Loading...
HomeMy WebLinkAbout05/25/2004, AGENDA 1 council Apenaa CITY OF SAN LUIS OBISPO CITY HALL, 990 PALM STREET Tuesday, May 259 2004 Action Update REVISED 10:45 A.M. SPECIAL MEETING Council Chamber Council Hearing Room 990 Palm Street Present: Council Members John Ewan, Christine Mulholland, Allen K. Settle, Vice Mayor Ken Schwartz, Mayor Dave Romero BUSINESS ITEM 1. FOOTHILL BRIDGE CONTRACT AWARD. (MCCLUSKEY/LYNCH - 20 MINUTES) RECOMMENDATION: 1) Award a construction contract for the Foothill Bridge replacement to Whitaker Contractors in the amount of $4,198,283.90 per Specification No. 90197D and authorize the Mayor to execute an agreement with them. 2) Amend the project budget as follows to fund the contract award: $1,058.200 from federal bridge replacement funds (HBRR) and the transfer of $264,600 from completed and deleted capital improvement plan (CIP) projects in the Capital Outlay Fund. 3) Transfer the remaining balance from completed and deleted projects in the Capital Outlay Fund of $18,000 to the CIP Reserve. ACTION. Approved as amended 4;0:1(Council Member Ewan abstained due to a possible conflict of interest). STUDY SESSION 1. REVIEW OF DESIGN OPTIONS FOR THE PALM-NIPOMO PARKING STRUCTURE. (MCCLUSKEY/P. MANDEVILLE —2 HOURS) RECOMMENDATION:. 1. Review the eight design options and direct staff to proceed with Site Plan Options "D" and "H" as the preferred design options for further study. 2. Provide staff with further direction regarding potential uses on the site, in addition to the parking. ACTION. 1-2) Options reviewed and direction provided to staff. counat AgcnOA CITY OF SAN LUIS OBISPO CITY HALL, 990 PALM STREET Tuesday, May 25, 2004 Action Update 10:45 A.M. SPECIAL MEETING Council Chamber Council Hearing Room 990 Palm Street Present: Council Members John Ewan, Christine Mulholland, Allen K. Settle, Vice Mayor Ken Schwartz, Mayor Dave Romero BUSINESS ITEM 1. FOOTHILL BRIDGE CONTRACT AWARD. (MCCLUSKEY/LYNCH - 20 MINUTES) RECOMMENDATION: 1) Award a construction contract for the completion of the Foothill Bridge Project; and 2) Authorize the appropriation of added Federal Bridge Replacement Funds (80%); and 3) Transfer of General Funds from other projects (20%) to support the added cost of the project. ACTION: Approved 4:0.1 (Council Member Ewan abstained due to a possible conflict of interest). STUDY SESSION 1. REVIEW OF DESIGN OPTIONS FOR THE PA_L _ M-NIPOMO PARKING STRUCTURE. (MCCLUSKEY/P. MANDEVILLE — 2 HOURS) RECOMMENDATION: 1 Review the eight design options and direct staff to proceed with Site Plan Options "D" and "H" as the preferred design options for further study. 2. Provide staff with further direction regarding potential uses on the site; in addition to the parking. ACTION: 1-2) Options reviewed and direction provided to staff. counat agcnaa CITY OF SAN LUIS OBISPO CITY HALL, 990 PALM STREET Tuesday, May 259 2004 ADDENDUM BUSINESS ITEM ADDED: 10:45 AM. SPECIAL MEETING Council Chamber 990 Palm Street B1. FOOTHILL BRIDGE CONTRACT AWARD. (MCCLUSKEY - 20 MINUTES) RECOMMENDATION: 1) Award a construction contract for the completion of the Foothill Bridge Project; and 2) Authorize the appropriation of added Federal Bridge Replacement Funds (80%); and 3) Transfer of General Funds from other projects (20%) to support the added cost of the project. "STING AGENDA L.JE] s ITEM # tis. COUNCIL MEMORANDUM DATE: May 21, 2004 TO: City Council FROM: Ken Hampian, City Administrative Officer*� SUBJECT: Foothill Bridge Replacement Project Contract Award As you are aware, following staff's determination that John Madonna Construction's (JMC) bid was non-responsive, JMC sought an administrative reconsideration hearing pursuant to federal regulations and based upon the fact that the staff determination related to compliance with federal DBE requirements applicable to this partially federally funded project. I appointed Utilities Director John Moss to serve as the independent hearing officer because he had no involvement in the bid process for this project. The hearing was held on May 18, but a determination was not rendered until late Thursday afternoon, hence the need for a continuance of the item to your special meeting of May 25. Attached is a copy of the hearing officer's determination and findings. Based upon his decision, I stand by the.recommendation set forth in the original staff report prepared for the May 18 meeting: 1. Award the construction contract for the Foothill Bridge replacement to Whitaker Contractors in the amount of$4,198,283.90 per Specification No. 90197D and authorize the Mayor to execute an agreement with them. 2 Amend the project budget as follows to fund the contract award: $1,058,200 from federal bridge replacement funds and the transfer of$264,600 from completed and deleted capital improvement plan projects in the Capital Outlay Fund. 3. Transfer the remaining balance from completed and deleted projects in the Capital Outlay Fund of$18,000 to the CEP reserve. Attachment r ���i► I II III�IIIillllllllli� til►►ii►►►III Iill City o s IsOBISPO 879 Morro Street• San Luis Obispo. CA 93401 May 20, 2004 Via Facsimile (559) 642-2707 Mr. Gerald Weaver, Esq. — -- - P.O. Box 494 Bass Lake, CA 93604 Barbara Lynch, Supervising Civil Engineer City of San Luis Obispo 955 Morro Street San Luis Obispo, CA 93401 Re: Bid Specification No. 90197D Administrative Reconsideration Dear Mr. Weaver and Ms. Lynch: I. Introduction and Statement of Issues The City, pursuant to Mr. Weaver's request, held an administrative reconsideration hearing pursuant to 49 C.F.R. 26.53 on May 18, 2004, at 2:00 p.m. at City Hall. The contractor was represented by Mr. Weaver and Mr. John Madonna. The City was represented by Mr. Jonathan Lowell, City Attorney and Barbara Lynch, Supervising Civil Engineer. I was designated by the City as the hearing officer in accordance with 49 C.F.R. 26.53(d) (2). Assistant City Attorney Gilbert A. Trujillo was in attendance as counsel to the hearing officer. John Madonna Construction Company (hereinafter "JMC") was the low bidder on City Specification No. 90467 for the Foothill Bridge Replacement Project. The City rejected JNIC's bid as non-responsive. JMC maintained that the single issue to be decided in this proceeding was whether JMC met the good faith requirement for the DBE listed subcontractors. The City maintained that there were two issues to be decided, to wit: 1) whether JMC's bid submittal was non-responsive to the requirements of the bid specifications, and 2) whether JMC met the good faith requirement for the DBE listed subcontractors. Il 11 m The City of San Luis Obispo is committed to include the disabled in all of its services, programs and activities. 660, [J Il l Telecnmiinicatinns Device for the naaf (805) 781-7410 Mr. Gerald Weaver, Esq. May 20, 2004 II. JMC's Arguments JMC argued that it met the good faith DBE requirements at the time of bid submittal by listing Conrad Contractors as a subcontractor. It is undisputed that Franklin Reinforcing Steel identified as a DBE subcontractor was not in fact a certified DBE contractor. .It is also undisputed that Conrad Contractors is a certified DBE and was listed as a subcontractor. It is further undisputed that at the time of bid submittal, Conrad was not identified as a certified DBE. JMC argues that since Conrad was listed as a subcontractor, JMC certified that Conrad would be performing bid items 61 and 62 for the fabrication and installation of pre-cast slabs. JMC further argues that a fundamental issue in this reconsideration hearing is the loss of federal funding for the project: By designating Conrad as a subcontractor, JMC was required to utilize Conrad on the project. With Conrad as a certified DBE, JMC argues that it met the DBE goal of 2%, thereby negating a charge that federal regulations have not been met, or that federal funding for the project could by jeopardized. Finally, JMC argues that it met the good faith requirements of the DBE goals and federal statute by meeting the participation goal. It should be noted that JMC did not present any arguments (oral or written) that addressed the second issue raised by the City that it did not meet and/or was non- responsive to the requirements of the bid specifications. III. City's Arguments The City argues that the low bidder was not responsive to the bid specifications regarding DBEs. The City maintains that JMC did not: 1) verify the DBEs certification for at least one of the listed DBEs, 2) submit satisfactory DBE participation information within the required time limit, 3) submit any good faith effort information within the required time limit, and 4) submit DBE quotes within the required time limit. The City further argues that Madonna did not provide the required information prior to the established deadline that showed the goal would be met, or that quotes had been made to meet the goal. The City maintains that all information supporting an award to JMC was submitted after the deadline specified in the bid documents. The City concludes that the low bidder was non-responsive. IV. Findings. A. Did JMC comply with the federal requirements for DBE participation (goal) and good faith efforts? The hearing officer finds that Conrad is a certified DBE and that had-Conrad been timely designated as a DBE in the bid submittal, JMC would have met the 2% participation goal. 2 Bi- 3 1 Mr. Gerald Weaver, Esq. May 20, 2004 However, the hearing officer further finds that JMC did not comply with the following federal requirements for DBE participation: 49 C.F.R. 26.53 (b) (2) (i). JMC failed to list Conrad as a DBE participant in the project pursuant to this section. 49 C.F.R. 26.53 (b) (2) (iii). JMC failed to provide the dollar amount of the participation of each DBE firm participating in the contract, and in fact, in correspondence from Gerald C. Weaver, Counsel representing John Madonna Construction (JMC) dated. May 14, 2004, Mr. Weaver identifies that JMC intentionally failed to disclose the full amount of the DBE participation and listed only that required to meet the goal. • 49 C.F.R. 26.53 (b) (2) (v) JMC failed to provide written confirmation from any of the DBEs that they are participating in the contract as provided in the prime contractor's commitment, in conformance with the provisions of 49 C.F.R. 26.53 (b) (3) (i) in the manner specified in the City's bid procedures, as a matter of responsiveness. B. Did JMC comply with the requirements of the City's Specification No. 90197D? The hearing officer finds that JMC did not comply with the following sections of Specification No. 90197D in relation to DBEs: • 2-1.01F. JMC did not verify that all listed DBEs were certified as DBEs at the time of the bid opening, as evidenced by discovery of Franklin Reinforcing Steel, a listed DBE, as a non-DBE until sometime after bid. • 3-1.01. JMC failed to provide the required DBE information on the Local Agency Bidder — DBE Information Form, for Conrad within the time provisions as required in 3-1.02. • 3-1.02. JMC failed to provide the required DBE information in the time specified. Specifically, JMC failed to provide copies of the DBE quotes for all listed DBE participants, with his DBE submittal, as required and specifically noted on Form 1 — Local Agency Bidder— DBE — Information Form. Section 3-1.02 specifically provides that "failure to submit the required DBE information by the time specified will be grounds for finding the bid or proposal non-responsive." As noted above, JMC failed to provide the copies of the DBE quotes for the (all) listed DBEs within the required time frame. • 3-1.02. JMC failed to provide in his DBE information: the names, addresses and phone numbers of DBE firms that will participate, as evidenced by his failure to list Conrad as a DBE in his submittal; the dollar value of each DBE transaction, again by his failure to list Conrad and his intentional failure to disclose the full amount of Conrad's participation on the subcontractors listing form; and written confirmation from the DBEs that they are participating in the project, as evidenced by the Contractor's failure to submit the required DBE quotes. 3 �i-� Mr. Gerald Weaver, Esq. May 20, 2004 V. Conclusion: It is the conclusion of the Hearing Officer that JMC failed to comply with the requirements of 49 CFR 26.53 as noted above, and, the requirements of City Specification No.. 90197D as noted above. It is therefore the decision of the Hearing Officer to uphold the recommendation of the City Public Works Department to reject the bid of John Madonna Construction as non-responsive. My decision was based on the oral testimony, arguments and documents presented at the hearing by the parties, identified below. 1) Correspondence from Gerald Weaver to Jonathan Lowell dated May 14, 2004.. 2) Specification No. 90461, provisions 2-1 and 3-1 as provided by Barbara Lynch. 3) Form submitted by Contractor(copy). 4) City's DBE Submittal Timeline Summary as provided by Barbara Lynch. 5) City's Considerations for Determination of lowest responsible bidder as provided by Barbara Lynch. 6) Local Assistance Procedure Manual, Section 9.7. 7) 49 CFR 26.53 (part) 8) Local Assistance Procedures Manual 20.2 as provided by Barbara Lynch. Signature of Hearing Officer: n E. Moss 4 f3l-S FP0M GERC-ILP C 1.1F-w0FP LQ1.1 I-CIRR pcix* tin. 559 k42-27n-, 141 -7f)04 F17:47PM P) C. U E RA 11 IT A i AW �-,IR Pt.-RA Tic-,IN TELEPHONE: VS.S9164-7- ;Qd2 May 14, ^7004 11- Jonathan Lowe Via Facsimile City Attorney 805/781-7-4.09- City of San Luis Obispo City hall 990 Palm Street San Luis Obispo, Ca 93401 Re: Foothill Bridge Replacement Project Low Bidder: John Madonna Construction Dear l%cli. Lowe: Please find enclosed copies of the bid proposals received from three of the listed DBE subcontractors- They are as follows: 1. Bid items 12114 for construction signage and temporary crash cushion by Statewide Safety and Sign, Nipomo, California in the amount of$42,012.00. 2. Bid items 40/41142/43/74 for installation of guard,rails by Ace Fence Company, City of industry. California in the amount of$15,920.00, and 3. Did item.61/62 to fabricate and install pre-cast ., - concrete voided slabs Conrad Constructors, 2584 North Locust,Rialto, California in the amount of $214,560.00, for a total of$272,492.00. As you can see from these bids, they were each received by Madonna on or before the bid opening date. If John Madonna Construction is awarded the contract,he is prepared to and will enter into subcontracts for this work with these three listed DBE subcontractors according to their proposals. The. rea%on that the d forth amounts set forth in the attached proposals are greater than the dollar amounts set forth in the city's"Form 1-Local Agency Bidder-DBE- information", is that John inserted only that portion of the bids that were necessary to meet the DBE goals on this project rather than the total amount of the respective bid GERGLD _ WEQIIEF I GW CpP.P�' - `) Fu7C Nn. FROM : - «q �-a --7@7 ,_,_.,. to :)SRa n-:a±Pm P- lv1r. Jonathan 1,ry e i41ay i4, 2LiU Page proposals. He did this under the misapprehension that if he designated a dollar amount greater than that necessary to meet DBE goals, it would result in increasing the DBE goals for future projects, which I do not believe to be the case. Hence,we are supplying you with copies of the actual bid proposals from the three certified DBE contractors listed among the eight listed subcontractors,to be used only as necessary to show compliance with the City's DBE requirements under Public Contracts Code§2000 et.esq., and any federal requirements the City must meet due to federal financing project requirements: This project is subject to the Subletting and.Subcorttracting Fair Practices Act (public Contracts Code §41000-4114), which prohibit a contractor from substituting any person as a subcontractor in place of the subcontractor listed in the original bid unless the awarding authority consents to the substitution. No substitution is requested. We know of no reason at this time that would provide grounds for such a request. Franklin Reinforcing Steel Company was included in the original Form I provided to the city upon the representation by Franklin Reinforcing Steel that it held DBL' certification number CT-001312. Madonna was not aware that this listed subcontractor did not have a current DBE certification. When made av,,are of this deficiency by the City, Mr- Madonna immediately submitted a revised Form l. This estabUshes that among,the eight li%Led subcontractors was Conrad Constructors, DBE certification number CT-000767, who was at the time of the bid listed as a subcontractor, thereby certifying that Conrad Constructors would be performing bid items 61 and 62, fabrication and installation of the pre-cast slabs. Enclosed is a copy of that form 1. In Monterey M echanical Co v. Sa�mentn re¢ional County Sanitation District (1966).S2 Cal.Rptr. a 395,the Court stated that the purpose of Public Contracts Crile §2000 is to provide local agencies with a defined power to award a contract to the lowest responsible bidder who makes a good faith effort to comply with the agency's affirmative action goals and requirements according to the criteria established pursuant to subdivision (b) of§2000. The Court held that the criteria set forth in subdivision(b)are written to afford the local agency some measure of latitude, and that the local agency is not precluded from considering results in terms of a bidder's variance from the agency's affirmative action goals in assessing whether the bidder adequately complied with the good faith effort criteria. Clearly, the results in this case establish without question that our client made a good faith effort, based upon the results. The work to be performed by three of the listed subcontractors who hold DBE certifications greatly exceed the DBE goal set for the project. In fact, the contract to be awarded Conrad Constructors, upon award of the 91-7 F QP1 GERGL T� �_ WFGVEP L4.1 rn P FGSi Nn. 14 7nnl R1 ,:44PM P, NIr, Jonatllar, Lowe PaSe contract to our ciient, is itself two and one half tunes the amount necessary tp meet tile project affirmative action goals. If there is any other information you need or any further commitment you need from our client to employ these subcontractors on the project for the amounts and the bid items set forth, please advise. I submit that the provisions of the Subletting and Subcontracting Pair Practices Ac-t, and the (act that these bid proposals were received and utilized by Madonna in preparing his bid prior to the bid opening clearly establish not only a good faith effort, but actual coo npliano with the goals of the agency and any federal.regulations governing those goals. The Subletting and Subcontracting Fain Practices Act obligates our client to use the listed subcontractors unless the listed subcontractor fails or refuses to execute a contract,or cannot otherwise perform the work for any of the other reasons set forth in Public Contracts Code §4107. 