Loading...
HomeMy WebLinkAboutStaff Report 142-08City of Palo Alto City Manager’s Report TO: FROM: DATE: SUBJECT: HONORABLE CITY COUNCIL CITY MANAGER DEPARTMENT: PUBLIC WORKS FEBRUARY 19, 2008 CMR:142:08 ADOPTION OF AN ORDINANCE APPROVING AND ADOPTING A PARK IMPROVEMENT PLAN FOR ALEXANDER PEERS PARK; ADOPTION OF A BUDGET AMENDMENT ORDINANCE AMENDING THE BUDGET FOR THE FISCAL YEAR 2007-08 TO PROVIDE AN ADDITIONAL APPROPRIATION OF $71,556 TO CAPITAL IMPROVEMENT PROGRAM (CIP) PROJECT PE-08002, PEERS PARK IMPROVEMENTS AND APPROVAL OF A CONTRACT WITH SANTA CLARA CONSTRUCTION & ENGINEERING, INC., IN THE AMOUNT OF $444,326 FOR CONSTRUCTION OF ALEXANDER PEERS PARK IMPROVEMENTS - CIP PROJECT PE-08002 6 RECOMMENDATION Staff recommends that Council: o Adopt the attached Park Improvement Ordinance (Attachment A) authorizing substantial landscape maintenance improvements at Alexander Peers Park (Peers Park). Adopt the attached Budget Amendment Ordinance (BAO) in the amount of $71,556 (Attachment B) to provide an additional appropriation for the Peers Park Improvements, Capital Improvement Program (CIP) project PE-08002. o Approve and authorize the City Manager or his designee to execute the attached contract (Attachment C) with Santa Clara Construction & Engineering, Inc., in the amount of $444,326 for construction of the Peers Park Improvements; and Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Santa Clara Construction & Engineering, Inc., for related, additional but unforeseen work that may develop during the project, the total value of which shall not exceed $22,250. CMR:142:08 Page 1 of 4 BACKGROUND Peers Park improvements were included in the Infrastructure Management Plan (IMP) approved by the City Council in 1998. Funding for improvements to Peers Park was included in the 2007- 08 Adopted Capital Budget. The existing play area equipment is past due its cycle for replacement, and the neighborhood input that was solicited during the design development phase was strongly in favor of the proposed improvements. Special attention was given by members of the public to the design of the play areas. DISCUSSION Peers Park improvements will consist of: removal and replacement in kind of most children’s play equipment, some pathways and the entire picnic area, including replacement of site furniture and paving surfaces; replacement of play area safety surfacing; and miscellaneous landscape improvements including new trees, shrubs and decorative boulders. The proposed project includes three add alternate bid items, including replacement of the basketball court fence, repairs to the tennis court fence and installation of an additional bench in the south end of the park. The Alexander Peers Park Improvement Plan (Attachment A, Exhibit A-1) summarizes the Park Improvement Ordinance. Bid Process A notice inviting formal bids for the Peers Park Improvements Project was posted at City Hall on December 11, 2007 and sent to 10 builder’s exchanges and 25 general contractors. The bidding period was 28 days, and bids were received from 14 qualified contractors on January 15, 2008 (see Attachment E for a summary of all bids received on the project). Base bids ranged from a low of $431,788 to a high of $596,520. Summary_ of Bid Process Bid Name/Number IFB # 125087 Peers Park Improvements Proposed Length of Project 90 days No. of Bids Mailed to Contractors 25 No. of Bids Mailed to Builder’s 10 Exchanges Total Days to Respond to Bid 28 Pre-Bid Meeting?Yes Number of Company Attendeesat 12 Pre-Bid Number of Bids Received:14 Bid Price Range with no add From a low of $431,788 to a high of $596,520 alternates *Detailed bid summary provided in Attachment E. Staff has reviewed the bids submitted and recommends that the bid of $431,387 and three add alternates totaling $12,939, submitted by Santa Clara Construction & Engineering, Inc., be accepted and that it be declared the lowest responsible bidder. This contractor has satisfactorily completed similar projects for the City in the recent past. Staff also checked references supplied by the contractor and found no significant complaints. Staff also checked with the Contractor’s State License Board and found that the contractor has an active license on file. The required Certification of Nondiscrimination is included as Attachment F. CMR: 142:08 Page 2 of 4 The low bid is 18% percent above the engineer’s estimate of $365,500. Although the amount of this contract exceeds the original budget due to higher than expected costs for site preparation and the children’s play structures, it is recommended that the project move forward. The three add alternates totaling $12,939 involve needed repair and replacement of fencing adjacent to the children’s play area, and given the relatively low cost of these improvements staff recommends their inclusion in the contract. Contingent upon additional funds becoming available for the project through the proposed Budget Amendment Ordinance, staff recommends awarding the base bid and three add alternate bid items in the amount of $444,326 to Santa Clara Construction & Engineering, Inc. The contingency amount of $22,250, which