Loading...
HomeMy WebLinkAbout1998-05-26 City Council (7)TO: City HONORABLE CITY COUNCIL City of Palo Alto Manager’s Report 1 FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE:MAY 26, 1998 CMR:244:98 SUBJECT:AWARD OF CONTRACT TO O’GRADY PAVING INC. FOR THE 1998 STREET RESURFACING PROGRAM RECOMMENDATION Staff recommends that Council: Approve and authorize the Mayor to execute the attached contract with O’Grady Paving, Inc. in the amount of $2,480,970.82 for the 1998 resurfacing program. Authorize the City Manager or her designee to negotiate and execute one or more change orders to the contract with O’Grady Paving, Inc. for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $375,000. DISCUSSION Project Description The project scope of work includes overlaying 10 lane miles and slurry sealing 11 lane miles of City streets, of which 8 lane miles are located south of Oregon Expressway. In addition to street resurfacing, curb ramps and concrete cross ~walks will be repaired and the street, cross walks and parking areas will be re-striped Complying with the Americans with Disabilities Act. The following streets in the University Avenue Business District will be overlayed this year: University Avenue from Middlefield Road to Alma Street, Hamilton Avenue from Webster Street to Ramona Street, Webster Street from Lytton Avenue to University Avenue, Cowper Street from University Avenue to Hamilton Avenue, Bryant Street from Everett Avenue to Lytton Avenue, and Lytton Avenue from High Street to Emerson Street. Staff has received input from downtown business merchants through meetings and questionnaires regarding times of preferred operation, limit~ of street closures, and detour routes. On University Avenue, a maximum of two blocks will be closed at one time. Street closures will be restricted to the hours between 7 a.m. to 4 p.m. on weekdays. The contractor will not be CMR:244:98 Page 1 of 3 allowed to work the Celebration of the Arts weekend. Traffic will be detoured to Lytton Avenue. and Hamilton Avenue when University Avenue is closed. The heavy winter rains have caused an increased amount of pavement failures and rate of deterioration on some City streets. Staff has included base failure repairs for some of the areas on major streets that are showing distress including Embarcadero Road, Homer Avenue, Alma Street, (upper) Page Mill Road, Arastradero Road, Middle field Road and West Bayshore Road. Following the award of contract, businesses and residents affected by the project will be notified. Also, the contractor will hand deliver door hanger notices seven days and 72 hours in advance of the construction work. Work is expected to start in June and be completed by October 1998. Bid Process A notice inviting formal bids for the 1998 Street Resurfacing Project was issued on April 13, 1998 and sent to 12 builders’ exchanges and 6 general contractors. The bidding period was 23 days. A pre-bid meeting was held on April 21, 1998, and one contractor attended the meeting. Bids were received from 2 qualified contractors on May 5, 1998, as listed on the attached bid summary (Attachment A). Bids ranged from a high of $2,642,809.72 to a low bid of $2,480,970.82. Contractors not responding indicated that they did not submit a bid because the project was too large and they were too busy with other projects to bid this project. This resulted in receiving only two bids, both of which were higher than the engineer’s estimate. Staff has reviewed both bids submitted and recommends that the bid of $2,480,970.82 submitted by O’Grady Paving Inc. be accepted and that O’Grady Paving Inc., be declared the lowest responsible bidder. The bid is 4 percent above the engineer’s estimate of $2,377,448.15. The change order amount of$375,000,.which equals 15 percent of the total ¯ contract, is requested because it is anticipated that problems may arise while working in the University Avenue Business District such as modifying the contractor’s scheduling or hours of operation due to unexpected confiicts, and unforeseen work discovered after construction has started. Staff checked references supplied by the contractor for previous work performed and found no significant complaints. Staff also checked with the Contractor’s State License Board and found that the contractor has an active license on file. RESOURCE IMPACT Funds are budgeted in Capital Improvement Project 9630, Street