Loading...
HomeMy WebLinkAbout09-16-2014 b1 lichtigGtr Y CJ�, Council September 10, 2014 TO: City Council COUNCIL MEETING: ITEM NO.: R FROM: Daryl R. Grigsby, Director of Public Works 3 VIA: Katie Lichtig, City Manager SUBJECT: Resolution for Council Mee ing ` September Protest for Los Osos Valley Road Interchange RECEIV SEP 10 2014 SLO CITY CLERK 16, 2014 — B1. Appeal of Bid Attached is the resolution for Item B 1. Consideration of Appeal of the Director of Public Works' Decision Denying Bid Protests Filed by John Madonna Construction, Inc./ Souza Construction, Inc. and (If Filed) Calportland Construction Company Regarding the Los Osos Valley Road /Us 101 Interchange Improvements Project; Award Construction Contract for the Los Osos Valley Road /Us 101 Interchange Improvements Project, Specification No. 99821, Attachment 7. Due to the timing of the appeal submittal, the resolution was not available with the agenda package. g\staff- reports- agendas- minutes \_ccmemos\2014 \9 -16 -14 bl lovr appeal cc memo docx Attachment 7 RESOLUTION NO. (2014 Series) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO UPHOLDING THE DIRECTOR OF PUBLIC WORKS' DECISION TO DENY THE BID PROTEST SUBMITTED BY JOHN MADONNA CONSTRUCTION COMPANY INC./ SOUZA CONSTRUCTION, INC., A JOINT VENTURE, AGAINST GRANITE CONSTRUCTION COMPANY REGARDING THE LOS OSOS VALLEY ROAD INTERCHANGE PROJECT, SPECIFICATION NO. 99821 WHEREAS, on June 10, 2014, the City Council of the City of San Luis Obispo ( "City ") authorized the inviting of bids for the Los Osos Valley Road /US 101 Interchange Improvements Project, Specification No. 99821 (the "Project "), including requirements for bid submission; and WHEREAS, on August 12, 2014, five sealed bids were publically opened for the Project and evaluated for conformance with the Project's bidding requirements; and WHEREAS, Granite Construction Company ( "Granite ") was the apparent lowest bidder for the Project; WHEREAS, on August 15, 2014, Granite submitted Disadvantaged Business Enterprise ( "DBE ") goal and good faith effort documentation with the City. A copy of Granite's DBE Commitment form and underlying quotes is attached hereto as Exhibit "A" and incorporated herein by this reference. Granite's DBE documentation was subsequently evaluated by City staff and found to be in substantial conformance with the bidding requirements; and WHEREAS, on August 19, 2014, the John Madonna Construction Company, Inc. and Souza Construction, Inc., a Joint Venture ( "JMC /SCI ") submitted a bid protest (the "Bid Protest ") against Granite for alleged failure to comply with the federal DBE requirements and related Project specifications. A copy of the Bid Protest is attached hereto as Exhibit "B" and incorporated herein by this reference; and WHEREAS, on August 20, 2014, the City received a letter from Granite responding to the Bid Protest, a copy of which is attached hereto as Exhibit "C" and incorporated herein by this reference; WHEREAS, on August 26, 2014, the City received a letter from JMC /SCI responding to Granite's August 20, 2014 letter, a copy of which is attached hereto as Exhibit "D" and incorporated herein by this reference; WHEREAS, the Bid Protest and related correspondence were carefully evaluated by City staff and the Bid Protest was determined to be without merit, and was subsequently denied by the Public Works Director on September 2, 2014. A copy of the Director of Public Works' September 2, 2014 decision is attached hereto as Exhibit "E" and incorporated herein by this reference; and Attachment 7 WHEREAS, on September 4, 2014, JMC /SCI appealed the Public Works Director's September 2, 2014 decision to deny the Bid Protest. A copy of JMC /SCI's September 4, 2014 appeal of the Director of Public Works' decision is attached hereto as Exhibit "F" and incorporated herein by this reference; and WHEREAS, on September 16, 2014, the City Council conducted a public hearing in the Council Chambers of City Hall, 990 Palm Street, San Luis Obispo, California, for the purpose of considering the appeal of City staff s decision; and WHEREAS, the City Council has duly considered all evidence regarding this matter, including, but not limited to, all oral and written testimony of interested parties, and the evaluation and recommendations by staff. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of San Luis Obispo as follows: SECTION 1. Recitals. That the above recitals are true and correct and are incorporated herein by this reference. SECTION 2. Findings. The City Council hereby finds as follows: a. That Granite was the lowest apparent bidder for the Project; b. That Granite timely submitted its DBE commitment form and underlying documents within four days of bid opening for the Project pursuant to Section 2 -1.12B of the Standard Specifications for the Project; c. That based on Granite's DBE documentation, Granite met the Project's DBE contract goal of 3.0% and Granite's DBE Commitment Form properly identified all DBE firms participating in the Project including the underlying quotes evidencing each DBE firm's commitment to the Project consistent with Title 49 Code of Federal Regulations section 26.53(a); d. That all DBE participation counts towards the Project's DBE goal and that bidders were required to identify on the DBE commitment form all DBE firms participating in the Project regardless of tier; e. That Dragon Material Transportation, Inc. ( "Dragon ") is a registered disadvantaged business enterprise (Firm No. 37444) and was included in Granite's DBE documentation as a second tier subcontractor for the Project for the following items of work: "BUY AND HAUL ASPHALT OIL ($702,000 @60 %) "; f. That Dragon's materials quote (the "Dragon Quote ") for the Project was included in Granite's DBE documentation submitted to the City; Attachment 7 g. That the Dragon Quote was consistent with Granite's DBE commitment form and was directed to Granite's supplier for the Project, CalPortland Construction, who was identified in Granite's bid package; and h. That, notwithstanding the fact that Granite exceeded the Project's DBE contract goal of 3.0 %, Granite made adequate good faith efforts to obtain DBE participation consistent with Title 49 Code of Federal Regulations section 26.53(a). SECTION 3. Action: That for the foregoing reasons enumerated above, the City Council hereby upholds Director of Public Works' decision to deny the Bid Protest fled by JMC /SCI against Granite regarding the Project. Upon motion of seconded by and on the following roll call vote: AYES: NOES: ABSENT: The foregoing resolution was adopted this day of Mayor Jan Marx ATTEST: Anthony Mejia City Clerk APPROVED AS TO FORM: J. Christine Dietrick City Attorney 2014. Attachment 7 Exhibit A Exhibit A Granite's DBE Documentation Submitted Aug 15, 2014 Attachment 7 Exhibit A August 15, 2014 City of San Luis Obispo Public Works Administration Office 919 Palm Street San Luis Obispo CA 93401 Attention: Jason Bennecke, Project Engineer Reference: Los Valley Road Overcrossing Contract No. 05- OH7304 Subject: DBE Commitment & Good Faith Efforts Documentation Ladies /Gentlemen: Granite Construction Company respectfully submits "Exhibit 15 -G Local Agency Bidder DBE Commitment' form and "Good Faith Efforts Documentation" for the above referenced project. If you have any questions or require additional information , please contact Dianne Carlisle or Adam Souza at (805) 964 -9951. Sincerely, CTION COMPANY —_ .._ _ Digne Carlisle Administrative /Estimating Assistant DC :dc P.O. Box 6744 Santa Barbara California 93160 (805) 964 -9951 (805) 967 -1431 t -' k I r. �a 3 i i i✓ Attachment 7 Exhibit A City of San Luis Obispo EXHIBIT 15 -G LOCAL, AGENCY BIDDER DBE COMMITMENT (CONSTRUCTION CONTRACTS) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCAL AGENCY: CITY OF SAN LUIS OBISPO LOCATION: SAN LUIS OBISPO CA PROJECT DESCRIPTION: LOS OSOS VALLEY ROAD /US 101 INTERCHANGE IMPROVEMENTS TOTAL CONTRACT AMOUNT: S _ 16.,572,130 BID DATE: AUGUST 12, 2014 v BIDDER'S NAME: GRANITE CONSTRUCTION COMPANY CONTRACT DBE GOAL: 3% CONTRACT ITEM NO. .ITEM OF WORK AND DESCRIPTION OR SERVICES TO BE 'SUBCONTRACTED OR MATERIALS TO BE PROVIDED (or contracted if the bidder is a DBE) DBE CERT NO. AND EXPIRATION DATE VAME OF EACH DBE (Must be certified on the date bids re opened - include DBE address ind phone number) -C,_. DOLLAR AMOUNT DBE .LEASE SBEA For Local Agency to Complete: Local Agency Contract Number: Federal -aid Project Number: Federal Share: Contract Award Date: Local Agency certifies that all DBE certifications have been verified and information is complete and accurate. Print Name Signature Date Local Agency Representative (Area Code) Telephone Number: Total ClaimedDBE Participation $535,560 3.2 % Signature of Bidder RUCE MCGOWAI+I,VP NTRAL CALIFORNIA REGION AUGUST 12, 2014 805 964- -9951 Date (Area Code) Tel. No. DIANNE CARLISLE _ Person to Contact (Please Type or Print) Local Agency Bidder DBE Commiuuent (Cunsuvction Cu Wdcts) (Rev 6/26199) Distribution: (I)Copy— Fax or scan a copy to the Caltrans District Local Assistance Engineer (DLAE) within 30 days of contW.i execution,. Failure to send a copy to the DLAE within 30 days ofcontract execution may result in de- obligation of funds for this project. (2) Copy — Include in award package to Caltrans District Local Assistance (3) Original — Local agency files Page 137 ft'`t .l I 1 I I'. 1: 1.. 1 1 I i I.i f i Attachment 7 Exhibit A City of San Luis Obispo EXHIBIT 15 -G LOCAL AGENCY BIDDER DBE COMMITMENT (CONSTRUCTION CONT'RACT'S) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS FORM LOCAL AGENCY: CITY OF SAN LUIS OBISPO LOCATION: SAN LUIS OBISPO CA PROJECT DESCRIPTION: LOS OSOS VALLEY ROADIUS 101 INTERCHANGE IMPROVEMENTS TOTAL CONTRACT AMOUNT: S 16,572,130 BID DATE: AUGUST 12, 2014 BIDDER'S NAME: GRANITE CONSTRUCTION COMPANY CONTRACT DBE GOAL: 3% CONTRACT ITEM OF WORT: AND DESCRIPTION IDBE CERTNO. NAME OF EACH DBE DOLLAR AMOUNT ITEM NO. DR SERVICES TO BE AND EXPIRATION (Must be certified on the dale bids DBE 3UBCONTRACTED OR MATERIALS DATE are opened - include DBE address TO BE PROVIDED (or contracted if the and phone number) pidder is a DBE) W94 W9 & HAUL ASPHALT I K ti 13 'URNISH TEMP ALT CRASH CUSHION ($45,681 @ 6091.) 000447 112014 tRC SAFETY 5591 't 97,98 PLACE AC DIKE 000219 712019 AC DIKE CO 9161652 -0159 4,237 013602 312016 \USTIN ENTERPRISE 6611589 -1001 11,085 99,100 ISAW & SEAL JOINTS J 15 IREPARESWPPP 39322 5/2015 LA FIRMA INC 805/746-8576 1,350 1 1 VI tSTJI 1 167 °URNISH MISC METAL BRIDGE 0327815 112 01 5 tUPERT CONSTRUCTION SUPPLY 92 7408-3627 23,300 3RIDGE DECK DRAINAGE SYSTEM ($33,83 60 %) 3941 PARK DR STE 20 -087 EL DORM O HILL 95762 For Local Agency to Complete: Local Agency Contract Number: 'rota) Claimed DBE Participation $ 535,560 Federal -aid Project Number: 3. 