HomeMy WebLinkAboutStaff Report 9301
City of Palo Alto (ID # 9301)
City Council Staff Report
Report Type: Consent Calendar Meeting Date: 6/25/2018
City of Palo Alto Page 1
Summary Title: Award of Baylands Boardwalk Improvements Construction
Project
Title: Approval of a Construction Contract With Vortex Marine Construction,
Inc. in the Amount of $1,097,281 for the Baylands Boardwalk Improvements
Capital Improvement Project PE-14018 and Approve Budget Amendments in
the Capital Improvement Fund and the Parkland Dedication Fee Fund
From: City Manager
Lead Department: Public Works
Recommendation
Staff recommends that Council:
1. Approve and authorize the City Manager or his designee to execute the
attached contract with Vortex Marine Construction, Inc. (Attachment A) in
an amount not to exceed $1,097,281 for the Baylands Boardwalk
Improvements Project (Capital Improvement Program (CIP) Project PE-
14018);
2. Authorize the City Manager or his designee to negotiate and execute one or
more change orders to the contract with Vortex Marine Construction, Inc.
for related additional but unforeseen work that may develop during the
project, the total value of which shall not exceed $109,728.
3. Amend the Fiscal Year 2019 Budget Appropriation (contingent upon the
adoption of the FY 2019 Proposed Budget) for:
a. The Capital Improvement Fund by:
i. Increasing the Baylands Boardwalk Improvements Project (PE-
14018) appropriation by $550,000;
ii. Increasing the Transfer from the Parkland Dedication Fee Fund
by $470,000; and
iii. Decreasing the Salary and Benefits – Capital Improvement
Fund CIP Project (AS-10000) by $80,000.
CITY OF
PALO
ALTO
City of Palo Alto Page 2
b. The Parkland Dedication Fee Fund by:
i. Increasing the Transfer to the Capital Improvement Fund by
$470,000; and
ii. Decreasing the Ending Fund Balance by $470,000.
Executive Summary
The Baylands Boardwalk Improvements Project (project) will replace the existing
boardwalk at the Lucy Evans Baylands Nature Interpretive Center (Interpretive
Center) with a new accessible boardwalk of the same length and on the same
alignment. In March 2016, a feasibility study recommended replacement of the
boardwalk due to structural deficiencies and poor condition. On September 19,
2016, Council approved the feasibility study and a contract with Biggs Cardosa
Associates to provide design services for the new boardwalk (Staff Report ID#
6669). An amendment to the design services contract will be brought for Council
approval in August for construction support. The estimated cost of this contract
amendment is included in the requested budget amendment.
During design development, staff conducted extensive public outreach to receive
input from the public and regulatory agencies. All required regulatory permits
have been obtained and the project was advertised for bids in April 2018. Upon
Council approval of the construction contract, construction is anticipated to begin
in September 2018 and be completed by December 2018. This schedule is one
year ahead of the schedule in the proposed FY 2019 capital budget due to the
timely issuance of permits by the regulatory agencies.
Background
The existing boardwalk was constructed in 1969 and rehabilitated in 1980. The
boardwalk was closed in 2014 for public access due to structural damage and
safety concerns, except a 200-foot segment of the boardwalk between the
Interpretive Center and first overlook was opened to the public after minor
structural repair. Upon Council approval of a design contract with Biggs Cardosa
Associates to replace the existing boardwalk, staff and the design team presented
the design in several public meetings to receive feedback including a community
meeting, the Parks and Recreation Commission (PRC) meetings, and an
Architectural Review Board (ARB) meeting. Additionally, the project team
maintained regular communication with the regulatory agencies throughout the
City of Palo Alto Page 3
design development to receive their input and to ensure timely approval of the
regulatory permits.
In November 2017, the Planning Director approved the project and adopted the
Mitigated Negative Declaration (MND) prepared in accordance with the California
Environmental Quality Act (CEQA). A Park Improvement Ordinance for the project
was adopted by Council on April 16, 2018 (Staff Report#8582).
Discussion
The project includes demolition of the existing boardwalk, an approximately
850-foot long by 4-foot wide timber structure, and replacing it with a new,
Americans with Disabilities Act (ADA) compliant boardwalk of the same length
and on the same alignment as the existing boardwalk. The new boardwalk will
be five feet wide, and to adapt to climate change, will be at the same deck
elevation as the Interpretive Center. The new boardwalk structure will be
constructed of various types of timber materials to match the existing structure
style and character. With redwood railings and decking, and Alaskan Yellow
Cedar piles/posts and supports, the new boardwalk is expected to have a
lifespan of 50 to 75 years. There will be four intermediate overlooks and one
observation platform at the far end of the proposed boardwalk. Benches with
back and arm rests, bird-safe viewing glass panels, and sign rails to mount
interpretive signage (under a separate future contract) will be provided at the
intermediate overlooks and observation platform. Raptor perch deterrent rollers
will be attached on top of the railings. Metal and timber elements will be
painted or stained. Similar to the existing structure, the new boardwalk will have
lockable gates to provide access at the interface of the existing Pacific Gas and
Electric catwalk where it crosses the existing boardwalk, roughly at 400 feet
from the Interpretive Center.
The project required consultation with and permits from the following regulatory
agencies prior to construction. Staff has obtained all required permits for the
project.
United States Army Corps of Engineers (USACE) Section 404 Nationwide
Permit
California Regional Water Quality Control Board (RWQCB) Section 401
Water Quality Certification
City of Palo Alto Page 4
San Francisco Bay Conservation and Development Commission (BCDC)
permit
United States Fish and Wildlife Service (USFWS) endangered species
consultation
Following completion of the design and construction documents, the project was
advertised for bids in April 2018.
Bid Process and Analysis:
On April 24, 2018, an Invitation for Bids (IFB) for the Project was posted on the
City’s eProcurement Planet Bids System. The bidding period was 35 calendar days.
On May 22, 2018, bids were received from two qualified contractors as listed in
the attached Bid Summary (Attachment B). The table below includes a brief
summary of the bid process.