1 believe that the applicable federal regulations require only that the bidder document commitments for partieipation by sufficient DBE firms to meet the goal, or to document adequate efforts to meet the goal, if the goal has not been met. (49 CFR 26, §.6.53) I believe-we have done so, as we have in fact, exceeded the goal. If for any reason you believe we have not done so,then we would request an opportunity for administrative review and reconsideration pursuant to 49 CFR 26, §26.53. (Note: these cites to the Code of federal Regulations, and the interpretation given, are from the Cal Tuns Local Assistance Procedures Manual, Chapter 9, entitled "Administrative Reconsideration". A copy of that policy and procedure comment in the Cal Trans manual is enclosed). Vcry truly yours, Gerald C. Weaver GC W/law Enc. cc: John Madonna Construction (wio enclosures) FROM I_;EF7ALP �- t•IEGUFR L�=1�.1 =n�7P f-ux N0. 55q hd7-7707 ,`, �. �d 7081 Qi:4dFM P1 FR! W-11 FAX 805 s._ Sa JMi FgR'1151 l--LOCAL AGENCY BIDDER-DBE ,INFORMATION T>is itsfofmatiae ts+ay be aidanitted avlth yow Id DmPoe if it is pat and you aro titre appatcal law Made or the 0=4 of third);W bidda,it mut bo Sbttsstmd sad remtved as 9peot9ed a Fexcon 2-1.00 of the Spm ai j Pmr,Ions_ FsLure to submf:the rogttiyed DBE info:matio5 Wmba MUMS Eer tladmg tko proposal . tbr.�ivo. COFTRAC'rNO.,,�n SID AMOUNT:S BID OPINING DSTE t1bM'&NAME: ORE GOAL FROM CONTRA f: DBE YRT►SR:CONTRACTOR CBICIII+LCATION lTgHaFWORKANi7 OaSGt:AT-N NAmxoFDm Cowmcl 0 . o& eafdoelrodtbedate A:tlOUfrr j i iE M N0. DEMON OR SUMCEB TO N&afe opawi.ibciudn DBE' DBE' �SVDCOINI�B+�K rItt OR _ I sed ne n4 S'O BF CohtS?Yui n'oN�k rl- �,Q,A�`i�i8 '5rATE wr ty 041t i TtcnlWck-el e4y 4toN 'igitXXD ►tojtrtt(ya 1 Gluarcl potlb &r W457 1 A F;VNi'6 Co. (o I/toCIO, �ntcreT� ✓O T G.r=-bj wrap - I20 Ott-rto�� � I � �tal.ti�1 cR °lftl .35 Q•8>�3 IMPORTANT:- ldcatUs au DBE Syme belaE ciaimed for ered!t, Total Clstmed S i7 reprcese of*r' Caples o;tke DBE quo!"are re v*d• Partie3pation Runes of tke i+irst Tier DBE ftbeoneraetera 2nd WIr reaps U" Item(+)orym*Bated above Ad be cousietent,where app6c6lp- i n• g with the comes and Sums otf t+Partc to the"Lot ai gVhcontractora"submitted with Your bid pummat,to the tiabeontractora IAS&e Law mad$tea 2-1.01,"General,"of the Spedal providmL 1.ONpdtoecoaaettenlm)!m[vehmDBEovnitiradeneun3v. D3Epita�e } am ma,i da hdi=aB waA ro be Adocmod by DBBs iaeladLg.mk Ptr]o mo! of {dd by ba owz fmcw• 2,1ftom atitomiaa%VDbepafomudoraaate-OdOfDOE.daarlbecun0"on (Any caday TW No. o!ttor m bepwrod or mmtomd by DOE ! 3,see smoaa 2-!.W.•pttedvwAZed But M Faarpeut"10 detcmlm all OSIS t1�L a,,.i rar DBE row. pool to OCmt*et (Plass Yp�er Pnnr> i - FOAMi )6 gi-9 FPM GERLb - LIEG0FP LQ0 t_ORP FnX N0. 559 64-'-2,A'' �" ,. ld 2OR4 27:dSPN PS 4-E FENCE FAX W. E2E3?37ti43 MD.. 7..; x:24 is': ?cOl.'; ACE FENCE COMPANY r 6136 SALT LAKE AVENUE CITY OF INDUSTRY,CA 917463316 (M)3330727'FAX(626)933.7843 I A DSErlr:BFdWBE FUU4,UNION COMPANY,CAL-TRANS CERTIFIED CT404577 S.C,IA.TJ4pro u*I Mod to Sid FAX U TE enera oMractorATTNmator FAX# RATE FROM : T PGE 1 PROJECT: Wer Crook lm San Lula - BID DATE.5141MU a 3A0pm ACE 810 Foo4ltlt $AEC : Cal Trans Std ADDENOUMS ; MA bESCRIPTION Lint MY Unit Prue Tolm 40 Metal Sm-a Guard RaTme(Wood Posts) ld 16 S 2:13,00 3 4,237,00 41 TermirWAnchor Ascem*(T "eFn EA 1 $1230.00 4 1,230.00 42 Terminal Seckn(Type 8) E4 1 3 fr.10.00 S 620.00 43 Tem nal Section(Type C) EA 3 $ 6$040 6 1,350.00 73 TubWfar NaM}ra ft per cal trans ate. M14 ]1 $ 1@2.10 _ S 4,952.00 74 Cable PAdng per eel tram std, Id z8 5 69.00 s t,432.00 "Pmjod is based an p-svft wapas and cwf wpayrctfa wX 6e Mwfded to H1e gwmW eemtmotnr I MOM to t11b,mant stool C&IS please send U0 a fetter of k tm so hi4terlats can he ardered ASAP,K ACE FENCE is you Pstetl mbaontractor_ Thank yw O A - S 'OUR PRICEIS�uNrifY£M 0 ALUWPSIltdl�vd,m®rmadKaX ).HNAL61 YFRLDl3EM0OH . MaI.ElEDnmEBrxtuNl7Ptticl5. RENWAL OFT'RPEB AND BUGHES N'pM FE=E UNF-MOvs m-wwz,CURW op:GRADE 5FAm AleW&LAYOUT.DErtptlTiDA1,CI�ARdiQ,QRU6GNG,~ft twel WN6,COMr116nM.REMIR Or DAMAC68 TO UNMARKED •trDEROROtrND UIn.rrY LtHEa,C0RM6.CUiiB6,SUu38.ttOW BtRo�S:6AfMCUY,ASPWILT PAtrr1.0ROUImtNC aF!F�xCE POSTS.FIE:D FF:Nr1gG,EMsWEEXING AND STRuarURALQAU=.FPS;WtV ORFEES.BOND FUA ONIOHT WORK VAN MU5m,rRAFFIC CONMOL •u... A_a0 FUOC CWWW lett p.Wi00 7Adig"I-ISUMC CMdwoias A noaddli"aofiL LhMIIW hVw*m is S1,000;WD per. Incw-Fctrmabdc awd.Wprk1W11 OraltldndlSiOn tnturufoo iR(or81.000A0D UOFrWE 8 043 5 SCIST4. . ,1241-093-UNION SUUJ>:Cr TO ACCEPTANCE V&NM sD DAIB FPnr9 -LD F WFal1EP LO1.1 ,_OPP, FNx ton. 0;5a f,47-:2707 14 ?00.1 R;:df•Pr1 Pr' ' led _nuy;%;A. �_V:•>w - $22 Lhdw L=qc 323 Coc:ucwrcal SC'eal 19755 Blalad*U Place 13c Oroblc Coix C� S:ATHWM- N106rM,ca 93444 Sari Jose,CA 16112 Poway.CA smea Fairrbld,CA 54533 �J 6259Y tit 8ign5•Inc. (am)225. "D (foe)OV34M (09)OM72= CON NO S PSA(600)52WBO PSx(4oa)99&i 7Y9 Pic(919)o7o-T11P JULY 2009 CORPURATE OFFICE QUN PFtQViSIQf"fS CONYRAC;# Foopthill$ridas 8=181carrient bit)DATE: 5142004 • A contiad and IS working days notice must be given priorto any move in. • All Coch.tz:ction,Area Signs to be Installed at uric time or in stages. covered ifineeded at in=!tatlon.Caphtractor to uncover and recover if needed. Construction area signs include one mobilization per stage,additionai moblllzations S1,500.00 each. - Traffic Control not included in installation,removal or repair of any Item. Portable equipment mll be detive.•ed and picked up from one location.Contractor is liable for I=and or.dartlleped equipment Contractor is Roble for last or damaged equipment removed or relocated by contraatar's fortes. - Statewide Safety&Signs, Inc. does not accept charge or back charges of any kind unless agreed to In wetting prior to work beginning. - Statewide Safety&Signs,Inc. shall fully Indemnify Contractor for any liability arising out of Statewide Safety&Signs, Inc,work or produem, but only to the extant ofStatewide safety& Signs,;Inc.Uability and riot that of anyono else,Statewide Safety&Signs, Inc.malntalne insurance coverage for their wort(henaunder.Including$1,000.000 Products T Corr>.p1QP Agg and a 10/93 Additionel Ineured Endorsement. If there are any issues or concerns regarding StsteMde Safety&Signs. Inc.p l ducts or work, Conh'actor Shall promptly no*and glue Statewide Safety 8 Signs. Inc first opportunity to w'ect any such Dieblems. • Sign and marker location I nark-out and USA to be done by others and must be completed Prior to Statewide Safety S Signs, Inc_starting work.. • Pwmanent reign and maker installation:maximum moveans: I_Additional move-ins $1,500.00 each. Permanent sign Include coring. All change order work moat be approved by agency/ownerprior to work tieing perf"Med by Statewide Safety&Signe, Inc. Acceptance of fMs quote is acceptance of these provisions which shall prevail!if in.conflict with any other documents. i i gi-lI Few SEPALP C IdEA0FP LAW rnPP FAX ran, : 559 50/2-2727 ri ,, 13 _nns n7:46P11 P7 UJ iJ;U: illb 1 i:JL k-Aa BU 4 i i S4 5=Lhdon L,nO 923 Coffff BreW 19"01 9375E SIeWdeil Plage 13Q Glo41c Cawrl STATEWIDE Nlpanw,cA 04" am Jam,CA W1Iz ;may,u 2MA Fscfmld.CA 94SM Safety do Sites, Inc. (W*9394070 (600)awgrm (M)®mrm taco)Tr"w S -aa(OW)89W88 Fmc(Q9)M3.9773 Pwl t3W)0/70/7117 rwfi.(T 07)ac4-0as6 OORPOPATE OFFIM CERTIFIED: SWM, 061e a GERTv*CCA-81! ` UNION ' SONDARLL 0.9 UCEN56/1: 625694 A.C31 QUOTATION ATTN : IbUrnaWn FROM: Don N)cholea CONTRACT* 901970 alb DATE : 514=04 LOCATION/NAME ; Foattt(ll 1 was Ragkc ement N pjpmm c" . -- $ 7 Area SIPS ndudes In"Hauon and rem6441 of ep 03=7- Ty—pe 111 es,OwnekaM Shown on Pages W1 3 Of 26. In -odes the r®liowtiQn BI;ignahant signs shown on sheer V&791 nat P&de . See for I Mal 11M Includes concrete aMng for all algns N 3 TWc cm-W Systan I McndaV6-Fnft Flagging t 8 Hr. 980,00 1 Lane 1 DI06h 1 8 Hr, O.T. pedhr Perlman 14 TV�MWW OVAh MOWF1 Modules 2 2,245.00 lmc4udes plM VMi I aneys w Stage i and I-T51 l wmy on Stage Rsmovs and d us long ,256.0/ to CRY Cion Yard(nvamum move;re 21 I CHANGEA U MESSAGE SIGN RENTAL RAT55 $130.001day,$490.00/1 week,$1,290/90/4 wanks;$69.00/dei 8,ptokua each CALL FOR SALE PNCE •'FURNISHED, INSTALLED AND REMOVED,TO REMAIN PROPERTY OF STATEWIDE SAFETY&SIGNS, INC. IF INTERESTED IN SPLITTING OUT ITEMS, CALL PRIOR TO B10 OPENING. THIS QUOTATION AND ATTACHED CONTRACT PMVISiONS MUST BECOME A BINDING PART OF ANY SUBCONTRACT GERPLE, C t P-t-4�c ton. -�nsj F)7:zl� P7p.nrl -JEPK)FP LrA�.i , nPP; : 559 642-2707 Pill PA 7734 JOHN MADONNA CONS1. usjjiij j, :;jzj inAL 605' 26e4 PL Locum Adnan Re.G.CA WWT� Phos:PW,,3646263 Fea6iRWa(909)330-O02 May 4, 2W4 Aftntion: Emirnating 7 L.7 E0431 I RE: Foothill BW,City d San LA Obtspci, CA spoerricatlori 96197D PWIS Concrete Voided Slabs Conrad Cafttrudgm proposes to fabricate and haul 00 rolftlrV P104PS Concrete Girders to the vrcjW.site 2 piece PQTIS Concrete VoiM SMA(Type SfV) 915 w x SU 147W lom 18PIPOW 1=w X giu 14760 Iwo Based upon C011MICt&VAillngs and Speciial Prghtioriz from the City of San Luis Obispo,dater Marcn 12.2004, and Conrad Constructors stimclefd products.conditions,dwW!s• specMcM!or.s:andaftached 119 of exclusloris, AW&ndj, Tm noted aline. This BASE QU*?A"=(FOB only)incturres me tedrination plant labor, materials, sales tax shop drowings. elostorneric be isaft and honnntell t*suds for the PQ PB Concrete Girders only, FOB prqect std mid ftulirq;to Project sillia. One(1)hour unloading W=fircirm tme COM1,111110 delivery tiffle Is allowed at no added mat AB standby tfta will be invoiced at 6250.00 per hour per truck All girders,are to be hauled in one continuous operation.AN labor.equipment and materistis Tw unloading will be,by others. The General Contractor must suppitV to Corrad Conotructom this fbilowin%l requkerrients: 1. A suitable art waNtrier roadway of sufficient width, level and firmness to haul the above iteps from a rnzjx paved read orft the project aft.The roadway to the en must acicommomirte,the hauling trucks,The g6rdem WHI be hauled an stroW vmkm The abovo is W be ocomptable to Conrad Constructors. 2. Adequate stalileg areas rionsorablyr Woe to the work for storqe of the precast prtw to milanaw n required The stagilrV site location must not mme an added pernift ocotto the howling operaturl. 3. Cmainartion with and rtaffication to GMT,Cites,Prilivulte property ownera, Railway sea other gave.,ffwfti or Private aganom tricluding;piW3W piroparty owners as required. 4. A rrilrilri=of r*4M(M)worW-q do"notice Must be reoelvird in Writing at the Itlato fplanii, and'accepted ?Yy Conrad Cormtruictora pnor to the era tion date for any ovrigics to the aignift OMWwW- 5. Irtaeft, w%flor a;mvft cog M the nmdxn to support faillsewerk, handraile or Wier Itarris. 6. Verification 01 fad dimvIsions,as rewired,prior to start Cf shop drawing. The above items will be at no coat to Conrad Condfuctors or tPielir suboartrectors. Wkrk an this"411 Find start before 20111. A filly executed wftct and an agreed upon schedule MW 11M fix3dived at V9W RiM P111111t prkDwrtoft start of any work on this p,*,d The shop drawings vrY tete aWM=UaWY two CZ weeks. FaWQW of Vo above Items mill take apprimrraftlir fire(5)weeks Lased upon Im plant production achedulle, Fabrication eatirm vW Until the final oiWiad and stamped approved shop dravoirgs. concrete rnaturlatstestiM and conarsta milk d"19r;has boon(Vwived by Conrad Con:51tructon Canted Constructors W Cast the rnefter based an tie approved drawing dirriensions posslbty prior to construrticini of the supports. SM QUOTATION:PCft CONCP4W amilm"(Poll ONLY) )Lern 61 352 M2 Ptortlish PGFS Camangto Slab MW alV) 5506.00 M2 S177760.00 Total Bond,It required-2.S% ADUMVE ALTERNATR W1 TO THE I11AW QUOTATION(Sal"Tax AdIusW Erection of the above girders Includes two(2)rrvAlmons Tor crane,crow and rigging equipmeft.All work will be in a continuous operation during day time hours, Monday through Friday.All girders are to be sleeted on non-qraowd bearrig pigs with the vertical aftwI3 Orflisid after erection The erection schodulo and ognaoris must be acceptable to Conrad Cared Caravy1cwt Coritmear's Lie No.2695?6 6001 PDOW11 Blvd.601079 FF,n'd GERALD r i.IEAVFP LAW COPA FAX ran. : 559 X12-271717 w�,,. 11 2001 R N::1RPrl P14 n� tJ•'04 THU 1?:3. FAX 805 S S4 JOHN RAUUNNA (ONST. •:<:�c n4 natruCto L of CI hair Subeartiraators.The Generoi Contractor must pror»e Secure Wagng during tic erection:operation to priavont any girder movernum after the crrnvS reicases the load. i he General Contractor must supply to Gonrdd C0netr1urWi a trio M.QUi(wr*ntS t "n"Ougn ti as ii6teS1 eGC"a 10 also Ih¢foligM'-G1: A ctsar snd unababvOted a"wr-zther access of SttlflCisrl Vdtm- length, Vvel and firmness`o supper,the cranes and hatilIN truths The Pnn,e C&Vrector may be required to Rave the 0(-roll.This arra must to acceptable to Conrad Conatruetom and their subcorrtraotors. Tha crane will 00.1imated within 3'-0"hem tna AtWtrnont backwall.A 30' Wilda Pad for the atone plus t2'-0'for lure haviirg truck rnust be provided. Tha hauling Uvalm will stege maid to the grana. Lena ahsum will be required. 2. A suitable and secure area m build up and dirmantle clash crane,minimum 50'-0'x 200'-0",in an area Cdjaeent to the work.A tsuitdble snd eecul area to store the cranes and accessory road trucks curing erection and nonworking tours if required,minimum 40'-0"x 60'-0". 3. Furnishes in,6taning end removing the lateral ties, bracing or Claphraema,including their Cesign,will baby the General Cdntrsalnr and malt not delay the erection eptfrmbM Standby time for any reason, ncludirg weather,not due to o delay caused by Conrad Condnaeters, will be i.ivoiaed at the rata of W00.00 per hour. n. General Coritrector will remove andfer.make safe ail overhead sleetrlcdi antes andfor"t obatNetons that would it* with the erection operation.Tiro owirttead wires must be de-onergbrd and a wire survey to verity the and loeetians of tht t)verhmd lines must be provided to Ounrad CAnetnleteiw All below grade utiillies must be t irtun this weight of the cranio, its ouaigge j and ttre tniloldwda. s. tJne cru!grodo m ttte 9trdtcs hrolut2nSj inetalteCon of tin tnsrinD f�eaa,���Pt� lueneasidna and why coating as required.Ail Abubtterits and Fivia to b2 free of spar. 6. Parking for empWisa's vaniotms and toikit toilities within reascrubko waking disteroe to the work. The above tequireenents will be at no cost to Conrad Constructors er their subeemra t nii and mutt be acceptable to Conrad Constructors. AUDI' Mei ALTERNAW M Ilam a2 20 ee Erect PGP$Concrete Slobs 61,350.00 ea $27.000.00 TOW Added Move-ons—$9,600.00 The above quotations may be revised or withdrawn by Conrad Constructors d riot accepted within thirty days from the date of this quatatian letter. The Oanaral Contractor must have Conrad Constructors Rialto Precast Plant approved oy the owner as s storage alta for the purposes of invotohl materials on hared tot Ina above project. Invoices will be sent monthly and are due and payable per the tents and conditionb a6 stated an the invoices. Payrrwnts fer this prej9d will not be tied,in any easy,to other projects with the Contractor. Retention win not be withhold.Conrad Cgnatrucu" will not accept any charges far liquidated damages, inoWUV but not limited to the Ponaltles for the rate reoponing of traffic.All reasonable; —-vtiona wAl be takon to perform work within the permitted cloauro periods.Unforeseen problems.tnCiudingi ed Rot limitad to oquipmett bilwkdowrt.will riot be cause for 11%Adated damage toss to to charged to Conrad Construdoro or their subcontractors.The Genteel Contrac W to cul y responsible to protect Conrad Corarttuctots from all errors and omlaaions by others;including,bull not limited to. the failure of the Owner to accept cordorming goode.This quotation utter is to be made a part of the subcontract There must be•currerit Sundves All Risk Insurance parley provided by oolarv, oevedng Carmel Constructors, cts their produand thalr Subcontracts for thio project.Any Ir UMMO Ih excess of 82 trillion s"a gate or 51 tnaWos pat oocwreIM N not WA*ddad In the"prieae. Conrad Conti crottle 11 iniffawsrad DOW t„ nr Gat4atta ani,CTQMM. Conrad Camztl n 3m iS try nwvsod blr t�0 Coy of los Aratles end 88$h approved fabrc=r nor SVUCU al prceaet arca Pteatrvsead Concrete.with the Stated Colifomla as a'•B"and"C•8"Contractor.The Precast Plant is!orated In Rialto,CoWamta. K you have any additional questions,cell(909)350-6283. Sincerely, CONRAD CONSTRUCTORS Roper T. Itaya Cerrlkd Conamch ! Cmrtroet-y'f Lie No.M76 FA[St GwQi6 Sind.60111170 FR[1MiEpGl Tl r LIEGUER 141.1 f'[IpF FGk tJn, SSC h4'7-]7R7 ^1A u. 14 Dol-114t7_:dOGM P1Q I ADMINSTBATIYE RECONSIDERATION If the goal is not met, d bidder must, in o.dcr to be responsible and/ox responsive, have made good faith effort& to meet. the DBE goal by documenting cC itmerits for participation by suffieirtlt DnE firma, or doCuraent adequate good faith vifOrts to achively end aggre.8"Vely obtain participative by a sufficient number of OBS firma. An adrniniFtrative revi see Section 26,53, CFR 49 Part 261 and 'udg=.