Loading...
HomeMy WebLinkAbout2004-07-19 City Council (6)TO: FROM: City of Palo Alto City Manager’s Report HONORABLE CITY COUNCIL ~ CITY MANAGER DEPARTMENT: PUBLIC WORKS X DATE:JULY 19, 2004 CMR:355:04 SUBJECT: APPROVAL OF A CONTRACT WITH C. F. ARCHIBALD PAVING, INC. IN THE AMOUNT OF $2,047,009 FOR THE 2004 STREET MAINTENANCE PHASE 2 CAPITAL IMPROVEMENT PROGRAM PROJECT PE-86070 RECOMMENDATION Staff recommends that Council: 1. Approve and authorize the Mayor to execute the attached contract with C. F. Archibald Paving, Inc. in the amount of $2,047,009 for the 2004 Street Maintenance Program Phase 2 Project (Attachment A); and Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with C.F. Archibald Paving, Inc. for related, additional but unforeseen work, which may develop during the project, the total value of which shall not exceed $204,701. BACKGROUND Annually, Public Works Engineering manages the resurfacing and reconstruction of various city streets. The candidate streets are surveyed and rated biannually by a computerized pavement management system. The annual project budget ranges from $1.8M to $2M and averages approximately eight lane miles of resurfacing, street reconstruction and concrete pavement repair and approximately eight lane miles of slurry sealing. Approximately 20% of the budget is spent for slurry seal work. Information regarding the Annual Pavement Maintenance Program, selection of streets and project coordination is provided in CMR:286:04 (Attachment B). In 2003, for the first time, the Street Maintenance Program was completed in two phases under two separate contracts with the annual project budget remaining the same. Phase 1 included asphalt concrete paving, slurry seal, Portland Cement Concrete (P.C.C.) street repair work and street reconstruction; Phase 2 included P:C.C. street repair work only. A total of 19 lane miles were completed for Phases 1 and 2 as part of the 2003 Program. Grouping the P.C.C. street work was a cost saving measure because it allowed a concrete specialty contractor to be the prime contractor, el’.lminating overhead charges from asphalt CMR:355:04 Page 1 of 6 concrete paving contractors who typically are the low bidders on the annual street maintenance projects. Further, less coordination was needed since staff worked directly with the concrete contractor without having to go through an asphalt paving contractor. The 2004 Street Maintenance Program is following a similar format, except asphalt concrete paving, slurry seal, P.C.C. street repair work and street reconstruction work will be done as Phase 2 of the project. Phase 1 of the 2004 project was awarded by the Council on April 19, 2004 (CMR:226:04) and will provide P.C.C. street repair work only. DISCUSSION The scope of the proposed 2004 Street maintenance Program Phase 2 Project includes overlaying two lane miles, slurry sealing eleven lane miles, cape sealing six lane miles, and crack sealing nine lane miles of city streets. Attachment C provides a list of streets to receive maintenance, included in this contract categorized by type of work. Part of the asphalt overlay and reconstruction work includes related work such as lane striping, base failure repair, and concrete work including replacement of curb ramps, curb and gutters, and sidewalks. Curb ramps will be installed to comply with the guidelines of the American with Disabilities Act (ADA). The project will incorporate cape sealing as a new maintenance treatment for roadways. Cape sealing prolongs the lifespan of current pavements by 10 to 15 years at a reduced lifespan cost compared to costs for overlaying roadway surfaces. It also enables an additional six lane miles of maintenance. One disadvantage of a cape seal is that it requires two separate street closures since it includes a two-part process of chip seal and a slurry seal as final coat. The chip seal contains small aggregate that bonds with an oil applied to the pavement surface and slurry seal applied 24 hours after the chip seal work. In order to control the loose aggregate after the chip seal work, the street is swept and the speed limit will be reduced to 15 mph for 24 hours until the street is slurry sealed. After the slurry seal is applied, the street will be opened to traffic at regular speeds the same day. Additionally, pavement will be replaced, and new valley gutters and a smooth conform area between the gutter and the private properties will be installed on Matadero Avenue from Whitsell Avenue to E1 Camino Real. While the valley gutter and conform area is not a dedicated sidewalk, the improvements will provide an improved surface for walking. The Transportation Division will continue to pursue securing right-of-way for a separate pathway as properties development in the area. Street and sidewalk reconstruction will take place on Iris Way from Heather Avenue to near Primrose Avenue. The sidewalk replacement project (CIP PE-89003) will contribute $156,924 of funding to cover the sidewalk replacement on Iris Way. Approximately 0.7 miles of