Loading...
HomeMy WebLinkAbout4.7 Award of Bid 84-11 CITY OF DUBLIN AGENDA STATEMENT CITY COUNCIL ~EETING DATE: February 11, 1985 SUBJECT : Award of Bid - Contract 84-11, Traffic Signals (3), Downtown Street Light Additions and Street Tree Program EXHIBITS ATTACHED : Summary of Bids; Letter of Protest dated 2/5/85 from Ambo Concrete, Inc.; Letter dated 2/7/85 from Rosendin \~x//Electric, Inc. RECOMMENDATIO~ ~l~\[~l) Award bid to Rosendin Electric ',~,i~'~2) Authorize Mayor to execute agreement FINANCIAL STATEMENT: Low bid received - Amount budgeted for construction - $654,750.00 DESCRIPTION : At the regular City Council meeting on December 10, ~_198S, the City Council authorized Staff to advertise for bids for Contract 4-11. This project combined the following capital projects: Project Description 1. Dublin Boulevard/Dougherty Road Intersection Modifications During Fiscal Year 1983-84 Dublin Boulevard was restriped at this location to increase the capacity of the intersection. However, the installation of traffic signal detector loops was delayed to allow the work to be incorporated with a larger project. This will complete the necessary modifications. Budget Budgeted for Construction Engineer's Estimate $ 15,000 $ 10,000 $ 6,600 2. Traffic Signal - Amador Valley Boulevard/Stagecoach Road This project provides for the full signalization of the intersection, safety street lighting and modification of the left turn median on Amador Valley Boulevard. The entire cost of the project is paid for through developer reimbursements. Budget -- $108,000 3. Traffic Signal Budgeted for Construction $100,000 - Dublin Boulevard/Clark Avenue Engineer's Estimate $ 94,6OO This project provides for full signalization of the intersection including lighting on Dublin Boulevard and raised and landscaped left turn medians. Budget Budgeted for Construction Engineer's Estimate $200,000 $175,000 $180,400 Traffic Signal - Dublin Boulevard/Dublin Court ~This project provides for a 4-way traffic signal at the intersec%ion including the raised and landscaped left turn medians and lighting on Dublin Boulevard. Budget Budgeted for Construction Engineer's Estimate $210,000 $180,000 / $195,800 COPIES TO: iTeM No. 7 .,~ENDA STATEMENT: Page 2 Award of Bid - Contract 84-11 5. Downtown Street Light This project provides for Street (11 lights) lights). Budget $180,000 Additions (Partial Project) the installation of street lights on Regional and Amador Plaza Road north of Dublin Boulevard (9 Budgeted for Construction Engineer's Estimate $160,O00 $160,500 6. Street Tree Program (Partial Project) The portion considered for construction with this contract would be the installation of street trees adjacent to the new traffic signal installation and landscaping at Dublin Boulevard and Dublin Court. Budget Budgeted for Construction Engineer's Estimate $ 3~,000 $ 29,750 $ 12,100 Total Budget $7~7,000 On February 4, 1985 a attached bid summary). bid of Total Budgeted for Construction $654,750 Total Engineer's Estimate $650,1o0 total of 2 bids were received for this project (see The low bidder was Rosendin Electric, Inc., with a Subsequent to the receipt of the bids, the City received a letter of protest from the second bidder, Ambo Concrete, Inc. This contractor contested the award of the bid to the low bidder on the basis that Rosendin Electric, Inc., did not demonstrate a "good faith effort" in meeting the goals for Disadvantaged Business Enterprise (DBE) and Women Owned Business Enterprise (WBE) participation. A copy of the letter of protest from Ambo Concrete, Inc., is attached for your reference. Prior to recommending that the City Council award a bid on any of the capital projects, a meeting is held with City Staff and representatives of the contractor to assure compliance with the bid specifications. This includes a review of the steps taken by the contractor to solicit DBE and WBE participation. The bid specifications require that the City be satisfied that the contractor has made a good faith effort to meet the City _goals. fh~ City Engineer and City Attorney conducted a conference with representatives of Rosendin Electric, Inc., to review the steps taken by their organization to fulfill the obligations of the bid specifications. It was the City Attorney's opinion that Rosendin Electric, Inc., had made a good faith effort to include DBE and WBE businesses in their project. In addition, Rosendin Electric, Inc., has provided a response which is attached for your reference. They have indicated that they will be purchasing electrical supplies from a DBE and utilizing a DBE owner/operator to perTUilr'---- trenching work. The estimated dollar value of these services and supplies equal approximately 11% of the total bid for this project. This effort would exceed the City's 10% DBE goal. Staff recommends that the City Council award the bid to Rosendin Electric, --Inc., and authorize the Mayor to execute the agreement. ITEM ITEM ESTIMATED NO. DESCRIPTION QUANITY ENGINES EST. ROSENDEN ELECTRIC AMBO CONCRTE Unit Price Total Unit Total Price Unit Price Total 21. Traffic Safety Lights (Double) 8 EA. 22. Traffic Safety Lights (Single) 18 L.F. 23. Safety Light Pull Boxes 40 EA. 24. Elect. Conduit & Cond. 4,000 L.F. 25. Trenching & Backfill 4,000 L.F. 26. Elec. Conduit & Cond. 1,670 L.F. 27. Trenching & Backfilling @ AC Pavement 470 L.F. 28. Demolition, Conc. Pvmt. ~12" thick for irrigation ~¢lect. & landscaping 76 C.Y. 29. Irrigation main & lat. pipe heads, wiring pipe sleeve, trenching & backfill L.S. 30. Connection, W.M., Check- valve, coupling valve & remote control valve & controller L.S. 31. 15 Gal Tree @ Median cc~plete, installed 44 EA. 32. 15 Gal. Tree @ sidewalk complete, installed 29 EA. 33. 5 Gal. shrub 178 EA. 34. Ground Cover 2,573 S.F. 35. Top Soil 105 C.Y. 36. Interlocking Paving Stones, 2-3/8" thick 4,875 S.F. 37. Redwood Header 830 L.F. 38. 90 Day Maintenance Period L.S. 39. Construction Staking L.S. 40. AC Pavement Section 3" AC, 6"AB,. 9"ASB 1,600 S.F. TOTAL PRICE 3,575.00 2,500.00 290.00 16,000.00 80,000.00 4.00 17.617 39.474 8,212.00 4,433.00 6,280.00 350.00 25.00 1.228 32.19 6.1994 2.861 7,482.00 5,000.00 3.75 28,600.00 45,000.00 11,600.00 16,000.00 80,000.00 6,680.00 8,280.00 3,000.00 8,212.00 4,433.00 6,280.00 10,150.00 4,450.00 3,160.00 3,380.00 30,222.00 2,375.00 7,482.00 5,000.00 6,000.00 $650,100.00 1,760.00 14,080.00 1,340.00 24,120.00 100.00 4,000.00 3.75 15,000.00 8.40 33,600.00 3.50 5,845.00 12.20 5,734.00 20.00 1,520.00 6,000.00 6,000.00 8,300.00 8,300.00 57.70 2,538.80 147.75 4,284.75 19.50 3,471.00 .33 849.09 19.75 2,073.75 4.65 22,668.75 2.00 1,660.00 3,196.00 3,196.00 1,000.00 1,000.00 3.75 6,000.00 $441,234.09 2,000.00 1,500.00 139.52 4.69 11.81 4.75 27.00 141.00 15,761.00 12,785.00 185.00 774.00 13.46 .77 34.00 6.69 1.83 2,694.00 5,743.00 4.51 16,000.00 27,000.00 5,580.80 18,760.00 47,240.00 7,932.50 12,690.00 10,716.00 15,761.00 12,785.00 8,140.00 22,446.00 2,395.88 1,981.21 3,570.00 32,613.75 1,518.90 2,694.00 5,743.00 7,216.00 $632,854.62 CONTRAL~ 84-11 DUBLIN ~LVD. AT DUBLIN CT. STR~r R~CONSTRUCTION DUBLIN BLVD. AT CLARK AVE. STR~fr RMCONSTRUC~ION ~ V~T.T.