Loading...
08 Staff Report.2024 Annual Concrete Award with attachments PREPARED BY: Gary Heap Town Engineer Reviewed by: Town Manager, Assistant Town Manager, Town Attorney, Finance Director, and Public Works Director 110 E. Main Street Los Gatos, CA 95030 ● (408) 354-6832 www.losgatosca.gov TOWN OF LOS GATOS COUNCIL AGENDA REPORT MEETING DATE: 05/07/2024 DATE: May 1, 2024 TO: Mayor and Town Council FROM: Laurel Prevetti, Town Manager SUBJECT: 2024 Annual Curb, Gutter, and Sidewalk Maintenance Project (CIP No. 813- 9921): a. Award and Authorize the Town Manager to Execute a Public Works Contract with Villalobos and Associates in the Amount of $409,480; b. Authorize Town Manager to Execute Change Orders in an Amount Not to Exceed Ten Percent (10%) of the Contract Award Amount; c. Authorize an Expenditure Budget Transfer in an Amount of $185,331 from the Annual Street Repair and Resurfacing Project (CIP No. 811-9901); and d. Approve the Project Construction Plans as Required by Government Code 830.6 – Design Immunity RECOMMENDATION: 2024 Annual Curb, Gutter, and Sidewalk Maintenance Project (CIP No. 813-9921): a. Award and authorize the Town Manager to execute a public works contract with Villalobos and Associates (Attachment 1) in the amount of $409,480; b. Authorize Town Manager to execute change orders in an amount not to exceed ten percent (10%) of the contract award amount; c. Authorize an Expenditure Budget Transfer in an amount of $185,331 from the Annual Street Repair and Resurfacing Project (CIP No. 811-9901); and d. Approve the Project Construction Plans as required by Government Code 830.6 – Design Immunity BACKGROUND: The adopted Fiscal Year (FY) 2023/24-2027/28 Capital Improvement Program (CIP) Budget designates funding for the 2024 Annual Curb, Gutter, and Sidewalk Maintenance Project PAGE 2 OF 5 SUBJECT: Annual Curb, Gutter, and Sidewalk Maintenance Project (CIP No. 813-9921) DATE: May 1, 2024 BACKGROUND (continued): (CIP No. 813-9921). The goal of this annually funded project is to replace and improve damaged or outdated curbs, gutters, sidewalks, driveways, and curb ramps within the Town’s jurisdiction to address safety and operational issues and to improve accessibility. For the 2024 Annual Curb, Gutter, and Sidewalk Maintenance (Concrete) Project, a large portion of the work focuses on replacing or retrofitting curb ramps for compliance with the Americans with Disabilities Act (ADA) and other accessibility requirements. Title II of the ADA obligates jurisdictions to upgrade non-conforming curb ramps when streets are resurfaced from one intersection to another. The United States Department of Justice has determined that surface treatments such asphalt overlay, rubber cape seal, and micro-surfacing trigger the requirement for ADA compliant curb ramps on associated streets. DISCUSSION: The 2024 project was advertised for bid on Friday, March 8, 2024. On April 3, 2024, bid packages were opened and two contractors submitted bids: RK Engineering and Villalobos and Associates. A summary of bid results is presented in Table 1 with Villalobos as the apparent low bidder. A completed Bid Summary is in Attachment 2. Table 1. Bid Summary for 2024 Curb, Gutter, Sidewalk (CIP No. 813-9921) Base Bid Add. Alt. 1 Add. Alt. 2 Total Bid Amount Engineer’s Estimate $454,000.00 $60,000.00 $23,400.00 $537,400.00 RK Engineering $453,140.00 $69,250.00 $25,720.00 $548,110.00 Villalobos and Associates $349,670.00 $42,300.00 $17,510.00 $409,480.00 Following the bid opening, the Town received a Letter of Bid Advisory from the Foundation for Fair Contracting (FFC) (Attachment 3). In the letter, FFC made four specific allegations against Villalobos and Associates. Specifically: • Ongoing Violations of Prevailing Wage Laws Resulting in Wage Theft • Failure to Comply with Bid Specifications/Unfair Competitive Advantage • Failure to Comply with Workforce Development and Formal Apprenticeship Programs • Occupational Safety and Health Administration (OSHA) Violations Resulting in Fines Issued and Upheld PAGE 3 OF 5 SUBJECT: Annual Curb, Gutter, and Sidewalk Maintenance Project (CIP No. 813-9921) DATE: May 1, 2024 DISCUSSION (continued): In response to the letter, staff met with Villalobos and Associates on April 16. In addition, Villalobos has provided a written response (Attachment 4). The concerns raised in FFC’s letter have been reviewed by staff and evaluated independently based on the discussions with Villalobos. Staff has determined that Villalobos had reasonable responses to each of the allegations, and that they have put measures in place to ensure that these issues will not occur on this job. The discussion of the allegations follows: 1) Prevailing wage violations: Complaints of prevailing wage violations were made with regard to projects in Saratoga and Morgan Hill. For the Saratoga matter, Villalobos paid a penalty. The Morgan Hill matter is currently being investigated by the Department of Labor Standards Enforcement. A determination has not been made. Villalobos has taken recent steps to assure internal compliance with prevailing wage tracking, and assured Town staff that it will comply with prevailing wage laws. This requirement is described in Section 7.2, Prevailing Wage, in the draft contract between the Town and Villalobos and Associates. 