Loading...
HomeMy WebLinkAboutStaff Report 423-09 (2)TO: HONORABLE CITY COUNCIL FROM: CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: DECEMBER 14,2009 CMR:423:09 REPORT TYPE: CONSENT SUBJECT: Approval of a Contract with Elite Landscaping Incorporated, in the Amount of $1,220,075 for Construction of Greer Park Renovation and Pump Station Replacement -Capital Improvement Program Project PE-09002 RECOMMENDATION Staff recommends that Council: 1. Approve and authorize the City Manager or his designee to execute the attached contract (Attachment A) with Elite Landscaping Incorporated in the amount of $1,220,075 for construction of the Greer Park renovation and Pump Station Replacement project; and 2. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Elite Landscaping Incorporated for related, additional but unforeseen work that may develop during the project, the total value of which shall not exceed $122,000. BACKGROUND John Lucas Greer Park is a 22-acre neighborhood park located at 1098 Amarillo A venue in Palo Alto. Originally the site of the Palo Alto Drive-In Theatre, the first phase of the park was completed in 1975. Two subsequent phases of improvements were implemented in the 1980's resulting in the configuration that currently exists. The park site also includes an undeveloped 1.75 acre parcel (Phase IV) in the southeast portion of the park at the comer of Colorado Avenue and West Bayshore Road. In August 2008, the firm of Callander Associates Landscape Architecture was hired to serve as the primary designer for the proposed improvements to Greer Park. In the intervening months they have worked with city staff to generate conceptual designs, conduct public outreach, implement design development and produce final construction documents. After conducting preliminary site investigations gathering input from city staff, two conceptual design alternatives for improvements to the children's play area and for the development of Phase IV were presented to interested members of the public at a neighborhood meeting on December 2,2008. Working on input from that meeting and upon further consultation with city staff, the Callander Associates began the design development process with the intent of fleshing out the preferred details from the alternative conceptual designs and melding them into a single concept for each area. These intermediate designs were again presented to interested members CMR:423:09 Page 1 5 of the public at a second neighborhood meeting on March 11, 2009. Input garnered from that meeting has been processed and incorporated into the final design for the park renovation. Members of the Public Art Commission also provided input on the location of the artwork to be included in this project. This project required a staff level Architectural Review Board (ARB) review. Input from Planning & Community Environment staff included comments on location and style of some site furnishings, including bike racks, and on aesthetic screening of the new pump station. A staff level ARB approval was issued on September 10,2009. These and other issues have since been addressed in the proposed improvement plan. The revised improvement plan was presented to the Parks & Recreation Commission at its meeting on July 28,2009. The Commission approved the plans and recommended that the City Council adopt the Park Improvement Ordinance pertaining to the proposed project, which Council did by unanimous action at its meeting on September 21, 2009. A public meeting was held on November 10, 2009 in conjunction with the Midtown Residents Association to discuss proposed tree removals associated with the project. The bid documents show nine trees to be removed in order to accommodate the proposed improvements, and seventy-four new replacement trees would be planted to implement the base bid landscape plan. Any revisions that may result from public discourse on the matter would be accommodated through the change order process after the contract has been awarded. DISCUSSION Scope of Improvements Primary components of the proposed renovation will include development of the vacant Phase IV area, complete replacement of the park irrigation system, replacement of the children's play area, miscellaneous improvements to picnic areas, site furnishings and park landscaping. A pump station and blending tank for reclaimed water serving the park irrigation system is located on the undeveloped parcel, and its replacement is also included in the main scope of the project. Alternate bid items to be constructed depending on available budget include improvements to the dog run, fencing improvements to a softball field that would accommodate temporary dual use as a dog run, installation of a centralized trash and recycling enclosure, and temporary fencing that would allow public access to the skate bowl during construction. Per Council direction (CMR 311 :06), Phase IV will be developed for passive use and will include a lighted and landscaped perimeter pathway accessing several individual benches, a picnic area and a small open plaza that will serve as a focal point and gathering area. The interior of the spa~e will be an undulating turf meadow interspersed with several trees. The new design for the children's play area will carry a nautical island theme but will retain its existing footprint. The existing sand will be replaced by resilient rubber surfacing and a smaller sand play area will be constructed adjacent to the new play apparatus. The existing interactive sculpture of a dolphin will remain and be integrated into the new design. The irrigation system and pump station have deteriorated significantly over the years and require an inordinate amount of costly and time consuming remedial maintenance in order to remain functional. The new distribution system will be constructed with materials better able to CMR:423:09 Page 2 of5 withstand the corrosive effects of reclaimed water, and the new pump station will be of adequate size and power to accommodate the demands of the entire park landscape. Schedule The projected duration of construction activity is nine months, from December 2009 through August 2010, during which time the park will remain closed to the public, except for the skate park. Options for phasing the construction were evaluated and discussed in terms of added costs and practical benefit to athletic field scheduling. The options were presented at the second public meeting and the consensus was that phasing construction would result in greater costs and no substantial benefit with regard to athletic field accessibility. The proposed project timeline reflects a maximum of 180 calendar days for the completion of all work pertaining to the pump station and irrigation system, and 270 calendar days for the completion of work pertaining to all other park amenities. This would allow time for the renovated turf to grow in and become adequately established for use by recreational leagues upon completion of construction. Staff has worked with the consultant to explore the feasibility in terms of safety and cost effectiveness of keeping the skate bowl open during some or all of the construction phase, and an add alternate bid item accommodating this extra level of accessibility will be incorporated into the contract. Bid Process A notice inviting formal bids for the Greer Park Improvements and Pump Station Replacement project was posted at City Hall on October 19, 2009 and sent to 11 builder's exchanges and 35 general contractors. The bidding period was 21 days, and bids were received from 8 qualified contractors on November 10,2009 (see Attachment B for a summary of all bids received on the project). Base bids ranged from a low of$I,137,100 to a high of$I,551,145. ummaryo 1 S fB'dP rocess Bid NamelNumber IFB # 134205 Greer Park Improvements Proposed Length of Project 270 days No. of Bids Mailed to Contractors 35 No. of Bids Mailed to Builder's 11 Exchanges Total Days to Respond to Bid 22 Pre-Bid Meeting? Yes Number of Company Attendees at 20 Pre-Bid Number of Bids Received: 8 Bid Price Range From a low of $1,220,075 to a high of$I,551,405 *Detailed bid summary provided in Attachment B. Staff has reviewed both bids submitted and recommends that the bid of $1,220,075, submitted by Elite Landscaping Incorporated be accepted and that Elite Landscaping Incorporated be declared the lowest responsible bidder. The bid is 25% below the engineer's estimate of $1,662,721. The low bids for this project can be attributed to the significantly depressed economic conditions, which are highly conducive to competitive bidding. A protest filed by the second low bidder was determined to be without merit and was denied by the Director of Administrative Services. CMR:423 :09 Page 3 Four add alternate bid items were included in the project: Add Alternate No.1 includes minor improvements to the existing dog run; Add Alternate No.2 includes the installation of additional fencing along the perimeter of one softball field in order to accommodate dual use in the future as a temporary dog run area; Add Alternate No. 3 includes construction of a centrally located storage area for trash and recycling bins, and Add Alternate No.4 includes installation of additional temporary fencing to allow continued use of the skate bowl during construction. Based on funds available for the project, staff recommends awarding add alternate bid items 1 through 4 in the amount of $82,975 for a total contract amount of $1,220,075. The contingency amount of $122,000, which equals 10% percent 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 In fiscal year 2007-08 the City Council appropriated $400,000 for CIP Project PE-09002, Greer Park Phase IV Improvements, and in fiscal year 2008-09 appropriated an additional $1,450,000 for the replacement of the pump station and irrigation system, and renovation of other existing park facilities. This $400,000 appropriated for Phase IV is funded from Development Impact Fees, and the remaining balance of$I,450,000 will come from the Infrastructure Reserve. POLICY IMPLICATIONS The proposed Greer Park Improvements project IS consistent with existing City policies, including the master plan for the park. ENVIRONMENTAL REVIEW A Negative Declaration was adopted for the Greer Park Master Plan on May 12, 1983. The Phase IV and related project components are categorically exempt under Section 15301, 15302 and 15304 of the California Environmental Quality Act (CEQA). ATTACHMENTS Attachment A: Contract Attachment B: Bid Summary Attachment C: Bid Protest Correspondence between City of Palo Alto and Goodland Landscape Construction PREPARED BY: DEPARTMENT HEAD: CMR:423:09 CHRISTOPHER RAFFERTY Landscape Architect Ii 1 &A: GLENN S. ROBERTS Director of Public Works Page 4 of5 CITY MANAGER APPROVAL: CMR:423:09 Page 5 of5 ATTACHMENT A CONSTRUCTION CONTRACT Contract No. C10134205 City of Palo Alto and Elite Landscaping, Inc. SECTION 1. CONSTRUCTION CONTRACT TABLE OF CONTENTS INCORPORATION OF RECITALS AND DEFINITIONS .................................... 