Loading...
HomeMy WebLinkAbout2004-09-20 City Council (3)City of Palo Alto City Manager’s Report TO: FROM: HONORABLE CITY COUNCIL ~ 5CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: SUBJECT: SEPTEMBER 20, 2004 CMR:415:04 APPROVAL OF A CONTRACT WITH HRB CONSTRUCTION INCORPORATED IN THE AMOUNT OF $1,187,968 FOR CONSTRUCTION OF MITCHELL PARK FACILITIES RENOVATION PHASE II - CAPITAL IMPROVEMENT PROGRAM PROJECT PG-98003 RECOMMENDATION Staff recommends that Council: 1. Approve and authorize the Mayor to execute the attached contract (Attachment A) with HRB Construction Incorporated in the amount of $1,187,968 for construction of the Mitchell Park Facilities Renovation Phase II Project; and Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with HRB Construction Incorporated for related, additional but unforeseen work that may develop during the project, the total value of which shall not exceed $105,000. BACKGROUND In December 2000, the .City Council approved a park improvement ordinance adopting a site improvement plan for the phased renovation of Mitchell Park. The site improvement plan, prepared by Dillingham Associates Landscape Architects, serves as a conceptual template for subsequent phased construction. The fnst phase of improvements were completed in the Fall of 2002 mad included replacement of the park lighting system, renovation of all children’s play areas, construction of a new tot lot restroom and a new children’s water play area, and upgrading the park’s main restroom. DISCUSSION The work to be performed under this contract will consist of additional landscape and facility upgrades at Mitchell Park in conformance with the site improvement plan, including the following base bid items: renovation of all picnic areas including replacement of picnic furniture and paving surfaces; planting, irrigation and storm drainage improvements throughout the park; installation of benches, game tables and other site furnitm’e including fencing, drinking fountains, trash receptacles and signage; replacement of all shade arbors; renovation of the central multi-purpose area and stage; CMR:415:04 Page 1 of 4 retrofitting of the defunct fountain to create a permanent staging area for public art; construction of centralized masonry block trash and recycling enclosure; renovation of all crushed rock pathways throughout the park, including the addition of concrete edging; and miscellaneous accessibility upgrades to bring the park into full conformance with the Americans with Disabilities Act. Consmaction activity is scheduled to take place during the late fall and early winter months to minimize disruption to park users. Bid Process A notice inviting formal bids for the Mitchell Park Facilities Renovation Project was posted at City Hall on July 20, 2004 and sent to 7 builder’s exchanges and 8 general contractors. The bidding period was 28 days and bids were received from 2 qualified contractors on August 17, 2004 (see Attachment B for a summary of all bids received on the project). Bids ranged from a low of $1,187,968 to a high of $2,146,961. Summary of Bid Process Bid Name/Number IFB # 107031 Proposed Length of Project No. of Bids Mailed to Contractors No. of Bids Mailed to Builder’s Exchanges Total Days to Respond to Bid Pre-Bid Meeting? Number of Company Attendees at Pre-Bid Number of Bids Received: Bid Price Range Mitchell Park Facilities Renovation Phase II 120 days for construction, 60 days for maintenance 8 7 28 Yes 3 2 From a low of $1,187,968 to a high of $2,145,951 *Bid summary provided in Attachment B. Staff has reviewed both bids submitted and recommends that the bid of $1,187,968 submitted by HRB Construction Incorporated be accepted and HRB Construction Incorporated be declared the lowest responsible bidder. The bid is 25% percent above the engineer’s estimate of $950,000. The difference between the estimated and actual cost is due in part to underestimating the cost associated with earthwork and storm drainage for this project and the increased cost for construction materials in the cun’ent economy. Based on funds available for the project, the City is not awarding any of the add alternate bids. The change order amount of $105,000, which equals 9% percent of the total contract, is requested to resolve unforeseen problems and/or conflicts that may arise during the construction period. Staff checked references supplied by the contractor for previous work performed and found no significant complaints. Staff also checked with the Contractor’s State License Board and found that the contractor has an active license on file. Plan holders not submitting bids indicated that scheduling conflicts precluded CMR:415:04 Page 2 of 4 their participation in this project. included as Attachment C. The required Certification of Nondiscrimination is RESOURCE IMPACT Funds for this project are included in the FY 2004-2005 Capital Improvement Program (CIP) budget. /PROJECT REVIEW This project was initially budgeted in FY 1997-98, and has been funded over multiple years as follows. FY Description 1997-98 1998-99 i999-00 2000-01 2001-02 Amount $50,000 $228,000 $427,644 $365,000 $1,312,000 Development of Mitchell Park Improvement Plan Phase 1 - Replacement of playground equipment, design lighting improvements Phase 1 - Renovations including lighting fixtures, signage, entries, benches and restroom design and construction Phase 1 - Design and, construction of main restiooms, picnic areas and pathway improvements Phase I - Construction completed Phase II - design of pathways, picnic areas, arbor renovation, central plaza and various recreation areas. 