Summary of Bid Process
Bid Name/Number Baylands Boardwalk Improvements
Project/ IFB #171910
Proposed Length of Project 170 calendar days
Number of Bid Packages downloaded by
Builder’s Exchanges
9
Number of Bid Packages downloaded by
Contractors
19
Total Days to Respond to Bid 35 calendar days
Pre-Bid Meeting May 1, 2018
Number of Company Attendees at Pre-Bid
Meeting
6
Number of Bids Received 2
Base Bid Price Range $1,097,281 - $1,887,858
Bid Alternates Price Range $347,910 - $566,212
The engineer’s estimate for the project was $996,347 for the base bid and
$441,223 for the bid alternates.
The base bid prices from the bidders ranged from a high bid of $1,887,858 to a
low bid of $1,097,281, representing 89% above to 10% above the engineer’s
estimate of $996,347. The additive bid alternates prices from the bidders ranged
City of Palo Alto Page 5
from a high bid of $566,212 to a low bid of $347,910, representing 28% above to
21% below the engineer’s estimate of $441,223. The additive bid items were for
the use of stainless steel connectors, metal handrails, and Forest Stewardship
Council (FSC) certification of the Alaskan Yellow Cedar timber. These items were
suggested during the ARB and PRC review process. Staff is not recommending
proceeding with any of the additive bid items due to their added cost, because
the metal handrails were determined to interfere with required ADA clearances,
and because Vortex Marine Construction, Inc. has described potential longer lead
time for the FSC certified timber that could result in the project being delayed a
full year due to the narrow construction window.
Staff has reviewed all bids submitted and recommends the Base Bid totaling
$1,097,281 submitted by Vortex Marine Construction, Inc. be accepted, and
Vortex Marine Construction, Inc. be declared the lowest responsible bidder. The
construction contingency amount of $109,728, which equals ten percent of the
total contract, is requested for related, additional, but unforeseen work which
may develop during the project.
Staff checked references provided by the lowest responsible bidder, Vortex
Marine Construction, Inc. for other similar projects completed by the bidder. The
references described the bidder’s work performance on similar projects as
average. Staff also checked the contractor’s license with the Contractor’s State
License Board and confirmed that Vortex Marine Construction, Inc. has an active
and current license.
Resource Impact
Project
Costs
Prior
Years
Actuals
FY 2019
Proposed
Budget
Recommended
FY 2019
Adjustment
FY2019
Modified
Budget
Updated
Project
Total
Design $477,427 $477,427
Construction $1,000,000 $470,000 $1,470,000 $1,470,000
Salary &
Benefits
$301,810 $39,099 $80,000 $119,099 $420,909
Total $779,237 $1,039,099 $550,000 $1,589,099 $2,368,336
Staff requests Council amend the Fiscal Year 2019 Budget Appropriation for the
City of Palo Alto Page 6
Capital Improvement Fund by increasing the Capital Improvement Program
appropriation for the Baylands Boardwalk Improvements project (PE-14018) by
$550,000, with a majority of this funding ($470,000) transferred from the
Parkland Dedication Fee Fund to award the construction contract, add
construction administration services funding, and pay for miscellaneous expenses
such as testing, inspection, and printing services fees. The remaining $80,000 will
be shifted from the Salary and Benefits – Capital Improvement Fund CIP Project
(AS-10000) to fund additional staff costs related to PE-14018. These amendments
are contingent upon the adoption of the FY2019 proposed capital budget.
Although staff anticipated the need for a budget amendment based on the
engineer’s estimate for construction, the requested amendment is approximately
$320,000 greater than expected, because of the higher than estimated bid and an
additional amendment to the design services contract that will be brought for
Council approval in August for construction support. The estimated cost of
construction support is included in the requested budget amendment in this
memorandum. Regulatory agency permits for the project are requiring the daily
presence of a biologist during onsite work to avoid impacts to protected species ,
which has increased the cost of construction support.
Staff is recommending using Parkland Dedication Fee Funding to cover the
additional construction costs for the Baylands Boardwalk Improvements project;
however, if this funding is prioritized for this project then it will not be available
for other potential parks related capital needs. Other future projects that could
be paid for with this funding, which are identified as priorities in the Parks, Trails,
Natural Open Space and Recreation Master Plan, include:
Improvements to 10.5 acre site in Baylands
Improvements to 7.7 acre site in Foothills Park
Acquisition of new parkland
As an alternative, the 2014 Council Infrastructure Plan includes the Byxbee Park
Completion project (PE-18006) which has $2.4 million in Parkland Dedication Fee
funding to cover the costs of the project in FY 2019. This project currently does
not have a fully defined scope of work, so instead of reducing the Parkland
Dedication Fee Fund balance, $470,000 in funding assigned to the Byxbee Park
Completion project could be reprioritized to fund the Baylands Boardwalk
City of Palo Alto Page 7
Improvements project. If this alternative funding approach were taken,
additional funding could be needed for the Byxbee Park Completion project once
the scope is fully defined.
Timeline
The onsite construction for the project is limited to five months from September 1
through January 31 due to the regulatory requirements to avoid the bird nesting
season in the Baylands. Following Council approval of the contract, the contractor
may begin preparatory work such as ordering long lead time materials and
preparing submittals. Onsite construction is expected to begin in September 2018
and be completed by December 2018.
Staff plans to return to Council in August 2018 to amend the design contract with
Biggs Cardosa Associates to provide construction administration and biological
monitoring and reporting services which are required to fulfill the regulatory
requirements.
Policy Implications
The project is consistent with the Comprehensive Plan goals, policies, and
programs.
Goal N-1: Protect, conserve and enhance Palo Alto’s citywide system of
open space, including connected and accessible natural and urban habitats,
ecosystems and natural resources, providing a source of public health,
natural beauty and enjoyment for Palo Alto residents.
Policy N1.1: Preserve, protect and enhance public and private open space
and ecosystems of Palo Alto from the foothills to the baylands. Respect the
role that natural and landscaped areas within the urbanized part of the city
play in a resilient ecological continuum, as illustrated on Map N-1.
Policy N1.2: Maintain a network of parks and urban forest from the urban
center to the foothills and Baylands that provide ecological benefits and
access to nature for all residents.
City of Palo Alto Page 8
Policy N1.5: Preserve and protect the Bay, marshlands, salt ponds, sloughs,
creeks, and other natural water or wetland areas as open space,
functioning habitats, and elements of a larger, interconnected wildlife
corridor, consistent with the Baylands Master Plan, as periodically
amended, which is incorporated here by reference.