1 1.1 Recitals ................................................................................................................................ 1 1.2 Definitions ........................................................................................................................... 1 SECTION 2. THE PROJECT ................................................................................................... 1 SECTION 3. THE CONTRACT DOCUMENTS ....................................................................... 1 LIST OF DOCUMENTS .................................................................................................................... 1 3.2 ORDER OF PRECEDENCE ............................................................................... 2 SECTION 4. THE WORK ........................................................................................................ 2 SECTION 5. PROJECT TEAM ................................................................................................ 2 SECTION 6. TIME OF COMPLETION .................................................................................... 2 6.1 Time Is of Essence ............................................................................................................. 3 6.2 Commencement of Work ................................................................................................... 3 6.3 Contract Time ..................................................................................................................... 3 6.4 Liquidated Damages .......................................................................................................... 3 6.4.1 Entitlement. .................................................................................................................. 3 6.4.2 Daily Amount ............................................................................................................... 3 6.4.3 Exclusive Remedy ....................................................................................................... 3 6.4.4 Other Remedies .......................................................................................................... 3 6.5 Adjustments to Contract Time .......................................................................................... 3 SECTION 7. COMPENSATION TO CONTRACTOR .............................................................. 4 7.1 Contract Sum ...................................................................................................................... 4 7.2 Full Compensation ............................................................................................................. 4 7.3 Compensation for Extra or Deleted Work ........................................................................ 4 7.3.1 Self Performed Work ................................................................................................... 4 7.3.2 Subcontractors ............................................................................................................ 4 ' Construction Contract Rev. October 9, 2009 SECTION 8. STANDARD OF CARE ....................................................................................... 4 SECTION 9. INDEMNIFiCATION ............................................................................................ 5 9.1 Hold Harmless .................................................................................................................... 5 9.2 Survival ............................................................................................................................... 5 SECTION 10 NONDISCRIMINATION ...................................................................................... 5 SECTION 11. INSURANCE AND BONDS ................................................................................ 5 SECTION 12. PROHIBITION AGAINST TRANSFERS ............................................................ 5 SECTION 13. NOTiCES ............................................................................................................ 6 13.1 Method of Notice ................................................................................................................ 6 13.2 Notice Recipients ............................................................................................................... 6 13.3 Change of Address ............................................................................................................ 7 SECTION 14. DISPUTE RESOLUTION ................................................................................... 7 14.1 Resolution of Contract Disputes ...................................................................................... 7 14.2 Resolution of Other Disputes ........................................................................................... 7 14.2.1 Non-Contract Disputes ................................................................................................ 7 14.2.2 Litigation, City Election ................................................................................................. 7 14.3 Submission of Contract Dispute ...................................................................................... 8 14.3.1 By Contractor ............................................................................................................... 8 14.3.2 By City .......................................................................................................................... 8 14.4 Contract Dispute Resolution Process .............................................................................. 8 14.4.1 Direct Negotiations ...................................................................................................... 8 14.4.2 Deferral of Contract Disputes ...................................................................................... 9 14.4.3 Mediation ..................................................................................................................... 9 14.4.4 Binding Arbitration ....................................................................................................... 9 14.5 Non-Waiver ....................................................................................................................... 10 SECTION 15. DEFAULT ......................................................................................................... 11 15.1 Notice of Default ............................................................................................................... 11 15.2 Opportunity to Cure Default ............................................................................................ 11 SECTION 16. CITY'S RIGHTS AND REMEDIES ................................................................... 11 16.1 Remedies Upon Default ................................................................................................... 11 Construction Contract ii Rev. October 9, 2009 16.1.1 16.1.2 16.1.3 16.1.4 16.1.5 16.1.6 Delete Certain Services ............................................................................................. 11 Perform and Withhold ................................................................................................ 11 Suspend The Construction Contract ......................................................................... 11 Terminate the Construction Contract for Default.. ..................................................... 11 Invoke the Performance Bond ................................................................................... 11 Additional Provisions ................................................................................................. 12 16.2 Delays by Sureties ........................................................................................................... 12 16.3 Damages to City ............................................................................................................... 12 16.3.1 For Contractor's Default ............................................................................................ 12 16.3.2 Compensation for Losses .......................................................................................... 12 16.5 Suspension by City for Convenience ............................................................................. 12 16.6 Termination Without Cause ............................................................................................ 13 16.6.1 Compensation ........................................................................................................... 13 16.6.2 Subcontractors .......................................................................................................... 13 16.7 Contractor's Duties Upon Termination .......................................................................... 13 SECTION 17. CONTRACTOR'S RIGHTS AND REMEDIES .................................................. 14 17.1 Contractor's Remedies .................................................................................................... 14 17.1.1 ForWorkStoppage ................................................................................................... 14 17.1.2. For City's Non-Payment. ............................................................................................ 14 17.2 Damages to Contractor ................................................................................................... 14 SECTION 18. ACCOUNTING RECORDS ............................................................................... 14 18.1 Financial Management and City Access ........................................................................ 14 18.2 Compliance with City Requests ...................................................................................... 14 SECTION 19. INDEPENDENT PARTIES ................................................................................ 14 SECTION 20. NUISANCE ......................................................................................... ~ ............. 15 SECTION 21. PERMITS AND LICENSES .............................................................................. '15 SECTION 22. WAiVER ............................................................................................................ 15 SECTION 23 GOVERNING LAW ........................................................................................... 15 SECTION 24 COMPLETE AGREEMENT .............................................................................. 