Loading...
HomeMy WebLinkAboutStaff Report 268-05Aside from the water conserving irrigation system, the project includes other elements consistent with Palo Alto's Green Building Policy. These include using recycled waste tires, wood waste products, organic versus copolymer vinyl pathway binding agents, and recycled steel. The project also includes volunteer efforts, coordinated with Canopy and Friends ofthe Parks. DISCUSSION Bids for construction of the Juana Briones Park renovation I were opened. on April 26, 2005. Since poor drainage has been observed on the existing pathways, the new pathways will consist of 2 inches of decomposed granite on 4 inches of base rock with a 2% cross slope adding positive drainage to prevent water ponding. Three add/alternate items are included in the Juana Briones Park Improvements project since the base bid submitted by the low bidding contractor is below the contract funds available with these alternates. The add/alternates will allow for: • short length of pathway to complete a jogging loop • an additional piece of play equipment in the school age play area • replacing the existing trashcans and bike rack, and installation of two additional benches S fBOd P ummarvo I rocess Bid NamelNumber 109134 Juan Briones Park Improvements Project Proposed Length of Project 120 days Number of Bids Mailed to 13 Contractors Number of Bids Mailed to Builder's 8 Exchanges Total Days to Respond to Bid 28 Pre-Bid Meeting? Yes Number of Company Attendees at 7 Pre-Bid Meeting Number of Bids Received: 5* Bid Price Range , From a low of $564,779 to a high of$718,996 *BId summary provIded 10 Attachment C Staff has reviewed all bids submitted and recommends that the low bid of $ 597,608 for the base bid items with add alternate items B1, B4, and B6, submitted by Del Conte's Landscaping, Inc. be accepted and that Del Conte's Landscaping, Inc. be declared the lowest responsible bidder. The bid is 1% percent below the staff estimate of $603,468. The change order amount of $53, 785 (equaling 9 percent of the total contract) is requested to resolve unforeseen problems and/or conflicts that arise during the construction period. The project is expected to commence construction in June 2005, and is to be completed with 120 days to avoid the possibility of rain delays. Because of this time constraint, this project was not included in the 2005-06 proposed budget. Staff confirmed with the Contractor's State License Board that the contractor has an active license on file. Staff checked references supplied by the contractor for previous work performed and found no significant complaints. CMR:268:05 Page 2 00 ; FORMAL CONTRACT SECTION 500 Contract. 6. Indemnification. Contractor agrees to protect, defend, indemnify and.hold City, its Council members, officers, employees, agents and representatives harmless from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments, arising, in whole or in part, directly or indirectly, at any time from any injury to or death of persons or dam;:3ge to property as a result of the willful acts or the negligent acts or omissions of Contractor, or which results from Contractor's noncompliance with any Law respecting the condition, use, occupation or safety of the Project site, or any part thereof, or which arises from Contractor's failure to do anything required under this Contract or for doing anything which Contractor is required not to do under this Contract, or which arises from conduct for which any Law may impose strict liability on Contractor in the performance of or failure to perform the provisions of this Contract, except as may arise from the sole willful acts or negligent acts or omissions of City or any of its Council members, officers, employees, agents or representatives. This indemnification shall extend to any and all claims, demands, or liens made or filed by reason of any work performed by Contractor under this Contract at any time during the term of this Contract, or arising thereafter. To the extent Contractor will use hazardous materials in connection with the execution of its obligations under this Contract, Contractor further expressly agrees to protect, indemnify, hold harmless and defend City, its City Council members, officers and employees from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments City may incur, arising, in whole or in part, in connection with or as a result of Contractor's willful acts or negligent acts or omissions under this Contract, under the Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C. 339601-6975, as amended); the Resource Conservation and Recovery Act (42 U.S.C. 336901-6992k, as amended); the Toxic