2) Failure to Comply with Bid Specifications/Unfair Competitive Advantage: Town staff does not have any evidence that this has occurred with the Town’s bid on this project or in other jurisdictions 3) Failure to Comply with Workforce Development and Formal Apprenticeship Programs: A complaint regarding failure to employ apprentices in another jurisdiction are currently being investigated by the Department of Labor Standards Enforcement. A determination has not been made. The Department of Industrial Relations (DIR) requires all public works contracts valued at $30,000 or more to carry an obligation to hire apprentices. Villalobos has assured Town staff that it will comply with the State’s apprenticeship requirements. This requirement is specified by the DIR, and Section 7.3, DIR Registration, requires the contractor to register with DIR for this project. 4) OSHA Violations: In reviewing the FFC allegations and bid documents submitted by Villalobos and Associates to the Town, staff noted that Villalobos had not claimed any past OSHA or Cal OSHA violations even though there had been a previous determination of an OSHA violation in another jurisdiction. Villalobos stated that this was an administrative oversight by the individual who filled out the bid form. If a future OSHA violation is filed for work being done in Los Gatos or another jurisdiction while Villalobos and Associates is under contract with the Town, the draft agreement includes language that requires the firm to notify the Town immediately of the violation. This error in the bid documents does not cause the bid to be unresponsive. PAGE 4 OF 5 SUBJECT: Annual Curb, Gutter, and Sidewalk Maintenance Project (CIP No. 813-9921) DATE: May 1, 2024 DISCUSSION (continued): Based on the meeting with Villalobos and the follow up letter, staff believes that Villalobos is working to rectify these issues. In addition, the draft agreement with Villalobos and Associates contains safeguards to address all of the issues raised in the FFC letter. Villalobos and Associates was also awarded the Town’s 2021 Curb, Gutter, and Sidewalk contract and completed the work without incident or issue. Based on this, staff recommends that the Town proceed with award to Villalobos and Associates. During execution of the contract, PPW staff monitors work site safety consistent as the Department does with all contractors that perform Town-funded work. While the Town is not responsible for verifying that the correct wages are paid to the contractor’s employees, Town staff are responsible for verifying the appropriate records are submitted to the State of California for their review, and this will be completed for the Villalobos contract. Government Code 830.6 – Design Immunity states that neither a public entity nor a public employee is liable under this chapter for an injury caused by the plan or design of a construction of, or an improvement to, public property where such plan or design has been approved in advance of the construction or improvement by the legislative body. Since this project was not brought to Town Council with a request to bid, at which time approval of the construction plans would have taken place, staff requests that the Town Council also approve the construction plans for this project. The project construction plans can be found at the following link: https://www.losgatosca.gov/108/Capital-Improvement-Program CONCLUSION: The proposed actions would allow the Town to proceed with executing an agreement for construction services with Villalobos and Associates to complete the annual curb, gutter and sidewalk work within the Town. COORDINATION: This memorandum has been coordinated with the Finance Department and the Town Attorney’s Office. PAGE 5 OF 5 SUBJECT: Annual Curb, Gutter, and Sidewalk Maintenance Project (CIP No. 813-9921) DATE: May 1, 2024 FISCAL IMPACT: ENVIRONMENTAL ASSESSMENT: This is a project as defined under CEQA as being Categorically Exempt (Section 15301(c)). A Notice of Exemption has been filed. Attachments: 1. Construction Agreement with Exhibit A - Bid Summary 2. Bid Summary 3. Bid Advisory Letter from Foundation for Fair Contracting 4. Villalobos Response to FFC Claims Budget Costs GFAR 451,332$ Budget Transfer (Approved by Town Council on 11/21/23)(5,500)$ Budget Transfer (Approved by Town Council on 12/19/23)(35,150)$ Budget 410,682$ 2023 Project Construction Costs (7/1/23-7/3/23 Service)89,535$ Contract with Precision Concrete for Additional Sidewalk Repair Services 44,000$ Misc. Expenses 50$ Costs to Date 133,585$ Current Available Balance 277,097$ GFAR 277,097$ Transfer from CIP #411-811-9901 - Annual Street Repair and Resurfacing (Proposed with this Staff Report)185,331$ Budget 462,428$ Construction - Public Works Contract (Requested with this Staff Report)409,480$ Construction Contingency - Public Works Contract (10%)40,948$ Temporary/Part-Time Staff 12,000$ Additional Costs Proposed in this Staff Report 462,428$ Available Balance -$ Curb, Gutter, and Sidewalk Maintenance Project 2024 CIP No. 813-9921 2024 Annual Curb, Gutter, and Sidewalk Maintenance Project CONTRACT Project #813-9921 Page 1 Contract This public works contract (“Contract”) is entered into by and between the Town of Los Gatos (“Town”) and Villalobos & Associates (“Contractor”), for work on the FY 2023/24 Curb, Gutter, and Sidewalk Maintenance Project (“Project”). The parties agree as follows: 1.Award of Contract. In response to the Notice Inviting Bids, Contractor has submitted a Bid Proposal to perform the Work to construct the Project. On April 2, 2024, Town authorized award of this Contract to Contractor for the amount set forth in Section 4, below. 