Loading...
HomeMy WebLinkAboutStaff Report 189-08City of Palo Alto City Manager’s Report TO: FROM: DATE: SUBJECT: HONORABLE CITY COUNCIL 6 CITY MANAGER DEP.6aRTSfENT: COMM-U~’ITY SERVICES APRIL 14, 2008 CMR:189:08 APPROVAL OF A CONTRACT \VITH ROD.~N BUILDERS, ~C., IN THE .~MOUNT OF $211,900 FOR THE RENOVATION OF THE OPEN SPACE MAINTENANCE BUILD~G .AT FOOTHILLS PARK, C.M:’ITAL LM]:’ROVEMENT PROGI~M PROJECT OS-07003; AND APPROVAL OF A BUDGET .~MYENDM~ENT ORDLN.~NCE FOR THE FISCAL YEAR 2007-08 TO PROVIDE AN ADDITIONAL APPROPRIATION OF $40,137 TO CAPITAL IMPROVEMENT PROGRAM (CIP) PROJECT OS-07003, OPEN SPACE MAINTENANCE SHOP REHABILITATION RECOMMENDATION Staff recommends that Council: 1. Authorize the City Manager or his designee to execute the attached contract (Artaclmaent A) in the amount of $211,900 with Rodan Builders, Inc. for the renovation and improvement of the Open Space maintenance building at Foothills Park (Capital Improvement Program Project OS-07003); and 2. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Rodan Builders, Inc., for related, additional but unforeseen work that may develop during the project, the total value of which shall not exceed $21,000. 3. Approve the Budget :~maendment Ordinance in the amount of $40,137 to increase appropriation to CIP Project OS-07003 (Attachment E). BACKGROUND The Open Space maintenance building was constructed in 1968 and includes a large workshop, tool room, and supply storage area. Staff uses the area to construct signs and displays; to repair equipment and park furnishings; and to store work tools, equipment and small vehicles. The wood-framed building has not been improved since its construction in 1968 or repaired after a flood in 1983. It has an un-insulated plank board exterior that leaks extensively, causing damage to stored materials and equipment. The project will install new exterior siding to the building, add rain gutters on both edges of the roo~ add insulation and sheetrock to all of the interior shop walls, replace existing windows and doors with insulated and energy efficient windows and doors and install a new dust collection system and exhaust system that will provide cleaner air for employee health and safety. CMR:189:08 Page 1 of 4 This project was submitted as part of the 2005-2007 Capital Budget and funding was approved by Council for the 2006-2007 Fiscal Year. Staff has worked with the engineering firm of Grossman Design Group, Inc.. to design improvements that will be durable, efficient, cost- effective and aesthetically compatible with the rustic buildings of Foothills Park. DISCUSSION In preparing the designs and specifications for this maintenance building, the design consultants were asked to incorporate materials and construction tecNaiques that are sensitive to the enviromnent, low in on-going maintenance, and that would esthetically blend with the appearance of Foothills Park. The size and dimensions of the maintenance building will remain unchanged (Attactvnent C - Site Map). Once renovated, the maintenance building will allow staff store materials, supplies and tools in a safe and secm’e maturer and will ensure that materials and tools are not damaged by water. With improved lighting, park staff will be better able to work on the repair of small engines and tools and construct park mnenities. With the improved dust removal system and added building insulation, staffwill be able to work in a safer, more comfortable, and efficient enviromnent. Bid Process A notice inviting formal bids for this project was posted at City Hall on February 11, 2008, and sent to 10 builders’ exchanges and 7 independent contractors. The bidding period was 29 days. Bids were received from four qualified contractors on March 11, 2008 as listed on the attached bid summary (Attactvnent D). Bids ranged from a low bid of $211,900 to a high of $479,000. The low bid is 2% percent above the 2006 engineer’s estimate of $207,500. Summary of Bid Process Bid Name/Number: Open Space Maintenance Building IFB #122241 Proposed Length of Project: 120 calendar days Number of Bids Mailed to Contractors: 7 Number of Bids Mailed to Builder’s Exchanges: 10 Total Days to Respond to Bid: 29 Pre-Bid Meeting? Yes, non-mandatory Number of Company Attendees at Pre-Bid Meeting: 0 Number of Bids Received: 4 Bid Price Range: (includingall alternates) Low bid $211,900 to a high of $479,000 Staff reconm~ends that the bid $211,900 submitted by Rodan Builders, Inc. be accepted and that Rodan Builders, Inc., be declared the lowest responsible bidder. The change order amount of $21,000 (which equals 10% of the total contract) is requested to resolve unforeseen problems and/or conflicts that may arise during the construction