HomeMy WebLinkAboutAgenda Report - August 15, 2018 C-03CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
C•m3
TM
AGENDA TITLE: Adopt Resolution Rejecting Protest and Awarding Contract for 2018 Pavement
Resurfacing Project to American Pavement Systems, Inc., of Modesto
($1,150,963), and Transferring Funds ($64,075)
MEETING DATE: August 15, 2018
PREPARED BY: Public Works Director
RECOMMENDED ACTION:
Adopt resolution rejecting protest and awarding contract for 2018
Pavement Resurfacing Project to American Paving Systems, Inc., of
Modesto, in the amount of $1,150,963, and transferring funds in the
amount of $64,075.
BACKGROUND INFORMATION: This project includes the application of approximately 85,000 square
yards of rubberized asphalt cape seal and 6,200 square yards of
fiberized slurry seal. The project limits will include Church Street
(Lodi Avenue to Kettleman Lane), Hutchins Street (Kettleman Lane to Harney Lane), Industrial Way
(Beckman Road to Guild Avenue), and Cluff Avenue (Industrial Way to Vine Street), as shown on Exhibit A.
The rubberized asphalt cape seal is a combination of a rubberized chip seal on the bottom with a
fiberized slurry seal (slurry seal with strands of glass fiber added) on top. The fiberized slurry seal will
also be applied by itself on a portion of Industrial Way. The rubberized cape seal will be applied to
streets with more surface defects, while fiberized slurry seal will be applied only to a street with fewer
surface defects.
Plans and specifications for this project were approved on June 6, 2018. Authorization to proceed with
the award was obtained from Caltrans on July 31, 2018. The City received the following five bids for this
project on July 11, 2018:
Bidder
Engineer's Estimate
American Pavement Systems
VSS International
California Pavement Maint.
Intermountain Slurry Seal
Telfer Pavement Tech.
Location
Modesto
West Sacramento
Sacramento
Elk Grove
McClellan
Bid
$ 1,263,140.00
$ 1,150, 962.35
$ 1,178,120.00
$ 1,213,958.10
$ 1,247,247.00
$ 1,366,699.40
Above/(Below)
Estimate
$ (112,177.65)
$ (85,020.00)
$ (49,181.90)
$ (15,893.00)
$ 103,559.40
This project included a Disadvantaged Business Enterprise (DBE) participation goal of 8.0 percent. The
lowest bidder obtained DBE participation of 9.9 percent. The City received a protest letter (Exhibit B) from
the second lowest bidder, VSS International, dated July 18, 2018, claiming the bid submitted by American
Pavement Systems, Inc. did not provide accurate information about all subcontractors on the appropriate
DBE forms thereby invalidating its bid. In response to the protest letter, the City's DBE Liaison Officer
investigated the allegations and determined the low bidder, American Pavement Systems, Inc. did in fact
APPROVED:
r Stephen Schwabauer, City Manager
K:\WP\PROJECTS\STREETS\2018 Pavement Resurfacing\CAward.doc
8/2/2018
Adopt Resolution Rejecting Protest and Awarding Contract for 2018 Pavement Resurfacing Project to American Pavement Systems, Inc., of Modesto ($1,150,963),
and Transferring Funds ($64,075)
August 15, 2018
Page 2
comply with all DBE requirements and should be awarded the contract as reflected in the City's response
letter, dated July 25, 2018 (Exhibit C).
Staff recommends rejecting protest and awarding contract for 2018 Pavement Resurfacing Project to
American Paving Systems, Inc., of Modesto, in the amount of $1,150,963.
In 1978, Council adopted Resolution No. 78-165, creating the Industrial Way and Beckman Road
Assessment District, and subsequently adopted Resolution No. 79-13, which issued bonds to 23 property
owners in the identified area. Those bonds were paid off in 1995 and any refunds due to property owners
were made. Residual funds totaling $64,074.64 remain. With Council approval, these funds can be
transferred to the Streets Fund to pay for maintenance of the improvements in the area known as Industrial
Way and Beckman Road, Assessment District No. 1, pursuant to Street and Highways Code section
10427(c).
Staff also recommends transferring funds to the Street Fund in the amount of $64,075.
FISCAL IMPACT:
FUNDING AVAILABLE:
By investing in the recommended maintenance project, significant capital
dollars will be saved by extending the useful life of the pavement and
foregoing more costly pavement reconstruction. This project does not
impact the General Fund.
Federal Transportation Improvement Program $ 1,097,182
(30799000)
Senate Bill 1 Gas Tax (30499000) $ 253,520
Street Fund / Industrial Way Development (30099000) $ 88,000
Total $ 1,438,702
2/-
Andrew Keys
Deputy City Manager/Internal Services Director
Charles E. Swimley, Jr.