Miranda Avenue from Arastradero Road to Miranda Green will be reconstructed and a new asphalt concrete pathway will be constructed along the CMR:355:04 Page 2 of 6 roadway with minor landscape improvements. The pathway, separated by asphalt berm, is being installed to provide a safer route for pedestrians at the request from the Miranda Avenue neighborhood since no sidewalk currently exists. The Transportation Division and.Public Works Engineering staff conducted outreach meetings with Miranda Avenue residents and traffic surveys were done to incorporate the majority of residents’ colmnents into this part of the project. All pavement will be replaced on Portage Avenue from E1 Camino Real to Ash Street, and on Hubbartt Drive from Georgia Avenue to Arastradero Road. In addition the sidewalk replacement project will be contributing $18,265 of funding for sidewalk replacements on Portage Avenue. The below add/alternate bid items are included in the 2004 Street Maintenance Program Phase 2 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 5 additional street segments to be added to the project. Add/Alternate # 1: Matadero Avenue from Josina Avenue to E1 Camino Real Add/Alternate #2: o One block on Martin Avenue from Lincoln Avenue to Center Drive Add/Alternate #3: Iris Way from 110 Iris Way to 190 iris Way Add/Alternate #4: Cowper Street from Hamilton Avenue to Forest Avenue Following the award of contract, businesses and residents affected by the project will be notified. The contractor will also hand deliver door hanger notices seven days and 24 hours in advance of the construction work. Work is expected to start in August and be completed in January 2005. Bid Process A notice inviting formal bids for the 2004 Street Maintenance Phase 2 project was issued on June 22, 2004, and sent to 12 builders’ exchanges and 31 contractors. The bidding period was 15 days and bids were received from four qualified contractors on July 6, 2004. See Attachment D for a summary of all bids received on the project. Bids (including add/alternates #1, #2, #3 and #4) ranged from a low of $2,047,009 to a high bid of $2,326,228. CMR:355:04 Page 3 of 6 Bid Name/Number Pioposed Length of Project -~ Number of Bids Mailed to Contractors Summary. of Bid Process 2004 Street Maintenance/PE 86070 130 Calendar days ¯ ’31 ’ Number of Bids Mailed to Builder’s Exchanges Total Days to Respond to Bid Pre,Bid Meeting? Number of Company Attendees at Pre,Bid Mee~g Number of Bids Received: Bid Price Range (add/alternates # 1, #2 and #3) *Bid summary provided in Attachment D. 12 15 No N/A 4’ Low bid of $2,047,009 to $2,326,228 The annual street maintenance program is funded by revenue from non-local sources~ including State gas tax and the Traffic Congestion Relief Fund. These non-local funding sources require the contractor and its subcontractors to pay prevailing wage rates and provide documentation in the form of certified payrolls. The City must advertise this as a requirement and does so by including this provision in the Instructions to Bidders section as part the project’s bid documents. The 2004 Street Maintenance Program Phase 2 Project was originally advertised for bids on May 6, 2004, and bids from three contractors were received on Jtme 1, 2004. Because the prevailing wage requirements were inadvertently omitted in the advertised bid document, the City Council rejected these bids on June 28, 2004 (CMR:329:04). Therefore, the Phase 2 project was re- advertised on June 22, 2004, to include the prevailing wage requirement. Staff has reviewed all bids submitted and recommends that the bid, including the add/alternate #1, #2, #3 and #4 totaling $2,047,009 submitted by C.F. Archibald Paving, Inc. be accepted and that C.F. Archibald Paving, Inc. be declared the lowest responsible bidder. The bid is 3% percent underthe engineer’s estimate of $2,107,969. Contingency in the amount of $204,701 (equaling 10 percent of the total contract) is requested to resolve unforeseen problems and/or conflicts that arise d~g the construction period. Staff confLrmed 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. The Certification of Nondiscrimination is Attachment E. RESOURCE IMPACT Funds for this project are included in the Capital Improvement Program Project PE-86070 and PO-89003 budgets. Due to the size of this annual maintenance project, City staffmg levels are not adequate to accomplish the construction work in-house. In addition, the City does not own the type and amount of equipment required to perform this work and staff believes that it is cost effective to have this work performed by outside contractors. CMR:355:04 Page 4 of 6 If the project does not proceed, the street conditions will continue to degrade, creating increased maintenance costs in the future.