Environmental Review
Pursuant to CEQA, an Initial Study and Mitigated Negative Declaration (IS/MND)
was prepared and circulated for public review from September 15, 2017, to
October 16, 2017. The MND concluded that, with mitigation incorporated, the
project will have no significant environmental impacts. The IS/MND was adopted
by the Planning Director in November 2017 and may be viewed on the City
website.
Attachments:
Attachment A: Construction Contract
Attachment B: Bid Summary
Invitation for Bid (IFB) Package 1 Rev. March 17, 2017
CONSTRUCTION CONTRACT
CONSTRUCTION CONTRACT
Contract No. C19171910
City of Palo Alto
Baylands Boardwalk Replacement Project
Attachment A
Invitation for Bid (IFB) Package 2 Rev. March 17, 2017
CONSTRUCTION CONTRACT
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
SECTION 1 INCORPORATION OF RECITALS AND DEFINITIONS…………………………………….…………..6
1.1 Recitals…………………………………………………………………………………………………………………….6
1.2 Definitions……………………………………………………………………………………………………………….6
SECTION 2 THE PROJECT………………………………………………………………………………………………………...6
SECTION 3 THE CONTRACT DOCUMENTS………………………………………………………………………………..7
3.1 List of Documents…………………………………………………………………………………………….........7
3.2 Order of Precedence……………………………………………………………………………………………......7
SECTION 4 CONTRACTOR’S DUTY…………………………………………………………………………………………..8
4.1 Contractor's Duties…………………………………………………………………………………………………..8
SECTION 5 PROJECT TEAM……………………………………………………………………………………………………..8
5.1 Contractor's Co-operation………………………………………………………………………………………..8
SECTION 6 TIME OF COMPLETION…………………………………………………………………………………….......8
6.1 Time Is of Essence…………………………………………………………………………………………………….8
6.2 Commencement of Work…………………………………………………………………………………………8
6.3 Contract Time…………………………………………………………………………………………………………..8
6.4 Liquidated Damages…………………………………………………………………………………………………8
6.4.1 Other Remedies……………………………………………………………………………………………………..9
6.5 Adjustments to Contract Time………………………………………………………………………………….9
SECTION 7 COMPENSATION TO CONTRACTOR……………………………………………………………………….9
7.1 Contract Sum……………………………………………………………………………………………………………9
7.2 Full Compensation……………………………………………………………………………………………………9
SECTION 8 STANDARD OF CARE……………………………………………………………………………………………..9
8.1 Standard of Care…………………………………………………………………………………..…………………9
SECTION 9 INDEMNIFICATION…………………………………………………………………………………………..…10
9.1 Hold Harmless……………………………………………………………………………………………………….10
9.2 Survival…………………………………………………………………………………………………………………10
SECTION 10 NON-DISCRIMINATION……..………………………………………………………………………………10
10.1 Municipal Code Requirement…………….………………………………..……………………………….10
SECTION 11 INSURANCE AND BONDS.…………………………………………………………………………………10
Invitation for Bid (IFB) Package 3 Rev. March 17, 2017
CONSTRUCTION CONTRACT
11.1 Evidence of Coverage…………………………………………………………………………………………..10
SECTION 12 PROHIBITION AGAINST TRANSFERS…………………………………………………………….…11
12.1 Assignment………………………………………………………………………………………………………….11
12.2 Assignment by Law.………………………………………………………………………………………………11
SECTION 13 NOTICES …………………………………………………………………………………………………………….11
13.1 Method of Notice …………………………………………………………………………………………………11
13.2 Notice Recipents ………………………………………………………………………………………………….11
13.3 Change of Address……………………………………………………………………………………………….12
SECTION 14 DEFAULT…………………………………………………………………………………………………………...12
14.1 Notice of Default………………………………………………………………………………………………….12
14.2 Opportunity to Cure Default…………………………………………………………………………………12
SECTION 15 CITY'S RIGHTS AND REMEDIES…………………………………………………………………………..13
15.1 Remedies Upon Default……………………………………………………………………………………….13
15.1.1 Delete Certain Services…………………………………………………………………………………….13
15.1.2 Perform and Withhold……………………………………………………………………………………..13
15.1.3 Suspend The Construction Contract…………………………………………………………………13
15.1.4 Terminate the Construction Contract for Default………………………………………………13
15.1.5 Invoke the Performance Bond………………………………………………………………………….13
15.1.6 Additional Provisions……………………………………………………………………………………….13
15.2 Delays by Sureties……………………………………………………………………………………………….13
15.3 Damages to City…………………………………………………………………………………………………..14
15.3.1 For Contractor's Default…………………………………………………………………………………..14
15.3.2 Compensation for Losses…………………………………………………………………………………14
15.4 Suspension by City……………………………………………………………………………………………….14
15.4.1 Suspension for Convenience……………………………………………………………………………..14
15.4.2 Suspension for Cause………………………………………………………………………………………..14
15.5 Termination Without Cause…………………………………………………………………………………14
15.5.1 Compensation………………………………………………………………………………………………….15
15.5.2 Subcontractors………………………………………………………………………………………………..15
15.6 Contractor’s Duties Upon Termination………………………………………………………………...15
SECTION 16 CONTRACTOR'S RIGHTS AND REMEDIES……………………………………………………………16
16.1 Contractor’s Remedies……………………………………..………………………………..………………….16
Invitation for Bid (IFB) Package 4 Rev. March 17, 2017
CONSTRUCTION CONTRACT
16.1.1 For Work Stoppage……………………………………………………………………………………………16
16.1.2 For City's Non-Payment…………………………………………………………………………………….16
16.2 Damages to Contractor………………………………………………………………………………………..16
SECTION 17 ACCOUNTING RECORDS………………………………………………………………………………….…16
17.1 Financial Management and City Access………………………………………………………………..16
17.2 Compliance with City Requests…………………………………………………………………………….17
SECTION 18 INDEPENDENT PARTIES……………………………………………………………………………………..17
18.1 Status of Parties……………………………………………………………………………………………………17
SECTION 19 NUISANCE……………………………………………………………………………………………………….…17
19.1 Nuisance Prohibited……………………………………………………………………………………………..17
SECTION 20 PERMITS AND LICENSES…………………………………………………………………………………….17
20.1 Payment of Fees…………………………………………………………………………………………………..17
SECTION 21 WAIVER…………………………………………………………………………………………………………….17
21.1 Waiver………………………………………………………………………………………………………………….17
SECTION 22 GOVERNING LAW AND VENUE; COMPLIANCE WITH LAWS……………………………….18
22.1 Governing Law…………………………………………………………………………………………………….18
22.2 Compliance with Laws…………………………………………………………………………………………18
22.2.1 Palo Alto Minimum Wage Ordinance…………….………………………………………………….18
