valves shall remain open during this test. 19. In Section 05100, “Pre-Engineered Metal Building System”, 1.06.J, CHANGE “4.5 ton monorail” to “4 ton monorail”. 20. In Section 05100, “Pre-Engineered Metal Building System”, 1.07.A.5, CHANGE “4.5 ton crane” to “4 ton monorail and 2 ton monorail”. 21. In Section 05100, “Pre-Engineered Metal Building System”, 3.03.G.5, CHANGE “4.5 ton monorail” to “4 ton monorail”. East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 11 - Addendum No.1 22. In Section 08700, “Finish Hardware”, 3.03.A, ADD the following at the end: HW SET 7: 3 PR. Butt Hinges 4 ½" x 4 ½" with NRP US32D 2 EA. Exit Device 64-8913 (Mortise with Lock) US32D 1 EA. Lock Cylinder 6300 (Removable Core) US32D 2 EA. Flush Bolts 555 x 12” (Inactive Leaf) US26D 1 EA. Dust Proof Strike 570 (Inactive Leaf) US26D 1 EA. Door Closer EN351-DA (Push Side of Active) US32D 2 EA. Overhead Stop/Hold 690H (Concealed) US26D 2 EA. Kickplates 8” x 12” LWOD x 0.050” S32D 1 EA. Astragal 355AS (Active Leaf) Aluminum 1 SET Gasketing Full Perimeter Weatherstrip 2 EA. Threshold 2005 AKT (Skid Resistant) Aluminum 23. In Section 13300, “Instrumentation and Controls - General Provisions”, 1.01.A, DELETE in its entirety and REPLACE with the following: The CONTRACTOR shall procure the services of a single Process Control System Supplier (PCSS) and Applications Engineering System Supplier (AESS) to furnish and install all materials, equipment, labor and services, except for those services and materials specifically noted, required to achieve a fully integrated and operational system as specified herein and in other Specification Sections listed below. The PCSS and AESS responsibilities are separately defined throughout the contract documents. However, the PCSS and AESS may be the same firm if qualified and approved to provide both services. 24. In Section 13300, “Instrumentation and Controls - General Provisions”, 1.01.B.1, 2, and 3, DELETE “under separate Contract.” in the last sentence of each part. This refers to the AESS services that are now included in the CONTRACTOR’s project scope. See item 2.19 below for a detailed AESS scope of work. 25. In Section 13300, “Instrumentation and Controls - General Provisions”, 1.01.J.1.a, DELETE “under separate contract.” in sentence two. 26. In Section 13300, “Instrumentation and Controls - General Provisions”, 1.01.J.1.b, DELETE “Kingfisher RTU” and REPLACE with “Plant Controls Network” in sentence one. 27. In Section 13300, “Instrumentation and Controls - General Provisions”, 1.01.J.3.a, DELETE “PCSS” and REPLACE with “AESS”. 28. In Section 13300, “Instrumentation and Controls - General Provisions”, 1.01.J.3.b, DELETE “PCSS” and REPLACE with “AESS” in both sentences and DELETE “AESS” and REPLACE with “PCSS” in sentence two. East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 12 - Addendum No.1 29. In Section 13300, “Instrumentation and Controls - General Provisions”, 1.01.J.5, DELETE entire part and REPLACE with the following: Note that various existing instruments and existing signals are shown on the P&IDs for clarity and informational purposes. Existing instruments and sample pump signals, wired to the Kingfisher RTU, shall be re-terminated to the new WTCP PLC. 30. In Section 13300, “Instrumentation and Controls - General Provisions”, 1.03.B, DELETE entire part and REPLACE with the following: Qualifications Submittal (PCSS) 4. Submit, within 30 calendar days after Contract Award, detailed information on their staff and organization to show compliance with the Quality Assurance requirements of this Section. The Qualifications submittal shall be submitted and approved before any further submittals will be accepted. Failure to meet the minimum requirements shall be grounds or rejection as an acceptable PCSS. The Qualifications Submittal shall, as a minimum, contain the following: 5. Copies of ISA CCST Level 1 certificates for all field technicians or resumes demonstrating field experience. 6. Notarized statement from the firm's financial institution demonstrating ability for the firm to meet the obligations necessary for the performance of the work. 7. Copy of UL-508 certificate for panel fabrication facilities. 8. Project references for water or wastewater projects as defined in the Quality Assurance paragraphs. 9. Sufficient documentation to demonstrate the PCSS's capabilities to complete this project including: resumes of key staff, bonding capacities, details on engineering, design, fabrication, and field service capabilities, and location of staff responsible for responding to the site within four hours to resolve startup issues. Qualifications Submittal (AESS) 1. Submit, within 30 calendar days after Contract Award, detailed information on their staff and organization to show compliance with the Quality Assurance requirements of this Section. The Qualifications submittal shall be submitted and approved before any further submittals will be accepted. Failure to meet the minimum requirements shall be grounds or rejection as an acceptable AESS. The Qualifications Submittal shall, as a minimum, contain the following: 2. Project references for water or wastewater projects as defined in the Quality Assurance paragraphs. 3. Sufficient documentation to demonstrate the AESS's capabilities to complete this project including: resumes of key staff, bonding capacities, details on engineering, East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 13 - Addendum No.1 integration, SCADA system programming, field service capabilities, and location of staff responsible for responding to the site within four hours to resolve startup issues. 31. In Section 13302, “Instrumentation and Controls – Testing”, 3.01.B, ADD the following at the end: The existing Kingfisher RTU shall remain in service during upgrades construction of the new treatment facility. A system shutdown will be required, scheduled, and coordinated by the PCSS and AESS to remove/relocate the existing RTU control panel. The shutdown will include but is not limited to disconnecting all current wiring, protecting the wire that shall be reconnected to the new WTCP PLC, and then removing the existing RTU control panel. Once the existing control panel is removed, the new water treatment control panel (WTCP) shall be installed in the same physical location and the Kingfisher RTU panel, with radio modem, will be relocated/mounted into the existing Electrical Room II. All conduits and cables shall be prepared prior to the shutdown to minimize the reinstallation time of both panels. In addition, all SCADA/PLC/RTU programs shall be modified, developed and pretested off site as defined in related division 13 specifications. The signals that are being reassigned to the new WTCP PLC and the ClearSCADA displays shall be functional. Testing of the overall controls communications network, new WTCP (as it relates to the newly reassigned signals), and reinstallation of the Kingfisher RTU shall be completed and signed off by the Engineer and or Owner’s representative before the systems will be placed back into service and before final or other testing takes place. A formal outlined plan and schedule shall be prepared by the PCSS, coordinated with the AESS and submitted to the Engineer and Owner at least 30 days prior to the proposed shutdown. The outlined plan and schedule shall define specific efforts and timelines for completing the work during the shutdown. 