Loading...
HomeMy WebLinkAbout1996-05-28 City Council (15)City of Palo Alto City Manager’s Report 2 TO:HONORABLE CI~ COUNCIL FROM:CITY MANAGER DEPARTMENT: Public Works AGENDA DATE: May 28, 1996 CMR:277:96 SUBJECT:Award of Contract to Interstate Grading & Paving, Inc. for the 1996 Resurfacing Program, CIP 18670 and 18971 REQUEST This is a request for approval of a contract with Interstate Grading & Paving, Inc. in the amount of $1,492,503 for the 1996 Resurfacing Program. RECOMMENDATIONS Staff recommends that Council: Approve and authorize the Mayor to execute the attached contract with Interstate Grading & Paving, Inc. in the amount of $1,492,503 for the 1996 resurfacing program. Authorize the City Manager or her designee to negotiate and execute one or more change orders to the contract with Interstate Grading & Paving, Inc. for related, additional but unforeseen work which may develop during the project, the total value of which change orders will not exceed $150,000. POLICY IMPLICATIONS The award of this contract is consistent with existing policies. EXECUTIVE SUMMARY Project Description The work to be performed under the contract is for overlaying 6.5 lane miles and slurry sealing 10.8 lane miles of City streets, of which 14.2 lane miles are located south of Oregon Expressway. As part of the resurfacing program, curb ramps, complying with CMR:277:96 Page 1 of 3 ADA guidelines, will be installed on streets that will be overlayed; curb and gutter will be replaced where it restricts gutter flow and degrades the structural integrity of the street and sidewalk will be replaced where it meets the criteria in the City’s replacement policy. The project also includes slurry sealing three downtown parking lots, and the Cubberley parking lot, and repaving bicycle lanes on Newell Road between Channing Avenue and Embarcadero 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 again 72 hours, in advance of the construction work. Work is expected to start in June and be completed by November. Bid Process A notice inviting formal bids for resurfacing were sent on April 22, 1996 to 11 builders’ exchanges and 9 general contractors picked up bid packages. The bidding period was 23 days which was sufficient as evidenced by the number of bids received for the project. Bids were received from 4 qualified contractors on May 14, 1996, as listed on the attached bid summary (Attachment A). Bids ranged from a high of $1,626,673.46 to a low bid of $1,492,503. Contractors not responding indicated that they did not submit a bid because they were too busy with other jobs. Staff reviewed all bids submitted and recommends that the base bid, plus add alternates one through three totaling $1,492,503 submitted by Interstate Grading & Paving, Inc., be accepted and that Interstate Grading & Paving, Inc. be declared the lowest responsible bidder. The bid is 9 percent below the engineer’s estimate of $1,644,910. Staff checked references supplied by the contractor for previous work performed and found no significant complaints. Staff also checked the Contractor’s State License Board and found that the contractor has an active license on file. FISCAL IMPACT Funds are budgeted in CIP 18670, Gas Tax; CIP 18971, Utility Users Tax; CIP 47702, and the Storm Drain Utility Fund for curb and gutter related improvements; and in the PuNic Works Operating Budget for street, sidewalk and parking lot related improvements. In addition, staff has filed an application for a grant under the State-Local Transportation Parmership Program which reimburses a portion of the expenditures made from the Street Improvement Fund. Any revenues which are received for this year’s project will be budgeted in next year’s program. CMR:277:96 Page 2 of 3 ENVIRONMENTAL ASSESSMENT The project is exempt from the provisions of the California Environmental Quality Act and no further environmental review is necessary. ATTACHMENTS A - Bid Summary B - List of Overlay Streets C - List of Slurry Seal Streets D - Map E - Contract Pages PREPARED BY: George Bagdon, Assistant Director of Public Works DEPARTMENT HEAD REVIEW: CITY MANAGER APPROVAL: GLENN S. ROBERTS ~ ctor of Public~ !U~ FLEMIN"~~" -’ ) ~ Manager CMR:277:96 Page 3 of 3 ATTACHMENT A _8 ~ 81..-. 88 =,= 88 ~;,8 ~ 888,88888888888888888~ 8!88 ’888888888888888888888888 8888888888!8 ’~ p 88888888~888888888~888888!8888888!88888 888888 E ATTACHMENT B 1996 STREET RESURFACING PROJECT LIST OF OVERLAY STREETS STREET Alma Street Ash Street Bryant Street Crescent Drive Dake Avenue Darlington Court Elsinore Court Elsinore Drive Emerson Street Greenmeadow W. Greet Cul- de-sac Guinda Street Hawthorne Avenue Higgins Place Kenneth Cul-de-Sac Kenneth Drive Middlefield Road Newell Road Olive Avenue Pdmrose Way South Court Stelling Cul-De-Sac Stelling Drive Thomas Drive Webster Cul-De-Sac FROM Charleston Road Page Mill Road El Verano Avenue University Avenue San Antonio Road Park Avenue Elsinore Drive Greet Road Loma Verde Avenue Parkside Avenue Greet Road Homer Avenue Alma Street Colorado Avenue Greer