SECTION 23 COMPLETE AGREEMENT……………………………………………………………………………………18
23.1 Integration………………………………………………………………………………………………………….18
SECTION 24 SURVIVAL OF CONTRACT…………………………………………………………………………………..18
24.1 Survival of Provisions……………………………………………………………………………………………18
SECTION 25 PREVAILING WAGES………………………………………………………………………………………….18
SECTION 26 NON-APPROPRIATION……………………………………………………………………………………….19
26.1 Appropriation………………………………………………………………………………………………………19
SECTION 27 AUTHORITY……………………………………………………………………………………………………….19
27.1 Representation of Parties…………………………………………………………………………………….19
SECTION 28 COUNTERPARTS………………………………………………………………………………………………..19
28.1 Multiple Counterparts………………………………………………………………………………………….19
SECTION 29 SEVERABILITY……………………………………………………………………………………………………19
29.1 Severability………………………………………………………………………………………………………….19
SECTION 30 STATUTORY AND REGULATORY REFERENCES …………………………………………………..19
Invitation for Bid (IFB) Package 5 Rev. March 17, 2017
CONSTRUCTION CONTRACT
30.1 Amendments of Laws…………………………………………………………………………………………..19
SECTION 31 WORKERS’ COMPENSATION CERTIFICATION………………………………………………….….19
31.1 Workers Compensation…………………………………………………………………………………….19
SECTION 32 DIR REGISTRATION AND OTHER SB 854 REQUIREMENTS………………………………..…20
32.1 General Notice to Contractor…………………………………………………………………………….20
32.2 Labor Code section 1771.1(a)…………………………………………………………………………….20
32.3 DIR Registration Required…………………………………………………………………………………20
32.4 Posting of Job Site Notices…………………………………………………………………………………20
32.5 Payroll Records…………………………………………………………………………………………………20
Invitation for Bid (IFB) Package 6 Rev. March 17, 2017
CONSTRUCTION CONTRACT
CONSTRUCTION CONTRACT
THIS CONSTRUCTION CONTRACT entered into on June 25, 2018 (“Execution Date”) by and between the
CITY OF PALO ALTO, a California chartered municipal corporation ("City"), and Vortex Marine Construction,
Inc. ("Contractor"), is made with reference to the following:
R E C I T A L S:
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 649452 and Department of Industrial Relations Registration Number
1000005552. 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 April 24, 2018, City issued an Invitation for Bids (IFB) to contractors for the Baylands Boardwalk
Replacement (“Project”). 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 Contract 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 Baylands Boardwalk Replacement Project, located at 2775 Embarcadero Road, Palo Alto,
CA 94303 ("Project").
Invitation for Bid (IFB) Package 7 Rev. March 17, 2017
CONSTRUCTION CONTRACT
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 Orders
3) Contract
4) Bidding Addenda
5) Special Provisions
6) General Conditions
7) Project Plans and Drawings
8) Technical Specifications
9) Instructions to Bidders
10) Invitation for Bids
11) Contractor's Bid/Non-Collusion Declaration
12) Reports listed in the Contract Documents
13) Public Works Department’s Standard Drawings and Specifications (most current version at
time of Bid)
14) Utilities Department’s Water, Gas, Wastewater, Electric Utilities Standards (most current
version at time of Bid)
15) City of Palo Alto Traffic Control Requirements
16) City of Palo Alto Truck Route Map and Regulations
17) Notice Inviting Pre-Qualification Statements, Pre-Qualification Statement, and Pre-
Qualification Checklist (if applicable)
18) Performance and Payment Bonds
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.
Invitation for Bid (IFB) Package 8 Rev. March 17, 2017
CONSTRUCTION CONTRACT
SECTION 4 CONTRACTOR’S DUTY.
4.1 Contractor’s Duties
Contractor agrees to perform all of the Work required for the Project, as specified in the Contract
Documents, all of which are fully incorporated herein. Contractor shall provide, furnish, and supply all
things necessary and incidental for the timely performance and completion of the Work, including, but not
limited to, provision of all necessary labor, materials, equipment, transportation, and utilities, unless
otherwise specified in the Contract Documents. Contractor also agrees to use its best efforts to complete
the Work in a professional and expeditious manner and to meet or exceed the performance standards
required by the Contract Documents.
SECTION 5 PROJECT TEAM.
5.1 Contractor’s Co-operation.
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 Contract
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.
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 o n the date specified on the City’s Notice to Proceed and shall be completed
not later than .
Within One Hundred Seventy calendar days (170) after the commencement date
specified in City’s Notice to Proceed.
By executing this Construction Contract, Contractor expressly waives any claim for delayed early
completion.
6.4 Liquidated Damages.
Pursuant to Government Code Section 53069.85, if Contractor fails to achieve Substantial Completion of
the entire Work within the Contract Time, including any approved extensions thereto, City may assess
liquidated damages on a daily basis for each day of Unexcused Delay in achieving Substantial Completion,
based on the amount of Five Hundred dollars ($500) per day, or as otherwise specified in the Special
Provisions. Liquidated damages may also be separately assessed for failure to meet milestones specified
elsewhere in the Contract Documents, regardless of impact on the time for achieving Substantial
Completion. The assessment of liquidated damages 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. The City is entitled
to setoff the amount of liquidated damages assessed against any payments otherwise due to Contractor,
Invitation for Bid (IFB) Package 9 Rev. March 17, 2017
CONSTRUCTION CONTRACT
including, but not limited to, setoff against release of retention. If the total amount of liquidated damages
assessed exceeds the amount of unreleased retention, City is entitled to recover the balance from
Contractor or its sureties. Occupancy or use of the Project in whole or in part prior to Substantial
Completion, shall not operate as a waiver of City’s right to assess liquidated damages.