Maintenance. The State- Local Transportation Partnership Program grant, which in prior years reimbursed a portion of the expenditure, was eliminated and is no longer available. CMR:244:98 Page 2 of 3 POLICY IMPLICATIONS The award of this contract is consistent with existing City policies. ENVIRONMENTAL REVIEW This project is exempt fi~om the provisions of the California Environmental Quality Act and no further environmental review is required. ATTACHMENTS A - Bid Summary B - List of Overlay streets C - List of Slurry Seal streets D - Contract PREPARED BY: DEPARTMENT HEAD: D! CITY MANAGER APPROVAL: HARRISON Assistant City Manager John A. Carlson, Acting Assistant Dii:ector of Public Works CMR:244:98 Page 3 of 3 1998 STREET RESURFAClNG PROJECT BID SUMMARY ATTACHMENT A 1A 2A 3A 4A . ~WedgeCut5A_AC =Pavement Repair 6" SA PCC Pavement Repair 7A AC Levelin~g Course 18A AC Skin Patch 114" 9~-2;’ AC..~Milling 10-A Crack Sealant 11-/~Interlay_er __Me__m~bra_ne 12_A Adjust Utilit~ Box 13A _.Adiust Manhole14A_ .Su_ _ryey Monument 15A Blue Markers 16A .Strip=ing, Caltrans Detail 1 17~A _ .Strip_!_ng, Caltrans Detail 418AStriping, Caltrans Detail 9 19~Stripi_ng, Caltrans Detail 21 Bid Bid Item Item #.Descdpti0_n ........Quantity Unit Bid Schedule A i1112" °_~ye_~lla~;_-~_.~ ~-__. -. i 4,_7_211T0n $50.00 .Slur~._Se?[ .............. P a ve_m_e n_ t_.F_a~b r !c__ Striping, Caltrans Detail 2320A 21A - ENGINEERS ESTIMATE Unit Price Amount $70.00 $400.00 $55.00 $55,00 $0.35 $0.40 $1.40 19,836 LF $1.3o ...... ~_,_0 3_7 ~Ton~ 185 CY 1,133 Ton 40 Ton 161,450 SF 85,707 LF 20,000 LF 116 EA $2oo.oo 6 EA $3oo o0 89 EA $8.oo ........._4_,_0_3_1 _ L_F .....__.$o.3~o___ 3,312 LF $o,50 139 LF $o.35 1,969 LF $o,6o 173 LF $1.2o $0.60 O’Grady Paving, Inc. Unit Price Amount $236,050.00 $41.00 $74,750.00 $145.00 $45,778.70 $0.10 $193,561.~0 $94,250 00 $45,778.70 Pavex Unit Price Amount $632,590.00 $74,000.00 $62,315.00 $2,200.00 $56,507.50 $34,282~80 $28,000.00 $23,200.0O $1§,50~.~0 $70.00 $620.00 $45.00 $100.00 $0.28 $0.32 $2.00 $200.00 $275.00 $1,800,00 $250.00 $50~00"-$236,050.00 $92.00 $59,800 00 $0.09 $41,200.83 22A ....St_riping, 12" White 1,849 LF 23A Striping, 12" Yellow 633 LF 24A Thermoplastic L~eg.end 372 EA25_A- _ __Type A Curb and Gutter 1,442 LF 26A Type B Curb and Gutter 45 LF 27A Valley Gutter 30 LF 28A Curb Ramp 45 EA 29A Sidewalk 3,370 SF 30_A____Driv_e_w_a_y 300 SF 31A PCC Sidewalk Gdnding 61 SF 32A .Adjust Catch Basin 2 EA 33A Raise Catch Basin 1 EA $4A .Road Bu._m_p Installation 1 LS 35A PC Drilling ......200 EA 36A PCC Grout 40 CY 37A .Adjust Electrical Vault 4 EA 38A Traffic Detector Loop 6 EA 39A .Inert_Recycling 11,240 Ton 40A .Tree Trimming 1 LS 41A Notification 1 LS 42A Traffic Control 1 LS Bid ScheduJ~ A Total $2.10 $3,882.90 $2.10 $1,329.30 $45.00 $16,740.00 $30.00 $43,260.00 $32.00 $1,440.00 $35,00 $1,050,00 $1,100.00 $49,500.00 $7.50 $25,275.00 $8.50 $2,550.00 $50.00 $3,050.00 $1,400.00 $2,800.00 $1,700.00 $1,700.00 $6,000.00 $6,000.00 $35.00 $7,o~pio~o,$3oo.oo $12,ooo.oo $3,00o.00$1,$oo.oo$9,ooo.oo $3.00 $33,720.00 $35,000.00 $35,000.00 .... p,_oo_o._o.~.. . _~5,o99.99$20,000.00 $2o,ooo.oo $2.50 $2.50 $44.00 $35.00 $36.00 $46.00 $1,150.00 $8,00 $10.00 $80.00 $600,00 $I,200.00 $4,000.00 $42.00 $72,00 $900.00 $632,590.00 $70.00 $632,590.00 $114,700.00 $540.00 $99,900.00 =50,985.00 $60.00 $4,000,00 $120.00 $4,800.00 $45,206.00 $0.50 $80,7250~ $27,426,24 $0.27 $23,140,89 $4oi~0o~Sl.OO $2o,ooo,oo $I,S~.2~.....~4sF~0 ........$2,z00.00 ~9~.~ ____~._00 .....S!,~3~.qo $4,622.50 $2.50 $4,622,50 $16,368.00 $23.00 $8,556.00 S50,470.00 $21.00 $30,282.00 $1,380.00 $25.00 $750.00; $51,750 O0 $1,315.00 $59,175.00 $26,960.00 $5.25 $17,692.50 $3,000.00 $7.80 $2,340.00 $4,880.00 $12.00 $4,000.00$1,500.00 $1,500.00 $81400.00i$90.00 $16,000.00 $2,860.00 $150.00 $6,000.00 $7,080.00 $6~,440.00 $35,000 00 $1,500.00 $70,000.00 $1,~3~,91o.12 $9oo.oo .........$5,4oo.oo _$~,1_~_o~p_o_ ....$4.00 $44,960.00 $6.oo$35.ooo.oo $35,ooo.oo $35,ooo.oo _~o,ooo.o___~o~$4o,_oo_~-.6._o~. _ ~I.~OO~0~+ $35,000.00 $35,000.00 $70,000.00 $1,66~,291.82$1,618,338 95 05/06/98 bid summary 1998 STREET RESURFACING PROJECT BID SUMMARY Bid Item # B 2B Bid Item Bid ScSeclule B . P a¥em~en~t__F~b[ic~ ........ 310,~39_5..S_F= .........$oiLo AC Pavement Repair 6"1,575 Ton $7o.oo ENGINEERS ESTIMATE Amount $160,05(~0 -~ $31,039.5.0.;$0.12 $8,957.00 j $1.20 $110,250.00 $96.00 O’Grady Paving, Inc. Unit Price Amount ~3B 5B_.12" P_ip~_a_t_Un_i_v_ersit__y_~at__Fl~ore~_n_c._e_ ....