Public Works Director
Prepared by Sean Nathan, Senior Civil Engineer
CES/SN/tdb
Attachments
cc: Utility Superintendent
K:\WP\PROJECTS\STREETS\2018 Pavement Resurfacing\CAward doc 8/2/2018
EXHIBIT A
2018 PAVEMENT RESURFACING PROJECT
PROJECT LOCATION MAP
Legend
Cape Seal
Slurry Seal
s
0 0.25 0.5
Miles
1M®®®®ffl ..rKvn,,! mow_ �,�,e,_ ��
■, :Ili ve.
�- �. 1.0 Moil
u■uuul "1uu111' LOdI ■— -
!1l�■■11.1 nota 11' ■ . , Ill;lll11g; IiIIGii11: 111111111;1 luuuulu
111111 1= ! -1ii _III \_-- - -==_
"�� IIII , °111!!111: 111!11111= =1!111111!: 1:111111111 1
_– Illliiiii:il iJlllllilll :Ilililliil ;�`_--- -�
■III.1111111111.■II
=� ■III' 11!14..:_ IIII'1_
■III 1 Idllli= uiilllli.11111i!Iii
+-' ■! ■III II!II!1111' "1111!1= _1!1!11111 IIIIIIIi: - y
1: 1 :1111111111: 11111111= �IIIIIIii Iiii1illllli
II IIII III ��1■-iiiiiil�l r�iinn•
®°a J1111 -III
p :11,1 `� -uWlr p11� I III;IIII■
mow= �■� r1:1:11111111filill
1111.:11111111=X1111111111'mu11L11111111
111 r.0-
111111=1;llI 11111
II
11111111= =111 / 11.11 E
- l� :IIIIIII� =111111.■ i.II1n. = �
•111 Vine St.11111111.111111114:"
111111 I 1111111111111111. 1 /y�
®•- !••... I
�. 1111111111 111111111 1dd—
® _ _:.-_'I 1111111111111111111.
uuuuu=
_
low
-. II I ®_
III
11■
■
.ril..
IF
1111 ■
.1111
1111.1111!
11111111111111,,►
1111111111111111■
111111111111111..
M.1 11111111
Ile 111111
1.111■11
111111IlIlIl1
111111lIlIlIlIll
111111111111111111
111111 lllllll 11111
111111IlIlIl 11111
11111111111111111
11111111111111111
11111111111111111
111111111111111111
111111111111111
:,1111111.■II
:111,,1.,,,,
:111,,
,
Oar
\.1
P.l
�.1
/.1
aiiiiiiil
111111111111.
1111111111
4=
..0
:11
uuuuu
llllll11..
11111111E
■11111.
11�■ : v)
iii 1 c
= tl
`'IIIMMI v
v
.I m� III Q
qui i
`III
1111111 -:`nn•11�III
i
ow j,�11..III
.,,..4..1111
�. lllll inI =iii
O lllllllll_
1111.1ll•=111
Ra .41:1 :III ��11
=;,1: =III
- - :1111111 =III .-�
1 _ 1 1 MN
•
iii MIN
=1111=
211111E-
sou
111.1111E
11111111 =
111:11' _
•
=11111r
1. IIII
■1111=
w111=
Kettleman.Ln.
11.111111..............•.....
..1111.1.. 1IF
X111111111.
• .1.1.1.1.1
•
111
OT
1
■1I
IIIIILIIIIIIII
• /.11111111.11\111111/
u►� 111111 -
11111111lllll11 ulWu� 111111 =
11111Century,Blyd
v1111
111111111111
111111111111
111111111111
111111111111
.1111111
.1
111111111111111
M111111111111
_ 11111 111111111
1_11
L11111111
►.111
111111
11.11.
■_
1111110111
►.111
:111:
IHarney Ln. ii4—
:1111111
Industrialdustrial Wy
vine,St-
v
■
1
1
1
1
•
WIUH I 11 II
7/18/18
Lyman Chang
City of Lodi
Public Works Dept.
221 W. Pine Street
Lodi, CA 95241-1910
RECEjjjj
JUL 18 2018
CITY OF L,ODI
PUBLIC 1 j0RKS DE PA-rM PMT
RE: Protest Lodi -2018 Pavement Resurfacing Project
Dear Mr. Chang,
I11TERf l TlO11RL
www.slurry,com
VSS International, Inc. (VSSI) in receipt and has reviewed American Pavement Systems
(APS) bid and find that they did not meet the contract requirements with regards to the
proper listing of subcontractors and how they relate to the Good Faith Guidelines and
DBE requirements. Per the contract documents, award of the contract is based on the
lowest most responsive bidder followed by either meeting the established DBE goal of
(8%) or by submitting a valid GFE. APS did not list all subcontractors on the appropriate
forms as the contract directs and therefore should not receive DBE credit for a contractor
that they failed to list on the appropriate forms. APS failed to meet this understood
requirement, therefor APS's bid is invalid and we protest any award to American
Pavement Systems.