equals 5% percent of the total contract, is requested to resolve unforeseen problems and!or conflicts that may arise during the construction period. RESOURCE IMPACT In fiscal year 2007-08, the City Council appropriated $444,000 for CIP Project PE-08002, Peers Park Improvements (Project) to cover the costs of the design and construction. After completion of the design, $397,020 is left from the original appropriation for the construction cost of the Project. Additional funds totaling $71,566 are needed to award the construction contract. A Budget Amendment Ordinance is necessary to increase the appropriation for the Project (Attachment B). There is sufficient balance in the Infrastructure Reserve to provide the funding for the additional appropriation. POLICY IMPLICATIONS The proposed Peers Park Improvements project is consistent with existing City policies. ENVIRONMENTAL REVIEW This project is exempt as defined by the California Environmental Quality Act (CEQA) pursuant to the provisions of Sections 15201 and 15302 of the CEQA Guidelines. ATTACHMENTS Attachment A: Attachment B: Attachment C: Attachment D: Attachment E: Attachment F: Park Improvement Ordinance Budget Amendment Ordinance Contract CIP Page Bid Summary Certification of Nondiscrimination PREPARED BY: CHRIS RAFFERTY Landscape Architect CMR: 142:08 Page 3 of 4 DEPARTMENT HEAD: CITY MANAGER APPROVAL: GLENN S. ROBERTS Director of Public Works ~!~MILY~~NARRI S C~NN ’~~ Assistant City Manager CMR: 142:08 Page 4 of 4 NOT YET APPROVED ATTACHMENT A ORDINANCE NO. ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO APPROVING AND ADOPTING A PARK IMPROVEMENT PLAN FOR ALEXANDER PEERS PARK The Council of the City of Palo Alto does ORDAIN as follows: SECTION 1. Findings. The City Council finds and declares that: (a) Article VIII of the Charter of the City of Palo Alto and Section 22.08.005 of the Palo Alto Municipal Code require that, before any substantial building, construction, reconstruction or development is commenced or approved, upon or with respect to any land held by the City for park purposes, the Council shall approve and adopt a park improvement ordinance and a plan describing the proposed project. (b)Alexander Peers Park is dedicated to park purposes. (c)The park’s amenities, including a large turf meadow that can be used for organized youth sports, asphalt walking paths, a basketball court, two tennis courts, picnic tables and benches, and a recreation building with restrooms, have not been upgraded since the mid- 1970s and need replacement. The children’s play area was renovated in the early 1990’s. (d) The City intends to authorize certain replacement and improvement projects within Alexander Peers Park as shown on the Alexander Peers Park Improvement Plans including, without limitation, the following: (1)Removal and replacement of all children’s play structures except the older age group swings and a small climbing structure. (2)Removal and replacement of the children’s play area fencing and accessible safety surface. (3)Removal and replacement of all picnic tables and benches. (4)Installation of bollards and decorative boulders. (5)Removal of the existing deteriorated wood arbor. (6)Miscellaneous planting of new trees and shrubs. (e) The project improvements will avoid protected trees and other sensitive resources and all existing park uses will be restored following project construction. In addition, inconvenience to the public caused by aging equipment and paved surfaces will be eliminated. Accordingly, the improvements described above and as more specifically described on the Plans attached hereto as Exhibits "A-I ’° and "A-2" are consistent with park and conservation purposes. 080212jb 0130268 NOT YET APPROVED (f) The Council desires to approve the projects described above and as more specifically described on the Plans attached hereto as Exhibits "A-I" and "A-2". SECTION 2. The Council hereby approves the Plan for replacement and construction of improvements in Alexander Peers Park and hereby adopts the Plans attached hereto as Exhibits "A-I" and "A-2" as part of the official plan for the construction of improvements in Alexander Peers Park. SECTION 3. The Council finds that the project to replace and improve certain facilities at Alexander Peers Park is categorically exempt from review under the California Environmental Quality Act (CEQA) pursuant to the provisions of Sections 15301 and 15302 of Title 14 of the California Code of Regulations. SECTION 4. date of its adoption. This ordinance shall be effective on the thirty-first day after the INTRODUCED: PASSED: AYES: NOES: ABSENT: ABSTENTIONS: ATTEST: City Clerk APPROVED AS TO FORM: Mayor APPROVED: Senior Asst. City Attorney APPROVED: Director of Public Works City Manager Director of Community Services Director of Administrative Services 080212jb 0130268 2 ATTACHMENT A-1 ALEXANDER PEERS PARK IMPROVEMENT PLAN Introduction Alexander Peers Park is a 4.7 neighborhood park located at 1899 Park Boulevard in Palo Alto. The entire park was last renovated in the mid 1970’s, and the children’s play area was renovated in the early 1990’s. Park