~I._L~SS ....$~8_,_0_00,0_0__ ......$6,000.00 $20,000.00 6B .12" Pipe at University at Kipling 1 LS $5,000.00 $6,000.00 $20,000.00 76 .BuHt-Up_Ra_rnp__a! U_~n~iv. _a_t_T_a_ss~_o_ __. _ 1 .LS~ ...._$_3~,.0~00~.0_~0. ....$3,_0_00.~0_0 ___$~5_,2_00~._00_. _ 8B .Curb R~ a__m_p~wit_h._E_xpo~se__d A~ggr_e.g Pavex Unit Price Amount 9_B .Curb Ramp with Colored Concre 1 EA $1,500.00 $1,500.00 10B Curb Ra[n_p_with Brickwork 3.8._EA~$1,500.00 $57,000.0o 11.B .PC_C _P_a_v_e_m~ent__R_e_p__a~ir~ ......... ~24_.cy_ .....__$_4_0_0_.~_0_ .....$9,600:00 126 AC M!l_lin_g ................._1_87.,0_0._Q.SF ....$o..3_5_..13~B . c r a_c_k _S_e_a_La_n t~ ............. ~5 ,_7_5 _0_ _LF__ .....~$0.~4_o .__ 14B .Interlayer Membrane 200 LF 156 Adjust Utility Box 11 t EA 166 Adjust Manhole 71 EA 17B Blue Markers 28 EA 18_B .~S_tri~p_ing, Caltrans Detail 9 177 LF 196 ._Striping, Caltrans Detail 23 4,134 LF 206 Striping, Caltrans Detail 39 1,029 LF 21B Striping, 12" White 4,558 LF 22B Striping, 4" White 4,236 LF 23B Thermoplastic Legend 159 EA 24__B____Type A Curb and Gutter 487 LF 25B Valle.y_ Gutter 204 LF ~6B Sidewalk 1,365 SF Z7B Driveway 325 SF Z8B PCC Sidewalk Gdnding 10 SF Z9B Reset Catch Basin 1 EA $65,450.00 $2,300.00 $1.40 $280.00 $200.00 $22,200.00 $300.00 $21,300.00 $8.00 $224.00 $0.60 $106.20$1.00 $4,134.00 =1.50 $1,543.50$2.50 $11,395.00$2,50 $10,580.00$50,00 $7,980.00$32.00 $15,594.00$50.00 $10,200.00$6,00 $9.00 $2,925.00 $50.00 $500,00 $1,400.0p_ .......$1,400.00 $1,700.00 $2,300.00 $600.00 $0.43 $0.32 $2.OO $200.00 $275.00 $10.00 $0.25 $2.40 $0.55 $2.50 $0,55 $45.00 $35.00 $34.00 $6.00 $9.00 $80.00 $600.00 $1,700,00 $1,500.00 $1,500.00 $87,400.00 $2,800.00 $106,400.00 $14,400.00 $426.0o_ ...... $~.9,2_o_o.9o- $8o,41o.oo $0.70 =13o,9oo.oo $1,840.00 $0.27 $1,55230 $400,00 $22,200.00 $19,525.00 $280.0O $44.25 $9,921 $565.g5 $11,395.00 $2,329.80 $7,155.00 $17,045.00 $6,936.00 $2.925.00 $800.00 $600.00 $3 00 $600.00 $275.00 $30,525.00 $500,00 $35,500.00 $15.00 $420.00 $0.~5 $61,95 $1.25 $5,167.50 $0.45 $463.05 $2.50 $I 1,395.00 $0.80 $3,388.80 $23.00 $3,657.00 $23.00 $11,201.00 $18.00 $3,672.00 $5.70 $7,780,50 $8.40 $2,730.00 $50.00 $500.00 $1,240.00 $1,240.00 ~30B Curb Ramp 15 EA 31B Adjust Electrical Vault 5 EA 32B Traffic Detector Loop 2 EA 33B Inert Recycling 6,937 Ton 34B Tree Trimming 1 LS 35B Notification 1 LS 36B Traffic Control 1 LS 37B Steam Cleaning 5,000 SY Bid Schedule B Total $1,100.00 $16,500.00 $3,500,00 $17,500.00 $1,600.00 $3,200.00 $3.00 $20,811,00 $5,000.00 $5,000.00 $2,000.00 $2,000~00 $100,000.00 $100,000.00 $0.50 $2,500.00 $1,200,00 $900.00 $900.00 $6.00 $5,000.00 $10,000.00 $20,000.00 $1.00 $759,109,20 $18,000.00 $1,375.00 $20,625.00 $4,500.00 $2,100,00 $10,500.00 $1,800.00 $1,180.00 $2,360,00; $41,622.00 $3.00 .$20,811.00; $5.000.00 $5,000.00 $5,000,00 $10,000.00 $2,000.00 $2,000.00 $2p,o_oo_,o_o$~___s,o_~op:o_o- ........_=_~5_, _op._o_._o~ $8.ooo.oo$3.00 $15,ooo.oo $812,679.00 $909,899.60 Base Bid Total 05/06/98 bid summary !998 STREET RESURFACING PROJECT .TTACHM NT OVERLAY STREETS STREET FROM TO 1 Alta Mesa Avenue Irven Court Arastradero Road 2 Amaranta Avenue Los Robles Avenue Georgia Avenue 3 Ash Street Leland Avenue Stanford Avenue 4 Bibbits Drive Louis Road End 5 Bryant Street 6 Cowper Street 7 Ely Place 8 Encina Grande Avenue Everett Avenue University Avenue Lundy Lane Amaranta Avenue Lytton Avenue Hamilton Avenue Alma Street Verdosa Drive 9 Georgia Avenue 10 Hamilton Avenue 11 Hamilton Avenue 12 Hamilton Avenue 13 Lane 13 E ( alley ) 14 Lundy Lane 15; Lytton Avenue 16 Miranda Court 17 i Miranda Green 18, N. Magnolia Drive 19 iPalo Alto Avenue 20 :Palo Alto Avenue 21 i Redwood Circle 22 :Stanford Avenue 23 ’University Avenue 24 i University Avenue 25 University Avenue 26 Verdosa Drive 27 ’Waverly Street 28 Webster Street 29 Wellesley Avenue 30 Alma Street 31 Arastradero Road 32 Page Mill Road 33 Embarcadero Road 34 Homer Avenue 35 W. Bayshore Road Donald Drive End Ramona Street Waverley Street Waverly_ Street Cowper Street , Cowper Street ’Ramona Street Webster Street ~Bryant Street Ely Place End High Street i Miranda Avenue ’r Miranda Avenue =Magnolia Drive !H-ale Street ~Emerson Street End rEnd IEnd Chaucer Street ~Tasso Street ;Webster Street iAround the entire street I EI Camino Real ~,Amhearst Street i University Circle i!Emers°n Street i Emerson Street !Webster