2 a /a Federal Shan:: Contract Award Date: Local Agency certifies that all DBE certifications have been verified and information is complete and accurate. Sigmture of Bidder RUCE MCGOWAN,VP NTRAL CALIFORNIA REGION AUGUST 12, 2014 805 964 - -9951 Dale (Area Code) Tel. No. Print Name Signature Date 0 IANN I- CARL ML E Local Agency Representative Person to l "onim - (Please Type or (Area Code) Telephone Number: Lo-ca.Ae racy BidalcellilECartmimi <a:(Cerst¢actioisCrriructs) . (ltev 6F:6.'73j Distribution: (1) Copy —Fax or scan a copy to llte Cali mas District Local Assistance Enginac�r(DLAE) within 30 days bf comiaci eaccuti6N' •Failure to send a copy to the DLAE wilhin 30 days of contract execution may result in de- abliaaation o: funds fo this project. (2) Copy — Inchrde in award package to Cailmns District Local Assistance (3) Original — Local agency files Pam 137 Attachment 7 Exhibit A DRAGON MATERIAL TRANSPORT, INC. P.O. Box 27800, Fresno, CA 93729-7800 Office (559)351 -8822 Fax (559) 276-0818 CA No. 0366649 dragonmaLerial@yahoo.com DBE/WBEIUDBE Firm No. 37444 SBE 52655 Calportland Construction Attn: Danny Deveraux Date: 08111/14 Project: City of San Luis Obispo, Los Osos Valley Road and Hwy 101 Interchange Improvement Project Material: 500 Ton - PG 64-16 Material; 700 Ton - PG 64-10 Delivered Price: $585.00 Per U.S. Ton + Any applicable taxes ORIGIN: Greka DESTINATION: Paso Robles --------------- ------- — ------------------------------------------ — ----------- *Indexed 5% Crude by Caltrans *Project will be ongoing until IW2016 *Standby after I hour from scheduled delivery time at $100.00 per hour *Pricing based on full loads - 26.00 ton *Fuel surcharge - rate increase - add 51.00 for every $.10 increase if California On.Highway reaches $4.25 Per gallon. wwwxia,go . $4.084 on bid day. 1, aac� Tars L1*7v;d awp6t+ '-SW-514h 70 @,000 x 60% U.1�'e To: Granite Construction Atten: Adam Souza Quote Number M14- 808(A) Date: 8/12/2014 Attachment 7 Exhibit A KRC SAFETY CO., INC. Barricade Rental Sales — Traffic Control P.O. Box 6356 Visalia California 93290 Office 559.732.0393 / Fax 559.732.2684 KRC SAFETY is a MBE, SBE and DBE Company Proud to be a part of the Norcal / Socal LABOR'S UNION FOB: Santa Barbara We appreciate the opportunity to submit the following quote Part # Qty U.O.M DESCRIPTION UNIT PRICE EXT, PRICE WTLMB(A) 2 Ea WANCO 3 Line Message Board $15,900.00 $31,800.00 3 lines of eight 18" LED characters, 50.00 one 130 watt solar panel, four 6V $0.00 batteries, 420 ah total capacity, 15 $0.00 .amp charger, full size computer $0,00 console, orange powder coat finish $0.00 and 2" ball hitch $0.00 WVT3(A) 3 Ea WANCO 3 Line Message Board - Mini $15,500.00 $46,500.00 3 lines of eight 14" LED characters, $0.00 one 85 watt solar panel, four 6V $0.00 batteries, 420 ah total capacity, 15 $0.00 amp charger, full site computer $0.00 console, orange powder coat finish $0.00 and 2" ball hitch $0.00 $0.00 $0.00 Customer to off load from shipper SUB TOTAL $78,300.00 k 60°4 Payment Terms: Net 30 / Less 2.5% COD TAX 8.00% $6,264.00 Lead Time: 7 -14 Days FREIGHT INCLUDED All Prices Good For 30 Days GRAND TOTAL $84,564.00 Customer is responsible for all applicable sales taxes and duty Quoted by Michael Castro www.kresafety.com Customer Acceptance of Order; Signature Date 4 y r r' ,µ To: Granite Construction Atten: Adam Souza Quote Number M14- 808(B) Date: 8/12/2014 Attachment 7 Exhibit A KRC SAFETY CO., INC. Barricade Rental —Sales —Traffic Control P.Q. Box 6356 Visalia California 93290 Office 559.732.0393 / Fax 559.732.2684 KRC SAFETY is a MBE, SBE and DBE Company Proud to be a part of the Norcal / Socal LABOR'S UNION FOB : Visalia We appreciate the opportunity to submit the following quote Part # Qty U.O.M DESCRIPTION UNIT PRICE EXT. PRICE AB100PB5 5 Ea Absorb 350 TL -3 $9,136.00 $45,680.00 9 element complete system $0.00 $0.00' $0.00 $0.00 $0.00 $ 0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Customer to off load from shipper SUB TOTAL, $45,680.00 Y 60'/0 Payment Terms: Net 30 / Less 2.5% COD TAX 8.00% $3,654.40 Lead Time: 7 -14 Days FREIGHT TBD'� Ail Prices Good For 30 Days GRAND TOTAL $49,334.40 Customer is responsible for all applicable sales taxes and duty Quoted by Michael Castro www.krcsafety.com Customer Acceptance of Order; Signature Date 08/11/2014 14;02 9166459818 AC DIKE A, C, DIKE CO. S.peciaCty Paving Inc. SPECIALTY PAVING CONTRACTOR QUOTATION: LOS OSOS VALLEY RD BIDS: 8/12/14 "PLACE ONLY "* 737 LF ASPHALT DIKE @ $5.75 LF. PRICE INCLUDES TACK AND ONE MOBILIZATION. ASPHALT MATERIAL AND HAULING BY PRIME CONTRACTOR. TRAFFIC CONTROL BY PRIME CONTRACTOR. * PLACE ONLY ASPHALT DIKE. SPECIFICALLY EXCLUDES SURFACE PREPARATION, BACKFILL, OR FOGSEAL.. Attachment 7 Exhibit A #4433 F.001 /001 �5 QUALIFIED MINORITY CONTRACTOR, DBE /WBE /UDBE * CT 000219 CAL. LIC. # 407417 NEV. LIC. #24188 2788 VENTURE OR. LINCOLN, CA. 95648 (916) 652 -0159 FAX (916) 645 -9618 WWW.ACDIKE.COM AUSTIN ENTERPRISE License #761893 P. Q. Box 81926 Bakersfield, CA, 93380 661 - 589 -1001 FAX 589 -9509 Certified DBE/MBE /WBE CT- 013602 Certified UDBE CT- 013602 BID PROPOSAL Project: Spec No. 99821 I,os Osos Valley Road City of San Luis Obispo Bid Date: August 12; 2014 Attachment 7 Exhibit A BID ITEM # 99 / Continiously Reinforced Concrete Pavement (portion): 305 cy Green saw for longitudinal contraction joints ................$950.00 /day k # = 990 " 305 c Widen prep, and install compression seal...........$27.00 / c Y � P p, p y ............ $8,235.00 '9,185 BID ITEM # 100 / PCC (JPCP) (portion): 151 cy Green saw for contraction joints 1/3 1 . ........................$950.00 / day x of = 0 r 9 00 Note: Plans and specs do not specify sealing these joints 151 cy Widen, prep, furnish and install silicone sealant ..............$16.57 / cy ............ $2"502.97- Conditions for above items: 701`C1 � It 1Ie0` s I . Contractor to stipply traffic control as needed. 2. Contractor to provide layout and clear access to work area. 3. Contractor to provide water source on site and approved slurry disposal site. 4. One move in included for each item. Additional moves at $2,500.00 each. 5. A copy of this quotation to be used as an attachment in force in subcontract. Note * Union Signatory Insurance $5,000,000.00 Liability No Bonding California Grinding Specialties / DBA: Austin Enterprise / TJ's Traffic Safety I ---(-y Y'1. J La J Inc. DBEI 39322 Attachment 7 Exhibit A 715 Ridge Road Nipomo, CA .93444 Phone: 805 - 746 -5576 Fax: 905- 929 --0501 E -Mail: estimatlng@theswr,ppfir.m.com Web: www.theswpppfirm.com August 11, 2014 Project: 05- OH7304 Los 0sop Valley Road /US 101 Interchange Improvements Projects. We are Ieased to provide you with a bid for the items fisted below based on plans, specific tions, and (4) addenda. Bid ite . Item Code Description Unit Quantity Unit Price Total Prepare Storm Water 15 130300 Pollution Prevention LS LS $1,350.00 $1,350.00 Program. 16 130310 Rain Action Event EA 70 $250.00 $17,500.00 Plan - Storm Water -� 17 130320 Sampling and EA 33 $500.00 $16,5'00.00 I Analysis Day 1$ E 130330 str °m Water Annual EA 2 $1,000.00 $2,000.00 Report 1. Secial testing and permits not in contract. 2. P 'ce includes (1) electronic copy and (7) printed copies. THANK �OU FOR YOUR TIME AND CgNSiDERATION, VICENT BRAVO. CPESC SDIP #305 9 1 l a To: Granite Construction - Santa Barbara Page 2 of 7 2014.08 -12 02:52:59 (GMT) U2 Rupert r?# MIUrN a 11 - e . 3941 Park Dr., Ste. 20 -487, El Dorado Hills, CA 95762 -4549 Yard: 12405 Gold Flake Cl., Rancho Cordova, CA 95742 Quotation To: Estimator Project: Los Osos Rd Bridge, San Luis Obispo Job Number: 05- OH7340 Attachment 7 19252692861 From: KoWtWonnenberg ( X I V/1� UDBE Certified, 9CT- 032785 Bid Date: 8/12/14 Date: 8111114 cluantit Description Unit $ Tatal S Bid Item #166 2,110 1ps Miscellaneous Metal (Bridge) $2.60 $5,494.44 4 ea. - U -45 Manholes ari 4 ea. - Soffit covers (814.5) Z- 131 $rg3t 2 ea. - Sidewalk cover plates 20" x 74" Bid Item #167 7,840 Ibs Bridge Deck Drainage System $4.25 $33,339.60 7 ea. - D2 Drains 200 LF - 6" Pipe a� 200 LF - 8" Pipe S1 = 35rgt3L 5 ea. - 90 degree Elbow 5 ea - 6" to 8" WYE Fitting 4 ea - 8" 45 degree Elbow 2 ea. - 8" Expansion Couplert ($ ,6" 8 8" Band Couplers 1 16" Clevis Hangers w /Rod ,B" Clevis Hangers w /Rod .2 ea. - 12" x ,250 Well Pipe Casing @ 40' (C214 Tape Wrap) "Contractor to verity field dlmensionstpipe layout "shop drawings included "excludes 3rd party welding Inspection fees, field welding, field touch 'up coating Total: $38;834-1014 Sales tax not included Delive Terms: Net 3o days rY F,F,03-! Job Site Prlcin Valid for 30 do s Items included in quoted price: limited to farms listed Exclusions: Sales tax, engineering, 3rd party inspections, liquidated damages, retention. Rupert Construction Supptywill supply materials as required In contract plans and speciflcatlons. Rupert Construction Supply is not responsible for design, engineering of Installation. Liability: Limited to the cost of our product, we will not be responsible for additional charges. Due to the instability in the raw materials markets, our quotation is subject to change without notice. Pricing should be verified before placing a purchase order. if this project is subject to compensation due to escalation of raw materials pricing, Rupert Constructlon Supply reserves We right to make claim at time of shipment. Contractor to verify held dimensions- Actual quantities are the responsibility of the contractor, Additional items available for purchase. See attached line card for product information Some items may not meet Buy America requirements, X.60 '�. ai 3 31W Sincerely, Stacy Monroe 925.408.3627 Mobile 925.229.5577 Office Stacy @ruperts upply.corn Z. To: Granite Construction - Santa Barbara Page 3 of 7 2014 -08 -12 02:52:59 (GMT) j Ruperl 3941 Park Dr., Ste. 20 -487, El Dorado Hills, CA 95762 -4549 Yard: 12405 Gold Flake Ct.. Rancho Cordova, CA 95742 19Zb'LbyL001 riwu 1\0-1 ....., _.� Attachment 7 Exhibit A UDBE Certified, #CT- 032785 Optional Products: ( SPFR02, Form Release Agent, 5 gallon barrel @ $917.93 ea ` SFFS -U2, Fastening Screws, 25 lb. bucket, 4 paisl @ $49.05 ea. SFSL01, Sealant, 12 tube case, 3 case @ $46.93 ea. SFDBO1, Driver Bit, 10 units $2.97 ea. Freight not included All quantities are estimated. Final quantities are the responsib of the contractor. Sales tax not 0 Terms: Net 30 est panels as l inquired by ownericontractor not includes In pr +cln9. • Item, included in quoted price: limited to items fisted • Exclusions. Sales tax, engineering. 