Loading...
HomeMy WebLinkAboutStaff Report 6692 City of Palo Alto (ID # 6692) City Council Staff Report Report Type: Consent Calendar Meeting Date: 6/20/2016 City of Palo Alto Page 1 Summary Title: Approval of Contract for Channing/Lincoln Storm Drain Improvements - Phase III Title: Approval of a Contract With Con-Quest Contractors, Inc., in the Amount of $3,293,734 for Channing Avenue/Lincoln Avenue Storm Drain Improvements - Phase III, Capital Improvement Program Project SD-11101, and Approval of a Budget Amendment in the Storm Drainage Fund From: City Manager Lead Department: Public Works Recommendation Staff recommends that Council: 1. Approve, and authorize the City Manager or his designee to execute, the attached contract with Con-Quest Contractors, Inc. (Attachment A) in the amount of $3,293,734 for the Channing Avenue/Lincoln Avenue Storm Drain Improvement Project – Phase III, Capital Improvement Program Project SD-11101; 2. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Con-Quest Contractors, Inc. for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $329,373; and 3. Amend the Fiscal Year 2016 Budget Appropriation Ordinance for the Storm Drainage Fund by: a. Increasing the Capital Improvement Program appropriation for Channing Avenue/Lincoln Avenue Storm Drain Improvements Project (SD-11101) by $393,107; and b. Decreasing the Capital Improvement Program appropriation for City of Palo Alto Page 2 Storm Drain System Replacement and Rehabilitation Project (SD- 06101) by $393,107. Background In 2005, the property owners of Palo Alto voted to increase their monthly storm drainage fee to fund a set of seven high-priority storm drain-related capital improvement projects, including improvements to the storm drain trunk pipelines along Channing and Lincoln Avenues. The existing storm drains along Channing and Lincoln Avenues were inadequate to convey the storm runoff from the surrounding neighborhoods. These pipelines convey storm runoff to the San Francisquito Creek Storm Water Pump Station, which was constructed in 2008 to serve a 1250-acre watershed area in northeastern Palo Alto. Drainage system performance along Channing and Lincoln Avenues and throughout portions of the Duveneck-St Francis, Crescent Park, Community Center, and Professorville neighborhoods will be greatly enhanced following completion of a series of storm drain upgrade projects. The work to be implemented under this contract comprises the third and final phase of this multi-phase project, which will provide drainage improvements along Lincoln Avenue between Middlefield Road and Alma Street. Discussion Project Description The work to be performed under this contract includes the installation of 30- to 42-inch diameter storm drain pipeline along Lincoln Avenue between Middlefield Road and Alma Street. The work also includes the relocation of multiple water, gas, and sanitary sewer service laterals and the installation of several new segments of sanitary sewer main serving adjacent residences due to grade conflicts with the new storm drain pipeline. The project limits are depicted on the attached Location Map (Attachment B). The new storm drain will improve drainage system performance along Lincoln Avenue and will indirectly improve drainage along perpendicular streets in the neighborhood by intercepting existing storm drains that currently flow to an undersized trunk storm drain along Embarcadero Road. Parking and traffic circulation along Lincoln Avenue will be impacted during the four-month construction period. Staff will keep local residents and officials at Addison Elementary School up-to-date on the project status and strive to minimize project impacts throughout the duration of construction activity. City of Palo Alto Page 3 Bid Process On May 4, 2016, a notice inviting formal bids for the Channing Avenue/Lincoln Avenue Storm Drain Improvement Project – Phase III was posted to the City’s online bid solicitation web portal. The bidding period was twenty-nine days. Bids were received from two qualified contractors on June 2, 2016, as listed on the attached Bid Summary (Attachment C). Summary of Bid Process Bid Name/Number Channing Avenue/Lincoln Avenue Storm Drain Improvement Project – Phase III, Capital Improvement Program Project SD-11101 /IFB #164104 Proposed Length of Project 175 calendar days Total Days to Respond to Bid 29 Pre-Bid Meeting? No Number of Company Attendees at Pre-Bid Meeting Not applicable Number of Bids Received: 2 Bid Price Range $3,293,734 to $3,977,610 Staff has reviewed all bids submitted and recommends that the bid of $3,293,734 submitted by Con-Quest Contractors, Inc. be accepted and that Con-Quest Contractors, Inc. be declared the lowest responsible bidder. Staff recommends that the contract scope of work include the Base Bid only. The low bid is 15 percent below the engineer's estimate of $3,865,000. The change order amount of $329,373 (which equals 10 percent of the total contract) is requested for related, additional but unforeseen work which may develop during the project. Staff confirmed with the Contractor's State License Board that the contractor has an active license on file and is registered with the Department of Industrial Relations. Staff also contacted the listed references for Con-Quest Contractors, Inc. and found they have performed satisfactorily on past construction projects for other clients, including the City. Project Coordination City of Palo Alto Page 4 The Channing Avenue/Lincoln Avenue Storm Drain Improvement Project – Phase III has been coordinated with other capital projects during the monthly Utilities/Public Works Department street work coordination meetings and by use of the Geographic Information System-based project coordination program. This project does not conflict with any upcoming Public Works or Utilities Department projects. The work has been coordinated with city and non-city utility agencies, whose underground facilities will need to be relocated as a result of the proposed pipeline installation. Due to the proximity of the work to Addison Elementary School, staff coordinated with the school principal to keep school staff informed of project status. Although the project has been scheduled to take place during the school’s summer recess period, the school site will be hosting a summer science camp between June 6 and July 29. Construction activity in the vicinity of the school will be scheduled to avoid student arrival and departure times, and information will be provided to camp parents advising them to avoid the construction work zone at the rear of the school. Resource Impact Funding for the Channing Avenue/Lincoln Avenue Storm Drain Improvement Project – Phase III in the amount of $3,230,000 is available in Storm Drainage Fund Capital Improvement Program Project SD-11101. The balance of the funds required to pay for project costs is recommended to be provided with the approval of a Budget Amendment in the Storm Drainage Fund, increasing the Capital Improvement Program appropriation for Project SD-11101 by $393,107; and decreasing the Capital Improvement Program appropriation for Project SD- 06101, Storm Drain System Replacement and Rehabilitation, by $393,107. Minimal impact is anticipated from the proposed reduction to the Storm Drain System Replacement and Rehabilitation project, as the remaining balance in the project, together with the anticipated FY 2017 allocation for this annually recurring project, is expected to be sufficient for the storm drain replacement and rehabilitation needs for the coming year. Policy Implications The recommendation does not represent any changes to existing City policies. Environmental Review City of Palo Alto Page 5 This project is categorically exempt from the provisions of the California Environmental Quality Act (CEQA) under Section 15301 of the CEQA Guidelines as repair, maintenance and/or minor alteration of existing facilities and no further environmental review is necessary. Attachments:  A - Contract (PDF)  B - Location Map (PDF)  C - Bid Schedule (XLSX) Invitation for Bid (IFB) Package 1 Rev. April 27, 2016 CONSTRUCTION CONTRACT CONSTRUCTION CONTRACT Contract No. C16164104 City of Palo Alto Lincoln Avenue Storm Drain Improvements (Phase III) Project Invitation for Bid (IFB) Package 2 Rev. April 27, 2016 CONSTRUCTION CONTRACT CONSTRUCTION CONTRACT TABLE OF CONTENTS SECTION 1 INCORPORATION OF RECITALS AND DEFINITIONS…………………………………….