15 SECTION 25 SURVIVAL OF CONTRACT ............................................................................. 15 Construction Contract iii Rev. October 9, 2009 SECTION 26 SECTION 27 SECTION 28. SECTION 29. Construction Contract PREVAILING WAGES ..•••.••••.•.••..•.•.••••••.••.••••.•••••.•••..•••••.•.•.••................••••••..••• 15 NON APPROPRIATION ................................................................................... 15 GOVERNMENTAL POWERS .......................................................................... 17 SEVERABILITY ................................................................................................ 17 iv Rev. October 9, 2009 CONSTRUCTION CONTRACT THIS CONSTRUCTION CONTRACT entered into on ("Execution Date") by and between the CITY OF PALO ALTO, a California chartered municipal corporation ("City"), and ELITE LANDSCAPING, INC. ("Contractor"), is made with reference to the following: R E CIT ALS: A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. Contractor is a Corporation duly organized and in good standing in the State of California, Contractor's License Number 645591. Contractor represents that it is duly licensed by the State of California and has the background, knowledge, experience and expertise to perform the obligations set forth in this Construction Contract. C. On October 19, 2009, City issued an Invitation for Bids (IFB) to contractors for the Greer Park Renovation And Pump Station Replacement ("Projecf'). In response to the IFB, Contractor submitted a bid. D. City and Contractor desire to enter into this Construction Contract for the Project, and other services as identified in the Bid Documents for the Project upon the following terms and conditions. NOW THEREFORE, in consideration of the mutual promises and undertakings hereinafter set forth and for other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, it is mutually agreed by and between the undersigned parties as follows: SECTION 1 INCORPORATION OF RECITALS AND DEFINITIONS. 1.1 Recitals. All of the recitals are incorporated herein by reference. 1.2 Definitions. Capitalized terms shall have the meanings set forth in this Construction Contract and/or in the General Conditions. If there is a conflict between the definitions in this Construction Contract and in the General Conditions, the definitions in this Construction Contract shall prevail. SECTION 2 THE PROJECT. The Project is the construction of the Greer Park Renovation And Pump Station Replacement ("Project"). SECTION 3 THE CONTRACT DOCUMENTS. 3.1 List of Documents. The Contract Documents (sometimes collectively referred to as "Agreement" or "Bid Documents") consist of the follOWing documents which are on file with the Purchasing Division and are hereby incorporated by reference. 1) Change Orders 2) Field Change Orders 3) Contract 4) Project Plans and Drawings Construction Contract Rev. October 9, 2009 5) Technical Specifications 6) Special Provisions 7) Notice Inviting Bids 8) Instructions to Bidders 9) General Conditions 10) Bidding Addenda 11 ) Invitation for Bids 12) Contractor's Bid/Non-Collusion Affidavit 13) Reports listed in the Bidding Documents 14) Public Works Department's Standard Drawings and Specifications dated 2007 and updated from time to time 15) Utilities Department's Water, Gas, Wastewater, Electric Utilities Standards dated 2005 and updated from time to time 16) City of Palo Alto Traffic Control Requirements 17) City of Palo Alto Truck Route Map and Regulations 18) Notice Inviting Pre-Qualification Statements, Pre-Qualification Statement, and Pre- Qualification Checklist (if applicable) 19) Performance and Payment Bonds 20) Insurance Forms 3.2 Order of Precedence. For the purposes of construing, interpreting and resolving inconsistencies between and among the provisions of this Contract, the Contract Documents shall have the order of precedence as set forth in the preceding section. If a claimed inconsistency cannot be resolved through the order of precedence, the City shall have the sole power to decide which document or provision shall govern as may be in the best interests of the City. SECTION 4 THE WORK. The Work includes all labor, materials, equipment, services, permits, fees, licenses and taxes, and all other things necessary for Contractor to perform its obligations and complete the Project, including, without limitation, any Changes approved by City, in accordance with the Contract Documents and all Applicable Code ReqUirements. SECTION 5 PROJECT TEAM. In addition to Contractor, City has retained, or may retain, consultants and contractors to provide professional and technical consultation for the design and construction of the Project. The Project requires that Contractor operate efficiently, effectively and cooperatively with City as well as all other members of the Project Team and other contractors retained by City to construct other portions of the Project. SECTION 6 TIME OF COMPLETION. Construction Contract 2 Rev. October 9, 2009 6.1 Time Is of Essence. Time is of the essence with respect to all time limits set forth in the Contract Documents. 6.2 Commencement of Work. Contractor shall commence the Work on the date specified in City's Notice to Proceed. 6.3 Contract Time. Work hereunder shall begin on the date specified on the City's Notice to Proceed, and shall be completed within two hundred seventy (270) calendar days after the commencement date specified in the City's Notice to Proceed. Note -Pump station and irrigation system shall be installed and fully operational within 180 calendar days after the commencement date specified in the City's Notice to Proceed; all other park amenities shall be installed and fully operational within 270 calendar days after the commencement date specified in the City's Notice to Proceed. 6.4 Liquidated Damages. 6.4.1 Entitlement. City and Contractor acknowledge and agree that if Contractor fails to fully and satisfactorily complete the Work within the Contract Time, City will suffer, as a result of Contractor's failure, substantial damages which are both extremely difficult and impracticable to ascertain. Such damages may include, but are not limited to: (i) Loss of public confidence in City and its contractors and consultants. (ii) Loss of public use of public facilities. (iii) Extended disruption to public. 6.4.2 Daily Amount. City and Contractor have reasonably endeavored, but failed, to ascertain the actual damage that City will incur if Contractor fails to achieve Substantial Completion of the entire Work within the Contract Time. Therefore, the parties agree that in addition to all other damages to which City may be entitled other than delay damages, in the event Contractor shall fail to achieve Substantial Completion of the entire Work within the Contract Time, Contractor shall pay City as liquidated damages the amount of $500 per day for each Day occurring after the expiration of the Contract Time until Contractor achieves Substantial Completion of the entire Work. The liquidated damages amount is not a penalty but considered to be a reasonable estimate of the amount of damages City will suffer by delay in completion of the Work. 6.4.3 Exclusive Remedy. City and Contractor acknowledge and agree that this liquidated damages provision shall be City's only remedy for delay damages caused by Contractor's failure to achieve Substantial Completion of the entire Work within the Contract Time. 6.4.4 Other Remedies. City is entitled to any and all available legal and equitable remedies City may have where City's Losses are caused by any reason other than Contractor's failure to achieve Substantial Completion of the entire Work within the Contract Time. 6.5 Adjustments to Contract Time. The Contract Time may only be adjusted for time extensions approved by City and agreed to by Change Order executed by City and Contractor in accordance with the requirements of the Contract Documents. Construction Contract 3 Rev.Ocrober9,2009 SECTION 7 COMPENSATION TO CONTRACTOR. 7.1 Contract Sum. Contractor shall be compensated for satisfactory completion of the Work in compliance with the Contract Documents the Contract Sum of One Million Two Hundred Twenty Thousand Seventy-Five Dollars ($1,220,075.00). [This amount includes the Base Bid and all Add Alternates.] 7.2 Full Compensation. The Contract Sum shall be full compensation to Contractor for all Work provided by Contractor and, except as otherwise expressly permitted by the terms of the ContraCt Documents, shall compensate City for all Losses arising out of the nature of the Work or from the acts of the elements or any unforeseen difficulties or obstructions which may arise or be encountered in performance of the Work until its Acceptance by City, all risks connected with the Work, and any and all expenses incurred due to suspension or discontinuance of the Work. The Contract Sum may only be adjusted for Change Orders issued, executed and satisfactorily performed in accordance with the requirements of the Contract Documents. 7.3 Compensation for Extra or Deleted Work. The Contract Sum shall be adjusted (either by addition or credit) for Changes in the Work involving Extra Work or Deleted Work on the basis of both of the following: (i) The sum of Allowable Costs as defined in Paragraph 7.2.5 of the General Conditions to be added (for Extra Work) or credited (for Deleted Work) and (ii) An additional sum (for Extra Work) or deductive credit (for Deleted Work) based on Contractor Markup and Subcontractor/Sub-subcontractor Markups allowable pursuant to this Section. Contractor Markup and Subcontractor/Sub-subcontractor Markups set forth herein are the full amount of compensation to be added for Extra Work or to be subtracted for Deleted Work that is attributable to overhead (direct and indirect) and profit of Contractor and of its Subcontractors and Sub-subcontractors, of every Tier. Contractor Markup and Subcontractor/Sub-subcontractor Markups, which shall not be compounded, shall be computed as follows: 7.3.1 Markup Self·Performed Work. 10% of the Allowable Costs for that portion of the Extra Work or Deleted Work to be performed by Contractor with its own forces. 7.3.2 Markup for Work Performed by Subcontractors. 15% of the Allowable Costs for that portion of the Extra Work or Deleted Work to be performed by a first Tier Subcontractor with its own forces, plus 2.5% thereon for Contractor's Markup. SECTION 8 STANDARD OF CARE. Contractor agrees that the Work shall be performed by qualified, experienced and well-supervised personnel. All services performed in connection with this Construction Contract shall be performed in a manner consistent with the standard of care under California law applicable to those who specialize in providing such services for projects of the type, scope and complexity of the Project. Construction Contract 4 Rev. October 9,2009 SECTION 9 INDEMNIFICATION. 