2.Contract Documents. The Contract Documents incorporated into this Contract include and are comprised of all of the documents listed below. The definitions provided in Article 1 of the General Conditions apply to all of the Contract Documents, including this Contract. 2.1 Notice Inviting Bids; 2.2 Instructions to Bidders; 2.3 Addenda, if any; 2.4 Bid Proposal and attachments thereto; 2.5 Contract; 2.6 Payment and Performance Bonds; 2.7 General Conditions; 2.8 Special Conditions; 2.9 Project Plans and Specifications; 2.10 Change Orders, if any; 2.11 Notice of Potential Award; 2.12 Notice to Proceed; 2.13 Locations of Work (Appendix A); and 2.14 Standard Plans (Appendix B); and 2.15 The 2010 Caltrans Standard Specifications, as revised. 3.Contractor’s Obligations. Contractor will perform all of the Work required for the Project, as specified in the Contract Documents. Contractor must provide, furnish, and supply all things necessary and incidental for the timely performance and completion of the Work, including all necessary labor, materials, supplies, tools, equipment, transportation, onsite facilities, and utilities, unless otherwise specified in the Contract Documents. Contractor must use its best efforts to diligently prosecute and complete the Work in a professional and expeditious manner and to meet or exceed the performance standards required by the Contract Documents. Should the contractor receive any violations from OSHA on this project, the contractor is required to notify the Town immediately. ATTACHMENT 1 2024 Annual Curb, Gutter, and Sidewalk Maintenance Project CONTRACT Project #813-9921 Page 2 4. Payment. As full and complete compensation for Contractor’s timely performance and completion of the Work in strict accordance with the terms and conditions of the Contract Documents, Town will pay Contractor $409,480 (“Contract Price”) for all of Contractor’s direct and indirect costs to perform the Work, including all labor, materials, supplies, equipment, taxes, insurance, bonds and all overhead costs, in accordance with the payment provisions in the General Conditions. 5. Time for Completion. Contractor will fully complete the Work for the Project, meeting all requirements for Final Completion, within 40 Working Days from the start date set forth in the Notice to Proceed (“Contract Time”). By signing below, Contractor expressly waives any claim for delayed early completion. 6. Liquidated Damages. As further specified in Section 5.4 of the General Conditions, if Contractor fails to complete the Work within the Contract Time, Town will assess liquidated damages in the amount of $2,000 per day for each day of unexcused delay in achieving Final Completion, and such liquidated damages may be deducted from Town’s payments due or to become due to Contractor under this Contract. 7. Labor Code Compliance. 7.1 General. This Contract is subject to all applicable requirements of Chapter 1 of Part 7 of Division 2 of the Labor Code, including requirements pertaining to wages, working hours and workers’ compensation insurance, as further specified in Article 9 of the General Conditions. 7.2 Prevailing Wages. This Project is subject to the prevailing wage requirements applicable to the locality in which the Work is to be performed for each craft, classification or type of worker needed to perform the Work, including employer payments for health and welfare, pension, vacation, apprenticeship and similar purposes. Copies of these prevailing rates are available online at http://www.dir.ca.gov/DLSR. 7.3 DIR Registration. Town may not enter into the Contract with a bidder without proof that the bidder and its Subcontractors are registered with the California Department of Industrial Relations to perform public work pursuant to Labor Code § 1725.5, subject to limited legal exceptions. 8. Workers’ Compensation Certification. Pursuant to Labor Code § 1861, by signing this Contract, Contractor certifies as follows: “I am aware of the provisions of Labor Code § 3700 which require 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 on this Contract.” 2024 Annual Curb, Gutter, and Sidewalk Maintenance Project CONTRACT Project #813-9921 Page 3 9. Conflicts of Interest. Contractor, its employees, Subcontractors, and agents may not have, maintain, or acquire a conflict of interest in relation to this Contract in violation of any Town ordinance or requirement, or in violation of any California law, including Government Code § 1090 et seq., or the Political Reform Act, as set forth in Government Code § 81000 et seq. and its accompanying regulations. Any violation of this Section constitutes a material breach of the Contract. 10. Independent Contractor. Contractor is an independent contractor under this Contract and will have control of the Work and the means and methods by which it is performed. Contractor and its Subcontractors are not employees of Town and are not entitled to participate in any health, retirement, or any other employee benefits from Town. 11. Notice. Any notice, billing, or payment required by or pursuant to the Contract Documents must be made in writing, signed, dated, and sent to the other party by personal delivery, U.S. Mail, a reliable overnight delivery service, or by email as a PDF file. Notice is deemed effective upon delivery, except that service by U.S. Mail is deemed effective on the second working day after deposit for delivery. Notice for each party must be given as follows: Town: Parks and Public Works Town of Los Gatos 41 Miles Avenue Los Gatos, CA 95030 Attn: Nicolle Burnham, Parks and Public Works Director nburnham@losgatosca.gov Copy to: Janice Chin, Assistant Engineer jchin@losgatosca.gov Contractor: Name:___ Villalobos & Associates______________ Address:___________________________________ Town/State/Zip:_______________________________ Phone:_____________________________________ Attn:_______________________________________ Email:______________________________________ Copy to:____________________________________ 12. General Provisions. 