…………..6 1.1 Recitals…………………………………………………………………………………………………………………….6 1.2 Definitions……………………………………………………………………………………………………………….6 SECTION 2 THE PROJECT………………………………………………………………………………………………………...6 SECTION 3 THE CONTRACT DOCUMENTS………………………………………………………………………………..7 3.1 List of Documents…………………………………………………………………………………………….........7 3.2 Order of Precedence……………………………………………………………………………………………......7 SECTION 4 CONTRACTOR’S DUTY…………………………………………………………………………………………..8 4.1 Contractor's Duties…………………………………………………………………………………………………..8 SECTION 5 PROJECT TEAM……………………………………………………………………………………………………..8 5.1 Contractor's Co-operation………………………………………………………………………………………..8 SECTION 6 TIME OF COMPLETION…………………………………………………………………………………….......8 6.1 Time Is of Essence…………………………………………………………………………………………………….8 6.2 Commencement of Work…………………………………………………………………………………………8 6.3 Contract Time…………………………………………………………………………………………………………..8 6.4 Liquidated Damages…………………………………………………………………………………………………8 6.4.1 Other Remedies……………………………………………………………………………………………………..9 6.5 Adjustments to Contract Time………………………………………………………………………………….9 SECTION 7 COMPENSATION TO CONTRACTOR……………………………………………………………………….9 7.1 Contract Sum……………………………………………………………………………………………………………9 7.2 Full Compensation……………………………………………………………………………………………………9 SECTION 8 STANDARD OF CARE……………………………………………………………………………………………..9 8.1 Standard of Care…………………………………………………………………………………..…………………9 SECTION 9 INDEMNIFICATION…………………………………………………………………………………………..…10 9.1 Hold Harmless……………………………………………………………………………………………………….10 9.2 Survival…………………………………………………………………………………………………………………10 SECTION 10 NON-DISCRIMINATION……..………………………………………………………………………………10 10.1 Municipal Code Requirement…………….………………………………..……………………………….10 SECTION 11 INSURANCE AND BONDS.…………………………………………………………………………………10 Invitation for Bid (IFB) Package 3 Rev. April 27, 2016 CONSTRUCTION CONTRACT 11.1 Evidence of Coverage…………………………………………………………………………………………..10 SECTION 12 PROHIBITION AGAINST TRANSFERS…………………………………………………………….…11 12.1 Assignment………………………………………………………………………………………………………….11 12.2 Assignment by Law.………………………………………………………………………………………………11 SECTION 13 NOTICES …………………………………………………………………………………………………………….11 13.1 Method of Notice …………………………………………………………………………………………………11 13.2 Notice Recipents ………………………………………………………………………………………………….11 13.3 Change of Address……………………………………………………………………………………………….12 SECTION 14 DEFAULT…………………………………………………………………………………………………………...12 14.1 Notice of Default………………………………………………………………………………………………….12 14.2 Opportunity to Cure Default…………………………………………………………………………………12 SECTION 15 CITY'S RIGHTS AND REMEDIES…………………………………………………………………………..13 15.1 Remedies Upon Default……………………………………………………………………………………….13 15.1.1 Delete Certain Services…………………………………………………………………………………….13 15.1.2 Perform and Withhold……………………………………………………………………………………..13 15.1.3 Suspend The Construction Contract…………………………………………………………………13 15.1.4 Terminate the Construction Contract for Default………………………………………………13 15.1.5 Invoke the Performance Bond………………………………………………………………………….13 15.1.6 Additional Provisions……………………………………………………………………………………….13 15.2 Delays by Sureties……………………………………………………………………………………………….13 15.3 Damages to City…………………………………………………………………………………………………..14 15.3.1 For Contractor's Default…………………………………………………………………………………..14 15.3.2 Compensation for Losses…………………………………………………………………………………14 15.4 Suspension by City……………………………………………………………………………………………….14 15.4.1 Suspension for Convenience……………………………………………………………………………..14 15.4.2 Suspension for Cause………………………………………………………………………………………..14 15.5 Termination Without Cause…………………………………………………………………………………14 15.5.1 Compensation………………………………………………………………………………………………….15 15.5.2 Subcontractors………………………………………………………………………………………………..15 15.6 Contractor’s Duties Upon Termination………………………………………………………………...15 SECTION 16 CONTRACTOR'S RIGHTS AND REMEDIES……………………………………………………………16 16.1 Contractor’s Remedies……………………………………..………………………………..………………….16 Invitation for Bid (IFB) Package 4 Rev. April 27, 2016 CONSTRUCTION CONTRACT 16.1.1 For Work Stoppage……………………………………………………………………………………………16 16.1.2 For City's Non-Payment…………………………………………………………………………………….16 16.2 Damages to Contractor………………………………………………………………………………………..16 SECTION 17 ACCOUNTING RECORDS………………………………………………………………………………….…16 17.1 Financial Management and City Access………………………………………………………………..16 17.2 Compliance with City Requests…………………………………………………………………………….17 SECTION 18 INDEPENDENT PARTIES……………………………………………………………………………………..17 18.1 Status of Parties……………………………………………………………………………………………………17 SECTION 19 NUISANCE……………………………………………………………………………………………………….…17 19.1 Nuisance Prohibited……………………………………………………………………………………………..17 SECTION 20 PERMITS AND LICENSES…………………………………………………………………………………….17 20.1 Payment of Fees…………………………………………………………………………………………………..17 SECTION 21 WAIVER…………………………………………………………………………………………………………….17 21.1 Waiver………………………………………………………………………………………………………………….17 SECTION 22 GOVERNING LAW AND VENUE; COMPLIANCE WITH LAWS……………………………….18 22.1 Governing Law…………………………………………………………………………………………………….18 22.2 Compliance with Laws…………………………………………………………………………………………18 22.2.1 Palo Alto Minimum Wage Ordinance…………….………………………………………………….18 SECTION 23 COMPLETE AGREEMENT……………………………………………………………………………………18 23.1 Integration………………………………………………………………………………………………………….18 SECTION 24 SURVIVAL OF CONTRACT…………………………………………………………………………………..18 24.1 Survival of Provisions……………………………………………………………………………………………18 SECTION 25 PREVAILING WAGES………………………………………………………………………………………….18 SECTION 26 NON-APPROPRIATION……………………………………………………………………………………….19 26.1 Appropriation………………………………………………………………………………………………………19 SECTION 27 AUTHORITY……………………………………………………………………………………………………….19 27.1 Representation of Parties…………………………………………………………………………………….19 SECTION 28 COUNTERPARTS………………………………………………………………………………………………..19 28.1 Multiple Counterparts………………………………………………………………………………………….19 SECTION 29 SEVERABILITY……………………………………………………………………………………………………19 29.1 Severability………………………………………………………………………………………………………….19 SECTION 30 STATUTORY AND REGULATORY REFERENCES …………………………………………………..19 Invitation for Bid (IFB) Package 5 Rev. April 27, 2016 CONSTRUCTION CONTRACT 30.1 Amendments of Laws…………………………………………………………………………………………..19 SECTION 31 WORKERS’ COMPENSATION CERTIFICATION………………………………………………….….19 31.1 Workers Compensation…………………………………………………………………………………….19 SECTION 32 DIR REGISTRATION AND OTHER SB 854 REQUIREMENTS………………………………..…20 32.1 General Notice to Contractor…………………………………………………………………………….20 32.2 Labor Code section 1771.1(a)…………………………………………………………………………….20 32.3 DIR Registration Required…………………………………………………………………………………20 32.4 Posting of Job Site Notices…………………………………………………………………………………20 32.5 Payroll Records…………………………………………………………………………………………………20 Invitation for Bid (IFB) Package 6 Rev. April 27, 2016 CONSTRUCTION CONTRACT CONSTRUCTION CONTRACT THIS CONSTRUCTION CONTRACT entered into on June 20, 2016 (“Execution Date”) by and between the CITY OF PALO ALTO, a California chartered municipal corporation ("City"), and Con-Quest Contractors, Inc. ("Contractor"), is made with reference to the following: R E C I T A L S: A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. Contractor is a Corporation duly organized and in good standing in the State of California, Contractor’s License Number 818668 and Department of Industrial Relations Registration Number 1000000921. Contractor represents that it is duly licensed by the State of California and has the background, knowledge, experience and expertise to perform the obligations set forth in this Construction Contract. C. On May 4, 2016, City issued an Invitation for Bids (IFB) to contractors for the Lincoln Avenue Storm Drain Improvement Project (Phase III) (“Project”). In response to the IFB, Contractor submitted a Bid. D. City and Contractor desire to enter into this Construction Contract for the Project, and other services as identified in the Contract Documents for the Project upon the following terms and conditions. NOW THEREFORE, in consideration of the mutual promises and undertakings hereinafter set forth and for other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, it is mutually agreed by and between the undersigned parties as follows: SECTION 1 INCORPORATION OF RECITALS AND DEFINITIONS. 