~ Funding Summar3,: Available Funding FY 2003-04 project budget Carryover from FY 2002-03 Mid-Year BAO-Grant Funding Transfer from CIP PO-89003 Total Available Funding $1,951,953 $ 410,228 $ 234,69O $ 175,189 $2,772,060 Project Budget Phase 1 Street Maintenance Project Contract Construction Testing & Inspection Subtotal Phase I Project Budget Phase 2 Street Maintenance Project Base Contract Contingency Construction Testing & Inspection . Subtotal Phase 2 Project Budget 320,249 30,000 350,249 $2,047,009 $ 204,701 $ 170,000 $2,421,710 2004 Street Maintenance Phase 1 and 2 Project.Total $2,771,959 POLICY IMPLICATIONS This recommendation does not represent any change to existing City policies. ENVIRONMENTAL REVIEW This project has been determined to have no significant effect on the environment and to be categorically exempt from the California Environmental Quality Act (CEQA) per CEQA Guidelines, Article 19, Section 15301, Class 3, (c). ATTACHMENTS Attachment A: Attachment B: Attachment C: Attachment D: Attachment E: Contract CMR:286:04 Phase 2 List of Project Streets Bid Summary Certification of Nondiscrimination CMR:355:04 Page 5 of 6 PREPARED BY: DEPARTMENT HEAD: CITY MANAGER APPROVAL: Senior Engineer GLENN S. ROBERTS Director of Public Works EMIL’,U- SON Assistant City Manager CMR:355:04 Page 6 of 6 ATTACHMENT A FORMAL CONTRACT SECTION 500 CONTRACT No. C05105682 Public Works Department This Contract, number C05105682 dated x is entered into by and between the City of Palo Alto, a chartered city and a municipal corporation of the State of California ("City"), and C.F. Archibald Paving, Inc. ("Contractor"). For and in consideration of the covenants, terms, and conditions (*the provisions*) of this Contract, City and Contractor ("the parties") agree: Term. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract, and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder, subject to the earlier termination of this Contract. General Scope of Proiect and Work. Contractor shall furnish labor, services, materials and equipment in connection with the construction of the Project and complete the Work in accordance with the covenants, terms and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as follows: Title of Project:2004 Street Maintenance Program Phase 2, Invitation for Bid (IFB) Number 105682A. Bid:$2,047,008.84 (Two Million Forty Seven Thousand Eight and 84/100). 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. ao This Contract. Invitation for Bid. Project Specifications. Drawings. Change Orders. Bid. Supplementary Conditions. General Conditions. City of Palo Alto Dept. of Public Works Standard Drawings and Specifications (1992). Certificate of Insurance, Performance Bond, Labor & Materials (Payment) Bond. Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the City of Palo Alto Dept. of Public Works Standard Drawings and Specifications (1992). Any other document not expressly mentioned herein which is issued by City or entered into by the parties. Compensation. In consideration of Contractor’s performance of its obligations hereunder, City shall pay to Contractor the amount set forth in Contractor’s Bid in accordance with the provisions of this Contract and upon the receipt of written invoices and all necessary supporting documentation within the time set forth in the Contract Specifications and the City of Palo Alto Dept. of Public Works Standard Drawings and Specifications (1992), 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 bythe Risk Manager. City shall not be obligated to take out insurance on Contractor’s personal property or the personal property of any person performing labor or services or supplying materials or equipment under the Project. Contractor shall furnish City with the certificates of insurance and with original endorsements affecting coverage required under this Contract on or before the Date of Execution. The certificates and endorsements for each insurance policy shall be signed by a person who is authorized by that insurer to bind coverage in its behalf. Proof of insurance shall be mailed to the Project Manager to the address set forth in Section 16 of this CITY OF PALO ALTO CONTRACT # C05105682 PAGE 1 OF 7 rev. 12/00/JA FORMAL CONTRACT SECTION 500 Contract. o 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 stdct liability on Contractor in the performance of or failure to perform the provisions of this Contract, except as may arise from the sole willful acts or negligent acts or omissions of City or any of its Council members, officers, employees, agents or representatives. This indemnification shall extend to any and all claims, demands, or liens made or filed by reason of any work performed by Contractor under this Contract at any time during the term of this Contract, or arising thereafter. To the extent Contractor will use hazardous materials in connection with the execution of its obligations under this Contract, Contractor further expressly agrees to protect, indemnify, hold harmless and defend City, its City Council members, officers and employees from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments City may incur, arising, in whole or in part, in connection with or as a result of Contractor’s willful acts or negligent acts or omissions under this