32. In Section 13302, “Instrumentation and Controls – Testing”, 3.05.A, first sentence, ADD “under conditions of full plant process operation” after “30-day Site Acceptance Test”. 33. In Section 13305, “Instrumentation and Controls - Control Descriptions”, 3.02.U, MODIFY Loop 400-499 as follows: In the “GENERAL:” section of the description REPLACE “RTU” with “PLC” in paragraph one sentence two. In the “GENERAL:” section of the description DELETE the 3rd paragraph and REPLACE with the following: Refer to drawing I-11 for process and instrumentation diagram. The purpose of this P&ID is to give the AESS an understanding of the preliminary quantity of process data that will need to be displayed on the existing lab/control room OWS. During construction, the District may request a few more data points for display on their OWS. The majority of the signals are for monitoring purposes only; however, some are interlocked with loops described herein (i.e. generator and ATS signal and stop CIP hydroxide pump command signals). Note that “influent turbidity” comes from an existing instrument and the signal currently resides in the Kingfisher RTU but, the signal will be reassigned to the new WTCP PLC. This is necessary to transmit to the MFCP via the Ethernet network. East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 14 - Addendum No.1 34. In Section 13305, “Instrumentation and Controls - Control Descriptions”, 3.02.U, ADD Loops 616-1 and 616-2 as follows: LOOP 616-1 ORTHOPHOSPHATE PUMP NO. 1 GENERAL: The Orthophosphate pump injects chemical into the treated water pipeline and shall be paced with effluent flow (FIT-810, I-6). Refer to drawing I-7 for process and instrumentation diagram. CONTROL: Local (existing): The existing Manual/Off/Auto selector switch at the pump shall be used in place of the Hand/Off/Auto switch on the front of Kingfisher RTU panel (Old WTCP). Manual: When the MOA selector switch (HS-616-1) is in the “Manual” position, the operation of the pump is at the local panel. Off: When the MOA selector switch (HS-616-1) is in the “Off” position, the pump will not operate in either Local or Remote mode. Auto: When the MOA selector switch (HS-616-1) is in the “Auto” position, control of the pump is transferred to the SCADA PLC/OWS. SCADA PLC/OWS (New): The pump’s speed and start/stop operation shall be controlled by the new PLC in the WTCP. Manual: The pump can be manually started or stopped by the operator at the SCADA PLC/OWS. Also, the operator can manually adjust the speed setpoint of the VFD at the SCADA PLC/OWS. Auto: In automatic, the pump shall be paced with effluent flow (FI-810). The pump speed setpoint (SC-616-1) shall be adjustable and proportional. The operator shall select the duty pump. Once a pump is selected to start, it shall run and be paced while positive flows are detected. (Note: During low flow conditions in which less than three treatment trains are operating a backwash event could lead to reverse flows through FIT-810. In these events the chemical feed shall pause with a 4 mA pacing signal until the flows have resumed to the finished water reservoir.)The duty and standby pump shall be alternated after each start/stop cycle. If the duty pump fails, the standby pump shall start if it is not already running. ALARMS / MONITORING: Local: a. Status/alarms SCADA PLC/OWS (New): a. MOA switch in Auto, (YCI-616-1) East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 15 - Addendum No.1 LOOP 616-2 ORTHOPHOSPHATE PUMP NO. 2 The Orthophosphate pump (PMP-616-2) functionally is identical to Loop-616-1. Refer to drawing I-7 for process and instrumentation diagram. 35. In Section 13305, “Instrumentation and Controls - Control Descriptions”, 3.02.U, ADD Loops- 628 and 629 as follows: LOOP 628 SUPPLY AIR DUCT SMOKE DETECTOR GENERAL: The supply air duct shall be monitored for smoke to provide a general alarm to the SCADA PLC/OWS. The alarm shall provide an auto callout to operations when it occurs. Refer to drawing I-7 for process and instrumentation diagram. CONTROL: None. ALARMS / MONITORING: Local: None. SCADA PLC/OWS: a. Smoke detection alarm, (YA-628) LOOP 629 RETURN AIR DUCT SMOKE DETECTOR GENERAL: The return air duct shall be monitored for smoke to provide a general alarm to the SCADA PLC/OWS. The alarm shall provide an auto callout to operations when it occurs. Refer to drawing I-7 for process and instrumentation diagram. CONTROL: None. ALARMS / MONITORING: Local: None. SCADA PLC/OWS: a. Smoke detection alarm, (YA-629) East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 16 - Addendum No.1 36. In Section 13305, “Instrumentation and Controls - Control Descriptions”, 3.02.U, MODIFY Loop 630-1 as follows: In the “CONTROL:” section of the description in subsection “Auto:” under “SCADA PLC/OWS (NEW)” DELETE “existing” in sentence two. Also, in sentence two REPLACE “RTU” with “PLC”. 37. In Section 13305, “Instrumentation and Controls - Control Descriptions”, 3.02.U, ADD this note to “SCADA PLC/OWS (New)” “Auto” subsection of Loops 630-1 and 690-1, 2, 3 as follows: (Note: During low flow conditions in which less than three treatment trains are operating a backwash event could lead to reverse flows through FIT-810. In these events the chemical feed pump(s) shall pause with a 4 mA pacing signal until the normal flows have resumed to the finished water reservoir.) 38. In Section 13305, “Instrumentation and Controls - Control Descriptions”, 3.02.U, MODIFY Loop 690-1,2,3 as follows: In the “GENERAL:” section of the description paragraph three, DELETE sentence five “This signal can be retrieved from the Kingfisher RTU via the Ethernet network.” 39. In Section 13305, “Instrumentation and Controls - Control Descriptions”, 3.02.U, MODIFY Loop 661, 653, 665, 670, 676, 677, 680 as follows: In the “GENERAL:” section of the description DELETE paragraph one and REPLACE with the following: Sodium hypochlorite generator system is a vendor packaged system, which includes all controls and operations logic required for the system. The vendor’s PLC and OIT shall have Ethernet communications port for connection to the WTCP PLC. The WTCP PLC will monitor the status/alarms of the system and provide a run command to the system based on chemical storage tank levels. 40. In Section 13305, “Instrumentation and Controls - Control Descriptions”, 3.02.U, MODIFY Loop 681 as follows: In the “GENERAL:” section of the description DELETE paragraph one and REPLACE with the following: The existing hypo storage tank level is currently monitored by the Kingfisher RTU; the level signal will be reassigned to the new PLC for monitoring. High and low level alarm statuses will be transmitted to the Sodium Hypochlorite Control Panel (SHCP), via the Ethernet network (shown on I-3). The SHCP shall start/stop the hypo generator per these status signal conditions. East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 17 - Addendum No.1 41. In Section 13305, “Instrumentation and Controls - Control Descriptions”, 3.02.U, ADD to the Loop Index as follows: LOOP 616-1 ORTHOPHOSPHATE PUMP NO. 1 LOOP 616-2 ORTHOPHOSPHATE PUMP NO. 2 LOOP 628 SUPPLY AIR DUCT SMOKE DETECTOR LOOP 629 RETURN AIR DUCT SMOKE DETECTOR 42. ADD Section 13306, “I&C – Application Engineering Services”, dated June 2010, attached herewith. 