1.1 Recitals. All of the recitals are incorporated herein by reference. 1.2 Definitions. Capitalized terms shall have the meanings set forth in this Construction Contract and/or in the General Conditions. If there is a conflict between the definitions in this Construction Contract and in the General Conditions, the definitions in this Construction Contract shall prevail. SECTION 2 THE PROJECT. The Project is the Lincoln Avenue Storm Drain Improvements (Phase III) Project, located at Lincoln Avenue (Middlefield Road To Alma Street) Palo Alto, CA. 94301 ("Project"). Invitation for Bid (IFB) Package 7 Rev. April 27, 2016 CONSTRUCTION CONTRACT SECTION 3 THE CONTRACT DOCUMENTS. 3.1 List of Documents. The Contract Documents (sometimes collectively referred to as “Agreement” or “Bid Documents”) consist of the following documents which are on file with the Purchasing Division and are hereby incorporated by reference. 1) Change Orders 2) Field Orders 3) Contract 4) Bidding Addenda 5) Special Provisions 6) General Conditions 7) Project Plans and Drawings 8) Technical Specifications 9) Instructions to Bidders 10) Invitation for Bids 11) Contractor's Bid/Non-Collusion Declaration 12) Reports listed in the Contract Documents 13) Public Works Department’s Standard Drawings and Specifications (most current version at time of Bid) 14) Utilities Department’s Water, Gas, Wastewater, Electric Utilities Standards (most current version at time of Bid) 15) City of Palo Alto Traffic Control Requirements 16) City of Palo Alto Truck Route Map and Regulations 17) Notice Inviting Pre-Qualification Statements, Pre-Qualification Statement, and Pre- Qualification Checklist (if applicable) 18) Performance and Payment Bonds 3.2 Order of Precedence. For the purposes of construing, interpreting and resolving inconsistencies between and among the provisions of this Contract, the Contract Documents shall have the order of precedence as set forth in the preceding section. If a claimed inconsistency cannot be resolved through the order of precedence, the City shall have the sole power to decide which document or provision shall govern as may be in the best interests of the City. Invitation for Bid (IFB) Package 8 Rev. April 27, 2016 CONSTRUCTION CONTRACT SECTION 4 CONTRACTOR’S DUTY. 4.1 Contractor’s Duties Contractor agrees to perform all of the Work required for the Project, as specified in the Contract Documents, all of which are fully incorporated herein. Contractor shall provide, furnish, and supply all things necessary and incidental for the timely performance and completion of the Work, including, but not limited to, provision of all necessary labor, materials, equipment, transportation, and utilities, unless otherwise specified in the Contract Documents. Contractor also agrees to use its best efforts to complete the Work in a professional and expeditious manner and to meet or exceed the performance standards required by the Contract Documents. SECTION 5 PROJECT TEAM. 5.1 Contractor’s Co-operation. In addition to Contractor, City has retained, or may retain, consultants and contractors to provide professional and technical consultation for the design and construction of the Project. The Contract requires that Contractor operate efficiently, effectively and cooperatively with City as well as all other members of the Project Team and other contractors retained by City to construct other portions of the Project. SECTION 6 TIME OF COMPLETION. 6.1 Time Is of Essence. Time is of the essence with respect to all time limits set forth in the Contract Documents. 6.2 Commencement of Work. Contractor shall commence the Work on the date specified in City’s Notice to Proceed. 6.3 Contract Time. Work hereunder shall begin on the date specified on the City’s Notice to Proceed and shall be completed not later than . within 175 calendar days () after the commencement date specified in City’s Notice to Proceed. By executing this Construction Contract, Contractor expressly waives any claim for delayed early completion. 6.4 Liquidated Damages. Pursuant to Government Code Section 53069.85, if Contractor fails to achieve Substantial Completion of the entire Work within the Contract Time, including any approved extensions thereto, City may assess liquidated damages on a daily basis for each day of Unexcused Delay in achieving Substantial Completion, based on the amount of One Thousand dollars ($1000) per day, or as otherwise specified in the Special Provisions. Liquidated damages may also be separately assessed for failure to meet milestones specified elsewhere in the Contract Documents, regardless of impact on the time for achieving Substantial Completion. The assessment of liquidated damages is not a penalty but considered to be a reasonable Invitation for Bid (IFB) Package 9 Rev. April 27, 2016 CONSTRUCTION CONTRACT estimate of the amount of damages City will suffer by delay in completion of the Work. The City is entitled to setoff the amount of liquidated damages assessed against any payments otherwise due to Contractor, including, but not limited to, setoff against release of retention. If the total amount of liquidated damages assessed exceeds the amount of unreleased retention, City is entitled to recover the balance from Contractor or its sureties. Occupancy or use of the Project in whole or in part prior to Substantial Completion, shall not operate as a waiver of City’s right to assess liquidated damages. 6.4.1 Other Remedies. City is entitled to any and all available legal and equitable remedies City may have where City’s Losses are caused by any reason other than Contractor’s failure to achieve Substantial Completion of the entire Work within the Contract Time. 6.5 Adjustments to Contract Time. The Contract Time may only be adjusted for time extensions approved by City and memorialized in a Change Order approved in accordance with the requirements of the Contract Documents. SECTION 7 COMPENSATION TO CONTRACTOR. 7.1 Contract Sum. Contractor shall be compensated for satisfactory completion of the Work in compliance with the Contract Documents the Contract Sum of Three Million Two Hundred Ninety-Three Thousand Seven Hundred Thirty- Four Dollars ($3,293,734). [This amount includes the Base Bid and Additive Alternates N/A.] 7.2 Full Compensation. The Contract Sum shall be full compensation to Contractor for all Work provided by Contractor and, except as otherwise expressly permitted by the terms of the Contract Documents, shall cover all Losses arising out of the nature of the Work or from the acts of the elements or any unforeseen difficulties or obstructions which may arise or be encountered in performance of the Work until its Acceptance by City, all risks connected with the Work, and any and all expenses incurred due to suspension or discontinuance of the Work, except as expressly provided herein. The Contract Sum may only be adjusted for Change Orders approved in accordance with the requirements of the Contract Documents. SECTION 8 STANDARD OF CARE. 8.1 Standard of Care. Contractor agrees that the Work shall be performed by qualified, experienced and well-supervised personnel. All services performed in connection with this Construction Contract shall be performed in a manner consistent with the standard of care under California law applicable to those who specialize in providing such services for projects of the type, scope and complexity of the Project. Invitation for Bid (IFB) Package 10 Rev. April 27, 2016 CONSTRUCTION CONTRACT SECTION 9 INDEMNIFICATION. 