3FO Party insPectequir liquidated damages. retention• • Rupert Construclion Supply will supply materials as required in contract plans and ssrecifications. • Rupert Construction Supply is not responsible for design, engineering or insiallation. • Liability: Limited to the cost or Our product, we will not be responsible for additional charges. • ()we to the instablRty in the raw materials m Vital s, Our quotation is subject to orange without notice. Pricing should be verified before placing a purchase order. • if this project is subject to co'Pensatlon due to escalation of raw materials pricing. Rupert ConstrucfaOn Supply reserves the right to make claim at time of shipment. • Contractor to verify fietd dimensions. • Actual quantities are the responsibility of the contractor. • Additional items available for purchase. See attached 11 no card for product information. Sincerely, Stacy Monroe 925.408.3627 Mobile 925.229.5577 Office sta c y@ ru pe rts u p p ly.c o m uotation Bid Dale: 8!12114 To: Estimator pate: 8111114 Job Name: Los Osos Rd Bridge, San Luis Obispo Job Number: 05.OH7340 UniR $ Gluantit Descrl tion Custom Panel ELASTOSPEC Urethane Std $35.20 $11,64.00 T$ 320 sF Pattem #1999 2a0.t30" x 96.00" Panels, Abutments 1 and 5 pilaster details from the Artwork /Setup: $8,800.00 fillet to the bottom of the window and sills and ends. Estimated production schedule: 6 -8 weeks from final approval. 120 sf Pattern #1999 Custom Panel ELASTOSPEC Urethane -Std $30 80 Artwork /Setup: $3,696,00 $1,485,00 120.00" x 36.00" Paneis. Barrier rail block -out liners 6 -8 weeks from final approval. I Estimated production scheduler: Optional Products: ( SPFR02, Form Release Agent, 5 gallon barrel @ $917.93 ea ` SFFS -U2, Fastening Screws, 25 lb. bucket, 4 paisl @ $49.05 ea. SFSL01, Sealant, 12 tube case, 3 case @ $46.93 ea. SFDBO1, Driver Bit, 10 units $2.97 ea. Freight not included All quantities are estimated. Final quantities are the responsib of the contractor. Sales tax not 0 Terms: Net 30 est panels as l inquired by ownericontractor not includes In pr +cln9. • Item, included in quoted price: limited to items fisted • Exclusions. Sales tax, engineering. 3FO Party insPectequir liquidated damages. retention• • Rupert Construclion Supply will supply materials as required in contract plans and ssrecifications. • Rupert Construction Supply is not responsible for design, engineering or insiallation. • Liability: Limited to the cost or Our product, we will not be responsible for additional charges. • ()we to the instablRty in the raw materials m Vital s, Our quotation is subject to orange without notice. Pricing should be verified before placing a purchase order. • if this project is subject to co'Pensatlon due to escalation of raw materials pricing. Rupert ConstrucfaOn Supply reserves the right to make claim at time of shipment. • Contractor to verify fietd dimensions. • Actual quantities are the responsibility of the contractor. • Additional items available for purchase. See attached 11 no card for product information. Sincerely, Stacy Monroe 925.408.3627 Mobile 925.229.5577 Office sta c y@ ru pe rts u p p ly.c o m To: Granite Construction - Santa Barbara Page 4 of 7 2014 -08 -12 02:52:59 (GMT) _7 Rupert ►r 3941 Park Dr., Ste. 20 -487, El Dorado Hills, CA 95762 -4549 Yard: 12405 Gold Flake Ct., Rancho Cordova, CA 95742 Quotation To Estimator Description: Los Osos Rd Bridge, San Luis Obispo Job Number: 05- OH7340 Attachment A7 19252692861 From; iCa�eln Wonnenberg artified, #CT- 032785 Date: 8/12/14 Date: 8111114 Quantil Description Unit *S Total S Bid Item #124, Joint Seal Assembly, MR 21/2" / 81 it WaboSiripSeal, SSS Type R / $112.75 $9,132.75 t2t.1�—T 4 1 as Estima led Freight $1,200.00 $1,200.00 Prices incude: bs, *shop drawings t joints furnished in 20 ft. sections; field sp/bo'n,1r.c(1 or 'shop fabricated upturns "neoprene strip seals furnished in continu installed by contractor 'hot dipped coatings ! galvanized Prices exclude: "cover plates of any kind `femtxval, installation or field mQasur maxi 'concrete, Faber or grout t 'any item not specifically iWenli {r as being included above Total: $10,332.75 Sales tax not Included Delivery: Terms: Net 34 days F.Q.B.: Ship Point -Pricing Vaud fore months from Bid pate Item/'PLy ded in quoted pr' limited to items listed Excl: Sales lax, a Ineertng, 3rd party Inspections, tlquldated. damages, retention. Rupenslrutlion S ply will supply materials as required In contract plans and specifications Rupenslruceon uppty Is not resporrslWe for design, engineering or Installallon, Liabilimited he cost of our product, we will not be responsible lot additional charges. Due insta ' dy in the raw materials markets, our quotation ie subject to c hange without notice. Pricinuld a verified before placing a purchase order. If this ct subject to compensation due to escalation of raw materials pricing, Rupen Construction Supply reserves the right to make claim of shipment- Contrto verify field dimensions, Actuanlfttea are the reaponsibiiily of the contractor. AddiIitems available for purchase. See attached tine card for product information. Sincerely, Stacy Monroe 925.408.3627 Mobile 925.229.5577 Office Stacy @rupertsupply.com d Toy Granite Construction - Santa Barbara Page 5 of 7 2014 -08.12 02:52.59 (GMT) Rupert Er r ++ t t 3941 Park Dr., Ste. 20 -487, E€ Dorado Hills, CA 95762 -4549 L - -- Yard: 12405 Gold Flake Ct., Rancho Cordova, CA 95742 Quotation To: Estimator Job Name: Los Osos Rd. Bridge, San Luis Obispo Job Number: 05- OH7304 Attachment 7 19252692861 From: f tWonnenberg UDBE Certified, #CT 032785 Bid Date: 8112/14 Date: 8111/14 Quantit Description Unit $ Total $ 11 ea ABUTMENTS $504.85 $5,553.36 4" x 14" x 12" laminated elastomeric bearing pad w/8 ea - 14ga shims +.-.r&% 5' "Quantity includes 1 test pad" 5q S z 10 ea ABUTMENTS $16.39 $163.91 14 ga x 16" x 14" galvanized sheet metal rL�"- t-I. °' t r1.d 3 ea ABUTMENTS $36.75 $110.25 5.3 oz. tuba silicone grease r-^4 '-L 63 $ tt9.d- - Quantity Includes 1 test pad" 3'A• 2 es JOINT SEAL $1,804.09 $3,60818 0.125 x 12" x 42' -6" plain elastomeric bearing pad + r o"W Material is AASHTO neoprene, 55 durometer. Shims are A1011. �P Standard manufacturers testing and material certification per Caltrans specifications will be supplied. ,� � � I mb 110. Total: $9 435.69 Sales tax not included Delivery: Terms: Net 30 days RO.B.: Job Site Prid n2 Valid for 15 da Approximate time required for production, dating from the receipt of approved shop drawings: 6 -8 Weeks items included in quoted price: limited to items listed Exclusions: Sales tax, engineering, 3rd party inspections, liquidated damages, retention. Rupert Construction Supply will supply materials as required in contract plans and specifications, Rupert Construction Supply is not responsible for design, engineering or installation. Liability: Limited to the costa( our product, we will not be responsible for additional charges. Due to the instability in the raw materials markets. our quotation is subject to change without notice. Pricing should be verifled before placing a purchase order. If this project is subject to compensation due to escalation of raw materials pricing, Rupert Construction Supply reserves the right to make claim at time of shipment Contractor to verify field dimensions. Actual quantities are the responsibility of the contractor. Additional items available far purchase See attached line card (or product information. Sincerely, Stacy Monroe 925.408.3627 Mobile 925.229.5577 Office Stacy @rupertsupply.com 5 Attachment 7 Exhibit B Exhibit B Protest Filed by Madonna /Souza Joint Venture on Aug 19, 2014 GERALD C. WEAVER A LAW CORPORATION August 19, 2014 City of San Luis Obispo Attn: Jason Bennecke Project Manager 919 Palm Street San Luis Obispo, CA 93401 RE: Bid Protest - Granite Construction, Inc. - Contract No. 05- OH7304 - Federal Aid Project No. Q101(258) -1 Dear Mr. Bennecke: Attachment 7 Exhibit B 1220 Marsh St San Luis Obispo, CA 93401 Telephone: (805) 781 -0788 Fax: (805) 781 -0828 Via: FAX (8057 781-7198 RECEIVED AUG 19 2014 CITY OF SAN LUIS OBISPO PUBLIC WORKS DEPARTMENT Our firm represents Souza Construction, Inc. and John Madonna Construction, a Joint Venture. The Venture lodges this protest against award to Granite Construction (Granite) of the above referenced project for failure to comply with the Federal DBE rules and regulations. This failure results in the inability of Granite to show a good faith effort to meet the project DBE goals. On 8/15/2014, Granite submitted it's evidence supporting a conclusion that Granite met the DBE commitment, or engaged in good faith effort to meet the DBE commitment. Enclosed herewith is Granite's Exhibit 15 -G and the quote relied upon by Granite from Dragon Materials dated 8/11/14. In Granite's Exhibit 15 -G it alleges it had received a bid from Dragon Materials Transport, Inc. (Dragon) for "Buy & Haul Asphalt Oil" ($720,000 x 60% credit = $421,200 in dollar amount) and uses this bid to meet the DBE goal set for the project. On the page following Exhibit 15 -G, it submits a quote from Dragon dated 8/11/14 addressed to Calportland Construction. Yet there is no evidence given of any contractual relation, or contact between Calportland and Granite, or between Dragon and Granite, with respect to this project. Attachment 7 Exhibit B Letter to City of San Luis Obispo August 19, 2414 Page 2 This evidence is necessary for Granite to meet the DBE goals, or to establish a good faith effort to do so. Under the Federal Regulations it is required that Granite show that it had such a quote to Granite by any DBE subcontractor or supplier at the time of the bid used by Granite or a DBE subcontractor or supplier to meet the goal set for the project. In it's "contact" efforts as shown in Exhibit 15 -H, Granite fails to show it even contacted Dragon prior to bidding. Further, the Dragon quote to Calportland is for delivery to a Paso Robles Location, and Granite has no plant in Paso Robles. Granites nearest asphalt plant is located in Buellton. Therefore, it is respectfully requested that Granite's bid be rejected as non- responsive and the contract be awarded to the protestant as the lowest responsible bidder who met the DBE goal and who's bid was responsive and thus qualifies as the lowest responsible bidder who's bid was responsive. Sincerely, Gerald C. eaver Attorney for Madonna -Souza Joint Venture GCW jer Enclosures Cc: John Madonna Steve Souza i f -- t: I f. Ei f1,J k` f i i„ t: L i k U L Attachment 7 Exhibit B City of San Luis Obispo EXHIBIT 15 —G LOCAL AGENCY I CY BI DDEf R DBE COMMITMENT (CONSTRUCTION CONTRACTS) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE REVERSE SIDE OF THIS i?ORNf _ r LOCAL AG&NCY: CITY OF SAN LUIS OBISPO LOCATION: SAN LUIS OWSPO CA PROJECT DESCRIPTION: LOS OSOS VALLEY ROAD/US 101 INTERCHANGE IMPROVEMENTS TOTAL CONTRACT AMOUNT.5 165721ao BID DATE: AUGUST 12, 2014 BIDDER'S, LAME: GRANITE CONSTRUCTION COMPANY CONTRACT DBE GOAL: 3°% CONTRACT '.TEM OF WORT: AND DESCRIPTION iDBE CERTNO. NAME OF EACI l DBE l7OLLAR AMOMrT ITEM NO- DR SERVICES TO BE AND EXPIRATION QvInst be coaified on the date bids OBE >UBCONTRACTED OR MATERIALS DATE are opened -include DBE address d'O BE PROVIDED (orcontracted if the and phone number) Siddcr is a DBE) 0,94 11A A NA 1 , 13 URNISH TEMP ALT CRASH CUSHION (545,85 - 900447 1112014 KRC SAFETY 559r73 - ,4 H-peRTA8t E- - ik'AG 97,98 PLACE AC DIKE 000219 712019 AC DIKE CO 9161652.0159 4,237 99,100 ^>AW & SEAL JOINTS 013602 38018 WSTIN ENTERPRISE 6811589 -1001 11,085 15 PREPARE SWPPP 39322 512015 IA FIRMA INC 8051748-8578 1,350 ,7 � Y1RNt. G 7 032785912015 tUPERT CONSTRUCTION SUPPLY 92 9490-3627 23,3110 tRIDGE DECK DRAINAGE SYSTEM (M.834 (q 60%) 3941 PARK DR STE 20-097 EL C16RA HILL95762 For Local Agency to Complete: Total Claimed DBE 535,560 Local Agency Contract Number Participation FedenE -aid Project Numbcr. 