HomeMy WebLinkAboutStaff Report 336-07City of Palo Alto
City Manager’s Report
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE:AUGUST 6, 2007 CMR:336:07
SUBJECT:ADOPTION OF A PARK IMPROVEMENT ORDINANCE AND
IMPROVEMENT PLAN FOR LANDSCAPE MAINTENANCE
IMPROVEMENTS AT HERBERT HOOVER PARK, AND APPROVAL
OF A CONTRACT WITH SANTA CLARA CONSTRUCTION +
ENGINEERING, INC. IN THE AMOUNT OF $552,798 FOR
CONSTRUCTION OF HERBERT HOOVER PARK IMPROVEMENTS -
CAPITAL IMPROVEMENT PROGRAM PROJECT PE-07002
RECOMMENDATION
Staff recommends that Council:
11
Approve and adopt the attached Park Improvement Ordinance (Attachment A)
authorizing substantial landscape maintenance improvements at Herbert Hoover Park
(Hoover Park).
Approve and authorize the City Manager or his designee to execute the attached contract
(Attachment B) with Santa Clara Construction and Engineering, Inc., in the amount of
$552,798 for construction of the Hoover Park Improvements - Capital Improvement
Program (CIP) Project PE-07002; and
o Authorize the City Manager or his designee to negotiate and execute one or more change
orders to the contract with Santa Clara Construction and Engineering, Inc., for related,
additional but unforeseen work that may develop during the project, the total value of
which shall not exceed $55,280.
DISCUSSION
Project Description
Hoover Park improvements will consist of the renovation of pathways and site furnishings, and a
replacement of all irrigation system components and miscellaneous accessibility upgrades to
bring the park into full conformance with the Americans with Disabilities Act (ADA). Other
infrastructure elements at the park, such as pathways, park furniture, drainage, landscaping are in
very poor and deteriorating condition and were identified in the Adamson report. The irrigation
and storm drainage system is over 40 years old, performs inefficiently and requires frequent
repairs to keep the sports fields and other landscaped areas in good condition. Aside from the
water conserving irrigation system in the base bid, the project includes other elements consistent
CMR:336-07 Page 1 of 4
with Palo Alto’s Green Building Policy. These include storm water run off reducing elements,
use of wood waste products, and the add alternate bid item to convert half the existing trash
containers to recycling containers in coordination with the Public Works Recycling program.
The project will complete identified elements of the park’s existing infrastructure, such as:
landscaping; safety and ADA improvements to the existing dog run entrance gates and
associated fencing; drainage system improvements; pathway renovations; replacement of picnic
area furniture; replacement of benches, bleachers, and drinking fountains. The drainage system
work will improve the sports turf quality, and other turf renovations will be completed by Parks
maintenance operations. A Park Improvement Ordinance summarizing the improvement plan is
attached. (Attachment A).
Public Outreach and Schedule
A public meeting was held at the park on September 2006, which was advertised in the PA
Weekly and noticed to owners and residents within 600’ of the park boundaries, and to Palo Alto
Neighborhoods and the Midtown Neighborhood Association. Input from the meeting was
incorporated as practically possible into the plans. Two more public meetings were held in
February, 2007 to present the concept plans and get feedback from the park users. These
meetings were similarly noticed. Plans also included input from the Palo Alto Little League
organization. The schedule for construction was coordinated with the Parks Recreation users,
Palo Alto Little League, and other park user groups. Construction is expected to commence in
September 2007, after Little League use ends, and be completed within 120 days. During the
public outreach and in discussions with Parks mangers, safety issues for dogs and their owners
were conveyed. Replacing of the corners with larger curves, installing accessible staggered entry
gates, and creating more separation for larger and smaller dogs, addresses those concerns.
Improvement to a perimeter path and the replacement of the former school’s driveway with
permeable and accessible path material complete the path system and incorporates park
users input.
Bid Process
A notice inviting formal bids for the Hoover Park Improvements Project was posted at City Hall
on June 18, 2007 and sent to 10 builder’s exchanges and 6 general contractors. The bidding
period was extended from 28 to 30 days to accommodate the Independence Day holiday, and
bids were received from 9 qualified contractors on July 17, 2007 (see Attachment C for a
summary of all bids received on the project). Base bids ranged from a low of $552,798 to a high
of $827,308.
The low bid is 5% percent below the engineer’s estimate of $581,976. Based on funds available
for the project, staff recommends awarding all add alternate bid items in the amount of $333,952
to Santa Clara Construction and Engineering, Inc. The contingency amount of $55,280, which
equals 10% percent of the total contract, is requested to resolve unforeseen problems and/or
conflicts that may arise during the construction period.
