Loading...
HomeMy WebLinkAboutStaff Report 2304-123632.Approval of a Blanket Purchase Order with Graniterock Company for the purchase of Sand, Rock, and Cutback-Cold Mix Asphalt Materials for the Public Works and Utilities Departments for a three-year term ending June 30, 2026; CEQA – Not a Project City Council Staff Report From: City Manager Report Type: CONSENT CALENDAR Lead Department: Public Works Meeting Date: June 19, 2023 Report #:2304-1236 TITLE Approval of a Blanket Purchase Order with Graniterock Company for the purchase of Sand, Rock, and Cutback-Cold Mix Asphalt Materials for the Public Works and Utilities Departments for a three-year term ending June 30, 2026; CEQA – Not a Project RECOMMENDATION Staff recommends that Council authorize the City Manager or their designee to execute a blanket purchase order with Graniterock Company for Sand, Rock, and Cutback-Cold Mix Asphalt Materials in the not-to-exceed amount of $315,075 for Fiscal Year 2024, $327,575 for Fiscal Year 2025 and $340,075 for Fiscal Year 2026, for a total not-to-exceed amount of $982,725 over a three-year term from July 1, 2023 to June 30, 2026. BACKGROUND Both the Public Works and Utilities Departments use Sand, Rock and Cutback-Cold Mix Asphalt regularly. Public Works uses for these materials include installing new sidewalks and/or replacing damaged sidewalks, patching potholes, and creating temporary ramps around metal plates located within the roadway. Utilities uses for these materials include pipe bedding and backfill of wastewater, gas, and water infrastructure. Utilities typically uses Cold Mix-Cut Back for temporarily backfilling trenches and ramping up metal plates. Hot Mix Asphalt, which is supplied through a separate blanket purchase order, is typically used for permanent trench restoration and roadway resurfacing. ANALYSIS Sand, Rock and Asphalt are essential for the Utilities and Public Works Departments to perform their day-to-day operations and enhancement projects. Without the use of these materials neither department would be able to fulfill the Public Works and Utilities Standards requirements (WGW-02, WGW-02B, PW Standards 4040 and 405) to replace sidewalks, bed pipes, and backfill various utility infrastructures. A Request for Quotation (RFQ) for Sand, Rock, and Cutback-Cold Mix Asphalt was sent to three potential vendors and posted on Planet Bids. Quotes were received from Graniterock Company (Graniterock) and two other bidders. One of the bidders was deemed non-responsive because they were unable to provide all the materials requested in the Scope of Work. Graniterock met all the requirements and was the lowest responsible bidder. Table 1: Summary of Bid Process: Bid Name/Number Sand, Rock and Cutback-Cold Mix Asphalt Materials RFQ #185983 Proposed Length of Project Three years Total Days to Respond to Bid 30 Pre-Bid Meeting No Number of Bids Received: 3 Base Bid Price Range $598,320 to $1,225,045 Link to Bid https://pbsystem.planetbids.com/portal/25569/bo/ bo-detail/102160#bidInformation Under the recommended blanket purchase order, the cost of materials has increased by approximately 28% compared to the rates for Fiscal Year 2023. This price increase is attributed to inflation and the overall rise of cost in commodities. Table 2 displays the existing pricing for Fiscal Year 2023 in comparison to the bid price for Fiscal Year 2024. Table 2: Pricing Comparison for Fiscal Years 2023 and 2024 Approx. Qty (Tons)Description FY23 Unit Price FY23 Total Price FY24 Unit Price FY24 Total Price 2,000 Clean Sand, Salt Free and Clay-Free $40.35 $80,700 $60.75 $121,500 500 Class 3 Permeable ½” Crushed Rock $60.18 $30,090 $85.20 $42,600 3,500 Class 2 Aggregate Base Rock $19.64 $68,740 $18.00 $63,000 500 Cutback Asphalt, 3/8” Cold Mix $122.12 $66,060 $175.95 $87,975 TOTAL $245,590 $315,075 Staff recommends that Council approve and authorize the blanket purchase order for materials with Graniterock as the primary supplier. The City has had previous blanket purchase orders with Graniterock, and staff has consistently received product that met both the State of California and the City’s standards. FISCAL/RESOURCE IMPACT Staff recommends that Council approve the not-to-exceed amount of $315,075 for Fiscal Year 