2024 Annual Curb, Gutter, and Sidewalk Maintenance Project CONTRACT Project #813-9921 Page 4 12.1 Assignment and Successors. Contractor may not assign its rights or obligations under this Contract, in part or in whole, without Town’s written consent. This Contract is binding on Contractor’s and Town’s lawful heirs, successors and permitted assigns. 12.2 Third Party Beneficiaries. There are no intended third party beneficiaries to this Contract. 12.3 Governing Law and Venue. This Contract will be governed by California law and venue will be in the Santa Clara County Superior Court, and no other place. Contractor waives any right it may have pursuant to Code of Civil Procedure § 394, to file a motion to transfer any action arising from or relating to this Contract to a venue outside of Santa Clara County, California. 12.4 Amendment. No amendment or modification of this Contract will be binding unless it is in a writing duly authorized and signed by the parties to this Contract. 12.5 Integration. This Contract and the Contract Documents incorporated herein, including authorized amendments or Change Orders thereto, constitute the final, complete, and exclusive terms of the agreement between Town and Contractor. 12.6 Severability. If any provision of the Contract Documents is determined to be illegal, invalid, or unenforceable, in whole or in part, the remaining provisions of the Contract Documents will remain in full force and effect. 12.7 Iran Contracting Act. If the Contract Price exceeds $1,000,000, Contractor certifies, by signing below, that it is not identified on a list created under the Iran Contracting Act, Public Contract Code § 2200 et seq. (the “Act”), as a person engaging in investment activities in Iran, as defined in the Act, or is otherwise expressly exempt under the Act. 12.8 Authorization. Each individual signing below warrants that he or she is authorized to do so by the party that he or she represents, and that this Contract is legally binding on that party. If Contractor is a corporation, signatures from two officers of the corporation are required pursuant to California Corporations Code § 313. [Signatures are on the following page.] 2024 Annual Curb, Gutter, and Sidewalk Maintenance Project CONTRACT Project #813-9921 Page 5 The parties agree to this Contract as witnessed by the signatures below: TOWN: Approved as to form: s/_______________________________ s/__________________________________ _Laurel Prevetti, Town Manager______ _Gabrielle Whelan, Town Attorney______ Name, Title Name, Title Date: ___________________________ Date: ______________________________ Attest: s/_______________________________ _Wendy Wood, CMC, Town Clerk______ Name, Title Date: ___________________________ CONTRACTOR: __ Villalobos & Associates __ Business Name s/_______________________________ Seal: _________________________________ Name, Title Date: ____________________________ Second Signature (See Section 12.8): s/_______________________________ _________________________________ Name, Title 2024 Annual Curb, Gutter, and Sidewalk Maintenance Project CONTRACT Project #813-9921 Page 6 Date: ____________________________ ___________________________________________________ Contractor’s California License Number(s) and Expiration Date(s) END OF CONTRACT 2024 Annual Curb, Gutter, and Sidewalk Maintenance Project PAYMENT BOND Project #813-9921 Page 7 Payment Bond The Town of Los Gatos (“Town”) and __ Villalobos & Associates __ (“Contractor”) have entered into a contract for work on the 2024 Annual Curb, Gutter, and Sidewalk Maintenance Project (“Project”). The Contract is incorporated by reference into this Payment Bond (“Bond”). 1. General. Under this Bond, Contractor as principal and ____________________________, its surety (“Surety”), are bound to Town as obligee in an amount not less than $409,480, under California Civil Code § 9550 et seq., to ensure payment to authorized claimants. This Bond is binding on the respective successors, assigns, owners, heirs, or executors of Surety and Contractor. 2. Surety’s Obligation. If Contractor or any of its Subcontractors fails to pay a person authorized in California Civil Code § 9100 to assert a claim against a payment bond, any amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of Contractor and its Subcontractors under California Unemployment Insurance Code § 13020 with respect to the work and labor, then Surety will pay the obligation. 3. Beneficiaries. This Bond inures to the benefit of any of the persons named in California Civil Code § 9100, so as to give a right of action to those persons or their assigns in any suit brought upon this Bond. Contractor must promptly provide a copy of this Bond upon request by any person with legal rights under this Bond. 4. Duration. If Contractor promptly makes payment of all sums for all labor, materials, and equipment furnished for use in the performance of the Work required by the Contract, in conformance with the time requirements set forth in the Contract and as required by California law, Surety’s obligations under this Bond will be null and void. Otherwise, Surety’s obligations will remain in full force and effect. 