-4t oa'll of th faith effor-s shoul be ma a privx o az ' In eac instance b the lac a encs. if the local agency determines that the apparent . ucceseful 51 e' offeror hes failed to meet the good faith requirements, the local agency must, before awarding the contract, provide the bidder/offeror an opportunity for administrative reconsidaration in accordance with Section 26. 53, cFR 49 zazt 26 . The link to this Chaptcr 9 of the Local Assistance Procedures Manual in its' . entirety is: i /ha./LocalProgramallam/nrog plp09crdba.pdf I i 'diem. 2-1.01 DISADVANTAGED BUSINESS ENTERPRISES (DBE) This project is subject to Part 26, Title 49, Code of Federal Regulations entitled "Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs." The Regulations in their entirety are incorporated herein by this reference. Bidders shall be fully informed respecting the requirements of the Regulations and the Department's Disadvantaged Business Enterprise (DBE) program developed pursuant to the Regulations; particular attention is directed to the following matters: A. A DBE must be a small business concern as defined pursuant to Section 3 of U.S. Small Business Act and relevant regulations promulgated pursuant thereto; B. A DBE may participate as a prime contractor, subcontractor;joint-venture partner with a prime or subcontractor, vendor of material or supplies, or as a trucking company; C. A DBE bidder,not bidding as a joint venture with a non-DBE,will be required to document one or a combination of the following: I. The bidder will meet the goal by performing work with its own forces. 2. The bidder will meet the goal through work performed by DBE subcontractors, suppliers or trucking companies. 3. The bidder,prior to bidding,made adequate good faith efforts to meet the goal. D. A DBE joint venture partner must be responsible for specific contract-items of work, or portions thereof. Responsibility means actually performing, managing and supervising the work with its own forces. The DBE joint venture partner must share in the capital contribution, control, management, risks and profits of the joint venture. The DBE joint venturer must submit the joint venture agreement with the proposal or the DBE Information form required in the Section entitled "DBE Information" of these special provisions; E. A DBE must perform a commercially useful function, i.e., must be responsible for the execution of a distinct element of the work and must cavy out its responsibility by actually performing, managing and supervising the work; F. DBEs must be certified by either the California Department of Transportation,or by a participating agency which certifies in conformance with Title 49, Code of Federal Regulations, Part 26, as of the date of bid opening. It is the Contractor's responsibility to verify that DBEs are certified. Listings of certified DBEs are available from the following sources: 1. The Department's DBE Directory, which is published quarterly. This Directory may be obtained from the Department of Transportation, Materiel Operations Branch, Publication Distribution Unit, 1900 Royal Oaks Drive, Sacramento, California 95815, Telephone: (916)445-3520; 2. The Department's Electronic Information Bulletin Board Service, which is accessible by modem and is updated weekly. The Bulletin Board may be accessed by first contacting the Department's Business Enterprise Program at Telephone: (916)227-8937 and obtaining a user identification and password; 3. The Department's web site at http://www.dot.ca.gov/hq/bep/iriddx.htm; G. Credit for materials or supplies purchased from DBEs will be as follows: I. If the materials or supplies are obtained from a DBE manufacturer, 100 percent of the cost of the materials or supplies will count toward the DBE goal. A DBE manufacturer is a firm that operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the contract and of the general character described by the specifications. 2. If the materials or supplies are purchased from a DBE regular dealer, 60 percent of the cost of the materials or supplies will count toward the DBE goal. A DBE regular dealer is a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a DBE regular dealer, the firm must be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. A person may be a DBE regular dealer in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business as provided in this paragraph G.2. if the person both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by a long-term lease agreement and not on an ad hoc or contract-by-contract basis. Packagers, brokers, manufacturers' representatives, or other persons who arrange or expedite transactions are not DBE-regular dealers within the meaning of this paragraph G.2. 3. Credit for materials or supplies purchased from a DBE which is neither a.manufacturer nor a regular dealer will be limited to the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, provided the fees are reasonable and not excessive as compared with fees charged for similar services. H. Credit for DBE trucking companies will be as follows: 1. The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible on a particular contract, and there cannot be a contrived arrangement for the purpose of meeting the DBE goal; 2. The DBE must itself own and operate at least one fully licensed, insured, and operational truck used on the contract; 3. The DBE receives credit for the total value of the transportation services it provides on the contract using trucks its owns,insures,and operates using drivers it employs; 4. The DBE may lease trucks from another DBE firm, including an owner-operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provides on the contract; 5. The DBE may also lease trucks from anon-DBE firm, including an owner-operator. The DBE who leases trucks from a non-DBE is entitled to credit only for the fee or commission it receives as a result of the lease arrangement. The DBE does not receive credit for the total value of the transportation services provided by the lessee, since these services are not provided by a DBE; 6. For the purposes of this paragraph H, a lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE. I. Noncompliance by the Contractor with the requirements of the regulations constitutes a breach of this contract and may result in termination of the contract or other appropriate remedy for a breach of this contract; J. Bidders are encouraged to use services offered by financial institutions owned and controlled by DBEs. 8�-/7 2-1.02 DBE GOAL FOR THIS PROJECT The City has established the following goal for Disadvantaged Business Enterprise (DBE) participation for this project: Disadvantaged Business Enterprise(DBE): two ( 2 °o) Caltrans has engaged the services of a contractor to provide supportive services to contractors and subcontractors to assist in obtaining DBE participation on federally funded construction projects. Bidders and potential subcontractors should check the Caltrans website at littn://www.dot.ca.gov/hq/ber) to verify the current availability of this service. SECTION 3. SUBMISSION OF DBE INFORMATION AND AWARD AND EXECUTION OF CONTRACT 3-1.01 GENERAL The bidder's attention is directed to the provisions in Section 3, "Award and Execution of Contract," of the Standard Specifications, and these special provisions for the requirements and conditions concerning submittal of DBE information and award and execution of contract. The required DBE information shall be submitted on the "LOCAL AGENCY BIDDER - DBE INFORMATION" form included in the Proposal. If such DBE information is not submitted with the bid, the DBE information form shall be removed from the documents prior to submitting the bid and submitted in accordance with"DBE Information"of these special provisions. It is the bidder's responsibility to make enough work available to DBEs and to select those portions of the work or material needs consistent with the.available DBEs to meet the goal for DBE participation or to provide information to establish that,prior to bidding,the bidder made adequate good faith efforts to do so. 3-1.02 DBE INFORMATION AND GOOD FAITH EFFORT If DBE information is not submitted with the bid,the apparent successful bidder (low bidder), the second low bidder and the third low bidder shall submit DBE information to the City of San Luis Obispo Public Works Department, 955 Morro Street, San Luis Obispo, CA 93401 so the information is received by the City of San Luis Obispo no later than 4:00 p.m. on the fourth day, not including Saturdays, Sundays and legal holidays, following bid opening. DBE information.sent by U.S. Postal Service certified mail with return receipt and certificate of mailing and mailed on or before the third day, not including Saturdays, Sundays and legal holidays, following bid opening will be accepted even.if it is received after the fourth day following bid opening. Failure to submit the required DBE information by the time specified will be grounds for finding the bid or proposal nonresponsive. Other bidders need not submit DBE information unless requested to do so by the City of San Luis Obispo. The bidders DBE information shall establish that good faith efforts to meet the DBE goal have been made. To establish good faith efforts,.the bidder shall demonstrate that the.goal will be met.or that, prior to bidding,adequate good faith efforts to meet the goal were made. Bidders are cautioned that even though their submittal indicates they will meet the stated DBE goal, their submittal should also include their adequate good faith efforts information along with their DBE goal information to protect their eligibility for award of the contract in the event the City, in its review, finds that the goal has not been met. The bidder's DBE information shall include the names, addresses and phone numbers of DBE firms that will participate, with a complete description of work or supplies to be provided by each, the dollar value of each DBE transaction, and a written confirmation from the DBE that it is participating in the contract. A copy of the DBE's quote will serve as written confirmation that the DBE is participating in the contract. When.100 percent of a contract item of work is not to be performed or furnished by a DBE, a description of the exact portion of that work to be performed or furnished by that DBE shall be included in the DBE information, including the planned location of that work. The work that a DBE prime contractor has committed to performing with its own forces as well as the work that it has committed to be performed by DBE subcontractors,suppliers and trucking companies will count toward the goal. The information necessary to establish the bidder's adequate good faith efforts to meet the DBE goal should include: A. The names and dates of each publication iii which a request for DBE participation for this project was placed by the bidder. B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested. C. The items of work which the bidder made available to DBE firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to meet the DBE goal was made available to DBE firms. D. The names, addresses and phone numbers of rejected DBE firms, the firms selected for that work, and the reasons for the bidder's choice. E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, .specifications and requirements for the work which was provided to DBEs. F. Efforts made to assist interested DBEs in obtaining necessary. equipment, supplies, materials, or related assistance or services, excluding supplies and equipment the DBE subcontractor purchases or leases from the prime contractor or its affiliate. G. The names of agencies contacted to provide assistance in contacting, recruiting and using DBE firms. H. Any additional data to support a demonstration of good faith efforts. 3-1.03 AWARD OF CONTRACT The award of contract, if it is awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed and who has met the goal for DBE participation or has demonstrated, to the satisfaction of the City, good faith effort to do so. Meeting the goal for DBE participation or demonstrating,to the satisfaction of the City, good faith efforts to do so is a condition for being eligible for award of contract. B/-/9 FORM I—LOCAL AGENCY BIDDER - DBE - INFORMATION This information may be submitted with your bid proposal. If it is not,and you are the apparent low bidder or the second or third low bidder,it must be submitted and received as specified in Section 2-1.0213 of the Special Provisions. Failure to submit the required DBE information will be grounds for finding the proposal nonresponsive. CO:RTE:K.P.: CONTRACT NO • J39,1 -S BID AMOUNT: $ BID OPENING DATE tnel _ BIDDER'S NAME: DBE GOAL FROM CONTRACT: DBE PRIME CONTRACTOR CERTIFICATION CONTRACT ITEM OF WORK AND DBE CERT:NO. NAME OF_DBEs, DOLLAR ITEM NO. DESCRIPTION OR SERVICES TO (Must be certified on the date AMOUNT BE SUBCONTRACTED OR bids are opened-include DBE DBE' MATERIALS TO BE PROVIDED' address and hone number Corl STru e r�cry 515 nA5 CC A- cl 15'ta t D-v 45Q }Y 1�1y Telma rar Crus► SiSv, 9 ay-5cv ti ti t tYXJ ' Cu-shioru Hgk1/9 '2 Lard i?Ct�L CT-OD457 Ace, F-evu Co . tDt� - '�3�7 y G� off' �n1o1 us �(o Z4) 33 3 -'D 7-P (0q air C-T -ao131a Fronh _I_ N painaa - (Dotd - Ivv C f n5 5� 1 CD A FreSno � Ca � IMPORTANT: Identify all DBE firms being claimed for credit, Total Claimed $ y t OGD regardless of tier. Copies of the DBE quotes are required. Participation Names of the First Tier DBE Subcontractors and their respective item(s)of work listed above shall be consistent,where applicable, a. % with the names and items of work in the"List of Subcontractors" submitted with your bid pursuant to the Subcontractors Listing Law and Section 2-1.01,"General,"of the Special Provisions. 1. DBE prime contractors shall enter their DBE certification number. DBE prime contractors shall indicate all work to be performed by DBEs including work performed gnature of Bidder by its own forces. 2. If 100%of item is not to be performed or furnished by DBE,describe exact portion ;1U 1nq ZG-� 1751 of item to be performed or furnished by DBE. Dat (Area Code)Tel.No. 3. See Section 2-1.02,"Disadvantaged Business Enterprise,"to determine the credit allowed for DBE firms. Person to Contact (Please Type or Print) CT Bidder-DBE Information(Rev 09-29-99) FORM I 16 ��-� DBE Submittals - Timeline ➢ 5/4 Bids Open — Verbal notification to all bidders to submit their DBE information ➢ 5/5 Written notice to bidders to submit their DBE information by 5/10 @ 4:00 P.M. ➢ 5/5 DBE Submittal from 3`d bidder (5.2%) with required quotes ➢ 5/6 DBE Submittal from 2"d bidder (5.8%) with required quotes ➢ 5/10 DBE Submittal from low bidder @3:50 P.M. 2.8% claimed / 1.3% actual no quotes submitted, no good faith effort information submitted ➢ 5/10 @4:00 P.M. DBE Submittal DEADLINE ➢ 5/11 City not low bidder.that goal is not met & no good faith effort info submitted so award will go to 2nd bidder ➢ 5/12 low bidder submits revised DBE information for 6.4% back dated to 5/4— no quotes submitted ➢ 5/13 City notifies low bidder that the information submitted does not change the decision for award ➢ 5%14 Low bidder's attorney submits quotes Considerations for determination of lowest responsive bidder Low bidder did not: ➢ Verify the DBE's certification for at least one of the listed DBE's ➢ Submit satisfactory DBE participation information within'the required time limit ➢ Submit any good faith effort information within the required time limit ➢ Submit DBE quotes within the required time limit Low bidder did not provide information PRIOR to the required deadline that showed the goal would be met and quotes had been received OR that a_good faith effort had been made to meet the goal. All information supporting an award to this bidder was submitted after the deadline. DBE submittal is an official portion of the bid. It is unfair to allow one bidder an opportunity to make a second submittal of DBE information. The low bidder is non-responsive on the face of his submittal. City has discretion to waive irregularities but need not do so. Allowing a late submittal could subject the City to legal action by other bidders. The City's past practice has been to hold bidders to the requirements outlined in the contract documents and find bidders non-responsive who failed to comply with the requirements. The City is concerned a waiver of an irregularity relating to DBE requirements could jeopardize the City's eligibility for federal funding. The City is not inclined to waive this as an irregularity. Bi-a2 WAIS Document Retrieval Page 1 of 2 [Code of Federal Regulations] [Title 99, volume 11 [Revised as of October 1, 20031 From the U.S. Government Printing Office via GPO Access [CITE: 49CFR261 [Page 270-2711 TITLE 49--TRANSPORTATION Subtitle A--Office of the Secretary of Transportation PART 26 PARTICIPATION BY DISADVANTAGED BUSINESS ENTERPRISES IN DEPARTMENT OF TRANSPORTATION FINANCIAL ASSISTANCE PROGRAMS--Table of Contents Subpart C Goals, Good Faith Efforts, and Counting Sec. 26.53 What are the good faith efforts procedures recipients follow in situations where there are contract goals?. (a) When you.have established a DBE contract goal, you must award the contract only to a bidder,/offeror who makes good faith efforts to meet it. You must determine that a bidder/offeror has made good faith efforts if the bidder/offeror does either of the following things: (1) Documents that it has obtained enough DBE participation to meet the goal; or (2) Documents that it made adequate good faith efforts to meet the goal, even though it did not succeed in obtaining enough DBE participation to do so. If the bidder/offeror does document adequate good faith efforts, you must not deny award of the contract on the basis that the bidder/offeror failed to meet the goal. See Appendix A of this part for guidance. in determining the adequacy of a bidder/offeror's good faith efforts. '.