6.4.1 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 memorialized in a
Change Order approved in accordance with the requirements of the Contract Documents.
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 Ninety Seven Thousand Two Hundred Eighty One Dollars
($1,097,281.00).
[This amount includes the Base Bid and Additive 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 cover 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, except as expressly provided herein. The Contract Sum may only be adjusted
for Change Orders approved in accordance with the requirements of the Contract Documents.
SECTION 8 STANDARD OF CARE.
8.1 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.
Invitation for Bid (IFB) Package 10 Rev. March 17, 2017
CONSTRUCTION CONTRACT
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
individually referred to as an “Indemnitee” and collectively referred to as "Indemnitees"), through legal
counsel acceptable to City, from and against any and liability, loss, damage, claims, expenses (including,
without limitation, attorney fees, expert witness fees, paralegal fees, and fees and costs of litigation or
arbitration) (collectively, “Liability”) of every nature arising out of or in connection with the acts or
omissions of Contractor, its employees, Subcontractors, representatives, or agents, in performing the Work
or its failure to comply with any of its obligations under the Contract, except such Liability caused by the
active negligence, sole negligence, or willful misconduct of an Indemnitee. Contractor shall pay City for any
costs City incurs to enforce this provision. Except as provided in Section 9.2 below, 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.
Pursuant to Public Contract Code Section 9201, City shall timely notify Contractor upon receipt of
any third-party claim relating to the Contract.
9.2 Survival.
The provisions of Section 9 shall survive the termination of this Construction Contract.
SECTION 10 NON-DISCRIMINATION.
10.1 Municipal Code Requirement.
As set forth 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.
11.1 Evidence of coverage.
Within ten (10) business days following issuance of the Notice of Award, Contractor shall provide City with
evidence that it has obtained insurance and shall submit Performance and Payment Bonds satisfying all
requirements in Article 11 of the General Conditions.
Invitation for Bid (IFB) Package 11 Rev. March 17, 2017
CONSTRUCTION CONTRACT
SECTION 12 PROHIBITION AGAINST TRANSFERS.
12.1 Assignment.
City is entering into this Construction Contract in reliance 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, and shall be deemed a substantial breach of contract
and grounds for default in addition to any other legal or equitable remedy available to the City.
12.2 Assignment by Law.
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 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
(v) On the date it is accepted or rejected if sent by certified mail.
13.2 Notice to Recipients.
All notices, demands or requests (including, without limitation, Change Order Requests and 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: City of Palo Alto
Public Works Administration
250 Hamilton Avenue
Palo Alto, CA 94301
Attn: Elizabeth Ames
AND
[Include Construction Manager, If Applicable.]
Invitation for Bid (IFB) Package 12 Rev. March 17, 2017
CONSTRUCTION CONTRACT
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
All Claims shall be sent by registered mail or certified mail with return receipt requested.
All notices, demands, requests or approvals from City to Contractor shall be addressed to:
Vortex Marine Construction, Inc.
1 Martine Way
Antioch, CA 94509
Attn: Blaise Fettig
13.3 Change of Address.
In advance of any change of address, Contractor shall notify City 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 DEFAULT.
14.1 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, with a copy to Contractor’s performance bond surety.
14.2 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.
Invitation for Bid (IFB) Package 13 Rev. March 17, 2017
CONSTRUCTION CONTRACT
SECTION 15 CITY'S RIGHTS AND REMEDIES.
15.1 Remedies Upon Default.
If Contractor fails to cure any default of this Construction Contract within the time period set forth above
in Section 14, then City may pursue any remedies available under law or equity, including, without
limitation, the following:
15.1.1 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.
15.1.2 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.
15.1.3 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.
15.1.4 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 14. 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.
15.1.5 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.
15.1.6 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 terminating 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.
15.2 Delays by Sureties.
Time being of the essence in the performance of the Work, if Contractor’s surety fails to arrange for
completion of the Work in accordance with the Performance Bond, within seven (7) calendar days from the
date of the notice of termination, Contractor’s surety shall be deemed to have waived its right to complete
the Work under the Contract, and City may immediately make arrangements for the completion of the
Work through use of its own forces, by hiring a replacement contractor, or by any other means that City
determines advisable under the circumstances. Contractor and its surety shall be jointly and severally
Invitation for Bid (IFB) Package 14 Rev. March 17, 2017
CONSTRUCTION CONTRACT
liable for any additional cost incurred by City to complete the Work following termination. In addition, City
shall have the right to use any materials, supplies, and equipment belonging to Contractor and located at
the Worksite for the purposes of completing the remaining Work.
15.3 Damages to City.
15.3.1 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.
15.3.2 Compensation for Losses. In the event that City's Losses arise from Contractor’s default
under the Contract Documents, City shall be entitled to deduct the cost of such Losses from
monies otherwise payable to Contractor. If the Losses incurred by City exceed the amount
payable, Contractor shall be liable to City for the difference and shall promptly remit same to City.
15.4 Suspension by City
15.4.1 Suspension 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.
15.4.2 Suspension for Cause. In addition to all other remedies available to City, if Contractor
fails to perform or correct work in accordance with the Contract Documents, City may
immediately order the Work, or any portion thereof, suspended until the cause for the suspension
has been eliminated to City’s satisfaction. Contractor shall not be e ntitled to an increase in
Contract Time or Contract Price for a suspension occasioned by Contractor’s failure to comply
with the Contract Documents. City’s right to suspend the Work shall not give rise to a duty to
suspend the Work, and City’s failure to suspend the Work shall not constitute a defense to
Contractor’s failure to comply with the requirements of the Contract Documents.
15.5 Termination Without Cause.
City may, at its sole discretion and without cause, terminate this Construction Contract in part or in whole
upon written notice to Contractor. Upon receipt of such notice, Contractor shall, at City’s expense, comply
with the notice and take all reasonable steps to minimize costs to close out and demobilize. The
compensation allowed under this Paragraph 15.5 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.
Termination pursuant to this provision does not relieve Contractor or its sureties from any of their
obligations for Losses arising from or related to the Work performed by Contractor.
