Loading...
HomeMy WebLinkAbout1999-02-22 City Council (9)TO: City of Palo Alto City Manager’s Repor HONORABLE CITY COUNCIL 3 FROM:CITY MANAGER DEPARTMENT: COMMUNITY SERVICES DATE:FEBRUARY 22, 1999 CMR: 142:99 SUBJECT:AWARD OF CONTRACT TO GACHINA LANDSCAPE MANAGEMENT FOR CUBBERLEY COMMUNITY LANDSCAPE MAINTENANCE CENTER RECOMMENDATION Staff recommends that Council: Approve and authorize the Mayor to execute the attached contract with Gachina Landscape Management in the amount of $64,989 for Fiscal Years 1998-99 and 1999- 00. Four months of the contract will occur in FY 1998-99 and eight months in FY 1999-00, contingent on Council approval of the FY 1999-00 Budget. Authorize the City Manager or her designee, to negotiate and execute one or more change orders to the contract with Gachina Landscape Management for related but unforeseen additional work, the total value of which shall not exceed $9,750. Authorize the City Manager or her designee, to exercise the option to renew the contract for the (second and/or third year), provided the contractor is responsive to the City’s needs, and the quality of the c6ntractor’s work/product is acceptable during the first year of the contract (and/or other conditions which will determine the City’s, willingness to renew the contract). DISCUSSION Project Description The work to be performed under the contract is for the general site landscape maintenance at the Cubbedey Community Center. The Cubberley Community Center has no regular landscape maintenance staff; all work must be contracted out. Cubberley landscape maintenance includes general grounds maintenance, including the mowing of turf areas, debris pickup, litter pickup, pruning of bushes and shrubs, irrigation system maintenance and watering. The City Council, at its June 23, 1997 meeting (CMR 293:97), approved a twelve-month contract, with two twelve-month options, to Diablo Landscape Management, Inc. for CMR: 142:99 Page 1 of 3 landscape maintenance services at Cubberley Center. The first twelve-month option with Diablo Landscape Management, Inc., will terminate on February 28, 1999. Diablo Landscape Management, Inc.’s contract was terminated due to n0n-performance of contracted services. Therefore, a new formal bid process was initiated in December 1998. The landscape maintenance contract with Diablo Landscape Management, Inc., included several special maintenance projects. Special projects included monthly washing of tennis courts, and annual renovation of the athletic field turf areas, running track and softball diamonds. These special maintenance projects have been removed from the new contract and individual bid specifications developed for each project. Bid Process A notice inviting formal bids for general site and athletic field landscape maintenance at the Cubberley Community Center was sent on December 24, 1998 to 15 contractors. The bidding period was 27 days. A pre-bid meeting was held on January 12, 1999; four bidders attended the meeting. Bids were received from four qualified contractors on January 19, 1999, as listed on the attached bid summary (Attachment A). Bids ranged from a high of $83,029 to a low bid of $64,989. Contractors not responding indicated that they did not submit a bid because they could not be competitive on this project. Staffhas reviewed all bids submitted and recommends that the bid 0f$64,989 submitted by Gachina Landscape Management be accepted and that Gachina Landscape Management be declared the lowest responsible bidder. 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 Funding for the first four months of the contract is currently available within the FY 1998-99 Cubberley Center Operating Budget. The eight months of the contract occurring in FY 1999-00 is contingent upon Council approval of the FY 1999-00 Budget. See Attachment B for the complete contract cost breakdown. POLICY IMPLICATIONS This recommendation does not represent any change to existing City policies ENVIRONMENTAL REVIEW This project is categorically exempt from the California Environmental Quality Act (CEQA) under Section 15302 of the CEQA Guidelines. CMR: 142:99 Page 2 of 3 ATTACHMENTS Attachment A: Attachment B: Attachment C: Bid Summary Contract Cost Breakdown Contract PREPARED BY: Del Thorpe, Cubberley Center Manager DEPARTMENT HEAD: PAUL THILTGEN Community Services Director CITY MANAGER APPROVAL: Assistant City Manager CMR: 142:99 Page 3 of 3 ATTACHMENT A ": Vender Name Gachina Landscape Management Four Seasons Landscape Maintenance The Shooter Company Jensen Landscape Services, Inc. L&L Landscape Services, Inc. City Menlo Park Redwood City Menlo Park Cupertino Campbell Bid Tabulation Sheet Initial 12 month contract $64,989 $66,000 $80,711 $83,029 First 12 month option $67,588 $66,990 $82,325 $86,350 Second 12 month option $70,292 $67,995 $83,972 $86,350 No bid. We cannot be competitive on this project. Bid Total $202,869 $200,985 $247,008 $255,729 ATI’ACHMENT B COST BREAKDOWN GACHINA LANDSCAPE MANAGEMENT CONTRACT Year Contract Period 1 3/1/99 - 2/28/00 2 3/1/00 - 2/28/01 3 3/1~1-2~8~2 Cost Breakdown per Contract Year Fisc~ Year 1998-99 1999-00 1999-00 2000-01 2000-01 2001-02 Total No. of Months 4 8 4 8 4 8 36 Base Cost $21,663 $43,326 $22,530 $45,058 $23,430 $46,862 $202,869 Contingency $3,250 $6,500 $3,380 $6,760 $3,517 $7,033 $30,440 Total $24,913’ $49,826 $25,910 $51,818 $26,947 $53,895 $233,309 *Funding is currently available within the FY 1998-99 Cubberley Center Operating Budget. Fiscal Year 1998-99 1999-00 2000-01 2001-02 Tot~ Summary of Cost per Fiscal Year Total Number of Months 4 12 12 8 36 Total CostperFiscal Year $24,913" $75,736 $78,765 $53,895 $233,309 *Funding is currently available within the FY 1998-99 Cubberley Center Operating Budget. FORMAL CONTRACT SECTION 500 CONTRACT No. (Public Work) This Contract, number dated , 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 Gachina Landscape Management, a 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. 