(b) In your solicitations for DOT-assisted contracts for which a con act goal has been established, you must require the following: (1) Award of the contract will be conditioned on meeting the requirements of this section; S�2) All bidders/offerors will be required to submit the following information .to thA recipient, at the time provided in paragraph (b) (3) . of this section:. (i) The names and addresses of DBE firms that will participate in the contract; (ii) A description of the work that each DBE will perform; (iii) The dollar amount of the participation of each DBE firm participating; (iv) Written documentation of the bidder/offeror's commitment to use a DBE subcontractor whose participation it submits to meet a contract goal; (v) Written confirmation from the DBE that it is participating in the contract as provided in the prime contractor's commitment; and (vi) If the contract goal is not met, evidence of good faith efforts (see Appendix A of this part) ; and (3) At your discretion, the bidder/offeror must present the information required by paragraph (b) (2) of this section-- Under sealed bid procedures, as a matter ofraanonsiveness, or with initial proposals, under,contract negotiation procedures; or (ii) At any time before you commit yourself to the performance of the contract by the bidder/offeror, as a matter of responsibility. (c) You must make sure all information is complete and accurate and adequately documents the bidder/offeror's good faith efforts before http://frw'ebgate4.access.gpo.gov/cgi-binhvaisgate.cgi?W Al Sdocl D=38329511372+36+0+... 5/12/2004 B1-27 WAIS Document Retrieval' Pagel oft [Code of Fedetai Regulations] [Title 49, Volume 11 [Revised aE of October 1, 2003] From the U.S. Government Printing Office via GPO Access [CITE: 49CFR261 [Page 270-2711 TITLE 49--TRANSPORTATION Subtitle A--Office of the Secretary of Transportation PART 26 PARTICIPATION BY DISADVANTAGED BUSINESS ENTERPRISES IN DEPARTMENT OF TRANSPORTATION FINANCIAL ASSISTANCE PROGRAMS--Table of Contents Subpart C Goals, Good Faith Efforts, and Counting Sec. 26.53 What are the good faith efforts procedures recipients follow in situations where there are contract goals? (a) When you have established a DBE contract goal, you must award . the contract only to a bidder/offeror who makes good faith efforts to meet it. You must determine that a bidder/offeror has made good faith efforts if the bidder/offeror does either of the following things: (1) Documents that it has obtained enough DBE participation to meet the goal; or (2) Documents that it made adequate good faith efforts to meet the goal, even though it did not succeed in obtaining enough DBE participation to do so. If the bidder/offeror does document adequate good faith efforts, you must not deny award of the contract on the basis that the bidder/offeror failed to meet the goal . See Appendix A of this part for guidance in determining the adequacy. of a bidder/offeror's good faith efforts. J .(b) In your solicitations for DOT-assisted contracts for which a con act goal has been established, you must require the following: (1) Award of the contract will be conditioned on meeting the requirements of this section; Sq;�(2) All bidders/offerors will be required to submit the following information to the recipient, at the time provided in paragraph (b) (3) of this section: (i) The names and addresses of DBE firms that will participate in the contract; (ii) A description of the work that each DBF will perform; (iii) The dollar amount of the participation of each DBE firm participating; (iv). Written documentation of the bidder/offeror's commitment to use a DBE subcontractor whose participation it submits to meet a contract goal; (v) Written confirmation from the DBE that it is participating in the contract as provided in the prime contractor's commitment; and (vi) If the contract goal is not met, evidence of good faith efforts (see Appendix A of this part) ; and (3) At your discretion, the bidder/offeror must present the information required by paragraph (b) (2) of this section-- %<"(i) Under sealed bid procedures,, as a matter of rPsoonsiveness, or with initial proposals, under contract negotiation procedures; or (ii) At any time before you commit yourself to the performance of the contract by the bidder/offeror, as a matter of responsibility. (c) You must make sure all information is complete and accurate and adequately documents the bidder/offeror's good faith efforts before http://frwebgate4.access.gpo.gov/cgi-bin/waisgate.cgi?WAISdoc1D=3832951 1372+36+0+... 5/l2/2004i6J;?y Local Assistance Procedures Manual Chapter 9 Civil Rights and Disadvantaged Business Enterprises Exception If the DBE's ineligibility is caused solely by its having exceeded the size standard during the performance of the contract, the local agency may continue to count its participation on that contract toward overall and contract goals. Appeal When Caltrans makes an administratively final removal of a firm's eligibility, the firm may appeal the removal to the DOT under Section 2.6.89 of 49 CFR Part 26. Caltrans will provide information for an appeal with the removal of eligibility. 9.7 GOOD FAITH EFFORTS Whether as a bidder or contractor of a DOT-assisted contract, good faith efforts are required to meet the contract goal. This applies even if the bidder or prime contractor is a DBE. When a local agency establishes a contract goal on a DOT-assisted contract, a bidder must, in order to be responsible and/or responsive, make good faith efforts to meet the goal. The bidder can meet this requirement in either of two ways. First,the bidder can meet the goal, documenting commitments for participation by DBE firms sufficient for this purpose. Second, even if a bidder does not meet the goal, the bidder can document adequate good faith efforts. This means that the bidder must show that it took all necessary and reasonable steps to achieve a DBE goal or other requirement of 49 CFR Part 26 which; by their scope, intensity, and appropriateness to the objective, could reasonably be expected to obtain sufficient DBE participation, even if they were not fully successful. No local agency shall require that a bidder meet a contract goal in order to be awarded a contract. In any situation in which a contract goal has been established,the use of good faith efforts must be allowed. Each local agency must make a fair and reasonable judgment whether a bidder that did not meet the goal made adequate good faith efforts. It is important to consider the quality,quantity,and intensity of the different kinds of efforts that the bidder has trade. The efforts employed by the bidder should be those that one could reasonably expect a bidder to take if the bidder were actively and aggressively trying to obtain DBE participation sufficient to meet the DBE contract goal. Mcre pro forma efforts are not good faith efforts to meet the DBE contract requirements. We emphasize, however, that local agencies' determination concerning the sufficiency of the firm's good faith efforts is a judgment call;meeting quantitative formulas is not required. Caltrans also strongly cautions local agencies against requiring that a bidder meet a contract goal (i:c.,obtain a specified amount of DBE participation)in order to be awarded a contract,only that the bidder makes an adequate showing of good faith efforts. Title 49, CFR Part 26,specifically prohibits DOT financial recipients from ignoring bona fide good faith efforts. Page 9-23 LPP 01-04 March 15,2001 >r Local Assistance Procedures Manual Chapter 9 Civil Rights and Disadvantaged Business Enterprises Exception If the DBE's ineligibility is caused solely by its having exceeded the size standard during the performance of the contract, the local agency may continue to count its participation on that contract toward overall and contract goals. Appeal When Caltrans makes an administratively final removal of a firm's eligibility, the firm may appeal the removal to the DOT under Section 26.89 of 49 CFR Part 26. Caltrans will provide information for an appeal with the removal of eligibility. 9.7 GOOD FAITH EFFORTS Whether as a bidder or contractor of a DOT-assisted contract, good faith efforts are required to meet_ the contract goal. This applies even if the bidder'or prime contractor is a. DBE. When a local agency establishes a contract goal on a DOT-assisted contract, a bidder must, in order to be responsible and/or responsive, make good faith efforts to meet the goal. The bidder can meet this requirement in either of two ways. First;the bidder can meet the goal, documenting commitments for participation by DBE firms sufficient for this purpose. Second, even if a bidder does not meet the goal, the bidder can document adequate good faith efforts. This means that the bidder must show that it took all necessary and reasonable steps to achieve a DBE goal or other requirement of 49 CFR Part 26 which, by their scope, intensity, and appropriateness to the objective, could reasonably be expected to obtain sufficient DBE participation, even if they were not fully successful. No local agency shall require that a bidder meet a.contract goal in order to be awarded a contract. In any situation in which a contract goal has been established,the use of good faith efforts must be allowed. Each local agency must make,a fair and reasonable judgment whether a bidder that did not meet the goal made adequate good faith efforts. It is important to consider the quality,quantity,and intensity of the different kinds of efforts that the bidder has made. The efforts employed by the bidder should be those that one could reasonably expect a bidder to take if the bidder were actively and aggressively trying to obtain DBE participation sufficient to meet the DBE contract goal. Mcrc gro forma efforts are not good faith efforts to meet the DBE contract requirements. We emphasize, however, that local agencies' determination concerning the sufficiency of the firm's good faith efforts is a judgment call;meeting quantitative formulas is not required. Caltrans also strongly cautions local agencies against requiring that a bidder meet a contract goal(i.e.,obtain a specified amount of DBE participation)in order to be awarded a contract;only that the bidder makes an adequate showing of good faith efforts. Title 49, CFR Part 26 specifically prohibits DOT financial recipients from ignoring bona fide good . faith efforts. i Page 9-23 LPP 01-04 March 15.2001 Local Assistance Procedurr nual Chapter 20 Deficiencies and Sanctions CHAPTER 20 DEFICIENCIES AND SANCTIONS CONTENTS Section Subject Page Number 20.1 INTRODUCTION ......................................................................................... 20-1 20.2 DEFICIENCIES ........................................................................:.................. 20-1 Procedural Deficiency ......................................................... 20-1 Major Project Deficiency ..................................................... 20-2 Unrecoverable Project Deficiency ...................................... 20-3 20.3 SANCTIONS .......................................................................................... ...:. 20-6 2.0.4 LOCAL PROGRAMS DISPUTE RESOLUTION PROCESS .......................... 20-7 . Dispute Resolution Procedures ............................ . 20-7 Implementing the LPDRC's Decision ............................... 20-8, February 1, 1998 61-.2-7 I Chapter 20 t Assistance Procedures Manual Deficiencies and Sanctions + Continued submission of PS&E Certifications that contains errors and omissions (see Chapter 12,"PS&E;' in this manual). • Continued submission of Right of Way Certifications that contains errors and omissions (see Chapter 13 "Right of Way," and Chapter 14, "Utilities," in this manual). . • Continued submission of Local Agency Contract Award Checklist that contains errors and omissions (see Chapter 15, "Advertise and Award Project," in this manual). • Failure of the local agency to comply with their approved DBE program, particularly with regard to policy, utilization of DBEs, monitoring and reporting (see Chapter 9, "DBE,"in this manual). -- MAJOR PROJECT DEFICIENCY A Major Project Deficiency is defined as an error of commission or omission which violates Federal or State law or regulation, and that if uncorrected, would prevent Federal or State participation in all or a portion of the project Examples of some of the most common (found by Caltrans and FHWA) of Major . . Project Deficiencies(Federal) are: • Failure to initiate an environmental reevaluation after environmental clearance, when changes in the scope of the project are proposed, or when new project environmental impacts surface due to changes in law or investigations, shall result in loss of all or part of the Federal funding for the project (see Chapter 6, "Environmental Procedures,"in this manual). • Failure to fulfill mitigation commitments and adherence to restrictions in the environmental document shall result in a loss of all or part of Federal funding for the project(see Chapter 6,"Environmental Procedures,' in this manual). • Right of Way activities in violation of the Uniform Relocation Assistance and Real Properties Policy Act, as amended, can result in all or partial loss of project funding. Project finding losses can result even if there are not Federal funds in Right of Way but only in other phases(see Chapter 13,"Right of Way,"in this manual). • Force Account/Day Labor work, without proper justification, is not reimbursable (see Chapter 12,`TS&E,"in this manual). • For Emergency Relief projects, billing for emergency opening but actually doing permanent restoration work can result in a loss of all or part of the.Federal funding for the project (see Chapter 11, "Disaster Assistance," in the Local Assistance Program Guidelines). Page 20-2 March 28,2003 LPP 03-01 Qi-29 Local Assistance Procedw, ; anual Chapter 20 Deficiencies and Sanctions • In the absence of prior approval documentation., the use of publicly owned equipment, mandatory use of borrow/disposal site, use of patented/proprietary materials, use of warranty/guaranties, and use of a end cy-furnished materials, shall make all or part of the construction phase ineligib 4eor reimbursement with Federal funds (see Chapter 12, "PS&E," in this manual). • Failure to submit a "Material Certificate" shall result in loss of funding for the construction phase. Failure to adequately document and address all exceptions to the certification will result in all or partial loss of reimbursement. Failure to implement an approved materials and testing program for the project will result in the loss of Federal funds for the project (see Chapter 16, "Administer Construction Project," and Chapter 17, "Project Completion," in this manual). • Failure to enforce the Contract. DBE_provisions with regard to utilization, substitution, or good faith determination and documentation will make all or part of the construction phase ineligible for reimbursement with Federal funds (see Chapter 9, "DBE," in this manual). • Failure to maintain the completed project (roadway and appurtenances constructed with Federal funds and/or mitigation sites) or portions of the project shall result in repayment of all or a portion of the Federal reimbursement. (see Chapter 18, "Maintenance," in this manual). Examples of some of most common (found by Caltrans) Major Project Deficiencies (State) are: • RTPAs that use Exchange funds for non-Article XIX purposes or for other than projects will have to return the funds given to them (see Chapter 18, "Optional Federal Exchange and State Match Programs," in the Local Assistance Program Guidelines). • Counties that use Exchange funds for other the non-Article XIX purposes will have to return the funds given to them (see Chapter 18, "Optional Federal Exchange and State Match Programs," in, the Local Assistance Program. Guidelines). • On EEM projects, reimbursable costs not invoiced for by the end of the first State fiscal year following the fiscal year during which funds allocated by the CTC will not be eligible for reimbursement (see Chapter 20, "EEM," in the Local Assistance Program Guidelines). UNRECOVERABLE PROJECT DEFICIENCY An Unrecoverable Project Deficiency is defined as "a deficiency of such magnitude as to create doubt that the policies and.objectives of Title 23 of the USC (or other applicable Federal codes) will.be accomplished by the project," (quote from "PS&E Certification") and the project has proceeded to the point. that the deficiency cannot be corrected. This level of deficiency shall result-in.the_withdrawal of all or a portion. of the.Federal and/or State funds from the project. Examples of some of the most common (found by Caltrans and FHWA; Unrecoverable Project Deficiencies (Federal) are: Page 20- February 1, 199 Bl��9 Barbera Lynch - A word of caution _ --� _LPa From: <John_Smida@dot.ca.gov> To: <ddelzeit@pismobeach.org>, <Ditas@prcity.com>, <Dffirma@sbcglobal.net>, <skahn@atascadero.org>, <TKorman@arroyogrande.org>, <rlupinek@garingtaylor.com>, <bob@themackcompany.com>,<Blyncn@slocity.org>, <dohalloran@co.slo.ca.us>, <kapence@charter.net>,<JiIIP@jlwa.com>, <rgaglione@co.slo.ca.us>, <Dspagnolo@arroyogrande.org>, <ruder@co.slo.ca.us>,<JWalter@slocity.org> Date: Wed, May 5, 2004 9:54AM Subject: A word of caution We just had a Local Agency sanctioned by FHWA for not complying with DBE by not showing a Good Faith Effort. The Agency lost some of the.project funding.They could have lost all of it. Plan on FHWA looking at some part of.your projects. John Smida Local Assistance Engineer Qi-3o IIIIYIIIIII�I4II council memoRAnbum c`it.';o�,a�n Luis Dais di: c1inln,istaatton ment DATE: May 18, 2004 TO: City Council RED FILE MEETING AGENDA FROM: Ken Hampian, CAOq DATE ITEMSUBJECT: Business Item 2: Foothill Bridge Contract Award Recommendation: Continue Business Item 2 for consideration at a special Council meeting, to be held either on Friday,May 21 or Tuesday, May 25, 2004, as discussed further below.. Discussion As explained in my May 17 memorandum, John Madonna Construction (JMC) has sought an administrative reconsideration hearing pursuant to federal regulations following staffs determination that JMC`s bid did not meet the City's bid requirements. I designated Utilities Director John Moss to serve as an independent hearing officer in this matter, since he has had no involvement in the bid of the project. The hearing was held this afternoon. At the conclusion of the hearing, Mr. Moss, in consultation with the City Attorney, has concluded that he needs added time to review the material associated with this matter and to consider the testimony provided during the administrative hearing: Therefore,I am recommending continuation of this item this evening. However, the award of the Foothill Bridge project is extremely time sensitive and should not be delayed more than one week. Therefore,I am proposing the following options for setting a special Council meeting: 1. Friday, May 21"at a time convenient to the City Council (e.g. 10:00 a.m. or 11:00 a.m.?). While I will be unavailable on this day due to a commitment to the City of Santa Maria, the City Attorney and other staff members are well versed in this matter and will be prepared to address the issues with the Council. 