5. Waivers. Surety waives any requirement to be notified of alterations to the Contract or extensions of time for performance of the Work under the Contract. Surety waives the provisions of Civil Code §§ 2819 and 2845. Town waives the requirement of a new bond for any supplemental contract under Civil Code § 9550. Any notice to Surety may be given in the manner specified in the Contract and sent to Surety as follows: Attn: _________________________________________________ Address: ______________________________________________ Town/State/Zip: ________________________________________ Phone: _______________________________________________ Email: ________________________________________________ 2024 Annual Curb, Gutter, and Sidewalk Maintenance Project PAYMENT BOND Project #813-9921 Page 8 6. Law and Venue. This Bond will be governed by California law, and venue for any dispute pursuant to this Bond will be in the Santa Clara County Superior Court, and no other place. Surety will be responsible for Town’s attorneys’ fees and costs in any action to enforce the provisions of this Bond. [Signatures are on the following page.] 2024 Annual Curb, Gutter, and Sidewalk Maintenance Project PAYMENT BOND Project #813-9921 Page 9 7. Effective Date; Execution. This Bond is entered into and is effective on __________, 20__. SURETY: ___________________________________ Business Name s/__________________________________ ______________________________ Date ___________________________________ Name, Title (Attach Acknowledgment with Notary Seal and Power of Attorney) CONTRACTOR: ___ Villalobos & Associates ____________ Business Name s/__________________________________ ______________________________ Date ___________________________________ Name, Title APPROVED BY TOWN: s/ __________________________________ ______________________________ Date Nicolle, Burnham, Director of Parks and Public Works Name, Title END OF PAYMENT BOND 2024 Annual Curb, Gutter, and Sidewalk Maintenance Project PERFORMANCE BOND Project #813-9921 Page 10 Performance Bond The Town of Los Gatos (“Town”) and ___ Villalobos & Associates ___ (“Contractor”) have entered into a contract for work on the 2024 Annual Curb, Gutter, and Sidewalk Maintenance Project (“Project”). The Contract is incorporated by reference into this Performance Bond (“Bond”). 1. General. Under this Bond, Contractor as principal and ___________________________, its surety (“Surety”), are bound to Town as obligee for an amount not less than $409,480 to ensure Contractor’s faithful performance of its obligations under the Contract. This Bond is binding on the respective successors, assigns, owners, heirs, or executors of Surety and Contractor. 2. Surety’s Obligations. Surety’s obligations are co-extensive with Contractor’s obligations under the Contract. If Contractor fully performs its obligations under the Contract, including its warranty obligations under the Contract, Surety’s obligations under this Bond will become null and void. Otherwise, Surety’s obligations will remain in full force and effect. 3. Waiver. Surety waives any requirement to be notified of and further consents to any alterations to the Contract made under the applicable provisions of the Contract Documents, including changes to the scope of Work or extensions of time for performance of Work under the Contract. Surety waives the provisions of Civil Code §§ 2819 and 2845. 4. Application of Contract Balance. Upon making a demand on this Bond for completion of the Work prior to acceptance of the Project, Town will make the Contract Balance available to Surety for completion of the Work under the Contract. For purposes of this provision, the Contract Balance is defined as the total amount payable by Town to Contractor as the Contract Price minus amounts already paid to Contractor, and minus any liquidated damages, credits, or backcharges to which Town is entitled under the terms of the Contract. 5. Contractor Default. Upon written notification from Town of Contractor’s termination for default under Article 13 of the Contract General Conditions, time being of the essence, Surety must act within the time specified in Article 13 to remedy the default through one of the following courses of action: 5.1 Arrange for completion of the Work under the Contract by Contractor, with Town’s consent, but only if Contractor is in default solely due to its financial inability to complete the Work; 2024 Annual Curb, Gutter, and Sidewalk Maintenance Project PERFORMANCE BOND Project #813-9921 Page 11 5.2 Arrange for completion of the Work under the Contract by a qualified contractor acceptable to Town, and secured by performance and payment bonds issued by an admitted surety as required by the Contract Documents, at Surety’s expense; or 5.3 Waive its right to complete the Work under the Contract and reimburse Town the amount of Town’s costs to have the remaining Work completed. 6. Surety Default. If Surety defaults on its obligations under the Bond, Town will be entitled to recover all costs it incurs due to Surety’s default, including legal, design professional, or delay costs. 