9.1 Hold Harmless. To the fullest extent allowed by law, Contractor will defend, indemnify, and hold harmless City, its City Council, boards and commissions, officers, agents, employees, representatives and volunteers (hereinafter collectively referred to as "Indemnitees"), through legal counsel acceptable to City, from and against any and all Losses arising directly or indirectly from, or in any manner relating to any of, the following: (i) Performance or nonperformance of the Work by Contractor or its Subcontractors or Sub-subcontractors, of any tier; (ii) Performance or nonperformance by Contractor or its Subcontractors or Sub- subcontractors of any tier, of any of the obligations under the Contract Documents; (iii) The construction activities of Contractor or its Subcontractors or Sub-subcontractors, of any tier, either on the Site or on other properties; (iv) The payment or nonpayment by Contractor to any of its employees, Subcontractors or Sub-subcontractors of any tier, for Work performed on or off the Site for the Project; and (v) Any personal injury, property damage or economic loss to third persons associated with the performance or nonperformance by Contractor or its Subcontractors or Sub- subcontractors of any tier, of the Work. However, nothing herein shall obligate Contractor to indemnify any Indemnitee for Losses resulting from the sole or active negligence or willful misconduct of the Indemnitee. Contractor shall pay City for any costs City incurs to enforce this provision. Nothing in the Contract Documents shall be construed to give rise to any implied right of indemnity in favor of Contractor against City or any other Indemnitee. 9.2 Survival. The provisions of Section 9 shall survive the termination of this Construction Contract. SECTION 10 NONDISCRIMINATION. As setforth in Palo Alto Municipal Code section 2.30.510, Contractor certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. Contractor acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and will comply with all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. SECTION 11 INSURANCE AND BONDS. On or before the Execution Date, Contractor shall provide City with evidence that it has obtained insurance and Performance and Payment Bonds satisfying all requirements in Article 11 of the General Conditions. Failure to do so shall be deemed a material breach of this Construction Contract. SECTION 12 PROHIBITION AGAINST TRANSFERS. City is entering into this Construction Contract based upon the stated experience and qualifications of the Contractor and its subcontractors set forth in Contractor's Bid. Accordingly, Contractor shall not assign, hypothecate or transfer this Construction Contract or any interest therein directly or indirectly, by operation of law or otherwise without the prior written consent of City. Any assignment, hypothecation or transfer without said consent shall be null and void. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor or of any general partner or joint venturer or syndicate member of Contractor, if the Contractor is a partnership or joint venture or syndicate or co-tenancy shall result in changing the Construction Contract 5 Rev. October 9, 2009 control of Contractor, shall be construed as an assignment of this Construction Contract. Control means more than fifty percent (50%) of the voting power of the corporation or other entity. SECTION 13 NOTICES. 13.1 Method of Notice. All notices, demands, requests or approvals to be given under this Construction Contract shall be given in writing and shall be deemed served on the earlier of the following: (i) On the date delivered if delivered personally; (ii) On the third business day after the deposit thereof in the United States mail, postage prepaid, and addressed as hereinafter provided; (iii) On the date sent if sent by facsimile transmission; (iv) On the date sent if delivered by electronic mail; or (iv) On the date it is accepted or rejected if sent by certified mail. 13.2 Notice Recipients. All notices, demands or requests (including, without limitation, Claims) from Contractor to City shall include the Project name and the number of this Construction Contract and shall be addressed to City at: To City: City of Palo Alto City Clerk 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 Copy to: 12] City of Palo Alto Public Works Administration 250 Hamilton Avenue Palo Alto, CA 94301 Attn: Chris Rafferty Or D City of Palo Alto Utilities Engineering 250 Hamilton Avenue Palo Alto, CA 94301 Attn: .In addition, copies of all Claims by Contractor under this Construction Contract shall be provided to the following: Palo Alto City Attorney's Office 250 Hamilton Avenue P.O. Box 10250 Palo Alto, California 94303 Attn.: All Claims shall be delivered personally or sent by certified mail. Construction Contract 6 Rev. October 9, 2009 All notices, demands, requests or approvals from City to Contractor shall be addressed to: Elite Landscaping, Inc. 2972 Larkin Avenue Clovis, CA 93612 13.3 Change of Address. In the event of any change of address, the moving party shall notify the other party of the change of address in writing. Each party may, by written notice only, add, delete or replace any individuals to whom and addresses to which notice shall be provided. SECTION 14 DISPUTE RESOLUTION. 14.1 Resolution of Contract Disputes. Contract Disputes shall be resolved by the parties in accordance with the provisions of this Section 14, in lieu of any and all rights under the law that either party have its rights adjudged by a trial court or jury. All Contract Disputes shall be subject to the Contract Dispute Resolution Process set forth in this Section 14, which shall be the exclusive recourse of Contractor and City for such Contract Disputes. 14.2 Resolution of Other Disputes. 14.2.1 Non-Contract Disputes. Contract Disputes shall not include any of the following: (i) Penalties or forfeitures prescribed by statute or regulation imposed by a governmental agency; (ii) Third party tort claims for personal injury, property damage or death relating to any Work performed by Contractor or its Subcontractors or Sub- subcontractors of any tier; (iii) False claims liability under California Government Code Section 12650, et. seq.; (iv) Defects in the Work first discovered by City after Final Payment by City to Contractor; (v) Stop notices; or (vi) The right of City to specific performance or injunctive relief to compel performance of any provision of the Contract Documents. 14.2.2 Litigation, City Election. Matters that do not constitute Contract Disputes shall be resolved by way of an action filed in the Superior Court of the State of California, County of Santa Clara, and shall not be subject to the Contract Dispute Resolution Process. However, the City reserves the right, in its sole and absolute discretion, to treat such disputes as Contract Disputes. Upon written notice by City of its election as provided in the preceding sentence, such dispute shall be submitted by the parties and finally decided pursuant to the Contract Dispute Resolution Process in the manner as required for Contract Disputes, including, without limitation, City's right under Paragraph 14.4.2 to defer resolution and final determination until after Final Completion of the Work. Construction Contract 7 Rev.October9,2009 14.3 Submission of Contract Dispute. 14.3.1 By Contractor. Contractor's may commence the Contract Dispute Resolution Process upon City's written response denying all or part of a Claim pursuant to Paragraph 4.2.9 or 4.2.1 0 of the General Conditions. Contractor shall submit a written Statement of Contract Dispute (as set forth below) to City within seven (7) Days after City rejects all or a portion of Contractor's Claim. Failure by Contractor to submit its Statement of Contract Dispute in a timely manner shall result in City's decision by City on the Claim becoming final and binding. Contractor's Statement of Contract Dispute shall be signed under penalty of perjury and shall state with specificity the events or circumstances giving rise to the Contract Dispute, the dates of their occurrence and the asserted effect on the Contract Sum and the Contract Time. The Statement of Contract Dispute shall include adequate supporting data to substantiate the disputed Claim. Adequate supporting data for a Contract Dispute relating to an adjustment of the Contract Time shall include both of the following: (i) All of the scheduling data required to be submitted by Contractor under the Contract Documents to obtain extensions of time and adjustments to the Contract Time and (ii) A detailed, event-by-event description of the impact of each event on completion of Work. Adequate data to support a Statement of Contract Dispute involving an adjustment of the Contract Sum must include both of the following: (a) A detailed cost breakdown and (b) Supporting cost data in such form and including such information and other supporting data as required under the Contract Documents for submission of Change Order Requests and Claims. 14.3.2 By City. City's right to commence the Contract Dispute Resolution Process shall arise at any time following City's actual discovery of the circumstances giving rise to the Contract Dispute. City asserts Contract Disputes in response to a Contract Dispute asserted by Contractor. A Statement of Contract Dispute submitted by City shall state the events or circumstances giving rise to the Contract Dispute, the dates of their occurrence and the damages or other relief claimed by City as a result of such events. 14.4 Contract Dispute Resolution Process. The parties shall utilize each of the following steps in the Contract Dispute Resolution Process in the sequence they appear below. Each party shall partiCipate fully and in good faith in each step in the Contract Dispute Resolution Process, and good faith effort shall be a condition precedent to the right of each party to proceed to the next step in the process. 14.4.1 Direct Negotiations. Designated representatives of City and Contractor shall meet as soon as possible (but not later than ten (10) Days after receipt of the Statement of Contract Dispute) in a good faith effort to negotiate a resolution to the Contract Dispute. Each party shall be represented in such negotiations by an authorized representative with full knowledge of the details of the Claims or defenses being asserted by such party in the negotiations, and with full authority to resolve such Contract Dispute then and there, subject only to City's obligation to obtain administrative and/or City Council approval of any agreed settlement or resolution. If the Contract Dispute involves the assertion of a right or claim by a Subcontractor or Sub-subcontractor, of any tier, against Contractor that is in turn being asserted by Contractor against City (UPass- Through Claim"), then the Subcontractor or Sub-Subcontractor shall also have a Construction Contract 8 Rev. October 9, 2009 representative attend the negotiations, with the same authority and knowledge as described above. Upon completion of the meeting, if the Contract Dispute is not resolved, the parties may either continue the negotiations or any party may declare negotiations ended. All discussions that occur during such negotiations and all documents prepared solely for the purpose of such negotiations shall be confidential and privileged pursuant to California Evidence Code Sections 1119 and 1152. 