amenities include a large turf meadow that can be used for organized youth sports, asphalt walking paths, a basketball court, two tennis courts, picnic tables and benches, a children’s play area and a recreation building with restrooms. Proposed Park Renovation Activities Proposed improvements to Peers Park include: removal and replacement of all children’s play structures except the older age group swings and a small climbing structure; removal and replacement of the children’s play area fencing and accessible safety surface; o removal and replacement of all picnic tables and benches ¯installation of bollards and decorative boulders; ~removal of the existing deteriorated wood arbor o miscellaneous planting of new trees and shrubs Little if any change to the proposed layout of pathways, plazas, and site amenities is anticipated compared to current conditions.The project improvements will avoid protected trees and other sensitive resources. Construction Schedule Construction activity to implement the proposed improvement project is expected to last approximately 90 days, from March 2008 through June 2008. Construction would likely occur during weekdays from 8:00 a.m. to 5:00 p.m. Areas of the park that are not significantly impacted by construction activity such as the central turf meadow, tennis courts and recreation building will remain open to the public. Anticipated Results The anticipated benefits to be realized from the project include new play equipment and safety surfacing, updated site furnishings, more comfortable and accessible picnic tables and benches, more efficient traffic control, and additional shade trees and landscape shrubs. Attachment B ORDINANCE NO. ORDINANCE OF THE COUNCIL OF THE CITY OF PAL0 ALTO AMENDING THE BUDGET FOR THE FISCAL YEAR 2007-08 TO PROVIDE AN ADDITIONAL APPROPRIATION OF $71,556 TO CAPITAL IMPROVEMENT PROGRAM (CIP) PE-08002, PEERS PARK IMPROVEMENTS The Council of the City of Palo Alto does ordain as follows: SECTION i. The Council of the City of Palo Alto finds and determines as follows: A. Pursuant to the provisions of Section 12 of Article III of the Charter of the City of Palo Alto, the Council on June !i, 2007 did adopt a budget for fisca! year 2007-08; and B. In fiscal year 2007-08, the City Council appropriated $444,000 for CIP Project PE-08002, Peers Park Improvements (Project) to cover the costs of the design and construction; and C. Design was completed leaving a balance of $397,020 from the appropriation to cover for the construction cost of the Project. $71,556 additional fund is needed to award the construction contract; and D. This project was put out to bid; the low bid is higher than the amount available, and an additional funding of $71,556 is required to construct the Project; and E. The total additional appropriation of $71,556 will be funded by the infrastructure reserve; and F. The appropriation of fund for CIP Project PE-08002, Peers Park Improvements is a one-time event, and in future years maintenance and replacement costs will be included in the City’s budget; and G. City Council authorization is needed to amend the 2007-08 budget to make available the funds required for construction of CIP Project PE-08002, Peers Park Improvements. SECTION 2. The sum of Seventy One Thousand Five Hundred Fifty Six Dollars ($71,556) is hereby appropriated to CIP Project PE- 08002, Peers Park Improvements. SECTION 3. The Capital Project Fund Infrastructure Reserve is hereby reduced by Seventy One Thousand Five Hundred Fifty Six Dollars ($71,556) to Sixteen Million Four Hundred Ninety Three Thousand One Hundred Sixty.Six Dollars $16,493,166) as shown in Exhibit A. SECTION 4. The transactions above w!ll have no impact on the Genera! Fund Budget Stabilization Reserve. SECTION 5. As specified in Section 2.28.080(a) of the Palo Alto Municipal Code, a two-thirds vote of the City Counci! is required to adopt this ordinance. SECTION 6. As provided in Section 2.04.330 of the Palo Alto Municipa! Code, this ordinance shal! become effective upon adoption. SECTION 7. The Council of the City of Palo Alto hereby finds that this project is exempt from the provisions of the California Environmental Quality Act (CEQA) pursuant to Sections 15301 and 15302 of the CEQA Guidelines, and therefore, no environmenta! impact assessment is necessary. INTRODUCED AND PASSED: AYES: NOES: ABSTENTIONS: ABSENT: ATTEST:APPROVED: City Clerk Mayor APPROVED AS TO FORM: City Manager Senior Asst. City Attorney Director of Public Works Director of Administrative Services EXHIBIT A Budget Amendment Ordinances Impacting Infrastructure Reserve Approved-To-Date in 2007-08 BAO Description Balance - July 1, 2007 (audited balance) 07-08 Net change to reserve -adopted budget 2007-08 Projected Ending Balance Before BAOs Less: Additional Appropriation BAO 4960 -PG-07000, Heritage Park Play~’ound Public/Private Partnership Project BAO4962 - PE-04011, Cambridge Parking Structure Improvements 2007-087 Midyear net change BAO PE-08002 Peers Park Improvements Cost $192,572 S93,507 71,556 Revenue $192,572 $93,507 Placeholders Atreadyin the 2007-08 Adopted Budget Impact on the Capital Fund Infrastructure Reserve $15,815,000 ($662,00O) $15,153,000 $0 1,411,722 (71,556) Estimated Future Year Ongoing Costs Reserve Balance After BAO’s ] $16,493,166 ] FORMAL CONTRACT ATTACHMENT C SECTION 500 CONTRACT No. C08125087 (Public Work) Public Works Department This Contract, number C08125087 dated is entered into by and between the City of Palo Alto, a California Charter City ("City"), and Santa Clara Construction and Engineering, Inc. ("Contractor"). For and in consideration of the covenants, terms, and conditions ("the provisions") of this Contract, City and Contractor ("the parties") agree: Term. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract, and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder, subject to the earlier termination of this Contract. General Scope of Proiect and Work. Contractor shall furnish labor, services, materials and equipment in connection with the construction of the Project and complete the Work in accordance with the covenants, terms and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as follows: Title of Project:Peers Park Improvements, Invitation for Bids (IFB) No. 125087. Bid:$444,326.00 (Four hundred forty-four thousand three hundred twenty-six dollars) Contract Documents. This Contract shall consist of the documents set forth below, which are on file with the City Clerk and are hereby incorporated by reference. For the purposes of construing, interpreting and resolving inconsistencies between and among the provisions of this Contract, these documents and the provisions thereof are set forth in the following descending order of precedence. This Contract. Invitation for Bid. Project Specifications. Drawings. Change Orders. Bid. Supplementary Conditions. General Conditions. City of Palo Alto Dept. of Public Works Standard Drawings and Specifications (most current version). Certificate of Insurance, Performance Surety Bond, Labor & Materials (Payment) Surety Bond. Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the City of Palo Alto Dept. of Public Works Standard Drawings and Specifications (most current version). Any other document not expressly mentioned herein which is issued by City or entered into by the parties. Compensation. In consideration of Contractor’s performance of its obligations hereunder, City shall pay to Contractor the amount set forth in Contractor’s Bid in accordance with the provisions of this Contract and upon the receipt of written invoices and all necessary supporting documentation within the time set forth in the Contract Specifications and the City of Palo Alto Dept. of Public Works Standard Drawings and Specifications (most current version), or, if no time is stated, within thirty (30) Days of the date of receipt of Contractor’s invoices. Insurance. On or before the Date of Execution, Contractor shall obtain and maintain the policies of insurance coverage described in the Invitation For Bid on terms and conditions and in amounts as may be required 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 C08125087 PAGE 1 OF 7 rev. 12/00 FORMAL CONTRACT SECTION 500 behalf. Proof of insurance shall be mailed to the Project Manager to the address set forth in Section 16 of this Contract. Indemnification. Contractor agrees to protect, defend, indemnify and hold City, its Council members, officers, employees, agents and representatives harmless from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments, arising, in whole or in part, directly or indirectly, at any time from any injury to or death of persons or damage to property as a result of the willful acts or the negligent acts or omissions of Contractor, or which results from Contractor’s noncompliance with any Law respecting the condition, use, occupation or safety of the Project site, or any part thereof, or which arises from Contractor’s failure to do anything required under this Contract or for doing anything which Contractor is required not to do under this Contract, or which arises from conduct for which any Law may impose strict liability on Contractor in the performance of or failure to perform the provisions of this Contract, except as may arise from the sole willful acts or negligent acts or omissions of City or any of its Council members, officers, employees, agents or representatives. This indemnification shall extend to any and all claims, demands, or liens made or filed by reason of any work performed by Contractor under this Contract at any time during the term of this Contract, or arising thereafter. To the extent Contractor will use hazardous materials in connection with the execution of its obligations under this Contract, Contractor further expressly agrees to protect, indemnify, hold harmless and defend City, its City Council members, officers and employees from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments City may incur, arising, in whole or in part, in connection with or as a result of Contractor’s willful acts or negligent acts or omissions under this Contract, under the Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C. ~9601-6975, as amended); the Resource Conservation and Recovery