2. Tuesday, May 25`s either before or after the study session regarding Palm-Nipomo. The study session is scheduled from 11:30 a.m. to 1:30 p.m., with lunch provided at 11:30. Therefore,, the special session could beheld at perhaps 10:45 am. or 1:45 p.m. I will be seeking Council direction regarding these options under Item 2 of tonight's agenda. Whichever date is chosen, staff shall provide the results of the hearing and any follow-up recommendation at least 24 hours before a May 2L me ting and earlier, in the case of a May 25 meeting. +l � - COUNCIL RECEIVED J CDD DIR CAO CD DIR i ACRO FIRE CHIEF MAY -18 2004 ! ATTORNEY PW DIR CLERK'ORIG POLICE CHF Foothill Bridge continuation DEPT HEADS SLO CITY CLERK AEC DIR UTIL niR (3�"3/ RED FILE MEETING AGENDA ��i!iiiii���llilll�llll11°vl�llll y� m g� y� s-/Ir/o C0u1 cit 1 1 eMORA1 N g ITEM # �s2 cit ro` ;sin Gui§ oBis" o. ac�mimstrzton dutmE't`rtk, _ to .> �. > y iYf DATE: May 17, 2004 TO: City Council FROM: Ken Hampian, CAO SUBJECT: Foothill Bridge Award Attached is the agenda report to award a construction contract for the Foothill Bridge project to Whitaker Contractors. As mentioned in a communication last week, however, John Madonna Construction is protesting their disqualification and the proposed award to Whitaker(the agenda report explains why his bid was disqualified). Staff has offered an administrative meeting and review to hear the company's concerns tomorrow, May 18`x: If the company avails themselves of this procedure, staff will advise Council of the outcome via a"red-file" communication. 03UIL _ CDD DIR . 7 CAO L FIN DIR ACAO C FIRE CHIEF C] ATTORNEY C PW DIR 11 CLERK,ORIG POUCE CHF E' DEPT HEADS REO DIR ------ UTIL DIR - HR DI G:\Council Support&Corresp\CAO MemosToothill Bridge Award.DOC QI-3Z ntinued to Mayy25 , 2004 council Mm a ac,Enba Rcpopt. ,�N Bus . > CITY OF SAN LUIS OBISPO FROM: Michael D. McCluskey, Director of Public Works Prepared By: Barbara Lynch, Civil Engineer SUBJECT: FOOTHILL BRIDGE REPLACEMENT CAO RECOMMENDATION L Award the construction contract for the Foothill Bridge replacement to Whitaker Contractors in the amount of $4,198,283.90 per Specification No. 90197D and authorize the Mayor to execute an agreement with them. 2. Amend the project budget as follows to fund the contract award: $1,058,200 from federal bridge replacement funds (HBRR) and the transfer of$2644600 from completed and deleted capital improvement plan (CIP) projects in the Capital Outlay Fund. 3. Transfer the remaining balance from completed and deleted projects in the Capital Outlay Fund of$18,000 to the CIP Reserve. REPORT-IN-BRIEF On February 17, 2004, the Council authorized staff to advertise for bids for the Foothill Bridge, Replacement Project: Bids for the project were opened on May 4, 2004. Three bids were received. As.summarized below, all bids were over the Engineer's Estimate by over $1,000,000 and we recommend rejecting the low bid due to non-compliance with federal disadvantaged business requirements. The second low bidder was approximately$150,000 higher than the low bidder, and the high bidder was another$300,000 more than that. Bid summiuy John Madonna Construction(non-responsive) $4,053,422 Whitaker Contractors 4,198,284 R.Burke Construction 4,493,978 As discussed in greater detail below, these results produced two problems: determining the lowest responsible bidder and funding the increased cost over the engineer's estimate. We recommend rejecting the bid from John Madonna Construction as non-responsive; and funding the"non-grant" shortfall of$264,600 from completed and recommended deleted projects. DISCUSSION AwardDetermination Typically, construction contracts are awarded to the lowest bidder. The contract actually states that the award will be made to the lowest responsible bidder whose proposal complies with all the requirements prescribed. In the case of the Foothill Bridge, the project required the �1-33 Foothill Bridge Replacement Page 2 Contractor's proposal to include work equal to a minimum of 2% of the contract cost to be completed by Disadvantaged Business Enterprise (DBE) contractors. If the contractor was unable to meet that 2% goal, they must provide evidence of a good faith effort to meet the goal. Good faith effort documentation is then reviewed by the City to determine if indeed the appropriate level of effort was made. In lieu of having to submit DBE goal and good faith effort information at the time of the bid opening, bidders are allowed to submit their documentation to 4:00 P.M. on the fourth day following the bid opening,. This four day allowance is standard language used for federal contracts and is provided to the City by Caltrans. The low bidder turned their paperwork in about 10 minutes before the deadline. Their DBE paperwork showed.participation over the 2% goal; however when staff completed verification of the listed DBE's, one of them was not a certified DBE. This dropped the contractor's percent of DBE usage below the 2% goal. At the time the DBE paperwork for the low bidder was submitted, no documentation from the DBE contractors was submitted to confirm their intent to participate as.required, and no information was submitted to show a good faith effort had been made to obtain DBE contractors. The contractor to whom the City makes the award must show the goal was met or that a good faith effort was made to do so. Failure on the part of the City to follow these guidelines can mean the loss of federal funding. The low bidder turned in a new list of DBE's showing compliance with the goal; however, this revised DBE participation paperwork was submitted after the deadline and so does not comply with the requirements of the contract documents. The next lowest bidder obtained a 5.8% DBE usage and included copies of the quotes supplied by the.DBE's to confirm their intent to participate. Staff is recommending award to the second low bidder due to the low bidder's non-responsiveness to the requirements of the contract documents. Bid Evaluation: Why Is It So Much Higher Than Our Estimate? While this project is largely federally funded, the City still contributes a 20% match to the 80% federal funds. Staff undertook a review of the bids to determine where the largest discrepancies were between the Engineer's Estimate prepared by the consultants and the bids we received. Those numbers were compared to other bridge projects recently bid, and to bid item cost data for last .year, compiled by Caltrans. The Caltrans cost data is a compilation of standard highway work items average bid prices during the previous year. Staff identified those items that.were very high in all three bids for purposes of the comparison. The review resulted in identifying the main "culprits" in the bidding which drove the price beyond the Engineer's Estimate. The main contributors are the bridge concrete and steel and the disposal of contaminated soil from the excavation. Rock slope protection was also somewhat of a high cost item. Water fund related costs were below the Engineer's Estimate. Staff was made aware of the spiraling cost of steel after approval of the project for bidding. Informal discussion with contractors indicates the cost of steel is rising on a nearly daily,basis and is apparently the result of activity in China. The bid item for reinforcing steel accounts for about $250,000 of the cost difference, with another $100,000 in the bridge concrete. The pre- cast deck units are also higher than anticipated by about $60,000, most likely because of the steel they contain. Bids for the bridge concrete averaged 30% less than those prices bid for the Coon Creek Bridge project and 25% more than the price for a recently bid Paso Robles bridge project. �gr-3 Foothill Bridge Replacement Page 3 Comparing the price bid for reinforcing steel, the costs on the Foothill bids averaged 200% higher than both the Coon Creek and Paso Robles projects, both having bid openings in the latter part of April this year. The review also included a look at the items that were particularly high for any single contractor. This can provide indications if a particular bid is weighted too heavily to one item or another which could result in a higher project cost by going with the apparent low bidder. It can also identify bid proposals that weight the dollar costs more heavily toward items that are to be completed early on. After reviewing the bids, the most likely cause of the very high numbers presented below was the need to include the cost for temporary shoring within the other bid items. The designers agreed with staff's assessment that—this work may have been underestimated. Based on the bid analysis, it appears contractors may have been estimating as much as $500,000 for the temporary shoring. As mentioned above, the cost of disposal of hazardous materials was one of the items that was significantly higher than the Engineer's Estimate for all the bidders; however, the low bidder's price was $365,000 higher than the Engineer's Estimate and their unit price was two to three times higher than the other two bidders. The low bidder was also $550,000 higher than the Engineer's Estimate for roadway excavation, with the unit price being five to seven times higher than the other bidders. Mobilization costs in the low bidder's proposal were $240,000 less than the other bidders, which could be an indication that mobilization costs have been spread into unit costs. In the case of the existing culvert removals, the highest bidder's proposal was, on average, $550,000 higher than the Engineer's Estimate. Staff is assuming that this reflects the costs of the temporary shoring'. This would make sense because the temporary shoring would be needed for the,culvert removal. The second low bidder's costs were generally either in line with other bidders or the Engineer's Estimate. Comparison of a sample of the bid items to the Caltrans,cost data revealed that about 50% of the items had an Engineer's Estimate below the average bid experienced by the State and the remaining 50% were either at or above the State's average. Substituting Caltrans average costs for the Engineer's Estimate figures results in a difference of about$200,000. In other words, had the design consultant relied on Caltrans data to generate their estimate for the large bridge items, the bids would still have been over the estimate by$800,000. Summary. The conclusion is that costs are generally higher for construction than anticipated by the designers and that those costs are spread throughout the project. While other factors are involved, key drivers were steel and concrete for the bridge deck, disposal of contaminated soil from the excavation, rock slope protection and temporary shoring. Foothill Bridge Replacement Page 4 FISCAL IMPACT The follow summarizes current and proposed project costs and funding sources for the construction portion of the project. As reflected in this summary, we will need to fund an additional $264,600 from the General Fund. As with the Damon Garcia project, the CAO has directed that staff identify ways to fund such costs from existing projects rather than recommending use of the General Fund Reserve. This is because the CAO recommends "protecting" the reserve for use in coping with the significant fiscal challenges expected over the next two years given more losses to the State, Mardi Gras costs and other anticipated revenue and cost difficulties. We recommend funding the additional Foothill project costs with transfers from completed CEP projects along with selected projects recommended for deletion at this time. As discussed below, recommended "close-outs" total $282,600. After funding the Foothill Bridge shortfall, we recommend transferring the balance of$18,000 to the CIP Reserve. Construction Cost Summary Current Proposed Variance Construction 3,000,000 4,198,300 1,198,300 Contingencies 300,000 424,500 124,500 Total $ 3,300,000 $ 4,622,800 $ 1,322,800 Construction Funding Summary Current Proposed Variance Capital Outlay Fund 3,247,200 4,570,000 1,322,800 HBRR Grant 2,597,800 1 3,656,0001 1,058,200 General Fund 649,4001 914,0001 264,600 Water Fund 52,800 52,800 0 HBRR Grant 42,200 42,200 0 Water Revenues 10,600 10,600 0 Total $ 3,300,000 $ 4,622,800 $ 1,322,800 Funding Sources CIP Review Committee Evaluation:Fiscal Status of Current CIP Projects As part of the City's regular budget preparation process, we take a close look at the fiscal status of all current CIP projects in order to surface funding that may be available in funding other operating or capital needs. This review has two components: 1. Projects that have been completed, all costs have been charged and they are under budget. In this case, there are no policy or fiscal impacts associated with closing the projects and "unlocking" the remaining budget balances for other purposes. This is the "low hanging fruit" in the budget review process. 'raj--3 Foothill Bridge Replacement Page 5 2. Projects that have not yet been initiated, funds are uncommitted and should be reconsidered for funding given higher priorities since they were approved. Deleting "lagging"projects is a tougher call. After detailed review by the CIP Review Committee and the Budget Review Team, the CAO typically makes recommendations to the Council regarding deletion of projects as appropriate as part of the Preliminary Budget. For projects in the first category, this is largely a technical and analytical exercise to ensure that all costs.have in fact been paid, and that there are no outstanding encumbrances or other fiscal commitments. As such, there are no policy impacts associated with this review. However, as noted above, this is not the case for projects in the second category: deleting previously approved projects is solely a Council decision to make, and is typically surfaced as part of the budget process. For these reasons, the CIP Review Committee had already been tasked with performing this review as part of the 2004-05 budget process. The initial results of this effort were presented to the Council on May 4, 2004 as part of the report on the Damon-Garcia sports fields funding shortfall. At that time, we identified $241,600 in funding that could be made available from completed projects, which the Council allocated as follows: 1. $200,000 to the Damon-Garcia sports fields project. 2. $41,600 to the CIP.Reserve, which had no funding at the time, in better positioning us for the 2004-05 budget process. (Note: The May 4, 2004 report incorrectly showed a.slightly higher number of$45,200 due to a mathematical error.) As noted in the May 4, 2004 report, given the need to identify funding options for the Damon- Garcia sports fields, the CIP Review Committee "fast-tracked" its review of the "completed" projects category. However; there were several completed projects where more research was needed to confirm that all costs have been paid before closing current budget balances; and the Committee needed more time to complete its review of lagging projects. This subsequent analysis is now completed, and the following summarizes the CIP Review Committee's findings and recommendations for CIP project balances that should be closed and made available for other purposes: Foothill Bridge Replacement Page 6 Supplemental CIP Fiscal Status Review Summary Project Expended/ Balance Budget Encumbered Remaining Completed C)P Projects 115,480 Laguna Hills Park 188,100 185,588 2,512 Tree Maintenance: South Higuera 32,000 24,249 7,751 New Sidewalk Construction 220,000 208,095 11,905 Creekwalk Public Art 20,600 17,182 3,418 Railroad Multi-Modal Transportation Center(1) 744,700 -- 670,768 73,932 Downtown Transfer Center(1) 130,000 114,038 15,962 Recommended Deletions 167,128 Laguna Lake Park(2) 67,058 40,000 27,058 Records Management System 123,973 41,303 82,670 Public Art 57,400 - 57,400 Total $ 282,608 1. Only reflects General Fund share of project costs:there were also significant grant funds. 2. $40,000 designated for log barrier replacement. As noted above, projects in the "completed" category are relatively straightforward: since the project is completed, there are no policy impacts associated with closing project balances and making them available for other purposes. The following summarizes the status of the three projects that are not completed,but we recommend closing their budget balances at this time: 1. Laguna Lake Park. The original budget workscope envisioned making "simple" improvements that would not be affected by future dredging plans or require Army Corps approval. At this point, based on improvements already made and the planned replacement of log barriers, there are no "simple" improvement projects remaining that can be designed and built in the near future. 