Loading...
HomeMy WebLinkAboutStaff Report 360-09TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: SEPTEMBER 14, 2009 CMR:360:09 REPORT TYPE: CONSENT SUBJECT: Approval of a Contract With Valley Slurry Seal Company in an Amount of $376,261 for the 2009 Street Maintenance Program Slurry Seal Capital Improvement Program Project PE-86070 RECOMMENDATION Staff recommends that Council: 1. Approve and authorize the City Manager or his designee to execute the attached contract with Valley Slurry Seal Company (Attachment A) in an amount not to exceed $376,261 for the 2009 Street Maintenance Program Slurry Seal Capital Improvement Program (CIP) Project PE-86070; and 2. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Valley Slurry Seal Company for related, additional but unforeseen work that may develop during the project, the total value of which shall not exceed $37,626. BACKGROUND Public Works Engineering manages the annual resurfacing and reconstruction of various City streets. The candidate streets are biannually surveyed by staff, rated by a computerized pavement maintenance management system (PMMS) and certified by the Metropolitan Transportation Commission (MTC). This computerized software assists Public Works Engineering staff in prioritizing the maintenance of the City of Palo Alto's pavement infrastructure and developing cost-effective treatment strategies and schedules. The PMMS is a successful planning tool that ensures the City of Palo Alto is maximizing the benefit of improving the overall infrastructure within current budget availability and by utilizing cost effective methods of preventive maintenance, while reconstructing older and deteriorated streets with new asphalt overlays. As a cost saving measure, staff has implemented a multi-phased approach to avoid the typical 15% mark-up on concrete and preventative maintenance work previously included in asphalt resurfacing contracts. Whereas before the three types of work were included in one contract, staff now prepares separate contracts for three types of street maintenance as part of the annual street maintenance program. These contracts cover work on: CMR:360:09 Page lof4 • concrete streets • asphalt overlays • slurry and cape seals (preventative maintenance) DISCUSSION The annual street maintenance projects typically encompass approximately eight lane miles of asphalt concrete paving and eight lane miles of slurry sealing, with a program budget of approximately $1.8 million for all project phases. This year, the street maintenance program includes a concrete preparation project, the annual overlay resurfacing project, a Federally funded stimulus overlay project and this slurry seal project for a total investment of $3,432,482. This will fund resurfacing of approximately 40.3 total lane miles of streets which is 9% of all Palo Alto roads. The difference between the local funding and the total project cost is made up of contributions from State Proposition 1B, gas tax funds to local governments, and Federal American Reinvestment and Recovery Act (ARRA) stimulus dollars. The slurry seal project will utilize funding from State Proposition lB. The cost savings from running independent projects and use of this additional State funding will allow staff to increase preventative maintenance efforts and address additional backlog streets as recommended in the Audit of Street Maintenance report (dated March 2006). For this project, all road repairs that needed to take place before the slurry seal will be performed as part of the asphalt overlay contract. This method saves money both by avoiding a subcontractor markup for the slurry seal contractor and also by using the economy of scale by combining these repairs with the high volume of asphalt repair work already included in the overlay contract. Scope of Work The Street Maintenance Program Slurry Seal Project will slurry seal 26.3 lane miles of City streets which equates to 5.7% of the total 463 pavement lane miles in all of the City of Palo Alto. See Attachments B and C for the list and map of the 123 blocks included in