2 3. a /o Federal Share: ConiractAward Date: Local Agency certifies that all DBE certifications have been verified acid Si� turc of Bidder 7 ell information is complete andaccurale. RUCEMCGOWAN,VP CENTRAL CALIFORNIA REGION AUGUST 12, 2014 805 964 - -9951 Date (Area Code) To], No. Print Name v Signature Date DIANNE CARLISt;I ' Local Agency Representative ForsunfaL'aalaat,' {[?Tt aTypeb[ ; (Arca.Codo) Telephone Number: T�ea� A�:i',cvflidddrAT3E Cdnvfutnrc ti: ;L�argsisiusilon,C�JCneu) Distribution: (1) Copy —Fax or scan a copy to the Caltrans District Local Assistance Enginccr(LAE) within 30 days afecirizaeaccuti send a copy to the DLAE within 30 days of contract execution may result in de- bbligation a8 funds for sills project. (2) Copy — Include in award package to Caltrans District Local Assistance (3) Original — Local agency files PaRe137 lr y Attachment 7 Exhibit B DRAGON MATERIAL TRANSPORT, INC. P.O. Box 27800, Fresno, CA 93729 -7800 Office (559 )351 -8822 Fax (559) 276.0818 CA No. 0366649 dragonmaterial @yahoo.com DBEMBEIYJ•)DBE Fired No. 37444 SBE 52655 -- -QUOTE Calportland Construction Attn: Danny Deveraux Date: 08/11/14 Project: City of San Luis Obispo, Los Osos Valley Road and Hwy 101 Interchange improvement Project Material: 500 Ton - PG 64 -16 Material: 700 Ton - PG 64 -10 Delivered Price: $585.00 Per U.S. Ton + "y.applicabie taxes ORIGIN: Greka DESTINATION: Paso Robles *Indexed 5% Crude by Caltrans *Project *iii be ongoing until 1212016 *Standby after 1 hour from scheduled delivery time at $1.00.00 per hour *Pricing based on full loads - 26.00 ton *Fuel surcharge - rate increase - add $1.00 for every $.10 increase if California On�Highway reaches $4.25 per gallon, www,eia,gg v. $4.084 on hid day. 11@00 Ions Li jv;J aap64 X 5s5 /fin w $703,000 70@,000 x 60% 0a1ue -- yal,i;tt Attachment 7 Exhibit C Exhibit C Granite's Response to the Protest - August 20, 2014 Attachment 7 Exhibit C GR/U1TE' August 20, 2014 VIA FACSIMILE (805) 781 -7198 AND 0 VERNIGHT DELIVER Y City of San Luis Obispo Attn: Jason Bennecke, Project Manager 919 Palm Street San Luis Obispo, CA 93401 Telephone: (909) 556 -8852 Facsimile: (805) 781 -7198 RE: City of San Luis Obispo, Construction on US Route 101 in San Luis Obispo County in San Luis Obispo from 0.4 MI South of Los Osos Valley Road OC to 0.6 MI North of Los Osos Valley Road OC Contract No. 05- OH7304 Federal Aid Project No. Q101(258) -1 City Specification No. 99821 (the "Contract ") Bid Opening: August 12, 2014 Dear Mr. Bennecke: Granite Construction Company ( "Granite ") timely submitted a fully responsive bid for the above - referenced Contract and is the apparent low bidder. Granite understands that on or about August 19, 2014, the "Madonna/Souza Joint Venture Partnership" ( "Madonna/Souza JV ") filed a protest with the City of San Luis Obispo ( "City "), relating to Granite's DBE commitment for the Contract. Granite achieved 3.2% DBE participation, and thereby exceeded the DBE goal for this Contract. Granite's bid is $886,795.00 less than Madonna/Souza JV's bid and fully responsive. As further discussed below, Madonna/Souza JV's protest lacks merit and should be rejected. Granite Exceeded the DBE Goal and Timely Supplied the Supporting DBE Documentation to the Cites When an awarding agency, like the City, sets a DBE contract goal, the basic obligation of bidders is to make good faith efforts to meet it. Bidders can demonstrate these efforts in either of two ways: (1) document that it has obtained enough DBE participation to meet the goal; or (2) document that it made adequate good faith efforts to meet the goal even though it did not succeed in obtaining enough DBE participation to meet the goal. 49 CFR §26.53(a). The U.S. DOT emphasizes strongly that the good faith requirement is an important and serious one. A refusal by an awarding agency to accept valid showings of good faith is not acceptable under the DBE rules and regulations. The DBE rules and regulations specifically prohibit awarding agencies from ignoring bona fide good faith efforts. 49 C.F.R. § 26app. A. Box 50085 Page 1 of 4 Watsonville, CA 95077 Phone 831/724 -1011 FAX 831/722/9657 Attachment 7 Exhibit C Per the Contract specifications, the apparent low bidder, the 2nd low bidder and the 3rd low bidder were required to document their efforts to achieve the DBE goal by submitting the Local Agency Bidder DBE Commitment (Construction Contracts) form ( "DBE Commitment Form ") and written confirmation from each DBE shown on the form, confirming such DBE's participation in the Contract (i.e. a copy of each DBE's quote no later than 4:00 p.m. on the fourth (4th) business day after bid opening. (See Standard Specifications Section 2- 1.12B, Disadvantaged Business Enterprise Goal, and 2 -1.33, Bid Document Completion and Submittal). All DBE participation (including lower tier subcontractors and suppliers) counts toward the DBE goal. (See Standard Specification Section 2- 1.12B, Disadvantaged Business Enterprise Goal; 49 CFR §26.55; see also Standard Specification Section 5- 1.13B). Therefore, bidders were required to identify on the DBE Commitment Form all DBE firms participating in the project regardless of tier. (See Instructions — Local Agency Bidder DBE Commitment (Construction Contracts)). Here, Granite fully satisfied the DBE requirements. Granite exceeded the DBE Contract goal and timely supplied the supporting DBE documentation to the City. Granite actively and aggressively sought and obtained DBE participation sufficient to meet the DBE contract goal in accordance with the City's specifications. The DBE goal for this Contract is 3 %. In conformance with the governing DBE regulations and bid specifications, Granite documented that it obtained commitments for enough DBE participation to meet the goal. Indeed, Granite demonstrated that it exceeded the Contract goal. Granite claimed 3.2% DBE participation and committed to utilize several certified DBEs (including, but not limited to Dragon Material Transport, Inc.) to perform work and /or supply materials for this Contract. Granite takes DBE requirements very seriously and is proud of its comprehensive DBE program. Granite diligently strives to make work available to DBEs (at multiple tiers) and to reach out to, solicit and utilize qualified DBEs in full compliance with DBE laws, rules and regulations. Madonna/Souza JV takes issue with Granite's second tier DBE supplier, Dragon Material Transportation, Inc. ( "Dragon "), alleging that Granite was required to provide a quote from Dragon directly to Granite. Madonna/Souza JV also alleges that Granite had no contact with Calportland Construction (Granite's direct material supplier) ( "Calportland "). These allegations are baseless. Madonna/Souza JV's contention that Granite was required to obtain a direct quote from its second tier DBE supplier, Dragon, demonstrates an utter lack of understanding of the governing DBE regulations and underlying public policy, as well as industry practice. On Federal Aid Projects, like this Contract, bidders are encouraged and expected to utilize DBEs at multiple tiers. As emphasized in Caltrans' Business Plan for DBE Outreach on Federally- Funded Projects: "Major subcontractors also have a role in assisting the Bidder and Caltrans attain the annual DBE/UDBE goals. Every little bit helps. Subcontractors are encouraged to utilize DBE/UDBEs as additional lower -tier participation, including the use of DBE/UDBEs as suppliers and other services, such as trucking." Page 2 of 4 Attachment 7 Exhibit C (See Business Plan for DBE Outreach on Federally- Funded Projects, at page 5). "The Bidder is advised to maximize DBE/UDBE participation on a contract: 4. Consider multi -tier DBE/UDBE participation. 