Road Greer Road E. Meadow Road Embarcadero Road El Camino Real Ids Way Eldorado Avenue Stelling Drive David Avenue Greet Road Webster Street TO San Antonio Ramp Olive Avenue E. Meadow Drive University Avenue Ferne Avenue End End Louis Road El Verano Avenue End End Channing Avenue Emerson Street End End Greet Road E. Charleston Roac Channing Avenue Ash Street Heather Lane Matadero Creek End Stelling CuI-De-Sa~ Greet Road End 05/22/96 page 1 of 1 overlay streets ATTACHMENT C 1996 STREET RESURFAClNG PROJECT LIST SLURRY SEAL STREETS STREET 1 Amaranta Avenue 2 Arcadia Place 3 Bruce Drive 4 Bryant Street 5 Bryant Street 6 Carolina Lane 7 Clam Dirve 8 Clemo Avenue 9 Comer at: 10 Cubberley parking lot 11 David Avenue 12 David Cul-de-Sac 13 Duluth Circle 14 El Cajon Way 15 El Capitan Place 16 El Carmelo Avenue 17 Elmdale Place 18 Fairmede 19 Feme Avenue 20 Grove Avenue 21 Grove Cul-de-sac2 22 Holly Oak Drive 23 Kelly Way 24 Kipling Street 25 Lorabelle Court 26 Los Palos Circle 27 Los Palos Place 28 Marion Place 29 Mc Keller Lane 30 Miller Avenue 31 Oregon Avenue 32 Parking Lot A 33 Parking Lot N 34 Parking Lot O 35 Second Street 36 Sierra Court 37 South Court 38 South Court 39 South Court 40 Stelling Drive 41 Sutter Avenue 42 Suzanne Drive 43 Suzanne Cul-de-Sac 44 Wavedy Street 45 Waverly Street 46 Whitclem Place 47 Whitclem Way 48 Wilmar Drive FROM Maybell Avenue Newell Road Marshall Drive Loma Verde Avenue El Carmelo Avenue Wilkie Way Sutter Avenue Arastradero Road Whitclem Drive 4000 Middlefield Road Stelling Drive :)avid Avenue Wilkie Way Elsinore Drive Nelson Ddve Alma Street Moreno Avenue Los Palos Avenue Dake Avenue E. Charleston Road Grove Avenue Ames Avenue Suzanne Drive Loma Verde Avenue iMcKeller Lane ILos Palos Place Los Palos Avenue !Marion Avenue iArastradero Road Monroe Drive iSt. Francis Drive Emerson & Ramona Emerson & Ramona Emerson & High iW. Meadow Drive Oregon Avenue Colorado Avenue ", iLoma Verde Avenue Campesino Avenue iStelling Cul-de-Sac Middlefield Road i Kelly Way Suzanne Drive Loma Verde Avenue Campesino Avenue Whitclem Drive Whitclem Drive Donald Drive TO Georgia Avenue End Louis Road El Verano Avenue Loma Verde Avenue Park Boulevard Angle Maybell Avenue Park Boulevard David Cul-de-Sac End End Elsinore Drive End Waverly Street End Pomona Avenue San Antonio Road Creek End Ames Avenue Suzanne Drive Cowper Street End End End End End Monroe Drive Sierra Court End End El Dorado Avenue Campesino Avenue E. Meadow Drive David Avenue Ross Road Arastradero Road Suzanne Drive Campesino Avenue El verano Avenue End End Arastradero Road 05/22/96 page 1 of I slurry seal streets Attachment D ud Elsinore Drive El Cajon Way Greenmeado~ Attacttment E PART II - CONTRACT SECTION 00500 CONTRACT This Contract, dated , is entered into by and between the City of Palo Alto, a municipal corporation of the State of California ("City") , and Interstate Grading & Paving, Inc., a California, ("Contractor"), whose Taxpayer Identification Number is 94-2527676. For and in consideration of the following covenants, terms and conditions, City and Contractor ("the parties") agree: Term. This Contract shall commence on, 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. 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 covenants, terms and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as follows: Title: 1996 Street Maintenance Program NO.: 18670/18971 Base Bid: $1,414,819.00 Add Alternates (if any): $77,684.00 Total Bid: $1,492,503.00 .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 the provisions of this Contract, these documents and the provisions. thereof are set forth in the following descending order of precedence. This Contract. Notice Inviting Formal Bids. Project Specifications. Drawings. Change Orders. Bid. Supplementary Conditions. General Conditions. Standard Drawings and Specifications (1992). Certificate of Insurance, Performance Bond, Payment Bond (Labor and Materials). Affirmative Action Guidelines and Compliance Report. Other Specifications, or part thereof, not expressly incorporated in the Contract 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. CITY of PALO ALTO: Formal Contract (w/HAZMAT) (12/94)SECTION 00500-1 of 7 II - CONTRACT SECTION 00500PART 5.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 certificates 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 City Council members, officers, and employees 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 or negligent act or omission 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 imposes strict liability on Contractor in the performance of or failure to perform the terms and conditions of this Contract, except as may arise from the sole willful or negligent act or omission of City or any of its City Council members, officers, or employees. 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. 