APS did not follow the listing requirements on page 3.3 of the Bid Documents (see
attached #1). It states to "Use the attached form (Exhibit 12-B) to list (all) DBE and Non -
DBE subcontractors" In order to use Dirt Dynasty, Inc. it was mandatory that APS make
that obligation on Exhibit 12-B turned in with the bid, binding APS to use Dirt Dynasty
as a subcontractor, while at the same time receiving DBE credit for them and they did not
(see attached #2).
To further document this error, the Bid Documents instruct the bidder with a note marked
"IMPORTANT" above the bidder's signature on Exhibit 15-G (see attached #3) which
requires and instructs that all DBE firms claimed for credit, regardless of tier must be
consistent in the Sub Contractor List (12-B) that was turned in during bid time. The
discrepancies are obvious and therefore APS should not receive DBE credit for Dirt
Dynasty, consequently making their commitment less than 8%.
VSS IIITERIIRTIOr1RL, inc.
P.O. BOX 981330 • WEST SACRAMENTO, CA 95798, USA • PHONE (916) 373-1500
FAX NO. (916) 373-1438 • CONTRACTOR'S LICENSE NO. 293727A
PRVEMEl" IT-TRITITerlilliCE-Sf3 IRLISTS
Not only did APS fall short of meeting the 8% goal as they claimed, they did not properly
fill out Part 2 of form 12-B. According to what was sent to VSSI, Part 2 of Exhibit 12-B
was left blank (see attached #4). This is a crucial part of any Good Faith Effort and
therefore we question that one was diligently made?
Furthermore, in an email (see attached #5) received by Julia Tyack on July 13th
clarifications were made that each listed DBE form must follow a list of requirements.
The first requirement in this email for listing a DBE subcontractor is:
- "(i) The names and addresses of DBE firms that will participate in the contract."
APS failed to list any addresses, as directed on form 15-G, failing to meet Caltrans
standard requirements.
In closing, it is evident that the goal of 8% is realistic and obtainable. It appears that in
hindsight APS conveniently left Dirt Dynasty out of the subcontractor listing while at the
same time claimed them on the committal form. This is not allowed by Caltrans. The
requirement is mandatory and is a well-known Caltrans Standard that these forms have to
match. This practice is devious and sneaky, the project should be awarded to VSS
International, Inc.
We are looking forward to meeting with the City if needed and will answer any questions
you may have. If you need additional information, please contact me at 916.502.4463
Sincerely,
eim••••
Rick Cross,
Estimating & Development Manager
VSS International, Inc.
CC: Julia Tyack Transportation Planner / DBELO
Jennifer Ferraiolo City Clerk
Name and License No.
of Subcontractor
7/5YOY FA/7"Prt. G1141
pivb
-'25/3r1 fL4 ►lel ic 'howl
15'1511 6t644.. - / ° Sekva6
2-1 7V A5L
Address Description of Work
u7
...rG 7 t tk /c'14,d 5
e772,3- 'nomy57
x57.1/14
7712 a •er ite4
649/04oee boilky, al 92-W5 5 f4e A -k
3fJ5- 2'1
,44 mot hem/604-
(Attach additional sheets if needed.)
Use the attached form (Exhibit 12-B) to list ail DBE and Non -DBE subcontractors.
The Undersigned is licensed in accordance with the laws of the State of California:
1 �
License No. 9L-13 7'r; Classification
T1
License Expiration Dateti)PCV;VeR0
Federal Contractor/Employer I.D. No. d — 06.)0. -.)C -44C1
American Pavement Systeme. Inc.
Dated: ft,, 20
Bidder
74)
A orize ignature
._.;eci Dal
Name 1-1
i' !>✓''J) t
Title ham,
TYPE OF ORGANIZATION
Individual, Partnership or Corporation (Affix corporate seal if Corporation)
dpimley@americanpavemanteySt 00111
Addre s
i t ;Ir,{ 0. I 5,7f59.
Email Address
(&)-ai 7
Telephone
2018Pevemen$Resur13.doe
3.3
05/18/16
E
0
r4 p a
co
EIE ,H
o.
7, N
g CD
y fD
o O
- ^ N
w
0 L. 0
3 `rte
2018PavernentResurf. A2.docx
Distribution: 1) Original -Local Agency File 2) Copy-DLAE w/ Award Package
0)
CO
ED0
3
D
ul
3
3
L
u
A
3
3
ro
3
o'
N1�
try
t
Vic_Web .