43. In Section 13307, “I&C – Application Engineering Support Services”, 1.01.B.5, DELETE entire part and REPLACE with the following: Deliver the equipment to: Selected and Engineer Approved AESS firm. 44. In Section 13320, “Control and Data Network Equipment”, 3.08.A, DELETE entire part and REPLACE with the following: The UPS systems shall be located as shown on the Drawings, shall sustain operation of the indicated equipment, shall provide power for an orderly shutdown to prevent the loss of the system during power failure and shall provide isolation between the following listed components and the plant power system. Each UPS shall sustain operation of equipment within a panel including PLC, RTU, Ethernet switches, power supplies, and any other related network/control equipment. 45. In Section 15064, “Plastic Pipe and Fittings”, 1.06.C.1, Fluids, ADD “Orthophosphate (PO4)” after “Sodium Hypochlorite (SHC)”. 46. In Section 15064, “Plastic Pipe and Fittings”, 1.06.D, ADD the following at the end: 2. System: Membrane CIP Chemicals Carrier Pipe and Fittings Material: Schedule 80 CPVC Containment Pipe and Fittings Material: Schedule 40 PVC Pipe and Fittings Fluids: Sodium Bisulfite (SBS), Caustic Soda (CS), Sodium Hypochlorite (SHC), Phosphoric Acid (PHOS) Pressure: Atmosphere to 100 psig Flow Velocity: Up to 10 fps Temperature: 35 to 180 degrees F Special Conditions: Pulsation from diaphragm pumps East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 18 - Addendum No.1 47. In Section 15064, “Plastic Pipe and Fittings”, DELETE paragraph 2.01.D.2 in its entirety. 48. In Section 16010, “Electrical General Provisions”, DELETE 1.1.B.1 in its entirety and REPLACE with the following: 1. The CONTRACTOR shall be responsible for: a. Performing the following work in coordination with the utility company, Southern California Edison: 1) Modification work on transformer primary and secondary duct banks. 2) Installation of new transformer and primary switch vaults. 3) Installation of temporary power needed to fully operate the plant during this utility service upgrade. b. Demolition of existing main service switchboard, MSB-1. c. Installation of new main service switchboard, MSB-1. d. Complete systems in accordance with the intent of these Contract Documents. e. The CONTRACTOR shall coordinate the incoming electrical service with the electric utility company providing service. f. The CONTRACTOR shall coordinate the details of facility equipment and construction for all Specification divisions which affect the work covered under Division 16, Electrical. g. The CONTRACTOR shall furnish and install all incidental items not actually shown or specified, but which are required by good practice to provide complete functional systems. h. The CONTRACTOR shall lay out electrical work prior to placing floors and walls to properly locate all penetrations, and shall furnish and install all sleeves and openings required for passage of all raceways. i. The CONTRACTOR shall furnish and install all inserts and hangers required to support raceways and other electrical equipment and materials. j. The CONTRACTOR shall notify the ENGINEER in writing 48 hours in advance of energizing any new electrical equipment. If the energization is rescheduled later than 48 hours from the originally scheduled time, a new notification shall be made. The CONTRACTOR shall not proceed without approval from the ENGINEER. k. Temporary Power: The CONTRACTOR shall furnish, install and maintain all temporary power and lighting systems needed for construction and full operation of the plant, including during the electric utility service upgrade. This temporary system shall include weatherproof panel(s) for the CONTRACTOR's main circuit breakers and power East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 19 - Addendum No.1 distribution system, and ground fault interrupting equipment. All connections shall be watertight with wiring done with Type SO portable cable as a minimum. The CONTRACTOR shall remove all temporary power equipment and devices after construction is completed. l. Electrical System Protective Device Coordination: During the Contract period, the CONTRACTOR shall perform a preliminary and a final coordination study to determine the proper settings for all new protective relays, circuit breakers and fuses. This study shall include all new devices starting at the utility service, and including the secondary devices on all transformers, and extending to include all feeder and branch circuits, including low-voltage circuits from 120 V to 480 V. This study should be completed for both short-circuit, arc flash and protective devices coordination. 49. In Section 16235, “Standby Generator and Automatic Transfer Switch”, 1.02.A, DELETE “no equal”, and ADD the following at the end of paragraph: Complete standby generator system, including internal fuel tank, shall fit within footprint of the concrete equipment pad with minimum 6’-0” clearance from the faces of the retaining wall, as shown on the Drawings. Generator system shall meet all requirements specified herein and the Drawings. 50. In Section 16235, “Standby Generator and Automatic Transfer Switch”, 1.02.B, ADD “in accordance with Section 01300” after “review”. 51. In Section 16235, “Standby Generator and Automatic Transfer Switch”, 2.01, REPLACE “ACCEPTABLE MANUFACTURES” with “ACCEPTABLE MANUFACTURERS”, and ADD the following: D. Standby generator shall be manufactured by Cummins, Caterpillar, or approved equal. 52. In Section 16430, “Low Voltage Switchboard”, DELETE 2.3 in its entirety. CHANGES TO DRAWINGS: All drawings being replaced and list here have clouded revisions referenced to this addendum. 1. DELETE Drawing G-2 and REPLACE with the new drawing G-2 attached to this Addendum. 2. DELETE Drawing C-2 and REPLACE with the new drawing C-2 attached to this Addendum. 3. DELETE Drawing C-3 and REPLACE with the new drawing C-3 attached to this Addendum. East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 20 - Addendum No.1 4. DELETE Drawing C-4 and REPLACE with the new drawing C-4 attached to this Addendum. 5. DELETE Drawing C-5 and REPLACE with the new drawing C-5 attached to this Addendum. 6. DELETE Drawing C-6 and REPLACE with the new drawing C-6 attached to this Addendum. 7. DELETE Drawing C-8 and REPLACE with the new drawing C-8 attached to this Addendum. 8. DELETE Drawing A-2 and REPLACE with the new drawing A-2 attached to this Addendum. 9. DELETE Drawing A-6 and REPLACE with the new drawing A-6 attached to this Addendum. 10. On Drawing S-4, Note, ADD the following notes: “5. NEW FRP GRATING SHALL BE INSTALLED AT TOW EL 1511.5 FOR ENTIRE CIP AREA, INCLUDING CIP CHEMICAL STORAGE AND FEED AREAS AND CIP AND NEUTRALIZATION TANKS AREA. TOP OF FRP GRATING SHALL BE FLUSH WITH TOP OF TANK PADS AND PUMP PADS. 6. NEW FRP GRATING SHALL BE INSTALLED TO COVER THE ENTIRE PIPE TRENCH TO WEST OF SUBMERGED MEMBRANE TANKS. TOP OF GRATING SHALL BE FLUSH WITH FLUSH WITH FF EL1510.83.” 