2004-05 $870,798 Phase II - Construction This project was reviewed by the Architectural Review Board on March 18, 1999 and September 21, 2000, and by the Parks and Recreation Commission on June 27, 2000 and June 22, 2004. POLICY IMPLICATIONS The proposed Mitchell Park Facilities Renovation project is consistent with existing City policy. ENVIRONMENTAL REVIEW ’This project is exempt as defined by the California Envfl’onmental Quality Act (CEQA). CMR:415:04 Page 3 of 4 ATTACItMENTS Attachment A:Contract Attachment B"Bid Summary Attachment C:Certificate of Non-Discrimination PREPARED BY: DEPARTMENT HEAD: CITY MANAGER APPROVAL: CHRIS RAFFERTY Park Planner, Public Works Engineering /£ GLENN S. ROBERTS Director of Public Works ~SON Assistant City Manager CMR:415:04 Page 4 of 4 ATTACHMENT A CONTRACT No. C04107031 Public Works Department This Contract, number C04107031 dated 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 HRB Construction, 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 noticeis 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:Mitchell Park Improvements Phase 2, Invitation for Bid (IFB) Number 107031 Bid:$1,187,968 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. a.This Contract. b.Invitation for Bid. c.Project Specifications. d.Drawings. e.Change Orders. f.Bid. g.Supplementary Conditions. h.General Conditions. I.Standard Drawings and Specifications (1992). j.Certificate of Insurance, Performance Bond, Labor & Materials (Payment) Bond. k.Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the Standard Drawings and Specifications (1992). I.Any other document not expressly mentioned herein which is issued by City or entered into bythe parties. Compensation. In consideration of Contraotor’s performance of its obligations hereunder, City shall pay to Contractor the amount set forth in Contractor’s Bid in accordance with the provisionsof 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 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 by the Risk Manager. City shall not be obligated to take out insurance on Contractor’s personal property or the personal property of any person performing labor or services or supplying materials or equipment under the Project. Contractor shall furnish City with the certificates of insurance and with original endorsements affecting coverage required under this Contract on or before the Date of Execution. The certificates and endorsements for each insurance policy shall be signed by a person who is authorized by that insurer to bind coverage in its behalf. Proof of insurance shall be mailed to the Project Manager to the address set forth in Section 16 of this Contract. Indemnification. Contractor agrees to protect, defend, indemnify and hold City, its Council members, officers, employees, agents and representatives harmless from and against any and all claims, demands, liabilities, losses, PAGE 1 OF 7 IFB 1O7O31 damages, costs, expenses, liens, penalties, suits, or judgments, arising, in whole or in part, directly or indirectly, at any time from any injury to or death of persons or damage to property as a result of the willful acts or the negligent acts or omissions of Contractor, or which results from Contractor’s noncompliance with any Law respecting the condition, use, occupation or safety of the Project site, or any part thereof, or which arises from Contractor’s failure to do anything required under this Contract or for doing anything which Contractor is required not to do under this Contract, or which arises from conduct for which any Law may impose strict liability on Contractor in the performance of or failure to perform the provisions of this Contract, except as may arise from the sole willful acts or negligent acts or omissions of City or any of its Council members, officers, employees, agents or representatives. This indemnification shall extend to any and all claims, demands, or liens made or filed by reason of any work performed by Contractor under this Contract at any time during the term of this Contract, or arising thereafter. To the extent Contractor will use hazardous materials in connection with the execution of its obligations under this Contract, Contractor further expressly agrees to protect, indemnify, hold harmless and defend City, its C~y 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 incu r, 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. 999601-6975, 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. 9~2601-2692, as amended); the Carpenter-Presley-Tanner Hazardous Substance Account Act (Health & Safety Code, 9925300-25395, 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, ~925249.5- 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, orat 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 notthe 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 sNftthat 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 pursuantto 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. 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; PAGE 2 OF 7 IFB 107031 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. Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request, whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true and correct at the time such information is submitted or made available to the City; Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to the terms and conditions of Contractor’s Bid, except as may be permitted by the Invitation For Bid; Contractor has the power and authority to enter into this Contract with City, that the individual executing this Contract is duly authorized to do so by appropriate resolution, and that this Contract shall be executed, delivered and performed pursuant to the power and authority conferred upon the person or persons authorized to bind Contractor; Contractor has not made an attempt to exert undue influence with the Purchasing Manager or Project Manager or any other person who has directly contributed to City’s decision to award the contract to Contractor; There are no unresolved claims or disputes between Contractor and City which would materially affect Contractor’s ability to perform under the Contract; Contractor has furnished and will furnish true and accurate statements, records, reports, resolutions, certifications, and other written information as may be requested of Contractor by City from time to time during the term of this Contract; Contractor and any person performing labor and services under this Project are duly licensed bythe 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. 15. 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. 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 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, PAGE 3 OF 7IFB 107031 17. 18. postage prepaid, (3) sent by private express delivery service, or (4) in the case of a facsimile transmission, if sentto 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: 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 250 Hamilton Avenue Palo Alto, CA 94303 Attn: Chris Rafferty, Project Manager HRB Construction, Inc. 46177 Warm Springs Blvd. Fremont, CA 94539 Attn: Andrew T. Borrego 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. Miscel aneous. Bailee Disclaimer. The parties understand and agree that City does not purport to be Contractors 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 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. 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 Sec~on 3 hereof and all documents which may, from time to time, be referred to in any duly executed amendment PAGE 4 OF 7IFB 1O7O31 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 ofthe 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 outof 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.pro.ceed in advance of litigation; however, if any party should commence litigation before the conclusion of mediation, such litigation, including discovery, shall be stayed pending completion of mediation, and by executing this Contract the parties stipulate to mediation in accordance with Santa Clara County Superior Court Local Rule 1.15 or Rule 2-3(b) of the ADR Local Rules of the U.S. District Court for the Northern District of California, as such rules may be amended from time to time. The parties shall share the cost of the mediation, including the mediator’s fee, equally. Any written agreement reached in mediation shall be enforceable pursuant to California Code of Civil Procedure § 664.6, as amended. Venue. Unless the parties mutually agree otherwise, mediation shall take place in San Jose, California. In the event that litigation is commenced by any party hereunder, the parties agree that such action shall be vested exclusively in the state courts of California in the County of Santa Clara or in the United States District Court for the Northern District of California. Recovery of Costs. Each Party shall bear its own costs, including attorney’s fees, through the completion of mediation. If the claim or dispute is not resolved through mediation, or if litigation is necessary to enforce a settlement reached at mediation pursuant to California Code of Civil Procedure § 664.6, as amended, then the prevailing party in any subsequent litigation may recover its reasonable costs, including PAGE 5 OF 7IFB 1O7O31 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 Contractorfailto 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: City Clerk APPROVED AS TO FORM: CITY OF PALO ALTO By: Its Mayor Senior Assistant City Attorney APPROVED:CONTRACTOR: Assistant City Manager Directo~ of Public Works By:. Name Title: Director of Administrative Services Insurance Review 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. ) PAGE 6 OF 7IFB 107031 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code 9 1189) STATE OF COUNTYOF 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) IFB 107031 PAGE 7 OF 7 " O o o o ATTACHMENT C CERTIFICATION OF NONDISCRIMINATION SECTION 410 Certificalion of Nondiscrimination: AS suppliers of goods or se,wices to the City of Palo Alto, the firm and individuals listed below certify thai. 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 direclives and executive orders regarding nondiscrimination in employment. THE INFORMATION HEREIH IS CER-rlFIED COR~RECT BY SIGNATURE(S) BELOW. Firm: Signature: blame: Title: Signatu, re: Name: Title: ~ (fP!RINT OR TYPE N,AME) (PRINT OR TYPE NAME) Note."The City of Polo Alto’, pursuant~to California Corpora.dons 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 PAGE t OF 1