Street Webster Street !Middlefield Road iEncina Grande iFIorales Drive , Nevada Avenue i Orego_q Expressway__~ !Lytton Avenue!University Avenue ;Stanford Avenue i Kingsley Avenue ;Page Mill Road ,Cameron Park =’Kellogg Avenue ~Alpine Road ,Arastradero Road Saint Francis Drive Boyce Avenue ,Skyline Drive ;Highway 101 Alma Street , Colorado Avenue ,Adobe Creek 998 STREET RESURFACING PROJECT SLURRY SEAL STREETS ATTACHMENT C STREET FROM TO 1 Acacia Avenue El Camino Real Angle 2 Amarillo Avenue Louis Road Greer Road 3 Ash Street Stanford Avenue Oxford Avenue 4 Ash Street Oxford Avenue College Avenue 5 Bandera Drive Alexis Drive End 6 Birch Street Leland Avenue Stanford Avenue 7 Bryant Street Matadero Creek El Carmelo Avenue 8 California Avenue Hanover Street Bowdoin Street 9 Colorado Avenue Higgins Place Simking_ Court 10 Colorado Avenue Cowper Street ,B_yron Street 11 Colorado Avenue Simking_ Court W. Bayshore Road 12 Colorado Avenue Greer Road ,Higgins Place 13 Dixon Place Ely Place End 14 El Dorado Avenue ~Emerson Street Ramona Street 15 Ely Place Lundy Lane Mumford Place 16 Fabian Street ,E. Charleston Road N. San Antonio Road 17 Greer Road :Tuli_p Lane ’Tulip Lane 18 Greet Road I Loma Verde Avenue ’Thomas Drive 19 Greer Road iTulip Lane ’Embarcadero Road 20 Greer Road ’Thomas Drive Janice Way 21 ..Greer Road . Janice Way ’Thomas Drive 22 Hamilton Avenue i Guinda Street ’;Seneca Street 23 ~Hamilton Court 24 !Harriet Street i 25 ILaurel Glen . 26 !Louis Road 27 ILouis Road 281Louis Road 29 i Manuela Avenue i 301Madon Avenue 31 I Marion Avenue 32 iMelville Avenue 33 tMorris Drive 34 !Nevada Avenue : 35iOIdAdobe Road: r: 36 iOxford Avenue 37 i Oxford Avenue 38. Park Boulevard 39 ~Park Boulevard 40 iPark Boulevard 41 iPark Boulevard 42 :Parkinson Avenue 43 iRamona Street 44 ;Starr King Circle 45 ’St. Michael Drive 46 Sycamore Ddve 47 ’Wilkie Way I Hamilton Avenue , End I Harker Avenue !Greenwood Avenue iAlexis Drive lEnd iEmbarcadero Road iN. California Avenue I Bruce Drive i Sycamore Drive i Gailen Avenue I Bibbits Ddve iMesa Avenue iManuela Court ~ IWebster Street iMarion Place tMadon Place iMiddlefield Road IMiddlefield Street ~ Fulton Street Maddux Ddve Greer Road Emerson Street iRamona Street iArastradero Road I End iAsh Street I Birch Street iEI Camino Real iAsh Street i Stanford Avenue i Oxford Avenue "Oxford Avenue iCollege Avenue ¯ ~College Avenue iCambridge Avenue Mac Lane !West Meadow Drive i Melville Avenue i Hardet Street iMatadero Creek IEI Carmelo Avenue !Lindero Ddve ;Redwood Circle iSt. Michael Court iSt. Claire Drive i Louis Road !End, West iGeorge Hood Lane IDuluth Circle FORMAL CONTRACT PUBLIC WORK CONTRACT No. (Public Work) ATTACHMENT D SECTION 00500 This Contract, dated___Lx, is entered into by and between the City of Palo Alto, a chartered city and a municipal corporation of the State of California ("City") , and. O’Grady. Paviog, Inc. , a .California Corporation, ("Contractor")¯ For and in consideration of the covenants, terms, and conditions ("the provisions") of this Contract, City and Contractor ("the parties") agree: Term_. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract, and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder, subject to the earlier termination of this Contract. This Contract may be terminated for convenience by the City upon ten (10) days’ prior written notice. General Scope.. of project and Work. Contractor shall furnish labor, services, materials and equipment in connection with the construction of the Project and complete the Work in accordance with the ovenants, terms and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as follows: Title of Project:1998 Street Resurfacing Project !.nvitation for Bids # !05424 Total Bid:$ 2.480.970.82 ...... Contract Documents. This Contract shall consist of the documents set forth below, which are on file with the City Clerk and are hereby incorporated by reference. For the purposes of construing, interpreting and resolving inconsistencies between and among the provisions of this Contract, these documents and the provisions thereof are set forth in the following descending order of precedence. a=This Contract. Notice Inviting Formal Bid. Specifications and/or Scope of Work. Drawings. Change Orders. Proposal and Bid. Supplementary Conditions. General Conditions. Standard Drawings and Specifications (1992). Certificate of Insurance, Performance Bond, Labor & Materials (Payment) Bond. Affirmative Action Guidelines and Compliance Report. Other Specifications, or part thereof, not expressly incorporated in theContract CITY of PALO ALTO: FORMAL CONTRACT (IFB 105424)SECTION 00500-1 of 8 FORMAL CONTRACT o SECTION 00500 Specifications or the Standard Drawings and Specifications (1992). Any other document not expressly mentioned herein which is issued by City or entered into by the parties. Compensation. In consideration of Contractor’s performance of its obligations hereunder, City shall pay to Contractor the amount set forth in Contractor’s Bid in accordance with the provisions of this Contract and upon the receipt of written invoices and all necessary supporting documentation within the time set forth in the Contract Specifications and the Standard Drawings and Specifications (1992), or, if no time is stated, within thirty (30) Days of the date of receipt of Contractor’s invoices. InsUrance. On or before the Date of Execution, Contractor shall obtain and maintain the policies of insurance coverage described in the Notice Inviting Formal Bids on terms and conditions and in amounts as may be required by the Risk Manager. City shall not be obligated to take out insurance on Contractor’s personal property or the personal property of any person performing labor or services or supplying materials or equipment under the Project. Contractor shall furnish City with the certificates of insurance and with original endorsements affecting coverage required under this Contract on or before the Date of Execution. The certi.ficates and endorsements for each insurance policy shall be signed by a person who is authorized by that. insurer to bind coverage in its behalf. Proof of insurance shall ’be mailed to the Project Manager to the address set forth in Section 15 of this Contract. Indemnification. Contractor agrees to protect, defend, .indemnify and hold City, its Council members, officers, employees, agents and representatives harmless from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments, arising, in whole or in part, directly or indirectly, at any time from any injury to or death of persons or damage to property as a result of the willful acts or the negligent acts or omissions of Contractor, or which results from Contractor’s noncompliance with any Law respecting the condition, use, occupation or safety of the Project site, or any part thereof, or which arises from Contractor’s failure to do anything required under this Contract or for doing anything which Contractor is required not to do under this Contract, or which arises from conduct for which any Law may impose strict liability on Contractor in the performance of or failure to perform the provisions of this Contract, except as.may arise from the sole willful acts or negligent acts or omissions of City or any of its Council members, officers, employees, agents or representatives. This indemnification shall extend to any and all claims, demands, or liens made or filed by reason of any work performed by Contractor under this Contract at any time during the term of this Contract, or arising thereafter. ; To the extent Contractor will use hazardous materials in connection with the execution of its obligations under this Contract, Contractor further expressly agrees to protect, indemnify, hold harmless and defend City, its City Council members, officers and employees from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments City may incur, arising, in whole or in part, in connection with or as a result of Contractor’s willful acts or negligent acts or-omissions under this Contract, ~under the CITY of PALO ALTO: FORMAL CONTRACT (IFB 105424)SECTION 00500-2 of 8 ,, FORMAL CONTRACT o 10o’ 11. SECTION 00500 Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.Co § §9601- 6975, as amended); the Resource Conservation and Recovery Act (42 U.S.C. § §6901-6992k, as amended); the Toxic Substances Control Act (15 U.S.C. §§2601-2692, as amended); the Carpenter-Presley-Tanner Hazardous Substance Account Act (Health & Safety Code, § §25300- 25395, as amended); the Hazardous Waste Control Law (Health & Safety Code, §§25100- 25250.25, as amended); the Safe Drinking Water and Toxic Enforcement Act (Health & Safety Code, § §25249.5-25249.13, as amended); the Underground Storage of Hazardous Substances Act (Health & Safety Code, § §25280-25299.7, as amended); or under