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 acts or omissions under this Contract, under the Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C., §§9601-75, as amended); the Resource Conservation and Recovery Act (42 U.S.C., §§6901-82, as amended); the Carpenter-Prestey-Tanner Hazardous Substance Account Act (Health & Saf. Code, § §25300-25395, as amended) the Hazardous Waste Control Act (Health & Saf. Code, § §25100-25250.24, as amended); the Safe Drinking Water and Toxics Enforcement Act (Health & Saf. Code, §§25249.5-25249.13, as amended); the Underground Storage of Hazardous Substances Act (Health & Saf. Code, § §25280-99.6, as amended); the Hazardous Substance Account Act (Health & Saf. Code, §§25300-95, as amended); the Toxic Substances Control Act (15 U.S.C., § §2601-71, as amended); or under any other local, state or federal ordinance or statute, or at common law. Assumption of 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 or negligent act or omission of City or any of its City Council members, officers, or employees. Waiver. The acceptance of any payment or 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. CITY of PALO ALTO: Formal Contract (w/HAZMAT) (12/94)SECTION 00500-2 of 7 PART II - CONTRACT SECTION 00500 10. 11. Compliance 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 precedentto 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: Any materials and equipment which shall be used during the course and scope of the Project and Work shall be vested in Contractor; bo Any materials and equipment which shall be used during the course and scope of the Project and Work shall be merchantable and fit to be used for the particular purpose for which the materials are required; Co 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. eo 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; fo 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; ho 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; CITY of PALO ALTO: Formal Contract (w/HAZMAT) (12/94)SECTION 00500-3 of 7 PART II -CONTRACT SECTION 00500 ko Contractor has furnished and will furnish true and accurate statements, records, reports, resolutions, certifications, and other written information as may be requested of Contractor by City from time to time during the term of this Contract; Contractor and any person performing labor and services under.this Project is duly licensed as a contractor with the State of California as required by California Business & Professions Code Section 7028, as amended; and 12. 13. 14. 15. Contractor has fully examined and inspected the Project site and has full knowledge of the physical conditions of the Project site. Assiqnment. This Contract and the performance required hereunder is personal to Contractor, and it shall not be assigned by Contractor. Any attempted assignment shall be null and void. 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. 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. 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 recei.ving 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 CITY of PALO ALTO: Formal Contract (w/HAZMAT) (12/94)SECTION 00500-4 of 7 PART II -CONTRACT SECTION 00500 Copy to:City of Palo Alto Department of Public Works 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 (415) 329- 2454 FAX: (415) 329-.2299 ATTN: Project Manager, John A. Carlson To Contractor:Interstate Grading & Paving, Inc. 128 So. Maple Avenue South San Francisco, CA 94080 PHONE: (415) 952-7333 FAX: (415) 952-6851 ATTN: Michael Pariani 16.Appropriation of City Funds. This Contract is subject to the fiscal provisions of Article III, Section 12 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. 17.Miscellaneous. 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. bo 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 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. eo 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. CITY of PALO ALTO: Formal Contract (w/HAZMAT) (12/94)SECTION 00500-5 of 7 PART II - CONTRACT SECTION 00500 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 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. 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. 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 a 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 Clara 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 (w/HAZMAT) (12/94)SECTION 00500-6 of 7 PART ii -CONTRACT IN WITNESS WHEREOF, the California. ATTEST: SECTION 00500 3arties have executed this Contract on the date first above stated in Palo Alto, CITY OF PALO ALTO, CALIFORNIA City Clerk APPROVED: City Manager Director of Public Works Director of Finance Risk: Manager Purchasing & Contract Administration By: Mayor CONTRACTOR: By: Name: Title: Taxpayer I.D. No. APPROVED AS TO FORM: Senior Assistant City Attorney STATE OF COUNTY OF On appeared ) ) CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) , before me,, a notary public in and for said County, personally , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) who~e 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. END OF SECTION CITY of PALO ALTO: Formal Contract (w/HAZMAT) (12/94)SECTION 00500-7 of 7