2024; however, actual spending is dictated entirely by need and will be controlled by each department. Funding for the first year of this contract is included in the Fiscal Year 2024 budget, and execution of the recommended blanket purchase order is contingent on Council approval and adoption of the Fiscal Year 2024 budget. The bid table1 that Graniterock submitted represents a menu of available products with unit pricing that are required to install and repair sidewalks, pipe bedding, and backfill of wastewater, gas, and water infrastructure. The Public Works and Utilities Departments estimate an annual need of $50,000 and $260,000, respectively. Staffing levels and planned work deferments may impact those estimates and will be considered before expending the funds. Funding for contract years two and three is contingent upon Council approval of each department’s budget for each subsequent year. STAKEHOLDER ENGAGEMENT Stakeholder engagement for the recommended blanket order was limited to the procurement process for reaching out to prospective bidders. ENVIRONMENTAL REVIEW Approval of the recommended blanket purchase order is not a project under the California Environmental Quality Act. ATTACHMENTS Attachment A: Bid from Granite Rock Company, RFQ185983 APPROVED BY: Brad Eggleston, Director Public Works/City Engineer 1 Bid Table RFQ185983 Granite Rock Company, March 8, 2023 https://www.cityofpaloalto.org/files/assets/public/public-works/public-services/attachment-a-bid-rfq185983- granite-rock-company_1.pdf (Fill in name on each page) (Date on Each Page) CITY OF PALO ALTO – RFQ185983 Form Revised: October 29, 2020 Page 1 of 15 BIDDER (Company Name): Date: SECTION I – REQUEST FOR QUOTATION (RFQ) AND BIDDER REQUIRED INFORMATION PROJECT TITLE: AS-NEEDED MATERIAL PURCHASE FOR SAND, ROCK AND CUTBACK ASPHALT REQUEST FOR QUOTATION (RFQ) NUMBER: 185983 REBID RFQ DUE: WEDNESDAY, MARCH 8, 2023 by 3:00 P.M. February 8, 2023 Project Overview: The City of Palo Alto’s Public Works Public Services Department and Utilities Department are jointly requesting bids for an up to 3-year contract for the purchase of sand, rock, and cutback asphalt. The City intends to issue a Blanket Purchase Order for the purchase of material on an as-needed basis. The annual contract amount is not to exceed $175K per year. The material will be used to support construction activities performed by City crews. Actual material quantities, based on operational needs, will significantly differ from the bid quantities. Visit City of Palo Alto: www.cityofpaloalto.org Vendor Portal to PlanetBids: https://www.planetbids.com/portal/portal.cfm?CompanyID=25569 Buyer: Philip Mai Philip.Mai@CityofPaloAlto.org (650) 329-2178 Table of Contents SECTION I Request for Quotation and Bidder Required Information* ...............................1-4 Bidder Representation* …...… ............................................................................6 Bidder Information* ...........................................................................................7-8 SECTION II Terms & Conditions of Purchase Order Agreement ......................................... 9-11 SECTION III Specifications and Bidder’s Bid Pages* ..............................................................12-15 The items identified with an asterisk (*) must be filled out, signed by the appropriate representative of the company and returned with submittal. Failure to complete and/or submit these forms may cause rejection of your Bid. (Fill in name on each page) (Date on Each Page) CITY OF PALO ALTO – RFQ185983 Form Revised: October 29, 2020 Page 2 of 15 BIDDER (Company Name): Date: February 8, 2023 In response to this Request for Quotation (RFQ), the undersigned, as Bidder, declares that the only persons or parties interested in this Bid as principals are those named herein; that this Bid is made without collusion with any other person, firm or corporation; that the Bidder has carefully examined the specifications herein referred to; and the Bidder proposes and agrees, if this Bid is accepted, that the Bidder will contract with the City of Palo Alto (City), to provide all necessary materials, and furnish the specified requirements in this RFQ, in the manner herein prescribed and at the prices stated