any other local, state or federal law, statute or ordinance, or at common law. Assumption o{ Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or injury to the property of Contractor which may occur in, on, or about the Project site at any time and in any manner, excepting such loss, injury, or damage as may be caused by the sole willful act or negligent act or omission of City or any of its Council members, officers, employees, agents or representatives. Waiver, The acceptance of any payment oF performance, or any part thereof, shall not operate as a waiver by City of its rights under this Contract. A waiver by City of any breach of any part or provision of this Contract by Contractor shall not operate as a waiver or continuing waiver of any subsequent breach of the same or any other provision, nor shall any custom or practice which may arise between the parties in the administration of any part or provision of this Contract be construed to waive or to lessen the right of City to insist upon the performance of Contractor in strict compliance with the covenants, terms and conditions of this Contract. Com~)liance with Laws. Contractor shall comply with all Laws now in force or which may hereafter be in force pertaining to the Project and Work and this Contract, with the requirement of any bond or fire underwriters or other similar body now or hereafter constituted, with any discretionary license or permit issued pursuant to any Law of any public agency or official as well as with any provision of all recorded documents affecting the Project site, insofar as any are required by reason of the use or occupancy of the Project site, and with all Laws pertaining to nondiscrimination and affirmative action in employment and hazardous materials. Bonds. As a condition precedent to City’s obligation to pay compensation to Contractor, and on or before the Date of Execution, Contractor shall furnish to the Project Manager the Bonds as required under the,Notice Inviting Formal Bids. Representations and Warranties. In the supply of any materials and equipment and the rendering of labor and services during the course and scope of the Project and Work, Contractor represents and warrants: -~ - - a= b° Any materials and equipment which shall be used during the course and scope of the Project and Work shall be vested in Contractor; Any materials and equipment which shall be used durir~g the course and scope of the CITY of PALO ALTO: FORMAL CONTRACT (IFB 105424)SECTION 00500-3 of 8 FORMAL CONTRACT SECTION 00500 Project and Work shall be merchantable and fit to be used for the particular purpose for which the materials are required; Any labor and services rendered and materials and equipment used or employed during the course and scope of the Project and Work shall be free of defects in workmanship for a period of one (1) year after the recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder; do Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained by Contractor for and in behalf of City. e=Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request, whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true and correct at the time such information is submitted or made available to the City; f=Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to the terms and conditions of Contractor’s Bid, except as may be permitted by the Notice Inviting Formal Bids; Contractor has the power and authority to’ enter into this Contract with City, that the individual executing this Contract is duly authorized to do so by appropriate resolution, and that this Contract shall be executed, delivered and performed pursuant to the power and authority conferred upon the person or persons authorized to bind Contractor; h=Contractor has not made an attempt to exert undue influence with the Purchasing Manager or Project Manager or any other person who has directly contributed to City’s decision to award the contract to Contractor; There are no unresolved claims or disputes between Contractor and City which would materially affect Contractor’s ability to perform under the Contract; Contractor has furnished and will furnish t~ue and accurate statements, records, reports, resolut!ons, certifications, and other written information as may be requested of Contractor by City from time to time during the term of this Contract; kJ Contractor and any person performing labor and services under