~Y BLVD. AT STAGMCOACH ROAD STR~'r PJ3CONSTRUCTION P~GIONAL STR~Ifr AMADOR PLAZA ROAD STRh~r LIGHTING BID SL~IMARY ITEM ITEM ~. DE~RIPTION ESTIMAT~ QU~I~ ENGINEERS EST. ROSENDEN F~.ECTRIC Unit Price Total Unit Total Price Unit Price Total 1. b~bilization 2. Traffic Control 3. Demolition; Misc. concrete & median removal. Striping & marking removal, clear & grubbing 4. Remove & Install Catch Basin 5. Clearing & Grubbing 6. Planing Exist. Pav~,mnt 7. Median Curb 8. Handicapped Island 9. Conc. Curb & Gutter 10. Handicapped Ramp & Sidewalk 11. 2" Asphalt Conc. Ovly. 12. A.C. Pavement Section 13. Paint Traffic Stripes 14. Pavement Markings 15. Paint Curb Red 16. Lane Marker, DET. 10 17. Signal System - Dub]~in Ct. 18. Signal System - Cl~Tk Ave. 19. Signal System - Stagecoach Road 20. Detector Loops - Dougherty Road L.S. 30,720.00 30,720.00 17,831.75 17,831.75 15,764.00 15,764.00 L.S. 15,100.00 15,100.00 1,000.00 1,000.00 7,400.00 7,400.00 L.S. 7,800.00 7,800.00 1 EA. 1,800.00 1,800.00 L.S. 2,500.00 2,500.00 534 S.Y. 10.00 5.340.00 2,400 L.F. 8.4133 20,192.00 L.S. 2,500.00 2,500.00 284 L.F. 13.373 3,798.00 2,138 S.F. 4.00 8,552.00 350 S.Y. 8.286 2,900.00 1,000 S.F. 200 2,000.00 2,910 L.F. 0.788 2,293.00 L.S. 2,055.00 2,055.00 770 L.F. 0.80 616.00 1,420 L.F. 1.50 2,130.00 L.S. 80,000.00 80,000.00 L.S. 89,000.00 89,000.00 3,000.00 3,000.00 1,200.00 1,200.00 500.00 500.00 10.00 5,340.00 4.50 10,800.00 1,800.00 1,800.00 15.00 4,260.00 3.15 6,734.70 7.75 2,712.50 1.75 1,750.00 .30 873.00 450.00 450.00 .80 616.00 .55 781.00 75,044.00 75,044.00 76,000.00 76,000.00 62,482.00 1,859.00 5,000.00 11.90 5.37 3,250.00 10.13 4.42 68.56 5.63 .41 540.00 .56 .84 76,348.00 68,610.00 62,482.00 1,859.00 5,000.00 6,354.00 12,888.00 3,250.00 2,876.92 9,449.~6 23,968.00 5,630.00 1,193.10 540.00 431.20 1,192.80 76,348.00 68,610.00 L.S. 5,500.00 5,500.00 2,900.00 2,900.00 5,022.00 5,022.00 L.S. 75,000.00 75,000.00 61,700.00 61,700.00 59,783.00 59,783.00 • page AMBO CONCRETE, INC. n CONCRETE CONTRACTORS O at 34151 ZWISSIG WAY die UNION CITY,CA 94587 A t (415) 487-2424 `�� •� LICENSE NO. 310292 February 5, 1985 Eg 5'∎985 usosl City of Dublin co Of 6500 Dublin Blvd. Dublin, CA Attn: Mr. Richard Ambrose, City Manager Re: City Project No. 84-11 Gentlemen: This 'letter is to protest the award of above noted contract to the "apparent low bidder" , Rosendin Electric. As per the City' s Special Provisions , Addendum No. 1 , Rosendin Electric is not the "lowest responsible bidder" as described in Section 3-1 . 01B-AWARD OF CONTRACT (please see attached) . _ It is obvious that Rosendin Electric has not _"demonstrated" a "good faith effort" in meeting the goals as forth for DBE and WBE participation. Please review attached copy of the most current listing from the Daily Pacific Builder, Rosendin Electric did not request sub-bids for the project, nor were they even in- dicated as a prospective bidder. According to these Special Provisions, Section 2-1 . 02 Disadvantaged Business , this project is subject to Part 23 , Title 49 , Code of Federal Regulations entitled "Participation By Minority Business Enterprise in Department of Transportation Programs." The "app- arent low bidder" has no minority participation indicated on his proposal. • Please note Section 2-1. 02,` Paragraph G of":the Special Provisions : "Non compliance by the Contractor with the requirements of the regulations constitutes a breach of this con- tract and may result in termination of the contract or other appropriate remedy for such breach. " Technical Data Corporation has verified that neither Rosendin Elec- tric, nor his major Sub Contractor, MCE Corporation are recognized by Cal Trans as MBE, WBE, or DBE businesses. Page -2- February 5, 1985 In accordance with the Subcontractors Listing Law, (please see attached) , MCE Corporation must perform all paving, landscaping and concrete work within his own work forces and cannot sub this work to another subcontractor. All other phases of work, not so indicated through subcontract listing, must be performed within Rosendin Electric' s own work force. A review of the proposal submitted by Ambo Concrete will show that we have listed the following minority businesses as subcontractors . Wilson Electric Co. , Inc. 100% - Black Yasuhiro Landscaping 100% - Japanese The total dollar amount of these subcontractors reflects approxi- mately 30% minority business participation on this project which far exceeds the City' s 10% goal. Please note that we have met the City' s requirements and that our proposal does fall below the Engineer' s`.estimate, therefore we feel award of this contract should be made to the ,"lowest responsible bidder" , Ambo Concrete. This award would then,.be in compliance with the "Special Provisions" as set forth through Addendum No. 1 . Sinc Sam Spo President ENC. ` f SS/jg ADDENDUM NO. 1 January 16, 1985 . � I y � F1�60 Of�CRET�, {:, ,. � SUBJECT: DUBLIN BLVD. AT DUBLIN CT. STREET RECONSTRUCTION DUBLIN BLVD. AT CLARK AVE. STREET RECONSTRUCTION AMADOR VALLEY BLVD. AT STAGECOACH ROAD STREET RECONSTRUCTION REGIONAL STREET AND AMADOR PLAZA ROAD STREET LIGHTING IN DUBLIN Gentlemen: The following additions to the Specifications are made part of the subject project contract Plans and Specifications. Special Provisions Item 1. Section 1. Specifications and Plans (2 Pages ) Item 2 . Section 2. Proposal Requirements and Conditions (2 Pages ) Item 3. Section 3. Submission of DB and WBE Information, Award and Execution of Contract (2 Pages ) Sincerely yours Lee S. Thompson City Engineer City of Dublin This is to acknowledge that the Contractor has received and incorporated in this Project Addendum No. 1. The Contractor has to submit this statement together with his bid, in order his bid to be valid. • Contractor Signed by Date CITY OF DUBLIN SPECIAL PROVISIONS DUBLIN BLVD. AT DUBLIN CT. STREET RECONSTRUCTION DUBLIN BLVD. AT CLARK AVE. STREET RECONSTRUCTION AMADOR VALLEY BLVD. AT STAGECOACH ROAD STREET RECONSTRUCTION , REGIONAL STREET AND AMADOR PLAZA ROAD STREET LIGHTING SECTION 1. SPECIFICATIONS AND PLANS The work embraced herein shall be done in accordance with the Standard Specifications dated July, 1984 , and the Standard Plans dated July, 1984 , of the Department of Transportation insofar as the same may apply and in accordance with the following Special Provisions. In case of conflict between the Standard Specifi- cations and these Special Provisions , the Special Provisions shall take precedence over and be used in lieu of such conflicting portions. DEFINITIONS AND TERMS As used herein, unless the context otherwise requires, the following terms have the following meaning: Department of Transportation: The City Council of the City of Dublin, State of California. Director of Transportation: The City Council of the City of Dublin, State of California. Engineer: The City Engineer of the City of Dublin, State of California, acting either directly or through properly auth- orized agents, such agents acting within the scope of the particular duties entrusted to them. Laboratory: The established laboratory of the Materials and Research Department of the Department of Transportation of the State of California or laboratories authorized by the Engineer to test materials and work involved in the contract. State: The City of Dublin. Transportation Building, Sacramento City Hall , City of Dublin, State of California. State Highway Engineer: The City Engineer of the City of Dublin, State of California. STANDARD SPECIFICATIONS. The 1984 edition of the Standard Specifications of the State of -California, Department of Transportation. Any reference therein to the State of California or a State Agency, office or officer shall be inter- preted to refer to the City or its corresponding agency, office or officer acting under this contract. • • SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS 2-1.01 GENERAL. The bidder' s attention is directed to the provisions in Section 2 , "Proposal Requirements and Condi- tions," of the Standard Specifications and these special provi- sions for the requirements and conditions which he must observe in the preparation of the proposal form and the submission of the bid. The form of Bidder' s Bond mentioned in the last paragraph in Section 2-1.07 , "Proposal Guaranty," of the Standard Specifications will be found following the signature page of the proposal annexed hereto. 