this preventative maintenance contract. A slurry seal is the application of a thin layer of asphalt emulsion combined with fine crushed aggregate spread on the surface of a road. It usually requires five to six hours of roadway closure to cure but extends the life of a roadway approximately another 5- 10 years. In addition to slurry seal application, this project includes related work such as tree trimming, crack sealing, replacement lane striping, and replacement crosswalk striping. Project Coordination Staff from the Public Works and the Utilities Departments continue to meet monthly to coordinate projects city-wide. Streets planned for resurfacing are either postponed due to planned utility projects or utility projects are accelerated as a result of obtaining federaVstate funding for resurfacing. Staff has made it a priority to ensure newly paved streets are not trenched unless there is a private development project and/or emergency work which could not be scheduled in advance of street paving. The preventative maintenance project is typically awarded in July after the annual budget is . adopted by Council. However, this year, due to local jurisdictions potentially losing gas tax funding during the State budget negotiations, staff delayed release of the project bid package until the State budget was adopted to ensure sufficient revenue was available to fund the project. CMR:360:09 Page 2 of4 Bid Process A notice inviting formal bids for the 2009 Street Maintenance Program Slurry Seal project was posted at City Hall, on the City website, and sent to 11 builders' exchanges and 10 potential bidders on July 9, 2009. The bidding period was 26 days. Bids were received from three (3) qualified contractors on August 4,2009 as listed on the attached bid summary (Attachment D). Bids ranged from a total low bid of $376,261 to a high of $485,080. The low bid is 18% percent under the engineer's estimate of $458,670. The additional funding that was identified for this contract but was ultimately not needed due to the low bids will be used on other street maintenance program priorities this year. The engineer's estimate was based on reduced slurry seal and striping costs and came in between the amount of the second and third lowest bidders. The estimate took in account that the current recession has driven down construction costs including the cost of slurry seal. Staff will continue monitoring bid prices and adjust future estimates accordingly. See a summary ofthe bid process in the table below. ummarvo 1 rocess S fB'dP Bid NamelNumber 2009 Street Maintenance Program Slurry Seal Project IFB #132251 Proposed Length of Project 60 calendar days Number of Bid Packages Mailed to 10 Contractors Number of Bid Packages Mailed to 11 Builder's Exchanges Total Days to Respond to Bid 26 Pre-Bid Meeting? No Number of Company Attendees at N/A Pre-Bid Meeting Number of Bids Received: 3 Bid Price Range (including all 2 Low bid $376,261 to a high of $485,080 alternates) Staff recommends that the bid in the amount of $376,261 submitted by Valley Slurry Seal Company be accepted and that Valley Slurry Seal Company be declared the lowest responsible bidder, The change order amount of $37,626 (which equals 10% of the total contract) is requested to resolve unforeseen problems and/or conflicts that may arise during the construction period, Staff checked references supplied by the contractor for previous work performed and found no significant complaints. Staff also checked with the Contractor's State License Board and found that the contractor has an active license on file, RESOURCE IMPACT Funds for this project are included in the FY 2010 Capital Improvement Program Project Street Maintenance, PE-86070. This phase, preventative maintenance totaling $376,261, is specifically funded by the Proposition 1 B dollars with the remaining funding available for a subsequent phase. In FY 2009, the Street Maintenance Program received $930,856 from State Proposition 1 B. In FY 201 0, the City expects to receive $1.2M from the American Reinvestment and Recovery Act (ARRA) which