CMR:336-07 Page 2 of 4
Summary of Bid Process
Bid Name/Number IFB # 122558
Proposed Length of Project
No. of Bids Mailed to Contractors
No. of Bids Mailed to Builder’s
Exchanges
Total Days to Respond to Bid
Pre-Bid Meeting?
Number of Company Attendees at
Pre-Bid
Number of Bids Received:
Bid Price Range
Herbert Hoover Park Improvements
120 days
14
10
30
Yes
8
9
From a low of $552,798 to a high of $827,308
*Detailed bid summary provided in Attachment C.
Staff has reviewed the bids submitted and recommends that the bid of $552,798, submitted by
Santa Clara Construction and Engineering, Inc. be accepted and that it 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.The required
Certification of Nondiscrimination is included as Attachment D.
RESOURCE IMPACT
Hoover Park improvements were included in the Infrastructure Management Plan (IMP)
approved by the City Council in 1998. Funding for improvements to Hoover Park are included
in the 2006-07 Adopted Capital budget.
The project is partially funded by the 2000 Parks Bond Act Per Capita Project # 00-43-034 for
park rehabilitation grant for $558,000. In FY 2005-06 the grant was programmed for PG-04010
Stanford/Palo Alto Playing Field -Mayfield; however this type of grant caimot be used in
conjunction with private funding and was subsequently re-programmed to Hoover Park
Improvements. The change in funding between CIP PG-04010 and PE-07002 has no effect on
the infrastructure reserve.
POLICY IMPLICATIONS
The proposed Hoover Park Improvements project is consistent with existing City policy.
ENVIRONMENTAL REVIEW
This project is exempt as defined by the California Environmental Quality Act (CEQA).
ATTACHMENTS
Attachment A:
Attachment B:
Attachment C:
Attachment D:
Attachment E:
Park Improvement Ordinance
Contract
Bid Summary
Certification of Nondiscrimination
Revised CIP Adopted Budget page 101
CMR:336-07 Page 3 of 4
PREPARED BY:
DEPARTMENT HEAD:
CITY MANAGER APPROVAL:
KATE ROONEY"-a
Project Manager
~N~ s. aoueais
~l~~~b~ISON
Assistant City Manager
CMR:336-07 Page 4 of 4
NOT YET APPROVED
ATTACHMENT A
ORDINANCE NO.
ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO
APPROVING AND ADOPTING A PARK IMPROVEMENT
ORDINANCE AND AN IMPROVEMENT PLAN FOR HERBERT
HOOVER PARK
The Council of the City of Palo Alto does ORDAIN as follows:
SECTION 1. Findings. The City Council finds and declares that:
(a) Article VIII of the Charter of the City of Palo Alto and Section 22.08.005 of
the Palo Alto Municipal Code require that, before any substantial building, construction,
reconstruction or development is commenced or approved, upon or with respect to any land held
by the City for park purposes, the Council shall approve and adopt a park improvement
ordinance and a plan describing the proposed project.
(b)Herbert Hoover Park is dedicated to park purposes.
(c)The park’s amenities, including the paved walking paths, storm drainage
system, picnic tables, barbeques and benches, baseball infield, landscaping, artificial concrete
stream bed, irrigation and soccer field, basketball, skate bowl area, dog run, and fencing have not
been upgraded since the mid-1970s and need replacement.
(d) The City intends to authorize certain replacement and improvement projects
within Herbert Hoover Park as shown on the Herbert Hoover Park Improvement Plans including,
without limitation, the following:
(1)Removal and replacement of inaccessible paved park pathways and
plaza surfaces.
(2)Removal and replacement of chainlink fences where needed at tennis
court, and baseball diamond, and at dog run to allow curved edging
and better safety for large and small dogs separation.
(3)Improvements to the drainage system.
(4)Removal and replacement of all benches, bleachers, picnic tables,
barbecues, trash and recycling receptacles.
(5)Replacement of plant materials, and replacement of concrete artificial
stream bed with landscape materials appropriate to a redwood stream
environment.
(6)Replacement of the irrigation system.
(7)Replacement and installation of new drinking fountains.
070801jb 0130185
NOT YET APPROVED
(e) The project improvements will avoid protected trees and other sensitive
resources and all existing park uses will be restored following project construction. In addition,
inconvenience to the public caused by aging equipment and paved surfaces will be eliminated.