City, State: l '5e r �D!%
bt e•- (7,Z4t/ C(
1Name:•
31 *. u-1(fO6
City, State: r 112/ OOD ' (2°A
•
p} tp
c '
{ Subcontractor Name and
Location
V4
I line Item & Description
—A
v
y
t
-
Subcontract Percentage of Contractor DBE ! DBE Cert
Amount Bid Item Sub- License Number (Y/N) Number
contracted DIR Reg Number
Iti3
ci.o
C''
,:-9,
3
j�
f�
N
4
-•C
Q -..)'
00
„A
(.tel
i--
_i
'
3
o
V
6'
['A1
0,
O y1
3 3.
j a
v.1
1-'
P.
a
w
_
I.,
hl
-‘,t%
1l11
3
j
1 I
A
1 If
3
_IL ..I�_;
p -'
3 3.
z -
n
~'•111
3.
.
7
]
I
r
.
1
3
0.
f[[
Q e,
O V1
3
>• 7
I
N'
3
7
Annual Gross Receipts
PYit 0
fa -
0 G
a0
n.
C
b ' M
o
fa w o
1n
c.y o 0Q.
Pi.
Oa"O Y
`(• kl
F.
;A> 4
Local Assistance Procedures Manual
0-
EXHIBIT 15-G CONSTRUCTION CONTRACT DBE COMMITMENT
1. Local Agency: City of Lodi
3. Project Description; 2018 Pavement Resurfacing Project
4. Project Location: -Am eric-arrPavo meri
Systems; Ina.5. Bidder's Name: 6. Prime Certified DBE: 0 7. Bld Amount: Ill] 50 9i L. 3S
8. Total Dollar Amount for ALL Subcontractors: D a o • f 9. Total Number of ALL Subr onlraclors: +S•
2. Contract DBE Goal
8%
Church SI (t.odi-I(elllnman), I h k:hins SI (1nrnery-Kettlriman), Industrial Wy (Beckman -Guild), Clutf Ave (Vine -Industrial)
10. Bid
Item
Number
11. Description of Work, Service, or Materials
Supplied
12. DBE
Certification
Number
13. DBE Contact Information
(Must be certified on the date bids are opened)
14. DBE
Dollar
Amount
35-0.60
Poo ,.
35 D
7(oGd On
TeArI� coNTnoc.
1-1.;37(1,
17ta1-n►7►sTt1Znl�'
-,2 3 - //q/
r:
Zi 3
KIND /A/6
CV 5-7_-70
or-Tit-k4-tfo )
i Sc- L1S
qi f, - 79 -01-f `I2
-Ft S. 5( Pf,,A,b
top- x"06 - 2992
9P
,//I� pv&
rli hp
5
�,tr'f //yb ,4 6,4'64- s
1-1113 I
JET? zo9- yby-�O�bGft-�j j7L�rG�+hJb
a^1
702-7 tie
dor 009.00
IS1�Gl� �7� Cit -t,
�!I?
L°oAt,- A -W9 4 - 0".
?►11-gi.3 - oPys
Local Agency to Complete this Section
15. TOTAL CLAIMED DBE PARTICIPATION
$ 111-1/0-1'°
21. Local Agency
22. Federal
23. Bid Opening
24. Contract
Local Agency
this form is
Contract Number: 18-13
5 7PL 515A 44T
-Aid Project Number: f )
p a/ o
/!/ /e
171%
V
Date:
Award Date:
IMPORTANT' Identify all DBE firms being claimed fo credit,
regardless of tier Names of the First Tier DBE Subcontractors and
their respective ilern(s) of work listed above must he consistent,
where applicable with the names and Items of the work in the
"Subcontractor List" submitted with your bid Written confirmation of
each listed DBE is required.
4Ik/71.1
certifies that all DBE certifications are valid and information on
complete and accurate.
26. Local Agency Representative's Signature 26. Date
. "repay 'e Signatur- X17 ale
27. Local Agency Representallve's Name 28. Phone
18. s fel' Arne .�19. hone
- iicl:C:91e e 4+
29. Local Agency Representative's Title
20. Freparer's Title
DISTRIBUTION: 1. Original - Local Agency
2. Copy - Caltrans District Local Assistance Engineer (DLAE). Failure to submit to DLAE within 30 days
of contract execution may result In de•obligation of federal funds on contract. Include additional copy
with award package.
ADA Notice: For Individuals with sensory disabilities, this document is available In alternate Formals, For information call (916) 854-6410
or TDD (916) 654-3880 or write Records and Forms Management, 1120 N Street, MS -89, Sacramento, CA 95814.