in the Bid. Project Title As-Needed Materials Purchase for Sand, Rock and Cutback Asphalt City of Palo Alto Request for Quotation (RFQ) number: 185983 Quotation Due Date Quotation acceptance period closes at 3:00 PM, Wednesday, March 8, 2023. Your quotation/bids must be received by Purchasing and Contract Administration by this due date/time. Questions and or Clarifications Due Date Deadline for all questions and or clarification inquiries on this RFQ form must be submitted via Planetbids platform, which due date will close at 1:00 pm, Wednesday, February 22, 2023. Buyer Philip Mai Philip.Mai@CityofPaloAlto.org (650) 329-2178 Material Specifications: Material specifications shall be submitted with the bid and comply with the following standards: Sand (initial backfill material for Utility trench backfill) Sand shall conform with Section 19-3.02E(2) of the latest edition of the Caltrans State Standard Specifications and shall be imported clean natural sand, free from clay, salt, sea shells, or organic material, suitable for the purpose intended and shall conform to the following gradation: No. 4 sieve…………….90% - 100% No. 200 sieve…………0% - 5% Dredged sand from San Francisco Bay is NOT acceptable. Class 3 Permeable 1/2" Crushed Rock (initial backfill material for wastewater pipe) 1/2" crushed rock will be designated by nominal size and shall conform to the following gradation when tested in accordance with sections 6 and 68-2.02F(4) of the latest edition of the Caltrans State Standard Specifications Class 3 permeable base: Passing a 1-1/2” sieve………….................100% (Fill in name on each page) (Date on Each Page) CITY OF PALO ALTO – RFQ185983 Form Revised: October 29, 2020 Page 3 of 15 BIDDER (Company Name): Date: Passing a 1” sieve…………………….………….88% - 100% Passing a 3/4” sieve……………………..........52% - 85% Passing a 3/8" sieve...............................15% - 38% Passing a No. 4 sieve..............................0% - 16% Passing a No. 8 sieve..............................0% - 6% This material shall contain at least 75% of the particles having one or more fractured faces. Not over 25% shall be particles showing no such faces. Crushed rock shall meet the test grading requirements of ASTM C 131 test grading B. Class 2 Aggregate Base (3/4”) (subsequent backfill material for all pipes) Class 2 (3/4") will be designated by nominal size, shall conform to the following gradation, and shall meet the requirements of Sections 6 and 26-1.02B of the latest edition of the Caltrans State Standard Specifications: Passing a 1” sieve………………………...........100% Passing a 3/4" sieve................................87% - 100% Passing a No. 4 sieve...............................30% - 65% Passing a No. 30 sieve.............................5% - 35% Passing a No. 200 sieve...........................0% - 12% Asphalt Cutback (3/8”) (Cold/Mix (45CLDMIX)) Asphalt Cutbacks (3/8”) shall meet the requirements found in the latest edition of Caltrans State Standard Specification of Section 93, referred to as “Liquid Asphalts”. Terms of Agreement Intends to issue a pricing agreement for a period up to three (3) years term to purchase Sand, Rock and Asphalt as-needed by the Utilities and Public Works Department. A Blanket Order will be issued annually for the purchase and delivery of Sand, Rock and Asphalt. A City of Palo Alto representative will issue release orders for goods on an as-requested and authorized basis. Based on historical usage the annual expenditures are estimated to be $175,000 per year. The not to exceed amount per year of this agreement as specified is approximate and may increase or decrease during the contract term, and no guarantee is implied that the exact amount will be available for the term of the agreement. The term of the pricing agreement shall be from the date of its full execution by City, and shall expire three (years) from the commencement date, subject to: • Firm fixed price for the initial term of the pricing agreement; • City Council’s approval of each fiscal year budget and appropriation of funds; • The Vendor’s compliance with the terms and conditions as established by this RFQ; • The Vendor’s satisfactory performance, and timely compliance with the requirements of this RFQ; • Firm fixed pricing for