11. On Drawing S-6, Plan, CHANGE “4.5 TON MONORAIL” to “4 TON MONORAIL” 12. On Drawing S-7, Section 1, CHANGE “4.5 TON MONORAIL” to “4 TON MONORAIL” 13. On Drawing M-2, Pipe Materials, ADD “ H2 – HYDROGEN GAS” 14. On Drawing M-2, Pipe Materials, ADD “PE – POLYETHYLENE” 15. On Drawing M-5, Note, ADD the following note: “7. 1/2”-SA-PE SHALL BE WATER SAMPLE LINE WITH 1/2” ID, BLACK POLYETHYLENE TUBING MANUFACTUERED IN ACCORDANCE WITH ASTM D1785. FITTINGS SHALL BE SCH 80 PVC, BARBED WITH SST TUBING CLAMP.” 16. On Drawing M-5, Sample Tap (Typ of 5) on 18”-BWW-STL-CML, DELETE Detail callout E/MD-2 and REPLACE with Detail callout F/MD-3. East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 21 - Addendum No.1 17. On Drawing M-11, Note, ADD the following at the end of Note 3: “NEW FRP GRATING SHALL BE INSTALLED FOR ENTIRE CIP AREA. SEE DWG S-4 FOR DETAILS.” 18. DELETE Drawing M-14 and REPLACE with the new drawing M-14 attached to this Addendum. 19. On Drawing PD-2, Detail F, DELETE “STAINLESS STEEL” before “HOSE RACK” and CHANGE “1” HOSE” to “3/4” HOSE”. 20. DELETE Drawing E-2 and REPLACE with the new drawing E-2 attached to this Addendum. 21. DELETE Drawing E-4 and REPLACE with the new drawing E-4 attached to this Addendum. 22. DELETE Drawing E-5 and REPLACE with the new drawing E-5 attached to this Addendum. 23. DELETE Drawing E-6 and REPLACE with the new drawing E-6 attached to this Addendum. 24. DELETE Drawing E-7 and REPLACE with the new drawing E-7 attached to this Addendum. 25. DELETE Drawing E-10 and REPLACE with the new drawing E-10 attached to this Addendum. 26. DELETE Drawing E-12 and REPLACE with the new drawing E-12 attached to this Addendum. 27. DELETE Drawing E-15 and REPLACE with the new drawing E-15 attached to this Addendum. 28. DELETE Drawing E-16 and REPLACE with the new drawing E-16 attached to this Addendum. 29. DELETE Drawing E-18 and REPLACE with the new drawing E-18 attached to this Addendum. 30. On Drawing I-2, Pipe Materials, ADD “PE – POLYETHYLENE” 31. DELETE Drawing I-3 and REPLACE with the new drawing I-3 attached to this Addendum. East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 22 - Addendum No.1 32. DELETE Drawing I-4 and REPLACE with the new drawing I-4 attached to this Addendum. 33. DELETE Drawing I-6 and REPLACE with the new drawing I-6 attached to this Addendum. 34. DELETE Drawing I-7 and REPLACE with the new drawing I-7 attached to this Addendum. 35. DELETE Drawing I-8 and REPLACE with the new drawing I-8 attached to this Addendum. 36. DELETE Drawing I-9 and REPLACE with the new drawing I-9 attached to this Addendum. East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 23 - Addendum No.1 QUESTIONS AND CLARIFICATIONS: Requests for clarification of details on the drawings or of provisions of the specifications have been identified. The questions with the appropriate East Valley Water District responses are as follows: No. Question Addendum No. Response 1 Do you know who the contact is with East Valley Water District regarding the services of soils and materials testing & special inspection? Clarification Soils testing will be handled by CDM on behalf of the Owner. 2 Note 1 on drawing C-5 states "All DI pipe shall have Megalug restrained joints, or an approved equal. Please see attached information regarding the Star Pipe joint restraint. We would like to be considered an equal. We have product for both ductile and PVC pipe. Clarification No additional equipment manufacturers will be added as approved equals to the specifications at this time. Bidders may propose substitutions in accordance with Section 01630. 3 CPC is the local representative for Chemineer (Flocculators, Static Mixers and In-line Mixers). We are also the representative for Pulsafeeder Chemical Metering Pumps. We also have other products which we may be able to offer for this project. Clarification See response to RFI #2. 4 In the Invitation to Bid, Section 00020, Page 2 of 4, fifth (5) paragraphs and the Instruction to Bidders Section 00100, 1.6 states Bidders are to possess a C license. C licenses are specialty trade licenses. This project due to the many trades involved should require contractors to possess an A license General Engineering. 1 Contractor shall possess A license for General Engineering. See Addendum No.1 5 We request the District to re-evaluate the requirement of submitting six (6) copies of the bid on bid day. This is quit burdensome due to the complexities of bid day. 1 1 copy of sealed Bid will be required. See Addendum No.1 6 Also we request that Subcontractor DBE Performance Form (EPA-6100-3) Attachment D and DBE Subcontractor Utilization Form (EPA 6100-4) Attachment E be submitted within 24 to 48 hours of the Bid Date and Time. Here again due to bid day complexities it becomes quite burdensome to obtain this information and paper work from DBE subcontractors. Clarification The Subcontractor DBE forms A, D, and E shall be submitted with the Bids on the Bid Date and Time. Bids submitted without these forms will not be considered. 7 We have ordered the plans and specs for the referenced bid. Could you tell us the length of the job in calendar or working days, and approximately when the job will begin? Clarification See Section 00500, Article 3 for Contract Time. 8 Can you please let me know the Engineer estimated for the Referenced Project. Clarification The Engineer’s estimate for this project is $10.1 million. 9 Supplementary conditions - page 7 of 26, it states that earthquake & "water damage" insurance is required. The bid form doesn't not have a specific bid item for this. Per the Public Contracting Code, a specific bid item is required for Earthquake & Flood (acts of god) insurance. Can you confirm Acts of God Insurance is required and if so issue an addenda with a revised bid form? 1 Acts of God Insurance is required. Bid Form is revised. See Addendum No.1 10 Invitation to Bid and Spec Section 00100 Instructions to Bidders require the Contractor to possess a license with qualification of C. This is unusual, since class A license is usually required for the general contractor. Still, if qualification C is required, please advise which exactly specialty applies, since there are more than 40 different C specialties in the CSLB Description of Qualifications. 1 See response to RFI #4. East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 24 - Addendum No.1 11 1) Sheet CD-4, Detail C Call out for Transition Coupling from DI to Existing?? Material. 2) Sheet CD-3, Detail B It looks like the Pipe spool from the MJ BFV to the Flowmeter may need to have a FCA to allow the spool to pass through the Vault. 3) Sheet CD-4, Detail C It looks like the Pipe spool from the Flowmeter to the 45 Elbow may need to have a FCA to allow the spool to pass through the Vault. 4) Sheet C-5 Indicates for 8” DR-DIP to CATCH BASIN See Drawing C-8. The Same pipe is called out as PVC & DIP ?? Please confirm which is correct. 