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 of Project: General Site and Athletic Field Landscape Maintenance IFB. No. 112168. Total Bid: $ ~4.9R9 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. b.Invitation For Bid. c.Project Specifications. d.Drawings. e.Change Orders. f.Bid. g.Supplementary Conditions. h.General Conditions. I.Standard Drawings and Specifications (1992). j.Certificate of Insurance, Performance Bond, Labor & Materials (Payment) Bond. k.Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the Standard Drawings and Specifications (1992). I.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 CITY OF PALO ALTO IFB Page 1 of 7 FORMAL CONTRACT SECTION 500 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 Invitation For Bid 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;Jts 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 prope .r~y 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 an~ part thereof, or which arises from Contractor’s failure to do anything required under this Contract or for doing ~nything 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 adsing 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 Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C. §§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 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 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 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 CITY OF PALO ALTO IFB Page 2 of 7 FORMAL CONTRACT SECTION 500 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. 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 in employment and hazardous materials. 10. 11. 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 Invitation For Bid. 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 shal! 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 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; Any labor andrservices 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; Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained by Contractor for and in behalf of City. 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; 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 Invitation For Bid; 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; 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 IFB Page 3 of 7 FORMAL CONTRACT SECTION 500 j.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 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. 12.Assignment. 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. 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 wdtings 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 se ,rvice, 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 Community Services Department Cubberley Community Center 4000 Middlefield Road Palo Alto, CA 94303 Attn: Dave Brees, Project Manager To Contractor: Gachina Landscape Management CITY OF PALO ALTO IFB Page 4 of 7 FORMAL CONTRACT SECTION 500 1130 O’Brien Drive Menlo Park, CA. 94025 Attn: John P. Gachina t6.,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. a.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..~ 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. do 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. 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 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. CITY OF PALO ALTO IFB Page 5 of 7 FORMAL CONTRACT SECTION 500 k. Resolution. Contractor sha~l submit with its Bid a copy of any corporate or partnership resolution or other writing, which aut’horizes 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. 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 provisibns of this Contract shall inure to the benefit of, and shall apply to and bind, the successors and a.ssigns 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. 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 By: City Clerk Its: Mayor APPROVED AS TO FORM: Senior Assistant City Attorney APPROVED:CONTRACTOR: ,~Gac5±na Landsca£e ~a~a~emenL ....Inc. BY:~/ CITY OF PALO ALTO IFB !Page 6 of 7 FORMAL CONTRACT Assistant City Manager Name: John P. Gachina Director of TBD Director of Administrative Services Title:Print Name:Will Rogers Contract Manager (Insurance Review) SECTION 500 Tile: Operations Manager (Compliance with California Corporations Code Section 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF California COUNTY OF San Mateo On Feburar~ i0, 1999 , before me, Peachey Lyne _, a notary public in and for said County, personally appeared John P. Gachina and Will Rogers , 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. WITNES hand and official seal. Signature (Seal) PEACHEY LYNE Comm, #1 ’t53875~,RY ~UBLIC - ¢,\LIFORNIA~SAN MATEO COUNTY Comm. Exp. Aug. 30. 2001 CITY OF PALO ALTO IFB Page 7 of 7