Act (42 U.S.C. ~6901-6992k, as amended); the Toxic Substances Control Act (15 U.S.C. ))2601-2692, as amended); the Carpenter-Presley-Tanner Hazardous Substance Account Act (Health & Safety Code, ~)25300-25395, as amended); the Hazardous Waste Control Law (Health & Safety Code, ~25100-25250.25, as amended); the Safe Drinking Water and Toxic Enforcement Act (Health & Safety Code, )~25249.5-25249.13, as amended); the Underground Storage of Hazardous Substances Act (Health & Safety Code, ~)25280-25299.7, as amended); or under any other local, state or federal law, statute or ordinance, or at common law. Assumption of Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or injury to the property of Contractor which may occur in, on, or about the Project site at any time and in any manner, excepting such loss, injury, or damage as may be caused by the sole willful act or negligent act or omission of City or any of its Council members, officers, employees, agents or representatives. Waiver. The acceptance of any payment or performance, or any part thereof, shall not operate as a waiver by City of its rights under this Contract. A waiver by City of any breach of any part or provision of this Contract by Contractor shall not operate as a waiver or continuing waiver of any subsequent breach of the same or any other provision, nor shall any custom or practice which may arise between the parties in the administration of any part or provision of this Contract be construed to waive or to lessen the right of City to insist upon the performance of Contractor in strict compliance with the covenants, terms and conditions of this Contract. No Exoneration By Inspection: The City has the right, but not the duty, to inspect Contractor’s Work. The right of inspection is solely for the benefit of City. Contractor has the obligation to complete the Work in a satisfactory manner in compliance with Contract requirements. The presence of a City inspector does not shift that obligation to the City or relieve Contractor from its obligations to complete the Work in a satisfactory manner in compliance with the Contract requirements. 10.Compliance with Laws. Contractor shall comply with all Laws now in force or which may hereafter be in force pertaining to the Project and Work and this Contract, with the requirement of any bid security or fire underwriters or other similar body now or hereafter constituted, with any discretionary license or permit issued pursuant to any Law of any public agency or official as well as with any provision of all recorded documents affecting the Project site, insofar as any are required by reason of the use or occupancy of the Project site, and with all Laws pertaining to nondiscrimination in employment and hazardous materials. 11.Bid Security Bonds. As a condition precedent to City’s obligation to pay compensation to Contractor, and on or before the Date of Execution, Contractor shall furnish to the Project Manager the Bid Secudty as required under the Invitation for Bids. CITY OF PALO ALTO rev. 12/00 CONTRACT C08125087 PAGE 2 OF 7 FORMAL CONTRACT SECTION 500 12.Representations and Warranties. In the supply of any materials and equipment and the rendering of labor and services during the course and scope of the Project and Work, Contractor represents and warrants: Any materials and equipment which shall be used during the course and scope of the Project and Work shall be vested in Contractor; bo Any materials and equipment which shall be used during the course and scope of the Project and Work shall be merchantable and fit to be used for the particular purpose for which the materials are required; Co Any labor and services rendered and materials and equipment used or employed during the course and scope of the Project and Work shall be free of defects in workmanship for a period of one (1) year after the recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder; Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained by Contractor for and in behalf of City. eo Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request, whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true and correct at the time such information is submitted or made available to the City; Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to the terms and conditions of Contractor’s Bid, except as may be permitted by the Invitation For Bid; go Contractor has the power and authority to enter into this Contract with City, that the individual executing this Contract is duly authorized to do so by appropriate resolution, and that this Contract shall be executed, delivered and performed pursuant to the power and authority conferred upon the person or persons authorized to bind Contractor; ho Contractor has not made an attempt to exert undue influence with the Purchasing Manager or Project Manager or any other person who has directly contributed to City’s decision to award the contract to Contractor; There are no unresolved claims or disputes between Contractor and City which would materially affect Contractor’s ability to perform under the Contract; Contractor has furnished and will furnish true