the entire term, as set forth herein; • The Vendor’s ability to deliver within a maximum of 5 Days following City’s request; • Payment terms are Net 30 or greater; and • Notwithstanding the foregoing, City may terminate the agreement, with or without cause, by providing ten (10) days written notice. (Fill in name on each page) (Date on Each Page) CITY OF PALO ALTO – RFQ185983 Form Revised: October 29, 2020 Page 4 of 15 BIDDER (Company Name): Date: Contract Award The contract, if awarded, shall be awarded to the lowest responsive and responsible bidder. The lowest bid shall be the lowest total of the bid price quoted on the Bid Schedule. The total price is being used for the purpose of determining the lowest responsible bidder. The City requires a complete quote to be submitted which includes all line items. Purchaser reserves the right to make “no award” and delete from consideration for award any item or part of any item contained in this RFQ. Pursuant to Palo Alto Municipal Code Section 2.30.440(c), a responsible bidder is a Bidder determined by the awarding authority: (1) To have demonstrated the attribute of trustworthiness, and to have the quality, fitness, capacity, experience, and skill to satisfactorily perform the work, or provide the goods and/or services called for in the invitation for bids; (2) To have the ability to perform the contract within the time specified; (3) To have the equipment, facilities and resources of such capacity and location to enable the Bidder to perform the contract; (4) To have the ability to provide, as required, future maintenance, repair, parts and service for the use of goods purchased; (5) To have a record of satisfactory or better performance under prior contracts with the city or others; and (6) To have complied with applicable laws, regulations, policies (including city policies), guidelines and orders governing prior or existing contracts performed by the Bidder. Submittal of Documents All bids shall be submitted electronically through the City’s electronic procurement system, (Planet Bids) at: https://www.planetbids.com/portal/portal.cfm?CompanyID=25569. Bids must be received no later than 3:00 pm, Wednesday, March 8, 2023. The e-procurement system will not accept any bids after the specified close time. Complete, sign, and submit the RFQ/Bidder Information and Bidder Bid Pages with your quotation/bid. Failure to complete and/or submit these forms may cause rejection of your quotation/bid. All quotations/bids must be submitted on these forms. Bid Submittals Bids must be submitted though the City’s electronic procurement system. Bidder must complete line items information, Section 1: Bidder required information form. Section III: Bidder Bid pages, completed in full and signed. In addition, the Bidder shall attach (i.e. upload) the completed and signed Bidder required information form, bidder bid pages and all other documents required in this RFQ (collectively, the “Bidder’s Documents”). The Bidder will ensure that the information the Bidder inputs into the electronic procurement system matches the information on the Bidder’s Documents it uploads to the electronic procurement system. Any conflict or discrepancy will be resolved as provided below (Requirements and Order of Precedence) in this Bid Submittals Section. Requirements and Order of Precedence: In the event of any conflict or discrepancy between any requirements provided in this RFQ (including but not limited to bid submittal requirements) and any requirements that may be stated in the City’s electronic procurement system, the requirements of this RFQ will control. In the event of any conflict or discrepancy between information included on (or omitted from) the Bidder Bid Pages or Bidder’s Documents uploaded to the City’s electronic procurement system and any information inputted into the City’s electronic procurement system, the information included on (or omitted from) the uploaded Bidder (Fill in name on each page) (Date on Each Page) CITY OF PALO ALTO – RFQ185983 Form Revised: October 29, 2020 Page 5 of 15 BIDDER (Company Name): Date: Bid Pages or Bidder’s Documents will control. For clarity, the Bidder’s Documents uploaded into the electronic procurement system constitute a Bidder’s Bid, whereas