Contract, under the Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C. ~9601-6975, as amended); the Resource Conservation and Recovery Act (42 U.S.C. ~6901-6992k, as amended); the Toxic Substances Control Act (15 U.S.C. ~2601-2692, as amended); the Carpenter-Presley-Tanner Hazardous Substance Account Act (Health & Safety Code, ~25300-25395, as amended); the Hazardous Waste Control Law (Health & Safety Code, ~25100-25250.25, as amended); the Safe Drinking Water and Toxic Enforcement Act (Health & Safety Code, ~25249.5-25249.13, as amended); the Underground Storage of Hazardous Substances Act (Health & Safety Code, ~25280-25299.7, as amended); or under any other local, state or federal law, statute or ordinance, or at common law. Assumption of Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or injury to the property of Contractor which may occur in, on, or about the Project site at any time and in any manner, excepting such loss, injury, or damage as may be caused by the sole willful act or negligent act or omission of City or any of its Council members, officers, employees, agents or representatives. Waiver. The acceptance of any payment or performance, or any part thereof, shall not operate as a waiver by City of its rights under this Contract. A waiver by City of any breach of any part or provision of this Contract by Contractor shall not operate as a waiver or continuing waiver of any subsequent breach of the same or any other provision, nor shall any custom or practice which may arise between the parties in the administration of any part or provision of this Contract be construed to waive or.to lessen the right of City to insist upon the performance of Contractor in strict compliance with the covenants, terms and conditions of this Contract. No Exoneration By Inspection: The City has the right, but not the dutyl 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 CONTRACT # C05105682 PAGE 2 OF 7 rev. 12/00/JA FORMAL CONTRACT SECTION 500 12.Representations and Warranties. In the supply of any materials and equipment and the rendering of labor and services during the course and scope of the Project and Work, Contractor represents and warrants: Any materials and equipment which shall be used during the course and scope of the Project and Work shall be vested in Contractor; Any materials and equipment which shall be used during the course and scope of the Project and Work shall be merchantable and fit to be used for the particular purpose for which the materials are required; Any labor and services rendered and materials and equipment used or employed during the course and scope of the Project and Work shall be free of defects in workmanship for a period of one (1) year after the recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder; Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained by Contractor for and in behalf of City. eo Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request, whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true and correct at the time such information is submitted or made available to the City; Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to the terms and conditions of Contractor’s Bid, except as may be permitted by the Invitation For Bid; go Contractor has the power and authority to enter into this Contract with City, that the individual executing this Contract is duly authorized to do so by appropriate resolution, and that this Contract shall be executed, delivered and performed pursuant to the power and authority conferred upon the person or persons authorized to bind Contractor; Contractor has not made an attempt to exert undue influence with the Purchasing Manager or Project Manager or any other person who has directly contributed to City’s decision to award the contract to Contractor; There are no unresolved claims or disputes between Contractor and City which would materially affect Contractor’s ability to perform under the Contract; k° Contractor has furnished and will furnish true and accurate statements, records, reportS, resolutions, certifications, and other written information as may be requested of Contractor by City from time to time during the term of this Contract; Contractor and any person performing labor and services under this P~oject 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.Assignment. This Contract and the performance required hereunder is personal to Contractor, and it shall not be assigned by Contractor. Any attempted assignment shall be null and void. 14.Claims of Contractor. All claims pertaining to extra work, additional charges, or delays within the Contract Time or other disputes arising out of the Contract shall be submitted by Contractor to City in writing by certified or registered mail within ten (10) Days after the claim arose or within such other time as may be permitted or required by law, and shall be described in sufficient detail to give adequate notice of the substance of the claim to City. 15.Audits by City. During the term of this Contract and for