14.4.2 Deferral of Contract Disputes. Following the completion of the negotiations required by Paragraph 14.4.1, all unresolved Contract Disputes shall be deferred pending Final Completion of the Project, subject to City's right, in its sole and absolute discretion, to require that the Contract Dispute Resolution Process proceed prior to Final Completion. All Contract Disputes that have been deferred until Final Completion shall be consolidated within a reasonable time after Final Completion and thereafter pursued to resolution pursuant to this Contract Dispute Resolution Process. The parties can continue informal negotiations of Contract Disputes; provided, however, that such informal negotiations shall not be alter the provisions of the Agreement deferring final determination and resolution of unresolved Contract Disputes until after Final Completion. 14.4.3 Mediation. If the Contract Dispute remains unresolved after negotiations pursuant to Paragraph 14.4.1, the parties shall submit the Contract Dispute to non-binding mediation before a mutually acceptable third party mediator. .1 Qualifications of Mediator. The parties shall endeavor to select a mediator who is a retired judge or an attorney with at least five (5) years of experience in public works construction contract law and in mediating public works construction disputes. In addition, the mediator shall have at least twenty (20) hours of formal training in mediation skills . . 2 Submission to Mediation and Selection of Mediator. The party initiating mediation of a Contract Dispute shall provide written notice to the other party of its decision to mediate. In the event the parties are unable to agree upon a mediator within fifteen (15) Days after the receipt of such written notice, then the parties shall submit the matter to the American Arbitration Association (AAA) at its San Francisco Regional Office for selection of a mediator in accordance with the AAA Construction Industry Mediation Rules . • 3 Mediation Process. The location of the mediation shall be at the offices of City. The costs of mediation shall be shared equally by both parties. The mediator shall provide an independent assessment on the merits of the Contract Dispute and recommendations for resolution. All discussions that occur during the mediation and all documents prepared solely for the purpose of the mediation shall be confidential and privileged pursuant to California Evidence Code Sections 1119 and 1152. 14.4.4 Binding Arbitration. If the Contract Dispute is not resolved by mediation, then any party may submit the Contract Dispute for final and binding arbitration pursuant to the provisions of California Public Contract Code Sections 10240, et seq. The award ofthe arbitrator therein shall be final and may be entered as a judgment by any court of competent jurisdiction. Such arbitration shall be conducted in accordance with the following: .1 Arbitration Initiation. The arbitration shall be initiated by filing a complaint in arbitration in accordance with the regulations promulgated pursuant to California Public Contract Code Section 10240.5. Construction Contract 9 Rev. October 9, 2009 .2 Qualifications of the Arbitrator. The arbitrator shall be approved by all parties. The arbitrator shall be a retired judge or an attorney with at least five (5) years of experience in public works construction contract law and in arbitrating public works construction disputes. In addition, the arbitrator shall have at least twenty (20) hours of formal training in arbitration skills. In the event the parties cannot agree upon an arbitrator, the provisions of California Public Contract Code Section 10240.3 shall be followed in selecting an arbitrator possessing the qualifications required herein . • 3 Heari ng Days and Location. Arbitration hearings shall be held at the offices of City and shall, except for good cause shown to and determined by the arbitrator, be conducted on consecutive business days, without interruption or continuance . . 4 Hearing Delays. Arbitration hearings shall not be delayed except upon good cause shown . . 5 Recording Hearings. All hearings to receive evidence shall be recorded by a certified stenographic reporter, with the costs thereof borne equally by City and Contractor and allocated by the arbitrator in the final award . . 6 Limitation of Depositions. The parties may conduct discovery in accordance with the provisions of section 10240.11 of the Public Contract Code; provided, however, that depositions shall be limited to both of the following: (i) Ten (10) percipient witnesses for each party and 5 expert witnesses per party. Upon a showing of good cause, the arbitrator may increase the number of permitted depositions. An individual who is both percipient and expert shall, for purposes of applying the foregoing numerical limitation only. be deemed an expert. Expert reports shall be exchanged prior to receipt of evidence, in accordance with the direction of the arbitrator, and expert reports (including initial and rebuttal reports) not so submitted shall not be admissible as evidence .7 Authority of the Arbitrator. The arbitrator shall have the authority to hear dispositive motions and issue interim orders and interim or executory awards . . 8 Waiver of Jury Trial. Contractor and City each voluntarily waives its right to a jury trial with respect to any Contract Dispute that is subject to binding arbitration in accordance with the provisions of this Paragraph 14.4.4. Contractor shall include this provision in its contracts with its Subcontractors who provide any portion of the Work. 14.5 Non-Waiver. Participation in the Contract Dispute Resolution Process shall not waive, release or compromise any defense of City, including, without limitation, any defense based on the assertion that the rights or Claims of Contractor that are the basis of a Contract Dispute were previously waived by Contractor due to Contractor's failure to comply with the Contract Documents, including, without limitation, Contractor's failure to comply with any time periods for providing notice of requests for adjustments of the Contract Sum or Contract Time or for submission of Claims or supporting documentation of Claims. Construction Contract 10 Rev.Ocrober9,2009 SECTION 15 DEFAULT. 15.1 Notice of Default. In the event that City determines, in its sole discretion, that Contractor has failed or refused to perform any of the obligations set forth in the Contract Documents, or is in breach of any provision of the Contract Documents, City may give written notice of default to Contractor in the manner specified for the giving of notices in the Construction Contract. 15.2 Opportunity to Cure Default. Except for emergencies, Contractor shall cure any default in performance of its obligations under the Contract Documents within two (2) Days (or such shorter time as City may reasonably require) after receipt of written notice. However, if the breach cannot be reasonably cured within such time, Contractor will commence to cure the breach within two (2) Days (or such shorter time as City may reasonably require) and will diligently and continuously prosecute such cure to completion within a reasonable time, which shall in no event be later than ten (10) Days after receipt of such written notice. SECTION 16 CITY'S RIGHTS AND REMEDIES. 16.1 Remedies Upon Default. If Contractor fails to cure any default of this Construction Contract within the time period set forth above in Section 15, then City may pursue any remedies available under law or equity, including, without limitation, the following: 16.1.1 Delete Certain Services. City may, without terminating the Construction Contract, delete certain portions of the Work, reserving to itself all rights to Losses related thereto. 16.1.2 Perform and Withhold. City may, without terminating the Construction Contract, engage others to perform the Work or portion of the Work that has not been adequately performed by Contractor and withhold the cost thereof to City from future payments to Contractor, reserving to itself all rights to Losses related thereto. 16.1.3 Suspend The Construction Contract. City may, without terminating the Construction Contract and reserving to itself all rights to Losses related thereto, suspend all or any portion of this Construction Contract for as long a period of time as City determines, in its sole discretion, appropriate, in which event City shall have no obligation to adjust the Contract Sum or Contract Time, and shall have no liability to Contractor for damages if City directs Contractor to resume Work. 16.1.4 Terminate the Construction Contract for Default. City shall have the right to terminate this Construction Contract, in whole or in part, upon the failure of Contractor to promptly cure any default as required by Section 15. City's election to terminate the Construction Contract for default shall be communicated by giving Contractor a written notice of termination in the manner specified for the giving of notices in the Construction Contract. Any notice of termination given to Contractor by City shall be effective immediately, unless otherwise provided therein. 