7. Notice. Any notice to Surety may be given in the manner specified in the Contract and sent to Surety as follows: Attn: _________________________________________________ Address: ______________________________________________ Town/State/Zip: ________________________________________ Phone: _______________________________________________ Fax: __________________________________________________ Email: ________________________________________________ 8. Law and Venue. This Bond will be governed by California law, and venue for any dispute pursuant to this Bond will be in the Santa Clara County Superior Court, and no other place. Surety will be responsible for Town’s attorneys’ fees and costs in any action to enforce the provisions of this Bond. 9. Effective Date; Execution. This Bond is entered into and effective on ____________________, 20___. SURETY: ___________________________________ Business Name s/__________________________________ ______________________________ Date ___________________________________ Name, Title (Attach Acknowledgment with Notary Seal and Power of Attorney) 2024 Annual Curb, Gutter, and Sidewalk Maintenance Project PERFORMANCE BOND Project #813-9921 Page 12 CONTRACTOR: ___ Villalobos & Associates ___________ Business Name s/__________________________________ ______________________________ Date ___________________________________ Name, Title APPROVED BY TOWN: s/ __________________________________ ______________________________ Date Nicolle, Burnham, Director of Parks and Public Works Name, Title END OF PERFORMANCE BOND Town of Los Gatos Parks and Public Works Department #813-9921 2024 Annual Curb, Gutter, and Sidewalk Maintenance BASE BID: ITEM NO ITEM DESCRIPTION UNIT EST. QTY. UNIT PRICE EXTENSION 1. Traffic Control L.S. 1 $7,000.00 $7,000.00 2. Adjust Utility to Grade (Revocable) Ea. 1 $250.00 $250.00 3. Clearing and Grubbing L.S. 1 $7,000.00 $7,000.00 4. Remove and Replace Curb and Gutter L.F. 1,000 $60.00 $60,000.00 5. Remove and Replace Rolled Curb L.F. 50 $56.00 $2,800.00 6. Remove and Replace Sidewalk S.F. 400 $19.00 $7,600.00 7.Remove and Replace Cross Gutter (Revocable)S.F. 50 $54.00 $2,700.00 8.Remove and Replace Hardscape (Revocable)S.F. 100 $20.00 $2,000.00 9.Remove and Replace Commercial Concrete Driveway (Revocable)S.F. 200 $23.00 $4,600.00 10.Remove and Replace Residential Concrete Driveway S.F. 180 $22.00 $3,960.00 11. Install New Curb Ramp-Case B Ea. 24 $5,300.00 $127,200.00 12. Install New Curb Ramp-Case C Ea. 15 $5,300.00 $79,500.00 13. Install New Curb Ramp-Case F Ea. 3 $5,300.00 $15,900.00 14. Install New Curb Ramp-Case G Ea. 2 $5,300.00 $10,600.00 15. Install New Curb Ramp-Type B Passageway Ea. 2 $4,500.00 $9,000.00 16. Paint Red Curb (Revocable)L.F. 100 $5.00 $500.00 17. Remove and Replace Tree (Revocable) Ea. 4 $2,000.00 $8,000.00 18. Install Root Barrier L.F. 60 $11.00 $660.00 19.Remove and Install New Sign and Post (Revocable)Ea. 2 $200.00 $400.00 BASE BID TOTAL $349,670.00 ADD. ALTERNATE 1: ITEM NO ITEM DESCRIPTION UNIT EST. QTY. UNIT PRICE EXTENSION A1.1. Remove and Replace Curb and Gutter L.F. 90 $60.00 $5,400.00 A1.2. Remove and Replace Sidewalk S.F. 1,200 $19.00 $22,800.00 Villalobos & Associates Villalobos & Associates Page 1 of 2 EXHIBIT A A1.3. Remove and Replace Hardscape S.F. 100 $20.00 $2,000.00 A1.4.Remove and Replace Residential Concrete Driveway S.F. 550 $22.00 $12,100.00 ADD. ALT. 1 TOTAL $42,300.00 ADD. ALTERNATE 2: ITEM NO ITEM DESCRIPTION UNIT EST. QTY. UNIT PRICE EXTENSION A2.1. Remove and Replace Curb and Gutter L.F. 80 $60.00 $4,800.00 A2.2. Remove and Replace Sidewalk S.F. 390 $19.00 $7,410.00 A2.3. Install New Curb Ramp-Case G Ea. 1 $5,300.00 $5,300.00 ADD. ALT. 2 TOTAL $17,510.00 GRAND TOTAL $409,480.00 Villalobos & Associates Page 2 of 2 Town of Los Gatos Parks and Public Works Department #813-9921 2024 Annual Curb, Gutter, and Sidewalk Maintenance Certified Bid Tabulation Bid Opening: April 3, 2024 at 3:00 pm BASE BID: ITEM NO ITEM DESCRIPTION UNIT EST. QTY. UNIT PRICE EXTENSION UNIT PRICE EXTENSION UNIT PRICE EXTENSION 1. Traffic Control L.S. 1 $20,000.00 $20,000.00 $7,000.00 $7,000.00 $40,000.00 $40,000.00 2. Adjust Utility to Grade (Revocable) Ea. 1 $1,000.00 $1,000.00 $250.00 $250.00 $1,500.00 $1,500.00 3. Clearing and Grubbing L.S. 1 $15,000.00 $15,000.00 $7,000.00 $7,000.00 $5,000.00 $5,000.00 4. Remove and Replace Curb and Gutter L.F. 1,000 $120.00 $120,000.00 $60.00 $60,000.00 $125.00 $125,000.00 5. Remove and Replace Rolled Curb L.F. 50 $30.00 $1,500.00 $56.00 $2,800.00 $150.00 $7,500.00 6. Remove and Replace Sidewalk S.F. 400 $20.00 $8,000.00 $19.00 $7,600.00 $32.00 $12,800.00 7.Remove and Replace Cross Gutter (Revocable)S.F. 50 $40.00 $2,000.00 $54.00 $2,700.00 $62.00 $3,100.00 8.Remove and Replace Hardscape (Revocable)S.F. 100 $60.00 $6,000.00 $20.00 $2,000.00 $35.00 $3,500.00 9.Remove and Replace Commercial Concrete Driveway (Revocable)S.F. 200 $50.00 $10,000.00 $23.00 $4,600.00 $45.00 $9,000.00 10.Remove and Replace Residential Concrete Driveway S.F. 180 $35.00 $6,300.00 $22.00 $3,960.00 $38.00 $6,840.00 11. Install New Curb Ramp-Case B Ea. 24 $6,000.00 $144,000.00 $5,300.00 $127,200.00 $4,000.00 $96,000.00 12. Install New Curb Ramp-Case C Ea. 15 $6,000.00 $90,000.00 $5,300.00 $79,500.00 $4,900.00 $73,500.00 13. Install New Curb Ramp-Case F Ea. 3 $6,000.00 $18,000.00 $5,300.00 $15,900.00 $4,600.00 $13,800.00 14. Install New Curb Ramp-Case G Ea. 2 $6,000.00 $12,000.00 $5,300.00 $10,600.00 $4,800.00 $9,600.00 15. Install New Curb Ramp-Type B Passageway Ea. 2 $6,000.00 $12,000.00 $4,500.00 $9,000.00 $5,500.00 $11,000.00 16. Paint Red Curb (Revocable) L.F. 100 $10.00 $1,000.00 $5.00 $500.00 $18.00 $1,800.00 17. Remove and Replace Tree (Revocable) Ea. 4 $5,000.00 $20,000.00 $2,000.00 $8,000.00 $7,000.00 $28,000.00 18. Install Root Barrier L.F. 60 $300.00 $18,000.00 $11.00 $660.00 $50.00 $3,000.00 19.Remove and Install New Sign and Post (Revocable)Ea. 2 $600.00 $1,200.00 $200.00 $400.00 $1,100.00 $2,200.00 BASE BID TOTAL $506,000.00 BASE BID TOTAL $349,670.00 BASE BID TOTAL $453,140.00 ADD. ALTERNATE 1: ITEM NO ITEM DESCRIPTION UNIT EST. QTY. UNIT PRICE EXTENSION UNIT PRICE EXTENSION UNIT PRICE EXTENSION A1.1. Remove and Replace Curb and Gutter L.F. 90 $120.00 $24,000.00 $60.00 $5,400.00 $125.00 $11,250.00 A1.2. Remove and Replace Sidewalk S.F. 1,200 $20.00 $10,800.00 $19.00 $22,800.00 $28.00 $33,600.00 A1.3. Remove and Replace Hardscape S.F. 100 $60.00 $6,000.00 $20.00 $2,000.00 $35.00 $3,500.00 A1.4.Remove and Replace Residential Concrete Driveway S.F. 550 $35.00 $19,250.00 $22.00 $12,100.00 $38.00 $20,900.00 ADD. ALT. 1 TOTAL $60,050.00 ADD. ALT. 1 TOTAL $42,300.00 ADD. ALT. 1 TOTAL $69,250.00 Engineer's Estimate Villalobos & Associates Engineer's Estimate Villalobos & Associates RK Engineering RK Engineering Page 1 of 2 ATTACHMENT 2 Town of Los Gatos Parks and Public Works Department #813-9921 2024 Annual Curb, Gutter, and Sidewalk Maintenance Certified Bid Tabulation Bid Opening: April 3, 2024 at 3:00 pm ADD. ALTERNATE 2: ITEM NO ITEM DESCRIPTION UNIT EST. QTY. UNIT PRICE EXTENSION UNIT PRICE EXTENSION UNIT PRICE EXTENSION A2.1. Remove and Replace Curb and Gutter L.F. 80 $120.00 $9,600.00 $60.00 $4,800.00 $125.00 $10,000.00 A2.2. Remove and Replace Sidewalk S.F. 390 $20.00 $7,800.00 $19.00 $7,410.00 $28.00 $10,920.00 A2.3. Install New Curb Ramp-Case G Ea. 1 $6,000.00 $6,000.00 $5,300.00 $5,300.00 $4,800.00 $4,800.00 ADD. ALT. 2 TOTAL $23,400.00 ADD. ALT. 2 TOTAL $17,510.00 ADD. ALT. 2 TOTAL $25,720.00 GRAND TOTAL $589,450.00 GRAND TOTAL $409,480.00 GRAND TOTAL $548,110.00 This certifies that all bids were received and opened on April 3, 2024 and that this is a copy of the bid tabulation with bids corrected for errors in addition and multiplication. By: J. Chin, Assistant Engineer Engineer's Estimate Villalobos & Associates RK Engineering Page 2 of 2 VIA EMAIL – JChin@losgatosca.gov April 6, 2024 Janice Chin Town of Los Gatos 41 Miles Avenue Los Gatos, CA 95030 RE: BID ADVISORY Bidder(s): Villalobos & Associates, Inc. Awarding Agency: Tow of Los Gatos Project: 2024 Annual Curb, Gutter, and Sidewalk Maintenance FFC Case No.: 1209SJ Dear Ms. Chin: The Foundation for Fair Contracting (FFC) is a nonprofit organization which has been serving the public interest since 1985. The objective of the FFC is, in-part, to monitor for compliance with prevailing wage laws pertaining to the construction industry, educate industry stakeholders, and ensure a fair and level playing field is present for all contractors. Unbalanced bids raise questions in regard to performance and compliance with the rules and regulations for the payment of prevailing wages, and the safety and well-being of the workforce. It further opens the question of excessive future change orders, the fairness to and rights of other bidders in the bidding process, and the intent of the bidding process in general. In deference to all bidders and in order for the public interest to best be served, please enter this formal bid advisory against the above-noted contractors as a matter of public record. We respectfully request that Villalobos & Associates, Inc. (Villalobos) bid be rejected for the following reasons: •ONGOING VIOLATIONS OF PREVAILING WAGE LAWS RESULTING IN WAGE THEFT Villalobos has committed infractions/violations which have resulted in willful circumvention of the laws and regulations governing the payment of prevailing wages, including, but not limited to, violations resulting in wage theft and non-compliance with apprenticeship laws. Audits have been performed by the State of California, Division of Labor Standards Enforcement (DLSE), Labor Commissioner’s office, finding wages owed to workers. We have provided supporting documentation for your review. Furthermore, Villalobos is currently under investigation by our offices and the State of California, Division of Labor Standards Enforcement (DLSE), Labor Commissioner’s office in connection with issues provided below. We have provided supporting documentation for your review. ▪Misclassifications resulting in underpayments. ▪Failure to comply with overtime requirements. ATTACHMENT 3 Janice Chin Town of Los Gatos April 6, 2024 Page 2 ▪Failure to comply with apprenticeship requirements. ▪Failing to report all workers on certified payrolls. •FAILURE TO COMPLY WITH BID SPECIFICATIONS/UNFAIR COMPETITIVE ADVANTAGE Villalobos’ bid is in excess of 22% lower than all other bidders on this project. A large bid variance commonly indicates a failure to account for the proper prevailing wage rate – including travel and subsistence. If awarded the project, this contractor would inevitably need to submit change orders to complete the project in accordance with the specifications and/or compromise prevailing wage laws/standards. This gives Villalobos an unfair advantage in its bidding practices against its competitors and puts the Town of Los Gatos into a precarious legal position. •FAILURE TO COMPLY WITH WORKFORCE DEVELOPMENT AND FORMAL APPRENTICESHIP PROGRAMS Villalobos has not made a good faith effort to participate and invest in Local Workforce Development, nor have they participated in local hiring of workers in the community through formal and recognized pre-apprenticeship programs and formal apprenticeship programs for specific apprenticeable crafts. They have failed to request, employ, train, and