2. Records Management System. Given other priorities, and in light of our plans to implement improvements in the near future in our internal network that will make finding electronic documents easier (which will meet many - but not all - of the record management needs that this project was intended to address), we recommend deleting the remaining budget for this project. 3. Public Art. On October 21, 2003, the Council approved "project-specific" public art funding based on 2003-05 Financial Plan allocations ($43,100 over two years) and developer in-lieu contributions ($58,900). Including prior year allocations, the following summarizes the funding status of public art projects: 3�' Foothill Bridge Replacement Page 7 Project Budget Continued Funding Recommended 135,000 Mitchell Park 12,900 Railroad Museum Roundabout 19,000 Marsh Street Fountain 40,000 Damon-Garcia Sports Fields 40,000 Therapy Pool 23,100 Recommended Deletions 57,400 Santa Rosa Park 18,500 Laguna Lake Park 10,000 Police Station 18,900 Sinsheimer Park 10,000 Total $ 192,400 As reflected above, there is $192,400 available in public art funding that is not yet formally committed. Of this amount, we recommend retaining$135,000 for the following reasons: ■ Mitchell Park. The artwork has already been selected and a formal contract will be coming forward soon. Given the significant work that has been invested to-date, we recommend going forward with this project. ■ Railroad Museum Roundabout. Again, we have already invested significant work on this to-date, and are ready to issue a formal request for proposals. Moreover, this is an excellent, highly visible location for public art, at a site where significant public improvements were recently made. ■ Marsh Street Fountain. This is a major entrance to the City and a highly visible location. ■ Damon-Garcia Sports Fields and Therapy Pool. These are also highly visible locations that tie to major City improvement projects. ■ Developer In-Lieu Contributions. Of the $135,000 we recommend retaining, $58,900 is funded from developer in-lieu contributions: only $76,100 represents General Fund resources. We recommend closing balances for the other four projects (totaling $57,400) in light of other City priorities, and the fact that from a workload perspective, we are not likely to make any progress on these projects in the coming year any way. Summary of CIP Fiscal Status Review As part of its evaluation, the CIP Review Committee has identified $524,200 in CIP project balances that should be closed and made available for other purposes as follows: 1. $200,000 to the Damon-Garcia sports fields (approved by the Council on May 4, 2004). i Foothill Bridge Replacement Page 8 2. $264,600 to the Foothill Bridge replacement project. 3. $59,600 to the CIP Reserve in better positioning us for the 2004-05 budget process ($41,600 from the May 4, 2004 review and another$18,000 from this one). Grant Funding Approval Staff has already notified CalTrans, who administers the funding for the federal bridge program, of the increased costs. We will submit an increased cost request with an analysis of the bids to receive the funding authorization. We do not expect any difficulties in being awarded the supplemental funding of$1,058,200. Potential Cost Reductions 1. Sale of the Temporary Bridges. Staff has been working with the California Men'-,9:C6 lony to sell them one of the temporary vehicle bridges at the site. The City paid $98,000 for each of the two bridges. Negotiations are underway with CMC to recoup that cost. The other bridge is already slated for use at the golf course, where, in an emergency, it could be removed to a needed site within the City. The pedestrian bridge was purchased with the grant money for the Montalban Bicycle Bridge project currently under design and so will be used there. 2. Completing the Project in One Year. The other possible cost savings would be if the contractor should determine that it is able to complete the project in a single year and proposes a cost savings incentive to the City. Under this program, outlined in the contract documents, a contractor can propose an alternative way to complete the project. The cost savings is then shared evenly between the City and the contractor. This provides an incentive to the contractor as well as cost savings for the City. We should know the status of this option in about three weeks; and if we go forward with it, we will amend the contract as a project change order. Potential Cost Increases There are two known risks for increased costs in this project: 1. Contamination. The contamination is not of a"pipeline" type and so we anticipate it will be localized. There is believed to be a very old Union Oil line in the vicinity. Staff has notified. the current owner and they have agreed to cooperate. If any City funds are spent on this activity, we would expect to recover them. 2. Archeological. The only other potential area for cost increases that staff is currently aware of is the discovery of archeological materials. If the find is significant, it could delay the project, which would likely drive up the cost. Foothill Bridge Replacement Page 9 CONCURRENCES The Director of Finance & Information Technology and the CIP Review Committee concur with this recommendation. ALTERNATIVES 1. Reject Bids and Re-Bid This Year. The City has the option to reject all the bids and rebid the project: Rebidding this year would delay the project into at least July 2004. Steel prices would probably still be high and we would have lost a month of construction time in the creek, which would, probably drive the construction costs higher.or put us at risk for the project to need.a third construction season. That in turn could trigger additional.mitigation requirements from regulatory agencies as happened on the Higuera Bridge project., 2. Reject Bids and Re-Bid Next Year. We could delay rebidding until next year in the hopes ahat,steel prices will come down and the general bidding climate would bd;more favorable for the City. A delay such as this will require revisions to the City's.regulatory permits issued for the project. . It also impacts the acquisition settlements underway. Certain property owners impacted by the construction have already put into motion certain activities to accommodate the effect of the project on their property. Costs are incurred and most likely, those property owners will want the City to pay those costs. Even if the City were able to defend against such a claim, money would be spent in our defense. We do not believe that the City has a lot, if anything,. to gain by delaying the award of this project. ATTACHMENTS Attachment 1 Bid Detail Attachment 2- Agreement g:\_current projects\bridges\90147 foothill_stenner btidge\_documents\1-staff mports\90197d awa.doc y/ C J 09 F Q. J w 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p 0 0 0 0 0 0 0 0 0 0 0 0 � U O Cl O O O O O O O O o 0 C. 0 0 0 0 Cl 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 O O pp O O O O O O O O O O O O O O O O O O C O p p O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1� O O O w 0 0 0 0 0 0 w O O O N 0 0 0 Cl 0 0 0 0 CO. O O O O o U 0 0 0 o O N O V O 1- N O O w O Vm o 0 0 0 O 1- aD N N o O N r � N. O � On N O M NW- cfi c7 N Q' co co O 1� EA 60 U') N. UL ff? N N CO 1, fR FR O N 1\ M lA C7 N C7 r V> fA N to , � V> r N H-7 Q fA E9 fA f9 6% fA ff3 f% WT 6% fA 69 fR d9 V3. 69 69 fA 69 fA fA d9 r, U o n E =' w O o o p o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 < U 022 o 0 0 0 0 0 0 0 o p o p o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 CD � ¢ o0000000000000000c' ccuil� 000000CDLnCDCDC3oCDoo O N m O O O p O O O O o O r O p O 0 O O O N c7 O O O w O O O O U) O 47 G O O N ` 4 j d O O O If1 +- O O O Co O r p 0 CC) CO 0 0 0 O Co N N N N r w m V U') O O O MJ O 1— r r N l00 r r N C00 r N N r co� r CO C7 r r T O C fa 2 [n J w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p 0 0 Cl 0 0 O F U O O O O o 0 O. O O O O O O O O O O O O p Op O O O O O O O O O O O O O O O O - a. S 407 O S p `D S O O O O O O O O O O O Cp0 0 � 0 61 W 0 0 0 0 0 0 0 0 � too p p Op p C'1 n' O co N co O co O O U'> N O O O 1� O O O m 00 N O O 'r O V. m �' O � r O p p O N FA ff! Co 1� N w 0 L O O co co lA O 4J O v 0 to O O L r 00 1z M) C.`7 1� CO O M r co Q fR fA �'It CMf9 fH � d9 U UO f9 69 y W! fH O_ EA E9 fJj fA r b9 � m o mi-- w o 1C, 0 0 0 0 0 0 o ICD o 0 o g p o p p o 0 0 0 0 0 0 ic) 0 0 0 0 0 o p 0 p U L' 0 0 0 0 0 0 0 o p o g o p p o O o 0 wUU 0 0 0 0 0 o p p o 0 0 0 0 0 0 0 CD O O O O f� O p 0 0 0 r O O O 0 0 O O co O 1. 0 0 0 0 0 0 lti lf! 0 C. 0 0 0 0 0 O N y` as z C OO pp c = d 0 m O co O O co O O CL p 0 COo 1� O O O r Cl) O cD O O Co 0 ^ 00 t0 00 ^ O O O 47 .O„ R r N N to O L[) CA Co O N m O cc) O Ln r r cm Co O V � Co 47 N N W 0 0 0 O O O O S O S S O 0 0 0 0 0 0 0 `-' S O O O O O O O S O 0 0 0 0 ZY 0 0 0 0 0 0 0 0 0 U O o 0 0 0 0 0 0 0 O O O o O O O O O w O O O O cO 0 0 0 0 0 L6 0 0 0 N O ¢ p O O O O lf] O pp O O oO O p O CO 0 0 0 0 0 r O w rl O O Q O O r fo Cl t` 1_ d 0 at -c► C " co 0 0 0 0 0 0 0 0 t, O O o 0 00 "Cr O w S n C7 00 00 N O O O 4] 47. O N O to - n ((po co N cn CO r N m CA cq IA O Ch 00 l^7 C`7 to r OQ N r C7 CA cc) cp C7 r r Z O U N(A fH 69 C� r� 69 Hi EA N� N� tt} U9 N� N� � � 6M9 f9 y � lf! KJ f9 E9 6H r� GH m U o tQH o Cy i C F W O O O O g O 0 0 0 0 0 C. 0 0 0 0 0 0 0 0 coo 0 0 0 0 0 'D 0 p 0 0 0 0 0 0 0 O O U O O O O0 0 Cl 0 0 0 0 0 '05Ca y Z O p O 0 0 0 0 0 Ln 0 0 0 0 0 0 0 0 IC6 �0 0 0 p O 10 49 cn 9 O O c0 O O o N '> > ¢ O O O O O 4) O pp O O O O O O 4I O O O c7 O u7 O Of 1� CO (o I� p O CO 1- C17 O o d 0 0 O 00 N O O O O O r 0 0 4) 1, O O O r O CO ch a} Q n C'7 Q C17 C1Y N d L N R N C N In to V N N co N N co mC'7 N Ch Cal ¢ O � pp pp Cc�� p pp Q V 0 0 0 0 0 S S O O S O O O CD O 0 O S O O O S O S O O O O O O O O O O O O O OJ H - pp 0 pp O O ppQ O O pp 0 0p 0 O O O O O p Op O O O ppO O 0 0 0 0 0 0 0 0 0 op O 0 O ¢ O O O p O C.� 0 0 0 0 0 S O c, 0 0 0 0 N a0D 0 0 0 0 U.) IT S C> 000 O co S Or 4I CD CO Cc F d Co O 00 Oo Q O O O O N O N N Co IO O O 4] O Cr Co OD Cr Cr 117 O N C'7 O N OD w N w w C6 r� ; zf rz 4 co O fA fA Co N O e� N r 6% V3. W N N E9 i� N fn M 69 r fR to f/? EA fA fA f9 fH W3) , ff! EA f9 fA fH ff3 df ffi 3 0 a cn F W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o p o 0 0 0 0 0 0 0 0 CD, p o 0 0 0 p o 0 E ¢ w v o 0 0 0 0 0 0 Cl 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 M W Z - O O Cn O O O O O O O O O C O cm Co Ul O O G O O to O O O O O O O O O pp u7 R O O p c0 O lA O O p N N op O O m V w 1� p CO U') cs u7 O Q Z a 0 0 c0 (� O O O O 0 S O. 4) O O O S. O r" 00 cp Q S y r cp t!j n E C> uioolOCD ccao c.io4ro or rCj vC ZCl N 4) V N r r r U') N N W W W F W 0 O W p r r r r cOpV r r N r r r r I CD to r Cl) Lo r Q N N N Op r N O } 0 Z J J O Q �' J J J J J J J W J J J J J W W W W z �J-� w � � m rn E m CD m s z c .� °' S CO cm a Q _ T CL OF o m c � '� 0 m C m c m y 0 o m ¢ o C agi a-Ei m c m aEi o E o co CL m c$ Q m w, m m a OL N U W .y n- n g E o y m °> € N ca [b E - ._ r y U) m m Cl) H y a E o m > m U - m °' m m cc 3 = °' m °° cmi O m d >,m p a E a n- -p =. co m U 0 o m 1CM107: m m �m c 1a U m �cnnn to cn N Y m ? min Q W o E > x y a> o of �' 0 a cZ a � 2 n 2 � C3 u m w a _ ad, o E a, y 2 w m = F 3 2 m E Q aUC U � � cof:? w 6 m m m m U E d Q ¢ V U �a ¢ ° U cza d ¢ a R a> m E m o o � � � � g C>_ U ca m � o m o � v o d as EE rL 'o E E E0 CD U 0 C N N N N N C r O E C E E � E ca O �.. E EYo m m m m w o m m o E m Uaa) � Domo y m 0 N m U 2 2 2 2 C= F W 11 H U F- H LZ U 2 U IL _ U W c7 N F- U Q Cl C= v m r U-p 'o r N cn V 4f CO t� m O O r N c7 V CC-) (0 1� aD O OcoV M Co f- 00 O ON (� C' In tD r CV N N N N N N N CJ C7 C) C'7 C7 um, P7 N N N b9 mzn 74 r. a 0 0 0 0 0 0 0 o O g o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o g O o 0 0 0 0 0q 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 0 0 0 0 0 0 0 0 LO O 6 0 0 0 O W W M N W O tD tD 0 0 0 0 C� 0 0 0 C7 0 0 0 0 0 0 C5 0 0 0 0 0 0 0 c0 Q O Ln Ln W M r 0 CD N_ I, O O O O to co O O O W O O O W Ln LO LO O O N O O O M Q O r r, Q M m LO Il N !A V) CO N N Ln f!1 LC) Q to LO W N n O m N O CD Q +- N r r O N N m r N 0 m CO M M r- � N � 69 Vf H! V3 CI N M I-' m m 0 m W r O N 0 CO O m lA O r n N In M N EA 69 (A 69 EA u) In r CO CO W Ln M N N W Ln N 69 to LO M 69 69 r r E9 1 NN N V3 fi) M CA EH % 69 d9 d9 69 69 N IT 4) W3. 69 69 69 to b9 6c> 0 00 0 0 0 0 0 0 0 0 O' 0 0 0 0 0 0 0 0 0 0 CD0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Cl 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c0 0 0 0 0 0 0 0 0 0 0 0 O O O O O 6 O R CO T N N C r r C 6 0 0 0 0 0 0 0 0 0 0 '.T LA LC) 0 0 0 r-.: OD 0 0 0 0 Ln T N W O In Ln O N N V) r N Cl O M 0 0 0 t0 N T r 0 N O M co O N r r N u9 t� r In r m n O. W W Cn N r r N m N T M T O LO LO N O O O O O O O O O O O O O O O pp 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O o O O 0 Cl 0 0O 0 0 0 O 0 0 O O 0 O O 0 O_ O LO 0 0 0 0 0 0 0 Q O m O O V' to O O u7 O Cn W CD O CO CO x 0 0 0 uj O CD LO O N Cj O pO O M O C D Ln O W Lf) O O M OC)N N O W W M r (— O W m In tH CD O W Lo O O 1% N M O in p m n u) O LnO m N w O W r to m N CD I, t7 Q M t0 co m O Ln W N f, O W f, r W O Q w Q W O I- co co Q M O N O m N U 6% N 69C6 69 M to M CA CD C7 co CO W CD O m O r N N r CD N N Q u) N O Co- ,r VJ E9 d9 69 V> EH d9 m n N I,- W Q I� t` r, 69 N 69 6W9 69 69 d9 6% V3 O m 69 6eEA 69 N� � EA V3. � 69 � � bM9 M r pp pp oo pp E9 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m p. p O N 0 Cl 0 0 C07 O O O M tq O O Ln Ln Lt') W W W W (O W T m O Ln C7 O Cl Ln m CD O O Q LO O O O W N W M, O O copp O LO Cn r m O n M Ln � c0 n T c0 to W r r' r r r r O m r N M O Cl (M M 0 0 0 0 0 Cl 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o m o W Ln O O m W 0 0 0 0 0 0 0 0 0 0 0 0 0 g (D o 0 0 0 0 0 0 o M to W CO O O O O CV u) I� OD Ln m O CD CD O O O O O CD 0 0 0 g 0 ui 0 0 0 0 0 0 C! CD O N I, u) W CD m m I- M M W M O_ Q bW9 S O Ln O Q to r� W W O c0 LO CO w O Ln LO O O w w O N .. O to f, 1._ M W r 69 Vi C7 N a W W Ln N Q m f, T O O Q O W r r N W R Q W r Co Q O Q M N cF N EA O t0 CO M co- co- Co 1,- co- CDIl- t0 O m O M V N CO N Ln C'7 Z N fA Vi fR t9 M Cy9 r I� W W In M COW N. aQ� r CCDD cC�7 69 V3 fA V) V) 69 to dM9 E19 Vi fH E9 MfA V> 69 9 EA 69 to V3 69 (� 69 O CD N C. 0 Cl 0 0 0 0 OM O co CCD On- O COO '* w O O O O O O O O O O O O LOO O COn O O O U.) O O O O O 0 0 0 C. 0 0 0 uY W I� O O O O M u) O r N vi O O pp N gp m 0 0 0 0 0 0 0 O' Q uI Cp O O O N g ILTIgI W m M O Q CO r O CCpp t0 M M W CO CD Ln r T r T O!� Ln O T Q OLOp pp pp pp p N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O. 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O Cl OOi 0 0 0 0 0 0 0 0 0 0 Cn Q O O O CD O S C M Cl O O M T Q w Q Q 0 m CCS O G CD C7 0 CD O Cl 6 L6 C Co pp G O O O O O C O r r O N Ln N r 0 0 0 0 w O � O O W O W M Ln O Ln O LO T O W M N O O fA G9 tH � r69 O r' CO O Q O LO Q Q M O C, r M N N LO I� r O W C r O r M Q T C'7 Q lA r Q CV M O r O M W O O W O LO Ln 6rD CO C cn m fA EA A ' 69 Q W Q 'R m 1� m Q Cn M EH O N M fR fH EA Cfi 69 lb% to r(tJ L l 6r9 d g Tt {{� &B.r(fl 6 9 6 9 C V69 m N t!> 0 0 0 C� o g o 0 o CD o CD 0 0 0 0 0 Co 0 0 0 0 0 $ 0 0 0 to o o CD 0 0 0 0 0 0 0 0 00000 0000LncDlnlnu> 00000000 000c� 0000OoLn00000 0 0 0 0 Ln O O O O r T N r r g L6 Lfl O O O O O O O O T Mid O LA O M Cn O O C 00 O u) W N u) CO Q r O lC7 T to r LOO � O Q C LO W M N tO M T N cn Q CCDD M M m N F W O M N r r M N 1� r 0 Lo olu.)Inl C07 n T W N Cl) W W O co N LO N O o r0 W B O O W T r CO r Ln N r N r M Q M M OW M r e9 W N r Q M M N } Q d g cm co co mC ID y E a m m o ¢ H 0 � ¢ m p € @ x 0 0 0 0 €CD rn 3 m N O vat. m U) ctt CL m m F a m € Cl) O = c m ¢ c m n m 'a ety 3 ~ ~ m y L 1- F- F- m m m rn o c m m m o -c c .rn H tm O c m a c_ cC%i ¢co 0) ma �_ tL m ¢ to ¢ s m o c ymUDU m o o C,3 CcmNNMMM pmt- o 9_ U U Uin r C m � � CTm J cm U U U y N N rL Yc .0.. CO R .Y .0.. C[� x x ca N O- O O O U 1- m m g O T ¢ CE4 C C C C C ¢ to to m m N d N m L' W W m �- U U U i Y C71 C F U U L m Cc - C Z O O O O C C 0 0 0 m [] O F- C .0� O C 'C - O o co m m a u d to m m a 0 m —at°i u F � o a a y a U U U m c c c E E m m m m m m > > > to y v to oto U li E d co 0 c c c m € w m m m 'c rc •c c c c 2 2 2 2 2 2 o a m �U-' tan tin vii tan g o m o } m rC H l a a w to in in w in IL Cn Cn fn tL Cn to [n LL W m o a� ¢ ¢ Q v`� U I- U H i I� aD m 0 N M Q tO CO I� CD m O N M L CD !� m m 0 N M �Q{ N CO t� cD m 0 N M Q LC'Y U a CO CO CO Q Q Q Q Q Q t} Q Q Q Ln L; Ln W n Ln U-) Ln Ln Ln CD CD CD CD CD t0 CO CO CO CD n r n / P l�h Attachment CITY OF SAN LUIS OBISPO CALIFORNIA AGREEMENT THIS AGREEMENT, made on this day of 20_,by and between the City of San Luis Obispo, a municipal corporation and charter city,San Luis Obispo County,California(hereinafter called the Owner)and Whitaker Contractors Inc.(hereinafter called the Contractor). WITNESSETH: That the Owner and the Contractor for the consideration stated herein agree as follows: ARTICLE 1, SCOPE OF WORK: The Contractor shall perform everything required to be performed, shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to complete all the work of construction of FOOTHILL BOULEVARD BRIDGE REPLACEMENT,SPEC NO.90197D in strict accordance with the plans and specifications therefor,including any and all Addenda,adopted by the Owner, in strict compliance with the Contract Documents hereinafter enumerated. It is agreed that said labor, materials, tools, equipment, and services shall be furnished and said work performed and completed under the direction and supervision and subject to the approval of the Owner or its authorized representatives. ARTICLE II, CONTRACT PRICE: The Owner shall pay the Contractor as full consideration for the faithful performance of this Contract,subject to any additions or deductions as provided in the Contract Documents,the contract prices as follows: Relevant P-F-S SP Unit of Estimated Item Price Total Item No. Mote 1 Section Item Measure Ouanti in figures) in figures) 1 4-1.04 CONTRACT SUSPENSION LS 1 24000.00 $24,000.00 HAZARDOUS MATERIAL--HEALTH AND 2 5-1.09 SAFETY PLAN PREPARATION LS 1 1850.00 1,850.00 HAZARDOUS MATERIAL,-PRELIMINARY 3 5-1.09 SITE MONITORING DAY R 650.00 $5,200.00 HAZARDOUS MATERIAL--HEALTH AND 4 5-1.09 SAFETY PLAN IMPLEMENTATION DAY 8 2350.00 $18,800.00- HAZARDOUS 18 800.00_HAZARDOUS MATERIAL--DISPOSAL OF 5 5-1.09 CONTAMINATED.MATERIAL M3 1520 97.00 $147.440.00 6 5-1.20 OFFICE TRAILER FOR ENGINEER LS_. 