and accurate statements, records, reports, resolutions, certifications, and other written information as may be requested of Contractor by City from time to time during the term of this Contract; Contractor and any person performing labor and services under this Project are duly licensed by the State of California as required by California Business & Professions Code Section 7028, as amended; and Contractor has fully examined and inspected the Project site and has full knowledge of the physical conditions of the Project site. 13.Assiqnment. This Contract and the performance required hereunder is personal to Contractor, and it shall not be assigned by Contractor. Any attempted assignment shall be null and void. 14.Claims of Contractor. All claims pertaining to extra work, additional charges, or delays within the Contract Time or other disputes arising out of the Contract shall be submitted by Contractor to City in writing by certified or registered mail within ten (10) Days after the claim arose or within such other time as may be permitted or required by law, and shall be described in sufficient detail to give adequate notice of the substance of the claim to City. 15.Audits by City. During the term of this Contract and for a period of not less than three (3) years after the CITY OF PALO ALTO rev. 12/00 CONTRACT C08125087 PAGE 3 OF 7 FORMAL CONTRACT SECTION 500 expiration or earlier termination of this Contract, City shall have the right to audit Contractor’s Project-related and Work-related writings and business records, as such terms are defined in California Evidence Code Sections 250 and 1271, as amended, during the regular business hours of Contractor, or, if Contractor has no such hours, during the regular business hours of City. 16.Notices. All agreements, appointments, approvals, authorizations, claims, demands, Change Orders, consents, designations, notices, offers, requests and statements given by either party to the other shall be in writing and shall be sufficiently given and served upon the other party if (1) personally served, (2) sent by the United States mail, postage prepaid, (3) sent by private express delivery service, or (4) in the case of a facsimile transmission, if sent to the telephone FAX number set forth below during regular business hours of the receiving party and followed within two (2) Days by delivery of a hard copy of the material sent by facsimile transmission, in accordance with (1), (2) or (3) above. Personal service shall include, without limitation, service by delivery and service by facsimile transmission. To City:City of Palo Alto City Clerk 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 Copy to:City of Palo Alto Public Works Department Engineering Division P.O. Box 10250 Palo Alto, CA 94303 Chris Rafferty, Project Manager To Contractor:Santa Clara Construction and Engineering, Inc. P.O. Box 8214 San Jose, CA 95125 Attn: Jaime Guerra 17.Appropriation of City Funds. This Contract is subject to the fiscal provisions of Article III, Section 12 of the Charter of the City of Palo Alto. Any charges hereunder for labor, services, materials and equipment may accrue only after such expenditures have been approved in advance in writing in accordance with applicable Laws. This Contract shall terminate without penalty (I) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (ii) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 17 shall control in the event of a conflict with any other provision of this Contract. 18. Miscellaneous. Bailee Disclaimer. The parties understand and agree that City does not purport to be Contractor’s bailee, and City is, therefore, not responsible for any damage to the personal property of Contractor. Consent. Whenever in this Contract the approval or consent of a party is required, such approval or consent shall be in writing and shall be executed by a person having the express authority to grant such approval or consent. Controlling Law. The parties agree that this Contract shall be governed and construed by and in accordance with the Laws of the State of California. Definitions. The definitions and terms set forth in Section 1 of the City of Palo Alto Dept. of Public Works Standard Drawings and Specifications (most current version) of this Contract are incorporated herein by reference. e.Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to CITY OF PALO ALTO CONTRACT C08125087 PAGE 4 OF 7 rev. 12/00 FORMAL CONTRACT SECTION 500 perform its obligations under this Contract which directly results from an Act of God or an act of a superior governmental authority. Headings. The paragraph headings are not a part of this Contract and shall have no effect upon the construction or interpretation of any part of this Contract. Incorporation of Documents. All documents constituting the Contract documents described in Section 3 hereof and all documents which may, from time to time, be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and shall be deemed to be part of this Contract. Integration. This Contract and any amendments hereto between the parties constitute the entire agreement between the parties