2-1.02 DISADVANTAGED BUSINESS. This project is subject to Part 23 , Title 49 , Code of Federal Regulations entitled "Participation By Minority Business Enterprise In Department of Transportation Programs ." Portions of the Regulations , including portions of Subpart D which defines Disadvantaged business (DB) and includes other provisions implementing Section 105 (f) of the 1982 Surface Transportation Act, are set forth in Section 6-1.04 , of these Special Provisions, and 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 (DB) and Woman Owned Business Enterprise (WBE) programs devel- oped pursuant to the Regulations; particular attention is directed to the following matters: (a) A DB or WBE 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 DB or WBE may participate as a prime contractor , subcontractor, joint venture partner with a prime or subcontractor , or vendor of material or supplies. (c) An DB or WBE joint venture partner must be respon- sible for a clearly defined portion of the work to be performed in addition to satisfying requirements for ownership and control . The DB or WBE joint venturer must submit "Schedule B" Form CR5A, "Information for Determining Disadvantaged Business and Woman Owned Business Enterprises Joint Venture Eligibility": (d) An DB or WBE must perform a commercially useful function, i.e., must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing and supervising the work; (e) Credit for an DB or WBE vendor of materials or supplies is limited to 20 .percent of the amount to be paid to the vendor for the material unless the vendor manufactures or substantially alters the goods; (f) A DB or WBE must be certified before credit may be allowed toward the MBE goal. The Caltrans DB or WBE Directory identifies DBs and WBEs which have been certified and others which may qualify for certifi- cation. The DB and WBE directory is availble from the City/County. (g) 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 such breach. (h) Bidders are encouraged to utilize services offered by banks owned and controlled by minorities or women. 2-1.03 DB or WBE GOALS FOR THIS PROJECT. The Department has established goals of 10 percent for disadvantaged businesses (DB)' participation and 1 percent for woman owned business enterprises (WBE) participation. It is the bidder's responsibility to make a sufficient portion of the work available to subcontractors and suppliers and to select those portions of the work or material needs consistent with the available DB and WBE subcontractors and suppliers, so as to assure meeting the goal for DB and WBE participation. The Department has contracted with Technical Data Corporation, 1900 Powell Street , Suite 1170 , Emeryville , CA 94608 , Telephone (415) 642-3851, to assist DBs and WBEs in preparing bids for subcontracting or supplying materials. Bidders may utilize the services of this organization to contact interested DBs and WBEs . SECTION 3. SUBMISSION OF DB AND WBE INFORMATION, 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 DB and WBE information, award, and execution of contract. 3-1.O1A DB and WBE INFORMATION. The apparent successful bidder (low bidder) shall submit DB and WBE information to the office at which bids were received no later than 2 p.m. on Friday of the week following bid opening, unless a later time is authorized by the Department. Other bidders need not submit DB or WBE information unless requested to do so, by the Department. When such request is made, the DB and WBE infor- mation of such bidder shall be submitted within 5 days, unless a later time is authorized by the City. The information shall include: (1) , Names of DBs and WBEs to be used, with a complete descrip- tion of work or supplies to be provided by each and the dollar value of each such DB and WBE transaction; (Note: DB and WBE subcontractors for signal and lighting items, if there are such items of work, must have been named in the bid - See section entitled "Subcontracting" of these Special Provisions) . (2) A "Disadvantaged Business and Woman Owned Business Enterprise Questionnaire" (Schedule A) for each DB and WBE not already certified; (3 ) Either a Schedule B or California Department of Transpor- tation form CR5A, "Information for Determining Disadvan- taged Business and Woman Owned Business Enterprise Joint Venture Eligibility" for each DB and WBE joint venturer. Bidders whose submittal in (1) above indicates they will meet the stated MBE goal need not submit any further DB or WBE information, unless the Department in its review finds that the goal has not been met, in which case additional information will be requested by the Department. The additional infor- mation may be requested to clarify claimed DB or WBE partici- pation, add DB and WBE participation, or demonstrate that a good faith effort was made to meet the DB or WBE goals. Such information shall be submitted promptly upon request by the Department. I t is the bidder's responsibility to meet the goal of MBE . participation or to provide information to establish good faith efforts to do so. Such information should include the following : (4 ) The names and dates of advertisement of each news- paper, trade paper , and minority-focus paper in which a request for DB or WBE participation for this pro- ject was placed by the bidder; (5) The names and dates of notices of all certified DBs and WBEs solicited by direct mail for this project; (6 ) The items of work for which the bidder requested sub- bids or materials to be supplied by DBs and WBEs; (7 ) The names of DBs and WBEs who submitted bids for any of the work indicated in (6) above which were not accepted , the name of the subcontractor or supplier that was selected for that portion of work , and the reasons for the bidder's choice. (If the reason was price, give the price bid by the rejected DB or WBE and the price bid by the selected subcontractor or supplier) ; (8 ) Assistance that the bidder has extended to DBs and WBEs identified in (7) above to remedy the deficiency in their sub-bids. (9) Any additional data to support a demonstration of good faith effort, such as contracts with DB and WBE assistance agencies. 