period. Staff checked references supplied by the contractor for previous work performed and found no significant complaints. Staff also checked with the Contractor’s State License Board and found that the contractor has an active license on file. The Contractor’s Certification of Non- discrimination is Attachment D. CMR: 189:08 Page 2 of 4 Work is expected to start in May 2008 and be complete in 120 days from the Notice to Proceed. Care has been taken to plan the actual renovation of this building to avoid any inconvenience to the public or disruption to essential park operations. \Vhile the Open Space maintenance building is under construction, staff will store materials and supplies in the adjoining garage building. RESOURCE IMPACT Funds for this project are included in Capital Improvement Program Project - OS-07003 (Open Space Maintenance Building) approved in FY 2006-07 for $250,000 (Attaclvnent G). Design, construction and contingency costs will total $290,137. A Budget Amendment in the amount of $40,137 is needed to increase the appropriation to this project. This additional appropriation will be funded by the Infrastructure Reserve. Because the improved maintenance building will be more energy-efficient and will better protect materials, supplies and tools, this project will create a slight decrease in the ammal cost for utilities and replacement tools. POLICY IMPLICATIONS This recommendation does not represent any change to existing City policies. The proposed project is consistent with existing City policy, including Comprehensive Plan Policy C-26: Maintain and eahance existing park facilities. ENVIRONMENTAL REVIEW This project has been determined to have no significant effect on the enviromnent and to be categorically exempt from review under the California Enviromnental Quality Act (CEQA) as repair and maintenance of existing streets and similar facilities pursuant to CEQA Guidelines, Section 15301 (c). ATTACHMENTS Attaclmaent A: Contract Attactvnent B: Site Map Attactvnent C: Bid Su~runm3~ Attactm~ent D: Certificate of Nondiscrimination Attactm~ent E: Budget Amendment Ordinance Attaclvnent F: CIP Page CMR:189:08 Page 3 of 4 PREPARED BY: ’<C / G~G B~-TT S Open Space and Parks Division Manager DEPARTMENT HEAD: JA~ES ¯ ector of Community Services Assistant City Manager CMR:189:08 Page 4 of 4 ATTACHMENT A CITY OF PALO ALO CONTRACT CONTRACT No. C08122241 COMMUNITY SERVICES DEPARTMENT RECREATION and OPEN SPACE & SCIENCES DIVISION OPEN SPACE MAINTENANCE BUILDING RENOVATION This Contract, number C08122241 dated April, 15, 2008 is entered into by and be~veen the City of Paid Alto, a California Charter City ("City"), and RODAN BUILDERS. !NC. ("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 Sco~e of Proiect and Work. Contractor sha!l furnish labor, services, materials and equipment in connection with the construction of the P~oject 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:OPEN SPACE MAINTENANCE BUILDING RENOVATION; ( INVITATION FOR BID (IFB) NO. 122241) Bid:$ 211.900.00 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. Certificate of Insurance, Performance Surety Bond, Labor & Materials (Payment) Surety Bond. Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications. Any other document not expressly mentioned herein which is issued by City or entered into by the padies. Compensation. !n 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 PaiD 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 CITY OF PALO ALTO -Contract #C08122241 PAGE1 OF 7 CITY OF PALO ALO CONTRACT for each insurance policy shall be signed by a person who is authorized by that insurer to bind coverage in its behalf. Proof of insurance shall be mailed to the Project Manager to the address set fodh 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 ~h~r~r.term of this Comr~u[, or arising .... "~^ 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, ~s25300-25395, 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, ofiqcers, 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 Insoection: 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 unde~,~riters 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 ’~sk~, and with all Laws pertaining to nondiscrimination in employment and hazardous materials. CITY OF PALO ALTO -Contract #C08122241 PAGE 2 OF 7 CITY OF PALO ALO CONTRACT 11.Bid Securitv 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 Security as required under the Invitation for Bids. 12.R=~r=sen{~t ons and Warranties. In the supply of any materials and equipment and the rendering of labor and services during the course and scope of the Project and Work, Contractor represents and warrants: Any materials and equipment which shall be used during the course and scope of the Project and Work shall be vested in Contractor; Any materials and equipment which shall be used during the course and scope of the Proiect and ’¢Jork shall be merchantable and fit to be used for the particular purpose for which the materials are required; 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. Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request, whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true and correct at the time such information is submitted or made available to the City; Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to the terms and conditions of Contractor’s Bid, except as may be permitted by the Invitation For Bid; Contractor has the power and authority to enter into this Contract with City, that the individual executing this Contract is duly authorized to do so by appropriate resolution, and that this Contract shall be executed, delivered and performed pursuant to the power and authority conferred upon the person or persons authorized to bind Contractor; Contractor has not made an attempt to exert undue influence with the Purchasing i~lanager 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, ceRifications, 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.Assionment. 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. Al! 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 CITY OF PALO ALTO -Contract #C08122241 PAGE 3 OF 7 CITY OF PALO ALO CONTRACT required by law, and shall be described in sufficient detail to give adequate notice of the substance of the claim to City. Audits bv City. During the term of this Contract and for a period of not less than three (3) years after the expiration or earlier termination of this Contract, City shall have the right to audit Contractor’s Project-related and Work-related 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., o~urs,=~ requests and statements given by either party to the other shah be in writing and shall be sufficiently given and served upon the other pady if (1) personally sewed, (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, sewice by delivery and service by facsimile transmission. To City:City of Palo Alto City Clerk 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 Copy to:City of Palo Alto Community Services Department Recreation and Open Space Division P.O. Box 10250 Palo Alto, CA 94303 Gregg Betts, Project Manager To Contractor:Roland Builders’ Inc. 1625 El Camino Real, Suite 3 Belmont, CA 94002 (650) 508-1700 Attn: Dan Oliver 17.Appropriation of City Funds. This Contract is subject to the fiscal provisions of Article Ill, 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 purpo~ to be Contractor’s bailee, and City is, therefore, not responsible for any damage to the personal prope~y 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. CITY OF PALO ALTO -Contract #C08122241 PAGE 4 OF 7 CITY OF PALO d. CITY OF PALO ALO CONTRACT Definitions. The definitions and terms set fo,Rh 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. Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to perform its obligations under this Contract which directly results from an Act of God or an act cf 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 duty 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 be~veen the parties constitute the entire agreement between the parties concerning the Project and Work, and there are no other prior oral or written agreements between the parties that are not incorporated in this Contract. Modification of Agreement. This Contract shall not be modified or be binding upon the parties, unless such modification is agreed to in writing and signed by the parties. Provision. Any agreement, covenant, condition, clause, qualification, restriction, reservation, term or other stipulation in the Contract shall define or other, vise 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, ofiqcer or other employee or partner to act for or in behalf of Contractor or which authorizes Contractor to enter into this Contract. Severabi!ity. 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 Counci! 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 paRies. 