the information a Bidder inputs into the electronic procurement system is for administrative convenience and will not control over the uploaded Bidder’s Documents in event of a conflict or discrepancy. Addenda/Clarifications Should discrepancies be found in this RFQ or should there be a need to clarify this RFQ, questions or comments regarding this RFQ must be submitted to the City no later than 1:00 p.m., Wednesday, February 22, 2023. Correspondence shall be communicated through the City’s e-procurement system Q&A tab. Responses from the City will be communicated through the City’s e-procurement system to all recipients of this RFQ via addendum. Inquiries received after the date and time stated may not be accepted. All addenda shall become a part of this RFQ and shall be acknowledged on the Bidder’s information form. The City shall not be responsible for nor be bound by any oral instructions, interpretations or explanations issued by the City or its representatives. Delivery Requirements When delivery time is requested in the quote or bid documents, time shall be of the essence; therefore, the quote or bid shall include the delivery date. In some instances, the City may specify only a maximum number of hours/days for delivery requirement as part the criteria to determine the award. The purchase order to be awarded is for a specific quantity purchased at one time. See Section III - Specifications and Bidder pages for the delivery requirements. In the event, that the City receives materials that do not meet the specification outlined in “Section B. Material Specifications”, the City may reject the load/delivery. The rejection of the delivery shall not result in any additional fees to the City. Decision to Reject The City reserves the right to reject any or all quotations (bids), to waive any informalities contained therein, and to select quotations on an item-by-item basis. The City reserves the right to award more than one contract from this solicitation. No quotation may be withdrawn for a period of sixty (60) days following the date of bid opening. The terms and conditions (the provisions) that shall govern any resulting agreement between City and the Lowest Responsible Bidder are contained in this RFQ. No charges of any kind will be allowed unless specifically made part of your quotation and are specified in your response. Rights of the City of Palo Alto This RFQ does not commit the City to enter into a contract, nor does it obligate the City to pay for any costs incurred in preparation and submission of quotation or in anticipation of a contract. Exceptions To the specifications or requirements issued must be itemized and justified in writing and included with proposals or quotations submitted. Documentation Manuals, when applicable, shall be furnished by the Vendor with the shipment or under separate cover. Taxes Quotations shall include all applicable federal, state and local taxes, import duties, commissions or other charges. (Refer to Bidder’s Representation Next Page) BIDDER (Company Name): Graniterock Company Date: 03/08/2023 BIDDER REPRESENTATION: (Fill in name on each page) (Date on Each Page) The Bidder represents that it has not retained a person to solicit or secure a City contract (upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee) except for retention of bona fide employee or bona fide established commercial selling agencies for the purpose of securing business. During the Quotation (bid) process there may be changes to the Quotation documents, which would require an issuance of an addendum or addenda. City disclaims any and all liability for loss, or damage to any Bidder who does not receive any addendum issued by City in connection with this RFQ. Any Bidder in submitting a Quotation is deemed to waive any and all claims and demands Bidder may have against City on account of the failure of delivery of any such addendum to Bidder. Any and all addenda issued by City shall be deemed included in this RFQ, and the provisions and instructions therein contained shall be incorporated to any Quotation submitted by Bidder. To assure that all Bidders have received each addendum, the acknowledgment and sign -off is required via the City's eProcurement system. Failure to acknowledge