Invitation for Bid (IFB) Package 15 Rev. March 17, 2017
CONSTRUCTION CONTRACT
15.5.1 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 15.5.1, 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:
(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.
.4 Profit Allowance. An allowance for profit calculated as four percent (4%) of the sum of
the above items, provided Contractor can prove a likelihood that it would have made a profit if
the Construction Contract had not been terminated.
15.5.2 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.
15.6 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.
Upon termination, whether for cause or for convenience, the provisions of the Contract
Documents remain in effect as to any Claim, indemnity obligation, warranties, guarantees,
Invitation for Bid (IFB) Package 16 Rev. March 17, 2017
CONSTRUCTION CONTRACT
submittals of as-built drawings, instructions, or manuals, or other such rights and obligations
arising prior to the termination date.
SECTION 16 CONTRACTOR'S RIGHTS AND REMEDIES.
16.1 Contractor’s Remedies.
Contractor may terminate this Construction Contract only upon the occurrence of one of the following:
16.1.1 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.
16.1.2 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.
16.2 Damages to Contractor.
In the event of termination for cause by Contractor, City shall pay Contractor the sums provided for in
Paragraph 15.5.1 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 17 ACCOUNTING RECORDS.
17.1 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.
Invitation for Bid (IFB) Package 17 Rev. March 17, 2017
CONSTRUCTION CONTRACT
17.2 Compliance with City Requests.
Contractor's compliance with any request by City pursuant to this Section 17 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 17.1 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 18 INDEPENDENT PARTIES.
18.1 Status of parties.
Each party is acting in its independent capacity and not as agents, employees, partners, or joint ventures’
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.
SECTION 19 NUISANCE.
19.1 Nuisance Prohibited.
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 20 PERMITS AND LICENSES.
20.1 Payment of Fees.
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 21 WAIVER.
21.1 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.
Invitation for Bid (IFB) Package 18 Rev. March 17, 2017
CONSTRUCTION CONTRACT
SECTION 22 GOVERNING LAW AND VENUE; COMPLIANCE WITH LAWS.
22.1 Governing Law.
This Construction Contract shall be construed in accordance with and governed by the laws of the State of
California, and venue shall be in a court of competent jurisdiction in the County of Santa Clara, and no
other place.
22.2 Compliance with Laws.
Contractor shall comply with all applicable federal and California laws and city laws, including, without
limitation, ordinances and resolutions, in the performance of work under this Construction Contract.
22.2.1 Palo Alto Minimum Wage Ordinance. Contractor shall comply with all requirements of
the Palo Alto Municipal Code Chapter 4.62 (Citywide Minimum Wage), as it may be amended from
time to time. In particular, for any employee otherwise entitled to the State minimum wage, who
performs at least two (2) hours of work in a calendar week within the geographic boundaries of
the City, Contractor shall pay such employees no less than the minimum wage set forth in Palo
Alto Municipal Code section 4.62.030 for each hour worked within the geographic boundaries of
the City of Palo Alto. In addition, Contractor shall post notices regarding the Palo Alto Minimum
Wage Ordinance in accordance with Palo Alto Municipal Code section 4.62.060.
SECTION 23 COMPLETE AGREEMENT.
23.1 Integration.
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 24 SURVIVAL OF CONTRACT.
24.1 Survival of Provisions.
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 25 PREVAILING WAGES.
This Project is not subject to prevailing wages. Contractor is not required to pay prevailing wages in the
performance and implementation of the Project in accordance with SB 7, if the public works contract does
not include a project of $25,000 or less, when the project is for construction work, or the contract does not
include a project of $15,000 or less, when the project is for alteration , demolition, repair, or maintenance
(collectively, ‘improvement’) work.
Or
Contractor is required to pay general prevailing wages as defined in Subchapter 3, Title 8 of the
California Code of Regulations and Section 16000 et seq. and Section 1773.1 of the California Labor Code.
Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the City Council has
obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work
Invitation for Bid (IFB) Package 19 Rev. March 17, 2017
CONSTRUCTION CONTRACT
in this locality for each craft, classification, or type of worker needed to execute the contract for this
Project from the Director of the Department of Industrial Relations (“DIR”). Copies of these rates may be
obtained at the Purchasing Division’s office of the City of Palo Alto. Contractor shall provide a copy of
prevailing wage rates to any staff or subcontractor hired, and shall pay the adopted prevailing wage rates
as a minimum. Contractor shall comply with the provisions of all sections, including, but not limited to,
Sections 1775, 1776, 1777.5, 1782, 1810, and 1813, of the Labor Code pertaining to prevailing wages.
SECTION 26 NON-APPROPRIATION.
26.1 Appropriations.
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.
SECTION 27 AUTHORITY.
27.1 Representation of Parties.
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 28 COUNTERPARTS
28.1 Multiple Counterparts.
This Agreement may be signed in multiple counterparts, which shall, when executed by all the parties,
constitute a single binding agreement.
SECTION 29 SEVERABILITY.
29.1 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.
SECTION 30 STATUTORY AND REGULATORY REFERENCES.
30.1 Amendments to Laws.
With respect to any amendments to any statutes or regulations referenced in these Contract Documents,
the reference is deemed to be the version in effect on the date that the Contract was awarded by City,
unless otherwise required by law.
SECTION 31 WORKERS’ COMPENSATION CERTIFICATION.
31.1 Workers Compensation.
Pursuant to Labor Code Section 1861, by signing this Contract, Contractor certifies as follows:
Invitation for Bid (IFB) Package 20 Rev. March 17, 2017
CONSTRUCTION CONTRACT
“I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be
insured against liability for workers’ compensation or to undertake self-insurance in accordance with the
provisions of that code, and I will comply with such provisions before commencing the performance of the
Work on this Contract.”
SECTION 32 DIR REGISTRATION AND OTHER SB 854 REQUIREMENTS.
32.1 General Notice to Contractor.
City requires Contractor and its listed subcontractors to comply with the requirements of SB 854.
32.2 Labor Code section 1771.1(a)
City provides notice to Contractor of the requirements of California Labor Code section 1771.1(a), which
reads:
“A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the
requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract
for public work, as defined in this chapter, unless currently registered and qualified to perform public work
pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a
bid that is authorized by Section 7029.1 of the Business and Professions Code or Section 10164 or 20103.5
of the Public Contract Code, provided the contactor is registered to perform public work pursuant to
Section 1725.5 at the time the contract is awarded.”