5) Sheet C-6 Please confirm if PVC Sewer Fittings / SDR 35 Gasketed is what you are looking at for 8” PVC Sewer Line. Clarification Clarification Clarification 1 Clarification 1) The existing pipe material is DI. 2) Provide flanged coupling adapter to allow spool to pass through the vault. 3) The pipe spool is existing. Flanged coupling adapter is not needed. 4) The 8” drain pipe shall be PVC. The call-out on Drawing C-5 is revised. 5) Correct. 12 Attached please find dimensional drawings for a Kohler 1250REOZMB generator. The generator dimensions with a sound attenuated housing are 384” long X 108” wide X 153” tall including exhaust stack. These dimensions include an internally mounted exhaust silencer. These dimensions do not include a fuel tank, I did not see one on the specification sheets I have. I would like to drop off a set of these drawings for your use on this and future projects. If that is ok with you I will call and set up a time. Thanks you for your consideration of Kohler and Bay City Electric Works. For additional information on both of our companies you can find us at www.bcew.com and www.kohler.com. 1 See Addendum No.1. 13 RFI No.1 In order to guarantee competitive pricing, SSC Construction is asking for the bid date to be extended to the following Thursday, July 29th , as there are many other General Contractors bidding another job on the same day (July 20th). 1 See Addendum No.1. 14 1) In the invitation to bid in states that the bidder is to submit six (6) copies of the bid and requested information. Does this mean one original and five copies? 2) If one original and five copies are required can the copies be submitted by the next day? As bids close and final pricing is changing up until one or two minutes before bid time it is almost impossible to fill out the original along with 5 copies including the DBE paperwork. This increases the chance of errors in the copies with all of the information needed. 1 1) See response to RFI #5. 2) See response to RFI #6. 15 RFI No.2 On sheet M-5; Note below the blower on the right hand side (5) ½” SA –PE (4” Conduit riser. Does PE mean polyethylene pipes? If it does there is on specs for polyethylene, please provide. 1 PE means polyethylene. The following note will be added to Drawing M-5: "1/2”-SA-PE SHALL BE WATER SAMPLE LINE WITH 1/2” ID, BLACK POLYETHYLENE TUBING MANUFACTUERED IN ACCORDANCE WITH ASTM D1785. FITTINGS SHALL BE SCH 80 PVC, BARBED WITH SST TUBING CLAMP.” See Addendum No.1 East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 25 - Addendum No.1 16 RFI No: CNL01 Section 15064, Plastic Pipe and Fittings, 2.06.D Drawing M-5, Membrane Systems - Bottom Plan, 1/2" (2") - SHC - CPVC (PVC) Drawing M-6, Membrane Systems - Top Plan, 1/2" (2") - SHC - CPVC (PVC) Question: Specification section 15064 specifies FC (Ferric Chloride) and PACL (Polyaluminum Chloride) as being the only systems requiring double containment. However, the above referenced drawings include a 1/2" SHC (Sodium Hypochlorite) line noted as being contained by a 2" PVC line. Is this line to be double contained as well? If so, please specify the schedule of the PVC line and include your requirements within future addenda. (15064 2.06.D only states PVC80xPVC40. CPVC is not included in 15064 2.06.D) 1 Sodium Bisulfite (SBS), Caustic Soda (CS), Sodium Hypochlorite (SHC), Phosphoric Acid (PHOS) will also require double containment. This requirement is added in Section 15064, 1.06.D.2. See Addendum No.1 17 RFI No: CNL02 Section 15064, Plastic Pipe and Fittings, 2.06.D Drawing M-11, Membrane CIP/Neutralization System - Plan and Sections, 1/2" (2") - CS - CPVC (PVC) Question: Specification section 15064 specifies FC (Ferric Chloride) and PACL (Polyaluminum Chloride) as being the only systems requiring double containment. However, the above referenced drawings include a 1/2" CS (Caustic Soda) line noted as being contained by a 2" PVC line. Is this line to be double contained as well? If so, please specify the schedule of the PVC line and include your requirements within future addenda. (15064 2.06.D only states PVC80xPVC40. CPVC is not included in 15064 2.06.D) 1 See response to RFI #16. 18 RFI No: CNL03 Section 15064, Plastic Pipe and Fittings, 2.06.D Drawing M-11, Membrane CIP/Neutralization System - Plan and Sections, 1/2" (2") - SBS - CPVC (PVC) Question: Specification section 15064 specifies FC (Ferric Chloride) and PACL (polyaluminum Chloride) as being the only systems requiring double containment. However, the above referenced drawings include a 1/2" SBS (Sodium Bisulfite) line noted as being contained by a 2" PVC line. Is this line to be double contained as well? If so, please specify the schedule of the PVC line and include your requirements within future addenda. (15064 2.06.D only states PVC80xPVC40. CPVC is not included in 15064 2.06.D) 1 See response to RFI #16. 19 RFI No: CNL04 Drawing M-11, Membrane CIP/Neutralization System - Plan and Sections, Note 3 Question: Drawing M-11 refers to FRP grating. Just for clarification, since I could not locate any new FRP for this area in the structural drawings, is the FRP referenced in note 3 existing or new? 1 The FRP grating referenced is new. Notes will be added to Drawings S-4 and M-11. See Addendum No.1 East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 26 - Addendum No.1 20 RFI No: CNL05 Section 15064, Plastic Pipe and Fittings, 2.06.D Drawing M-11, Membrane CIP/Neutralization System - Plan and Sections, 1/2" (2") - PHOS - CPVC (PVC) Question: Specification section 15064 specifies FC (Ferric Chloride) and PACL (polyaluminum Chloride) as being the only systems requiring double containment. However, the above referenced drawings include a 1/2" PHOS (Phosphoric Acid) line noted as being contained by a 2" PVC line. Is this line to be double contained as well? If so, please specify the schedule of the PVC line and include your requirements within future addenda. (15064 2.06.D only states PVC80xPVC40. CPVC is not included in 15064 2.06.D) 1 See response to RFI #16. 21 RFI No: CNL06 Drawing M-11, Membrane CIP/Neutralization System - Plan and Sections, 1/2" CS, SBS, SHC, & PHOS Question: Please provide injection details for the 1/2" CS, 1/2" SBS, 1/2" SHC, and 1/2" PHOS into the 6" CIPR- CPVC line on drawing M-11. Clarification Injection quills are not required for these chemicals feeding into 6” CIPR-CPVC line. MFSS will be providing a check valve and two ball valves per chemical feed line, and the GC will be responsible for the piping and installation. Reference Drawing 200362-D-010. 22 In Volume 1 of 2 of the specifications for the above referenced project, Division 00800, Supplementary Conditions, pages 17 of 26 through 26 of 26 are missing from the bid documents provided. Please provide us these missing items. 1 Missing pages will be included in Addendum No.1. 23 RFI No: CNL07 Section 15100, Plant and Process valves, 2.09.A-G Question: Specification section 15100 2.09 does include butterfly valves and various plastic systems include the use of butterfly valves. Are the butterfly valves on thermoplastic lines to be metallic material conforming to section 15100 2.04? Clarification The butterfly valves shall conform to Section 15100 paragraph 2.04. 