5. Ask the major subcontractors to outreach and consider DBE/UDBEs in their subbids as well. 6. Every dollar to a DBE /UDBE counts towards the goal." (See Business Plan for DBE Outreach on Federally - Funded Projects, at page 6). "Guidance: The Bidder may identify others efforts, such as: • Encouraged first -time subcontractors to use and report DBE /UDBEs as lower - tier subcontractors." (See Business Plan for DBE Outreach on Federally- Funded Projects, at page 12). Accordingly, the governing specifications encourage bidders to maximize DBE participation and utilize DBE firms at various tiers. On the DBE Commitment Form, bidders were required to identify all DBE firms participating in the project regardless of tier. Moreover, the final DBE utilization report must include all actual expenditures paid to DBEs (regardless of tier) and identify any first and lower -tier DBEs that were used on the Contract. At bid time (within four business days of bid opening), the only evidence a bidder must submit to show its DBE's commitment to participate in the Contract is a copy of the DBE's quote. (See Standard Specifications Section 2- 1.12B, Disadvantaged Business Enterprise Goal). With respect to first tier subcontractors and suppliers, the DBE provides a quote directly to the bidder. Obviously, for lower tier DBE subcontractors and suppliers, the quote will not be a direct quote from the subject DBE to the bidder; but rather, such quote will necessarily be directed to the relevant subcontractor /supplier. Here, Granite's first tier material supplier is Calportland and its second tier supplier/hauler (through Calportland) is Dragon. Consequently, Dragon's quote for this Contract was properly directed to Calportland. As is customary, Granite's supplier, Calportland, provided Granite with Dragon's quote for inclusion in Granite's DBE submittal to evidence Dragon's participation. As reflected in Dragon's quote, Dragon committed to supply and haul asphalt oil for this Contract through Granite's supplier. Madonna/Souza JV's allegation that Granite had no contact with Calportland is also false. Calportland is supplying Granite with materials on this Contract. (Attached as Attachment A and incorporated herein, please find a copy of Calportland's quote to Granite, with proprietary and confidential pricing information redacted, along with Granite's associated pre -bid request for quote including DBE participation). Granite was not required to provide a copy of Calportland's quote at bid time. Per the specifications, Granite was only required to supply a copy of the DBE's quote for this Contract, which Granite did — a copy of that quote was included in Granite's timely DBE submittal and is attached to Madonna/Souza JV's protest letter. For this Contract, Dragon will be Page 3 of 4 Attachment 7 Exhibit C supplying and hauling asphalt oil to Calportland's Paso Robles HMA Plant. Calportland will then use the materials supplied and hauled by Dragon to produce HMA, which Calportland will supply and deliver (either FOB Calportland's Paso Robles plant or the job site) to Granite for use on this project. The purposes of competitive bidding are to guard against favoritism and corruption, to prevent the waste of public funds, to obtain the best economic result for the public, and to stimulate advantageous market place competition. Responsiveness considerations "must be evaluated from a practical rather than a hypothetical standpoint, with reference to the factual circumstances of the case. They must also be viewed in light of the public interest, rather than the private interest of a disappointed bidder" hoping to prevail by contriving irregularities in the winning submission. Ghilotti Constr. Co. v. City of Richmond (1996) 45 Cal. App. 4th 897, 908 -09 (citing Judson Pacific Murphy Corp. v. Durkee (195 6) 144 Cal.App.2d 377, 383). It would be a "disservice to the public" if a losing bidder were allowed to comb through the bid of the low bidder after the fact, in an effort to cancel the low bid on minor technicalities, with the hope of securing acceptance of its higher bid. "Such construction would be adverse to the best interests of the public and contrary to public policy." Durkee, 144 Cal. App. 2d at 383. Here, it is clear that Madonna/Souza JV is simply combing through Granite's superior bid in an effort to concoct a deficiency where none exists. In sum, Granite's bid is free of any defects that would preclude the City from awarding the Contract to Granite. Granite timely submitted its bid and DBE submittals for the Contract. Granite's DBE Commitment form and supporting documentation fully comply with the requirements of the DBE regulations and the Contract specifications. Moreover, Granite's DBE Commitment Form properly identifies all DBE firms participating in the Contract, regardless of tier, and is consistent with Granite's DBE submittal and governing law, as well as the overarching public policy fostering and promoting DBE participation at all levels. There is no irregularity in Granite's bid. Granite's bid is fully responsive. Accordingly, Granite respectfully requests that the City reject Madonna/Souza JV's protest as without merit. Granite is fully prepared to perform this job in its customary dependable and high quality manner, utilizing the DBE firms identified on its commitment form. Thank you for your time and consideration. If you have any questions or would like additional information, please contact me at (831) 768 -4160. cc: Madonna/Souza JV (via email) Page 4 of 4 Attachment 7 Exhibit C ATTACHMENT A Attachment 7 Exhibit C 1625 East Donovan Road Santa MaaA Ca. 93464 (805) 345 -34'# 6 Office (aQS) 345,3583 Fax (345) 896 -95J4 Ken's Cell Ema11 Ajog e w an d corrs .4 CHIP r[#a KEN PINED 1 AGGREGATE SALES C] Vtgent 0 For Reviow ❑ please Cgnu nt Q please Rwoy G please Recyrde a cafnmereft: if prices,terrns and condWons are accepted, please vign gnats and retUM for proper billing. CALPORTLAND MATERIAL QUOTE August 12, 2014 Attachment 7 Exhibit C CALPORTLAND CONSTRUCTION, (hereafter, "Seller ") Submits to the purchaser identified below ( "Purchaser') this quote for material as dcscribel3 Wow (' °Mutertai "). This muteria[ quote ("Quote") upon transmission to Purchaser, replaces and terminates any prior quote or offer, whedier verbal Or written, that Purchaser may have received from Seller rercrencing the Project PURCHASER: PROJECT: GRANITE CONSTRUCTION ATTN: ADAM SOUZA FOR PLANT PRICFS r tan 7J" PG 64 -16 OIL f, rer ion Lime Treated + Tax Pa 64 -IOOIL rat ton AWI.Rrlp +'far. %so Robles HMA (if applicable) .MEABLF & PERVIOUS RACKFILL RATES: (Roclry Cfnyon Piaui) Per ton + Tax BERM mix 9,051 PO 70-10 oil, per ton Pose Robles AMA Ptah + Tµ CLASS 11 BASE 314" Bottoms (19171171) Per tori (Rocky Carrymv Pfaat) E Tax US 101 J LOS OSOS VALLEY ROAD IA'TERCHANGE PROJECT 9 99821 CITY OF SAN LUIS OBISPO UOM QTY TRUCK M51) HAUL (if applicable) TYPE RATES: No Taxi U"S. 9,051 Transfers _ Tons s Bottoms U.S. 13,30E Transfers Touts Bottoms U.S. 1,200 Transfers Tons Bottoms U.S_ l0 IO- Wheeler Tons U.S. 39,310 Transfers Tons IMrURI DUKKUW.40U.) U.S. 75,000 Trensfen (Rocky Conyon Piano) per ton Tons Bottoms jAotrrs. fi0t7 AM la d •3C P M.F I +Tax Coxrtrsclor to supply a crow to clean out i rue k.% after esch load or w needed (Rub bcr,Asphak) _ clean asphalt s[rindinaS will be accepted at our mayela plant on East Main Street during dtt rilme hours Monday through pddag. tvr outn rt,ru unu eC)IvPr£U araers. HMA mix designs arc d=nod se, meet job spcei0culionr if approved by the hlttal Cky Material Engineer or R,E. The Days price !n&drsajpn & door A& 'The contractnr (buyer) is responsible fcx all jobsite testing coring, dap cotes aaA ennrnaerfnn aril also o%n QC. plan. Ttm buyer (oon vac tor) agrees to pay S 10.00 per ten for all oxp lied lime treated aggnegatea due to job:sile'deloys by the oontroadr. Mlivery soltodulc mast be mulMiy &Weed upon by the contractor and Qalpwticnd. AI) del iv£rod Asphalt Is priced at current Califom'x Statewide Crude 011 Price Index and 100 %compenrution ia: duo ditecdy to Cal WIiIn[I for flay increase. Wm All Aggregate unit prises arc, flxud through (L2•i -15) ead'then subject to 641a3tment an Ihet -owing schcduit: Itc-yuote. t xcass unloadina cAtirges: (Per load) Ail Asphalt dctiveries; Bottom Hoppers (I 0) m1nuta,,'rransfcM(30) minutes allowsble unloading lino on jubsita lhcn crass unloading charges at SI 58 per minute. All aggregate, deliveries, bnlh bourmt$ & transfers (10) +ninutcs allowable ulslnnding, then axc'css unloading charges at S -S8 p£r lnbuilc. -tWher hereby Iuhrnits, and by its sigmfurePurchacer Item} accepts, alt: Qunlc, in both cases subject to all of "the Terms and Conditions sal loth on Nte third page of this Qumo, &f this box is checked, the av,"prdrim Period (as de Fined on the foitowing page) ends 29- August-3014. CA LP �URCI #hS£R Page 1 art Date: (PERMS & CGNDFTIONS ON NEXT PAGEI Inillol ,t m L ACC9VTANCF- unless Otbherwwdsanaled an the first page afthtsQuote, this 0091e shall 11notilule a firm offer far ' Ib- irS ( dYs . fn mis dell isl w,ftW above { "Acce p osb Iesaad'7. TK crin a nd ooudlriesn of tjI{a Quota may be accepted by the PNdtlast C l "Aesxptanee`j only by veto orthe' nrlle}ving nlreauta., parformod with I the Hcc 1101ec Pecniai; (i) Furdoroca's iudoaliur, raid delivery 10 Salter or this Quetd; or (d) Purdum"'A ptaciag oiihor a w7talvo or Oral order far all or a portion or the tstottxfol quoted unda,lhil Quotes; or, (go ja Rte's bbAlmanCBRRe rat of ppiarmpnI" Should Aopapllanao oeum through clause, (t+/ or (ii] Above, Use krnr and conditions of this Quote. sovem trsgarilda tar vrbattter.ex not owzlissor bas alpha This QnOte. Should nRhlrof Ilse eulnra cf Cletssca (II} err {iii)) rasa otter that expfratdon a[ 00 Arceplairm Period, Seller lm ilia disaet(oo to perfnmt or not to Perforiu and, iPShcor eltetA to perform, ihsn at( or the toads and condition, or INS Qontcr atiait pnvdtib athar. IIeAn prioo, which shall bar adjwtaai la eahart Any inetdasos in1eller's than puWrstr<v! pricfr ;g for fine W10615. Tide Quaw Fen only be alW)Bcd iu wrisinQ ml signed by both prom, sL Any curd all oddisional Or 145=10 terms ptmored by Atrdlntset, col ethar coldAined in Pinchaacr's pareLasc Order, sbifiping rttdaae fOnns, Pflor pfnalca bcNeen this punias, or oar any nmadirrutlml to Ihis Quote by lr063:1icf shall gal be bindfny an liar oblirsrto Soler mnileai prior to AcMianrc 114 QueiC is rslurned with Katchame's full cuutto- Proposad And is than s!good and dmod by Seller's awltoevad rclrrcaamalive, The issuasco or In Qriauhlon or this Quills is not intaodcd, mfr shalt be reaslrtsod, as ca"a"26 dos caduylva a requircsnanES- sapPly aprcernarit between Pureharm And Seller. in The event an ataied guanilty amounts are inaiudod on lira first page oflhis Quote. Scller retervoo; the ahsvlule discmtton to dacemiae how to alloCno'tdaleriAl anvils fit auasomcri, including Puschuor. I. DELIVERY; Delivery shall bq tro.R.:(a) Projoet tflcstina; (b) Sollor'a Plant(s);'vr (c) Ai anolhar le(alion Allf"d rD between INC' parties. Malarial Shall be delivered or roads avafdabla fn maxmdiaee wick a scl"* 174W Daily agreed upon by Orr Purchaser and Seiler. wthorc irdlvaty or or Srher's facility Is Seller'e rogaerasibility, Seller or its tagRous houkr will Disler rrpors he delivery louliad Only a$ A cowvenicdct to Pumhaaeer bard Purcbnsar tpecitic0tly w;i vm and Agecea to durcnd frttkmndfY awl hold Seller hAmil= Erma 4114 Og;O4191 tiny ebrbn nr hsliilky or aerfon.Basihn Selkr lamauss ordrc caused 4mieby h elledi0x tint na Iiloiiod to, damage to wnamte "cra sntp cai, P[Pedinao or uudalpvond struclures or ulistim Parcharer agrees to provide ckar. sububmfoi and suitubio tecem to the PDlnt of delivery. 