concerning the Project and Work, and there are no other prior oral or wdtten agreements between the parties that are not incorporated in this Contract. Modification of Agreement. This Contract shall not be modified or be binding upon the parties, unless such modification is agreed to in writing and signed by the parties. Provision. Any agreement, covenant, condition, clause, qualification, restriction, reservation, term or other stipulation in the Contract shall define or otherwise control, establish, or limit the performance required or permitted or to be required of or permitted by either party. All provisions, whether covenants or conditions, shall be deemed to be both covenants and conditions. Resolution. Contractor shall submit with its Bid a copy of any corporate or partnership resolution or other writing, which authorizes any director, officer or other employee or partner to act for or in behalf of Contractor or which authorizes Contractor to enter into this Contract. Severability. If a court of competent jurisdiction finds or rules that any provision of this Contract is void or unenforceable, the provisions of this Contract not so affected shall remain in full force and effect. Status of Contractor. In the exercise of rights and obligations under this Contract, Contractor acts as an independent contractor and not as an agent or employee of City. Contractor shall not be entitled to any rights and benefits accorded or accruing to the City Council members, officers or employees of City, and Contractor expressly waives any and all claims to such rights and benefits. Successors and Assigns. The provisions of this Contract shall inure to the benefit of, and shall apply to and bind, the successors and assigns of the parties. Time of the Essence. Time is of the essence of this Contract and each of its provisions. In the calculation of time hereunder, the time in which an act is to be performed shall be computed by excluding the first Day and including the last. If the time in which an act is to be performed falls on a Saturday, Sunday, or any Day observed as a legal holiday by City, the time for performance shall be extended to the following Business Day. Alternative Dispute Resolution. The parties shall endeavor to resolve any disputes or claims arising out of or relating to this Contract by mediation, which, unless the parties agree otherwise, shall be conducted under the auspices of the Judicial Arbitration and Mediation Service (JAMS), San Jose, California. The intent of the parties is that the mediation shall proceed in advance of litigation; however, if any party should commence litigation before the conclusion of mediation, such litigation, including discovery, shall be stayed pending completion of mediation, and by executing this Contract the parties stipulate to mediation in accordance with Santa Clara County Superior Court Local Rule 1.15 or Rule 2-3(b) of the ADR Local Rules of the U.S. District Court for the Northern District of California, as such rules may be amended from time to time. The parties shall share the cost of the mediation, including the mediator’s fee, equally. Any written agreement reached in mediation shall be enforceable pursuant to California Code of Civil Procedure § 664.6, as amended. Venue. Unless the parties mutually agree otherwise, mediation shall take place in San Jose, California. In the event that litigation is commenced by any party hereunder, the parties agree that such action shall be vested exclusively in the state courts of California in the County of Santa Clara or CITY OF PALO ALTO rev. 12/00 CONTRACT C08t25087 PAGE 5 OF 7 FORMAL CONTRACT in the United States District Court for the Northern District of California. SECTION 500 Recovery of Costs. Each Party shall bear its own costs, including attorney’s fees, through the completion of mediation. If the claim or dispute is not resolved through mediation, or if litigation is necessary to enforce a settlement reached at mediation pursuant to California Code of Civil Procedure § 664.6, as amended, then the prevailing party in any subsequent litigation may recover its reasonable costs, including attorney’s fees, incurred subsequent to conclusion of the mediation. Flow-down. Contractor agrees to include provisions of this Contract relating to Alternative Dispute Resolution, Venue. and Recovery of Costs in any subcontracts or major material purchase agreements which it enters into in connection with this Contract, and to require its subcontractors to include those provisions in any sub-contracts or major material purchase agreements, such that any mediation or litigation of any claim or dispute asserted by a subcontractor or major material supplier will be consolidated with any related claim or dispute between the Contractor and the City. Should the Contractor fail to do so, such that the City is required to defend an action brought by a subcontractor or material supplier inconsistent with the Alternative Dispute and Venue provisions of this Contract, Contractor shall indemnify City for City’s costs of defense, including reasonable attorney’s fees. IN WITNESS WHEREOF, the parties