Loading...
HomeMy WebLinkAbout2004-12-13 City Council (9)City of Palo Alto City Manager’s Report ~TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: COMMUNITY SERVICES DATE:DECEMBER 13, 2004 CMR:495:04 SUBJECT:APPROVAL OF A BUDGET AMENDMENT ORDINANCE IN THE AMOUNT OF $61,000 FOR INSTALLATION OF IRRIGATION SYSTEM AND MAXICOM IRRIGATION CONTROLLER; APPROVAL OF AWARD OF CONTRACT TO B&B LANDSCAPE CONTRACTORS, INC. IN THE AMOUNT OF $179,000 FOR THE INSTALLATION OF AN IRRIGATION SYSTEM AND MAXICOM CONTROLLERS AT THE BAYLANDS ATHLETICCENTER (PG-00010 PARKS FACILIITES IMPROVEMENTS) RECOMMENDATION Staff recommends that Council: 1. Approve the attached Budget Amendment Ordinance (BAO) in the amount of $61,000 to provide an additional appropriation for the installation of an irrigation system and Maxicom controllers at the Baylands Athletic Center (PG-00010 Parks Facilities Improvements). Approve and authorize the City Manager to execute the attached contract with B&B Landscaping Contractors, Inc. in the amount of $179,000 for the installation of an irrigation system and Maxicom controllers at the Baylands Athletic Center. o Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with B&B Landscaping Contractors, Inc. for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $17,900. BACKGROUND The Baylands Athletic Center has been programmed in the Infrastructure Management Plan for replacement of its irrigation system. The current irrigation system is 39-years-old, performs inefficiently and requires frequent repair. A component of the irrigation replacement is the installation of Maxicom irrigation controller that will be linked to the existing Maxicom Computerized Water Management Program. The project budget was returned to the Infrastructure Reserve as part of the Council approved BAO that moved $4,170,957 in unspent Capital Improvement Program project balances to the Infrastructure Reserve until the project is CMR:495:04 Page 1 of 3 bid and ready to construct. This request for a "just in time" BAO returns the budget to this project. DISCUSSION Proiect Description The work to be performed under the contract is for the installation of an irrigation system with water conserving Maxicom controller at the Baylands Athletic Center. This work was included in Park Improvement Ordinance No. 4842 adopted by Council on October 4, 2004. Summary of Bid Process Bid Name/Number IFB # 108726 Proposed Length of Proiect 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 Installation of irrigation system and Maxicom controllers at the Baylands Athletic Center 60 days 12 0 42 Yes 3 3 From a low of $179,000 to a high of $189,948 Staff has reviewed all bids submitted and recommends that the low bidof $179,000 submitted by B&B Landscaping Contractors, Inc. be accepted and that B&B Landscaping Contractors, Inc. be declared the lowest responsible bidder. The bid is 38 percent above the engineer’s estimate for construction. The change order amount of $17,900, which is 10 percent of the total contract is being requested for unforeseen work. 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. RESOURCE IMPACT On May 18, 2004, Council approved a BAO in the amount of $4,170,957 (CMR: 273:04). This BAO returned unspent Capital Improvement Program (CIP) balances to the Infrastructure Reserve. CIP project PG-00010 returned money to the Infrastructure Reserve (Attachment F), anticipating that this project would not be ready until FY 2005-06. The attached BAO will appropriate $61,000 to this project. This is a one-time expense and future maintenance costs will be included in the operating budget. PROJECT REVIEW This project was initially budgeted in FY 03-04. requiring review by boards or commissions. This project does not contain any elements CMR:495:04 Page 2 of 3 ATTACHMENTS Attachment A: Attachment B: Attachment C: Attachment D: Attachment E: Attachment F: Budget Amendment Ordinance Budget Amendment Ordinances Impacting Infrastructure Reserve Approved ’To Date In 2004-05 Contract Bid Summary CIP Description Page Schedule of CIP Project Balances to Return to their Respective Reserves PREPARED BY: DON PIANA Parks Superimendem DEPARTMENT HEAD: CITY MANAGER APPROVAL: RICHARD JAMES Director of Community Services Assistant City Manager CMR:495:04 Page 3 of 3 Attachment A ORDINANCE NO. ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO AMENDING THE BUDGET FOR THE FISCAL YEAR 2004-05 TO PROVIDE AN ADDITIONAL APPROPRIATIONOF $61,000 FROM THE INFRASTRUCTURE RESERVE INTO CAPITALIMPROVEMENT PROGRAM- (CIP)PROJECT NUMBER PG-00010,PARK~ FACILITIES IMPROVEMENTS The Council of the City of Palo Alto does ordain as follows: SECTION i. The City Council of the City of Palo Alto finds and determines as follows: A. Pursuant to the provisions of Section 12 of Article III of the Charter of the City of Palo Alto, the Council on June 28, 2004 did adopt a budget for fiscal year 2004-05; and B. CIP Project Number PG-00010, Park Facilities~ Improvements had a remaining unspent appropriation .of One Million Eighty Two Thousand Dollars ($1,082,000) in fiscal year 2003-04; and C. This unspent appropriation was returned to the Infrastructure Reserve pursuant to Budget Amendment Ordinance 4834 approved on May 18,2004 (CMR: 273:04); and D. The Baylands Athletic Center has a present need to replace its existing 39-year-old irrigation system because of inefficiency and frequent repair needs; and E. An additional appropriation of Sixty One Thousand Dollars ($61,000) is needed to provide funds to replace the existing irrigation system.; and F. The additional appropriation of funds is for one-time expenditures and future year General Fund ongoing costs will be included in the operating budget; and G. City Council authorization is needed to amend the 2004-05 budget as hereinafter set forth. SECTION 2. The sum of Sixty One Thousand Dollars ($61,000) is hereby appropriated to CIP PG-00010, Park Facilities Improvements. SECTION 3. The Infrastructure Reserve is hereby decreased by Sixty One Thousand Dollars ($61,000) with a remaining balance of Thirty Five Million Eight Hundred Twenty Thousand ($35,820,000) as shown in Exhibit B. SECTION 4. As specified in Section 2.28.080(a) of the Palo Alto Municipal Code, a two-thirds vote of the City Council is required to adopt this ordinance. SECTION 5. As provided in Section 2.04.330 of the Palo Alto Municipal Code, this ordinance will take effect upon its adoption. SECTION 6. The Council finds that the Baylands Athletic Center irrigation replacement project will replace existing irrigation facilities and is exempt from review under the California Environmental Quality Act pursuant to Title 14 California Code of Regulations Section 15302. INTRODUCED: PASSED: AYES: NOES: ABSENT: ABSTENTIONS: ATTEST: City Clerk APPROVED AS TO FORM: Mayor APPROVED: City Attorney City Manager Director of Community Services Director of Administrative Services Attachment B Balance Less: Additional Appropriation PG.00010 Park Facilities Improvements (Baylands Athletic Center) $35,881,000 ($61,000) Reserve Balance After BAO’s I $~,~o, ooo I Attachment C ~ORMAL CONTRACT CONTRACT No. C05108726 (Public Work) Community Services Department/Infrastructure SECTION 500 This Contract, number 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 B & B Landscape Contractors 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 term nat on of .th s Contract. General Scope of Protect and Work. Contractor shall furnish labor, services, materials and equipment in connection with the Work required herein 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:Installation of Irrigation System and Maxicom Controllers at Baylands Athletic Center, Invitation for Bids (IFB) Number 108726. Bid:$179,000 Contract Documents. This Contract shall consist of the documents set forth below, which are on file with the City Clerk and are hereby incorporated by reference. For the purposes of construing, interpreting and resolving inconsistencies between and among the provisions of this Contract, these documents and the provisions thereof are set forth in the following descending order of precedence. This Contract. Invitation For Bid. Project Specifications. Drawings. Change Orders. Bid. Supplementary Conditions. General Conditions. Standard Drawings and Specifications (1999). Certificate of Insurance, Performance Bond, Labor & Materials (Payment) Bond. Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the Standard Drawings and Specifications (1999). 