3. PAYMiti1T TERMSFuchasor shall pay Seiler At the prices given in t tsisla above. Salle afrall irtwiea Pvretsoer on a dotty bAsts fbr Mpaaial ddiverrtl. Payment shall' be duo n s more lhan 1111AY (30) days front the date ortho iarwim in the (Sul Ow- mat Of the Yrsvoice witboul retention af'Fny amounts by Pumhasar. PUmNA ef'e Failure to pay Ali AmoOara awing wbro due stall to daaned a nsoluisr breach of this Quntq Ind $ARer may, at IV W&M (s) terminate Ihis 0"; (iiy require paymcnit fo bo made 10 rdvuwe of futum dailvItries; of (if) place fuhfro ddlvcria+ on a C.O.D. bases. SdRaegi ctecilon of waiver arauy of such remedies ss to one Ptah breach "I sot waive Its righis as 10 tubsagvem pa )nnoni brearbm. Amounts past due "I boar an Inlrrest clu+s$0 computed From the die dole at the ic3w Ofihe ra" Snum ink'scal rata atlawvd by lava oral gas rato of 1.5% per month. purchaser ogress to pay ail 00011 And "Pulp" of colloctlog parr due accarselk including aettral atiomeya' fees, Inclined, wNed,,r err out a suit rat• bclion is idea, on appeal or othcnristt. 4. iJNLOADINC TIMS:. IA the avant Sailer Is natimetbla rot dativety orrof ij3 W111101. 14 trtntrtes of allowable unI adi ig time will be n1lowcil per marl dallvrrtd In iradsfers, 10 minuses Parlosd del[veW In batfum hoppers rar mWegsto prssdmess, Shoulder Tiaekfos & Asphalt, Teaaalkaa 30 minvles, Bottoms k 10- whtolma 10 mfaufcs and 3 afinutrY aFudtmsdhng linr4 will be Atlrsvved pW-"bic yard ofdalfvmxd Wady rni>s notarial. Iraclusl unkndis,Pbaloemwds the allowable unfiso&If; lima. the exceu rrtioading ilase will be oRtliKcd at it, mac af.51.67 per murure for nrdy mix ntesdrieff and a St-67 Car orgsdialC and paving materials, tattoos urrtasdisrs lima, will be computed bra s par load 6mil. 3, READY MIX CONCRETE ADDITIVES (If Applicable): Seiler rJull sot be "onsstilo ror The effect on slump. stumglb, Of quib[ly orally ccoudua to which water or any other sssatertsh arc 0dd0d aI die dirrclioo or Purchaser tic Futcbsfcrra ref'"- { Ki- or agent. Seller darn not gumamce pomp ability or mines badusc lotto Aat no control over lho typo of eguipinonl umd or pmvaiRns, candWonx WIian color addil(ves Of any Other additives or add atlants art added to m idy�mix contantm f'A ditivaa"), they rhald be of the request and lt+'rsructiunl err Purdlaser, and at Purchaser's tick. Sellecdors Writ warrant or antantoa Additives or die n! d -' ails coname product towhdcb Ihay dal added, 6. $WFZT1QN3 OR ALTERATiONS: l shall he PorchamtPa rroponibildr to make, or cause to he.mad0, and pay for such inspead ion I and tests Is inlay be requited Or desired at Sellers facilely Of the F_O:B. local ion to aaaura 166 Maatiul roads any wiluirearenls or Nrchoxr other Ihan Ibal apoelfod n1 ibis Quils, 7, INMRATEA ACREEtAgNT/ RECLUSIVE TERI481 MODIFICATION- 7114 Quoin sect ftklh the Intiro agrceetent btawten Salter one Pmdlmar with raapect 10 its subject thanes: previded, 11%ftVir, thou in the event Pitrx;hvAx and Sailer arc parties 14 a Purthwe Agceemens on S01cr16 form of Pdieh"g; Almersrssr,. than this Quda is inlerdcd to bo intryyared with And port of the Purrtiara Alpo omeal, in the evoal of airy cotsniol between an itom on tow first Page or Ihis Q1101c Irsd the P=hose Agreement, the provision an ate first parse or this tjvota shall govera. In the evv nl of Any can/liat between an ilcm In these Tama A Conditiwn and hho m+na and condltiorm to Ibe purchase Agreatnont, be fmurehase Actoerml aball control. INOVl uwilh regard to airy ouch Ptrrclraso Asrcemna,r, All page 2 of 2 Attachment 7 Exhibit C prior and contamporarieeus ennvew +lions, painocea bctwsan dig partial, quotes, aftbrs, lsotynhliforI %. mprestwWont, prcosiacs and waumntialf with scspert to said skjeet matlefi 8iC+rrrwd. aleiged keeata and srsprrxated hereby. This is d fully int0srnled aCrcertterd. No terns and eosdhinas ollr jillin Ilwse shied htareln and no apeemew ry undrMandfng in any weY PaFisaWn ese r to modify err supplement th tonne and condition shall ba binding on Salter DO"$ made in vvriiiog ettd #rind by Seller. Scllar hereby ah)ectri to and nI any and an addblorisl or diffevenr vent Proposed by PuraheAar,' rhalbot varbal, eonteinad in Purebesar's push ere arch w shipping reiclow Forms. 9. PRICE,ESCAI A "ON; Th1e 16CAS,SWW on Ilse (irsr peps orihis Quote eta aubjed to adjasuntrii: (d) iC Ittd 4 _sfosed art said Fret past; (b) if on quantity smauabi Ere slmod on Ifte film page, tiler rma and wirer daAarmined by Seller upon 1vrtllan notion -le Isarchuscr; and ic) Olt Ace"M Of bliss Ca in FWI and Eltmtwo alifs as described hi ibis pefapraph Purchaser eekituwlidgos tlWltialiasal and soyional apply shaeustics fan the raw motaial necessary for the prOdsclinn and dcdf'wr err tLc Malaria' clay vac"' aril that Ilse peieas (of oil, Wriaid profww. gbsoltrlo, diCSc;. Iaiural gas wad eloc.irkily toulkclivrly "lroel•) as well As lisliahl asphalt, t'0aiend'"mortt and lima {ealtcctivcly, ' "k[cmenra 7 Wray Increase during the IwTh of the [)uric iA'the event liar Seller Incurs cows inrremi: in Fuel of ElemcnEs such that it hha purvboe ptits of any Masurfal to Ira supplied "Door this Q!tour u inerasabd t4 rofltes torn tease e031 .fnamm dnnortd by yeller for Ibp pool Amid Elomenrs of lhsl Matarlal Arad [0141 ±esu(1 in an inamoso in the price or said Meleufal of gassier than (i) 10'A for A -W*;WV type hRsstr Jr (t[) 6% for Isp rshtu controls type Maidriat; w (ftiy 4% for Pwlt=4 aoment laps Mal 0611. Ifron Purehuse and Seller ibalI nepo We la mumaNy rrsaec.WOK a rgviacd price for the hdatedal yet to be dcfivcrod under fAia Qa We. tribe pasilp tmarst circa apart s savired prig!%t such Material, Ilion oilhtr pa ly may. IqW two (2) rmyf wriarn noli c, terminate this Quefa 41 to Ina i iletial to delivered to Pwwtft r as of the data or lamination. P. WARRAMt Y/RF,MZDIES; SBLLL'R WARRANTS THAT THE MATERIAL WILL, AT THE POINT AND TIM OF DELiVER,Y, CONFORM M TIM SPECIFICATIONS SET FORTH ONTFre FACE ilEnOP. NO MWm WARRANTIES OF ANY KiND ARY MADE gY SELLER Atilt) SELIIR KXPREHLY DM AIMS ALL OTHXg WARRANn83 its ItHE FUUSSf ti)MNT PERMITTED BY LAW, WrHI?TM SXpR= OR ih4rlJF.17. hiG IWDtNG. BUT MT UMIT6D . To, wA"ANTIES OF AfrsttCH NTAn=y OR r-mim l49R ANY PARTICULAR i'UrIPOSE'. I'ruchasrr's cxctuslw mmedfes fbr Mesch DFt6's,eatiquass svarhssNy, 0414 /especi to any nDuooafamliri>I lv mik-l. stud ba United solely. at ter opsfaa or Sailor, W (i) replASSntam orthc ntr+oanfarmfap Kfatdrial to arc P-0-13. dellrery balm; a (tq the Cott b repleca the rxtueanformiitg.htarcrial. to she Ii:0.0 ddfvery peNt. Seller shall be swells reesvnsmble opTwtlnuity to hlvculprr to and cwt Any ulsiranfxohanen Soller's ismoub Orwansnty isblla ION shall tint amend beyond fhc loll an occur of; era (1) ynr.fallawing wrbatanlial eomplalton of ltle i rojecl For vaicb the Quae APP110; of coa (t) yew from Iha hit &livery of MA(erid under ibis Quote. Sala s lrobt)[ty for any Other breach of this Quarostctll be limilod [o the difference bovrma time Doliverad price err the Material covered hereby and are marker prime of sueh mateciel w the F.O.B. palm spaCifed sham, in to evmtt dull Seller be liable for lass of ptofn, delay Or sett' incidental or eatraequesdal damages. In err cats ,7ult Seller's liability hcfetmnder "road tare turn of do amount% wullly paid by Pumhow to Seller under thisQvatr, t0, FORM MAJEIJRF: Selbr shat[ Aot ba liabta far failvm la pcefarm or rally in daRvcry by reason or say sontirv"y at erc,urnice rrasorahty bcrnd Sclier•t amocel which shall ba danrsd to inclate, but nor be Iimfled m. Aenmil IN defealenrd flathead labor dioputea, boycotts, work saoppaxes, or wotk slowdowns or Ere, flood, iaclmnrnt ward w. embarl®r, +rarer, gowmmemslt authority, or rvEatetiont. Including sRoestidnA, prerercrca, and Pitarifics calabifdsed by of ror Ibc lovaaunant. tr shortage "fsdluie ofraw mAlor;d or transportation wh'sds makes P%rarmanoe by Sever render Ally Qum more costly. If such delay eanl[nuar rot a pefled of more than aialy (60) days, Pwhater An kw-i: the rilll,. up;m sdvea days wT%Ilan rustics is lolled In tcrmninatr this Qootc. ti. PROPOSiTION 43 NOVICE; TMS PRODUCT CONTAINS CHEARICALS KNOWN TO T146 STATE OF CAIJFORN(A TO CAUSE CAtIM. BIRTH DEFECTS OR OTHrta RCMDUC71Vt<HA[tM. 17, MISCELLANE'Ott& Time is of the coarse k1 this Quote. This Quota Is pavesmmd by CAlifornte law. witrl0ul rakazd 16 -its inlertial Calif i(t1 of taws fogfine_ Its the avegl of ally Nprrts, dxagrernteut of shim urssinit ono of-or governed by Ihb Quwx. the Patties O r- lhzt 'be ;_M% or doe State of Cnllfonria Aitlinp in the Couary isf Santa BethOru I'M cachai ro jiaritdiWon to scmlre tack dispute, diss8 rMmtel err Olhim, brad PwOlurrrsulbrniiA ittclrto sru ri ucfusiva jurisdfefian. InitfAr Attachment 7 Exhibit C Souza, Adam From: Souza, Adam Sent: Thursday, August 07, 2014 7 :19 AM To: 'Ken Pineo' Subject: RE: Los Osos Valley Rd Interchange Bids 8/12 Ken, For the AC can you put an option on the quote for the use of a DBE and approx. dollar value of DBE credit. Thanks Adam Souza Project Manager Santa Maria Area Office Granite Construction Company Office 805.614.0196 1 Cell 805.331.2662 [ Fax 805.348.9155 adam.souzaggcinc.com I www.graniteconstruction.com - - - -- Original Message---- - From: Ken Pineo [mailto:kpineo@cal portland.com ] Sent: Wednesday, July 30, 201410:27 AM To: Souza, Adam Subject: Re: Los Osos Valley Rd Interchange Bids 8/12 Got it... Thanks Sent from my iPhone On Jul 30, 2014, at 10:09 AM, "Souza, Adam" < Adam. Souza@ gci nc. com <mailto:Adam. Sou za@ecinc,com>> wrote: Ken, Here is a preliminary list of materials we would like to get a quote on from you. I can update this list as I get further into the bid. But here is a start. Import Borrow — 38,000 CY Class 2 AB — 35,000 TN HMA Type A %" QC /QA — 13,300 TN RH MA -G Y:" Std. Process — 8,050 TN Backfill Sand — 12,000 TN Rip Rap 2Ton — 850 TN Rip Rap Light -100 TN Rip Rap No. 1 -300 TN 1 Attachment 7 Exhibit C Let me know if you need me to send over any spec. sections. Note on pg. 32 of the specs they deleted section 9 -1.07 Payment adjustments for price index fluctuations. Thanks Adam Souza Project Manager Santa Maria Area Office Granite Construction Company Office 805.614.0196 1 Cell 805.331.2662 1 Fax 805.348.9155 adam.souza @gcinc .cam <adam.souza@gcinc.com%20> www.graniteconstruction. cam< http. llwuww .graniteconstruction.corn /> <image001.jpg> This email has been scanned for email related threats and delivered safely by Mimecast. For more information please visit htto: / /www.mimecast.com Attachment 7 Exhibit D Exhibit D Madonna /Souza JV Response to Granite's Response — Aug 26, 2014 GERALD C. WEAVER A LAW CORPORATION GERALD C. WEAVER August 26, 2014 Public Works Department Attn: Jason Bennecke 919 Palm Street San Luis Obispo, CA 93401 Attachment 7 Exhibit D 1220 Marsh St San Luis Obispo, CA 93401 Telephone: (805) 781.0788 Fax: (805) 781 -0828 Via: Email and US Mail RE: US 