3-l.O1B AWARD OF CONTRACT. The award of contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the require- ments prescribed and who has met the goals for DB and WBE participation or has demonstrated , to the satis- faction of the City , good faith effort to do so. Meeting the goal for MBE participation or demon- strating, to the satisfaction of the City, good faith efforts to do so is a condition for being eligible for award of contract. 3-1.02 Bonds--Contractor shall provide , at the time of the execution of the agreement or contract for the work , and at his own expense , a surety bond in an amount equal to one hundred percent (100%) of the contract price as security for the faithful performance of said agreement. Contractor shall also provide, at the time of the execution of the agreement or contract for the work , and at his own expense , a separate surety bond in an amount equal to one hundred percent (100%) of the contract price as security for the payment of all persons performing labor and furnishing materials in connection with said agreement. Sureties on each of said bonds shall be satisfactory to the City Attorney . '.!\ k4.-4 � 7 h 'r •t, , -. N` ' ;' +4.-6.4.- i r i.1d l i ,f.,.,vls:.-.., .:.. �r-L� :'� { ? ..,y ,a.'`' 7�R,. § F '. �.q „ r K#py t$ ° x T r o f• i t+ Av)�t,y ' r 4 , .L. ',v.', ; „ W� ^. tal t ,;, ..t §9.7 LISTING LAW 261 �'� I o T. t the contract specifically prohibited temporary resurfacing, plaintiff did not "•include in its bid costs for temporary pavement. ; f;. 4 Plaintiff was awarded the contract and thereafter proposed various alterna- 1 ' ` Lives. The district rejected all proposals. After plaintiff commenced perform- I� ' ance, it was ordered by the district to use temporary pavement. Thereafter, various other problems developed regarding maintenance and traffic access, „r and plaintiff was forced to use temporary pavement to avoid forced termina- ;t *` tion of the project, despite denial of plaintiffs written change order authoriz- ing the extra work. On conclusion of the work, plaintiff sued for extra :;` compensation. ;;_. The district contended that the contract prohibited the use of"temporary I ti# r resurfacing”but not"temporary pavement."The trial court disagreed,finding I ` ;,. that the two terms were synonymous and that the use of "temporary pave- 1 :r� 4 ment" on a short-term maintenance basis was prohibited by the contract and t,,, ,4 .)was not an available alternative for maintaining the traffic access. 1 The Court of Appeal affirmed judgment for the contractor on its extra work t, y claim.The court pointed out that the district had prepared the contract which }` 4 . contained an ambiguity as to the meaning of the phrase "temporary resurfac- 4I. �, ing."Although Civil Code §1654 provides that an ambiguity is to be construed I against the private party, this section only creates a presumption.Ambiguities ;:_. i in public contracts are construed against the public entity if it prepares the :11`` s' plans and specifications. g p y p p i'=s 4I §9.7 Subcontractors' Listing Law ►I'. 1,-14 The Subletting and Subcontracting Fair Practices Act starts at §4100 of the 1;``iff. I;,.r; Government Code. The Act is an attempt by the legislature to deal with the I- .. evils of bid shopping and bid peddling. I:'it„" Bidding a public job is hectic.The public body,in its advertisement for bids, P ris ,3- 1 designates a particular time of day as the deadline for delivery of bids. If the prime contractor delivers his bid to the public body a few seconds after that . time has passed, his bid is too late, and will not be considered. p,- •' .,,4 The prime contractor,in preparing his bid,figures out how much it will cost ':l " ;:1, him to furnish the portion of the work which he plans to perform himself.Then " .,e. he takes bids from subcontractors for their work, adds the total of his sub-bids s ,I to the cost of the work he himself intends to perform, includes a margin for tt t overhead and profit, and the total of the figures thus obtained is his bid. ` 4'{'i xAfter the award of a contract, it would be possible for a prime contractor to 'i 4. 4 take his low plumbing bid, for instance, and t:s° r ie .Y p g ce, d shop around for a lower bid from �; : another plumbing subcontractor.The plumbing subcontractor who submitted Ii the original low sub-bid would find this procedure objectionable because it is �f r expensive to bid a public job,and it does not seem fair,from the point of view . , � of the subcontractor, that the prime contractor, having obtained the prime +l IT£��4 contract in part because of the subcontractor's low bid, should then be able i_ ``R h to go out and shop around for a still lower bid. This practice, known as bid ��* shopping or, in some quarters, bid chiseling, attracted the attention of the 1-i 1,1 ill -4....E r V, t k' .' - .-,. 4, -ii,, 41' ; ..e Z. 0: y3't 5' 44 .,. e 'i '.4* .Vi i fi"4i.. ` , .v , . .K � „ ' r 3, s ,.:, ,: Le 2 . gak% ` r .c✓` ,, ! -..r� r t mo w se ryryw , . . x ° ��p.4'' #,1 q fr.,..+r f� t}" ti t i y : r.. . c �t :.� llrfhi- > j} y� 10.'44 %:t* ye.. .u� v T 'rt{ayvr lC ups �t +1 .,' !�y w C Y i s :%A. j .-s z 41"" 1 - a tns 4 w }�"� Y8.htf,:-?''..-'?•T''..4 ti€' 't d e .d" y ) �,' .r VI— ‘,,,,i;-.? ,":4(11'4'*.,+.�r'YYU. µ�''r't�4fs '`{L� � wtIr +'.. r�r. . �.-4,,',, �. ',:. i7' i 9t T r f AG. 4,e I Y Y i ; �{C';',A Y� 3 4 y t A 4 t�,. �'' v.?�, r °►r ti-><`:�j .T,--;,:, x_ r� � ;�.. Y, � ' �7' ••�i c.a aa} 1 ` Ar �i 262 PUBLIC CONTRACTS ' "`•:,ti legislature,which enacted the Subletting and Subcontracting Fair Practices Act , as an attempted remedy. The law does not apply to street, highway, or bridge contracts. The act� • `' , provides that bidders on public jobs must list, by name`and address, each:,,,,4, subcontractor who will perform work at a contract price exceeding one half of fi one percent of the prime contractor's total bid.The prime contractor can list f; only one subcontractor for each portion of the work. If the prime contractor i fails to list a subcontractor for a portion of the work, the prime contractor has .''M,a i - to do it himself. - .; In C. L. Smith Co. v. Roger Ducharme, Inc. (1977) 65 Cal.App.3d 735, 135 Cal. Rptr. 483, the general contractor relied on the subcontractor's bid in the �,,::a compilation of his total bid for a school construction project. However, in Y ;I ' submitting the bid to the public body,the prime contractor inadvertently failed I ;: ( to list plaintiff the masonry subcontractor.As a result,the awarding authori- i ty required the general contractor to perform the masonry work itself. The # plaintiff subcontractor brought suit against the general contractor under the `' Listing Law. In affirming summary judgment in favor of defendant general )i � contractor, the court held that Government Code §4104 does not give a sub- . t,,,41 1 1 i contractor a cause of action for the negligent omission of the subcontractor m r= ' from the bid proposal. However, the court stated that there might have been �:.c.-1 a different result if the subcontractor had claimed any injuries resulting from s i his reasonable expectation of being listed as the masonry subcontractor. :sr `t Once a subcontractor is listed, the prime contractor may not substitute . tt another subcontractor in his place unless the public body consents to the " `" r substitution, and then only for one of the following causes: t );: , •n;�° (1) the listed subcontractor's refusal to execute a written contract with the prime contractor; y!, i.'''''