have by their duty 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 ASTO FORM:CITY OF PALO ALTO Senior Assistant City Attorney Assistant City Manager APPROVED:CONTRACTOR: Director of Administrative Services Director of Public Works By:. Name: Title: By:. Name: Title: (Compliance with California Corporations Code ~ 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) CITY OF PALO ALTO CONTRACT C08125087 PAGE 6 OF 7 rev. 12/00 FORMAL CONTRACT SECTION 500 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code ~ 1189) STATE OF COUNTY OF On , before me,a notary public in and for said County, personally appeared , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature (Seal) CITY OF PALO ALTO rev. "12/00 CONTRACT C08125087 PAGE7 OF7 ATTACHMENT CityWorks PEERS PARK MPROVEMENTS (PE-08002) Description: This project will upgrade and renovate playground and picnic areas and replace pathways, irrigation, fencing, trash receptacles, benches, and signage at Peers Park. (IMP funding focuses on repairing existing infrastructure as identified in the Adamson Report, and does not entail full-scale/unlimited park renovations). Justification: This project will enhance the safety, quality, and condition of Peers Park, as well as address accessibility needs of the disabled. CIP FACTS: ¯ New ¯ Project Status: Design ¯ Percent Spent: 8% ¯ Managing Department: Public Works ¯ Comprehensive Plan: Policies C-24, C-26, C32, Program C-19 ° Board/Commission Review: PTC, PRC IMPACT ANALYSIS: ¯ Environmental: Categorically exempt for CEQA under Section 15301. ¯ Operating: Reduces cost of structural and sys- tems maintenance. PY Budget $0 PY Actuals as of 12/31/2007 $38,937 Pre-Design Costs Design Costs Construction Costs Other Total Budget Request $40,000 $40,000 $475,556 $475,556 $515,556 $515,556 Revenues: Source of Funds:Infrastructure Resewe 99 CiU q( Palo Alzo 2007-09 ATTACHf~ENT E PROJECT: PEERS PARK IMPROVEMENTS - IFB125087 BID OPENING DATE: JANUARY 15, 2008 ITEM DESCRIPTION ENGR’S EST.~BIDDERS ..... Sansei Garden Sposeto Engr. R.A. Bothman Amer. Civil. Co. Calstate Const.ESR Const.Scapes, Inc. Bay Const. Co. 34,350 49,000 49,0921 12,714 85,500 124,500 66,240 40,000 27,225 28,000 30,282 12,386 20,200 40,000 23,260 60,000 77,845 72,000 69,239 125 420 74,600 70,000 72,931 84,000 6,470 3,600 4,715 5,100 4,800 4,000 6,000 17,000 45,500 43,965 43,000 54,135 54,900 52,200 45 000 75,778 62,000 197,800 220,390 200,000 209,250 229,554 225,600 190,000 225,600 247,000 65,245 56,645 78,000 58,919 60,246 42,500 50,000 46,000i 56,000 2. 3. 4. 5. 6. 7. 8. 8. A1 A3 Demolition & Site Preparation Subgrade Prep. & Base Material Site Concrete Decomposed Granite Play Area Surfacing Play Equipment vlisc. Site Furnishings Planting 15,000 12,000 60,000 7,500 52,000 168,000 36,000 9,000 Sant Clara Const. 33,313 16,215 68,180 3,014 41,035 200,988 37,643 17,297 G & G Builders 26,086 15,410 73,450 5,480 46,700 211,880 48,028 14,600 S & M Const.Pacheco Bros. ! Blossom Valley J.J. Albanese 29,000 23,488 _59,720 35,000 23,000 32,351 41,910 40,000 67,000 83,020 70,940 75,000 4,200 5,079 4,075 7,500i 47,000 41,774 39,800 213,000 210,131 185,285 47,000 47,034 68,580 25,000 11,784 6,000 10,770 14,260 11,500 11 529 7,400 11,777 11,000 13,600 16,000Irrigation ¯6,000 13,702 18,700 6,000 9,839 6 275 9,700 6,945 10 500 10,671 7 600 10 600 10 000 19 540 14 52(~ Variance - Base 65,887,. ¯94,834 95,700 99,000 111,085 121,015 122,595 130,100 132,332 149,820 162,277 179,000 183,449 231,020 % Over/Under- Base (0.18)(0.26)(0.26)(0.27)(0.30)(0.33)(0.34)(0.36)(0.36)(0.41)(0.44)(0.49)(0.50)(0.63) Add Air. 1 - New Chain Link Fence 26,000 8,311 10,170 11,000 4,936 7,975 4,500 7,650 9,600 7,751 10,688 10,650 8,500 45,000 8,700Sum Base Bid + A1 391,500 439,698 470,504 472,200 469,436 484,560 491,015 495,745 505,200 505,583 526,008 538,427 553,000 593,949 605,220 Add Air. 2 - Repair Tennis Court Fence 5,000 3,267 1,956 2,100 2,674 2,200 2,400 3,085 1,900 2,169 2,0321 3,050 3,300 18,000 2,700Sum Base Bid + A1 A2 396,500 442,965 472,460 474,300 472,110 486,760 493,4~15 498,830 507,100 507,752 528,040 541,477 556,300 611,949 607,920 Add Aft. 3 - Additional Bench With Back 5,000 1,361 1,584 1,200 1,998 1,470 1,100 1,785 2,600 2,043 1,620 1,350 1,700 5,000 2,200Sum Base Bid + A1 A2 A3 401,500 444,326 474,044 475,500 474,108 488,230 494,515 500,615 509,700 509,795 529,660 542,827 558,000 616,949 610,120 Page 1 BID SUMMARY.xls ATTACHMENT F CERTIFICATION OF NONDISCRIMINATION FORM 410 PROJECT: Peers Park Improvements Certification of Nondiscrimination: As Suppliers of goods and/or services to the City of Palo Alto in excess of $5,000, the firm, contractor or individual(s) listed below certify that: they do not and in the performance of this conb’act they will not discriminate in employment of any person because of race, skin color, gender, age, relkjion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person; and further certify that they are in compliance with all Federal, State and local directives and executive orders regarding nondiscrimination in employment. Title of Officer Signature: ’Et CITY OF PALO ALTO - IFB 125087 PAGE 1 OF 1