9.1 Hold Harmless. To the fullest extent allowed by law, Contractor will defend, indemnify, and hold harmless City, its City Council, boards and commissions, officers, agents, employees, representatives and volunteers (hereinafter individually referred to as an “Indemnitee” and collectively referred to as "Indemnitees"), through legal counsel acceptable to City, from and against any and liability, loss, damage, claims, expenses (including, without limitation, attorney fees, expert witness fees, paralegal fees, and fees and costs of litigation or arbitration) (collectively, “Liability”) of every nature arising out of or in connection with the acts or omissions of Contractor, its employees, Subcontractors, representatives, or agents, in performing the Work or its failure to comply with any of its obligations under the Contract, except such Liability caused by the active negligence, sole negligence, or willful misconduct of an Indemnitee. Contractor shall pay City for any costs City incurs to enforce this provision. Except as provided in Section 9.2 below, nothing in the Contract Documents shall be construed to give rise to any implied right of indemnity in favor of Contractor against City or any other Indemnitee. Pursuant to Public Contract Code Section 9201, City shall timely notify Contractor upon receipt of any third-party claim relating to the Contract. 9.2 Survival. The provisions of Section 9 shall survive the termination of this Construction Contract. SECTION 10 NON-DISCRIMINATION. 10.1 Municipal Code Requirement. As set forth in Palo Alto Municipal Code section 2.30.510, Contractor certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. Contractor acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and will comply with all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. SECTION 11 INSURANCE AND BONDS. 11.1 Evidence of coverage. Within ten (10) business days following issuance of the Notice of Award, Contractor shall provide City with evidence that it has obtained insurance and shall submit Performance and Payment Bonds satisfying all requirements in Article 11 of the General Conditions. Invitation for Bid (IFB) Package 11 Rev. April 27, 2016 CONSTRUCTION CONTRACT SECTION 12 PROHIBITION AGAINST TRANSFERS. 12.1 Assignment. City is entering into this Construction Contract in reliance upon the stated experience and qualifications of the Contractor and its Subcontractors set forth in Contractor’s Bid. Accordingly, Contractor shall not assign, hypothecate or transfer this Construction Contract or any interest therein directly or indirectly, by operation of law or otherwise without the prior written consent of City. Any assignment, hypothecation or transfer without said consent shall be null and void, and shall be deemed a substantial breach of contract and grounds for default in addition to any other legal or equitable remedy available to the City. 12.2 Assignment by Law. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor or of any general partner or joint venturer or syndicate member of Contractor, if the Contractor is a partnership or joint venture or syndicate or co-tenancy shall result in changing the control of Contractor, shall be construed as an assignment of this Construction Contract. Control means more than fifty percent (50%) of the voting power of the corporation or other entity. SECTION 13 NOTICES. 13.1 Method of Notice. All notices, demands, requests or approvals to be given under this Construction Contract shall be given in writing and shall be deemed served on the earlier of the following: (i) On the date delivered if delivered personally; (ii) On the third business day after the deposit thereof in the United States mail, postage prepaid, and addressed as hereinafter provided; (iii) On the date sent if sent by facsimile transmission; (iv) On the date sent if delivered by electronic mail; or (v) On the date it is accepted or rejected if sent by certified mail. 13.2 Notice to Recipients. All notices, demands or requests (including, without limitation, Change Order Requests and Claims) from Contractor to City shall include the Project name and the number of this Construction Contract and shall be addressed to City at: To City: City of Palo Alto City Clerk 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 Copy to: City of Palo Alto Public Works Administration 250 Hamilton Avenue Palo Alto, CA 94301 Attn: Joe Teresi AND [Include Construction Manager, If Applicable.] Invitation for Bid (IFB) Package 12 Rev. April 27, 2016 CONSTRUCTION CONTRACT City of Palo Alto Utilities Engineering 250 Hamilton Avenue Palo Alto, CA 94301 Attn: In addition, copies of all Claims by Contractor under this Construction Contract shall be provided to the following: Palo Alto City Attorney’s Office 250 Hamilton Avenue P.O. Box 10250 Palo Alto, California 94303 All Claims shall be delivered personally or sent by certified mail. All notices, demands, requests or approvals from City to Contractor shall be addressed to: Con-Quest Contractors, Inc. 290 Toland Street San Francisco, Ca 94124 Attn: Paul Loukianoff 13.3 Change of Address. In advance of any change of address, Contractor shall notify City of the change of address in writing. Each party may, by written notice only, add, delete or replace any individuals to whom and addresses to which notice shall be provided. SECTION 14 DEFAULT. 14.1 Notice of Default. In the event that City determines, in its sole discretion, that Contractor has failed or refused to perform any of the obligations set forth in the Contract Documents, or is in breach of any provision of the Contract Documents, City may give written notice of default to Contractor in the manner specified for the giving of notices in the Construction Contract, with a copy to Contractor’s performance bond surety. 14.2 Opportunity to Cure Default. Except for emergencies, Contractor shall cure any default in performance of its obligations under the Contract Documents within two (2) Days (or such shorter time as City may reasonably require) after receipt of written notice. However, if the breach cannot be reasonably cured within such time, Contractor will commence to cure the breach within two (2) Days (or such shorter time as City may reasonably require) and will diligently and continuously prosecute such cure to completion within a reasonable time, which shall in no event be later than ten (10) Days after receipt of such written notice. Invitation for Bid (IFB) Package 13 Rev. April 27, 2016 CONSTRUCTION CONTRACT SECTION 15 CITY'S RIGHTS AND REMEDIES. 15.1 Remedies Upon Default. If Contractor fails to cure any default of this Construction Contract within the time period set forth above in Section 14, then City may pursue any remedies available under law or equity, including, without limitation, the following: 15.1.1 Delete Certain Services. City may, without terminating the Construction Contract, delete certain portions of the Work, reserving to itself all rights to Losses related thereto. 15.1.2 Perform and Withhold. City may, without terminating the Construction Contract, engage others to perform the Work or portion of the Work that has not been adequately performed by Contractor and withhold the cost thereof to City from future payments to Contractor, reserving to itself all rights to Losses related thereto. 15.1.3 Suspend The Construction Contract. City may, without terminating the Construction Contract and reserving to itself all rights to Losses related thereto, suspend all or any portion of this Construction Contract for as long a period of time as City determines, in its sole discretion, appropriate, in which event City shall have no obligation to adjust the Contract Sum or Contract Time, and shall have no liability to Contractor for damages if City directs Contractor to resume Work. 15.1.4 Terminate the Construction Contract for Default. City shall have the right to terminate this Construction Contract, in whole or in part, upon the failure of Contractor to promptly cure any default as required by Section 14. City’s election to terminate the Construction Contract for default shall be communicated by giving Contractor a written notice of termination in the manner specified for the giving of notices in the Construction Contract. Any notice of termination given to Contractor by City shall be effective immediately, unless otherwise provided therein. 