...--,.j `∎1 (2) bankruptcy or insolvency of the listed subcontractor; (3) refusal of the listed subcontractor to perform; 48.. ■i (4) failure of the listed subcontractor to provide a bond as required by the ' ' prime contractor; I. `` 3 (5) the listed subcontractor is not properly licensed; (6) the awarding authority determines that the performance of the listed '. subcontractor is unsatisfactory or is substantially delaying the progress of the work. sa> , An additional justification for substitution comes into play when the prime k., contractor lists a subcontractor because of a clerical error. In this case, the ;vi prime contractor must assert a claim of this inadvertent listing within two working days after the opening of the prime bids,and must give a copy of this notice to both the listed subcontractor and the intended subcontractor. The k•.- listed subcontractor then has six working days in which to object to the prime . ., contractor's claim. If he does this, a public hearing must be held, and unless tt ' ' compelling reasons to the contrary are presented, the public authority will• `.M':-, consent to the substitution. If the listed subcontractor does not file an objec- i .rye re'-e."0 `t.''t of r ,.. „ '...." `. r a+ =°' .C4,.`',. .. !ft.,iii, :.1.t. , .Rtro - ... _ 7,.1„,i, w,2 e; F:r • •D is Builder Mon.,February 4,1985 Page(I • work it w be dune,to be u lieu.in the Dc m of Tr.m booklet en- MCC Corp,7 Crow Martin R/700,San Bra • , p.nmc pomtwn MCC Car co ,w Crow Mane.An,S. Clara BdwW Wrsett Co.Boa 5.Sao Gerorane litId Gcnnl Prevailing Wage Razes,dated AS tit forth on Proposal Form.Copes Wm O McCullough Co,Boas 426,Ankch v B.W'Roc/•Boa 2540•New - '9 9''''''`-'• '. '" • . of this booklet are on lie at 1500•5th Straw,Sucnnunlo.California,and are T 1 Gardner Co no 699 B Carom St,Sur Leandro' . • 1 available wan tereatd n t. Mvin Co-W.lu Treatment P.ot Sludge Bed BuH►eab(Co.No741)San y in party on request. Dublin,AM..Co-1984198.5 Sidewalk Repheemen Program:Due Feb 4, (:eronlmu Wtr Tre.tmm Pt.:Due Feb S.2 PM(Marie hlunl Wir Die, WHRSON W.COX,P.A.I.A. 2:3)PM IClty of Dublin,Owoer,Dublin) Owner,Cone Madera):Project Reported Jan 18 ` • re peeve Hidden Raquntlng Sub Bids • '• Prmpectln Bidden Rome.g Sub Bids -,, .... STATE ARCHITECT Amber Concrete.34131 Zwient Way,Union City 94587(415/487-24241 George Juh.0 Inc,Boa 818,Sow Roe.95402(707/526.199H DAILY PACIFIC BUILDER.l.n.ry 28 and February 4,1983 Valentine Corp(AEOE),Boa 9337,San Rafael 94912(415/433-3732)(minority • Napa-McPherson Ekmenery School(Adds)(Pre-FSgr):Due Feb 4,2 PSI sob beds rap (Napa Valley Unified Scbl Dial,Caner,Napa);Project Reported J.18 W R Force Co.Co(AEOE),42 Industrial Wy,Oe,enbem9491N(415924-3072) BIDDERS Addob of Bidders ve Bidden Sub BlB I (mb6'wbe/Jbe rub bid rtyl - - George Mere Inc,Box 810,Santa Rou 95402(707/5261991) Aoo o Jd Prospective Bld.err Meuduino-Water Treatment A Wastewater Systm(Mor)RuuW Gulch•Del-fee,945 Teal Dr,Mama.510(707/745-3740) Stale Park:Due Feb 5,2 PM(Sate of CA Dept of Parka&Rai,Own, Stcclgwrd.Boa 728,Lathrop 93340(209/1I3421011 Sw'rai0°°°h Prajecs Reported J.I] G&V Cuntr,Box 3100,Santa Rosa 95402(707/5461543) - Prospective Bidden Atoduld Ent.MI Fulton Ave/4,S.no 93125(916/971-0848) Sawyer McCollum Cone,Box 990,Gnu Valley coI.II.J Prams on Scan Film Humid Mason,420E Fir St,Ft Bragg - Pam In UI'11 Plan omn I113 'dwell Ornben Bun 1953.Apw Dun.ngwr Cu.2247 San Diego R32,San Dkgo Sur Francisco-Fik Stowage Ana:Due Feb 4,S PM(City&Co of Su Fran. Wares Fluters Irc,Boa e2e,tlurlingwx cis.,Owner,San Francisco) Rescue Engrg,Boa 293,Rescue Prospective Bidden Requntitsg Sub Bid. • Hill Caul 1160 Red Rd,yuba City Moulton Como Co,1135 Sansao St,SF 94117(415/681.1700) • John Ormsby Co.,23800 N Hwy I,Ft Bragg ' • To Request Sub-Bids Phone San Fraabeo-Wang Loburatww(fah Floor�raude')(30 Craol Ave):Due Juko Undergruud,14661 French Town Rd,Oregon H (415)864.1918 or Feb pe 2 PM Bidders E Lee,Arch,&Imae);Project Reported d Jae 29 Foster Pump A Engrg Irc,56 Wodlad Ave.San Wl d • Prospective Blddrr.Reyndlye Sub Bale Economy El.,Box I.*med.le Barnes Conn Cu.449 I(th St,SF 94103 14151552-7070) Dim Johnson.WI Hillerra Dr,Gerberville • y • Write:Sub-Bids,Daily Pacific Builder Draw elk Caw Co,I Montgomery S W Tower Se 1000C wicr Cu,SF 94104 Forester Pump EcF,56 Woodland Ave,San Rafael • µ15/98627181 Halls Exwr.12830 L000.Rio Dr,Grua Valley - P.O.Box 7871 RIncon Annex Additkmel Prospective Bidden • Ron Swope Cores,Box 7008.Mammoth Lakes r Sheldon Cone.Boa 371.Valley Center Stunk&Sturek,330 Bush St,SF 94108(413/981-78001 Tram &Bay Engrs Blain Inc,,350 Adeline.Oakland 94607(415/4654533) MPH Inc,Boa 1921,Sena Rosa San Francisco,Ca.94118 Nee.Sean Films Monterey Mecd Co•8275 San Leadra St,O.4/ d P1100 In DPB Planroom 056 Quoliey Caw.1433 Nash Rd.Rolling Alternative Cone Boa 5267,Nape DEADLINE:1 1.00 A.M. Sus Francisco&Ale.Cos-Dm:Repainting Work(Sul Na*5-13-0000:Due W K Caw,Boa 187.Mind. Feb 4,2 PM(US Dept of the Army,Owner,San Franco.);Project Reported Arrow Paving,Boa 629,Ukuh Jan J Mid State Eleare.Boa 382,Watsonville ' PLEASE CHECK YOUR LISTING DAILY Prmpr<me mad..Requesting Sou Bids Laurence Exwy esoo Airport Blvd.Liner wen , Every attempt Is made to Insure accuracy.The DPB can- ' Fcimunn Corer Cu,3221 20m St.SF 94110(415;3507170) Flaming Caul,1125 Porten,St,Redding - • not be held responsible should errors occur. R D s Mtn a Inc.Bas 1775,Balding Wean Mm Herders.I .BOA Landscaping,1340 Muir Mill Rd.Willits Tuesday, February 5 — Sestina Engrg,Bps 300,t.iawiw ._ - - Bidders not specifically requesting sub-bids are publlah- S Y Monterey Mlonl Co,8275 San Leandro St.Oaklad .. 00 daily starting 5 days prior 10 due date. Aland.Co-115 KV Submoio<&land E1Mrkal DJnn:Des Feb S,J PM Tan Gry Hombeng,3037 Beare L,Rabi.g (City of ABeneda,Owner,.Alameda) Rex W Murphy Inc,Boa 396 Sea Y ' Prospective Bidden Requoting Sub Blida Co.Reba..Engrg Ca Inc,Boa 638,.H eddsburg The protect report date raters to.the last bidding report In Elmer 1 Frothy,Box 897,El Comm 94530(4152334)353 or 329-1411) Val Ralsfnd.Bea 100.Peulom. project news.The plan source appears In parentheses, Contra Costa Co-Wledmann Hill Juonkon Fed1Yy GTE Spr4o1:Due Feb S, Empire PNV411•Boa 347•Meok'um _ 2 PSI(Sverdrup Panel&Mecca,Arch.Sae Fresd8w) _ Stelm6&Barnes.IOI1 Greenwood Rd,Elk Prospective Bidden Requesting Sub Bd. - Fat Bragg Elo.Boa 1378.Ft Bragg A BLACK DOT a INDICATES THAT A PROJECT IS Hodgson Co.Co.751 Wamngtoa Ave,Redwood City 94063(415/364-6410) Joe M6nm,18200 N Hwy I.Ft Bragg _ R C Benson A Sons Inc,1959 Leghorn St,Mm Vww 94043(415/963.3430) Rubio Flee,744 Talmage Rd,Ukiah • LISTED FOR THE FIRST TIME OR A DUE DATE NoM Cow FJec,71815 AuyM Ro,Fl Brag1 ANDIOR TIME CHANGE HAS OCCURED. Corcoran'Kings Co-Office Bldg:Diu Feb 5,12 Noon U G Boswell,Owner, W H Boyes&Co,Box 917,Sea lose Corcoraal .. Stoneman Co Am Cluck Ward,Boa 6167•Caocod -. Prospective Bidden - Arrow Pacific Coosa,Box 4017,Santa boo. Herman 1 Caulay Caes,Boa 3413,Visalia 93278(209/732-7251) Bunton A Crew Co.,3575 Lake Shore Blvd.Lake Pon -, _• No Due Date Set — R L Crawford Curet,Box 219,Tulare 93274(209/6868547) Bell Ind.,a Underground,Dept 7 College Are,Santa Rau Foster City,Sao Mateo Co-City How. Townhouses A Swimming Paola(92 DMC Comt.