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 obsewed as a legal holiday by City, the time for performance sha!l 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 pa~ies agree otherwise, shall be conducted under the auspices of the Judicial Arbitration and Mediation Se~ice (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 ALTO -Contract #C08122241 PAGE 5 OF 7 CITY OF PALO ALO CONTRACT California, as such rules may be amended from time to time. The parties shah 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 othePwise, 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 in the United States District Court for the Northern District of California. Recovery of Costs. Each Party shall bear its own costs, including attorney’s fees, through the completion of mediation. If the claim or dispute is not resolved through mediation, or if litigation is necessary to enforce a settlement reached at mediation pursuant to California Code of Civil Procedure § 664.6, as amended, then the prevailing party in any subsequent litigation may recover its reasonable costs, including attorney’s fees, incurred subsequent to conclusion of the mediation. Flow-down. Contractor agrees to include provisions of this Contract relating to Alternative Dispute Resolution, Venue. and Recovery of Costs in any subcontracts or major material purchase agreements which it enters into in connection with this Contract, and to require its subcontractors to include those provisions in any sub-contracts or major material purchase agreements, such that any mediation or litigation of any claim or dispute asserted by a subcontractor or major material supplier will be consolidated with any related claim or dispute be.~,veen the Contractor and the City. Should the Contractor fai! 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 ’v,HEmEOF, the parties have by their duly appointed representatives executed this Contract in the city of Palo Alto, County of Santa Clara, State of California on the date first stated above. CITY OF PALO ALTO APPROVED AS TO FORM: Senior Assistant City Attorney APPROVED: Assistant City Manager ROLAND BUILDERS, INC. By: Name: Title: By: Name: Tit!e: Director of Administrative Services Director of Community Services (Compliance with California Corporations Code 9 313 is required if the entity on whose behalf this contract is signed is a corporation, tn 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 #C08122241 PAGE 6 OF 7 CITY OF PALO ALO CONTRACT CERTIFICATE OF ACKNOWLEDGMENT (Civil Code ~ 1i89) STATE OF COUNTY OF On before me,a nota~ 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 entib.7 upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature (Seal) CITY OF PALO ALTO -Contract #C08122241 PAGE 7 OF 7 ATTACHMENT B SITE M,&P - Detai! of FopS_hill Park The Maintenance 5, ard v~T~’is located at the west end of Foothills Park at the end of Las Trampas Valley just beyond the Oak Grove Picnic ,~Mea. (The Park Maintenance Yard is locateci !.3 miles fiom the entrance of the Park.) ATTACHMENT C BID SUMMARY Invitation For Bids 122241 Open Space Maintenance Building Renovations LIST OF Alternative BIDDERS Rodan Builders BCI Builders Alpha Bay Builders Zolman Consn-uction City Electric Base Bid Total $211:900 277,970 308,000 479,000 18,950 Grant Total $211;900 277,970 308,000 479,000 (bid only on elecu-icai \x ork) Low Bid $211,900 ATTACHS’ ENT D CERTIFICATION OF NONDISCRIMINATION FORM 410 PROJECT:Ogen S~ace Maintenance Sui!dinu Renovation Certification of Nondiscrimination: As suppliers of goods and/or services to the City of Pa’,o Alto in excess of $5,000, the firm, contractor cr individua!(s) listed be!ow certify that: they do not and in the pe..fformance of this contract they will not discriminate in employment of any person because of race, skin color, gender, age, religion, disability, national origin, ancestri,,, sexual orientation, housing status~ marital status, familial status, weight or height of such person; and further ce~i~7 that they are in compliance with a!l Federal, State and local directives ~’~=, :~ ~x~u~/~ orders recar~inq nonG~scrlmiRatlori in empiovment. Firm: ~odan Builders, Inc. Titie of Officer Signing:C.F.O. Sicnature: DATE: March i0, 2008 CITY OF PALO ALTO -IFB 122241 PAGE 1 OF 1 0RDINA~NCE NO. ORDiN~_NCE OF THE COUNCIL OF THE CITY OF PALO ALTO ~!’{ENDiNG THE BUDGET FOR THE FISCAL YEAR 2007-08 TO PROVIDE ~_\~ ADDITIONAL APPROPRIATION OF $%0,137 TO CAPITAL IHPROVEMENT PROG~’~ (C!P)PROJECT 0S-07003, OPEN SPACE ~.tAiNTEN~-NCE SHOP REHABILITATION The Council of the City of Pa!o Alto does ordain as follows: SECTION !. The Council of the City of Pa!o A!to finds and determines as fol!ows: 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 fiscal year 2007-08; and B. in fiscal year 2006-07, the City Council appropriated $250,000 for CIP Project 0S-07003, Open Space Maintenance Shop Rehabilitation(Project) to cover the costs of the design and construction; and C. Design was co~ieted leaving a balance of $192,762 from the appropriation to cover for the construction cost of the Project. $40,137 additional funding 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 $40,137 is re_quired to construct the Project; and E. The total additional