will be used to resurface San Antonio Avenue and North San CMR:360:09 Page 3 of4 Antonio Avenue from Middlefield Road to Alma Street, Lytton Avenue from Florence Street to Guinda Street, and Guinda Street from Lytton Avenue to University Avenue. Due to the size of the annual street maintenance project, City staffing levels are not adequate to accomplish the construction work in-house. In addition, staff believes that it is cost effective to have the work performed by outside contractors. POLICY IMPLICATIONS This recommendation does not represent any change to existing City policies. ENVIRONMENTAL REVIEW This project has been determined to be categorically exempt from review under the California Environmental Quality Act (CEQA) as repair and maintenance of existing streets and similar facilities pursuant to CEQA Guidelines, Section 15301 (c). ATTACHMENTS Attachment A: Contract Attachment B: List of Streets Attachment C: Project Map Attachment D: Bid Summary PREPARED BY: DEPARTMENT HEAD: CITY MANAGER APPROVAL: CMR:360:09 MATT BRUNNINGS L,/1LA--- GLENN S. ROBERTS Director of Public Works Page 4 of4 FORMAL CONTRACT CONTRACT No. C10132251 (PubliC Work) Public Works Department ATTACHMENT A SECTION 500 This Contract, number C10132251 dated _---,-_____ is entered into by and between the City of Palo Alto, a California Charter City ("City"), and Valley Slurry Seal Company ("Contractor"). For and in consideration of the covenants, terms, and conditions (*the provisions*) of this Contract, City and Contractor (tithe partie~tI) agree: 1. 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. 2. 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: 2009 Street Maintenance Program; Slurry Seal Project, Invitation for Bids (IFB) Number 132251. Bid: $376,261.48 (Three hundred seventy-six thousand two hundred sixty-one and 48/100) 3. 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. City of Palo Alto, Dept. of Public Works Standard Drawings and Specifications (most current version). 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 City of Palo Alto, Dept. of Public Works Standard Drawings and Specifications (most current version). I. Any other document not expressly mentioned herein which is issued by City or entered into by the parties. 4. 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. 5.' Insurance. On or before the Date of Execution, Contractor shall obtain and mailltain 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 CITY OF PALO ALTO CONTRACT C10132251 PAGE 1 OF7 rev. 12100 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. 6. 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. :n9601-6975, as amended); the Resource Conservation and Recovery Act (42 U.S.C. 336901-6992k, as amended); the Toxic Substances Control Act (15 U.S.C. 332601-2692, as amended); the Carpenter-Presley-Tanner Hazardous Substance Account Act (Health & Safety Code, 3325300-25395, as amended); the Hazardous Waste Control Law (Health & Safety Code, 3325100-25250.25, as amended); the Safe Drinking Water and Toxic Enforcement Act (Health & Safety Code, 3325249.5-25249.13, as amended); the Underground Storage of Hazardous Substances Act (Health & Safety Code, 3325280-25299.7, as amended); or under any other local, state or federal law, statute or ordinance, or at common law. 7. 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 sale willful act or negligent act or omission of City or any of its Council members, officers, employees, agents or representatives. 8. 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. 9. 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 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. 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. CITY OF PALO ALTO CONTRACT C10132251 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: a. Any materials and equipment which shall be used during the course and scope of the Project and Work shall be vested in Contractor; b. 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; c. 