24 I would like the CAD file for plan sheet C-4 for my earthwork take-off. If you can provide that, I would greatly appreciate it. That file would save hours of input redrawing the work already done by your firm. Clarification The CAD file will not be provided. 25 RFI No.3 On sheet M-5; on the 18” BWW line, there is a Sample tap (5 ea typ.) call out with a detail of E/MD-2. Is the detail supposed to be F/MD-3? Is this correct? 1 The detail for the five sample taps on 18”-BWW-STL-CML pipe shall be F/MD-3. 26 RFI No.4 On sheet M-21, there is a requirement to install cathodic protection on the existing sluice and slide gates; is there a spec for this work? Clarification The requirements for cathodic protection are included on Sheet M- 21. There are no additional specifications. 27 RFI No: CNL08 Drawing MD-2, Detail F Question: On F/MD-2 the 1/2" SAM line has a valve symbol appearing after the 1/2" check valve but before the 1/2" gate valve. What kind of valve is this symbol referencing? Clarification It is a solenoid valve for flow control, supplied by the MFSS. Note that detail F/MD-2 is provided for general instrument layout purposes only. See 200362-D-015, sheets 1 through 5, for complete piping and instrumentation diagram. East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 27 - Addendum No.1 28 RFI No: CNL09 Section 15064, PVC Pipe and Fittings for Drain, Waste, and Vent Service (DWV), 2.01.D Question: Specification section 15064.2.01.D requires the use of PVC pipe meeting ASTM D2665 and the use of CPVC fittings. Suggestion: Use of either (1) PVC schedule 40 pipe with PVC DWV fittings, or (2) CPVC schedule 40 pipe with CPVC DWV fittings 1 See Addendum No.1. 29 Hi my name in Gary Holt and I am the local Peerless Pump salesman in SoCal. I was reviewing the vertical turbine pump specification on the above subject project and would like Peerless Pump to be considered an approved equal for the pumps. I have attached our performance curve for your consideration. Do you have a formal procedure for this process? Let me know. Clarification See response to RFI #2. 30 1. GE’s Bill of Materials in Appendix C of the Specifications and the P&ID’s provided by GE have some irregularities. Please clarify the following items. A. Reference Sheet GE Drawing No. 200362-D-002, the discrepancy falls with the line weight as indicated on Note 1 which states, “All dotted lines/equipment by others”. The items listed are all in bold will they be provided by the contractor or are they supplied by GE? 1. 20-TI-2002-1/2 2. 20-HV-202-1/2 3. 20-PI-202-1/2 4. Discharge Silencer – 2 Each 5. 20-PSH-201-1/2 6. 20-PSV-201-1/2 7. 20-TI-201-1/2 8. 20-HV-201-1/2 9. 20-TSH-201-1/2 10. 20-CV-201-1/2 Clarification Where the GE Bill of Materials (Attachment C of Specifications) is in conflict with GE Piping and Instrumentation Diagrams, the GE Piping and Instrumentation Diagrams shall govern. The following items will be supplied by the MFSS, either as part of the blower package or as individual components: 1. 20-TI-202-1/2 2. 20-HV-202-1/2 3. 20-PI-202-1/2 4. Discharge Silencer – 2 Each 5. 20-PSH-201-1/2 6. 20-PSV-201-1/2 7. 20-TI-201-1/2 8. 20-HV-201-1/2 9. 20-TSH-201-1/2 10. 20-CV-201-1/2 31 B. Reference GE’s Bill of Material Sheet 12, Item 1041029. The valves listed in the Bill of Materials with the following Tag Numbers are not shown on GE’s P&ID’s. Please indicate which line the valves should be installed on. 1. 20-HV-716-1 2. 20-HV-716-2 Clarification 20-HV-716-1 and 20-HV-716-2 are no longer required. 32 C. Reference Sheet GE Drawing No. 200362-D-005 (1 to 5), the discrepancy falls with the line weight as indicated on Note 1 which states, “All dotted lines/equipment by others”. The items listed are all in bold will they be provided by the contractor or are they supplied by GE? 1. 20-PSE-301-1 to 5 Clarification Where the GE Bill of Materials (Attachment C of Specifications) is in conflict with GE Piping and Instrumentation Diagrams, the GE Piping and Instrumentation Diagrams shall govern. The following items will be supplied by the MFSS: 1. 20-PSE-301-1 to 5 East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 28 - Addendum No.1 33 D. Reference Sheet GE Drawing No. 200362-D-010, the discrepancy falls with the line weight as indicated on Note 1 which states, “All dotted lines/equipment by others”. The item listed are all in bold will they be provided by the contractor or are they supplied by GE? 1. 23-HV-718 Clarification Where the GE Bill of Materials (Attachment C of Specifications) is in conflict with GE Piping and Instrumentation Diagrams, the GE Piping and Instrumentation Diagrams shall govern. The following items will be supplied by the MFSS: 1. 23-HV-718 Also, valves 20-HV-718-1 and 20- HV-718-2 will be removed from the BOM. 34 E. Reference Sheet GE Drawing No. 200362-D-011 (1 to 2), the discrepancy falls with the line weight as indicated on Note 1 which states, “All dotted lines/equipment by others”. The items listed are all in bold will they be provided by the contractor or are they supplied by GE? 1. 23-PCV-101 2. 23-PCV-501 3. 23-PCV-701 4. 23-PCV-601 5. 23-HV-105 6. 23-HV-505 7. 23-HV-705 Clarification Where the GE Bill of Materials (Attachment C of Specifications) is in conflict with GE Piping and Instrumentation Diagrams, the GE Piping and Instrumentation Diagrams shall govern. The following items will be supplied by the MFSS, either as part of the chemical pump panel package or as individual components: 1. 23-PCV-101 2. 23-PCV-501 3. 23-PCV-701 4. 23-PCV-601 5. 23-HV-105 6. 23-HV-505 7. 23-HV-705 35 2. Please clarify the soil testing responsibilities outlined in Specification Section 00700 13.03-B versus Specification Section 02200 1.06-C. 1 Soils testing will be the responsibility of the Owner. Section 02200 1.06-C is be revised. See Addendum No.1 36 3. Section 00100 Instruction to bidders. Article 20. Allowances; Please clarify “several items of work and testing services” for allowance. 1 This contract does not include allowances. Article 20.1 is removed. See Addendum No.1 37 Can you please confirm if these items are part of GE Water equipment? Sheet M8 Permeate Pump Plan 10" FLG'D Swing Check Valve (NO TAG) (E) Clarification 10" swing check valves (20-CV-301- 1/2/3/4/5) will be provided by the MFSS. See Drawing 200362-D-005, sheets 1 through 5. 38 Can you please confirm if these items are part of GE Water equipment? Sheet 12 Plan Butterfly Valve w/HWO, (E) (20-FSL-201-1 & 2) Sht. M-12 The Tag numbers are for GE-Water Items Membrane blower Tag GE MFCP I/O List page 1 of 9 Clarification 20-FSL-201-1/2 will be provided by the MFSS. See Drawing 200362-D- 002. 39 Please confirm if the following items are part of GE Water equipment package? Sheet 8 Section 1 Check Valves, Flex Couplings, also please confirm if all Nut’s Bolts & Gaskets for all connections will be provided by the contractor or GE Water?? Clarification See Drawing 200362-D-010. Check valves (20-CV-701-1/2) will be provided by the MFSS. Flexible couplings shall be provided by Contractor. All nuts and bolts and gaskets, including those for installation of Owner-furnished equipment, shall be provided by Contractor. See Section 01010 paragraph 1.02.B.7 East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 29 - Addendum No.1 40 1. Per Section 01046.1.07.A the water for all operations under the Contract shall be supplied by Owner. It is in conflict with paragraph 01010.1.02.B.j, which states that the Contractor shall pay for site utilities during installation, startup, and field testing of the SMF system. Please clarify who shall be responsible for water for the Contract. 