1 22000.00 M.000.00 7 10-1.11 TEMPORARY CREEK DIVERSION LS 1 26600.00 $26,600.00 5-1.16 8 F 10-1.08 ENVIRONMENTAL COMPLIANCE LS 1- 40000.00 $40.000.00 5-1.16 PREPARE WATER POLLUTION CONTROL 9 F ]0-1.09 PROGRAM LS. - t. 25000.00 $25,000.00 10 F 10-1.09. WATER POLLUTION CONTROL LS 1 9500.00. $9,500.00 1 I F 10-1.19 TEMPORARY RAILING PE K M 200 41.00 $8.20000. 12- S 10-1.13 CONSTRUCTION AREA SIGNS LS 1 .. 46000.0 6 OOD.00 10-1.15 13 1 S 1 10-1.16 1 TRAFFIC CONTROL SYSTEM LS 1 1 76000.00 76 000.00 c/ A'tachment 2--- Relevant Relevant P-F-S SP Unit of Estimated Item Price Total Item No. Note 1 Section Item Measure Ouantity (in figures) in figures) 14 S 10-1.20 TEMPORARY CRASH CUSHION MODULE EA 2 $5,000.00 15 10-1.27 REMOVE AND RELOCATE BUS SHELTER LS 1 3700.00 $3,700.00 5-1.15 16 F 10-1.23 BRIDGE REMOVAL CMP CULVERT) LS 1 150000.00 $150.000.00 5-1.15 REMOVE AND SALVAGE TEMPORARY 17 10-1.24 BRIDGES LS 1 25000.00 $25,000.00 5-1.15 18 10-1.21 CLEARING AND GRUBBING LS 1 20000.00 $20,000.00 19 10-1.28 . ROADWAY EXCAVATION M3 5100 18.50 $94.350.00 20 10-128 IMPORTED BORROW M3 1600 30.50 $48,800.00 21 S 10-1.29 EROSION CONTROL E D M2 610 7.00 $4,270.00 22 10-1.30 PLANTING LS 1 45000.00 $45.000.00 23 10-1.30 STREET TREE EA . . 13 650.00 $8,450.60 24 10-1.30 ESTABLISHMENT&MAINTENANCE EA 10 _ 1000.00 $10,000.00 25 P 10-1.50 350mm DUCTILE IRON PIPE.WATER MAIN M 59 600.00 $35,400.00 26 10-1.50 1 25mm AIR RELEASE VALVE ASSEMBLY EA 1 1000.00 $1.000.00 27 10-1.50 TEMPORARY BLOWOFF ASSEMBLY EA 4 2100.00 $8,400.00 28 I0-1.32 CLASS 2 AGGREGATE BASE M3 280 135.00 $37,800.00 29 10-1.33 ASPHALT CONCRETE E B TONNE 1240 85.00 $105,400.00 30 1 F 10-1.34 1 CONCRETE PAVEMENT BUS PAD M3 20 650.00 13 000.00 REMOVE AND RELOCATE MASONRY 31 10-1.25 BLOCK WALL M 8 980.00 $7,840.00 450mm RCP(CLASS III,RUBBER GASKET 32 P 10-1.51 JOI M 1-1- 470.00 $5,170.00 900mm RCP(CLASS III RUBBER GASKET 33 _P 10-1.51_ JOINT) M 14 490.00 $6.860.00 1200mm PRECAST CONCRETE PIPE 34 P 10-1.51 MANHOLE EA 1 3000.00 $3,000.00 35 P 10-1.51 CATCH BASIN EA 2 5500.00 $11,000.00 36 F 10-1.49 MINOR CONCRETE BUS SHELTER PAD M2 6 650.00 $3,900.00 MINOR CONCRETE(CURB,GUTTER,AND 37 F 10-1.49 SIDEWALK) M 107 100.00 $10,700.00 38 F 10-1.49 MINOR CONCRETE DRIVEWAY M2 31- 600.00 $18.600.09 39 F 10-1.49 MINOR CONCRETE CURB M 28 83.00 $2,324.00 40 P-S 10-1.52 METAL BEAM GUARD RAILING M 19 275.00 $5,225.00 TERMINAL ANCHOR ASSEMBLY(TYPE 41 . P-S 10-1.52 _S EA 1 1600.00. 1 $1.600.00 42 P-S 10-1.52. TERMINAL,SECTION PE.B EA 1 760.00 $760.00 43 P-S 10-1.52 TERMINAL SECTION PE C EA 3 795.00 $2,385.00 44 S 10-1.53 THERMOPLASTIC PAVEMENT MARKING M2 22 65.00 $143000 -2- �3 A techment.� Relevant P-F-S SP Unit of Estimated Item Price Total Item No. (Notel) Section Item Measure Quantity (in fi res in fi res 45 S 10-1.54 .PAINT PAVEMENT MARKING M2 7 45.00 $315.OD THERMOPLASTIC TRAFFIC.STRIPE 46 S 10-1.53 DETAIL 9 M 613 6.00 $3.678.00 THERMOPLASTIC TRAFFIC STRIPE 47 S 10-1.53 DETAIL.22 M 101 6.00 $606.00 THERMOPLASTIC TRAFFIC STRIPE 48 S 10-1.53 DETAIL 32 M 1 134 6.00 $804.00 THERMOPLASTIC TRAFFIC STRIPE 49 S 10-1.53 DETAIL 38 M-- 30 6.00 $180.00 THERMOPLASTIC TRAFFIC STRIPE 50 S 10-1.53 DETAIL 39 M 516 6.00 $3,096.00 THERMOPLASTIC TRAFFIC STRIPE 51 S 10-1.53 DETAIL 39A, M 76 6.00 $456.00 52 14-FR-15 FEDERAL TRAINEES LS 1 1.00 $1.00 53 F 10-1.28 STRUCTURE EXCAVATION BRIDGE M3 2620 38.00 $99,560.00 54 F 10-128 STRUCTURE EXCAVATION PED M3 1280 60.00 $76,800.00 55 F 10-1.28 STRUCTURE BACKFILL BRIDGE M3 2350 95.00 $223,250.00 56 P 10-1.35 FURNISH STEELPILING HP 310X125 M 635 113.00 $71,755.00 57 S 10-1.35 DRIVE STEEL PILING(HP 310X125) EA 184 2000.00 $368,000.00 STRUCTURAL CONCRETE, 58 F 10-1.38 BRIDGE FOOTING M3 301 800.00 $240,800.00 59 F 10-1.38 STRUCTURAL CONCRETE BRIDGE M3 489 975.00 $476.775.00 STRUCTURAL CONCRETE,RETAINING 60 F 10-1.38 WALL M3 312 885.00 J276.120.00 FURNISH PRECAST PRESTRESSED 61 P-F 10-1.37 CONCRETE SLABS PE SIV M2 352 616.00 $216,832.00 ERECT PRECAST PRESTRESSED 62 S I0-1.37 CONCRETE DECK UNITS EA 1 20 3500.00 S70,000.00, 63 S 10-1.40 JOINT SEAL PE A M 63 150.00 $9.450.00 64 P-F-S 10-1.41 BAR REINFORCING.STEEL BRIDGE KG 80100 4.00 $320,400.00 65 5 10-1.42 1 DECK SEAL M2 310 135.00 $41,850.00 66 P-F-S 10-1.43 MISCELLANEOUS METAL BRIDGE KG 1010 12.35 $12,473.50 ROCK SLOPE PROTECTION(I TON, 67 1 10-1.47 METHOD A) M3 365 90.00 $32.850.00 ROCK SLOPE PROTECTION(1/4 TON, 68 10-1.47 METHOD.B)__ M3 810 100.00 81 000.00 CONCRETED-ROCK SLOPE PROTECTION 69 10-1.47 1/4TON METHOD.A M3 275 170.00 $46,750.00 70 ._10-1.47 ROCK SLOPE PROTECTION FABRIC M2 1460 $12.045.00 71 10-1.48 STREAMBED AGGREGATE GRAVEL M3 400._ 32.00 $52,800.00 72 F 10-1.44 CONCRETE BARRIER PE 26 M 31 158.00 $4,898.00 73 P-F-S 10-1.46 TUBULAR HANDRAILING M 31 175.00 5,425.00 [3 i-S/ly 3 ' � 1 Attachment Relevant P-F-S SP Unit of Estimated Item Price Total Item No. Note 1 Section Item Measure Ouantitv (in fi res in 6 res 74 F 10-1.45 CABLE RAILING M 28 84.30 $2,360.40 75 1 10-1.06 MOBILIZATION @ 10% . LS 1 300000.00 $300,000.00 (Note 1) P-Denotes Partial Pay;F-Denotes Final Pay;S-Denotes Specialty Item BID TOTAL:,%4_199,283-90 Payments are to bemade to the Contractor in accordance with and subject to the provisions embodied in the documents made a part of this Contract - Should any dispute arise respecting the true value of any work omitted, or of any extra work which the Contractor may be required to do,or respecting the size of any payment to the Contractor,during the performance of this Contract,said dispute shall be decided by the Owner and its decision shall be final,and conclusive. ARTICLE III,COMPONENT PARTS OF THIS CONTRACT: The Contract consists of the following documents, all of which are as fully a part thereof as if herein set out in full,and if.not attached,as if hereto attached: 1. Notice to Bidders and information for bidders: 2. Standard Specifications,Engineering Standards and Special Provisions. 2. Accepted Proposal. 4. Public Contract code Section 10285.1 Statement and 10162 Questionnaire. 5. Noncollusion Declaration. 6. Plans. 7. List of Subcontractors. 8. Agreement and Bonds. 9. Insurance Requirements and Forms. ARTICLE IV. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor; then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. IN WITNESS WHEREOF,the parties to these presents have hereunto set their hands this year and date first above written. ATTEST: CITY OF SAN LUIS OBISPO, A Municipal Corporation City Clerk David F.Romero,Mayor APPROVED AS TO FORM: CONTRACTOR WA an P.Lowell Whitaker Contractors Inc. City Attorney Kathy Whitaker,CFO FROM GEPALD C WEAVER LAW CORP FAX NO. 559 642-2707 MBu. 24 2004'01:51PM PI POST' OFFI('I: BOX 404 GFRALL) G. WEAVER BASS IAKL CALIVUHNIA 93604 __ "l EL%FriONr: (559)641.3412 (;h8AU)C'..WEAVFR 441A W FAX: (559)642.2707 /COUNCIL TCDD DIR 2-C �-' AO �=1N DIR ,?-ACAO ,L'FIRE CHIEF RECEIVED ,0'ATTORNEY DPW DIR May 24 2004 ,9rCLERK,ORIG ZPOLICE CHF MAY 2 4 2004 110 T EADS �REEC DIR Via f csimile •� f UTIL DIR 805/781-7109 SLO CITY CLERK . DIR Citv Council - - -- City of San Luis Obispo 879 Mono Street San Luis Obispo, CA 93401 Re: John Madonna Construction RED FILE Bid on Foothill Bridge Improvement project - MEETING � AGENDA Dear Mr. Mayor and members of the City Council: DATE_—lst�,I Our firm represents John Madonna Construction,who was the low bidder by a substantial amount on the above referenced project. After the bids were opened on May 4. 2004 one of your staff members from the City Engi veering Department wrote a letter to Mr. Madonna stating that he had until May 10, 2004 to provide sufficient documentation to establish that he met the affirmative action goals established by the City for this contract,which was two percent (211o)of the contract price, or approximately $81,000.00. In response to this request Mr. Madonna established that among his listed subcontractors submitted at the time of the bid he had listed three subcontractors among the eight listed that together comprised a total of $272,492.00. This is approximately six and one-half percent(6 'h%)of the contract price, thereby greatly exceeding the goals. The fact that he listed these subcontractors as a required part of his bid is extremely important to your determination in this matter. The Subletting and Subcontracting Fair Practices Act(Public Contracts Code §4100 et. seq.)requires the prime contractor, at the time of his bid, to list each subcontractor who will perform subcontract work in excess of one-half of one percent of the prime contractors total bid_ Public Contracts Code§4107 prohibits the prime contractor from substituting any person as a subcontractor in place of the subcontractor listed in the original bid unless the awarding authority consents to the substitution. Mr. Madonna has requested no substitution and we know of no reason that would provide grounds for such a request. Therefore,by listing these DBE subcontractors Mr_Madonna as a matter of law committed to performance of that portion of the prime contract by those subcontractors,thereby establishing conclusively that he has met or exceeded the affirmative action goals established by the City for this contract. In fact he exceeded these coals by a greater factor than either the second or third lowest bidders. FROM 5ERALD C LIEAUER LAI-[ CORP = FAX NO, 559 642-2787 May, 24 2004 01:52PM P2 City Council May 24, 2004 Pagc 2 Notwithstanding this irrefutable evidence of compliance; the staff has determined that Mr. Madonna's bid should be deemed by the Council to be"nonresponsive"on the grounds that all of the information requested was not submitted until May 14, 2004, by my letter to your City Attorney of that date enclosing copies of the listed DBE subcontractors actual quotes,totaling$272, 492.00. Therefore, opines the staff, Mr. Madonna failed to comply with the federal requirements applicable to this project found m49 Code of Federal Regulations§26.53- Section 26.53(a)provided in pertinent part as follows: "(a)When you have established a DBE contract goal,you award'the contract only to a bidder/offerer who makes good faith cffort to meet it. You must determine that a bidder/offeror has made g�fait}Lefforts if the bidder/offeror does either of the following (1) Documents that it has obtained enough DBE participation to meet the goal, or (2) Documents that it made adequate good faith efforts to meet the goat even though it did not succeed in obtaining enough DBE participation to do so." (Emphasis added) Mr. Madonna documented by irrefutable evidence that he obtained enough DBE participation to not only meet, but to greatly exceed,the affirmative action goals established by the City for this project. Under the applicable federal regulation quoted above that is all he was required to do. Section 26.53(bx3)(ii)only requires that the bidder establish he has met the goals prior to award of the contract. By virtue of the requirements of The subletting and Subcontracting Fair Practices Act, Mr. Madonna established that he had met the goats prior to award of the contract,which is all that is required by the applicable federal regulations. The fact that he did not supply all of the backup information requested by staff until May 14, 2004 is immaterial- To employ the draconian punishment requested by the staff for such an immaterial reason-would violate the purpose and intent of the applicable federal regulations. Section 26.53(d)(1)required; as part of the reconsideration required to be undertaken by the City before determining whether or not the bidder has met the goals,that the bidder be given an opportunity to provide written documentation concerning the issue of'whether it-'met the goal. If the bidder met-the, goal, the federal regulations require nothing further on the issue of whether or not he made"good faith"efforts io meet the goal. Under the express provisions of the cited federal regulation, once the bidder has established that he metthe goal no further inquiry FROM GERALD C WEAVER LAW CORP i FAX NO. 559 Gd2-2707 M? .. 24 2004 01:53PN P3 City Council Ma}'24, 2004 Page 3 on the issue of"good faith" is relevant or material or required to be undertaken (49 CFR 26-53(a)(1). Lastly, the courts have applied the doctrine of"substantial compliance" to matters such as this. Cal-Air Conditioning Inc v Auburn Union School District (1993)21 Cal. App. 4t'655, 26 Cal. Rptr. 2w 703. The Cal-Air Conditioning Court held that a bidder could not be deemed to have failed to comply with The Subletting and Subcontracting Fair Practices Act simply because he failed to give written notice required by the statute, when he in fact rave telephonic notice. The Court held that the statute requiring affidavits was not mandatory, but directory only,and that the issue was whether or not he in fact proved what he had to prove, not the manner in which he did prove it. Under the test Iaid down by the Cal-Air Conditioning Court Mr. Madonna has substantially complied with the City's requirements concerning the information provided and the time within which it is to be provided and has expressly and fully met the letter of the federal regulations applicable to this case. irregularities in the contracting process, if any exist, do not invalidate the bid if the irregularity does not materially effect the proposal, Menefee v. Cog=of Fresno(1985) 163 Cal. App. 3'd 1175,210 Cal. Rptr. 99. Although most California affirmative action programs were made unlawful by the adoption of Proposition 209 in 1996, affirmative action programs may still be pursued if necessary to maintain eligibility for federal funds (Cal Constitution, Article 1, Section 31(a)) However, the requirement of competitive bidding and the award of the contract to the lowest responsible bidder is an important public policy which the courts have held are required to guard against favoritism, improvidence, extravagance,fraud or corruption, aad to prevent the waste of public feuds_ Such requirements obtain the best economic result for the public and stimulate advantageous marketplace competition,Domar Electric vL Cily o Los Angeles(1994)9 Cal. 4`s 161,.173, 36 Cal. Rptr. 2°521. To avoid an award to the low bidder the public entity must find that the bid is not responsive or that the low bidder is not responsible. Effective January 1, 2000,the legislature defined'responsible bidder"as a bidder who has demonstrated the attributes of trustworthiness as well as quality, fitness, capacity and experience to satisfactorily perform a public works contract(Public Contracts Code §1103). The staff does not contend that Mr.Madonna's bid was not responsive or that Mr. Madonna is not a responsible bidder. What the staff proposes is simply that the policy requiring competitive bidding and award of the contract to the lowest responsible bidder be ignored solely because he did not"timely" comply with post-b' o eriinr,�rocedures imposed by the city to insure that any bid accepted either met the city's affirmative action goals or the bidder made a"good faith"effort to do so. By virtue of The Subletting and Subcontracting Fair Practices Act the city was assured at the time of the bid opening that Mr_ Madonna had met and indeed greatly exceeded those goals. The staffs subsequent FROM GERALD C WEAVER LAW CORP FAX NO. 559 542-2707 May. 24 2004 01:57PM P4 City Council May 24, 2004 Page 4 inquiry as to whether or not"good faith" efforts had been made to meet the goals were in this case immaterial to the process. The applicable state and federal law both provide that meeting the goal is in and of itself a"good faith" effort. The four day delay in dotting all of the is and crossing all of the is in providing the information requested by staff to establish the bidder's".good faith" efforts in meeting the city's affirmative action goals was not prejudicial to the city or to any other bidder because the irrefirtable facts that cxisted at the time of the bid established that Mr.Madonna met the goads. The time taken to establish those facts to the satisfaction of the staff has not delayed the award or impeded the ability of the city to award the.contract to the lowest responsiblc bidder without delay in the process_ is it not the duty of the Council to award the contract to the lowest responsible bidder, thereby substantially saving and avoiding an unnecessary waste of public funds? It is certainly ngtt the purpose of this process to ignore the important public policies inherent in the competitive bidding statutes when all the documents requested and required by both state and federal law have been provided prior to the time of the award, which is all that is required by both state and federal law and regulation. In fact, some of the information requested by staff is not required by Cal Trans, the federal government or for that matter even the City of Santa Barbara. Respectfully submitted, _.... Gerald C.Weaver GCW/law Fax copy: John Madonna RED FILE MEETING AGENDA DATES * ITEM #� 10 May 2004 —HAND D_ELWERED— The City of San Luis Obispo 955.Morro Street San Luis Obispo, CA 93401 Attn: Barbara Lynch,Civil Engineer Re: Foothill Bridge DBE submission form&Hazardous Substance Removal Certification included with this letter is our completed DBE form. John Madonna Construction,Ina intends to utilize Portnoy Construction for handling aril loading hazardous materials on-site. A copy of Port ney's proposal is included with this letter identifying their contractor's state licarse,with certificates ASB/RAZ DOSH.