201aPavemenlrfe5vrl3A I dot:
k6
0'51.1-
201E PavernentResurf3A2 do:x
D
la
Distribution: 1) Original -Local Agency File 2) Copy -DIRE w/ Award Package
VI
w
3
m
ro
0
-h
T
3
G
3
0
11
A
O
3
LL
n
t
kn
3
0
3
0
uoudinsap 1g wall aun
c
c
3 c
0
0
3
- d
Jagwni aaa ala
n
7 0
m
Z
e
3 0
or
m
= o
Z m
Z
c
3 m
c
sldlaaaa ssoig lenuuy
w
o
Po o
W n.
N W
n
r
Cr
o -j
n �
M
o'
y•o
'0 r)
o0
0
CDC
CD
O 0 v°
O
n n
0 0 "*
b "-' r+
`<
N K
w bd
pi -t
ell
7 � K
bU
VI CD
0d
N
N. A
0
0-
0 0
o �
� z
o
-
N , l
0
O
(17
0
0
0
N
0
a
0
Local Assistance Procedures Manual
a -Zi 3'4 4x3
4t
Nicholas Corcoran
se
From: Nicholas Corcoran
Sent: Wednesday, July 18, 2018 1:58 PM
To: Nicholas Corcoran
Subject: FW: Lodi -2018 Pavement Resurfacing Project - 2nd Tier DBE Documentation
From: Julia Tyack [mailto:itvack@lodi.gov]
Sent: Friday, July 13, 2018 2:29 PM
To: Lyman M Chang <Ichang@Iodi.gov>; 'dpimley@americanpavementsystems.com'
<dpimley@americanpavementsystems.com>; VSSI_Contracts <vssi contracts@slurry.com>; 'btaylor@cpmamerica.com'
<btavlor@cpmamerica.com>
Cc: Sean Nathan <snathan@lodi.gov>
Subject: Lodi -2018 Pavement Resurfacing Project - 2nd Tier DBE Documentation
Good afternoon,
have clarified with Caltrans that second tier DBE subcontractors (subs of subs) are acceptable to count towards DBE
participation as long as bidders submit the following information pursuant to 49CFR26.53(b)(2)(i-v):
(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. To count toward meeting a goal, each DBE firm must be
certified in a NAICS code applicable to the kind of work the firm would perform on the contract;
(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; and
(v) Written confirmation from each listed DBE firm that it is participating in the contract in the kind and amount of work
provided in the prime contractor's commitment.
If you listed second tier DBE firms on your bid, we know that it may take longer than Monday for you to receive written
confirmation from them. Therefore, please submit your Good Faith Effort paperwork on Monday as indicated in
Lyman's email below, and provide the additional information listed above by 5:OOpm on Wednesday 7/18/18,
Please let me know if you have any questions.
Thank you,
Julia Tyack
Transportation Planner / DBELO
City of Lodi
Public Works Dept.
221 W. Pine Street
Lodi, CA 95241-1910
(209)333-6800 ext. 2076
1
CITY COUNCIL
ALAN NAKANISHI, Mayor
JOANNE MOUNCE,
Mayor Pro Tempore
MARK CHANDLER
BOB JOHNSON
DOUG KUEHNE
CITY OF LODI
2015 "Wine Region of the Year"
CITY HALL, 221 WEST PINE STREET
P.O. BOX 3006
LODI, CALIFORNIA 95241-1910
(209) 333-6706 / FAX (209) 333-6710
EMAIL: pwdept@lodi.gov
www.lodi.gov
July 25, 2018
VSS International, Inc.
Mr. Rick Cross
Estimating & Development Manager
3785 Channel Drive
West Sacramento, CA, 95691
Subject: Bid Protest — City of Lodi 2018 Pavement Resurfacing Project
Dear Mr, Cross
STEPHEN SCHWABAUEF
City Manage'
JENNIFER M. FERRAIOLC
City Clerk
JANICE D. MAGDICI-
City AttorneS
CHARLES E. SWIMLEY, JR
Public Works Director
This letter is in response to your bid protest letter dated July 18, 2018. In your letter, you
indicated that the low bidder's submittal did not contain accurate information about all
subcontractors on the appropriate forms; therefore, the low bidder should not be awarded the
contract. Below are your specific items of concern:
1. You state that one Disadvantaged Business Enterprise (DBE), Dirt Dynasty, was not
listed on Caltrans Exhibit 12-B 'Bidder's List of Subcontractors (DBE and Non -DBE) in
the bid submittal. Because of this, you state that the low bidder should not receive
'credit' for using that contractor when determining their DBE participation on this project.
2. You state that the low bidder left Part 2 of Exhibit 12-B blank; therefore, a good faith
effort was not properly performed.
3. You state that the low bidder did not list the addresses of the DBE companies on
Caltrans Exhibit 15-G 'Construction Contract DBE Commitment'; therefore, did not meet
the Caltrans requirements for this form.