a period of not less than three (3) years after the expiration or earlier termination of this Contract, City shall have the right to audit Contractor’s Project-related CITY OF PALO ALTO rev. 12/00/JA CONTRACT # C05105682 PAGE 3 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 either party to the other shall be in writing and shall be sufficiently given and served upon the other party if (1) personally served, (2) sent by the United States mail, postage prepaid, (3) sent by private express delivery service, or (4) in the case of a facsimile transmission, if sent to the telephone FAX number set forth below during regular business hours of the receiving party and followed within two (2) Days by delivery of a hard copy of the material sent by facsimile transmission, in accordance with (1), (2) or (3) above. Personal service shall include, without limitation, service by delivery and service by facsimile transmission. To City:City of Palo Alto City Clerk 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 Copy to:City of Palo Alto Public Works Department 250 Hamilton Avenue Palo Alto, CA 94303 Attn: Elizabeth Ames, Project Manager To Contractor:C.F. Archibald, Inc. P.O. Box 37 Redwood City, CA 94064 17. Attn: W.L. Archibald Appropriation of City Funds. This Contract is subject to the fiscal provisions of Article III, Section 12 of the Charter of the City of Palo Alto. Any charges hereunder for labor, services, materials and equipment may accrue only after such expenditures have been approved in advance in writing in accordance with applicable Laws. This Contract shall terminate without penalty (I) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (ii) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 17 shall control in the event of a conflict with any other provision of this Contract. 18.Miscellaneous. Bailee Disclaimer. The parties understand and agree that City does not purport to be Contractor’s bailee, and City is, therefore, not responsible for any damage to the personal property of Contractor. Consent. Whenever in this Contract the approval or consent of a party is required, such approval or consent shall be in writing and shall be executed by a person having the express authority to grant such approval or consent. Controlling Law. The parties agree that this Contract shall be governed and construed by and in accordance with the Laws of the State of California. Definitions. The definitions and terms set forth in Section 1 of the City of Palo Alto Dept. of Public Works Standard Drawings and Specifications (1992) 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 of a superior governmental authority. CITY OF PALO ALTO CONTRACT # C05105682 PAGE 4 OF 7 rev. 12/00/JA FORMAL CONTRACT SECTION 500 Headings. The paragraph headings are not a part of this Contract and shall have no effect upon the construction or interpretation of any part of this Contract. Incorporation of Documents. All documents constituting the Contract documents described in Section 3 hereof and all documents which may, from time to time, be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and shall be deemed to be part of this Contract. Integration. This Contract and any amendments hereto between the parties constitute the entire agreement between the parties concerning the Project and Work, and there are no other prior oral or 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 otherwise control, establish, or limit the performance required or permitted or to be required of or permitted by either party. All provisions, whether covenants or conditions, shall be deemed to be both covenants and conditions. Resolution. Contractor shall submit with its Bid a copy of any corporate or partnership resolution or other writing, which authorizes any director, officer or other employee or partner to act for or in behalf of Contractor or which authorizes Contractor to enter into this Contract. Severability. If a court of competent jurisdiction finds or rules that any provision of this Contract is void or unenforceable, the provisions of this Contract not so affected shall remain in full force and effect. Status of Contractor. In the exercise of rights and obligations under this Contract, Contractor acts as an independent contractor and not as an agent or employee of City. Contractor shall not be entitled to any rights and benefits accorded or accruing to the City Council members, officers or employees of City, and Contractor expressly waives any and all claims to such rights and benefits. Successors and Assigns. The provisions of this Contract shall inure to the benefit of, and shall apply to and bind, the successors and assigns of the parties. Time of the Essence. Time is of the essence of this Contract and each of its provisions. In the calculation of time hereunder, the time in which an act is to be performed shall be Computed by excluding the first Day and including the last. If the time in which an act is to be performed falls on a Saturday, Sunday, or any Day observed as a legal holiday