appropriation of $40,137 will be funded by the infrastructure reserve; and F. The appropriation of fund for CiP Project CIP Project 0S- 07003, Open Space Maintenance Shop Rehabilitation(Project) 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 0S-07003, Open Space Maintenance Shop Rehabilitation. SECTION 2. The sum of Forty Thousand One Hundred Thirty Seven Dollars ($40,137) is hereby appropriated to CIP Project 0S-07003, Open Space Maintenance Shop Rehabilitation. SECTION 3. The Capital Project Fund Infrastructure Reserve is hereby reduced by Forty Thousand One Hundred Thirty Seven Dollars ($40,137) to Sixteen Million Four Hundred Fifty Three Thousand _~enty Nine Dollars ($16,453,029) as shows_ in Ex_hibit A. SECTION 4. The transactions above will have no impact on the Genera! Fund Budget Stabilization Reserve. SECTION 5. As specified in Section 2.28.080(a) of the Paio ___’ ~’the is:Tto Municipa! Code, a ~wo-~n!rds vote of City Counci~ re~aired to adopt this ordinance. SECTION 6. As provided in Section 2.04.330 of the Pa!o Alto Municipa! Code, this ordinance shall become effective upon adootion. SECTION 7. The Council of the City of Palo Alto hereby finds that this project is exempt from the provisions of the California Enviros~enta! Quality Act (CEQA) pursuant to Sections 15301 and 15302 of the CEQA Guidelines, and therefore, no environmental impact assessment is necessary. INTRODUCED ~D PASSED: AYES: NOES: ABSTENTIONS: ABSENT: ATTEST:APPROVED: City Clerk Mayor APPROVED AS TO FORM: City Manager Senior Asst. City Attorney Director of Community Services Director of Administrative Services EXHIBIT A Budget Amendment Ordinances Impacting Infrastructure Reserve Approved-To-Date in BAO Description Cost 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 Playground Pu )lie/Private Partnership Project BAO4962 - PE-04011, Cambridge parking Structure Impro’vements 200%087 Midyear net change BAO PE-08002 Peers Park Impro’vemems BAO OS-07003 Open Space Maintenance Shop Rehabilitation S192£72 S93,507 $71£56 $40,137 Revenue $192,872 S93,507 SO SO Plaeeholders iAIreadyin i Impact onthe 2007-081 Capital Fund ’InfrastructureAdopted i ReserveBudget S15,815,000 (S662,000){ SO 2007-08 Estimated Future Year Ongoing Costs SO 1,411,722 ~ (71,556) (40,137) g~zO0.o~ i SO Reserve Balance After BAO’s I $26,453,029 Description: This project will install new exterior siding to the Foothills Park Maintenance Building, add rain gutters on both edges of the roof, add insulation and sheetrock to all of the interior shop walls, and add insulated overhead roll-down doors on the three bays that are uncovered. Insulated windows and doors will replace existing doors and ",~indo\~ s. A he\\ dust collection system and exhaust system will provide cleaner air for employee health and safety. Justification: The Foothills Park Maintenance Building was constructed in t968 and includes a large workshop, tool room, and supply storage area. It has not been improved since its construction in 1968 or repaired after a flood in 1983. It has an uninsulated plank board exterior that leaks. During the winter, the building is cold, drafty, and difficult to heat. Because there are no gutters, water runs down the exterior walls of the building and into the shop. Tools and equipment rust due to the moisture. Consultant Services Scope: Project plans and specifications will be prepared by, an engineering consultant for $42,500. Supplemental Information: This project was not included in the Infrastructure Management Plan (Adamson Study). The inclusion of this project will be accomplished with current staff resources and may delay or defer completion of other City Open Space improvement projects. This project supersedes planned projects as it will result in significant cost reductions, improve efficiency, increase the availability of storage space and improve air quality in the shop for employee safety. ¯ .,,~"P FACTS: o Continuing o Project Status: Pre-Design o Time~ine: FY 2006-2008 o. Overail Proiect Completion: 0% ~ Percent Spent: 0.00% ~ Managing Department: Community Services o Comprehensive P!an: Policy C-24. IMPACT ANALYSIS: o Environmentah Categorically exempt from CEQA. o Design Elements: Reasonable efforts will be made to match existing materials. o Operating: This project will reduce heating costs and tool replacement. PY Actuals as of 12/31/2007 Pre-Design Costs Design Costs Construction Costs Other Total Budget Request $0 $70,462 J $42,500 $207,500 $40,137 $250,000 $40,137 , Revenues: Source of Funds:Infrastructure Reserve Council Policy Direction:Project is not in planned General Fund IMP and/or does not have an identified funding source. $42,500 $247,637 $290,137 2006-07 Budget Cib" q{ Palo Aim 63