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; d. Any manufacturer's warranty obtained by Contractor shall be obtained or shall be deemed obtained by Contractor for and in behalf of City. e. Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request, whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true and correct at the time such information is submitted or made available to the City; f. Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to the terms and conditions of Contractor's Bid, except as may be permitted by the Invitation For Bid; g. Contractor has the power and authority to enter into this Contract with City, that the individual executing this Contract is duly authorized to do so by appropriate resolution, and that this Contract shall be executed, delivered and performed pursuant to the power and authority conferred upon the person or persons authorized to bind Contractor; h. Contractor has not made an attempt to exert undue influence with the Purchasing Manager or Project Manager or any other person who has directly contributed to City's decision to award the contract to Contractor; I. There are no unresolved claims or disputes between Contractor and City which would materially affect Contractor's ability to perform under the Contract; 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; k. 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 I. Contractor has fully examined and inspected the Project site and has full knowledge of the physical conditions of the Project site. 13. 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. 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 insufficient 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 rev. 12100 CONTRACT C10132251 PAGE 3 OF7 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: Copy to: To Contractor: City of Palo Alto City Clerk 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 City of Palo Alto Public Works Department Engineering Division 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 Attn: Elizabeth Ames, Project Manager Valley Slurry Seal Company 3785 Channel Drive West Sacramento, CA 95691 Attn: Alan S. Berger 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. 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. b. Consent. Whenever in this Contract the approval or consent of a party is required, such approval or consent shall be in writing and shall be executed by a person having the express authority to grant such approval or consent. c. 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. d. 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. CITY OF PALO ALTO rev. 12100 CONTRACT C10132251 PAGE40F7 FORMAL CONTRACT SECTION 500 e. 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. f. 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. g. 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. h. 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. I. 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. j. 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. k. 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. I. 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. m. 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. n. 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. o. 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. p. 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. q. Venue. Unless the parties mutually agree otherwise, mediation shall take place in San Jose, CITY OF PALO ALTO rev. 12100 CONTRACT C10132251 PAGES OF7 FORMAL CONTRACT SECTION 500 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 in the United States District Court for the Northern District of California. r. 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 subs.equent to conclusion of the mediation. s. 