As the Disadvantaged Business Enterprise Liaison Officer for City of Lodi, I performed a
thorough evaluation of the DBE related documents presented by the three low bidders. These
documents included the initial forms submitted with the bids on Wednesday, July 11, 2018, the
Good Faith Effort documentation submitted after the bid on Monday, July 16, 2018, and written
confirmations from each listed second-tier DBE subcontractor confirming that they would
participate on the project as a subcontractor for the bidder. The written confirmations were to
be submitted on Wednesday, July 18, 2018, as directed in my email to all three low bidders on
Friday, July 13, 2018.
In addition to reviewing these documents, I reviewed the Caltrans DBE requirements for this
project and spoke directly with Caltrans Headquarters regarding your specific concerns. To
provide additional clarification, Exhibit 12-G of Section 5A 'Federal Requirements' in the bid
specifications provides guidance from Caltrans regarding the DBE requirements for this project
on pages 5A.2 through 5A.5. This guidance states that if the DBE commitment form (Exhibit
15-G) is not submitted with the bid, the three low bidders must submit the form by 4:OOpm on
the 5th calendar day after the bid opening. I had contacted your firm on Tuesday, July 12, 2018,
stating that your Exhibit 15-G was not submitted with your bid submittal and should have been.
Based on the guidance, I was incorrect in requiring that the form be submitted before Monday,
July 16, 2018 because the bid specifications did not explicitly require submission of the form
with the bid. This does not; however, alter my final determination in regard to the good faith
effort analysis, as I reviewed each of the three low bidders' documents after the deadline for
receipt of all requested forms.
Based on my analysis of the documents and my discussion with Caltrans Headquarters, I am
providing the following responses to your concerns below:
1. One DBE subcontractor was not listed on Exhibit 12-B.
a. Although Dirt Dynasty was not listed on Exhibit 12-B Part 1 of the low bidder's
submission on July 11, 2018, the company was listed on Exhibit 15-G of the
submission. On the day of the bid opening, I called both Dirt Dynasty and the
low bidder to confirm that this DBE would be participating on the contract. I
instructed the low bidder to re -submit Exhibit 12-B Part 1 listing all
subcontractors who met the threshold to be listed [those who would perform
work amounting to more than one half of one percent (0.5 percent) of the total
base bid, or $10,000, whichever is greater, and the bidder promptly responded.
b. Not listing Dirt Dynasty on Exhibit 12-B Part 1 in the original bid is not grounds
for denying the low bidder's intended DBE participation on this project. Because
Exhibit 15-G was submitted with the bid, I was able to confirm that the claimed
DBE participation of 9.9 percent was accurate.
2. The low bidder left Exhibit 12-B Part 2 blank.
a. According to Caltrans Headquarters, a blank Exhibit 12-B Part 2 is not grounds
for the City to reject a bid. The intent of Part 2 of the form is to identify DBE
companies that were not selected, in the event that the bidder did not meet the
DBE goal. The low bidder exceeded the 8 percent DBE goal, achieving 9.9
percent. Therefore, Exhibit 12-B Part 2 is not as critical in the good faith effort
evaluation. The low bidder submitted a corrected Part 2 form after the bid
opening and none of the listed subcontractors on that form were DBE's.
3. The low bidder did not list addresses on Exhibit 15-G.
a. Although the bidder did not list addresses for the DBE subcontractors, they
provided phone numbers and accurate DBE certification numbers. I was able to
call the DBE subcontractors directly to verify that they had provided quotes to the
low bidder and would participate on the project, as well as confirm on the
Caltrans CUCP Database(https://ucp.dot.ca.gov/IicenseForm.htm) that they
were legitimate DBE companies able to provide the services listed. I find that the
low bidder met the intent of the regulations by providing valid phone numbers
and DBE certification numbers.
Lastly, the low bidder submitted all required Good Faith Effort documentation by Monday July
19, 2018, and all required written confirmations of participation from second tier DBE
subcontractors by Wednesday, July 18, 2018. VSS International did not submit the written DBE
second tier subcontractor confirmations.
Based on the points listed above, I find that the low bidder exceeded the established 8 percent
DBE goal and provided proper and timely documentation to confirm that the DBE's, listed on
Exhibit 15-G and the revised Exhibit 12-B Part 1, will be participating on this project. I have
advised our Project Engineers that the project may be awarded to the low bidder.
Siyc- rely,
Jul - Tyack
'1 u1! ransportation Planner/DBE Liaison Officer
2018 PAVEMENT RESURFACING PROJECT
VARIOUS LOCATIONS
STPL-5154(047)
CONTRACT
CITY OF LODI, CALIFORNIA
THIS CONTRACT made by and between the CITY OF LODI, State of California, herein
referred to as the "City," and AMERICAN PAVEMENT SYSTEMS, INC., a California
corporation, herein referred to as the "Contractor."