# $04. The estimate for handling the material is 8 days. This puts the cost of Portney's contract below the Ya of 1-perrcent as required by the State listing laws and is why they were not listed in the original bid package. Cole Trucking is a licensed hazardous material transporter and will be transporting the material for disposal. A copy of their certificate is included. Thanks again for your time and consideration. Please call with any questions or comments. '=I COUNCIL CDD DIR CAO FIN DIR John Madonna ACAO FIRE CHIEF ATTORNEY PW DIR John Madonna Construction Co Inc.—President CLERK/ORIG POUCE CHF DEPT HEADS AEC DIR to May zona Faomal Bnase UTI L DIA f 7 ❑ HR DIR RECEIVED PLAY 2 5 2004 SLO CITY CLERK 16 live' General Engineering P.O. Box 5310 Lic. No. 358030 San Luis Obispo • CA 93403 (805) 543-7751 00 �o Fax (805) 543-7754 Fax SNC1 11 May 2004 The City of San Luis Obispo 955 Morro Street San Luis Obispo, CA 93401 Attn: Barbara Lynch,Civil Engineer Re: Foothill Bridge DBE submission—Franklin Steel I received your letter regarding Franklin Steel this afternoon and am responding to that now. Franklin Steels tells us that their certification is being renewed and we will have the connect certification number tomorrow. We completed the DBE form based on information we did not anticipate being incorrect. JMC listed Conrad Constructors for supply and installation of the bridge deck. We simply did not list them on the DBE form because we did not need to list beyond 2 percent. Conrad alone far exceeds the contract goals and requirements by 2-1/2 times. Included is our corrected DBE Information sheet.. Clearly the.intent and scope of the contract minority requirements has been met. We are also in touch with Able Maldonado's office who is assisting JMC in expediting the process for the hazardous material certification. Thanks again for your time and consideration. Please call with any questions or comments. We apologize for the mis-information we received. ohn Madonna John Madonna Construction Co Inc.—President 11 May 2004 Foothill Bridge FORM]�—LOCAL AGENCY BIDDER-DBE - INFORMATION This information may be submitted with year bid proposal If it is not,add you are the appaimt)aw bidder or dte semad or tbitd low bidder,it must be mihm dttod and rectived as specified m Section 2-1.928 of the Special Pmmiams. Failure to submit the rtequir od DBE inhnnetion will be;rounds for Endmg the proposal nainyvansim CO.-RTErK.P.: CONTRACT NO-__$R i_4 :—5D BID AMOUNT:s BID OPENING DATE: BIDDER'$NAME: DBE GOAL FROM CONTRA DBE PRM CONTRACTOR CERTIFICATION _: CONTRACT I' ICNI OF WORKAND DBL CERT.NO. NAMEOMEs DOLLAR ITEM NO. DESCRIPTION OIi SEWCFB TO awt d bo rat"w the dale AMOUNT BS SUBCOMRACrED OR bids aro opened-ladode DHL tm s HATMALSTOREPROVIDED1 mdAmw mid Phone nombu) lafly CoNSrnlatrcrl. 515m, C1CA• 4818 Sfia-kWtDt+�nct�tf�! '? ret�n�aorafy Ctrash $St�3tn 14,4,VX Ct.u�hPor�S Nr(tatm- qa9�o Gufltrd NAIL 0r-00457 Apr, F-tvitp Co `I''�ly G of Ztvd loltx� -07A7 (cy•� L �.el0ar CT-ool3la ilDF+^a��N l�etn- (o0trxae . . r C f V-n 5}e,1 CCI Frvs t CO- 609- asl- '73ta3 DOMTANT: Identify all DBE fume being daimtd for ereditt Total Claimed S !14 t 1D regardless of tier. Copus of the DBE quotas aro required. participation Names of the First Tier DBE Subeontraclora and theft respectlrt item(9)of work listed above sitall be eonaietent,when applilMW �•$ %wtib the names and Moms ofwwk In the"List of Subcontractors"enbmitted with your bid pttraasmt to the t Subeontraetore Luting Law and Section 2-1.01."Gon_eral."of tke Special provisiama. t.DBlipeime eonaatlete shell m[ar their 1>8&catiSestim cumin: DBE priare t oonseotma droll m6cato all work to be W*Yz W by DBFs waladaeg weds pa'lmmed Sig re otEidder by its am farom i if iom arilem is sat to bo pafismwd or Banished by DBE.doseebe exist pmliwgea/oW M904% ' 77SI V of tum to tm pafltrned or fivaisbcd by Me Dam— (Ames Code)Tel.No. 3. See Scedm 2-M'Dbadvantaem Bmkcss EnmMris4-to decamine the cmdit allovad forwrSyms P C��taa ( Type or Print) CTaiedff WE U&Pmedw(Bev 09-2599) yw .J FORM 1 16 J LO(,_ AGENCY BIDDER-DBE-INFORM- .ON COUNTY OF SANTA BARBARA DEPARTMENT OF PUBLIC WORKS This information may be submitted with your bid proposal. If it is not, and you are the apparent low bidder of the second or third bidder, it must be submitted and received by the administering agency no later than the time specified in the special provisions. CO/RTE/P.M.: BIDDER'S NAME: -TC-* Tl ►dMYNa, Ct}Y1ST . CONTRACT NO.: 3102�a!4a. ADDRESS: -D• &X ems( BID AMOUNT:$ �1�1�� 93y'D� BID OPENING DATE: APRIL 8. 2004 DBE GOAL FROM CONTRACT: 151�2 % ITEM OF WORK AND NAME OF DBE'" DOLLAR PERCENT CONTRAC DESCRIPTION OF WORK OR (Name of DBE's Certification Number, AMOUNT *'* T SERVICES TO BE SUBCONTRACTED and Telephone Number) *** DBE ITEM NO. OR MAERIALS TO BE PROVIDED DBE I Total Claimed $ is IParticipation % °lo If 100%of items is not to be performed or furnished by DBE describe exact portion,inducting planned location of work lobe performed,of item to be performed or fumished by DBE *' DBE's must be certified by Carrrans on the date bids are opened. Subcontractors and suppliers certified State-Amded only cannot be used to meet goals on federally funded contracts. *'* Credit for a DBE supplier, who is not a manufacturer is limited to 60% of the amount to be paid to the supplier. (See Section 'Disadvantaged Business'(DBE)of the special provisions. IMPORTANT: Names of DBE subcontractors and their respective Items(s)of work listed above should be consistent with the name and items of work in the"List Of Subcontractors'submitted with your bid pursuant to Subcontractors List Law. Signature of Bidder DDaati R (Area Code) Person to Contact Please Print or Type Distnbutioo fm all Projects (1)original-Caltrans DLAE for NHS Projects,(2)Copy-Local Ageacy project file (FED DBE)MODIFIED DC-0E(REV 09-18-95 CALTRANS BIDDER - DVBE INFORMATION j information may be submitted with your bid proposal. If it is not and you are the apparent low bidder or the d or third low bidder,it must be submitted and received at the Department of Transportation, 1120 N Street, om 200,MS##26,Sacramento,California 95814 no later than the timespecified in the Special Provisions. DISTRICT-CO:RTE:K.P.: DISTRICT-CONTRACT NO.: BID AMOUNT:S BID OPENING DATE: MATCAn BIDDER'S NAME. U1.4 MA4[N?ddAy�s��- • �� DVBE GOAL FROM CONTRACT, DVBE PRIME CONTRACTOR CERTIFICATION I: ITEM OF WORD AND NAME OF DVBEs DESCRIPTION OR SERVICES TO (must be certified on the date DOLLAR CONTRACT BE SUBCONTRACTED OR FOR CALTRANS bids are opened)(Indicate AMOUNT ITEM NO. MATERIALS TO BE PROVIDED' ONLY Second and Lower Tier DVBE' Subcontractors) IMPORTANT:Names of First Tier DVBE Subcontractors and their respective item(s)of work listed above shall be consistent Total Claimed with the names and items of work in the"List of Subcontractors" Participation y submitted with bid pursuant to the Subcontractors Listing Law and Section 2-1.01,"General,"of the Special Provisions. Identify Second and Lower Tier Subcontractors on this form. % 1. DVBE prime contractors shall cuter their OSMB-DVBE reference number or their DBA name as listed with OSMB. DVBE prime contractors will have 100 percent _ DVBE participation and shall not complete the above table. Naliq Sigaatur®of Bidder 2. If 100%of an item is not performed or furnished by DVBEs,describe the exact portion,including the planned location of work to be performed,of item to be performed or furnished by DVBE. (Area Code)Telephone Number 3. Credit for a DVBE supplier,who is not a manufacturer,is limited to 60%of the amount paid to the supplier. Credit for truck brokers may be limited to 20%of the ZID i N MADDUNA amount paid for trucking. (See Section 2-1.02 of the Special Provisions.) Person to Contact (Please Type or Print) Contract No. 05-OC3104 12 GERALD C. WEAVER .'OST OFFICE Box 494 S/ A LAW CORPORATION BASS LAKE, CALIFORNIA 93604 TELEPHONE: (559)642-3942 GERALD C.WEAVER FAX: (559)642-2707 May 24, 2004 Via facsimile 805/781-7109 City Council City of San Luis Obispo 879 Mono Street San Luis Obispo, CA 93401 Re: John Madonna Construction Bid on Foothill Bridge Improvement Project Dear Mr. Mayor and members of the City Council: Our firm represents John Madonna Construction, who was the low bidder by a substantial amount on the above referenced project. After the bids were opened on May 4, 2004 one of your staff members from the City Engineering Department wrote a letter to Mr. Madonna stating that he had until May 10, 2004 to provide sufficient documentation to establish that he met the affirmative action goals established by the City for this contract, which was two percent (2%) of the contract price, or approximately $81,000.00. In response to this request Mr. Madonna established that among his listed subcontractors submitted at the time of the bid he had listed three subcontractors among the eight listed that together comprised a total of $272,492.00. This is approximately six and one-half percent (6 '/z%)of the contract price, thereby greatly exceeding the goals. The fact that he listed these subcontractors as a required part of his bid is extremely important to your determination in this matter. The Subletting and Subcontracting Fair Practices Act (Public Contracts Code §4100 et. seq.) requires the prime contractor, at the time of his bid, to list each subcontractor who will perform subcontract work in excess of one-half of one percent of the prime contractors total bid. Public Contracts Code §4107 prohibits the prime contractor from substituting any person as a subcontractor in place of the subcontractor listed in the original bid unless the awarding authority consents to the substitution. Mr. Madonna has requested no substitution and we know of no reason that would provide grounds for such a request. Therefore, by listing these DBE subcontractors Mr. Madonna as a matter of law committed to performance of that portion of the prime contract by those subcontractors, thereby establishing conclusively that he has met or exceeded the affirmative action goals established by the City for this contract. In fact he exceeded these goals by a greater factor than either the second or third lowest bidders. City Council May 24, 2004 Page 2 Notwithstanding this irrefutable evidence of compliance, the staff has determined that Mr. Madonna's bid should be deemed by the Council to be"nonresponsive" on the grounds that all of the information requested was not submitted until May 14, 2004, by my letter to your City Attorney of that date enclosing copies of the listed DBE subcontractors actual quotes, totaling $272, 492.00. Therefore, opines the staff, Mr. Madonna failed to comply with the federal requirements applicable to this project found in 49 Code of Federal Regulations §26.53. Section 26.53(a) provided in pertinent part as follows: "(a) When you have established a DBE contract goal, you must award the contract only to a bidder/offerer who makes good faith effort to meet it. You must determine that a bidder/offeror has made good faith efforts if the bidder/offeror does either of the following throes: (1) Documents that it has obtained enough DBE participation to meet the goal; or (2) Documents that it made adequate good faith efforts to meet the goal even though it did not succeed in obtaining enough DBE participation to do so." (Emphasis added) W. Madonna documented by irrefutable evidence that he obtained enough DBE participation to not only meet, but to greatly exceed, the affirmative action goals established by the City for this project. Under the applicable federal regulation quoted above that is all he was required to do. Section 26.53(b)(3)(ii) only requires that the bidder establish he has met the goals prior to award of the contract. By virtue of the requirements of The Subletting and Subcontracting Fair Practices Act, Mr. Madonna established that he had met the goals prior to award of the contract, which is all that is required by the applicable federal regulations. The fact that he did not supply all of the backup information requested by staff until May 14, 2004 is immaterial. To employ the draconian punishment requested by the staff for such an immaterial reason would violate the purpose and intent of the applicable federal regulations. Section 26.53(d)(1) required, as part of the reconsideration required to be undertaken by the City before determining whether or not the bidder has met the goals, that the bidder be given an opportunity to provide written documentation concerning the issue of whether it met the goal. If the bidder met the goal, the federal regulations require nothing further on the issue of whether or not he made "good faith" efforts to meet the goal. Under the express provisions of the cited federal regulation, once the bidder has established that he met the goal no further inquiry 1 City Council May 24, 2004 Page 3 on the issue of"good faith" is relevant or material or required to be undertaken (49 CFR 26.53(a)(1). Lastly, the courts have applied the doctrine of"substantial compliance" to matters such as this. Cal-Air Conditioning Inc. v. Auburn Union School District (1993)21 Cal. App. 4'h 655, 26 Cal. Rptr. 2nd 703. The Cal-Air Conditioning Court held that a bidder could not be deemed to have failed to comply with The Subletting and Subcontracting Fair Practices Act simply because he failed to give written notice required by the statute, when he in fact gave telephonic notice. The Court held that the statute requiring affidavits was not mandatory, but directory only, and that the issue was whether or not he in fact proved what he had to prove, not the manner in which he did prove it. Under the test laid down by the Cal-Air Conditioning Court, Mr. Madonna has substantially complied with the City's requirements concerning the information provided and the time within which it is to be provided and has expressly and fully met the letter of the federal regulations applicable to this case. Irregularities in the contracting process, if any exist, do not invalidate the bid if the irregularity does not materially effect the proposal, Menefee v. County of Fresno (1985) 163 Cal. App. 3rd 1175, 210 Cal. Rptr. 99. Although most California affirmative action programs were made unlawful by the adoption of Proposition 209 in 1996, affirmative action programs may still be pursued if necessary to maintain eligibility for federal funds (Cal Constitution, Article 1, Section 31(a)). However, the requirement of competitive bidding and the award of the contract to the lowest responsible bidder is an important public policy which the courts have held are required to guard against favoritism, improvidence, extravagance, fraud or corruption, and to prevent the waste of public funds. Such requirements obtain the best economic result for the public and stimulate advantageous marketplace competition, Domar Electric v. City of Los Angeles (1994) 9 Cal. 4t' 161, 173, 36 Cal. Rptr. 2nd 521. To avoid an award to the low bidder the public entity must find that the bid is not responsive or that the low bidder is not responsible. Effective January 1, 2000, the legislature defined "responsible bidder" as a bidder who has demonstrated the attributes of trustworthiness as well as quality, fitness, capacity and experience to satisfactorily perform a public works contract(Public Contracts Code §1103). The staff does not contend that Mr. Madonna's bid was not responsive or that Mr. Madonna is not a responsible bidder. What the staff proposes is simply that the policy requiring competitive bidding and award of the contract to the lowest responsible bidder be ignored solely because he did not "timely" comply with post-bid opening procedures imposed by the city to insure that any bid accepted either met the city's affirmative action goals or the bidder made a"good faith" effort to do so. By virtue of The Subletting and Subcontracting Fair Practices Act the city was assured at the time of the bid opening that Mr. Madonna had met and indeed greatly exceeded those goals. The staff's subsequent i City Council May 24, 2004 Page 4 inquiry as to whether or not "good faith" efforts had been made to meet the goals were in this case immaterial to the process. The applicable state and federal law both provide that meeting the goal is in and of itself a "good faith" effort. The four day delay in dotting all of the is and crossing all of the is in providing the information requested by staff to establish the bidder's "good faith" efforts in meeting the city's affirmative action goals was not prejudicial to the city or to any other bidder because the irrefutable facts that existed at the time of the bid established that Mr. Madonna met the goals. The time taken to establish those facts to the satisfaction of the staff has not delayed the award or impeded the ability of the city to award the contract to the lowest responsible bidder without delay in the process. Is it not the duty of the Council to award the contract to the lowest responsible bidder, thereby substantially saving and avoiding an unnecessary waste of public funds? It is certainly not the purpose of this process to ignore the important public policies inherent in the competitive bidding statutes when all the documents requested and required by both state and federal law have been provided prior to the time of the award, which is all that is required by both state and federal law and regulation. In fact, some of the information requested by staff is not required by Cal Trans, the federal government or for that matter even the City of Santa Barbara. Respectfully submitted, Gerald . Weaver GCW/law Fax copy: John Madonna