Accordingly, the improvements described above and as more specifically described on the Plans
attached hereto as Exhibits "A-I" and "A-2" are consistent with park and conservation purposes.
(f) The Council desires to approve the projects described above and as more
specifically described on the Plans attached hereto as Exhibits "A-I" and "A-2".
SECTION 2. The Council hereby approves the Plan for replacement and
construction of improvements in Herbert Hoover Park and hereby adopts the Plans attached
hereto as Exhibits "A-I" and "A-2" as part of the official plan for the construction of
improvements in Herbert Hoover Park.
SECTION 3.The Council finds that the project to replace and improve certain
facilities at Herbert Hoover Park is categorically exempt from review under the California
Environmental Quality Act (CEQA) pursuant to the provisions of Sections 15301 and 15302 of
Title 14 of the California Code of Regulations.
SECTION 4.
date of its adoption.
This ordinance shall be effective on the thirty-first day after the
INTRODUCED:
PASSED:
AYES:
NOES:
ABSENT:
ABSTENTIONS:
ATTEST:
City Clerk
APPROVED AS TO FORM:
Mayor
APPROVED:
Senior Asst. City Attorney
APPROVED:
Director of Public Works
070801jb 0130185
City Manager
Director of Community Services
Director of Administrative Services
2
Exhibit A- 1
HERBERT HOOVER PARK IMPROVEMENT PLAN
Introduction
Herbert Hoover Park is located at 2901 Cowper Street in Palo Alto. Originally
constructed in 1957, it was expanded from 2.6 acres to 3.25 acres in 1957. Its current size
of 4.2 acres was developed in the mid 1970’s with the closure of the adjacent Hoover
School. A restroom was added in 2002 through a donation from John Arrillaga. Park
amenities include a large turf meadow, soccer and baseball field, asphalt walking paths, a
multipurpose skatebowl with basketball court, picnic tables, barbecues and benches, two
children’s play areas, tennis and handball courts, and path lighting. An original feature of
the park was a wading creek which ran between redwood trees with concrete paving and
boulders. This was discontinued during the drought in 1976.
Infrastructure within the park was last upgraded in the 1970’s when the park was
expanded, and much of it is again in need of replacement or renovation at the present
time.
Proposed Park Renovation Activities
Proposed improvements to Ramos Park include:
removal and replacement of inaccessible paved paths and plaza surfaces,
including the replacement of the former school’s driveway with path
materials and renovation of perimeter path;
removal .and replacement of the chain link fencing where needed at tennis
courts, baseball diamond, and dog run;
Recontouring and extending the edging of dog run and new gates to provide
safety and accessibility;
o removal and replacement of all benches, picnic tables, barbecues and trash
receptacles;
~improvements to the storm drainage system;
~replacement of the park irrigation system, and drinking fountains;
®Replacement of plant materials and landscaping of dry stream bed.
Little if any change to the proposed layout of pathways, plazas and site amenities is
anticipated compared to current conditions.The project improvements will avoid
protected trees and other sensitive resources.
Construction ScheduLe
Construction activity to implement the proposed improvement project is expected to last
approximately 120 days, from September 2007 through December 2007. Construction
would likely occur during weekdays from 8:00 a.m. to 5:00 p.m.
Anticipated Results
The anticipated benefits to be realized from the project include safer pathways and
seating plazas, more comfortable and accessible picnic tables and benches, a more
efficient irrigation system, better turf conditions for park and sports field users, safer and
more accessible experiences for dogs and dog owners.
1 ofl
REViSiONS
li ! it I A I ill
SCAt_E: 1:20
JTLY ~ 2007
DRAV~N B~’
$~[~ NO.
20 10 0 20 40
PLANT LEGEND
SYMBOLS QTY.
~ EX.
DESCRIPTION
Chrysanthemum lrutescens
Plttosporum tob’~a ’Wheeleffs Dwarf 5g
PRIVET Japonica
Mlsc Shrubs remove
Mlsc Shrubs remain
Quercus keltogl124" Box
P~Iz, che chtnensts - 15 gal
SYMBOLS DESCRIPTION SYMBOLS
Leonotts leonuris -Sg ~.~
Daphne odorata ’Varlegam 2g’(~)
Coreopsle grandlflora - lg (~
DESCRIPTION
Achtllea mlllelolium ’Rosa’ ~1~_
Fiagarla chlleonsis
Azalea karume 2g mL~i ~o~’~
SYMBO~DESCRIPTION
Polysllchum munltum - I
Adlantum vat, - I gal
Dryopterls arguta- 1 gal
Llum humboldti] & p~dalinum 50/50
2 ~Correa pulchella - lg
O Calycanthus o,cctdenmlls - 5 g~l
0
0
0
Lagosl~oemerla ’Tuskegee’ 15g
Ribes sangulneum v. gtuttnosum - 5 gal
Phlladelphus lew}sll - 5 gal
xx sq ft Oxa~|s oregana & Atasum caudal.urn 4/sl 4"
0 Catochonus atbus or emabllls - 1 gal
0 Heuchera ’Bella Blanca’ - 1
PISTACHE
CHINENSIS
EX LAGOSIROEMERIAS
I
0
DATE
O~N ~Y
CHK BY
SHE~ NO.