receipt of addendum/addenda may be considered an irregularity in the Quotation. The firm and individuals listed below, certify that: they do not and in the performance of this contract they will not discriminate in employment of any person because of race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person; and further certify that they are in compliance with all Federal, State and local directives and executive orders regarding nondiscrimination in employment. Signature must be the s •'me signature as appears in Bidder Bid Pages: Rich Sacher Or, or Corporation in California) (Printed name of signatory) EVP- Construction Materials (Title of signatory) The undersigned certifies that the Bidder is not a corporation and is not subject to the requirements of California Corporations code, and hereby agrees to, and accepts the terms and conditions of this RFQ. Officer (Partnership or Corporation) (Signature) (Printed name of signatory) (Title of signatory) CITY OF PALO ALTO — RFQ185983 Page 6 of 15 Form Revised: October 29, 2020 (Fill in name on each page) (Date on Each Page) CITY OF PALO ALTO – RFQ185983 Form Revised: October 29, 2020 Page 7 of 15 BIDDER (Company Name): Date: BIDDER INFORMATION: Provide the information requested below or indicate “not applicable”, if appropriate: A. Primary Contact Information: B. Bidder’s Company is established as a: Sole Proprietorship Joint Venture Partnership Corporation Date Incorporated: State Incorporated: Date Authorized to do business in California: Other (explain): List Names and Titles of Officers or Partners, if applicable: Name Title C. Have you (or your firm) previously worked for the City of Palo Alto? If “Yes”, provide information below: Yes No Position Title Department Dates (From/To) FT/PT/Consulting/Other D. The Bidder represents that it has not retained a person to solicit or secure a City contract (upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee) except for retention of bona fide employee or bona fide established commercial selling agencies for the purpose of securing business. E. The firm and individuals listed below, certify that: they do not and in the performance of this contract they will not discriminate in employment of any person because of race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person; and further certify that they are in compliance with all Federal, State and local directives and executive orders regarding nondiscrimination in employment Company Name: Address: Remit to Address, if different Website: Contact Person Name: Email: Phone: BIDDER (Company Name): Graniterock Company Date: 03/08/2023 (Fill in name on each page) (Date on Each Page) F. During the Quotation/Bid process there may be changes to the Quotation/Bid documents, which would require an issuance of an addendum or addenda. City disclaims any and all liability for loss, or damage to any Bidder who does not receive any addendum issued by City in connection with this RFQ. Any Bidder in submitting a Quotation/Bid is deemed to waive any and all claims and demands Bidder may have against City on account of the failure of delivery of any such addendum to Bidder. Any and all addenda issued by City shall be deemed included in this RFQ, and the provisions and instructions therein contained shall be incorporated to any Quotation/Bid submitted by Bidder. ADDENDA: To assure that all Proposers have received each addendum, check the appropriate box(s) below, Failure to acknowledge receipt of an addendum/addenda may be considered an irregularity in the Request for Quotation/Bid: Addendum number(s) ❑ 1; ❑ 2; ❑ 3; ❑ 4; ❑ 5; ❑ 6; received: Or, ❑ No Addendum/Addenda were received (check and initial) Signature must be the Or, (Signature Rich Sacher me signature as appears in Bidder Bid Pages: or Corporation in California) (Printed name of signatory) EVP- Construction Materials (Title of signatory) The undersigned certifies that the Bidder is not a corporation and is not subject to the requirements of California Corporations code, and hereby agrees to, and accepts the terms and conditions of this RFQ. Officer (Partnership or Corporation) (Signature) (Printed name of signatory) (Title of signatory) CITY OF PALO ALTO — RFQ185983 Page 8 of 15 Form Revised: October 29, 2020 (Fill in name on each page) (Date on Each Page) CITY OF PALO ALTO – RFQ185983 Form Revised: October 29, 2020 Page 12 of 15 BIDDER (Company Name): Date: SECTION III – SPECIFICATIONS AND BIDDER’S BID PAGES SPECIFICATIONS A. Project Overview: The City of Palo Alto Utilities Department requests bids for an up to 3-year contract for purchase of sand, rock, and cutback asphalt. The City intends to issue a Blanket Purchase Order for the purchase of material on an as-needed basis. The annual contract amount is not to exceed $175K per year. The material will be used to support construction activities performed by City crews. Actual material quantities, based on operational needs, will significantly differ from the bid quantities. B. Material Specifications: Material specifications shall be submitted with the bid and comply with the following standards: 1. Sand (initial backfill material for water and gas pipes) Sand shall conform with Section 19-3.02E(2) of the latest edition of the Caltrans State Standard Specifications and shall be imported clean natural sand, free from clay, salt, sea shells, or organic material, suitable for the purpose intended and shall conform to the following gradation: No. 4 sieve…………… 90% - 100% No. 200 sieve………… 0% - 5% Dredged sand from San Francisco Bay is NOT acceptable. 2. Class 3 Permeable 1/2" Crushed Rock (initial backfill material for wastewater pipe) 1/2" crushed rock will be designated by nominal size and shall conform to the following gradation when tested in accordance with sections 6 and 68-2.02F(4) of the latest edition of the Caltrans State Standard Specifications Class 3 permeable base: Passing a 1-1/2” sieve………….............................................. 100% Passing a 1” sieve…………………….……………………………………… 88% - 100% Passing a 3/4” sieve……………………...................................... 52% - 85% Passing a 3/8" sieve............................................................ 15% - 38% Passing a No. 4 sieve........................................................... 0% - 16% Passing a No. 8 sieve........................................................... 0% - 6% This material shall contain at least 75% of the particles having one or more fractured faces. Not over 25% shall be particles showing no such faces. Crushed rock shall meet the test grading requirements of ASTM C 131 test grading B. (Fill in name on each page) (Date on Each Page) CITY OF PALO ALTO – RFQ185983 Form Revised: October 29, 2020 Page 13 of 15 BIDDER (Company Name): Date: 3. Class 2 Aggregate Base (3/4”) (subsequent backfill material for all pipes) Class 2 (3/4") will be designated by nominal size, shall conform to the following gradation, and shall meet the requirements of Sections 6 and 26-1.02B of the latest edition of the Caltrans State Standard Specifications: Passing a 1” sieve……………………….......................................100% Passing a 3/4" sieve.............................................................87% - 100% Passing a No. 4 sieve............................................................30% - 65% Passing a No. 30 sieve..........................................................5% - 35% Passing a No. 200 sieve........................................................0% - 12% 4. Asphalt Cutback (3/8”) (Cold/Mix (45CLDMIX) Asphalt Cutbacks (3/8”) shall meet the requirements found in the latest edition of Caltrans State Standard Specification of Section 93, referred to as “Liquid Asphalts”. C. Delivery: All material shall be delivered to the City of Palo Alto Municipal Service Center bunkers within five (5) business days of each work request. Prices quoted for deliveries shall remain firm for each period listed and shall include all applicable fees, transportation, delivery charges, and all other incidentals as necessary to perform the requirements of this RFQ. Pricing shall also include an allowance for fuel price increase during the contract. Requests for price adjustment during the contract period will not be allowed. In the event, that the City receives materials that do not meet the specification outlined in “Section B. Material Specifications”, the City may reject the load/delivery. The rejection of the delivery shall not result in any additional fees to the City. Delivery point: City of