&a 9037•Fream 93790(2092244590) 1 Terser,801 Mahler Rd/204,Burlingame _ Y, Y 8 Kimlow Cotes Co,Boa II, owoo 93277(20923248401 l Tries,Boa 9310•Sacra Units):No Due Dale&l No Tae See(Plain from GC);Project Reported C W Farcurn Caw,15695 Jasmine Ave.Ivanhoe 93235(2092984837) . B K Cone Boa 4033,Redding- ' ,... Jas 25 Bradley Plumbing&Piping,25 Old Ranch Rd.Nmao ' . •GC Requesting Sub Bids Davis,Yob Co-Automated Fuel Frilly City Corp Yard 5th St:Due Feb 5, American Corrugated System,Boa 4717.Redding _ _• Calprop Corp(He GC),635 Mumerc bland Blvd Ste 202,San Maud 94404 3 PM(City of)ever•Owner.Darts);Project Reported Jan 16 Kirkwood Bly Inc,Box 11}9,S.w Rau (415/573-78 17)(bids la all vane) Prospective A C000l Requesting Sub Bird • Steller Core.Boa 277,Talmadge - Pluu on Scan Film Trace Engrg&Cone(AEOE),3300 Auburn Blvd,Sacra 95821(9169724M 14) HLH Cores Co.7749 Su,......W y,Redding Plans In DPB P44.0001 118 (minority sub bids req) Tico Co.,22193 Jarrow Pl,Polo Codro , MB oar,Santa Car.Co-Savona&Lwo Bldg:No Due Dace Set,No Time Spangler Comt Co.10220 Elder Creek Rd,Sacra 95829(91/9682-2163 a W H Boyo,Boa 917.San Iwo p Jo 427-1184) CWiigan W6Mr.1335 Pacheco•Lw Berm. - Set(Plans t from Nag GC);Project Reported Jas t7 L W Hay Cotes Co.2112 So,Sow y Leto 95823(916/922-0662) Nog 0' Req -[Sub sleds Petroleum Engrg,203 Fifth 6 S,Sant+Rau n 95401 Sa.•95 5 16.' I Ruben I.Co..110.Boa 293,Fulton _• g H W.SSO.:,u1C;B.C-4'24.'_52/'''''.7r,,,Y1,Huy.vard Lis,-.0 Nam a.,2025.au:r...idol 6.Saw 03:3,9io4;q-1191) Satter w 190. Rosa IS,Medford OR - - (415/49077971(bide m all trades) Additional Prmpectlre Bidden Parole Wind Tank,Boa 188,Healdsburg - - DCM Coast,Boa 60007.Sacra Plato on Seam Film Tow o.&Irc.Boa 9793.Savo 93La7(ao pbtge,115fed).,, '' 'r. .w-.w' 'Pam in DPB Narvoom/150 '' :." '.' ,.•'''' Town.&Country.118 Ono Cu,Sacra 951=(m Mane Iutd) ..,I...1 bldkeo Fla..Sane Clara Co-L nilaopag(Flight Experiments Faeeity)Bldg' _ Sienna NV,Douglw Co-Churcb(Add/Remold)1030 Spruce Su No Dm Dann.Core Co,9880 Tavern.Rd.W ihw 93693(ire prwne Wtedl N4291(IFB 2-317101:Due Feb 5,2 PM(Nee Alm Rernrch Ctr,Owner, Dote Sea,No Time Set(Casey Jaen,Arch,Carson City NV)(Inv GC's Only) KeYava Cow.3728'Walnut Ave,Caroucharl 95608(no phone lisud) Mona,Feld/:Pnjea Reposed J.30 _, Prospoure Bidden - W N Hunt&Sou Inc,3009 Bradshaw Rd,Scm 95827(916/363-3355) pompe<noe Bidders C Boyden Co..Boa 1104,Carson City NV 89701(702/882-35201 •. Booker IndoMno.,2501 Oak SI.hap.94559 On phooa lied) Amencan Lawo&landscape,1525 Prospect Ave,Sparks NV_ - -Bill Cerdlnal.609 Elm St,Carbon City NV 89701(70281-1770) Thereon Inc,7797 Glenn Ave.Citrus Heights 95610(916/725-4952) Cuui lannwrul Smio Ise,Boo 11723.Ponand OR Denny Frook Cores.1455 Dcmng Way III.Swab NV 89431(702/331-3629) Syar'odour.Inc,275 Mw Dr Boa 1272,Vallejo 94590(707/643-2781) - KNS Engrg A Coast Cot,4685-10 E IndusuW SO.Si.Valley ,• QAD CurM.3675 MI St.Reno NV 09502(7022862677) L G Bremer Inc.20 Core Morada.Greenbree 94904(no phone lived) Peek&Aswcs Inc.Boa 671,Addend OR - Bud Batley Cow,Boa 11838.Salt lake City UT 84147(801/521-0060) Elise Co..6040 San Juan Ave,Citrus Hngba 95610(916/96742)3) Shubio Services Inc.1285 S Chestnut.Fresno Bowdoll Cane,3640 S 500 W.Sall lake City UT 84113(801262-3424) Corr)Cool.2700 Athens Ave.Lncoln 95698(9)6/615.1624 . The Wilbw Wood N.rsery Co.315 Ctpres.L.Oneordk MI'. Action Co.&Development Co,301 Washington St.Ream NV 89503 Eagan A Pea.,9220 G St,Oakland 94603 1415/5624511) Saldtvar CO..1105 L'Aventd..Mm Vew (702/786-8110 Reines Come 2112 Wyda Way Saida 95825 0161922.98891 AAS.Inc.2020 McLaughlin Ano.San Jose Den.0 Comt Co.Box 77,Derma NV 85411(702/7823361) L Grow Corp,4993 Canfekl Rd.PeWoma 94952(707)792.12201 • Cdlu6aw Cu.Co.430 Maw Ave,Santa Clara - Pl.n.on Scan Film - Carmichael Co.,Box 1188,Carmichael 95609(91&483-3041) Schuler A Bow.1129 Huff Are,Mm View •- Plana In DPB Pl.nroan/136 Piens ea Scan FBrn , - Munkdale Boo.,1616 Roil.Rd.Bu fngamu San Francisco-Apartment Bldg O Units)(Add&Renwdrl)2043 Grin St: ins in UPB Plaoroum/140 loduurul laratiopmg Svn,1199 E T.yla Sl Sea 1 p,No Ti g EmeryoWe A Berkeley,Aameda Co-Highway Ramp(Ree)(06115414) Green Valley Corp,201 N Feral San lose No Due Deto ted,No Time Set(hITM Partnership,Arcb,San Frarcereol; Arrow Dadra Box 4268.Saou Chia Project Reported Jan 22 (Oa-ALA-803.8/6.6U 00n.o I Due Feb 5,3 Pal(Side of CA Dept.Tram.Owner, pen. Prospective Bidden Sac tot;Project Reported Jan 8 Peope'a Caw.1210 L'Avemd..M V .'" ' Blacko.k Caret..Cladvkw Rd,Sausalito 94965(II3g32-6394) Prospective Bidden Reyumalirl Sob Bids Larnptee G.rdn Soon no Boa f54 too G.R. • Teen Kung Co..59 Columba Ave,SF 94111 415/95602931 - Bay Cities Paring&Grading Inc(AEOE),5200 H0•n ovo^Are,Relmn.948(/9 Land Crvfun,Boa 210016.5P _.4._. t "47 c �, g ( RAT Lndscape.,520 Doolittle,San Leandro '. i.e eY plane on Scam Film (415/5244611)(minonry sob bids m) '• •• ' Wda Yiaa IMiwea•(8500 Vain C.Y.P4 Shcra 4i= '` Pleas to UPB Plareuam 1107 .' Its M 83.46 Conn Co(AEOE),7500 Ewrprl.Ave,Hayward 41510 PMT.26 Becb ill Co,Lafayette k S.Jose,Santa Cara Co-Tbe Wood.Ap.nmeu Complex(PI00ae 3)(11 (C 1Jones&So)( '9 010).cob bid.r50. Term Landrapng,1201 32nd Ave.Oakland Bb 228 Unla):No Due Dale Sal,No Time Set(Pleas From 0000801;Prof 0 C torus&Sam Inc Irc Is regj 1320 4N A.Berkeley 91710(413/326)121) 8•' (mfc/wbadbc sob bids rep ( Ku6kin{rum.223 Suburbm Rd.San We ODuw j t Reported J.0 9 - McGuire&Heuer Cu,796 6686 Ave,Oakkd 94621(413/632.7676) r• California L.ralanping,1424 Caplan Cl Fool/old (caner Neyunnug Sub Bide Gallagher & Burk )A000). Box 7277,'Oakland 91601 1113261.0166) Conoco CO,,900 N San Animas Rd 58 101,Ire Alms ._• Ar.,0 Development(Owner)Eli Reinhardt(l Chg),Box 5366,San pee 95105 (mbe/wbePdbe sob bids req) - hlwterer-N'ae Ceaiec BW1 R®+del:lute Feb S,J Pht(WaR.m Halm,Anh. (408/7714/W01(bkk in all tr..except clot Adenineal Prospective Bidders Mamrrerl.Project Reported Jas 39 _ TWare-Induvtrtal Park(3 Warehouse/0fned Bldg.No Due Date Sea,No Ting Valentine Surfacing Co,B.768,McMinnville OR _ Prospective Bmders Ncyuoliog Sub Bids S.IP01. From Owner/;Project Repwid Dec 03 Wee Bay Cone,1826 Industrial Wily/24,Aedwad Coy Joseph B Free..80 430,'Monterey 93942(408/649-3400) _. Owner Requesting Sub Bide ,..5.0,,,..,,,,„,&Sacrmouao Cm-Bo bg&Id[e(WTd.e&5nr•e�-1 Tombkwn Inc,651 S Sanborn.Salinas 93901 1408/422-96961 ..v.-i_., Venturers Ill Inc(Owner)Don Harwell or Wayne Moles(In Chi),1360 W 18th (18-317601)IIOaJ-Sac-99-391.4/34J,1.1/051:Dw Jo.15,2 Phi(SW.a1 Addleb"W Pro.p"il.e Bidders St.Macs/95340(209/2754430)(bids to all Irene CA Dept of Tram.