WITNESSETH:
That the parties hereto have mutually covenanted and agreed, and by these presents do
covenant and agree with each other, as follows:
The complete Contract consists of the following documents which are incorporated
herein by this reference, to -wit:
Notice Inviting Bids
Information to Bidders
Certifications and Forms
General Provisions
Federal Requirements
Special Provisions
Bid Proposal
Contract
Contract Bonds
Federal Minimum Wage Rates
Plans
Addenda
The July 1992 Edition,
Standard Specifications,
State of California,
Business and Transportation Agency,
Department of Transportation
All of the above documents, sometimes hereinafter referred to as the "Contract
Documents," are intended to cooperate so that any work called for in one and not
mentioned in the other is to be executed the same as if mentioned in all said
documents.
ARTICLE 1 - That for and in consideration of the payments and agreements hereinafter
mentioned, to be made and performed by the City and under the condition expressed in
the two bonds bearing even date with these presents and hereunto annexed, the
Contractor agrees with the City, at Contractor's cost and expense, to do all the work and
furnish all the materials except such as are mentioned in the specifications to be
furnished by the City, necessary to construct and complete in a good workmanlike and
substantial manner and to the satisfaction of the City the proposed improvements as
shown and described in the Contract Documents which are hereby made a part of the
Contract.
ARTICLE 11 - The City hereby promises and agrees with the Contractor to employ, and
does hereby employ, the Contractor to provide all materials and services not supplied by
the City and to do the work according to the terms and conditions for the price herein,
and hereby contracts to pay the same as set forth in Section 5.600, "Measurement,
Acceptance--and—Paymen`erera1 Provisions, in the ma e
conditions above set forth; and the said parties for themselves, their heirs, executors,
CONTRACT doc
4.1
07/25/18
administrators, successors and assigns, do hereby agree to the full performance of the
covenants herein contained.
ARTICLE III - The Contractor agrees to conform to the provisions of Chapter 1, Part 7,
Division 2 of the Labor Code. The Contractor and any Subcontractor will pay the
general prevailing wage rate and other employer payments for health and welfare,
pension, vacation, travel time, and subsistence pay, apprenticeship or other training
programs. The responsibility for compliance with these Labor Code requirements is on
the prime contractor.
ARTICLE IV - And the Contractor agrees to receive and accept the following prices as
full compensation for furnishing all materials and for doing all the work contemplated
and embraced in this agreement; also for all loss or damage arising out of the nature of
the work aforesaid or from the action of the elements, or from any unforeseen difficulties
or obstructions which may arise or be encountered in the prosecution of the work until
its acceptance by the City, and for all risks of every description connected with the work;
also for all expenses incurred by or in consequence of the suspension or discontinuance
of work and for well and faithfully completing the work, and the whole thereof, in the
manner and according to the Plans and Contract Documents and the requirements of
the Engineer under them, to -wit:
The work consists of rehabilitating 90,800 square yards of asphalt concrete pavement
with fiberized slurry seal, asphalt rubber cape seal, and other incidental and related
work, all as described in the specifications for the above project.
For additional bid item descriptions refer to Section 6-07 "Description of Bid Items".
CONTRACT ITEMS
Item
Description
Qty
Unit , Unit Price
Total
1
Mobilization, Traffic Control,
and Construction Notification
1
LS
$ 103,000.00
$ 103,000.00
2
Pavement Repair - Hutchins
30,025
SF
$ 10.19
$ 305,954.75
3
Pavement Repair - All Others
20,000
SF
$ 7.90
$ 158,000.00
4
Rubberized Chip Seal
84,631
SY
$ 3.60
$ 304,671.60
5
Fiberized Slurry Seal, Type II
90,800
SY
$ 1.92
$ 174,336.00
6
Striping
1
LS
$ 105,000.00
$ 105,000.00
TOTAL $1,150,962.35
ARTICLE V - By my signature hereunder, as Contractor, I certify that I am aware of the
provisions of Section 3700 of the Labor Code, which requires every employer to be
insured against liability for workers' compensation or to undertake self-insurance in
accordance with the provisions of that code, and I will comply with such provisions
before commencing the performance of the work of this contract.
ARTICLE VI - It is further expressly agreed by and between the parties hereto that,
should there be any conflict between the terms of this instrument and the Bid Proposal
of the Contractor, then this instrument shall control and nothing herein shall be
considered as an acceptance of the said terms of said proposal conflicting herewith,
CONTRACT doc
4.2
07/25/18
ARTICLE VII - The City is to furnish the necessary rights-of-way and easements and to
establish lines and grades for the work as specified under the Special Provisions. All
labor or materials not mentioned specifically as being done by the City will be supplied
by the Contractor to accomplish the work as outlined in the specifications.