1 Contractor shall supply water for this project. Section 01046.1.07.A is revised. See Addendum No.1 41 2. Spec Section 14900.1.06.B. calls for 4-ton monorail capacity, whereas Drawings S-6 and S-7 show 4.5-ton monorail. Please clarify which capacity monorail is required. 1 The building shall be designed for 4- ton monorail and 2-ton monorail. The monorails supplied shall be 4- ton monorail and 2-ton monorail. See Addendum No.1 42 3. The Invitation to Bid, Page 1, requires each Bidder to submit six (6) copies of the Bid and requested information. Will the Owner allow submitting one (1) copy of the Bid and Attachments prior to the bid opening deadline (currently 2:00 PM on July 20th, 2010)? 1 See response to RFI #5. 43 1. Can you supply a Valve and Instrument schedule to help clarify GE’s scope of supply, currently the bill of materials does not match up with GE’s supplied P&ID’s. This would help clarify many questions and would eliminate repetitive RFI’s concerning clarification on this issue. Clarification A valve & instrument schedule is not available and would not increase clarity if it was available. 44 2. In many location throughout the mechanical drawings valves and instrumentation have been noted with the appropriate tag numbers however, many locations do not have tag numbers and may be part of GE’s scope of supply. Unfortunately this can’t be quantified without a complete bill of materials supplied by GE or all valves being tagged in the mechanical sheets allowing for cross reference with the P&ID’s. Clarification Missing component tags are restricted to the blower, chemical skid and compressor packages. In those cases components are included on the BOM description but the tags are not included. 45 CNL10 Drawing M-14, Detail A Question: Detail A on drawing M-14 does not state the material to be used for the 2" line for the new pump suction. In addition, if CPVC/PVC is to be used, the specifications do not include a specification for the 2" tubing that is called out in detail A. Please advise. Clarification 2" line for the new pump suction shall be Schedule 80 PVC. 2" tubing shall be 2” I.D. reinforced Tygon tubing. 46 CNL 11 Drawing M-15, Detail 4 Question: Drawing M-15 includes a line noted as 4"-H2- PVC. H2 has not been included in the piping schedule or process piping identification on M-1. Please indicate the desired type of PVC. (Sch. 40/80, SDR, etc) Clarification 4"-H2-PVC shall be Schedule 80 PVC. 47 CNL 12 Drawing M-14, Sodium Hypochlorite System Plan Drawing M-15, Detail 4 Drawing M-15, Detail 3 Question: Drawing M-14 shows both the 2"-SHC-PVC and 4"-H2-PVC leaving the SHC tank, 3/M-15, and connecting together via wye on M-14. However, 3/M-15 shows the 2"-SHC-PVC and 4"-H2-PVC as two separate lines. Please advise. 1 2"-SHC-PVC and 4"-H2-PVC are two separate lines. See Addendum No.1 East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 30 - Addendum No.1 48 RFI #2 It is noted in the specification that attachment C is for “reference”, please indicate the chain of precedence. Clarification Where the GE Bill of Materials (Attachment C of Specifications) is in conflict with GE Piping and Instrumentation Diagrams, the GE Piping and Instrumentation Diagrams shall govern. 49 The following details and sections G/ SD-4, 1/ S-7, 1&2/ S-8, F&G/ SD-4 indicate short or stem walls are required. All of these details and sections are lacking dimensions indicating the thickness and in some case the height of these walls. Are the walls 6” or 8” thick. Wall heights look to be 2’-9” and 4’-4”. Please confirm the correctness. Clarification The thickness of the containment curbs shown on details F&G/SD-4 and section 2/S-8 is 6” as indicated on drawing S-4. The height of the outer containment curb is 2’9” as indicated on section 2/S-8 and detail F/SD-4. The height of the shorter containment curbs shown on section 2/S-8 are indicated on drawing S-4. Drawing S-4 calls out both the elevation at the top of the curb and the elevation of the top of the slab. The thickness of the short walls shown on section 1/S-8 is 12” and the height is 4’4”. Please see the attachment for additional clarification. 50 Drawing S-4 grid line A, F.1, 1 & 2, details D/ SD-5, F/ SD-5, 1/ S-7 & 1/ S-8 indicate footings are required at these locations. Please confirm which footing dimension as being correct, 3’-0” wide by 18” deep or 30” wide by 18” deep. Clarification There is a 3’0” square by 18” deep footing beneath every column as indicated on drawing S-4. The typical width and depth of the grade beams are 30” wide by 2’-0” deep; however, the width and depth of the grade beams vary as indicated on drawing S-4. 51 1) Section 08331 VERTICAL ACTING DOORS talks about roll-up type, overhead mounted metal coiling doors and Rolling insulated vertical acting sectional doors. I only see overhead coiling doors in the door schedule and on the plans. Are there “Rolling insulated vertical acting sectional doors” on this project? 2) Are the overhead coiling doors supposed to be insulated? 3) What safety devices (if any) are we to install? 4) In PART 1 GENERAL 1.03 SUBMITTALS C.1. “FURNISH MANUFACTURER’S CERTIFICATION OF LEAK TIGHTNESS BASED ON ACTUAL TESTS CONDUCTED ON THIS DOOR, OR A DOOR SIMILAR IN DESIGN, TO VERIFY THAT IT WILL WITHSTAND THE SPECIFIED HYDROSTATIC PRESSURE WITH NO WATER LEAKAGE” This certification does not exist on overhead coiling doors. Can you verify where this spec requirement comes from? Clarification 1) There are no Sectional Doors in the scope of the project, only Coiling Doors. 2) Yes, the coiling doors are to be insulated. 3) Safety devices are to be sensor edge type. 4) The water leakage test reports will not be required. East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 31 - Addendum No.1 52 Spec 15450-Page 2 and Drawing Sht. P-2, PD-1, Det. F ………….conflicting? Hose Rack, Spec = Vinyl Plastic (DWG INDICATES SS??) Sht. P-2, PD-1, Det. F Spec 50 feet of 3/4-in commercial/industrial grade rubber hose (DWG INDICATES 1" HOSE??) Sht. P-2, PD-1, Det. F Please provide which is correct Spec or Drawings? 1 In both cases, the specification is to be followed. See Addendum No.1 53 Subject: Electrical Duct Bank Detail Drawing Reference: ED-1 Detail-A Specification Reference: 16130 page 10 & 17 On drawing ED-1 detail A shows conduit spacing as 7.5" typical. In the spec 16130 page 10, 3.3A states the underground min. size to be 1". Page 17 of 16130 Note C.1 & 2 to install non metallic spacers to space the conduits with no size specified. I assume that we are to use 1.5" spacers. With this being said 1.5" spacers and the conduits in the duct banks on drawing E-2 there is not 7.5" spacing. Please advise. Clarification The 1” conduit size listed in section 16130 – 3.3A is referring to the minimum size of an underground conduit. Detail A on drawing ED-1 shows 7.5” spacing between conduits, measured center-to-center. 