(honer.Savnmmul;Project Reported Da 4 . • Paquin Cow Co,284 Foam St,Monterey 93940(408/375.1620) . Pam on Scan Him Prospective Bidden R09001m1 Sub Bob Daniels&Houe.Box 1470,Monterey 93940(400/373-4761) Planes In UPB Pl.w000/155 j K0wn Pacif(AEOE),5400 Mush Dr,Concord 94320)415/686-30301(mM Mountain Vice&Polo AM,Santa Clare Co--Ealeing Roadway(Became 0. sob beds req (04SCI•1e1.44.8/52.61:Due Feb S,2 PM(Sate of CA Dept of Trans,Owner, Monday, February 4 — C C Meyers Inc,3286 Fitzgerald 0.d,Rancho Cordova 95670(91&673A7701 S.cranenta:Pru ect Reported Dec 27 Dan Caputo Co no(AEOE).202 sewn Rd,Su sou 93111µ08/227.70001 Prospective Bidden Reyueatiag sob Bids Atwater,Merced Co-Atealows Corivakscrnt Ilmpial:Des Feb 1,12 Noce lmbe/wbe/dbe sob bola req/ - Bey Cue.Pares&Grading Inc(A.OE),5200 Huntengmo Are.Buena.94801 - 01.))from Merced C Project Neponed Jan 22 Harold 1 Ywnget Co Inc(AEOE).Bea 15868,Sacm 95852(916/381.1360) (/15/524.7611)EOlil.n sob btd req) (1C Requesting Sub BIM (minority sob bids mq) P.m Ciao Co(AEOEL 120 Gres.Rock Wy,Sea lose 93136(408225-2033) M Colwgh Cu.Inc(Hob GC),2662 palm Ave,Atw.m 95301(209/3!8-1554 Additional Prospective Bidders • ( Fry sub b.l soy/ - (beds on all trades) SY61w Reid,Boa 100,Folram Mach Craw Co(AEOE), Mot 729, Mm 9100 91042µl7/967-2125) - Plaw ors Sow,FUm Hamilton Corot Co,Box 659.Spnngfdd �," • (mbe/wbc lobe sob bade«q). Baru In Sc a Plowman o/!] W B Skinner,Box 781,Pleasanton Wens Cone Co(AEOE),964 Seokmn Ave,San lose 95110µ0V793-3669) Rosa Bros Corot Calif Inc,3501 Braoklake Rd N.Salem OR (mbc/wbeldbs sob bids reap , Dublin,Aame..Co-Street Impr oemenu Village Parkway:Des Feb 4,3 PM Griggs Curp.Box 627.Cannchsel .. Spencer Corp.802-K W Calus Ave,R.I..92374(71447927103) . (City of 0.6/I,,Owner,0061101;Project Reported Jan 14 Unnd Budge Corp.Boa 5131.90411U1 O'Grady Paving Inc,2313 Wyudau A.Mm View 94043(413/9661926) ' . , Prmpoolre Bidden lamenting Sub Olda Hayward,Muneda Co-Add A Alt to S K Toyota:Due Feb 3,4 PM(Hirsh Add0Oa0 Prospective Bidden - , DLT Lndeeping Inc,Box 2330,Dublin 94568/413/828-63781 Mortw,Mcb,lafaydeelV ProJed R.V•0fed Ju,9 John Edwards/McGuire de Heater,796 66th Ave,ONd.W • T 1 Gardener.699 Clem So.San L<wdro 94577(415/483-06'4) pros tin tlldden Rryie ling Sub ef6 R L Choices Irc.42017 Booed Rd,Fremont - : . Amen Concrete.34151 Bawls Way Unwn City 94547(013/487442M Power/An arson Gen I:ng,Cooe,2271 Cheloston Rd,Mm Vkw- _ Valley Creel Ldv.pe Inc(AUDP.),7043 Cunuw,ce Co.Ple.0.neon 94566 Kirkland Curet Clb 2741 9th 2l Dia..TlO(413/Yd 251811 0 Clones&Sum.1520 Fie.St,Berkeley _ •6,.. . µ15/462.66a)(imiaeity sob bah ray) 1Grkiand&lr,uiw Inc, 2280 Dirra,.,1 WvJ Su 221, Curcad 94320 CHUM 11,11.2200 Powell St 004 Pb,Emeryville 6,'0 (415/6767 @6) W B Sloane,Boa 781.Plwao0w TMT Landscape Inc.26 Richelle U,1064,le'1.1149(115217-1171) Rd Feather Cone Irc 0 nob 6,27631 Indoor.Blvd,Hayward 91345 I" Munk.<Hr.Inc IMME),1616 Buil.Rd,Wrong..9M110µ15/402-1616) (415/782-3933)(mituuiry sob bird req) Wee Bey Co.1020 Industrial Way/24,Redwood Coy „ (miwnry sub bkk ray) Additional Proapnlere Bidden Pk...aw,Alameda Ca-Hnd 1300 Rama)&Swim Pool(a)Omoo BU NN. Wayne n Pr,apectbe Bidden Ken P. Come,24.5 2nd 5t,1aywud 94541(415/51.36691 &Park/ c M - Wayne Swisher,Re I Box 410 Hwy 4,Antioch prsw n8 Gem.1!'40 Track):Due Feb!,3 P IFaMad 1 G.a.Arab. Robe.Q.uwn Irc,22390 Thunderbird PI,Hayward Pam w Sean 960. - Sou Yr.rcl+e.l PF Cone,1010 39a Ave.OaDa,.l Baru in UPB Pleas an 803 Prmpanre Blddeca - L MCE Corp,7 Crow Canyon Ct 1200,S.Rdnw Mann-Rued Imanot.(Moro Wm.Valley Rood N..do Valley Rued:Due Mason Co.Boo 1013.Lafaywe A - G.uway Cow Inc.46 Mekenbaclm0 Cir,Livomone Feb 5,2 PM(County of Mann,Ow,er,S..Rafts);Projac Rep.wtd 3.022 Emerald Pool,.1843 Clecier Cl.Mamrca _ . Ron ViWu,430 Moron 400.Sara Gen. Prmpactire Bidden Reyuwal Sob 1140. Mun4ak&m.1616 Rollins Rd.Burlingame :.1 . Canino de Durward,1637 Fra.,seo Biel.San Read Gbiout Moe IAEOEL 525 Jacoby Se,San Rand.901 µI5/45470111 B L Cohen Lartlseapng,230 Comm..St.Son Jam . K O Swenson&Co Inc.I.S flnlvtew Dr.Milpitas (mbelw4/dbe sob Inds rogl Conway Cow.46 M.kenb.00.,RJ.I.r<rm)e W R Fink Caw Cu(AUOE(42 loner..Wy.G,eeubo 94904µ13/92F%721 Colliel'Z Craw,430 Martin Ave,Oaa4d Dub.,Alameda Cu-Shea Improvemeno Var Lc.tl.m:Dim Fab 4,2 PM Imbe/wtx/dbe sob bate real Roden Qwumn,22390 Thunderbrd PI,Hayward . • (City or Uubiin•Owner,Uvba,l Pr Den Reported Jan If Adlllbwl Prmpec1ly.131.Bc. Darrell Murrill.1499 Danville Blvd.Alamo - Prmp<cnn Bidden Retemelng Sub Blue • Vintage Grading&Ya3454 Moe 2997,Napa Shooter&BUSY.1300 N Peens Rd,Mdrord OR • - - Ambu Concrete,34151 Zwwig Woo,Union Coy 94587µ1S/487-2424) pus 3458.Lea,Ia/d Commend Pods.3.7 Om Saw Rio Rd.Plea.neon 1 H Pnrnuurue Co(AEOE),2867 IIu4aWi St,Gotland 9460111413/444.7361) &mm�-Ualuw, . Ma &ono/,4.555 Dubo0 S0.sea Rd.] Anthony Pools.990 S Winchester.San lots ggwra Deren Lens. Minority.tab bide roe North Bey caul.431 Pay,.St.PeWuou 1.06 Muuc,3163 WJlusw Boa w 0d,PuOburg Additional Prospective Bidders MTL Gnu.165 Irvin St.San Rahel _ .. _. .a""_ • FEBRUARY 7, 1985 R ECEIVED MR. RICHARD AMBROSE /1995 CITY MANAGER, CITY OF DUBLIN F EB 6500 DUBLIN BLVD. -or Up BIN BL DUBLIN, CA REFERENCE: PROJECT #84-11 DEAR MR. AMBROSE: THIS PROVIDES A NARRATIVE OF ROSENDIN ELECTRIC, INC. 'S GOOD FAITH EFFORT AND ACTUAL ACHIEVEMENTS TOWARDS THE CITY'S 10% DBE AND 1% WBE GOALS. THIS ALSO RESPONDS TO ANY QUESTIONS OR PROTESTS TO ROSENDIN ELECTRIC, INC. AS A RESPONSIVE BIDDER. ROSENDIN ELECTRIC, INC. WILL PERFORM THE ELECTRICAL WORK ON THIS CONTRACT. ALL OTHER WORK WILL BE SUBBED OUT. OUR COMPANY HAS PURCHASED ELECTRICAL SUPPLIES FROM A DBE AND WILL USEA DBE OWNER OPERATOR TO PERFORM TRENCHING WORK. M.C.E. WILL USE THIS DBE OWNER OPERATOR FOR BACK HOE SERVICES. THE DOLLAR VALUE OF THOSE SUPPLIES AND SERVICES ARE AS FOLLOWS: BAYSIDE ELECTRIC POLES $29, 098.00 LUMINARS 3,590. 00 LAMPS 900.00 CONDUIT AND MISCELLANEOUS 10,000.00 MATERIAL SUBTOTAL $43,588.00 PEREZ BACK HOE SERVICE (OWNER OPERATOR) R.E.I . $ 2,000.00 M.C.E. 2,000.00 SUBTOTAL $ 4,000.00 TOTAL $47,588.00 1853 Embarcadero, Oakland, CA 94606 Tel.(415) 536-1007 Mailing Address: P.O. Box 12706 Oakland, CA 94604 CITY OF DUBLIN FEBRUARY 7, 1985 PAGE 2 TO RESPOND TO ANY QUESTION OF ADDITIONAL GOOD FAITH EFFORT, WE FOLLOWED AN ESTABLISHED METHOD OF CONTACTING BOTH TECHNICAL DATA CORPORATION AND THE MINORITY CONTRACTORS ASSOCIATION OF NORTHERN CALIFORNIA AND REQUESTED THEIR ASSISTANCE IN NOTIFYING CERTIFIED D/WBE'S OF OUR INTENTIONS TO BID THIS JOB. TECHNICAL DATA CORPORATION PROVIDED A LIST OF CONTRACTORS. PHONE CONTACT WAS MADE TO ELEVEN FROM THAT LIST. FURTHER, WE DIRECT MAILED REQUEST FOR BIDS TO ANOTHER TEN D/WBE FROM OUR OWN CALTRANS DIRECTORY. THE DAILY PACIFIC BUILDERS LISTING FOR FEBRUARY 4, 1985, DID NOT LIST US AS PLAN HOLDERS. WE DO NOT KNOW WHY, AS WE ARE PLAN HOLDERS. THIS LISTING IS AT THE DISCRETION OF THE BUILDER. SINCE IT DOES NOT INVITE D/WBE'S TO BID, WE HAVE NEVER VIEWED IT AS A STEP TO GOOD FAITH. WE MAINTAIN AN OPEN PURCHASE ORDER FOR CLASSIFIED ADDS WITH THE SUN REPORTER AND OAKLAND POST/EL MUNDO. THESE PAPERS WERE CONTACTED. THE POST COULD NOT TAKE THE ORDER. WE ARE PRESENTLY LOOKING FOR OTHER MINORITY FOCUSED PAPERS TO SERVICE THIS AREA. IF YOU ARE AWARE OF ANY, PLEASE PROVIDE THIS INFORMATION TO US. IN REVIEW OF FR-4, APPENDIX A, ITEMS 1) THROUGH 9), ROSENDIN ELECTRIC, INC. HAS MET THE GOOD FAITH EFFORT. OUR MEETING AND EXCEEDING THE 10% GOAL SHOULD CLEARLY DEMONSTRATE OUR RESPONSIVENESS TO THE BID REQUIREMENTS. WE CALL ON THE CITY OF DUBLIN TO EXERCISE ITS GOOD JUDGMENT AND AWARD THIS CONTRACT TO THE LOW BIDDER, ROSENDIN ELECTRIC, INC., AT $441,234. 09 AND NOT WASTE $191,620.53 OF TAX PAYER'S MONEY. SINCERELY, ROSENDIN ELE TRI , INC. ROBERT L.