by City, the time for performance shall be extended to the following Business Day. Alternative Dispute Resolution. The parties shall endeavor to resolve any disputes or claims arising out of or relating to this Contract by mediation, which, unless the parties agree otherwise, shall be conducted under the auspices of the Judicial Arbitration and Mediation Service (JAMS), San Jose, California. The intent of the parties is that the mediation shall proceed in advance of litigation; however, if any party should commence litigation before the conclusion of mediation, such litigation, including discovery, shall be stayed pending completion of mediation, and by executing this Contract the parties stipulate to mediation in accordance with Santa Clara County Superior Court Local Rule 1.15 or Rule 2-3(b) of the ADR Local Rules of the U.S. District Court for the Northern District of California, as such rules may be amended from time to time. The parties shall share the cost of the mediation, including the mediator’s fee, equally. Any written ag reement reached in mediation shall be enforceable pursuant to California Code of Civil Procedure § 664.6, as amended. Venue. Unless the parties mutually agree otherwise, mediation shall take place in San Jose, California. In the event that litigation is commenced by any party hereunder, the parties agree that such action shall be vested exclusively in the state courts of California in the County of Santa Clara or in the United States District Court for the Northern District of California. CONTRACT # C05105682CITY OF PALO ALTO PAGE 5 OF 7 rev. 12/00/JA FORMAL CONTRACT SECTION 500 Recovery of Costs. Each Party shall bear its own costs, including attorney’s fees, through the completion of mediation. If the claim or dispute is not resolved through mediation, or if litigation is necessary to enforce a settlement reached at mediation pursuant to California Code of Civil Procedure § 664.6, as amended, then the prevailing party in any subsequent litigation may recover its reasonable costs, including attorney’s fees, incurred subsequent to conclusion of the mediation. Flow-down. Contractor agrees to include provisions of this Contract relating to Alternative Dispute Resolution, Venue. and Recovery of Costs in any subcontracts or major material purchase agreements which it enters into in connection with this Contract, and to require its subcontractors to include those provisions in any sub-contracts or major material purchase agreements, such that any mediation or litigation of any claim or dispute asserted by a subcontractor or major material supplier will be consolidated with any related claim or dispute between the Contractor and the City. Should the Contractor fail to do so, such that the City is required to defend an action brought by a subcontractor or material supplier inconsistent with the Alternative Dispute and Venue provisions of this Contract, Contractor shall indemnify City for City’s costs of defense, including reasonable attorney’s fees. IN WITNESS WHEREOF, the parties have by their 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. ATTEST: APPROVED ASTO FORM: City Clerk CITY OF PALO ALTO By:. Its Mayor Senior Assistant City Attorney APPROVED:CONTRACTOR: Assistant City Manager Director of Public Works Director of Administrative Services Contract Manager (Insurance Review) By:. Name: Title: By: Name: Title: (Compliance with California Corporations Code ) 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) CITY OF PALO ALTO CONTRACT # C05105682 PAGE 6 OF 7rev. 12/00/JA FORMAL CONTRACT SECTION 500 CERTIFICATE OF ACKNOWLEDG/~ENT (Civil Code ~ 1189) STATE OF COUNTY OF ,) On , before me,a notary public in and for said County, personally appeared , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature (Seal) CITY OF PALO ALTO rev. 12/00/JA CONTRACT # C05105682 PAGE 7 OF 7 ATTACHMENT B City of Palo Alto City Manager’s Report TO: FROM: DATE: HONORABLE L’~TI’Y COUNCIL CITY MANAGER DEPARTMENT: JUNE 7, 2004 PUBLIC WORKS CMR: 286:04 SUBJECT:INFOP,~MATION REGARD!~G THE ANNUAL PAVEMENT MAINTENANCE PROGRAI~ SELECTION OF STREETS AND PROJECT COORDINATION This is an informational report and no Council action is required. BACKGROUND Staff has received numerous questions and concems from residents regarding selection and coordination of City streets for the annual Street Maintenance Program. In addition, City Council Members have voiced concerns about coordination between Public Works Deparmaent annual street maintenance and Utilities Department maintenance and capital projects. DISCUSSION Annually, Public Works Engineering manages the resurfacing and reconstruction of various city streets. The candidate streets are surveyed and rated biannually by a computerized pavement management program. This program is a decision-making system that helps Public Works personnel make cost-effective decisions concerning the maintenance and rehabilitation of the City’s pavements in a systematic way. The pavement management program is certified annually by