16.1.5 Invoke the Performance Bond. City may, with or without terminating the Construction Contract and reserving to itself all rights to Losses related thereto, exercise its rights under the Performance Bond. Construction Contract 11 Rev. October 9, 2009 16.1.6 Additional Provisions. All of City's rights and remedies under this Construction Contract are cumulative, and shall be in addition to those rights and remedies available in law or in equity. Designation in the Contract Documents of certain breaches as material shall not waive the City's authority to designate other breaches as material nor limit City's right to terminate the Construction Contract, or prevent the City from terminatiQg the Agreement for breaches that are not material. City's determination of whether there has been noncompliance with the Construction Contract so as to warrant exercise by City of its rights and remedies for default under the Construction Contract, shall be binding on all parties. No termination or action taken by City after such termination shall prejudice any other rights or remedies of City provided by law or equity or by the Contract Documents upon such termination; and City may proceed against Contractor to recover all liquidated damages and Losses suffered by City. 16.2 Delays by Sureties. Without limiting to any of City's other rights or remedies, City has the right to suspend the performance of the Work by Contractor's sureties in the event of any of the following: (i) The sureties' failure to begin Work within a reasonable time in such manner as to insure full compliance with the Construction Contract within the Contract Time; (ii) The sureties' abandonment of the Work; (iii) If at any time City is of the opinion the sureties' Work is unnecessarily or unreasonably delaying the Work; (iv) The sureties' violation of any terms of the Construction Contract; (v) The sureties' failure to perform according to the Contract Documents; or (vi) The sureties' failure to follow City's instructions for completion of the Work within the Contract Time. 16.3 Damages to City. 16.3.1 For Contractor's Default. City will be entitled to recovery of all Losses under law or equity in the event of Contractor's default under the Contract Documents. 16.3.2 Compensation for Losses. In the event that City's Losses arise from Contractor's default under the Contract Documents, City shall be entitled to withhold monies otherwise payable to Contractor until Final Completion of the Project. If City incurs Losses due to Contractor's default, then the amount of Losses shall be deducted from the amounts withheld. Should the amount withheld exceed the amount deducted, the balance will be paid to Contractor or its designee upon Final Completion of the Project. If the Losses incurred by City exceed the amount withheld, Contractor shall be liable to City for the difference and shall promptly remit same to City. 16.4 Suspension by City for Convenience. City may, at any time and from time to time, without cause, order Contractor, in writing, to suspend, delay, or interrupt the Work in whole or in part for such period of time, up to an aggregate of fifty percent (50%) of the Contract Time. The order shall be specifically identified as a Suspension Order by City. Upon receipt of a Suspension Order, Contractor shall, at City's expense, comply with the order and take all reasonable steps to minimize costs allocable to the Work covered by the Suspension Order. During the Suspension or extension of the Suspension, if any, City shall either cancel the Suspension Order or, by Change Order, delete the Work covered by the Suspension Order. If a Suspension Order is canceled or expires, Contractor shall resume and continue with the Work. A Change Order will be issued to cover any adjustments of the Contract Sum or the Contract Time necessarily caused by such suspension. A Suspension Order shall not be the exclusive method for City to stop the Work. Construction Contract 12 Rev. October 9, 2009 16.5 Termination Without Cause. City may, at its sole discretion and without cause, terminate this Construction Contract in part or in whole by giving thirty (30) Days written notice to Contractor. The compensation allowed under this Paragraph 16.5 shall be the Contractor's sole and exclusive compensation for such termination and Contractor waives any claim for other compensation or losses, including, but not limited to, loss of anticipated profits, loss of revenue, lost opportunity, or other consequential, direct, indirect or incidental damages of any kind resulting from termination without cause. 16.5.1 Compensation. Following such termination and within forty-five (45) Days after receipt of a billing from Contractor seeking payment of sums authorized by this Paragraph 16.5, City shall pay the following to Contractor as Contractor's sole compensation for performance of the Work: .1 For Work Performed. The amount of the Contract Sum allocable to the portion of the Work properly performed by Contractor as of the date of termination, less sums previously paid to Contractor . . 2 For Close-out Costs. Reasonable costs of Contractor and its Subcontractors and Sub-subcontractors for: (i) Demobilizing and (ii) Administering the close-out of its partiCipation in the Project (including, without limitation, all billing and accounting functions, not including attorney or expert fees) for a period of no longer than thirty (30) Days after receipt of the notice of termination . . 3 For Fabricated Items. Previously unpaid cost of any items delivered to the Project Site which were fabricated for subsequent incorporation in the Work. 16.5.2 Subcontractors. Contractor shall include provisions in all of its subcontracts, purchase orders and other contracts permitting termination for convenience by Contractor on terms that are consistent with this Construction Contract and that afford no greater rights of recovery against Contractor than are afforded to Contractor against City under this Section. 16.6 Contractor's Duties Upon Termination. Upon receipt of a notice of termination for default or for convenience, Contractor shall, unless the notice directs otherwise, do the following: (i) Immediately discontinue the Work to the extent specified in the notice; (ii) Place no further orders or subcontracts for materials, equipment, services or facilities, except as may be necessary for completion of such portion of the Work that is not discontinued; (iii) Provide to City a description, in writing no later than fifteen (15) days after receipt of the notice of termination, of all subcontracts, purchase orders and contracts that are outstanding, including, without limitation, the terms of the original price, any changes, payments, balance owing, the status of the portion of the Work covered and a copy of the subcontract, purchase order or contract and any written changes, amendments or modifications thereto, together with such other information as City may determine necessary in order to decide whether to accept assignment of or request Contractor to terminate the subcontract, purchase order or contract; (iv) Promptly assign to City those subcontracts, purchase orders or contracts, or portions thereof, that City elects to accept by assignment and cancel, on the most favorable terms reasonably possible, all subcontracts, purchase orders or contracts, or portions thereof, that City does not elect to accept by assignment; and (v) Thereafter do only such Work as may be necessary to preserve and protect Work already in progress and to protect materials. plants, and equipment on the Project Site or in transit thereto. Construction Contract 13 Rev. October 9,2009 SECTION 17 CONTRACTOR'S RIGHTS AND REMEDIES. 17.1 Contractor's Remedies. Contractor may terminate this Construction Contract only upon the occurrence of one of the following: 17.1.1 For Work Stoppage. The Work is stopped for sixty (60) consecutive Days, through no act or fault of Contractor, any Subcontractor, or any employee or agent of Contractor or any Subcontractor, due to issuance of an order of a court or other public authority other than City having jurisdiction or due to an act of government, such as a declaration of a national emergency making material unavailable. This provision shall not apply to any work stoppage resulting from the City's issuance of a suspension notice issued either for cause or for convenience. 17.1.2 For City's Non-Payment. If City does not make pay Contractor undisputed sums within ninety (90) Days after receipt of notice from Contractor, Contractor may terminate the Construction Contract (30) days following a second notice to City of Contractor's intention to terminate the Construction Contract. 17.2 Damages to Contractor. In the event of termination for cause by Contractor, City shall pay Contractor the sums provided for in Paragraph 16.5.1 above. Contractor agrees to accept such sums as its sole and exclusive compensation and agrees to waive any claim for other compensation or Losses, including, but not limited to, loss of anticipated profits, loss of revenue, lost opportunity, or other consequential, direct, indirect and incidental damages, of any kind. SECTION 18 ACCOUNTING RECORDS. 18.1 Financial Management and City Access. Contractor shall keep full and detailed accounts and exercise such controls as may be necessary for proper financial management under this Construction Contract in accordance with generally accepted accounting principles and practices. City and City's accountants during normal business hours, may inspect, audit and copy Contractor's records, books, estimates, take-offs, cost reports, ledgers, schedules, correspondence, instructions, drawings, receipts. subcontracts, purchase orders, vouchers, memoranda and other data relating to this Project. Contractor shall retain these documents for a period of three (3) years after the later of (i) final payment or (ii) final resolution of all Contract Disputes and other disputes, or (iii) for such longer period as may be required by law. 18.2 Compliance with City Requests. Contractor's compliance with any request by City pursuant to this Section 18 shall be a condition precedent to filing or maintenance of any legal action or proceeding by Contractor against City and to Contractor's right to receive further payments under the Contract Documents. City many enforce Contractor's obligation to provide access to City of its business and other records referred to in Section 18.1 for inspection or copying by issuance of a writ or a proviSional or permanent mandatory injunction by a court of competent jurisdiction based on affidavits submitted to such court, without the necessity of oral testimony. SECTION 19 INDEPENDENT PARTIES. Each party is acting in its independent capacity and not as agents, employees, partners, or joint venturers of the other party. City, its officers or employees shall have no control over the conduct of Contractor or its respective agents, employees, subconsultants, or subcontractors. except as herein set forth. Construction Contract 14 Rev. October 9, 2009 SECTION 20 NUISANCE. Contractor shall not maintain, commit, nor permit the maintenance or commission of any nuisance in connection in the performance of services under this Construction Contract. SECTION 21 PERMITS AND LICENSES. Except as otherwise provided in the Special Provisions and Technical Specifications, The Contractor shall provide, procure and pay for all licenses, permits, and fees, required by the City or other government jurisdictions or agencies necessary to carry out and complete the Work. Payment of all costs and expenses for such licenses, permits, and fees shall be included in one or more Bid items. No