101/LOVR Project, Specification No. 99821 — Bid Protest Response Dear Mr. Bennecke: Granite has responded to Madonna -Souza Joint Venture's bid protest, including for the first time a purported quote to Granite from Cal Portland dated on the bid date. Granite offers this quote too late to be considered (see Standard Specification 2 -1.12B and 2 -1.33, requiring evidence from each DBE quote and it's commitment to the project no later than 4pm on the fourth (0) business day after bid opening). That time expired on August 18, 2014. Granite did not submit that Cal Portland quote until 08/20/14 and that quote cannot be considered as evidence under the rules set forth in Sections 2 -1.12B and 2 -1.33 of the contract and bid documents; specifically the Standard Specifications. Absent evidence of a DBE commitment from Cal Portland based on Dragon's bid to Cal Portland being passed through from Cal Portland to Granite, there is no such commitment on bid day to Granite, that can be considered by the agency. Even if that belatedly appearing quote (Attachment "A" to Granite's 08/20/14 letter) was usable, there is no evidence in that quote or otherwise that such a DBE commitment to Granite existed on bid day. If such a "pass through" commitment to Granite existed on bid day, or on any day, why was not such a commitment set forth in Cal Portland's material quote of 08/12/14? Why was the quote not accepted by Granite? By redacting that portion of Cal Portland's quote where such a commitment would historically have been included by Cal Portland, Granite has hoisted itself upon it's own petard, on the pretext that the redacted portion contained "trade or proprietary information." Since when did evidence of a DBE commitment to this project become "trade or proprietary information "? The DBE commitment as part of a bid for a public works project has always been deemed public information. In fact, in Granite's Exhibit 15 -G, entitled "Local Agency Bidder DBE Commitment," it set out the same information it now alleges it can redact from Cal Portland's quote; that is: "Buy and Haul Asphalt Oil ($702,000 x 60% _ $421,200). The Cal Portland Material Quote, dated August 12, 2014, (see Attachment "A') does not include any offer of DBE participation as requested by Granite on August 7. This is an area of where additional item(s) or clarifications of work are added historically by Mr. Pineo. Attachment 7 Exhibit D Letter to City of San Luis Obispo August 26, 2014 Page 2 Please note that all text in this area has been crudely deleted. Please find Attachment `B ", a quote from Cal Portland to Souza for materials to be used on the City of Paso Robles Airport Taxiway Reconstruction project which bid last Thursday, August 21, 2014. In the area that Granite has whited out on Attachment "A" of it's quote on the Los Osos Valley Road Project, Cal Portland has inserted the language with respect to DBE availability. Several times over the past several years Souza estimators, (Ken Johnston, Stuart Souza, and Steve Souza) have requested the use of Dragon through Cal Portland to meet our DBE commitments, and were told by Mr. Pineo with Cal Portland that they only do that for themselves. This City of Paso Robles bid is the first time Cal Portland, at our request, agreed to provide a quote allowing us to participate in the Dragon Oil deal for DBE. Please note on the Cal Portland Paso Robles Airport quote, directly below the pricing is the following language: "Note: Add $1.50 per too to P -401 HMA price above for $32,000.00 DBE credit value. (Fax #2) (g-), 11:15 AM." This language does not exist on the whited out quote to Granite, and, likely never existed. Sincerely Gerald C. eaver Attorney for Madonna -Souza Joint Venture GCW Jer CALPORTLA.ND Attachment 7 Exhibit D MM,IEERML OUOTL Aualbst 12, 2014 CALPORTt AMU CflNS'i'l UCTION,. {hereafter, "Se11cr") su'brn is to the pL mbaseridentift.0d below (" urrbasee!) this quote for motel ial as described below-( "Matetiai "). "is materiai'quoie { QuoW') upon trl ornis4ion to Purchasd, seplkm and terminates any prior quote or offer, whsther verbal or written, that Purchaser may have received frodi Seiler referencing the Project PURCHASER: PROJECT. GRANITE CONSTRUCTION US 101 tr LOS OSOS VALLEY ROAD INTERCHANGE ATTN.- ADAM SOUZA PROJECT -4 90921 CITY OF SAN LUIS ORISPO Clman &twnl supply a cWi rP DACPe t•ratM71 atu 1 ctyrcsea of as nccaca tecroq ri y Clcanarq '- tinitrtr9ntlSnftstvlll apEedatsW,freeya��ie��I7F t1 an. F.oRMa3eStr1ce3@gringd11t{ytimatt un1onda1fltrou ridAg, . _ . .. rt�inliu'Znr+.rw cC.+ °+i.MU rvau nnl gppry F onus 0i rcd orders. HM ma designs and dean ions ,rappravod D A.E• f u The contractor tbuycr) ism Vonslbk,for till jalnitc imting erring des. cn nriQ afa0 own Q.C. plait. Tho'Ejnyer,(eanuaewr)t+grces to pay 510.00 parton for all exPked lime ireattd sggrepca dud to jobalte ddayi bythecontiactdr. Del .Worp, Wpedulc mast be mu*iy agreed. upon lsy [bc 9{kitltf qc And� Cgtpartlontk Ail [1e1lrclFd'Asplrglt is pdtxdateufront 4'alirom a Stalcsvldd r-iude Oil Pricalndexand I 4A runipe uatlon is duo d�rc9y td Ce1Wtled €br'My incrcnu llgtta A!i Aggtega[evsiit gnat a ere lxilxatl th'rongh p2 -1 -157 and'tttentisutrjecl ld eq{uststtdnt ipti ibafiaitdwing dolsedulc Rr gable. > xe ss unliattding charges; (Pet Ind Ali hsjS11>s1t dciiixriea; IIottims Hoppcta {k0) minutes Trnnsfcrs(30) mPmrtae ellawebk unioar3iag tilnc an johslte then excess ulileading charges al 3138 pet minute: All ftggregn(e delivedez. , holBMistm% & imam (i0) minutes allewabfc unlnading;fta oia= unloadingd tgdiat'S1.Stperniiitdie. Seller herehy WhihiK add by ils %;6m6FcTurrIwtri crsby.•acccpls, lire Quatw 1n froth easessubjecl to all orftTomts end Coddilions set fdnh anihd NO page orlivis Quote. SK Otis box is checked, the ar mptance Pcdud (as dallned on the following pogo) ends 29- August4014. (rotkli 4 C(}vlarrms ON NIMT PAGM Page 1 art Ildtlal,__ ---- — --• -. MAXERIAL FOR PLANT PRICES UOM QTY (ifapplicabld) TRUCK TYPE ADt711AUL RATES: no Tj tNo Taxi fir RHMA MR-G L1S 051 Tmnsras POW1601L rsr ton Tons Booms Lima rreaied + Tex (Paso Robler NMA Plano �. •tYPRA314 ^RAPHMA U.S, 13,306 Trensiber PO 64 -100L Ant, IPasn Rab1a fJMA•Plaai) ear ton +'lets Tons Norms CLASS 3 .PtiRMFJtOLE.&PERV1OUSBAE1GFtLl. U.S. 117A0 Tmakrors (Raft CinyaliPlant) Parton + Tat: TOM Boflo09 �I41- BERM MUS U.S. t0 Wheelai P070- 10.011, person Tots Aaw Robles f1MA Mand z T," LLASS U BASES /,r U.S. 39 ,310 Trensfitts (19mm) Per loci Tons (Rocky C"" Pl o +Tax n +p IMPORT BO1tROW,.(M-.) (RagFyCitgyart'pfavo per104 V'S. Tens 75,000 Titm fkm, Bdnatas Mio,9:i0Pbl M-F +ice Clman &twnl supply a cWi rP DACPe t•ratM71 atu 1 ctyrcsea of as nccaca tecroq ri y Clcanarq '- tinitrtr9ntlSnftstvlll apEedatsW,freeya��ie��I7F t1 an. F.oRMa3eStr1ce3@gringd11t{ytimatt un1onda1fltrou ridAg, . _ . .. rt�inliu'Znr+.rw cC.+ °+i.MU rvau nnl gppry F onus 0i rcd orders. HM ma designs and dean ions ,rappravod D A.E• f u The contractor tbuycr) ism Vonslbk,for till jalnitc imting erring des. cn nriQ afa0 own Q.C. plait. Tho'Ejnyer,(eanuaewr)t+grces to pay 510.00 parton for all exPked lime ireattd sggrepca dud to jobalte ddayi bythecontiactdr. Del .Worp, Wpedulc mast be mu*iy agreed. upon lsy [bc 9{kitltf qc And� Cgtpartlontk Ail [1e1lrclFd'Asplrglt is pdtxdateufront 4'alirom a Stalcsvldd r-iude Oil Pricalndexand I 4A runipe uatlon is duo d�rc9y td Ce1Wtled €br'My incrcnu llgtta A!i Aggtega[evsiit gnat a ere lxilxatl th'rongh p2 -1 -157 and'tttentisutrjecl ld eq{uststtdnt ipti ibafiaitdwing dolsedulc Rr gable. > xe ss unliattding charges; (Pet Ind Ali hsjS11>s1t dciiixriea; IIottims Hoppcta {k0) minutes Trnnsfcrs(30) mPmrtae ellawebk unioar3iag tilnc an johslte then excess ulileading charges al 3138 pet minute: All ftggregn(e delivedez. , holBMistm% & imam (i0) minutes allewabfc unlnading;fta oia= unloadingd tgdiat'S1.Stperniiitdie. Seller herehy WhihiK add by ils %;6m6FcTurrIwtri crsby.•acccpls, lire Quatw 1n froth easessubjecl to all orftTomts end Coddilions set fdnh anihd NO page orlivis Quote. SK Otis box is checked, the ar mptance Pcdud (as dallned on the following pogo) ends 29- August4014. (rotkli 4 C(}vlarrms ON NIMT PAGM Page 1 art Ildtlal,__ ---- — --• -. 1� NNEUOTE August 21, 2014 V C;Uo T'—L)VVI, Attachment 7 1C— C� -%,- CC V V-N 'Exhibit D CAL.I'CRTLAND CONS'1RUCTION. (hereafter, "Seller ") subrIits to the purchaser identified below ("purchaser") this quote for material as described below ( "Material "). This material quote ( "Quote") upon transmission to Purebaser, replaces and terminates any prior quote or offer, whether verbal or written, that Purchaser snag have received from Seller refe!Mcirtg the Project. PURCHASER: SOUZA CONu`1'kUCTIImN, WC. AM: STEVE SOMA CITY OF PASO IZOBLES AIRPORT' TRAYS A& F Rt CONSTRUE PASO ROBL.ES, CA ]f(t'/7i's: PY1Cir81pdaeelVD�'irt /Udesal�frmr Ma4aI:IPAi.11aC Ql i'vF<AT�ItIAL FOB PLANT UOM � Q� TRIICiii `' OU l fAL�� PRICES (if applicable) TYPE RATES: V209 P- 209CrushedAggregateI3ase ADD T $15.50 (No Tax) Course per ton EP. S. tuns 3,400 Bottoms $7.70 per ion (Rocky Canyon AggPegare Plarrd) + Tax Transfers $8_.70 per ton I'4D1 R40I BITUMII"'O—US SURFACE $77.40 U.S. 1,500 COURSE per Tons Bottoms $5.80 er tun Paso frvbles I<L+FL9 Plnrttl + T. x Trgttsreis $7.35 per bon Note. Ada sll.56 erYen to P 111,17 f ErxT J rice ahave arS.3? t�Ot7.00 DBE creNg vnlu� Fax €��_ d1:iSS 4M fls�it ,00 . pp or P -401;f H. rf 1YliV D�.sP�n !I mute rinl ; Ca1 nIand fs npt rem nresable rrr rnOlslure colachl in 8uve nlled cn cP%er test ri�r�r "r gr rncrlerlr�Lr. ]nvlronmeotal Fee ofg7.Gp per loud witl apply far bath fob aisd delivered orders, HMA, mix designs we deemed to meet job spocifica oils ifspproved by the project R.E. P ecoutr ku re arrrf e r test. rlrra lot k� C fires trrnrnaerinr acrd aavrt x slrvz flours of operuGorts: 7;()0 am ta130 pin Monday through Friday. DelIveryaohcdute must be mutually agreed upon by the eontraetor(buyer) end Ca[portland. ii Ei rt�tP is t c. rt C�rfi or a Sfax rfd Crtrff Pain f]p ° cvmrrswte rfuarfir,9 tf fnrPn7rycvrd ar aria increase Urylt pr}c aced tttrou h (10.31 -14) turd then subject to adjusirnent U die foll0vfing schedule: Re- quote. Exrwss unloading cliargm. All deliveries, 00110m I3'appers (10) rninulLS, Transfers (30) minutes uflovvablc unloading time onjobsitc then excess un10adiRg charges at Si1.67 per minutc. For all material deliveries, arrive lime will suit to entrance to airport Seller hereby subrmib, and by its signamro purchaser hereby arccp% the Quote, in both uses subject to all of the Terms and Conditions set fort h on the ti ti page of this Quote. If thin box is