the Metropolitan Transportation Commission, the transportation planning, coordinating and .financing agency for the nine- county San Francisco Bay Area The annual street maintenance project budget ranges from $1.8M - $2M and averages approximately eight lane miles of resurfacing, street reconstruction and concrete pavement repair and approximately eight lane miles of slurry sealing. CMR:286:04 Page 1 of 3 Streets selected for the annual street resurfacing program receive treatments: ¯preventative maintenance, such as slurry sealing and crack sealing °asphalt concrete resurfacing " °concrete pavement replacement °total street reconstruction several ~es of The annual maintenance program strikes a balance between repairing damaged streets and preserving streets in good condition. -~ the long term, the City benefits from this approach since slurry and crack sealing is by comparison 1/10 the cost of overlay and pavement replacement, and a slurry seal protects the streets from further damage by approximately 7 years. While the City cannot repair every damaged street in Palo Alto, the streets in relatively good condition receive a slurry seal at a low cost while most of the budget goes towards streets in the worst condition, to ~provide a 20 or 40 year life expectancy for asphalt concrete and portland cement concrete streets (PCC) respectively. For streets that are not selected as part of the annual maintenance program, Public Works Operations continues to repair potholes, patch rough pavement areas (skin patch) and provide crack sealing, as necessary to ensure a safe roadway. Over the last two years, Public Works has focused on streets north of Oregon Expressway and has worked specifically on portland cement concrete (PCC) streetsto address damaged streets in this area. In 2003, the repair of PCC streets totaled $500,000 (25% of the 2003 program). In 2004, the repair of PCC streets totaled $300,000 (over 15% of the 2004 program). Since many of the PCC streets in north Palo Alto have a service life of approximately 40 years, rideability is the major concern rather than structural integrity. The additional expense to repair roads for a smoother tiding surface would defer the maintenance needed for many streets within the City. The City works with the Palo Alto Bicycle Advisory Committee to prioritize and address rideability concerns within a limited budget. In response to the concern that streets north of Oregon Expressway are deliberately avoided; Public Works staff compared this area to the rest of Palo Alto. Approximately 1/3 of the City streets are north of Oregon Expressway, and many are PCC streets requiring more expensive repairs (concrete is more expensive than asphalt). From 1999 to 2004, approximately 40% of the streets maintained were north of Oregon Expressway. Based on these figures, streets north of Oregon Expressway have received a fair share of the overall annual street maintenance including slurry seal, overlay and pavement replacement. CMR:286:04 Page 2 of 3 Coordination with Utilities Prqiects Due to coordination efforts with City utility maintenance and capital projects, pavement maintenance may be deferred until completion of the utility project. This prev6nts--street cuts that would otherwise undermine the new pavement surface. Public Works, Utility and Planning Department staff meet quarterly and with the assistance of a computerized project coordination program linked with ~the City’s Geographical Information System (GIS) continue to improve scheduling of City projects to reduce expenditures and disruption on. City streets. The following streets are examples of this coordination: Harriet Street from Hopkins Street to Parkinson Avenue (across from the Children’s Library) will be resurfaced after the Wastewater projedt in 2003/04 and Water Main Replacement project in 2005/06 is completed. In the mean time, Public Works Operations will perform a skin patch in this area to improve rideability. Forest Avenue from Center Drive to Boyce Avenue .will be resurfaced after the Water Main Replacement project in 2006/07 is completed. Cowper Street from Churchill Avenue to Lowell Avenue, and Cowper Street from Hamilton Avenue to Forest Avenue are expected to be resurfaced this year. Hamilton Avenue from Fulton Street to Webster Street will be resurfaced after the Wastewater project in 2004/05 and after the Gas Main Replacement project in 2005/06 is competed. Staff continues to preserve the City’s. street infrastructure by repairing the worst streets and by using preventative methods such as slurry seal and crack sealing as part of the annual maintenance project. Preventative maintenance along with on-going project coordination significantly reduces street deterioration of Palo Alto’s street network. / PREPARED BY: DEPARTMENT HEAD: CITY MANAGER APPROVAL: rH AMES Director?of P;bli~ Work~ Assistant City Manager CMR:286:04 Page 3 of 3 ATTACHMENT C "2004 STREET MAINTENANCE PROGRAM PHASE 2 LIST OF PROJECT STREETS 2 3 4 5 HubbarttAvenue Iris Way Miranda Avenue Miranda