32.3 DIR Registration Required.
City will not accept a bid proposal from or enter into this Construction Contract with Contractor without
proof that Contractor and its listed subcontractors are registered with the California Department of
Industrial Relations (“DIR”) to perform public work, subject to limited exceptions.
32.4 Posting of Job Site Notices.
City gives notice to Contractor and its listed subcontractors that Contractor is required to post all job site
notices prescribed by law or regulation and Contractor is subject to SB 854-compliance monitoring and
enforcement by DIR.
32.5 Payroll Records.
City requires Contractor and its listed subcontractors to comply with the requirements of Labor Code
section 1776, including:
(i) Keep accurate payroll records, showing the name, address, social security
number, work classification, straight time and overtime hours worked each day
and week, and the actual per diem wages paid to each journeyman, apprentice,
worker, or other employee employed by, respectively, Contractor and its listed
subcontractors, in connection with the Project.
(ii) The payroll records shall be verified as true and correct and shall be certified
and made available for inspection at all reasonable hours at the principal office
of Contractor and its listed subcontractors, respectively.
Invitation for Bid (IFB) Package 21 Rev. March 17, 2017
CONSTRUCTION CONTRACT
(iii) At the request of City, acting by its project manager, Contractor and its listed
subcontractors shall make the certified payroll records available for inspection
or furnished upon request to the project manager within ten (10) days of receipt
of City’s request.
City requests Contractor and its listed subcontractors to submit the certified
payroll records to the project manager at the end of each week during the
Project.
(iv) If the certified payroll records are not produced to the project manager within
the 10-day period, then Contractor and its listed subcontractors shall be subject
to a penalty of one hundred dollars ($100.00) per calendar day, or portion
thereof, for each worker, and City shall withhold the sum total of penalties from
the progress payment(s) then due and payable to Contractor. This provision
supplements the provisions of Section 15 hereof.
(v) Inform the project manager of the location of contractor’s and its listed
subcontractors’ payroll records (street address, city and county) at the
commencement of the Project, and also provide notice to the project manager
within five (5) business days of any change of location of those payroll records.
IN WITNESS WHEREOF, the parties have caused this Construction Contract to be executed the
date and year first above written.
CITY OF PALO ALTO
____________________________
Purchasing Manager
City Manager
APPROVED AS TO FORM:
____________________________
City Attorney or designee
APPROVED:
____________________________
Public Works Director
CONTRACTOR
Officer 1
By:___________________________
Name:________________________
Title:__________________________
Date: _________________________
Officer 2
By:____________________________
Name:_________________________
Title:___________________________
Date:____________________________
Project: Baylands Boardwalk Improvements Project (PE‐14018)ATTACHMENT B
IFB Issue Date: April 24, 2018
Bid Opening Date: May 22, 2018
Bid Summary
Unit Price Total Item Price Unit Price Total Item Price Unit Price Total Item Price
001 1 Lump Sum Project Management, Coordination and Closeout 15,000.00$ 15,000.00$ $ 40,000.00 $ 40,000.00 $ 411,570.00 $ 411,570.00
002 1 Lump Sum Temporary Construction and Controls 20,000.00$ 20,000.00$ $ 12,000.00 $ 12,000.00 $ 2,121.00 $ 2,121.00
003 1 Lump Sum Exclusion Fence 15,000.00$ 15,000.00$ $ 2,000.00 $ 2,000.00 $ 8,985.00 $ 8,985.00
004 185 Linear Feet Temporary Access Marsh Mat 66.00$ 12,210.00$ $ 125.00 $ 23,125.00 $ 195.00 $ 36,075.00
005 1 Lump Sum Mobilization and Demobilization 99,269.00$ 99,269.00$ $ 187,000.00 $ 187,000.00 $ 55,337.00 $ 55,337.00
006 1 Lump Sum Water Quality and Spill Prevention 15,000.00$ 15,000.00$ $ 5,000.00 $ 5,000.00 $ 4,628.00 $ 4,628.00
007 1 Lump Sum Demolition and Removal 55,000.00$ 55,000.00$ $ 109,000.00 $ 109,000.00 $ 267,061.00 $ 267,061.00
008 3,712 Linear Feet Furnish 4x4 piles/posts 15.40$ 57,164.80$ $ 3.50 $ 12,992.00 $ 6.50 $ 24,128.00
009 1,475 Linear Feet Furnish 4x6 piles/posts 22.00$ 32,450.00$ $ 6.50 $ 9,587.50 $ 12.00 $ 17,700.00
010 116 Each Install 4x4 piles/posts 242.00$ 28,072.00$ $ 900.00 $ 104,400.00 $ 1,273.00 $ 147,668.00
011 43 Each Install 4x6 piles/posts 385.00$ 16,555.00$ $ 980.00 $ 42,140.00 $ 1,029.00 $ 44,247.00