Substances Control Act (15 U.S.C. 332601-2692, as amended); the Carpenter-Presley-Tanner Hazardous Substance Account Act (Health & Safety Code, 3325300-25395, as amended); the Hazardous Waste Control Law (Health & Safety Code, 3325100-25250.25, as amended); the Safe Drinking Water and Toxic Enforcement Act (Health & Safety Code, 3325249.5-25249.13, as amended); the Underground Storage of Hazardous Substances Act (Health & Safety Code, 3325280-25299.7, as amended); or under any other local, state or federal law, statute or ordinance, or at common law. 7. Assumption of Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or injury to the property of Contractor which may occur in, on, or about the Project site at any time and in any manner, excepting such loss, injury, or damage as may be caused by the sole willful act or negligent act or omission of City or any of its Council members, officers, employees, agents or representatives. 8. Waiver. The acceptance of any payment or performance, or any part thereof, shall not operate· as a waiver by City of its rights under this Contract. A waiver by City of any breach of any part or provision of this Contract by Contractor shall not operate as a waiver or continuing waiver of any subsequent breach of the same or any other provision, nor shall any custom or practice which may arise between the parties in the administration of any part or provision of this Contract be construed to waive or to lessen the right of City to insist upon the performance of Contractor in strict compliance with the covenants, terms and conditions of this Contract. 9. No Exoneration By Inspection: The City has the right, but not the duty, to inspect Contractor's Work. The right of inspection is solely for the benefit of City. Contractor has the obligation to complete the Work in a satisfactory manner in compliance with Contract requirements. The presence of a City inspector does not shift that obligation to the City or relieve Contractor from its obligations to complete the Work in a satisfactory manner in compliance with the Contract requirements. 10. Compliance with Laws. Contractor shall comply with all Laws now in force or which may hereafter be in force pertaining to the Project and Work and this Contract, with the requirement of any bond or fire underwriters or other similar body now or hereafter constituted, with any discretionary license or permit issued pursuant to any Law of any public agency or official as well as with any provision of all recorded documents affecting the Project site, insofar as any are required by reason of the use or occupancy of the Project site, and with all Laws . pertaining to nondiscrimination in employment and hazardous materials. 11. Bonds. As a condition precedent to City's obligation to pay compensation to Contractor, and on or before the Date of Execution, Contractor shall furnish to the Project Manager the Bonds as required under the Invitation For Bid. CITY OF PALO ALTO rev. 12100 CONTRACT C05109134 PAGE 2 OF 7 FORMAL CONTRACT SECTION 500 and Work-related writings and business records, as such terms are defined in California Evidence Code Sections 250 and 1271, as amended, during the regular business hours of Contractor, or, if Contractor has no such hours, during the regular business hours of City. 16. Notices. All agreements, appointments, approvals, authorizations, claims, demands, Change Orders, consents, designations, notices, offers, requests and statements given by eitper party to the other shall be in writing and shall be sufficiently given and served upon the other party if (1) personally served, (2) sent by the United States mail, postage prepaid, (3) sent by private express delivery service, or (4) in the case of a facsimile transmission, if sent to the telephone F P\X number set forth below during regular business hours of the receiving party and followed within two (2) Days by delivery of a hard copy of the material sent by facsimile transmission, in accordance with (1), (2) or (3) above. Personal service shall include, without limitation, service by delivery and service by facsimile transmission. To City: Copy to: To Contractor: City of Palo Alto City Clerk 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 City of Palo Alto Public Works Department Engineering Division 250 Hamilton Avenue Palo Alto, CA 94303 Attn: Kate Rooney, Project Manager Del Conte's Landscaping, Inc. 41900 Boscell Road Fremont, CA 94538 Attn: Katherine Gavzy 17. Appropriation of City Funds. This Contract is subject to the fiscal provisions of Article III, Section 12 of the Charter of the City of Palo Alto. Any charges hereunder for labor, services, materials and equipment may accrue only after such expenditures have been approved in advance in writing in accordance with applicable Laws. This Contract shall terminate without penalty (I) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (ii) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds. for this Contract are no longer available. This Section 16 shall contra! in the event of a conflict with any other provision of this Contract. 