Avenue Portage Avenue 1 Amarillo Avenue 2 Bryant Street 3 Bryant Street 4 Iris Way 5 Kirby Place 6 Matadero Avenue 7 Matadero Avenue 8 Martin Avenue 9 Cowper Street 10 Palo Alto Avenue 1 Alester Avenue 2 Alester Avenue 3 Duncan Place 4 Duncan Place 5 Elwell Court 6 Ely Place 7 Embarcadero Avenue * 8 Fabian Way 9 Ferne Avenue 10 Ferne Avenue 11 Ferne Avenue 12 Ferne Cul de sac 1 13 Ferne Cul de sac 2 14 Gary Court 15 Iris Way 16,Jefferson Drive 17’Louis Road 18 Madison Way 19 Madison Way 20 Martinsen Court 21 Oxford Avenue 22 Patricia Lane 23 Rosewood Drive 24 Tennessee Avenue 25 Tennessee Avenue 26 Tioga Court 27 Wellsbury Way 28 Wellsbury Way 29 Wellsbury Way Georgia Avenue Station 16+50 Arastradero Road Arroyo Court El Camino Real Arastradero Avenue Station 23+50 Arroyo Court Miranda Green Ash Street West Bayshore Intersection onl~ Embarcadero Road Kello99 Avenue Heather Lane Martin Avenue Whitsell Avenue Josina Avenue Lincoln Avenue Hamilton Avenue Waverly Pedestrian Bridge Channin~l Avenue Dana Avenue El)/Place Duncan cul de sac East bayshore Road Carlson Court Middlefield Road West Bayshore Road Ferne Court Briarwood Way Scripps Court Ferne Avenue Ferne Avenue Cowper Street Station 23+50 Hamilton Avenue Garland Avenue Jefferson Drive Phillips Road Cowper Street Birch Avenue Hamilton Avenue Ross Road Wilkie Way Park Boulevard Nelson Drive Towle Way Wellsbury Court Wellsbury Culdesac TO RECEIVE BASE FAILURE REPAIRS AND CRACK SEAL Kellog~l Avenue Churchill Avenue Station 16+50 End El Camino Real Whitsell Avenue Center Drive Forest Avenue Dana Avenue Hamilton Avenue Duncan cul de sac BEND AT Duncan End Duncan Place St. Francis Avenue Charleston Avenue Briarwood Way Scripps Court Mackay Drive End End End Station 28+00 Edgewood Drive Oregon EXPY Phillips Road Hamilton Avenue End .Park Boulevard Edgewood Drive Moreno Avenue End Wilkie Way End Wellsbury Court Wellsbury Culdesac Middlefield Road ONLY 1 of 2 2004 STREET MAINTENANCE PROGRAM PHASE 2 LIST OF PROJECT STREETS 1 El Dorado Avenue 2 El Dorado Avenue 3 El Dorado Avenue 4 El Dorado Avenue 5 El Dorado Avenue Alma Street Emerson Street Ramona Street Bryant Street South Court Emerson Street Ramona Street Bn/ant Avenue South Court Waverly Street 6 7 8 Higgins Place Colorado Avenue 9 Miller Court Miller Avenue 10 Moana Court Miranda Avenue 11 Page Mill road 3.1 mile marker 12 Pitman Avenue Newell Avenue 13 Silva Court Silva Avenue 14 West Bayshore Road Loma Verde Avenue 15 West Meadow Drive El Camino Way 16 West Meadow Drive Wilkie Way 17 West Meadow Drive Second Street Bend at old R&R Crossing Page Mill Road 18 West Meadow Drive , Park Boulevard Bend at old R&R Crossing End End End 2.6 mile marker Center Drive End Fabian way Wilkie Way Second Street Park Boulevard 1 2 Kellogg Avenue 3 Webster Street Embarcadero Road 4 Kellogg Street Cowper Street 5 Kellogg Street Tasso Street 6 Kellogg Street Webster Street 7 Kellogg Street Byron Street 8 Tasso Street Melville Avenue 9 Tasso Street Kellogg Avenue 10 Walter Hayes Walnut Drive 11 Southwood Avenue Edgewood Avenue 12 Greer Road Louis road 13 Stockton Place Vernon Terrace 14 Moffet Circle Greer Road 15 Encina Avenue El Camino Road 16 Loma Verde Avenue Manchester Court 17 Loma Verde Avenue Greer Road 18 Ross Road Loma Verde Avenue 19 Ross Road Allen court 20 Ross Road Stern Avenue 21 Ruthven Avenue Waverley Street 22 High Street Channing Avenue 23 High Street Addison Avenue 24 High Street Lincoln Avenue Webster Street Melville Avenue Webster Street Kellogg Avenue Embarcadero Road Coleridge Avenue Tasso Street Webster Street Byron Street Middlefield Road Kellogg Avenue Embarcadero Road Walnut Drive E. Crescent Drive Colorado Avenue Maddux Drive Moffet Circle END David Avenue Maddux Drive Ross Court Loma Verde Avenue Allen Court Cowper Street Addison Avenue Lincoln Avenue END 2 of 2 ATTACHMENT E CERTIFICATION OF NONDISCRIMINATION PROJECT: 2004 Street Maintenance Proqram Phase 2 Certification of Nondiscrimination: SECTION 410 As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below certify that they do not discriminate in employment with regards to age, race, color, religion, sex, national origin, ancestry, disability, or sexual preference; that they are in compliance with all Federal, State, and local directives and executive orders regarding nondiscrimination in employment. THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW. Signature(s) must be the same signature(s) as will appear on Contract: Firm: Signature: Name: Signature: Name: (PRINT OR TYPE NAME) (PRINT’OR TYPE NAME) Note:The City of Palo Alto, pursuant to Califomia Corporations Code Section 313 requires two corporate officers to execute contracts. *The signature of First Officer* must be one of the following: Chairman of the Board;President; or Vice President. **The signature of the Second Officer** must be one of the following: Secretary; Assistant Secretary; Chief Financial Officer; or Assistant .Treasurer. (In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) CITY OF PALO ALTO IFB105682A PAGE 1 OF 1