other compensation shall be paid to the Contractor for these items or for delays caused by non-City inspectors or conditions set forth in the licenses or permits issued by other agencies. SECTION 22 WAIVER. A waiver by either party of any breach of any term, covenant, or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained herein, whether of the same or a different character. SECTION 23 GOVERNING LAW. This Construction Contract shall be construed in accordance with and governed by the laws of the State of California. SECTION 24 COMPLETE AGREEMENT. This Agreement represents the entire and integrated agreement between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This Agreement may be amended only by a written instrument, which is signed by the parties. SECTION 25 SURVIVAL OF CONTRACT. The provisions of the Construction Contract which by their nature survive termination of the Construction Contract or Final Completion, including, without limitation, all warranties, indemnities, payment obligations, and City's right to audit Contractor's books and records, shall remain in full force and effect after Final Completion or any termination of the Construction Contract. SECTION 26 PREVAILING WAGES. This Project is not subject to prevailing wages. The Contractor is not required to pay prevailing wages in the performance and implementation of the Project, because the City, pursuant to its authority as a chartered city, has adopted Resolution No. 5981 exempting the City from prevailing wages. The City invokes the exemption from the state prevailing wage requirementforthis Project and declares thatthe Project is funded one hundred percent (100%) by the City of Palo Alto. SECTION 27 NON APPROPRIATION. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that the City does not appropriate funds for the following fiscal year for this event, or (b) 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 Construction Contract are no longer available. This section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Agreement. Construction Contract 15 Rev. October 9, 2009 SECTION 28 AUTHORITY. The individuals executing this Agreement represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities, SECTION 29 SEVERABILITY. In case a provision of this Construction Contract is held to be invalid, illegal or unenforceable. the validity, legality and enforceability of the remaining provisions shall not be affected. IN WITNESS WHEREOF, the parties have caused this Construction Contract to be executed the date and year first above written. CITY OF PALO ALTO D Purchasing Manager [gJ City Manager APPROVED AS TO FORM: City Attorney APPROVED: Public Works Director Construction Contract 17 CONTRACTOR: ELITE LANDSCAPING, INC. 8y: ____________ _ Name: ------------------------- Title: ___________ _ Rev. October 9,2009 ITEM DESCRIPTION -Base I Alt. 1 -Dog Run Improvements 41,172 Base Bid + 1 1,530,834 2 IAdd Alt. 2 -Softball Field Retrofit 78.126 3 IAdd Alt. 3 -Trash & Recycling Enclosur 48,658 Base Bid + 1,2,3 1,657,618 4 IAdd Alt. 4 -Public Access Fencing Base Bid + 1.2.3.4 -(0.24) 22,955 1,160,055 28,450 1,188,505 28,570 1,217,075 rTACBMENTB -(0.23) -(0.22) -(0.21 ) 19,340 22,300 22,600 1,165,340 1,189,000 1,193,300 41,833 30,550 38,250 1,207,173 1,219,550 1,231,550 32,000 23,900 1,239,173 1,243,450 Page 1 -(0.02) 14,387 1,476,933 31,220 1,508,153 BID SUMMARY.xls Divisions Ad.ministration 650.329.2992 650.323.1741 fax Budget 650.329.2260 650.323.1741 fax Infonnation Technology 650.329.2182 650.617.3109 fax Real Estate r:;~:;itt fax . Finance 650.329.2264 650.323.1741 fax Accounting 650.329.2264 650.323.1741 fax Purchasll'lg 650.329.2271 650329.2468 fax Investments 650.329.2362 650323.8356 fax December 4, 2009 Mr. Thomas Wortham Goodland Landscape Construction, Inc. 2455 N. Naglee Road, #402 Tracy, CA 95304-1324 RE: DENIAL OF PROTEST AFFIRMED ATTACHMENT C Gtyof P~QAlt9 Administrative Services Department ADDITIONAL PROTEST ITEM PRESENTED DECEMBER 2 DENIED Dear Mr. Wortham: This letter serves to inform you that after reviewing your Protest LeUer of November 13,2009 (Attachment A), your Appeal Letter dated November 25,2009 (Attachment B), additional documentation provided by Elite Landscaping Incorporated (Elite) prior to the December 2 meeting and considering the additional evidence you submitted at our December' 2, 2009 meeting. I am affirming the decision to deny this Protest as 'stated to you November 17 j 2009 (Attachment C). Additionally, lam also denying the additional protest Item 'yo!J presented at our meeting December 2', 2009 that was not submitted with your original protest of November 13. This Issue is your allegation that Elite was allowed to change the pricing of their bid response. I have considered this protest item even though this was not originally submitted with the Bid Protest and thereby not within the time required. My decision is based on the following. ,1. Elite Mobilization Cost Is within the' guJdell~es of the speoIfication as outlhied In the Bid. Elite submit,ted a breakdown between its mobilization and bonding costs showing that the mobilization costs met the specification. Revenue Collections 650.320.2317 650.617.3122 fax 2, Elite confirmed that It would self perform the playground resilient surface work and their Contractor's License :allows this. They understand that ,they must obtain certification to install Surface America products or be certifIed to submit an approved alternative, Elite confirmed that they are authorized by t~e rnanl.,lfaoturer to install Spectra Turf Which appears to bean acceptable alternate. ," ) Parking Citations 650.329.2252 As for your new protest item made to me December 2, thc:jtlElite was able to change the prices of their bid -I see no evidence that this occurred. As a matter of practice In reviewing Elite's Bid at the time of ~he Bid opening November 10,2009, and sirlce Elite was the appa~ent low bidder. staff requested from Eilte clarification to line Item pricing for Line 7 within the Alternate 1 Bid Section. Price written and listed for this line I)tated $350,000 dollars. Bid total for Line Item 1-9 stated $22,955 as well as this was the value indicated In their Bid , Summary page which was slg'nett by EII.te.Ente clarlfiecl that, this was a cl,etical error and that .the value for Line 7 in the Alternate #1 is $3,500 dollars. The Palp Alto Municipal Code Section 2. 30. 480 permits the City to waive minor bid Irregularities provided they do nol change the total bid amount. The key fact is that this clarification to a clerical error did not change the Bid value submitted of $1,240.075. Moreover. staff deemed this to be a non- material mistake similar to the two non-material mistakes yOlJ had admitted to in your own bid response. p.o, Box 10250 Palo Alto, CA 94303 " ) ) I ) ,- As for the additional allegation you made December 2, that the value for Bid Alternate 2 was in error ($27.950 versus the listed value In the Bid of $28,570) I find no merit to this either. In review, the Bid value is indeed $28,570 as was listed in the bid, which your company (Dena Wortham) has now also acknowledge is correct. In conclusion the Bid Grand Total used to make a determination for award never changed. Thank you again for submitting a bid to the City of Palo Alto for this project. We look forward ,to you participating in future City Bids. ~ rnrectOfOfAdTnt::- City of Palo Alto Cc: Bid File Cara'Silver, Senior Assistant City Attorney Jose Arreola, Contracts Administrator Greg Pustelnik, Purchasing Manager Attachment A: Letter of November 13, 2009 Attachment B: Letter of November 25,2009 Attachment C: Letter of November 17, 2009 A GoodLanD Landscape Construction, Inc. -===::+,;:::' ==-- November 13, 2009 City of Palo Alto Attention: Manager of Purchasing and Contract Administration Jose Arreola 250 Hamilton Avenue, Mezzanine Floor, Palo Alto, CA 94301 Subject: Greer Park Renovation and Pump Station Replacement; Bid # 134205 Dear Mr. Arreola After a review of the Greer Park bid results and e-mail correspondence sent by Chris Rafferty on November 12 explaining that Elite Landsoape's only listed Sub-contractors were SOl of Clovis for concrete and fencing, and Kious Electric of Fresno, Goodland Landscape Construction believes that Elite's Bid should be deemed Non-Responsive for the following reasons. 1. Section 01721 Mobilization Part Four. Section 4.2 states "The total amount BID under this Item of work shall not exc.eed (5) percent of the Contractor's total bid." Line Item 1 on Elite's .bld proposal under "Bonding & Mobilization" has a total of $85,000. Their total bid is $1,137,100. (5) percent of the total bid Is $62,000. Elite's line item 1 total exceeds the Bid Specification's allowable amount by $23,000. This clause in the specifications is used to protect the public Interest preventing the General Contractor from frontloading the billing with the intentions of finanolng the project through over billing, Whether this was Elite's intent Is unknown, however It was spelled out clearly in the specifications and definitely should be considered a Material ,Defect in their Bid Proposal. • Tel.: 209.835.9956 Falc 209.835.9554 2. Page 22 of the Bid Form package "Subcontractor listing Form" quotes section 4100,8t Seq., of the Public Contract Code: Any work subcontracted for an amount exceeding one half of one percent requires that subcontractor to be listed on this part of the Bid Fonn. The resilient surfacing work for this project Is worth approximately $50,000. This amount far exceeds the required threshold for subcontractor listing. After researohlng Elite's lIoense classlflcallon's we found no D~12 specialty license which Is used by the resilient surfaoe companies. The specified Surface America did not recognize Elite as a certified Installer. If Elite's response to this issue is that they intend to self perform the resllientsurface work under their "AI> License the City should review their experience and what their approach to meeting and following the speCifications will be. If Elite cannot self perform this work they could possibly 4Bid Shop" this task giving them the economical advantage the subcontract listing law is in plaoe to protect against. In the Asphalt line Item # 5 Elite has a dollar amount of $21,000. Will Elite self perform this work? The City should research this issue also. They listed SOl for concrete and fencing only. (SOl appears to be owned by the same owner of Elite Landscaping) This only leaves Elite to perfonn this work and they may not have the experience. On past projects they have listed both Resilient Surface Subcontractors, and Paving Subcontractors. If the City's research concludes that Elite failed to list Subcontractors for work their firm does not have the experience to perform It is im'peratlve that the City reject the Elite Bid as Non-Responsive. If their finn was allowed the leeway to shop for subcontractors for these two tasks after the bid it would give Elite a clear economic bidding advantage against Goodland. There was only a $9000 difference In. our two Bid Proposals. These two items could have, easily made the difference in the lowest Responsive Bidder. e 2455 N. Naglee Rd. #402 Tracy, CA 95304·7324 In closing. without a copy of the Elite Landscaping Bid Proposal It Is difficult to say what other mistakes may have been made. We requested a copy of their bid and It was not available as of November 12. 