012 1,254 Linear Feet Furnish and install 3x12 Bent Cap 35.20$ 44,140.80$ $ 34.00 $ 42,636.00 $ 50.00 $ 62,700.00
013 2,829 Linear Feet Furnish and install 3x12 Joists 35.20$ 99,580.80$ $ 34.00 $ 96,186.00 $ 29.00 $ 82,041.00
014 10 Linear Feet Furnish and install 3x12 Ledger 35.20$ 352.00$ $ 34.00 $ 340.00 $ 90.00 $ 900.00
015 883 Linear Feet Furnish and install 3x10 Blocking 26.40$ 23,311.20$ $ 26.00 $ 22,958.00 $ 35.00 $ 30,905.00
016 1,340 Linear Feet Furnish and install 2x6 Bracing (Trans)6.60$ 8,844.00$ $ 10.00 $ 13,400.00 $ 30.00 $ 40,200.00
017 1,248 Linear Feet Furnish and install 2x6 Bracing (Long)6.60$ 8,236.80$ $ 10.00 $ 12,480.00 $ 20.00 $ 24,960.00
018 158 Linear Feet Furnish and install 2x12 Shim Plates 16.50$ 2,607.00$ $ 23.00 $ 3,634.00 $ 95.00 $ 15,010.00
019 2,146 Linear Feet Furnish and install 4x4 Railing Posts 11.00$ 23,606.00$ $ 14.00 $ 30,044.00 $ 15.25 $ 32,726.50
020 4,803 Square Feet Furnish and install 2x6 Decking 8.80$ 42,266.40$ $ 13.00 $ 62,439.00 $ 25.40 $ 121,996.20
021 1,782 Linear Feet Furnish and install 2x6 Rub Rail 6.60$ 11,761.20$ $ 9.00 $ 16,038.00 $ 10.00 $ 17,820.00
022 1,782 Linear Feet Furnish and install 2x6 Cap 6.60$ 11,761.20$ $ 9.00 $ 16,038.00 $ 15.00 $ 26,730.00
023 186 Linear Feet Furnish and install 2x8 Sign Railing 8.25$ 1,534.50$ $ 14.00 $ 2,604.00 $ 24.00 $ 4,464.00
024 1,782 Linear Feet Furnish and install Railing Panels 52.80$ 94,089.60$ $ 50.00 $ 89,100.00 $ 86.40 $ 153,964.80
025 2 Each Furnish and install Timber Gate and Hardware 440.00$ 880.00$ $ 1,200.00 $ 2,400.00 $ 1,263.00 $ 2,526.00
026 1,782 Linear Feet Furnish and install Raptor Deterrent Rollers 19.80$ 35,283.60$ $ 18.00 $ 32,076.00 $ 30.00 $ 53,460.00
027 4,262 Pound Furnish and install Miscellaneous Metal, Galvanized 8.80$ 37,505.60$ $ 8.00 $ 34,096.00 $ 5.00 $ 21,310.00
028 502 Each Wood Construction Connectors – Hangars 41.25$ 20,707.50$ $ 25.00 $ 12,550.00 $ 55.00 $ 27,610.00
029 309 Each Wood Construction Connectors – Holdowns 30.80$ 9,517.20$ $ 17.00 $ 5,253.00 $ 35.00 $ 10,815.00
030 2,520 Each Wood Construction Connectors – Framing Clips 0.77$ 1,940.40$ $ 0.70 $ 1,764.00 $ 9.60 $ 24,192.00
031 5 Each Furnish and install Glass Guardrail Panels 3,300.00$ 16,500.00$ $ 1,900.00 $ 9,500.00 $ 12,736.00 $ 63,680.00
032 1 Lump Sum Painting and Coating 88,000.00$ 88,000.00$ $ 23,000.00 $ 23,000.00 $ 23,250.00 $ 23,250.00
033 6 Each Furnish and install Timber Bench 2,200.00$ 13,200.00$ $ 1,500.00 $ 9,000.00 $ 971.00 $ 5,826.00
034 1 Lump Sum Survey Verification and Construction Staking 20,000.00$ 20,000.00$ $ 10,000.00 $ 10,000.00 $ 11,838.00 $ 11,838.00
035 1 Lump Sum Vegetation Removal 15,000.00$ 15,000.00$ $ 2,500.00 $ 2,500.00 $ 9,413.00 $ 9,413.00
$ 996,346.60 $ 1,097,280.50 $ 1,887,857.50
Alt 001 2,520 Each Stainless Steel Connectors – Framing Clips
3.25$ 8,190.00$ $ 2.50 $ 6,300.00 $ 28.40 $ 71,568.00
Alt 002 502 Each Stainless Steel Connectors – Hangars
90.00$ 45,180.00$ $ 70.00 $ 35,140.00 $ 87.65 $ 44,000.30
Alt 003 1,782 Linear Feet Metal Handrail
55.00$ 98,010.00$ $ 19.00 $ 33,858.00 $ 62.40 $ 111,196.80
Alt 004 3,712 Linear Feet Furnish 4x4 Post/Pile, FSC Certified Alaskan Yellow
Cedar
16.00$ 59,392.00$ $ 8.00 $ 29,696.00 $ 7.25 $ 26,912.00
Alt 005 1,475 Linear Feet Furnish 4x6 Post/Pile, FSC Certified Alaskan Yellow
Cedar
23.00$ 33,925.00$ $ 12.00 $ 17,700.00 $ 11.30 $ 16,667.50
Alt 006 1,254 Linear Feet Furnish and install 3x12 Bent Cap, FSC Certified
Alaskan Yellow Cedar
37.00$ 46,398.00$ $ 40.00 $ 50,160.00 $ 57.15 $ 71,666.10
Alt 007 2,829 Linear Feet Furnish and install 3x12 Joist, FSC Certified Alaskan
Yellow Cedar
37.00$ 104,673.00$ $ 40.00 $ 113,160.00 $ 30.40 $ 86,001.60
Alt 008 10 Linear Feet Furnish and install 3x12 Ledger, FSC Certified
Alaskan Yellow Cedar
37.00$ 370.00$ $ 40.00 $ 400.00 $ 88.70 $ 887.00
Alt 009 883 Linear Feet Furnish and install 3x10 Blocking, FSC Certified
Alaskan Yellow Cedar
27.50$ 24,282.50$ $ 30.00 $ 26,490.00 $ 56.70 $ 50,066.10
Alt 010 1,340 Linear Feet Furnish and install 2x6 Bracing (Trans), FSC Certified
Alaskan Yellow Cedar
7.00$ 9,380.00$ $ 12.00 $ 16,080.00 $ 26.70 $ 35,778.00
Alt 011 1,248 Linear Feet Furnish and install 2x6 Bracing (Long), FSC Certified
Alaskan Yellow Cedar
7.00$ 8,736.00$ $ 12.00 $ 14,976.00 $ 21.20 $ 26,457.60
Alt 012 158 Linear Feet Furnish and install 2x12 Shim Plates, FSC Certified
Alaskan Yellow Cedar
17.00$ 2,686.00$ $ 25.00 $ 3,950.00 $ 158.30 $ 25,011.40
441,222.50$ 347,910.00$ 566,212.40$
Vortex Marine Construction, Inc. R.E. Staite Engineering, Inc.Engineer's Estimate
Bid Item Approx.
Quantity Unit Description
Total Base Bid (Items 001 to 035)
Total Bid Alternate (items 001 to Alt 012)
Base Bid
Bid Alternates