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 Standard Drawings and Specifications (1999), 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 15 of this Contract. CITY OF PALO ALTO IFB NO. 108726 PAGE 1 OF 7rev. 12/00 ~ORMAL CONTRACT SECTION 500 Indemnification. Contractor agrees to protect, defend, indemnify and hold City, its Council members, officers, employees, agents and representatives harmless from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments, arising, in whole or in part, directly or indirectly, at any time from any injury to or death of persons or damage to property as a result of the willful acts or the negligent acts or omissions of Contractor, or which results from Contractor’s noncompliance with any Law respecting the condition, use, occupation or safety of the Project site, or any part thereof, or which arises from Contractor’s failure to do anything required under this Contract or for doing anything which Contractor is required not to do under this Contract, or which arises from conduct for which any Law may impose strict liability on Contractor in the performance of or failure to perform the provisions of this Contract, except as may arise from the sole willful acts or negligent acts or omissions of city or any of its council members, officers, employees, agents or representatives. This indemnification shall extend to any and all claims, demands, or liens made or filed by reason of any work performed by Contractor under this Contract at any time during the 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 Con.tractor’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 breachof 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 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 tothe 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 IFB NO. 108726 PAGE 2 OF7 rev. 12/00 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; C=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; do 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; ho 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 by the State of California as required byCalifornia 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.Assi.qnment. 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. CITY OF PALO ALTO IFB NO. 108726 rev. 12/o0 PAGE 3 OF 7 15. 16. 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. Notices. All agreements, appointments, approvals, authorizations, claims, demands, Change Orders, consents, designations, notices, offers, requests and statements given by either party to the other shallbe 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 Community Services Department 1305 Middlefield Road Palo Alto, CA 94301 To Contractor: Attn: Don Piana, Project Manager B & B Landscape Contractors, Inc. 450 Phelan Avenue San Jose, CA 95112 Attn: George Burn, President 17. 18. 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 !onger available. This Section 16 shall control in the event of a conflict with any other provision of this Contract. 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. do 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. CITY OF PALO ALTO IFB NO. 108726 rev. 12/0o PAGE 4 OF 7 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 ende.avor 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 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 CITY OF PALO ALTO IFB NO. 108726 PAGE 5 OF 7rev, 12/oo 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. A’FrEST:CITY OF PALO ALTO APPROVED AS TO FORM: City Clerk By:. Its Mayor Senior Assistant City Attorney APPROVED: _Assistant City Manager B & B Landscape Contractors, Inc. By: Name: Director of Community Services Title: Director of Administrative Services Contract Manager (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) CITY OF PALO ALTO IFB NO. 108726 rev. 12/oo PAGE 6 OF 7 CERTIFICATE OF ACKNOWLEDGMENT (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 subscribedto the within instrument and acknowledged to me that he/she/they executed the same in hi~/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 IFB NO. 108726 PAGE 7 OF 7 rev. 12/00 CERTIFICATION OF NONDISCRIMINATION SECTION 410 Certification of Nondiscrimination As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below hereby certify: a)that they are currently in compliance with all federal and state of California laws covering nondiscrimination in employment; and b)that, if awarded the contract, the proposer will not discriminate in employment of any person under the contract because of race, color, national odgin or ancestry, religion, disability, gender or marital status of such person. THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW. Firm: B & B Landscape Contractors, Inc. Signature:~~-4~/¢-~~~-- Name: George Brunn (PRINT OR TYPE NAME) Signature: Name: Note: Reinhold Brunn (PRINT OR TYPE NAME) California 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 RFP NO 108726 PAGE 1 OF 1 Attachment D BID SUMMARY SHEET Installation of Irrigation System & Maxicom Controllers At Baylands Athletic Center Invitation for Bids (IFB) No. 108726 Scapes, Inc. (Half Moon Bay, CA) Watskins & Bortolucci, Inc. (San