Palo Alto Municipal Service Center (MSC) 3201 E. Bayshore Road Palo Alto, CA 94303 D. Progress Payment: City of Palo Alto’s Payment terms for this contract will be Net 30. The supplier shall submit monthly invoices for actual quantities purchased. (Refer to Bidder’s Bid Pages Next Page) (Fill in name on each page) (Date on Each Page) CITY OF PALO ALTO – RFQ185983 Form Revised: October 29, 2020 Page 14 of 15 BIDDER (Company Name): Date: BIDDER’S BID PAGES Bidder’s Response and Acceptance In response to this Request for Quotations (RFQ), the undersigned, as Bidder, declares that the only persons or parties interested in this Bid as principals are those named herein; that this Bid is made without collusion with any other person, firm or corporation; that the Bidder has carefully examined the specifications herein referred to; and the Bidder proposes and agrees, if this Bid is accepted, that the Bidder will contract with the City of Palo Alto (City), to provide all necessary materials, and furnish the specified requirements in this RFQ, in the manner herein prescribed and at the prices stated. Project Title: As-Needed Material Purchase for Sand, Rock and Asphalt Request for Quotations (RFQ) No. 185983 Quotation Due Date: 3:00 P.M., WEDNESDAY, MARCH 8, 2023 BID SCHEDULE: A: Base Bid – Year 1: BID ITEM APPROXQ TY. UNIT DESCRIPTION, WITH UNIT PRICE IN WORDS (EACH BID ITEM SHALL INCLUDE ALL APPLICABLE TAXES, PROFIT, INSURANCE, BONDS, AND OTHER OVERHEAD) UNIT PRICE TOTAL ITEM PRICE 1 2,000 Ton Clean Sand, Salt-Free and Clay-Free (Felton*) (*Utility Trench sand from Quail Hollow is acceptable) $ $ 2 500 Ton Class 3 Permeable 1/2" Crushed Rock $ $ 3 3,500 Ton Class 2 Aggregate Base Rock $ $ 4 500 Ton Cutback Asphalt, 3/8” Cold/Mix (45CLDMIX) $ $ Base Bid - Year 1 Total (items 1 through 4) (Total in words:__________________________________________________) $ B: Additive Alternate Bid – Year 2: BID ITEM APPROXQ TY. UNIT DESCRIPTION, WITH UNIT PRICE IN WORDS (EACH BID ITEM SHALL INCLUDE ALL APPLICABLE TAXES, PROFIT, INSURANCE, BONDS, AND OTHER OVERHEAD) UNIT PRICE TOTAL ITEM PRICE 5 2,000 Ton Clean Sand, Salt-Free and Clay-Free (Felton*) (*Utility Trench sand from Quail Hollow is acceptable) $ $ 6 500 Ton Class 3 Permeable 1/2" Crushed Rock $ $ 7 3,500 Ton Class 2 Aggregate Base Rock $ $ 8 500 Ton Cutback Asphalt, 3/8” Cold/Mix (45CLDMIX) $ $ Additive Alternate Bid - Year 2 Total (items 5 through 8) (Total in words:__________________________________________________) $ (Fill in name on each page) (Date on Each Page) CITY OF PALO ALTO – RFQ185983 Form Revised: October 29, 2020 Page 15 of 15 BIDDER (Company Name): Date: C: Additive Alternate Bid – Year 3: BID ITEM APPROXQ TY. UNIT DESCRIPTION, WITH UNIT PRICE IN WORDS (EACH BID ITEM SHALL INCLUDE ALL APPLICABLE TAXES, PROFIT, INSURANCE, BONDS, AND OTHER OVERHEAD) UNIT PRICE TOTAL ITEM PRICE 9 2,000 Ton Clean Sand, Salt-Free and Clay-Free (Felton*) (*Utility Trench sand from Quail Hollow is acceptable) $ $ 10 500 Ton Class 3 Permeable 1/2" Crushed Rock $ $ 11 3,500 Ton Class 2 Aggregate Base Rock $ $ 12 500 Ton Cutback Asphalt, 3/8” Cold/Mix (45CLDMIX) $ $ Additive Alternate Bid - Year 3 Total (items 9 through 12) (Total in words:__________________________________________________) $ Base Bid – Year 1 Total (items 1 through 4)………………………………………. $____________________ A. Additive Alternate Bid – Year 2 Total (items 5 through 8)…………….. $____________________ B. Additive Alternate Bid – Year 3 Total (items 9 through 12)…………… $____________________ GRAND TOTAL (items 1 through 12)………………………………………………. $____________________ LOWEST RESPONSIBLE BIDDER The lowest bid shall be the lowest Grand Total of the bid prices on the entire contract. This total is being used for the purpose of determining the lowest responsible bidder. QUANTITIES: Material quantities as specified are approximate and no guarantee is implied that the exact amount will be purchased. CONTRACTOR LICENSE NUMBER: ____________________________ DIR NUMBER: __________________________ Signature must be the same as signature(s) in Section I – Request for Quotation and Bidder Required Information. Signature: _______________________________________________ (Signature) _______________________________________________ (Print name)