ARTICLE VIII - The Contractor agrees to commence work pursuant to this contract
within 15 calendar days after the City Manager has executed the contract and to
diligently prosecute to completion within 60 CALENDAR DAYS.
ARTICLE IX - State of California Senate Bill 854 requires the following
• No contractor or subcontractor may be listed on a bid proposal for a public works
project unless registered with the Department of Industrial Relations pursuant to
Labor Code section 1725.5 [with limited exceptions from this requirement for bid
purposes only under Labor Code section 1771.1(a)].
• No contractor or subcontractor may be awarded a contract for public work on a
public works project unless registered with the Department of Industrial Relations
pursuant to Labor Code section 1725.5.
• This project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations.
WHEN SIGNING THIS CONTRACT, THE CONTRACTOR AGREES THAT THE TIME
OF COMPLETION FOR THIS CONTRACT IS REASONABLE AND THE
CONTRACTOR AGREES TO PAY THE CITY LIQUIDATED DAMAGES AS SET
FORTH IN SECTION 6-04.03 OF THE SPECIAL PROVISIONS. CONTRACTOR
AGREES THAT THIS AMOUNT MAY BE DEDUCTED FROM THE AMOUNT DUE THE
CONTRACTOR UNDER THE CONTRACT.
IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands
the year and date written below.
CONTRACTOR: CITY OF LODI, a municipal corporation
By:
STEPHEN SCHWABAUER
City Manager
By: Date:
Title
Attest:
JENNIFER M. FERRAIOLO
City Clerk
(CORPORATE SEAL) Approved As To Form:
CONTRACT doc
JANICE D. MAGDICH
City Attorney
4.3
07/25/18
RESOLUTION NO. 2018-151
A RESOLUTION OF THE LODI CITY COUNCIL REJECTING PROTEST;
AWARDING CONTRACT FOR THE 2018 PAVEMENT RESURFACING
PROJECT TO AMERICAN PAVEMENT SYSTEMS, INC., OF
MODESTO; AND FURTHER TRANSFERRING FUNDS
WHEREAS, in answer to notice duly published in accordance with law and the order of
this City Council, sealed bids were received and publicly opened on July 11, 2018, at
11:00 a.m., for the 2018 Pavement Resurfacing Project, described in the plans and
specifications therefore approved by the City Council on June 6, 2018; and
WHEREAS, said bids have been checked and tabulated and a report thereof filed with
the City Manager as follows:
Bidder
American Pavement Systems
VSS International
California Pavement Maint.
Intermountain Slurry Seal
Telfer Pavement Tech.
Bid Above/(Below)
Estimate
$ 1,150, 962.35
$ 1,178,120.00
$ 1,213,958.10
$ 1, 247, 247.00
$ 1,366,699.40
$ (112,177.65)
$ (85,020.00)
$ (49,181.90)
$ (15,893.00)
$ 103, 559.40
WHEREAS, following investigation by the City's Disadvantaged Business Enterprise
Liaison Officer, staff recommends that the City Council deny VSS International's bid protest; and
WHEREAS, staff also recommends that the City Council award the contract for the 2018
Pavement Resurfacing Project to American Paving Systems, Inc., of Modesto, in the amount of
$1,150,963; and
WHEREAS, Resolution No. 78-165 created the Industrial Way and Beckman Road
Assessment District and Resolution No. 79-13 issued bonds for the development of the district;
and
WHEREAS, those bonds were called in August 1995 and all refunds were paid to
property owners; and
WHEREAS, Street and Highways Code section 10427(c) allows for the transfer of
remaining assessment district funds, with City Council authorization, to be used for future
maintenance of the district; and
WHEREAS, staff also recommends transferring the remaining balance of Fund 720
Industrial Way Development (currently at $28,673.97) and Fund 721 Industrial Way Development
II (currently at $35,400.67) to Streets Fund 320 for the maintenance project described herein and
further recommends the closure of funds 720 and 721.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby reject the
bid protest of VSS International, of West Sacramento, California; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby award the contract
for the 2018 Pavement Resurfacing Project to the low bidder, American Paving Systems, Inc., of
Modesto, California, in the amount of $1,150,963; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the
City Manager to execute the contract on behalf of the City of Lodi; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize a transfer
of funds, in the amount of $64,075, as set forth above.
Dated: August 15, 2018
I hereby certify that Resolution No. 2018-151 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held August 15, 2018 by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Johnson, Kuehne, and
Mayor Nakanishi
NOES. COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Mounce
ABSTAIN: COUNCIL MEMBERS — None
NNIFE . FERRAIOLO
City Clerk
2018-151