Rafael, CA) B & B Landscape Contractors (San Jose, CA) $189,948 $183,380 $179,000 Attachment E Park Facilities Improvements (PG-00010) Continuing--Infrastructure: Parks and Open Space (FORMERLY PROJECT #10010) PROJECT DESCRIPTION This project will upgrade and/or renovate playground areas, picnic areas, athletic fields, park benches, bleachers, soft- ball outfield and soccer fencing, irrigation systems, and signs in City parks. This project also provides for lighting repair and improvements in parks, as well as sign on pathway repairs at communist centers, libraries, and fire stations and City tennis and basketball court resurfacing projects. PROJECT JUSTIFICATION This project will enhance the safety, quality, and condition of City parks and facilities as well as address legal and gov- ernmental mandates. Playground areas have old or ADA inaccessible play equipment. Additionally, lighting does not exist in most parks and where it does, fixtures are old and replacement parts are not available. Park and other facility pathways are in need of repair due to base failures, lack of maintenance, and tree root invasion. Picnic areas are old and dilapidated and are not accessible to persons with disabilities. Signage and fences are also in need of refurbishment or replacement. Project sustainability elements include Picnic Facility and amenities. PROJECTSTATUS In FY 2004-05, there will be four park renovations and the Baylands Athletic Center renovation. 2004-05 Budget City of Palo Al~o 35 Park Facilities Improvements (PG-00010) continued lP FUTURE FINANCIAL REQUIREMENTS FISCAL YEAR PY Budget PY Actuals Actuals as of Date 2004-05 2005-06 2006-07 2007-08 2008-09 AMOUNT $1,906,450 $1,407,820 12/31/03 $1,160,000 $1,158,000 $1,085,000 $1,138,000 Sources of Funding: Capital Fund COMPONENTS Boulware, Cogswell, Hoover maintenance renovations. Rinconada Park mainte- nance renovations and lighting repairs. Hopkins, Ramos, Terman Parks, Lytton Plaza maintenance and renovations; miscellaneous community center walkways, benches, fences, trash receptacles, etc. E1 Camino, Peers, Wallis parks renovations; miscellaneous benches, signs and fencing at community facilities. Hoover Park; Fire Stations 1-4; Mitchell Park and Downtown Libraries; miscel- laneous community Center paving, softscape, equipment and furnishings. IMPACT AND SUPPORT ANALYSIS Environmental: Design Elements: Operating: Categorically exempt from CEQA under Section 15301. Site and design review by the ARB, PTC, and City Council are required for all projects in the Baylands. Project should be coordinated with the updated Baylands Master Plan and pending Design Guidelines. Improvements have historically resulted in increased maintenance costs which are to be determined. Telecommunications: None COMPREHENSIVE PLAN The Comprehesive Plan furthers Policy C-22, C-24, C-26 and Program C-19 of the Comprehensive Plan. Managing Department: Community Services 36 City of Palo Alto 2004-05Budget Attachment F CIP Project Balances to return to Reserves Fiscal Year 2003-04 Enhancements Open Space Trails & Amenities Open Space Parkin8 Improvements Civic Center Plaza Waterproofin~ Lucie Stem Community Center Improveraents Cubberley Bld~ I Air Conditioninl~ Medians/Island/Planters Park Facilities Improvements El Camino Median Landscape Athletic Held Artificial Tuff/Li[,htin[~ School Site Irri[gation Mitchell Park Facililites Improvements ECR/Ventura Signal General Fund CA-O1014 32,458 BSR hffrastmctum OS-00001 122,637 Reserve Infrastructure OS-00003 117,480 Reserve General Fund PE-95012 118,021 BSR InfrasLmctur¢ PF-O1005 266,891 Reserve ]~frastractum PF-04012 154,808 Reserve ]~rasL,’uctur¢ PG-00009 458,000 Reserve ]~ffrastmctum PG-00010 1,082,000 Reserve IL~’rasLm cture PG-OI013 948,000 Reserve ~’rasL,’uctum PG-O4010 154,652 Reserve ]~frastractum PG-98001 121,000 Reserve ]~’rastructur~ PG-98003 684,490 Reserve ]nfrastractur~ PL-02005 60,999 Reserve Retum unused bud~let to Return unused bud~let to Retum unused bud~let to Return unused budget to Return unused bud~let to Return unused bud~let to Return unused bud~let to Return unused bud~let to Return unused bud~let to Return unused bud~let to Return unused budget to :letum unused bud~let to Return unused bud~]et to General Fund BSR. Infrastructure Reserve. Infrastructure Reserve. General Fund BSR. Infrastructure Reserve. Infrastructure Reserve. Infrastructure Reserve. Infrastructure Reserve. Infrastructure Reserve. Infrastructure Reserve. Infrastructure Reserve. Infrastructure Reserve. Infrastructure Reserve. 4~321,436