this Project are duly licensed by the State of California as required by California Business & Professions Code Section 7028, as amended; and Contractor has fully examined and inspected the Project site and has full knowledge of the physical conditions of the Project site. 1 2. Assignment~ This Contract and the performance required hereunder is personal to Contractor, and CITY of PALO ALTO: FORMAL CONTRACT (IFB 105424)SECTION 00500-4 of 8 FORMAL CONTRACT SECTION 00500 it shall not be assigned by Contractor. Any attempted assignment, shall be null and void. 13.Claims of Contractor. All claims pertaining to extra work, additional charges, or delays within the Contract Time or other disputes arising out of the Contract shall be submitted by Contractor to City in writing by certified or registered mail within ten (10) Days after the claim arose or within such other time as may be permitted or required by law, and shall be described in sufficient detail to give adequate notice of the substance of the claim to city. 14.Audits by City. During the term of this Contract and for a period of not less than three (3) years after the expiration or earlier termination of this Contract, City shall have the right to audit Contractor’s Project-related and Work-related writings and business records, as such terms are defined in California Evidence Code Sections 250 and 1271, as amended, during the regular business hours of Contractor, or, if Contractor has no such hours, during the regular business hours of City. 15.Notices. All agreements, appointments, approvals, authorizations, claims, demands, Change Orders, consents, designations, notices, offers, requests and statements given by either party to the other shall be in writing and shall be sufficiently given and served upon the other party if (1) personally served, (2) sent by the United States mail, postage prepaid, (3) sent by private express delivery service, or (4) in the case of a facsimile transmission, if sent to the telephone FAX number set forth below during regular business hours of the receiving party and followed within two (2) Days by delivery of a hard copy of the material sent by facsimile transmission, in accordance with (1), (2) or (3) above. Personal service shall include, without limitation,, service by delivery and service by facsimile transmission. To City:City of Palo Alto City Clerk 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 Copy to:City of Palo Alto Attn: Elizabeth Ames Public Works Department, Engineering Division 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 (650)-329-2502 ~ FAX: (650)-329-2299 To Contractor:O’Gradv Paving In(;, Attn: Craia E. Youna 2513 Wvandotte Street Mountain View, CA .94043 CITY of PALO ALTO: FORMAL CONTRACT (IFB 105424)SECTION 00500-5 of 8 FORMAL CONTRACT ( 650),, 966-1926 FAX: ( 650 ),,,,966-1946 SECTION 00500 16. 17. Appropriation of City Funds. This Contract is subject to the fiscal provisions of Article III, Section 1 2 of the Charter of the City of Palo Alto. Any charges hereunder for labor, services, materials and equipment may accrue only after such expenditures have been approved in advance in writing in accordance with applicable Laws. This Contract shall terminate without penalty (i) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (ii) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 16 shall control in the event of a conflict with any other provision of this Contract. Miscellaneous. ao Bailee Disclaimer. The parties understand and agree that City does not purport to be Contractor’s bailee, and City is, therefore, not responsible for any damage to the personal property of Contractor. b=Consent. Whenever in this Contract the approval or consent of a party is required, such approval or consent shall be in writing and shall be executed by a person having the express authority to grant such approval or consent. Controlling Law. The parties agree that this Contract shall be governed and construed by and in accordance with the Laws of the State of California. do eo Definitions. The definitions and terms set forth in Section 1 of the Standard Drawings and Specifications (1992) of this Contract are incorporated herein by reference. Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to perform its obligations under this Contract which directly results from an Act of God or an act of a superior governmental authority. Headings. The paragraph headings are not a part of this Contract and shall have no effect upon the construction or interpretation of any part Of this Contract. Incorporation of Documents. All documents constituting the Contract documents described in Section 3 hereof and all documents which may, from time to time, be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and shall be deemed to be part of this Contract. Integration. This Contract and any amendments hereto between the parties constitute the entire agreement between the parties concerning the Project and Work, and there are no other prior oral or written agreements between the parties that are not incorporated in this CITY of PALO ALTO: FORMAL CONTRACT (IFB 105424)SECTION 00500-6 of 8 FORMAL CONTRACT SECTION 00500 Contract. Modification of Agreement. This Contract shall not be modified or be binding upon the parties, unless such modification is agreed to in writing and signed by the parties. Provision. Any agreement, covenant, condition, clause, qualification, restriction, reservation, term or other stipulation in the Contract shall define or otherwise control, establish, or limit the performance required or permitted or to be required of or permitted by either party. All provisions, whether covenants or conditions, shall be deemed to be both covenants and conditions. Resolution. Contractor shall submit with its Bid a copy of any corporate or partnership resolution or other writing, which authorizes any director, officer or other employee or partner to act for or in behalf of Contractor or which authorizes Contractor to enter into this Contract. Severability. If a court of competent jurisdiction finds or rules that any provision of this Contract is void or unenforceable, the provisions of this Contract not so affected shall remain in full force and effect. mo Status of Contractor. In the exercise of rights and obligations under this Contract, Contractor acts as an independent contractor and not as an agent or employee of City. Contractor shall not be entitled to any rights and benefits accorded or accruing to the City Council members, officers or employees of City, and Contractor expressly waives any and all claims to such rights and benefits. Successors and Assigns. The provisions of this Contract shall inure to the benefit of, and shall apply to and bind, the successors and assigns of the parties. Time of the Essence. Time is of the essence of this Contract and each of its provisions. In the calculation of time hereunder, the time in which an act is to be performed shall be computed by excluding the first Day and including the last. If the time in which an act is to be performed falls on a Saturday, Sunday, or any Day observed as legal holiday by City, the time for performance shall be extended to the following Business Day. Venue. In the event that suit is brought by either party hereunder, the parties agree that trial of such action shall be vested exclusively in the state courts of California in the County of Santa Clar.a in the City of San Jose or in the United States District Court for the Northern District of California in the City of San Jose. Recovery of costs. The prevailing party in any action brought to enforce the terms of this Contract or arising out of this Contract may recover its reasonable costs, including reasonable attorney’s fees, incurred or expended in connection with such action against the non-prevailing party. CITY of PALO ALTO: FORMAL CONTRACT (IFB 105424)SECTION 00500-7 of 8 FORMAL CONTRACT SECTION 00500 IN WITNESS WHEREOF, the parties have by their duly appointed representatives executed this Contract in the city of Palo Alto, County of Santa Clara, State of California on the date first stated above. ATTEST:CITY OF PALO ALTO: City Clerk APPROVED: By: Its: Mayor CONTRACTOR: Assistant City Manager By: Name: Director of Public Works Title: Director of Administrative Services Taxpayer I.D. No. 94-1493692, Manager Contract Administration (for: Risk) APPROVED AS TO FORM: Senior Asst. City Attorney CITY of PALO ALTO: FORMAL CONTRACT (IFB 105424)SECTION 00500-8 of 8 FORMAL CONTRACT SECTION 00500 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF COUNTY OF On , before me, a notary public in and for said County, personally appeared , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature (Seal) END OF SECTION CITY of PALO ALTO: FORMAL CONTRACT (IFB 105424)SECTION 00500-9 of 8