pay the proper prevailing wages to apprentices. •OSHA VIOLATIONS RESULTING IN FINES ISSUED AND UPHELD Villalobos has safety infractions that have resulted in investigations and fines issued by OSHA. We have provided supporting documentation for your review. Please contact our office with questions, comments, or clarifications. Sincerely, Jesse Jimenez Executive Director FFC Case No: 1209SJ cc: Town of Los Gatos – Mayor and Councilmembers Mary Badame – Email: mbadame@losgatosca.gov Matthew Hudes – Email: mhudes@losgatosca.gov Rob Moore – Email: rmoore@losgatosca.gov Rob Rennie – Email: rrennie@losgatosca.gov Maria Ristow – Email: mristow@losgatosca.gov Town of Los Gatos – Parks & Public Works Director Nicolle Burnham – Email: NBurnham@losgatosca.gov STATE OF CALIFORNIA Gavin Newsom Governor DEPARTMEMT OF INDUSTRIAL RELATIONS Division of Labor Standard Enforcement 454 W. 4th Street, Room #348 San Bernardino, CA 92401 From the Desk of Caroline Wood Deputy Labor Commissioner (909)383-7408 cwood@dir.ca.giv February 27, 2024 Re: DLSE Case No.: 40-78873-833 Project Name: AC and Curb and Gutter Repairs Awarding Body: City of Saratoga Prime Contractor: VILLALOBOS & ASSOCIATES Inc. Dear Evangeline Rose, Please be advised that I have completed my audit of Villalobos and Associates Inc. I have found the following information on the public works project referenced above and found the sum of $3598.80 as due and owing. This amount is broken down as follows: Wages Due and Owing: $474.80 Training Funds Due and Owing: $24.00 Labor Code 1771.4: $2,500.00 Labor Code 1775: $500.00 Labor Code 1777.7: $100.00 Accordingly, please remit a cashier’s check in the amount of $3598.80. The amount $3598.80 is for settlement purposes only. Payment must be received no later than 3/06/24. The check must be a cashier’s check and should be made payable to the State Labor Commissioner and have case number 40-78873-833 written on the check. Mail payment to: State of California Department of Industrial Relations Division of Labor Standards Enforcement Bureau of Field Enforcement Cashiering Unit 2031 Howe Avenue Suite 100 Sacramento, CA 95825-0196. Please be advised that failure to resolve this matter will result in the issuance of a Civil Wage and Penalty Assessment. Please email me a copy/scan of the check along with tracking information for the mailing. CWood@dir.ca.gov Thank you for your cooperation. If you have any questions, do not hesitate to contact me at 909-383-7408. Sincerely Caroline Wood Caroline Wood Deputy Labor Commissioner [This page intentionally left blank] Inspection Nr: 1527621.015 Report ID: 0950612 Date Opened: 04/27/2021 Site Address: Villalobos & Associates 21439 Continental Cir. Saratoga, CA 95070 Mailing Address: P.O. Box 110004, Campbell, CA 95011 Union Status: NonUnion SIC: NAICS: 236115/New Single-Family Housing Construction (except Operative Builders) Inspection Type: Accident Scope: Partial Advanced Notice: N Ownership: Private Safety/Health: Safety Close Conference: 10/15/2021 Emphasis: Case Closed: 06/12/2023 An official website of the United States government.Here's how you know U.S. DEPARTMENT OF LABOR Inspection Detail Case Status: CLOSED Inspection: 1527621.015 - Villalobos & Associates Inspection Information - Office: Ca Fremont District Office Related Activity Type Activity Nr Safety Health Accident 1761874 Inspection 1528679 Yes Inspection 1528966 Yes The .gov means it's official. Federal government websites often end in .gov or .mil. Before sharing sensitive information, make sure you're on a federal government site. The site is secure. The https:// ensures that you are connecting to the official website and that any information you provide is encrypted and transmitted securely. Occupational Safety and Health Administration CONTACT US FAQ A TO Z INDEX  Menu LANGUAGES Search OSHA STANDARDS ENFORCEMENT TOPICS HELP AND RESOURCES NEWS CONTACT US FAQ A TO Z INDEX LANGUAGES U.S. DEPARTMENT OF LABOR Occupational Safety and Health Administration 200 Constitution Ave NW Washington, DC 20210  1-800-321-OSHA 1-800-321-6742 www.osha.gov Case Status: CLOSED Violation Summary Violations/Penalties Serious Willful Repeat Other Unclass Total Initial Violations 2 4 6 Current Violations 2 4 6 Initial Penalty $21,825 $0 $0 $2,375 $0 $24,200 Current Penalty $21,825 $0 $0 $2,375 $0 $24,200 FTA Penalty $0 $0 $0 $0 $0 $0 Violation Items #Citation ID Citaton Type Standard Cited Issuance Date Abatement Due Date Current Penalty Initial Penalty FTA Penalty Contest Latest Event 1.01001 Other 341(D)(5)(A)10/15/2021 $625 $625 $0 Z - Issued 2.01002 Other 1509(A)10/15/2021 $500 $500 $0 Z - Issued 3.01003 Other 3395(H)(1)10/15/2021 $500 $500 $0 Z - Issued 4.01004 Other 1541(J)(2)10/15/2021 $750 $750 $0 Z - Issued 5.02001 Serious 15410001 A01 10/15/2021 $16,200 $16,200 $0 05/04/2022 W - Empr Withdrew 6.03001 Serious 1541(K)(1)10/15/2021 $5,625 $5,625 $0 05/04/2022 W - Empr Withdrew OSHA Standards Enforcement Topics Media Center Contact Us FEDERAL GOVERNMENT White House Benefits.gov Coronavirus Resources Disaster Recovery Assistance DisasterAssistance.gov USA.gov Notification of EEO Violations No Fear Act Data U.S. Office of Special Counsel OCCUPATIONAL SAFETY & HEALTH Frequently Asked Questions A - Z Index Freedom of Information Act - OSHA Read the OSHA Newsletter Subscribe to the OSHA Newsletter OSHA Publications Office of Inspector General ABOUT THE SITE Freedom of Information Act Disclaimers Plug-Ins Used on DOL.gov Accessibility Statement Connect With DOL ATTACHMENT 4