1.5” plastic spacers are OK. 54 1. Section 00800 Supplementary Conditions, Page 2. Per revisions to SC-1.01A.45, “the Contractor shall allow for up to 30 days for the MFSS to conduct debugging of control system prior to initiation of functional performance testing of pumps and equipment”. Reviewing GE Commissioning Schedule (Appendix C-3), we could not identify where exactly this 30-day debugging period fits within GE Commissioning Schedule. Please clarify. Clarification The 30 days for MFSS to conduct debugging of control system shall be after ORT and in conjunction with FAT of MFSS furnished equipment. 55 2. Per Appendix C-3, paragraph 2.4, Equipment Off- loading Assistance, a GE representative will be present at site to assist the Client in identification of the equipment, identification of damaged equipment, and identification of discrepancies. Appendix C-4, GE Commissioning Schedule, allows only 2 days for “GE Zenon Equipment Acceptance Visit”. Per Appendix C-5 “GE Delivery Schedule”, the ship date for different types of GE-supplied equipment is indicated as 6, 10, 12, 14, 16, and 20 weeks from Notice to Procure. Is GE going to coordinate deliveries, so it arrives on site simultaneously and can be checked-out within 2-day period? If not, who will be responsible for additional presence of GE representative? Clarification Will be addressed in Addendum No.2 56 3. Section 00500 Agreement in paragraph 3.1 says that Contract Time shall commence within 20 days following the Effective Date of the Agreement. Section 00800 Supplementary Conditions, Part 1, Article 2, SC-2.03A on page 3, says: “The Contract Time shall commence on the Effective Date of this Agreement…”. Please clarify when the Contract Time shall commence. 1 Contract Time shall commence on the Effective Date of this Agreement. Section 00300 Article 1.3 and Section 00500 Article 3.1 are revised. See Addendum No.1 57 4. Per Section 11300.3.03.Q.2 “the General Contractor shall complete all activities in the start-up checklists at the end of this section”. Start-up checklists are not attached to this section. Please provide. 2 Will be addressed in Addendum No.2 East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 32 - Addendum No.1 58 5. Appendix C-5 GE Equipment Delivery Schedule ties all durations to the “Notice to Procure”. Section 01014.1.09 Schedule for Delivery of Owner Furnished Goods ties MFSS delivery schedule to “Notice to Commence Fabrication”. We could not find definitions of these “notices” in the Bid Documents. Please clarify when such Notice is expected, so it can be incorporated into the project schedule. Clarification Will be addressed in Addendum No.2 59 1) Instrument LSH-688 is shown on drawings E-10 and I- 9 but is not listed on the Instrument Schedule. Who will be providing this instrument? Clarification 1) The device/instrument is new with conduit and wire as required and shown on E-10. This should have been listed in the Index and should be either covered in record efforts once the project is complete. 60 2) Also, instrument FIT-535, LIT-681 & LE-681 are listed on the Instrument Schedule and are shown on drawings I-6 and I-9 respectively, however these instruments are not shown on the electrical plan drawings. Please provide conduit and wire information to these instruments. Clarification 2) FE & FIT-535 is shown on drawings E-2, E-10, and E-19. The flow meter is located in the influent control structure, and the transmitter is located on the recycle pump station control panel. LE & LIT-681 is existing, and located on the existing sodium hypochlorite tank. No new instrument is required, and no new wiring is required. Therefore, it is not shown on the electrical plans. 61 3) In addition, looking at GE's Piping & Instrumentation Drawings several instruments are shown with a double dotted dashed line which is called out in the Notes, on the same drawing, to be provided by others. See attached list for these instruments and drawing number. Please specify who will be providing these instruments. Clarification 3) Regarding all Dashed line “PI”, Pressure gauges, these are to be provided by the CONTRACTOR (Mechanical per specification 15130). East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 33 - Addendum No.1 62 4) Also, several instruments are shown on GE's Piping & Instrumentation Drawings in solid black lines that indicate that they will be provided by GE, however they are not listed on GE's Mechanical Bill of Materials shown in the Specifications under Appendix C. See attached list for instruments. Will these instruments be provided by GE or will these instruments also be provided by others? Clarification 4) Regarding all solid line devices and or instruments, these are provided by the MFSS. Missing component tags on the BOM are restricted to the blower, chemical skid and compressor components / packages. In those cases components are included in the BOM description but the tags are not included. Refer to drawings E-13 and E14 for locations, conduit and wire requirements. 63 Subject: Light Pole Conduit Run Drawing Reference: E-3 On drawing ED-3 the conduit run for the light pole is shown across the bottom and right side of the drawing in a dashed line. In the upper middle of the drawing that dashed line becomes solid out to the last light pole. Please advise as to what this means as it is not defined in the legend or the specs. 1 This solid line on drawing E-3 should be shown dashed, the same as the other site lighting conduit runs on the plan. 64 Also, we did not see the Gauges, Switches and Seals in the Instrument and Controls Section 13340. Are they in section 15000 by any chance? Clarification Gauges are specified in Section 15130. East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 34 - Addendum No.1 65 In reviewing Section 00800 “Supplementary Conditions, I have noticed some discrepancies with the Table of Contents and actual contents of this section. I have attached the items in question for your reference. Re: Table of Contents: Article # 10 is not listed, but appears in the content page 13 of 26. Article #s 15, 16, 17 are listed, but do not appear in the contents. Re: Contents The last Article in the contents of this section is Article 14 = SC-14.07D, page 16 of 26 The next page is Division 1 cover page – do not find pages 17 – 26. 1 See Addendum No.1. * * * End of Addendum No. 1* * * DATE: July 7, 2010 East Valley Water District and CDM ________________________________ Eun Chu You, P.E. CDM East Valley Water District Plant 134 Upgrades and Expansion July 7, 2010 - 35 - Addendum No.1 FAX TO CDM Attn: Evelyn You (909) 980-5185 BIDDER'S CERTIFICATION I acknowledge receipt of the foregoing Addendum No. 1 and accept all conditions contained herein. (A signed Bidder's Certification shall be provided with the Contractor's Bid Schedule Documents.) DATED: __________________ BIDDER: _____________________________________________ Company BY: _____________________________________________ Signature BY: _____________________________________________ Printed Name