15.1.5 Invoke the Performance Bond. City may, with or without terminating the Construction Contract and reserving to itself all rights to Losses related thereto, exercise its rights under the Performance Bond. 15.1.6 Additional Provisions. All of City’s rights and remedies under this Construction Contract are cumulative, and shall be in addition to those rights and remedies available in law or in equity. Designation in the Contract Documents of certain breaches as material shall not waive the City’s authority to designate other breaches as material nor limit City’s right to terminate the Construction Contract, or prevent the City from terminating the Agreement for breaches that are not material. City’s determination of whether there has been noncompliance with the Construction Contract so as to warrant exercise by City of its rights and remedies for default under the Construction Contract, shall be binding on all parties. No termination or action taken by City after such termination shall prejudice any other rights or remedies of City provided by law or equity or by the Contract Documents upon such termination; and City may proceed against Contractor to recover all liquidated damages and Losses suffered by City. 15.2 Delays by Sureties. Time being of the essence in the performance of the Work, if Contractor’s surety fails to arrange for completion of the Work in accordance with the Performance Bond, within seven (7) calendar days from the date of the notice of termination, Contractor’s surety shall be deemed to have waived its right to complete the Work under the Contract, and City may immediately make arrangements for the completion of the Work through use of its own forces, by hiring a replacement contractor, or by any other means that City determines advisable under the circumstances. Contractor and its surety shall be jointly and severally Invitation for Bid (IFB) Package 14 Rev. April 27, 2016 CONSTRUCTION CONTRACT liable for any additional cost incurred by City to complete the Work following termination. In addition, City shall have the right to use any materials, supplies, and equipment belonging to Contractor and located at the Worksite for the purposes of completing the remaining Work. 15.3 Damages to City. 15.3.1 For Contractor's Default. City will be entitled to recovery of all Losses under law or equity in the event of Contractor’s default under the Contract Documents. 15.3.2 Compensation for Losses. In the event that City's Losses arise from Contractor’s default under the Contract Documents, City shall be entitled to deduct the cost of such Losses from monies otherwise payable to Contractor. If the Losses incurred by City exceed the amount payable, Contractor shall be liable to City for the difference and shall promptly remit same to City. 15.4 Suspension by City 15.4.1 Suspension for Convenience. City may, at any time and from time to time, without cause, order Contractor, in writing, to suspend, delay, or interrupt the Work in whole or in part for such period of time, up to an aggregate of fifty percent (50%) of the Contract Time. The order shall be specifically identified as a Suspension Order by City. Upon receipt of a Suspension Order, Contractor shall, at City’s expense, comply with the order and take all reasonable steps to minimize costs allocable to the Work covered by the Suspension Order. During the Suspension or extension of the Suspension, if any, City shall either cancel the Suspension Order or, by Change Order, delete the Work covered by the Suspension Order. If a Suspension Order is canceled or expires, Contractor shall resume and continue with the Work. A Change Order will be issued to cover any adjustments of the Contract Sum or the Contract Time necessarily caused by such suspension. A Suspension Order shall not be the exclusive method for City to stop the Work. 15.4.2 Suspension for Cause. In addition to all other remedies available to City, if Contractor fails to perform or correct work in accordance with the Contract Documents, City may immediately order the Work, or any portion thereof, suspended until the cause for the suspension has been eliminated to City’s satisfaction. Contractor shall not be entitled to an increase in Contract Time or Contract Price for a suspension occasioned by Contractor’s failure to comply with the Contract Documents. City’s right to suspend the Work shall not give rise to a duty to suspend the Work, and City’s failure to suspend the Work shall not constitute a defense to Contractor’s failure to comply with the requirements of the Contract Documents. 15.5 Termination Without Cause. City may, at its sole discretion and without cause, terminate this Construction Contract in part or in whole upon written notice to Contractor. Upon receipt of such notice, Contractor shall, at City’s expense, comply with the notice and take all reasonable steps to minimize costs to close out and demobilize. The compensation allowed under this Paragraph 15.5 shall be the Contractor’s sole and exclusive compensation for such termination and Contractor waives any claim for other compensation or Losses, including, but not limited to, loss of anticipated profits, loss of revenue, lost opportunity, or other consequential, direct, indirect or incidental damages of any kind resulting from termination without cause. Termination pursuant to this provision does not relieve Contractor or its sureties from any of their obligations for Losses arising from or related to the Work performed by Contractor. Invitation for Bid (IFB) Package 15 Rev. April 27, 2016 CONSTRUCTION CONTRACT 15.5.1 Compensation. Following such termination and within forty-five (45) Days after receipt of a billing from Contractor seeking payment of sums authorized by this Paragraph 15.5.1, City shall pay the following to Contractor as Contractor’s sole compensation for performance of the Work : .1 For Work Performed. The amount of the Contract Sum allocable to the portion of the Work properly performed by Contractor as of the date of termination, less sums previously paid to Contractor. .2 For Close-out Costs. Reasonable costs of Contractor and its Subcontractors: (i) Demobilizing and (ii) Administering the close-out of its participation in the Project (including, without limitation, all billing and accounting functions, not including attorney or expert fees) for a period of no longer than thirty (30) Days after receipt of the notice of termination. .3 For Fabricated Items. Previously unpaid cost of any items delivered to the Project Site which were fabricated for subsequent incorporation in the Work. .4 Profit Allowance. An allowance for profit calculated as four percent (4%) of the sum of the above items, provided Contractor can prove a likelihood that it would have made a profit if the Construction Contract had not been terminated. 15.5.2 Subcontractors. Contractor shall include provisions in all of its subcontracts, purchase orders and other contracts permitting termination for convenience by Contractor on terms that are consistent with this Construction Contract and that afford no greater rights of recovery against Contractor than are afforded to Contractor against City under this Section. 