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 Attorney APPROVED: Director of Public Works CITY OF PALO ALTO rev. 12/00 CITY OF PALO ALTO City Manager CONTRACTOR: VALLEY SLURRY SEAL COMPANY 8y: _________________ _ Name:, ___________________ _ Title: __________________ _ CONTRACT C10132251 PAGE 6 OF7 FORMAL CONTRACT SECTION 500 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code;:) 1189) STATE OF ___________ 1 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 _________________ _ CITY OF PALO ALTO rev. 12/00 CON"rRACT C10132251 (Seal) PAGE70F7 STREET NAME Ames Avenue 2 Ames Avenue 3 Ames Avenue Avenue Avenue Ash Street 12 Avalon Court 13 Birch Street 14 Birch Street Birch Street venue 20 California Avenue 21 California Avenue 22 Chestnut Avenue 23 Chestnut Avenue 24 Clara Drive 25 Clara Drive e 28 Clara Drive 29 Clara Drive 30 Clara Cul-de-Sac1 31 Clara Cul-de-Sac2 32 Coastland Drive 33 Colorado Avenue 34 Colorado Avenue 35 Cork Oak Way 36 Cowper Street 37 Cowper Street 38 Cowper Street 39 Cowper Street 40 Cowper Street 41 Cowper Street ATTACHMENT B 2009 STREET MAINTENANCE PROGRAM SLURRY SEAL PROJECT LIST OF STREETS SLURRY SEAL STREETS BEGIN END Middlefield Road Holly Oak Drive Holly Oak Drive Cork Oak Way Cork Oak Way Holly Oak Drive Holly Oak Drive Ross Road Louis Road Greer Road Greer Road Tanland Drive Tanland Drive Tanland Drive Tanland Drive West Bayshore Road Lambert Avenue Chestnut Avenue Page Mill Road Pepper Avenue Pepper Avenue Olive Avenue Loma Verde Avenue End College Street Barricades Lambert Avenue Chestnut Avenue Chestnut Avenue Avenue Marshall Drive d Colorado Avenue END Amherst Street Bowdoin Street Bowdoin Street Columbia Street Columbia Street Dartmouth Street Dartmouth Street Hanover Street Ash Avenue Birch Street Birch Street Park Blvd ue d e-Sac1 Sandra Place Colorado Avenue Clara Drive End Clara Drive End Marion Avenue Marion Avenue Cowper Street Byron Street Byron Street Middlefield Road Avenue nue ressway nue Marion Avenue Colorado Avenue Colorado Avenue Colorado Avenue Colorado Avenue EI Dorado Avenue STREET NAME 42 ~owper Street 43 Cowper Street 44 Cowper Street 45 Desoto Drive 46 Elmdale Place 47 e 48 Fife Avenue 49 Fife Avenue 50 Flowers Lane 51 Gaspar Court 52 Holly Oak Way 53 Kipling Street 54 Lorna Verde Avenue 55 Lorna Verde Avenue 56 eAvenue 57 Lorna Verde Avenue 58 Lorna Verde Avenue 59 Lorna Verde Avenue 60 Lorna Verde Avenue 61 Lorna Verde Avenue 62 Lorna Verde Avenue 63 Lorna Verde Avenue 64 Lorna Verde Avenue 65 Mackall Way 66 Maddux Drive 67 Maddux Drive 68 Maddux Drive 69 Maddux Drive 70 Maddux Drive 71 Maddux Cul-de-Sac 72 Marion Avenue 73 Marion Avenue 74 Marion Avenue 75 Marion Avenue 76 Marion Avenue 77 Marion Avenue 78 Marion Place 79 Marshall Drive 80 Marshall Drive 81 Marshall Drive 82 Middlefield Road ATTACHMENT B 2009 STREET MAINTENANCE PROGRAM SLURRY SEAL PROJECT LIST OF STREETS SLURRY SEAL STREETS BEGIN END EI Dorado Avenue Gary Court Gary Court Martinsen Court Martinsen Court Lorna Verde Avenue Channing Avenue Moreno Avenue EI Camino Real d Boyce Avenue Avenue Addison Avenue Avenue Lorna Verde Avenue End Colorado Avenue End Ames Avenue Ames Avenue Lorna Verde Avenue EI Verano Alma Street Emerson Street Emerson Street Ramona Street Ramona Street Bryant Street Bryant Street South Court South Court Waverley Street Waverley Street Kipling Street Kipling Street Cowper Street Cowper Street Mackall Way Mackall Way Avalon Court rt Flowers Lane e Middlefield Road Avenue End ce Morris Drive Morris Drive Greer Road Greer Road Genevieve Court Genevieve Court Maddux Cul-de-Sac Maddux Cul-de-Sac Lorna Verde Avenue Maddux Drive = Cowper Street Tasso Street Webster Street arion Place Marion Place iddlefield Road Middlefield Road oastland Drive Coastland Drive Coastland Drive Marion Avenue End Ross Road Bruce Drive Bruce Drive Moreno Avenue Moreno Avenue Lpuis Road Embarcadero Road Lowell Avenue 2 STREET NAME 83 Middlefield Road 84 Middlefield Road 85 Middlefield Road 86 Middlefield Road 87 Middlefield Road 88 Moreno Avenue 89 Moreno Avenue 90 Moreno Avenue 91 Moreno Avenue 92 Moreno Avenue 93 Moreno Avenue 94 Moreno Avenue 95 Moreno Avenue 96 Moreno Avenue 97 Murray Way 98 Newell Road 99 Newell Road 100 Newell Road 101 Newell Road 102 Olive Avenue 103 Olive Avenue 104 Park Boulevard 105 Park Boulevard 106 Park Boulevard 107 Park Boulevard 108 Park Boulevard 109 Park Boulevard 110 Park Boulevard 111 Pepper Avenue 112 Richardson Court 113 Saint Francis