40 SHE~ OF
ATTACHMENT B
FORMAL CONTRACT SECTION 500
CONTRACT No. C08122558
(Public Work)
Public Works Department
This Contract, number C08122558 dated is enteredinto by and between the City of Palo Alto, a
California Charter City ("City"), and Santa Clara Construction + Engineering, Inc. ("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 Proiect 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: Hoover Park Improvements Project, Invitation for Bids (IFB) No. 122558
Bid: $552,798.32 (five hundred fifty-two thousand seven hundred ninety-eight and 32/100 dollars)
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.
This Contract.
Invitation for Bid.
Project Specifications.
Drawings.
Change Orders.
Bid.
Supplementary Conditions. "
General Conditions.
City of Palo Alto Dept. of Public Works Standard Drawings and Specifications (most current version).
Certificate of Insurance, Performance Surety Bond, Labor & Materials (Payment) Surety Bond.
Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the
City of Palo Alto Dept. of Public Works Standard Drawings and Specifications (most current version).
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 City of Palo Alto Dept. of Public Works Standard Drawings and Specifications
(most current version), 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 bythe
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
CITY OF PALO ALTO CONTRACT C08122235 PAGE 1 OF 7
rev. 12/00
FORMAL CONTRACT SECTION 500
behalf. Proof of insurance shall be mailed to the Project Manager to the address set forth in Section 16 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 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. ~92601-2692, 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.
7o 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 adse 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.
No Exoneration By Inspection: The City has the right, but not the duty, to inspect Contractor’s Work. The right
of inspection is solely for the benefit of City. Contractor has the obligation to complete the Work in a
satisfactory manner in compliance with Contract requirements. The presence of a City inspector does not shift
that obligation to the City or relieve Contractor from its obligations to complete the Work in a satisfactory
manner in compliance with the Contract requirements.
10.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 bid security 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.
11.Bid Security 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 Bid Secudty as required under
the Invitation For Bid.
CITY OF PALO ALTO CONTRACT C08122235 PAGE 2 OF 7
rev. 12/00
FORMAL CONTRACT SECTION 500
12.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;
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.
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;
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;
go 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;
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;
ko 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.
13.Assi.qnment. 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.
14.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.
15.Audits by City. During the term of this Contract and for a period of not less than three (3) years after the
CITY OF PALO ALTO CONTRACT C08122235 PAGE 3 OF 7
rev. 12/00
FORMAL CONTRACT SECTION 500
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.
16.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
Public Works Department
Engineering Division
P.O. Box 10250
Palo Alto, CA 94303
Kate Rooney, Project Manager
To Contractor:Santa Clara Construction + Engineering, Inc.
312 San Jose Avenue
San Jose, CA 95125
Attn: Jaime Guerra
17.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 17 shall control in the event of a conflict with any other provision of this Contract.
18. 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.
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.
Definitions. The definitions and terms set forth in Section 1 of the City of Palo Alto Dept. of Public
Works Standard Drawings and Specifications (most current version) of this Contract are incorporated
herein by reference.
e.Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to
CITY OF PALO ALTO
rev. 12/00
CONTRACT C08122235 PAGE 4 OF 7
FORMAL CONTRACT SECTION 500
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.
go 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 wdting 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.
Oo 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.
Alternative Dispute Resolution. The parties shall endeavor to resolve any disputes or claims arising
out of or relating to this Contract by mediation, which, unless the parties agree otherwise, shall be
conducted under the auspices of the Judicial Arbitration and Mediation Service (JAMS), San Jose,
California. The intent of the parties is that the mediation shall proceed in advance of litigation;
however, if any party should commence litigation before the conclusion of mediation, such litigation,
including discovery, shall be stayed pending completion of mediation, and by executing this Contract
the parties stipulate to mediation in accordance with Santa Clara County Superior Court Local Rule
1.15 or Rule 2-3(b) of the ADR Local Rules of the U.S. District Court for the Northern District of
California, as such rules may be amended from time to time. The parties shall share the cost of the
mediation, including the mediator’s fee, equally. Any written agreement reached in mediation shall be
enforceable pursuant to California Code of Civil Procedure § 664.6, as amended.