\WILLIAMS EEO ADMINISTRATOR RLW/JW ENCLOSURES JANUARY 29, 1985 MINORITY CONTRACTORS ASSOCIATION 610-16TH ST . #214 OAKLAND, CA. 94612 CITY OF DUBLIN VARIOUS STREETS RECONSTRUCTION DUBLIN BLVD . /AMADOR PLAZA ROAD BID DATE : FEBRUARY 4, 1985 GENTLEMEN : ROSENDIN ELECTRIC, INC . IS BIDDING ON THE ABOVE REFERENCED CONTRACT AS A PRIME CONTRACTOR, IN OUR ON-GOING EFFORTS TO DEVELOP CONTRACTING RELATION- SHIPS WITH NON-MAJORITY OWNED COMPANIES, WE ARE REQUESTING YOUR ORGANIZATIONS ASSISTANCE IN NOTIFYING M & WBE ' S OF OUR INTENTIONS TO BID AND REQUEST FOR THEIR SUB-BIDS . THIS CONTRACT IS SUBJECT TO THE DEPARTMENT OF TRANSPORTATION ' S M & WBE PLAN, HOWEVER, WE WELCOME BIDS FROM ALL M & WBE ' S WHO HAVE NOT YET OBTAINED DOT CERTIFICATION . PLEASE CONTACT BOB GRAY, AT (415) 462-9347 OR THE UNDER- SIGNED AT (408) 286-2800 . SINCERELY, ROSENDIN ELECTRIC, INC . ROBERT L . WILLIAMS EEO ADMINISTRATOR RLW: LS Iwo No Ntibury Rd , Sin JosP, Col it ')5133 ltd (40,q1286 2800 .1diIrt I'() Rot ,i)61 San Jotr'. (' ()-)1-0) .061 JANUARY 29, 1985 TECHNICAL DATA CORPORATION 1900 POWELL STREET EMERYVILLE, CA. 94608 CITY OF DUBLIN VARIOUS STREETS RECONSTRUCTION DUBLIN BLVD. /AMADOR PLAZA ROAD BID DATE : FEBRUARY 4, 1985 GENTLEMEN : ROSENDIN ELECTRIC, INC . IS BIDDING ON THE ABOVE REFERENCED CONTRACT AS A PRIME CONTRACTOR. IN OUR ON-GOING EFFORTS TO DEVELOP CONTRACTING RELATION- SHIPS WITH NON-MAJORITY OWNED COMPANIES, WE ARE REQUESTING YOUR ORGANIZATIONS ASSISTANCE IN NOTIFYING M & WBE ' S OF OUR INTENTIONS TO BID AND REQUEST FOR THEIR SUB-BIDS . THIS CONTRACT IS SUBJECT TO THE DEPARTMENT OF TRANSPORTATION ' S M & WBE PLAN, HOWEVER, WE WELCOME BIDS FROM ALL M & WBE ' S WHO HAVE NOT YET OBTAINED DOT CERTIFICATION . PLEASE CONTACT BOB GRAY, AT (415) 462-9347 OR THE UNDER- SIGNED AT (408) 286-2800 . SINCERELY, ROSENDIN ELECTRIC, INC . ROBERT L . WILLIAMS EEO ADMINISTRATOR RLW : LS % 880 No \1ahury Rd San Ic>�e, C.tlit 95111 fi I (4U8) 286-28110 ' r •\t'.c;n•,s I'0 11-. -d)(,1 ti,rn ,. ( ,r 'l"1,O SUhI 2-4-85 CITY OF DUBLIN VARIOUS STREET RECONSTRUCTION ;:BID DATE : FEB. 4, 1985 GOALS - 10% DBE, 1% WBE WORK - PAVING & GRADING, CONCRETE, SIGNING AND STRIPING, AND LANDSCAPE CONTACTS RESPONSE 1-30-85 NO RESPONSE . MBE ZEBRA STRIPING (415) 568-2767 MBE STANDARD STRIPING RICHARD LOPEZ (408) 227-0535 WILL CONTACT BOB GRAY MBE VICKERS CONCRETE GEORGE ABOGADO (408) 923-0202 WILL CALL BOB GRAY ON MONDAY . MBE PERALTA & SONS ANS . SERVICE, LEFT (415) 236-1813 ; MESSAGE, RET ' D CALL DOES NOT DO PAVING . MBE WEST BAY CONTRACTORS _ NOT BIDDING (415) 363-1696 MBE O 'GRADY PAVING 11 : 45 WILL CALL BOB GRAY (415) 966-1926 - NOT BIDDING WBE J. F . HOURIGAN 11 : 50 CHUCK WILSON (415) WILL CONTACT BOB GRAY ON MONDAY 2-1-85 MBE R. L. CHAIDES 9 : 15 WILL CALL REX ON (415) 656-9000 MONDAY MBE TORRES CONCRETE (415) 967-7219 MBE FRANCIS CONSTRUCTION 9 : 35 ANS . SERVICE LEFT (415) 465-5070 MESSAGE MBE MILES LOCK 9 : 40 NO ANSWER (415) 635-9088 11 : 00 NO ANSWER WBE PATRICIAN CONST . 11 : 30 RECORDING LEFT (415) 829-2249 MESSAGE ' - P.O. BOX 5 . 1 — 880 MABURY ROAD _ SA r _, CALIFORNIA 95150 0 URGENT — REPLY IMMEDIATEL • (408) 286-2800 El NO REPLY REQUIRED / — DATE ' 1 T ____ .<:- _ ./ . • ..... ..e.,/,...c" (/ , '-/;„ -,,,'• ,...,i SUBJECT. 496.-1; / ....../.:,;'...- -I, -- - .e../ - r2=a141 • 7 , i' •' .,) e ./11.5 I C.- /.. /1./ ..(4 t,..) ..1 • .1 ' ..). .....' L.1 /- .• )' .1:– ,...I. .j ..--• .,' ilj !-- ‘.. '.':.) ,,:e e_r A ',..'')..'■. .1 t-1 [A.Z.--, -c- ea 7/ f.;.,,, dz-- : I (i) .., ( 1 I c!...)..—, ,.. .e•?.7.-- :.":7'.•',., . .• • '..,-,„ ,•• • -• • ,,• • .....- --, . -- / / cz tt,--/ / ,:i , -. / .•.:' /..:)...-;/e , /4%;..,-.- .c.--7:o v e" /....4.-77/;-:, es.,-.2'e....( .7"-c_,./ (---et-z-t-- -C--Vi. / - '. (..--; 1 . or - (---1--- - -----, 4,17 r\( ( C,kikAl•__,-.._ , - . , i\ 1 - ' \ V,A. :IT -\ Li._ • , •,:c.r.o ( .....--:\-----..„, •_,- . 1L • - —A RECIPIENT— RETAIN WHITE COPY — RETURN PINK COPY —TO MAIL IN WINDOW ENVELOPE — USE FOLD MARKS 0MERYVJ4< G 4 r.s r J i :4—I i W ,,,,',14f I 3 ;t D Q r b 'a ? Z u �t .4 � 4 O TECHNICAL 4 r V DATA ° ir t `' > * ? o CORPORATION January 30, 1985 '; �, vL`''`1 .L V'4 r.,, t.ti/ i'"-/ cnj c-1 Mr. Robert L. Williams 1 l.,t�; Rosendin Electric, Inc. -' .^ -)1%\;;.):%). P.O. Box 5061 r San Jose CA 95150-5061 Re: City of Dublin Notice to Contractors Dear Mr. Williams : Enclosed is a list of DBs and WBEs . The ones that have been checked are in the area. The entire Catrans DB/WBE list should be checked for a look at the total universe of certified DB/WBE firms . Sincerely, " \( 1 / , Jt j(- 1 ; i t` ( . ; 1'.1 Jerome 0. Hutton Contract Service Coordinator JH:cj encls . 1900 POVI1 LL SI 101 NORTH LA[1REA AVE. 3435 CAMINO DEL RIO SO SUITE I IJI) Str'_/07 SUITE 218 EMLI"VILLE.CA 944/I8 IN.!I_EWUO).CA 70301 SAN DIEGO.CA 92101 141`.)6,2 8851 (:1.1)671-1S'Y) (6191 282 1185 KUblifiVIN L U' - IV, 111U P.O. ALI 5061 I PURCHASE ORDER NO. iI QQ SAN JOSE, CALIFORNIA 95150 MUST APPEAR ON ALL DOCUMENTS AND PAC AOS8j CONTRACTORS AND ENGINEERING (408) 286-2800 LICENSE NUMBER C-10 142881 $" CONFIRMING DD NOT DUPLICATE Y* CD DIV. ORDER PL ACED WITH IN PERSON BY PHONE BY WIRE VENDOR NO PO DATE I REQUISITIONER BUYER PAGE X 05391 9/18/84 I ROBFRT-411 j.LAbS 1 INSTRUCTIONS AND CONDITIONS • • 1. Instructions on face and reverse side apply to this order.V REPORTER �5 l v S SHOP 2. Place Order Number on all packages,bills of lading and Invoices. E Ii 3. Seller warrants goods shipped produced In accordance with N I applicable provisions fair labor standards act. D 1365 TURK P 4. No charges for packing or crating will be accepted unless O SAN FRANCISCO CA 94115 previously agreed on. S. Invoice Promptly.Send three copies of Invoice. R T C 03 6. Discount period will be calculated from date of receipt of material, 0 or receipt of invoice,whichever Is later. 7. Invoice and correspondence to office only. DBI" ' '_A REFERENCE PAYMENT TERMS '.O B.POINT PARTIALS't1PMEI,TS ,. vii ENTRY WEEKLY P 0 S PERMITTED NOT PE° ITFD YOUR CELT---Y P O PAY COST COST PART NUMBER&DESCRIPTION DATE QUANTITY U/M UNIT PRICE AMOUN. TEM ITEM CODE TYPE REQUIRED TAX RATE 01 GLM 0960931 EEO EMPLOYMENT MOE CONTRACTCR WILL ADVISE 1000.00 ADS LLi.E.;I,; FSIIMA TED FRLIC;NT 1 N(06,1-•()- BY 1 ,000.0.- ----- -- — — - - ---- - -- - --- — �a P.O. 5061 PURCHASE ORDER NO. 13099 SAN JOSE, CALIFORNIA LI N 95150 (MUST APPEAR ON ALL DOCUMENTS AND PACKAtES) CONTRACTORS AND ENGINEERING (408) 286-2800 LICENSE NUMBER C•10 142881 . CONFIRMING DD NOT DUPLICATE YY . CO DiV ORDER PLACED WITH IN PERSON BY PHONE BY WIRE VENDOR NO P O DATE REQUISITIONER BUYER PAGE _ X 05583 9/18/84 ROBERT WILLIAMS __1 INSTRUCTIONS AND CONDITIONS • `.r THE POST/ALAMEDA P8 S • SHOP 1. Instructions on face and reverse side apply to this order. E -76 U �� H 2. Place Order Number on all packages,bills of lading and Invoices. 3. Seller warrants goods shipped produced In accordance with N 630 2 0TH ST I applicable provisions fair labor standards act. D p 4. No charges for packing or crating will be accepted unless 0 OAKLAND CA 94612 previously agreed on. R T 00000 5. Invoice Promptly.Send three copies of Invoice. 0 6. Discount period will be calculated from date of receipt of material, or receipt of Invoice,whichever Is later. 7. Invoice and correspondence to office only. JOB NUM-1.R REFERENCE . PAYMENT TERMS F 0 e.POINT PARTIALSHIF6tct.i S I rii .fA ENTRY WEEKLY P 0 S x, I YOUR DEL �Y PERMITTED NOT PE- TIED P O PAY COST COST DATE I SALES ITEM fiEM CODE TYPE PART NUMBER&DESCRIPTION REQUIRED 1 QUANTITY U/M UNIT PRICE 7AX RATE AMOUI.. 101 GL': 0960931 EEO EMPLOYMENT MBE CONTRACTORS WI L ADVISE 10001.0 ADS .r.TC, F l INIATEP FREIGHT _ � -'i 1 7J /7'./7'. !c_' -). tiY 1 9 000.0