Drive 114 Sandra Place 115 Stanford Avenue 116 Stanford Avenue 117 Stanford Avenue 118 Stanford Avenue 119 Sutter Avenue 120 Sutter Avenue 121 Sutter Avenue 122 Tanland Drive 123 Wildwood lane ATTACHMENT B 2009 STREET MAINTENANCE PROGRAM SLURRY SEAL PROJECT LIST OF STREETS SLURRY SEAL STREETS BEGIN END Lowell Avenue Tennyson Avenue Tennyson Avenue Seale Avenue Seale Avenue Portal Place Portal Place Santa Rita Avenue Santa Rita Avenue North California Avenue Middlefield Road Rosewood Drive Rosewood Drive Coastland Drive Coastland Drive Ross Road Ross Road Marshall Drive Marshall Drive Fielding Drive Fielding Drive Louis Road Louis Road Colonial Lane Colonial Lane Greer Road Greer Road End Lorna Verde Avenue Richardson Court Embarcadero Road Seale Avenue Seale Avenue Northampton Drive Northampton Drive Greenwich Avenue Greenwich Avenue Southampton Drive EI Camino Ash Street Ash Street Park Boulevard Lambert Avenue Chestnut Avenue Chestnut Avenue Fernando Avenue Fernando Avenue Margarita Avenue Margarita Avenue Matadero Avenue Matadero Avenue Wilton Avenue Wilton Avenue Curtner Avenue Curtner Avenue Ventura Avenue EI Camino Ash Street Ross Road end Embarcadero Road Oregon Avenue Colorado Avenue Clara Drive Amherst Street Bowdoin Street Bowdoin Street Columbia Street Columbia Street Dartmouth Street Darmouth Street Hanover Street Middlefield Road Clara Drive Clara Drive Ross Road Ross Road End Amarillo Avenue Amarillo Avenue Channing Avenue Embarcadero Road 3 #C09132251 # BASE BID A DESCRIPTION QUANTITY 1 Slurry Seal Type II 2,080,400 2 Blue Markers 92 3 Themo 12" White 2,227 4 Thermo 12" Yellow 1,270 5 Thermo Detail 2 3,865 6 Thermo Detail 4 1,840 7 Themo Detail 10 2,784 8 Thermo Detail 21 190 9 Thermo Detail 22 64 10 Thermo Detail 23 156 11 Thermo Detail 38C 9,350 12 Thermo Detail 39 9,190 13 Thermo Detail 39A 1,620 14 Themo 4" White 310 15 Thermo Legends 364 16 Crack Sealant 77,250 17 Traffic Control 1 18 Trim Street Trees 60 19 Notification 1 BID TOTAL: 2009 STREET MAINTENANCE PROGRAM SLURRY SEAL PROJECT BID SUMMARY ATTACHMENT C UNITS ENGINEER'S ESTIMATE GRAHAM CONTRACTORS AMERICAN ASPHALT VALLEY SLURRY SF $ 0.12 $249,648.00 $ 0.14 $ 295,416.80 EA $ 20.00 $ 1,840.00 $ 20.00 $ 1,840.00 LF $ 3.50 $ 7,794.50 $ 3.00 $ 6,681.00 LF $ 3.50 $ 4,445.00 $ 4.50 $ 5,715.00 LF $ 1.50 $ 5,797.50 $ 0.60 $ 2,319.00 LF $ 1.50 $ 2,760.00 $ 0.78 $ 1,435.20 LF $ 1.00 $ 2,784.00 $ 0.78 $ 2,171.52 LF $ 1.20 $ 228.00 $ 3.00 $ 570.00 LF $ 1.45 $ 92.80 $ 3.50 $ 224.00 LF $ 1.05 $ 163.80 $ 2.00 $ 312.00 LF $ 1.00 $ 9,350.00 $ 1.95 $ 18,232.50 LF $ 1.20 $ 11,028.00 $ 0.80 $ 7,352.00 LF $ 1.10 $ 1,782.00 $ 0.80 $ 1,296.00 LF $ 0.95 $ 294.50 $ 1.50 $ 465.00 EA $ 50.00 $ 18,200.00 $ 20.00 $ 7,280.00 LF $ 0.65 $ 50,212.50 $ 0.52 $ 40,170.00 LS $61,500.00 $ 61,500.00 $ 52,800.00 $ 52,800.00 HOURS $ 205.00 $ 12,300.00 $ 180.00 $ 10,800.00 LS $18,450.00 $ 18,450.00 $ 30,000.00 $ 30,000.00 $458,670.60 $ 485,080.02 $ 0.15 $ 15.00 $ 3.00 $ 4.50 $ 0.60 $ 0.78 $ 0.78 $ 3.00 $ 3.50 $ 2.00 $ 1.95 $ 0.80 $ 0.80 $ 1.50 $ 15.00 $ 0.62 $15,000.00 $ 187.00 $10,000.00 $301,658.00 $ 0.12 $ 1,380.00 $ 5.25 $ 6,681.00 $ 4.20 $ 5,715.00 $ 6.30 $ 2,319.00 $ 1.05 $ 1,435.20 $ 0.52 $ 2,171.52 $ 0.52 $ 570.00 $ 7.35 $ 224.00 $ 7.35 $ 312.00 $ 5.25 $ 18,232.50 $ 1.57 $ 7,352.00 $ 0.63 $ 1,296.00 $ 0.63 $ 465.00 $ 5.25 $ 5,460.00 $ 28.35 $ 47,895.00 $ 0.65 $ 15,000.00 $ 3,000.00 $ 11,220.00 $ 178.50 $ 10,000.00 $ 2,500.00 $439,386.22 Low Bidder vs. Estimate: $249,648.00 $ 483.00 $ 9,353.40 $ 8,001.00 $ 4,058.25 $ 956.80 $ 1,447.68 $ 1,396.50 $ 470.40 $ 819.00 $ 14,679.50 $ 5,789.70 $ 1,020.60 $ 1,627.50 $ 10,319.40 $ 49,980.75 $ 3,000.00 $ 10,710.00 $ 2,500.00 $376,261.48 ALB -18.0% 10 % Contingency: $ 37,626.15 Total Project Funding: $413,887.63 I Tho City of Palo Alto mnlool$,2009..(17.Q715:08:16 (\'c<:>map$\gi$$~I$\admr(llPel'l$Onal\Pavementrndb) ATTACHMENT D 2009 Slurry Seal Program ~ Project Map '-V -. 0' 2361' This document is a graphic representation only 0' best available-$OUI'IXI$, The-City of Palo. Alto assumes no responsibility tor any errors 01989 to 2009 City of PalO Alb