15.6 Contractor’s Duties Upon Termination. Upon receipt of a notice of termination for default or for convenience, Contractor shall, unless the notice directs otherwise, do the following: (i) Immediately discontinue the Work to the extent specified in the notice; (ii) Place no further orders or subcontracts for materials, equipment, services or facilities, except as may be necessary for completion of such portion of the Work that is not discontinued; (iii) Provide to City a description in writing, no later than fifteen (15) days after receipt of the notice of termination, of all subcontracts, purchase orders and contracts that are outstanding, including, without limitation, the terms of the original price, any changes, payments, balance owing, the status of the portion of the Work covered and a copy of the subcontract, purchase order or contract and any written changes, amendments or modifications thereto, together with such other information as City may determine necessary in order to decide whether to accept assignment of or request Contractor to terminate the subcontract, purchase order or contract; (iv) Promptly assign to City those subcontracts, purchase orders or contracts, or portions thereof, that City elects to accept by assignment and cancel, on the most favorable terms reasonably possible, all subcontracts, purchase orders or contracts, or portions thereof, that City does not elect to accept by assignment; and (v) Thereafter do only such Work as may be necessary to preserve and protect Work already in progress and to protect materials, plants, and equipment on the Project Site or in transit thereto. Upon termination, whether for cause or for convenience, the provisions of the Contract Documents remain in effect as to any Claim, indemnity obligation, warranties, guarantees, Invitation for Bid (IFB) Package 16 Rev. April 27, 2016 CONSTRUCTION CONTRACT submittals of as-built drawings, instructions, or manuals, or other such rights and obligations arising prior to the termination date. SECTION 16 CONTRACTOR'S RIGHTS AND REMEDIES. 16.1 Contractor’s Remedies. Contractor may terminate this Construction Contract only upon the occurrence of one of the following: 16.1.1 For Work Stoppage. The Work is stopped for sixty (60) consecutive Days, through no act or fault of Contractor, any Subcontractor, or any employee or agent of Contractor or any Subcontractor, due to issuance of an order of a court or other public authority other than City having jurisdiction or due to an act of government, such as a declaration of a national emergency making material unavailable. This provision shall not apply to any work stoppage resulting from the City’s issuance of a suspension notice issued either for cause or for convenience. 16.1.2 For City's Non-Payment. If City does not make pay Contractor undisputed sums within ninety (90) Days after receipt of notice from Contractor, Contractor may terminate the Construction Contract (30) days following a second notice to City of Contractor’s intention to terminate the Construction Contract. 16.2 Damages to Contractor. In the event of termination for cause by Contractor, City shall pay Contractor the sums provided for in Paragraph 15.5.1 above. Contractor agrees to accept such sums as its sole and exclusive compensation and agrees to waive any claim for other compensation or Losses, including, but not limited to, loss of anticipated profits, loss of revenue, lost opportunity, or other consequential, direct, indirect and incidental damages, of any kind. SECTION 17 ACCOUNTING RECORDS. 17.1 Financial Management and City Access. Contractor shall keep full and detailed accounts and exercise such controls as may be necessary for proper financial management under this Construction Contract in accordance with generally accepted accounting principles and practices. City and City's accountants during normal business hours, may inspect, audit and copy Contractor's records, books, estimates, take-offs, cost reports, ledgers, schedules, correspondence, instructions, drawings, receipts, subcontracts, purchase orders, vouchers, memoranda and other data relating to this Project. Contractor shall retain these documents for a period of three (3) years after the later of (i) Final Payment or (ii) final resolution of all Contract Disputes and other disputes, or (iii) for such longer period as may be required by law. Invitation for Bid (IFB) Package 17 Rev. April 27, 2016 CONSTRUCTION CONTRACT 17.2 Compliance with City Requests. Contractor's compliance with any request by City pursuant to this Section 17 shall be a condition precedent to filing or maintenance of any legal action or proceeding by Contractor against City and to Contractor's right to receive further payments under the Contract Documents. City many enforce Contractor’s obligation to provide access to City of its business and other records referred to in Section 17.1 for inspection or copying by issuance of a writ or a provisional or permanent mandatory injunction by a court of competent jurisdiction based on affidavits submitted to such court, without the necessity of oral testimony. SECTION 18 INDEPENDENT PARTIES. 18.1 Status of parties. Each party is acting in its independent capacity and not as agents, employees, partners, or joint ventures’ of the other party. City, its officers or employees shall have no control over the conduct of Contractor or its respective agents, employees, subconsultants, or subcontractors, except as herein set forth. SECTION 19 NUISANCE. 19.1 Nuisance Prohibited. Contractor shall not maintain, commit, nor permit the maintenance or commission of any nuisance in connection in the performance of services under this Construction Contract. SECTION 20 PERMITS AND LICENSES. 20.1 Payment of Fees. Except as otherwise provided in the Special Provisions and Technical Specifications, The Contractor shall provide, procure and pay for all licenses, permits, and fees, required by the City or other government jurisdictions or agencies necessary to carry out and complete the Work. Payment of all costs and expenses for such licenses, permits, and fees shall be included in one or more Bid items. No other compensation shall be paid to the Contractor for these items or for delays caused by non-City inspectors or conditions set forth in the licenses or permits issued by other agencies. SECTION 21 WAIVER. 21.1 Waiver. A waiver by either party of any breach of any term, covenant, or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained herein, whether of the same or a different character. Invitation for Bid (IFB) Package 18 Rev. April 27, 2016 CONSTRUCTION CONTRACT SECTION 22 GOVERNING LAW AND VENUE; COMPLIANCE WITH LAWS. 22.1 Governing Law. This Construction Contract shall be construed in accordance with and governed by the laws of the State of California, and venue shall be in a court of competent jurisdiction in the County of Santa Clara, and no other place. 22.2 Compliance with Laws. Contractor shall comply with all applicable federal and California laws and city laws, including, without limitation, ordinances and resolutions, in the performance of work under this Construction Contract. 22.2.1 Palo Alto Minimum Wage Ordinance. Contractor shall comply with all requirements of the Palo Alto Municipal Code Chapter 4.62 (Citywide Minimum Wage), as it may be amended from time to time. In particular, for any employee otherwise entitled to the State minimum wage, who performs at least two (2) hours of work in a calendar week within the geographic boundaries of the City, Contractor shall pay such employees no less than the minimum wage set forth in Palo Alto Municipal Code section 4.62.030 for each hour worked within the geographic boundaries of the City of Palo Alto. In addition, Contractor shall post notices regarding the Palo Alto Minimum Wage Ordinance in accordance with Palo Alto Municipal Code section 4.62.060. SECTION 23 COMPLETE AGREEMENT. 23.1 Integration. This Agreement represents the entire and integrated agreement between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This Agreement may be amended only by a written instrument, which is signed by the parties. SECTION 24 SURVIVAL OF CONTRACT. 24.1 Survival of Provisions. The provisions of the Construction Contract which by their nature survive termination of the Construction Contract or Final Completion, including, without limitation, all warranties, indemnities, payment obligations, and City’s right to audit Contractor’s books and records, shall remain in full force and effect after Final Completion or any termination of the Construction Contract. SECTION 25 PREVAILING WAGES. This Project is not subject to prevailing wages. Contractor is not required to pay prevailing wages in the performance and implementation of the Project in accordance with SB 7, if the public works contract does not include a project of $25,000 or less, when the project is for construction work, or the contract does not include a project of $15,000 or less, when the project is for alteration, demolition, repair, or maintenance (collectively, ‘improvement’) work. Or Contractor is required to pay general prevailing wages as defined in Subchapter 3, Title 8 of the California Code of Regulations and Section 16000 et seq. and Section 1773.1 of the California Labor Code. Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the City Council has obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work Invitation for Bid (IFB) Package 19 Rev. April 27, 2016 CONSTRUCTION CONTRACT in this locality for each craft, classification, or type of worker needed to execute the contract for this Project from the Director of the Department of Industrial Relations (“DIR”). Copies of these rates may be obtained at the Purchasing Division’s office of the City of Palo Alto. Contractor shall provide a copy of prevailing wage rates to any staff or subcontractor hired, and shall pay the adopted prevailing wage rates as a minimum. Contractor shall comply with the provisions of all sections, including, but not limited to, Sections 1775, 1776, 1777.5, 1782, 1810, and 1813, of the Labor Code pertaining to prevailing wages. SECTION 26 NON-APPROPRIATION. 26.1 Appropriations. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the event that the City does not appropriate funds for the following fiscal year for this event, or (b) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Construction Contract are no longer available. This section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Agreement. SECTION 27 AUTHORITY. 27.1 Representation of Parties. The individuals executing this Agreement represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. SECTION 28 COUNTERPARTS 28.1 Multiple Counterparts. This Agreement may be signed in multiple counterparts, which shall, when executed by all the parties, constitute a single binding agreement. SECTION 29 SEVERABILITY. 29.1 Severability. In case a provision of this Construction Contract is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not be affected. SECTION 30 STATUTORY AND REGULATORY REFERENCES. 30.1 Amendments to Laws. With respect to any amendments to any statutes or regulations referenced in these Contract Documents, the reference is deemed to be the version in effect on the date that the Contract was awarded by City, unless otherwise required by law. SECTION 31 WORKERS’ COMPENSATION CERTIFICATION. 31.1 Workers Compensation. Pursuant to Labor Code Section 1861, by signing this Contract, Contractor certifies as follows: Invitation for Bid (IFB) Package 20 Rev. April 27, 2016 CONSTRUCTION CONTRACT “I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the Work on this Contract.” SECTION 32 DIR REGISTRATION AND OTHER SB 854 REQUIREMENTS. 32.1 General Notice to Contractor. City requires Contractor and its listed subcontractors to comply with the requirements of SB 854. 32.2 Labor Code section 1771.1(a) City provides notice to Contractor of the requirements of California Labor Code section 1771.1(a), which reads: “A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or Section 10164 or 20103.5 of the Public Contract Code, provided the contactor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.” 32.3 DIR Registration Required. City will not accept a bid proposal from or enter into this Construction Contract with Contractor without proof that Contractor and its listed subcontractors are registered with the California Department of Industrial Relations (“DIR”) to perform public work, subject to limited exceptions. 32.4 Posting of Job Site Notices. City gives notice to Contractor and its listed subcontractors that Contractor is required to post all job site notices prescribed by law or regulation and Contractor is subject to SB 854-compliance monitoring and enforcement by DIR. 32.5 Payroll Records. City requires Contractor and its listed subcontractors to comply with the requirements of Labor Code section 1776, including: (i) Keep accurate payroll records, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by, respectively, Contractor and its listed subcontractors, in connection with the Project. (ii) The payroll records shall be verified as true and correct and shall be certified and made available for inspection at all reasonable hours at the principal office of Contractor and its listed subcontractors, respectively. Invitation for Bid (IFB) Package 21 Rev. April 27, 2016 CONSTRUCTION CONTRACT (iii) At the request of City, acting by its project manager, Contractor and its listed subcontractors shall make the certified payroll records available for inspection or furnished upon request to the project manager within ten (10) days of receipt of City’s request. City requests Contractor and its listed subcontractors to submit the certified payroll records to the project manager at the end of each week during the Project. (iv) If the certified payroll records are not produced to the project manager within the 10-day period, then Contractor and its listed subcontractors shall be subject to a penalty of one hundred dollars ($100.00) per calendar day, or portion thereof, for each worker, and City shall withhold the sum total of penalties from the progress payment(s) then due and payable to Contractor. This provision supplements the provisions of Section 15 hereof. (v) Inform the project manager of the location of contractor’s and its listed subcontractors’ payroll records (street address, city and county) at the commencement of the Project, and also provide notice to the project manager within five (5) business days of any change of location of those payroll records. IN WITNESS WHEREOF, the parties have caused this Construction Contract to be executed the date and year first above written. CITY OF PALO ALTO ____________________________ Purchasing Manager City Manager APPROVED AS TO FORM: ____________________________ City Attorney or designee APPROVED: ____________________________ Public Works Director CONTRACTOR By:___________________________ Name:________________________ Title:__________________________ Date: _________________________ Lincoln -tion Map: ol to ALMa St. Loe.a M'cicHeflelci R , Avenue, I DESCRIPTION, WITH UNIT PRICE IN WORDS (EACH BID ITEM SHALL INCLUDE ALL APPLICABLE TAXES, PROFIT, INSURANCE, BONDS, AND OTHER OVERHEAD) Mobilization ( ) Traffic Control ( ) Inert Solids Recycling ( ) Sheeting, Shoring, and Bracing ( ) Pothole Ex. Underground Utilities (Including Main and Laterals) ( ) Adjust Utility Boxes and Monuments to Finish Grade ( ) Replace City Std. Speed Table ( ) Replace Traffic Striping and Legends ( ) Install 42-inch HDPE (Including Sawcutting, Demo of Existing Pavement, Excavation, Removal of Existing Storm Drain Pipe, Grouting, Bedding, Controlled Density Back Fill till bottom of Asphalt Pavement, Anchoring, all fittings and connections to the new storm drain manhole or storm drain vault, and trench restoration) ( ) 150,000.00 150,000.00 15,000.00 15,000.00 ATTACHMENT C: LINCOLN AVENUE STORM DRAIN IMPROVEMENT PROJECT PH III (MIDDLEFIELD ROAD TO ALMA STREET BID ITEMIZED SUMMARY BID OPENING DATE: JUNE 2, 2016 3,750.00375.00 6,775.00 6,775.00 13,760.00 1,337,700.00 330,000.00 50,000.00 15,000.00 50,000.00 4,580.00 330,000.00 50,000.00 15,000.00 50,000.00 458.00 RANGER PIPELINE 5,000.00 7,500.00 7,500.00 $750.00 $7,500.00 5,000.00 25,000.00 25,000.00 50,000.00 50,000.00 1,000.00 10,000.00 500.00 5,000.00 535.00 2,086,500.00 13,760.00 343.00 CON-QUEST (LOWEST BIDDER) UNIT PRICE ($)TOTAL ITEM PRICE ($)UNIT PRICE ($)TOTAL ITEM PRICE ($) ENGINEER'S ESTIMATE $5,000.00 7 1 LS $5,000.00 $5,000.00 $1,950,000.0093900 $10,000.00 TOTAL ITEM PRICE ($) 1 1 LS $150,000.00 $150,000.00 4 1 LS $75,000.00 $75,000.00 2 1 LS $100,000.00 $100,000.00 3 1 LS $50,000.00 $50,000.00 BID ITEM APPROX.Q TY.UNIT UNIT PRICE ($) LF $500.00 5 10 EA 6 10 EA $500.00 8 1 LS $10,000.00 DESCRIPTION, WITH UNIT PRICE IN WORDS (EACH BID ITEM SHALL INCLUDE ALL APPLICABLE TAXES, PROFIT, INSURANCE, BONDS, AND OTHER OVERHEAD) RANGER PIPELINECON-QUEST (LOWEST BIDDER) UNIT PRICE ($)TOTAL ITEM PRICE ($)UNIT PRICE ($)TOTAL ITEM PRICE ($) ENGINEER'S ESTIMATE TOTAL ITEM PRICE ($)BID ITEM APPROX.Q TY.UNIT UNIT PRICE ($) Install 30-inch HDPE (Including Sawcutting, Demo of Existing Pavement, Excavation, Removal of Existing Storm Drain Pipe, Grouting, Bedding, Controlled