18. Miscellaneous. a. Bailee Disclaimer. The parties understand and agree that City does not purport to be Contractor's bailee, and City is, therefore, not responsible for any damage to the personal property of Contractor. b. Consent. Whenever in this Contract the approval or consent of a party is required, such approval or consent shall be in writing and shall be executed by a person having the express authority to grant such approval or consent. c. Controlling Law. The parties agree that this Contract shall be governed and construed by and in accordance with the Laws of the State of California. d. Definitions. The definitions and terms set forth in Section 1 of the Standard Drawings and Specifications (1992) of this Contract are incorporated herein by reference. e. Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to perform its obligations under this Contract which directly results from an Act of God or an act of a superior governmental authority. CITY OF PALO ALTO rev. 12100 CONTRACT C05109134 PAGE40F7 . FORMAL CONTRACT SECTION 500 r. Recovery of Costs. Each Party shall bear its own costs, including attorney's fees, through the completion of mediation. If the claim or dispute is not resolved through mediation, or if litigation is necessary to enforce a settlement reached at mediation pursuant to California Code of Civil Procedure § 664.6, as amended, then the prevailing party in any subsequent litigation may recover its reasonable costs, including attorney's fees, incurred subsequent to qonclusion of the mediation. s. Flow-down. Contractor agrees to include provisions of this Contract relating to Alternative Dispute Resolution, Venue. and Recovery of Costs in any subcontracts or major material purchase agreements which it enters into in connection with this Contract, and to require its subcontractors to include those provisions in any sub-contracts or major material purchase agreements, such that any mediation or litigation of any claim or dispute asserted by a subcontractor or major material supplier will be consolidated with any related claim or dispute between the Contractor and the City. Should the Contractor fail to do so, such that the City is required to defend an action brought by a subcontractor or material supplier inconsistent with the Alternative Dispute and Venue provisions of this Contract, Contractor shall indemnify City for City's costs of defense, including reasonable attorney's fees. iN WITNESS WHEREOF, the parties have by their duly appointed representatives executed this Contract in the city of Palo Alto, County of Santa Clara, State of California on the date first stated above. APPROVED AS TO FORM: Senior Assistant City Attorney APPROVED: Director of Administrative Services Director of Public Works CITY OF PALO ALTO rev. 12100 CITY OF PALO ALTO . Assistant City Manager CONTRACTOR: 8y: _________________ _ Name: __________________ _ Title: ___________________ _ 8y: ________________ _ Name: __________________ _ Title: __________________ _ (Compliance with California Corporations Code:;) 313is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) CONTRACT C05109134 PAGE 6 OF'7 BID SUMMARY ITEM DESCRIPTION Staff Estimate A1 Site Prep & Demo 31,113 A2 Landscape, Paths 71,465 A3 Play Areas, Fence 328,639 A4 Irrigation 144,701 A5 Close Out ° BASE BID 575,918 B1 Extension Jog Path 14,372 B2 3 Drinking Fountain 8,756 B3 2 Arbors 10,000 B4 Swing Ring Beam 3,000 B5 Retaining Wall 4,725 B6 Bike, Benches, Can 10,178 B7 Add'i Fencing 5,000 BASE BID + B1, B4, B6 603,468 ... ----------- JUANA BRIONES PARK IFB #109134 Del Conte's Lone Star Blossom Valley Landscaping, Inc. Landsacpe Construction 28,548 100,000 91,660 100,491 120,000 156,505 363,777 294,600 303,535 71,365 80,000 86,405 598 1,000 1,600 564,779 595,600 639,705 7,793 4,500 10,850 14,139 14,000 11,225 7,326 9,500 10,010 6,214 6,660 5,675 6,334 5,330 13,860 18,822 18,000 14,905 6,543 5,100 3,340 597,608 624,760 671,135 ATTACHMENT C , HRB Construction Technology, Engi- nee ring & Constr. 104,635 70,753 74,854 192,013 294,931 323,431 : 164,097 112,800 2,256 20,000 640,774 718,997 12,760 45,500 9,372 13,750 45,702 8,350 5,967 5,312 8,018 33,125 14,123 17,507 7,810 5,650 673,624 787,316 .- ~ . •