2009. The two items listed above rise to the level of Material Defects in the Elite Bid Proposal. Their Bid should therefore be considered to be Non-Responsive and rejected on that basis. Goodland Landscape should therefore be considered the lowest Responsible Bidder and awarded the Greer Park Renovation and Pump Station Replacement Project. We received your correspondence Friday morning November 13. 2009 informing us that this project was going to the City Council Monday the 16th, Please give our protest the consideration described within the Glty's Polley for Protest Procedure. The Integrity of the bidding proCeSs is crucial now more than ever and the City's attention to our concerns would be greatly appreciated. If you have any additional questions, please feel free to oontact me at 209-835-9956 . V~ry Truly Yours, ~OOdl nd Landscape Construction. Inc. ~~~~ .~ omas Wortham . ~ Vice President B November25,2009 City of Palo Alto GoodLanD Ll!!ndacape Construction, Inc. Attention: Direotor of Administration Services Lalo Perez 250 Hamilton Avenue, Mezzanine Floor, ,Palo Alto, CA 94301 Subject: Greer Park Renovation and Pump Station Replacement; Bid # 134205 . Bid Protest Appeal Dear Mr. Perez Upon rl!!vlewlng the November 17, 2009 Bid Protest Response authored by Jose Arreola Goodland Landsoape construction has the following comments and ooncerns. The Bonding and Mobilization Issue seem curious, Goodland's bond cost for this bid was $10,965.00. We contaeted two other bIdders whose bond cost was below $15,000. Please see attached bond worksheet multiplier as proof the City can see clearly see this is not a random bond cost We are suggesting that the City now having this Information perhaps should request such a worksheet from the Elite Company. The language In Section 01721 Mobilization part one includ~s the term "Incidentals" as a description of what is Included In the Mobilization line Item. Our position Is stili that the mobilization includes the bond cost. It seems to convenient that.the copy of the bid we received from the City after our protest had notes beside this bid item #1 that reflected the exact figures we referenced In our protest letter of $62,000.00 which we assume was'Elite's Mobilization cost and $23,000.00 which we are assuming was the bond cost. On the other two Sub Contractor listing Issues we were able to use Elite's Bid to research the references they listed as completed projects. All of the contacts we spoke with had no knowledge of whether Elite was capable of self performing Asphalt work or Resilient Surfacing as subcontractors were used. Rick Salinas with the City of Modesto explained that on their HWY 99 landscape project there was minor asphalt repair work that Elite subbed out, the other project Elite had constructed for the City of Modesto named Oliver Wright Park had resilient surfacing that they subbed out. We also contacted Nathan Houx with the City of lathrop who explained that his experience with Elite Included no self performance of these two Items. We learned that Elite had~constructed many parks In lathrop for Developers, and that Mr. Houx would welcome a call from your City If you were Interested with their City's experience with the Elite Company. We contacted John Joyner with the City of Tracy who confirmed the same experience, which was that Elite had subbed those Items out in the past. While the asphalt experience Issue may seem elementary to overlook the resilient surface Issue Is not. Specifically warranty Issues, insurance liability Issues, and quality control Issues shOUld drive the Clly to verify that Elite Is certified to Install the product they Intend to substitute for the specIfied Surface America product. They are not certified to Install Surface America rubber products now or before the bid. Material suppliers of all these Resilient Surface Types require certified Installers to install their product to keep their warranties in tact. We learned thIs as a result of researching Pebbleflex of which we are stili going through the long certification process. It would be in the best interest of the City to contact the Architect of record on this project and have thero research this issue. Goodland would be Interested In the Architects findings. Tlie liability of having an un-certified installer of this material would be significant. We suggest the City ... Tel.: 209.835.9956 Fax: 269.835.9554 e 2455 N. Naglee Rd. 11402 Tracy, CA 95304-7324 attorney review all of these Issues paying close attefltlon to this issue specifically, reg;:\rdless if we are awarded the job the City should protect itself on th Is Issue. Elite should have provided the City with a Pre· Bid certificate, and completed job references verifying they have the experience and Insurance to install their substituted product. If they don't, your projeot is no place for on the job training at tax payer expense attempting to perform a very dlHlcult task for experienced installers. Goodland should be awarded the project If Elite,does not meet the above referenced standards, . In closing It Is our experience that the time to address this Issue would be as 800n as possible, your City does not require·oertlfled payrolls as we learned on the Cubbertey Project. Therefore anyone or any company oan show up and work on the Greer Project find the City has no way of policing these actions. The bidding public needs to know that the specification requirements matter. The experience level of a self performing General Contractor Is crucial to the success of the proJect. We hope we have made our positions clear and are wllll.ng to answer any questions that may arise upon your review. Thank you for allowing us to participate In the protest process. You may teach me at 209-835-9956. ~ Thomas R. Wortham Goodland Landscape Construction, Inc. Nathan Houx City of Lathrop Office 209-941-7363 Cell 209-992-0749 Attachments-Bonding Letter Original Protest Letter c Divisions Administration 650.3~'.26!}2 650,323.1741 fax Budget 650.329.2260 650.323.1741' fax InfoIlJlaUon Techriology 650.32.9.2182 650.611.9109 fax Rea1Estate 650.329.226\& 650.323.174] fax Finance '650.329.'2.2M 650,323.1741 fax Acrountlng 650.329.2264 65V.92J.1141 fllX Purchasing 650.329.2271 6/10.329.2468 fax Investments 650.329.2362 650.323.8356 fax Revenue CollectiOtlS 650.320.2317 650.6]7.3122 (ax Parking CitatiotlS 650.329.2252 November 17 ~ 2009 Goodland Landscape Construction o Inc. 2455 N. Naglee Road, #402 Tracy, CA '95304-7324 g~9(Pa1Q Alto Administrative Services Department Re: Greer ~ark Renovation and Pump Station Replacement: Bid Protest. Mr. Wortham: In response to your protest fetter dated November 13. 2009 received yesterday' morning related to our project for Greer Park Renovation and Pump Station Replacement; you raised three main points for clarification. . Purchasing has Investigated your complaints and determined they do not have .merlt for the reasons below. 1) On line item #1 of our Base Bid you point out that the '''Mobilizationtl should not exceed five (5) percent of the total bid· per Section 01721 of the Teohnlcal Specifications. After reviewing the documentation I pointed out that Item #1 Includes two components of the project; the Mobilization, which is within the 5% as required, and the Bonding cost. I confirmed \\!Ith a representative for Elite Landscaping (Ellt~) that the bid amount for lin~ item #1 Includes both the MobiUzatlon and the cost of the Bonds. The Mobll1~atlon component Is below the 5% as specified in the Technical Specifications. 2) On line item #9 of our aase Bid. within the Playground Equipment the contractor Is to provIde a "Resilient Surface" as part of the same Item (the cost within the lump sum of the Playground EquIpment). You state that Elite did not list a subcontractor for this part of the work and that based on your ' estimation the work Is worth $50,000. When a contractor does not list a subcontraptor for certain part of the work we take this to mean that the general contractor will self perform -that Is the case here; I confirmed this with Elite. As for the cost, since Elite will be self performing the work the estimated cost of the work does not matter. You also state that Elite does not have a . specialty D .. 12 Contractor's License. Our soJ1cltation required only a Class A. General Engineering contractor's license -Elite has met this requirement. The work can be performed with a Class A license whloh is the broadest possl~la license. , p.o. BOl( 10250 Palo Alto, CA 94303 Pdnled wUhsoy.baud In"" on 100% r~cycl.d'l'.p.r prorelSoo without tl1lodno " . -Ad.lnini8tratton 650.329.2692 650.32S.1741 £ax Budget 6511.329.2260 . 6!lO.323.1141 £ax . Information Thclmolosr 650329.2181 . 650.617.3100 fax . RealBstale 650.329.2264 650.323.1741 fax Finance 650.&29.2264 650.323.1741 fax Accounting 600.329.2264 650.&23.1141 fax == 650.329.2468 tax Investments 650.329.2362 650.323.8356 lax Revenue CollectiOnB 650.a20.2317 650.6173122 fax Parking Otations 650.329.2252 9.0/. of R~oAltq , Administrative Services Department 3) On our line #5 oftha Base Bid we require a lump sum for Asphalt Pavement; Elite has quoted $21,000 for this Item and they will self .. perform the asphalt work. Based on the above. your protest is denied. Given the nature of your protest. the City will deem this response the Purchasing Manager's response and permit you to appeal directly to the CIty's Director of AdminIstrative Services. Such appeal must be filed within five (5) workfng days from the date of receipt of this response. ,The appeal must be made In writing to: City of Palo Alto. Attention: Administrative Services Director, Administrative Services Department, 250 Hamilton Avenue, 41h Floor,. Palo Alto, CA 94301. Such appeal must Include the grounds for the appeal and copies of the original protest and this response. You must also send Purchasing a COPY. of all materials sent to the Director of AdmInistrative Servlce.s. The decision of the CIty's Administrative Services Director Is flnal. Very truly yours, ~.cLo~ Contracts Administrator 00. Greg Pustelnik Elite Landscape p.o. Box 10250 PaloAlto,CA 94300 I'dl"ed with. eoy-baOEd ink. on 100% recyded'pil'er p'o<~& •• d wlthOUI chlorlne