chec/ ,�jntxs Period (a€ defined an >fic folPcwng pagz) enda 3- Scplem5erOI4 Its: (TERMS & CONDMOIYS ON P FXT Pet,GE) Page I oft Initial Attachment 7 Exhibit E Exhibit E Decision Letter from Director of Public Works — Sept 2, 2014 • Q Public Works 919 Palm Street, San Luis Obispo, CA 93401 -3218 805.781.7200 slocity org September 2, 2014 Gerald C. Weaver 1220 Marsh Street San Luis Obispo, CA 93401 Subject: US 101 / LOVR Project, Specification No. 99821 (the "Project') Dear Mr. Weaver, Attachment 7 Exhibit E Via Facsimile and U.S. Mail Fax: 805 - 781 -0828 The City of San Luis Obispo ( "City") is in receipt of the bid protest (the "Bid Protest "; Attachment 1) you submitted on behalf of John Madonna Construction /Souza Construction, Inc., a Joint Venture ( "JMC /SCI "), for the above referenced matter. After careful review and consideration, the City hereby denies the Bid Protest for the reasons discussed below. Granite Construction Company ( "Granite ") was the apparent lowest bidder for the Project. Based on your August 19, 2014 letter, JMC /SCI protests Granite's bid on the grounds that Granite allegedly failed to comply with the Federal DBE rules and regulations. Specifically, JMC /SCI's Bid Protest states: In Granite's Exhibit 15 -G it alleges it had received a bid from Dragon Materials Transport, Inc. (Dragon) for "Buy & Haul Asphalt Oil "...and uses this bid to meet the DBE goal set for the project. On the page following Exhibit 15 -G, it submits a quote from Dragon dated 8111114 addressed to CalPort/and Construction. Yet there is no evidence given of any contractual relation, or contract between CalPortland and Granite, or between Dragon and Granite with respect to this project. This evidence is necessary for Granite to meet the DBE goals, or to establish a good faith effort to do so. Under the Federal Regulations it is required that Granite show that it had such a quote to Granite by any DBE subcontractor or supplier at the time of the bid used by Granite or a DBE subcontractor or supplier to meet the goal set for the project. In its (sic) "contract" efforts as shown in Exhibit 15 -H, Granite fails to show it even contacted Dragon prior to bidding. Further, the Dragon quote to Ca/Portland is for delivery to a Paso Robles location, (sic) and Granite has no plant in Paso Robles. Granites (sic) nearest asphalt plant is located in Buellton. A copy of your August 26, 2014 follow -up letter is attached. As you know, subject to certain regulations, all DBE participation counts toward a project's DBE goal, including all DBE participation from first and second tier subcontractors (see Standard Specification Section 2- 1.128, Disadvantaged Business Enterprise Goal; 49 CFR Section 26.55; see also Standard Specification Section 5- 1.13B). Therefore, bidders for this Project were required to Attachment 7 Exhibit E Mr. Gerald C. Weaver September 2, 2014 Page 2 identify on the DBE Commitment Form all DBE firms participating in the Project regardless of tier. (See Instructions- Local Agency Bidder DBE Commitment (Construction Contracts)). Granite's first tier material supplier is CalPortland and its second tier supplier /hauler (through CalPortland) is Dragon Materials Transport, Inc. ( "Dragon "). Consequently, Dragon's quote for this Project was properly directed to CalPortland and timely included in Granite's bid. As is customary, Granite's supplier, CalPortland, provided Granite with Dragon's quote for inclusion in Granite's DBE submittal to evidence Dragon's participation. Pursuant to 49 CFR 26.55(e)(2)(i), Granite only counted 60% of the cost of the materials purchased from Dragon towards the DBE goal. Based on the documents received from Granite in its bid package and those received within the time frame set forth in Standard Specifications 2 -1.128 and 2 -1.33, Granite has complied with 49 CFR Section 26.53. This decision may be appealed to the City Council pursuant to Chapter 1.20 of the City Municipal Code. Please let me know if you have any questions or comments. Sincerely, Daryl rigsby Director of Public Works Attachments: August 19, 2014 bid protest letter August 26, 2014 follow -up letter cc: John Madonna, Madonna /Souza Joint Venture Heather J. Lenhardt, Granite Construction Company Katie Lichtig, City Manager J. Christine Dietrick, City Attorney Jason Bennecke, Project Manager Attachment 7 Exhibit F Exhibit F Madonna /Souza JV Appeal - Sept 4, 2014 CID) City Administration 990 Palm Street, San Luis Obispo, CA 93401 -3249 805 781 7114 :,Im 11Y 1)1;11 September 4, 2014 Gerald C. Weaver Gerald C. Weaver, a Law Corporation 1220 Marsh Street San Luis Obispo, CA 93401 Attachment 7 Exhibit F Via Facsimile and U.S. Mail Fax: 805- 781 -0828 J. Tavener Holland Law Offices of J. Tavener Holland 1220 Marsh St. San Luis Obispo, CA - 93401 Subject: US 101 / LOVR Project, Specification No. 99821 (the "Project ") Dear Misters Weaver and Holland, The City of San Luis Obispo ( "City ") is in receipt of your September 3, 2014 letter (copy attached) requesting an appeal of the City Director of Public Works' September 2, 2014 decision denying the bid protest you submitted on August 19, 2014 on behalf of John Madonna Construction Company Inc./ Souza Construction, Inc. protesting the responsiveness of Granite Construction Company's bid for the above referenced Project. A hearing date of September 16, 2014 has been scheduled for the City Council to hear your appeal. The City Council meets in the San Luis Obispo Council Chambers located at 990 Palm Street, San Luis Obispo, California 93401 starting at 6,00 p.m. 4:00 p.m. A staff report will be prepared and will be available prior to the hearing date. PLEASE BE ADVISED that your September 3, 2014 letter did not include the $273.00 appeal fee as required by the City's Master Fee Schedule and 2013 -15 Financial Plan. Unless the City receives the appeal fee within the time frame specified in San Luis Obispo Municipal Code Section 1.20.030, your appeal will be considered untimely and the hearing will be taken off calendar. If you have any questions or concerns, please feel free to contact me at (805) 781 -7102 or ameiia( slocit ry�org. Si , efy, thony J. Mej i City Clerk Attachments: September 3, 2014 letter from Gerald C. Weaver cc: Heather J. Lenhardt, Granite Construction Company Katie Lichtig, City Manager J. Christine Dietrick, City Attorney Daryl Grigsby, Director of Public Works Attachment 7 Exhibit F RECEIVCG7 `M SEP 04 2014 5LO CITY K RE: Appeal of Denial of Protest to Award of Public Works Project to Granite Construction, Inc. Project: US 101/LOVRProject, No. 99821 Appellant: John Madonna Construction Company, Inc. and Souza Construction, Inc. a Joint Venture (herein "Madonna- Souza) Pursuant to Chapter 1.20 of the San Luis Obispo Municipal Code, you are hereby notified that appellant appeals to the City Counsel of San Luis Obispo from the staff administrative decision dated September 2, 2014, denying the bid protest of Madonna -Souza to award of the public works project referenced above to Granite Construction, Inc. The grounds of this appeal is that Granite's bid was non - responsive to the Invitation to Bid documents, and that award would violate the provisions of the City Charter requiring the contract to be awarded to the "lowest responsible bidder whose bid is responsive to the invitation to bid." This Charter provision is consistent with Court precedent invalidating award to a bidder whose bid is not responsive to the bid documents, including the DBE requirements set forth by Appeal of Denial of Protest to Award of Public Works Project to Granite Construction, Inc, 8057810828 p.2 Sep 03 14 01:24p J. Tavener Holland Attachment 7 Exhibit F the City and by Federal Lary for a project aided by federal, .funds% and this project proposes to use federal funds ju it's conmuction. t3ranitc's bid documents, and all docurn.ents filled by Granite itt support of,ECti1l$ the Disadvantaged Business F,nterprise ("DBE ") Commitment are absent any evidence Granite had T>F3E Cotnmitraents to the prgicct at tl7e time of bid or within the time that the bid docurttetlts required documentation sufficient to meet the DBE requirements an this project, or to show a good faith effort to meet those requirements. A.s such, the bid was nonresponsive and required to be rejected. Wherefore, appellant requests a fieadng be set before the City Council on the issue Set forth in tbis appeal as required by law. Dated: y , 2014 Oerald C. Weaver, A Law Corporation. Law Offices of J. Tavc= IIolland By Gerald C. Weaver. Attorney for Appellant Madonna -Souza Joint Venture Appeal of Denial of Protest to Award of Public Works Project to ()(mite Construction, Inc. 09/04/2014 13:48 FAX 8057817109 TRANSMISSION OK TX /RX NO CONNECTION TEL CONNECTION ID ST. TIME USAGE T PGS. SENT RESULT SAN LUIS ADMIN * TX REPORT N xcxc PIN- 0 :; r City Administration 990 Palm Street, San Luis Obispo, CA 93401 -3249 005,781 7114 September 4, 2014 Gerald C. Weaver Gerald C. Weaver, a Law Corporation 1220 Marsh Street San Luis Obispo, CA 93401 3767 97810828 09/04 13:47 01'17 3 OK 001 Attachment 7 p Exhibit F Via Facsimile and U.S. Mail Fax: 805- 781 -0828 J. Tavener Holland Law Offices of J, Tavener Holland 1220 Marsh St. San Luis Obispo, CA - 93401 Subject: US 1011 LOVR Project, Specification No. 99821 (the "Project") Dear Misters Weaver and Holland, The City of San Luis Obispo ( "City ") is in receipt of your September 3, 2014 letter (copy attached) requesting an appeal of the City Director of Public Works' September 2, 2014 decision denying the bid protest you submitted on August 19, 2014 on behalf of John Madonna Construction Company Inc./ Souza Construction, Inc. protesting the responsiveness of Granite Construction Company's bid for the above referenced Project. A hearing date of September 16, 2014 has been scheduled for the City Council to hear your appeal. The City Council meets in the San Luis Obispo Council Chambers located at 990 Palm Street, San Luis Obispo, California 93401 starting at 6:00 p.m. A staff report will be prepared and will be available prior to the hearing date. PLEASE DE ADVISED that your September 3, 2014 letter did not include the $273.00 appeal fee as required by the City's Master Fee Schedule and 2013.15 Financial Plan. Unless the City receives the appeal fee within the time frame specified in San Luis Obispo Municipal Code Section 1.20.030, your appeal will be considered untimely and the hearing will be taken off calendar. If you have any questions or concerns, please feel free to contact me at (805) 781 -7102 or anaei ianslocity.orQ. sin ly, ony .