Density Back Fill till bottom of Asphalt Pavement, Anchoring, all Fittings and connections to the new storm drain manhole or storm drain vault and trench restoration per City Std.) ( ) Remove and replace an 12-inch RCP Storm Drain Pipes with 18" HDPE Pipe ( (Including Sawcutting, Demo of Existing Pavement, Excavation, Removal of Existing Storm Drain Pipe, Grouting, Bedding, Controlled Density Back Fill till bottom of Asphalt Pavement, Anchoring, all Fittings and connections to the new/existing storm drain manhole and trench restoration per City Std.) ( ) Reconnect Ex. 12-inch RCP Storm Drain Pipes to New Storm Drain Manholes or Vaults ( ) Install new 12-inch C900 PVC Pipe (Including Sawcutting, Demo of Existing Pavement, Excavation, Grouting, Bedding, connections to new Storm Drain Manholes and Control Density fill till bottom of Asphalt Pavement, and trench restoration per City Std) ( ) Install 5' X 5' Reinforced Concrete Box (RCB)/SD Vault Siphon (Includes removal of existing SDMH) ( ) Install 5' X 5' RCB Per Detail D2 (Includes the removal of existing SDMH) ( ) Install 5' X 4' RCB Per Detail D2 (Includes the removal of existing SDMH) ( ) 10,000.00 300.00 49,500.00 15,000.00 210,000.00 16,250.00 78,375.00 224,000.00 30,000.00 52,000.00 18,000.00 36,000.00 18,000.00 72,000.00 12,000.00 1,000.001,625.00 475.00 16,000.00 15,000.00 196,620.00 17,000.00 339.00 425.00 13,000.00 525.00 304,500.00 14 14 EA $15,000.00 $210,000.00 11 40 LF $200.00 $8,000.00 $15,000.00 13 165 LF $250.00 $41,250.00 $36,000.00 EA $1,500.00 2 EA $10,000.00 $20,000.00 12 10 15 300.00 10 580 LF $350.00 $203,000.00 16 4 EA $9,000.00 DESCRIPTION, WITH UNIT PRICE IN WORDS (EACH BID ITEM SHALL INCLUDE ALL APPLICABLE TAXES, PROFIT, INSURANCE, BONDS, AND OTHER OVERHEAD) RANGER PIPELINECON-QUEST (LOWEST BIDDER) UNIT PRICE ($)TOTAL ITEM PRICE ($)UNIT PRICE ($)TOTAL ITEM PRICE ($) ENGINEER'S ESTIMATE TOTAL ITEM PRICE ($)BID ITEM APPROX.Q TY.UNIT UNIT PRICE ($) Remove existing catch basin and replace with w/ City standard catch basin per dwg. No. 301 ( ) Install City std. catch basin per Dwg. No. 301 w/ City standard catch basin per dwg. No. 301 ( ) Remove ex. Catch basin and install modified catch basin for 30" HDPE pipe ( ) Video Inspection of New Storm Drain Pipeline ( ) Contractor to relocate 1" water service to avoid conflict w/ proposed storm drain pipe per 2015 City of Palo Alto Utilities Standard. (City to provide water meter) ( ) Relocate Ex. 6" PVC Water Main Per 2015 City Palo Alto Utilities Std. ( ) Relocate Ex.4" CIP Water Main Per 2015 City Palo Alto Utilities Std. ( ) Relocate Ex. 12" DIP Water Main Per 2015 City Palo Alto Utilities Std. ( ) Contractor to relocate 16" ACP water main to avoid conflict w/ proposed storm drain pipe per 2015 City of Palo Alto Utilities Standard. ( ) Contractor to relocate 8" ACP water main to avoid conflict w/ proposed storm drain pipe per 2015 City of Palo Alto Utilities Standard.( ) Contractor to relocate 8" CIP water main to avoid conflict w/ proposed storm drain pipe per 2015 City of Palo Alto Utilities Standard. ( ) Remove and Plug Abandoned Water Main $10,000.00 $1,000.00 $2,000.00 $10,000.00 $10,000.00 $10,000.00 $20,000.00 $20,000.00 $10,000.00 $20,000.00 Water Utility Relocations $10,000.00 $10,000.00 3,000.00 12,000.00 5,000.00 5,000.00 3.00 14,040.00 $2,000.00 $32,000.00 $10,000.00 $30,000.00 $5,000.00 $9,000.00 $6,970.00 $3,150.00 $3,250.00$1,625.00 14,805.00 3,000.00 9,000.00 $5,000.00 4,935.00 5,340.00 1.65 8,485.00 $32,000.00 $18,000.00 $5,000.00 $9,000.00 $3,485.00 $3,150.00 21,360.00 8,485.00 7,722.00 $2,000.00 $6,000.00 $5,500.00 $5,500.00 Water Utility Relocations $5,000.00 $15,000.00 $12,000.00 $12,000.00 EA $3,000.00 $12,000.00 24 1 EA 17 3 EA 1 EA $12,000.00 $12,000.00 25 22 3 EA $10,000.00 2 EA $1,000.00 $2,000.00 $3,000.00 $3,000.00 Water Utility Relocations $12,000.00 $24,000.00 18 23 1 21 $1,500.00 $24,000.00 28 $3.00 $14,040.00 $30,000.00 4 27 2 EA 1 EA $15,000.00 $15,000.00 19 1 EA EA $5,000.00 16 EA 20 4680 LF 29 DESCRIPTION, WITH UNIT PRICE IN WORDS (EACH BID ITEM SHALL INCLUDE ALL APPLICABLE TAXES, PROFIT, INSURANCE, BONDS, AND OTHER OVERHEAD) RANGER PIPELINECON-QUEST (LOWEST BIDDER) UNIT PRICE ($)TOTAL ITEM PRICE ($)UNIT PRICE ($)TOTAL ITEM PRICE ($) ENGINEER'S ESTIMATE TOTAL ITEM PRICE ($)BID ITEM APPROX.Q TY.UNIT UNIT PRICE ($) ( ) Line stop on 6" PVC water, includes insertion valves and other accessories for complete installation. ( ) Line stop on 4" CIP water, includes insertion valves and other accessories for complete installation. Line stop on 16" ACP water, includes insertion valves and other accessories for complete installation. Line stop on 8" ACP water, includes insertion valves and other accessories for complete installation. Line stop on 8" CIP water, includes insertion valves and other accessories for complete installation. Relocate Ex. 6" water valve. Install new 8" HDPE SS Main (Including Sawcutting, Demo of Existing Pavement, Excavation, Removal of Existing Storm Drain Pipe, Grouting, Bedding, Controlled Density Back Fill till bottom of Asphalt Pavement) ( ) Install 4" HDPE Sewer Laterals from existing Cleanouts to the New 8" HDPE SS Main Per City Standard. Abandon the original connections of the laterals from existing 6" SS Main per 2015 City of Palo Alto Utilities Std. ( ) Install new SS clean out per 2015 City of Palo Alto Utilities Std. Dwg. ( ) Install new SSMH per 2015 City of Palo Alto Utilities Std. Dwg. ( ) Video Inspection of New Sanitary Pipeline ( ) Relocate Ex. street light conduit per City Std. (Coordinate relocation with City of Palo Alto) ( ) Street Light Relocation Street Light Relocation $1.65 $3,432.00 9,250.00 27,750.00 $3.00 $6,240.00 3,000.00 9,000.00 $5,000.00 $60,000.00$6,500.00 $78,000.00 $6,445.00 $38,670.00 $3,120.00 $6,240.00 $15,980.00 $31,960.00 $8,210.00 $32,840.00 $2,000.00 $44,000.00 $1,000.00 $6,000.00 $8,210.00 $16,420.00 $5,000.00 $5,000.00 Sewer Utility Installation and Relocations $240.00 $499,200.00 $31,960.00 $32,840.00 $16,420.00 $1,770.00 $195.00 $405,600.00 Sewer Utility Installation and Relocations $38,670.00 $3,120.00 $15,980.00 $8,210.00 $8,210.00 $1,770.00 $6,445.00 $3,000.00 $4,000.00 $66,000.00 $24,000.00 $6,240.00 9,000.003,000.00EA341 Street Light Relocation 6,240.00 39 12 EA 6,000.00 72,000.00 33 30 6 EA $10,000.00 Sewer Utility Installation and Relocations $10,000.00 $20,000.00 $15,000.00 $30,000.00 1 EA $7,500.00 $7,500.00 6,000.00 36 2080 LF 31 2 EA $60,000.00 $48,000.00 32 2 EA 4 EA $12,000.00 34 2 EA 250.00 520,000.00 22 EA 5,000.00 110,000.0037 35 38 6 EA 1,000.00 $12,000.00 $24,000.00 40 2080 LF 3.00 DESCRIPTION, WITH UNIT PRICE IN WORDS (EACH BID ITEM SHALL INCLUDE ALL APPLICABLE TAXES, PROFIT, INSURANCE, BONDS, AND OTHER OVERHEAD) RANGER PIPELINECON-QUEST (LOWEST BIDDER) UNIT PRICE ($)TOTAL ITEM PRICE ($)UNIT PRICE ($)TOTAL ITEM PRICE ($) ENGINEER'S ESTIMATE TOTAL ITEM PRICE ($)BID ITEM APPROX.Q TY.UNIT UNIT PRICE ($) Base Bid Total 3,966,530.00 3,293,734.00 3,977,610.00 1 1 LS Design, install and remove sheeting, shoring, bracing & other excavation supports.9,500.00 9,500.00 30,000.00 30,000.00 ( ) 2 1 LS Recycle asphalt, concrete and soil.10,000.00 10,000.00 10,000.00 10,000.00 ( ) 3 933 LF Replace existing 6-inch VCP with 8-inch HDPE pipe by pipe-bursting method.68.00 63,444.00 196.00 182,868.00 ( ) 4 4 EA Replace existing 4-inch sewer lateral by pipe- bursting method.2,650.00 10,600.00 3,500.00 14,000.00 ( ) 5 2 EA Replace existing 4-inch sewer lateral by open trench method.3,600.00 7,200.00 5,000.00 10,000.00 ( ) 6 3 EA Reconnect existing 4-inch lateral to new sewer main.850.00 2,550.00 1,500.00 4,500.00 ( ) 7 1 EA Remove existing manhole and replace with new 48- inch manhole.6,900.00 6,900.00 6,900.00 6,900.00 ( ) 8 2 EA Remove existing lamphole or flush inlet and replace with new 48-inch manhole. 6,250.00 12,500.00 6,900.00 13,800.00 ( ) 9 933 LF Cleaning & video inspection of mains. 2.00 1,866.00 3.60 3,358.80 ( ) ALT BID TOTAL 124,560.00 275,426.80 CONTRACTOR 1 CONTRACTOR 2 GRAND TOTAL >>$3,418,294.00 GRAND TOTAL>>$4,253,036.80GRAND TOTAL (bid Items 1-41) ENGINEER'S ESTIMATE>>$3,966,530.00 II. BID ALTERNATE