Venue. Unless the parties mutually agree otherwise, mediation shall take place in San Jose,
California. In the event that litigation is commenced by any party hereunder, the parties agree that
such action shall be vested exclusively in the state courts of California in the County of Santa Clara or
CITY OF PALO ALTO
rev. 12/00
CONTRACT C08122235 PAGE 5 OF 7
SECTION 500FORMAL CONTRACT
in the United States District Court for the Northern District of California.
Recovery of Costs. Each Party shall bear its own costs, including attorney’s fees, through the
completion of mediation. If the claim or dispute is not resolved through mediation, or if litigation is
necessary to enforce a settlement reached at mediation pursuant to California Code of Civil Procedure
§ 664.6, as amended, then the prevailing party in any subsequent litigation may recover its reasonable
costs, including attorney’s fees, incurred subsequent to conclusion of the mediation.
Flow-down. Contractor agrees to include provisions of this Contract relating to Alternative Dispute
Resolution, Venue. and Recovery of Costs in any subcontracts or major material purchase
agreements which it enters into in connection with this Contract, and to require its subcontractors to
include those provisions in any sub-contracts or major material purchase agreements, such that any
mediation or litigation of any claim or dispute asserted by a subcontractor or major material supplier
will be consolidated with any related claim or dispute between the Contractor and the City. Should the
Contractor fail to do so, such that the City is required to defend an action brought by a subcontractor
or material supplier inconsistent with the Alternative Dispute and Venue provisions of this Contract,
Contractor shall indemnify City for City’s costs of defense, including reasonable attorney’s fees.
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.
APPROVED AS TO FORM:CITY OF PALO ALTO
Senior Assistant City Attomey Assistant City Manager
APPROVED:CONTRACTOR:
Director of Administrative Services
Director of Public Works
By:
Name:
Title:
By:.
Name:
Title:
(Compliance with California Corporations Code ) 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 signatoryauthority of the individuals signing in
their respective capacities is acceptable)
CITY OF PALO ALTO
rev. 12/00
CONTRACT C08122235 PAGE 6 OF 7
FORMAL CONTRACT SECTION 500
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)
CITY OF PALO ALTO
rev. 12/00
CONTRACT C08122235 PAGE 7 OF 7
Z
Lu
0
ATTACHMENT C
ATTACHMENT D
CERTIFICATION OF NONDISCRIMINATION FORM 410
PROJECT:Hoover Park Improvements Project
Certification of Nondiscrimination: As suppliers of goods and/or services to the City of Palo Alto in excess
of $5,000, the firm, contractor or individual(s) 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.
i
!
!
!
I
!
l
I
!
I CITY OF PALO ALTO - IFB 122558 PAGE 1 OF 1
ATTACHMENT E
CityWorks
NEW
HOOVER PARK IMPROVEMENTS (FORMERLY
IDENTIFIED IN PG-0001O) (PE-(!7002)
Description: This project will implement pathway improvements and
address accessibility issues at Hoover Park. Overall park renovations
identified by 1996 Infrastructure Management Plan include new irrigation,
park furniture, landscaping, fencing, installation of drinking fountain, and
drainage and turf renovations.
Justification: This project will enhance the quality and condition of
Hoover Park. Pathways are in need of repair due to their age and condition.
Picnic areas are old and are not accessible to persons with disabilities. The
water meter services to the irrigation system are undersized and need to be
upsized and incorporated into the City’s centralized irrigation control
system. This will save 15% - 25% in water usage.
CIP FACTS:
¯ New
¯ Timeline: FY 2006-2007
¯ Percent Spent: 0.00%
° Managing Department: Public Works
¯ Comprehensive Plan: Policies C-24, C-26, C32
and Program C- 19
IMPACT ANALYSIS:
¯ Environmental: Categorically exempt from CEQA
under Section 15301.
¯ Operating: Reduces cost of structural and systems
maintenance.
Pre-Design Costs
Design Costs
Construction Costs
Other
Total Budget Request
$745,000 $745,000
$745,000 $745,000
Revenues:
Source of Funds:Infrastructure Reserve
2005-07 Budget City of Palo Alto 91