HomeMy WebLinkAboutStaff Report 6821
City of Palo Alto (ID # 6821)
City Council Staff Report
Report Type: Consent Calendar Meeting Date: 5/16/2016
City of Palo Alto Page 1
Summary Title: Contract for FY 16 Asphalt Paving Project
Title: Approval of a Contract With O'Grady Paving, Inc. in a Not-to-Exceed
Amount of $3,980,143 for the FY 2016 Asphalt Paving, Capital Improvements
Program Project PE-86070
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 O’Grady Paving, Inc. (Attachment A) in an amount
not to exceed $3,980,143 for Palo Alto FY 2016 Asphalt Paving Project
(Capital Improvement Program projects PE-86070, OS-09001, PL-05030, PL-
04010, PL-00026, PF-14004, PE-09003, PO-89003)
2. Authorize the City Manager or his designee to negotiate and execute one or
more change orders to the contract with O’Grady Paving, Inc. for related
additional but unforeseen work that may develop during the project, the
total value of which shall not exceed $398,014.
3. Amend the Fiscal Year 2016 Budget Appropriation for the Capital Fund by:
a. Increasing the California Avenue Parking District Parking
Improvements CIP PF-14004 appropriation by $49,850; and,
b. Decreasing the California Avenue Parking Permit Fund by $49,850;
Background
Public Works Engineering Services Division manages construction contracts for
concrete repair, preventive maintenance, resurfacing, and reconstruction of
various City streets on an annual basis. In more recent years, due to the
complexity of the anticipated construction and the benefit of being included in a
City of Palo Alto Page 2
larger project many other Capital Improvement Projects (CIP) are being built
through the annualized resurfacing contracts.
All City of Palo Alto streets are surveyed biannually by Public Works Engineering
staff and rated by a computerized pavement maintenance management system
(PMMS) and Metropolitan Transportation Commission’s (MTC) pavement analysis
program Street Saver.
All streets have been coordinated with the City’s Utilities Department and
Planning and Community Environment Department’s Transportation Division to
eliminate the cutting of newly resurfaced streets. Extensive public outreach will
be conducted before and during the construction phase to keep the community
informed throughout the process, including sending flyers to adjacent residences
and businesses and posting notices on Nextdoor and the City’s website.
Discussion
Project Description
The $3,980,143 expenditure for this contract will be used to repave 7.2 lane miles
of backlog streets with PCI scores less than 60. In addition to poor surfaces, many
street segments have areas of significant ponding or lifted curbs and sidewalks.
The scope of work includes the replacement of approximately 8,000 lineal feet
(1.5 miles) of curbs and gutters, almost 16,000 square feet of driveway (220
driveways), and over 12,000 square feet of sidewalks. The sidewalk and driveway
repair work in this contract is funded through CIP PO-89003, Sidewalk Repairs.
Additionally, 49 curb ramps will be replaced with ADA compliant ramps, and 21
existing ramps will be retrofitted will truncated dome panels to make them ADA
compliant. The streets and other work sites in this contract are listed in
Attachment B.
Additional maps of the FY 2016 Street Maintenance Program and current 5-year
plan for street repaving are available on the Street Maintenance Program
homepage located at www.cityofpaloalto.org/streets.
The California Avenue Parking District will receive significant improvements in this
project with the resurfacing of parking lots 1, 2 and 8. This parking lot
improvement work is funded through CIP PF-14004, California Avenue Parking
District Parking Improvements. In conjunction with this work, sections of Sedro
City of Palo Alto Page 3
Lane, Jacaranda Lane, New Mayfield Lane, and Mimosa Lane will be milled and
paved with new asphalt, including minor concrete curb improvements as needed.
The contract provisions state only one parking lot may be closed at a time. Staff
will coordinate with the California Avenue merchants group prior to scheduling
the parking lot work.
To take advantage of this contract’s quantity of scale as well as obtain a
competitive price for work, the resurfacing of the back parking lot of Fire Station 5
has been included. This work is funded through CIP PE-09003, City Facility Parking
Lot Maintenance.
The vehicle detection system at the intersection of Homer Avenue and
Middlefield Road is being upgraded from in-ground detector loops to vehicle
detection cameras. Necessary equipment is being funded through CIP PL-05030,
Traffic Signals and Intelligent Transportation Systems Upgrades.
Bicycle and Pedestrian Improvements
As part of continuing efforts to create complete streets and implement the Palo
Alto Bicycle + Pedestrian Transportation Plan, the City seeks to improve
accommodations for active transportation users when resurfacing city streets,
while systematically improving roadways by leveraging regularly programmed
maintenance activities. This project provides an opportunity for improvements
along North California Avenue between Alma and Bryant Streets, as well as Park
Boulevard from Stanford Avenue to California Avenue.
One Safe Routes to School project is being implemented at the Georgia Avenue
exit from Gunn High School. Funds from CIP PL-00026, Safe Routes to School, are
being used to install new ramps and bulb-outs to facilitate access to the newly
widened bike/pedestrian pathway, as well as the addition of signage and striping
to improve motorist awareness of street crossings.
The entrance to the Bol Park Bike and Pedestrian Pathway is being enhanced with
funding from CIP OS-09001, Off Road Pathway Resurfacing and Repair.
Other significant bicycle and pedestrian improvements included in this contract
are funded through CIP PL-04010, Bicycle and Pedestrian Plan Implementation,
and include:
City of Palo Alto Page 4
1. A new landscaped traffic circle at the Cowper/Coleridge intersection
2. A new landscaped traffic circle at the Stanford/Park intersection
3. A new speed table along with rebuilt speed tables on N. California Avenue
Bid Process
A notice inviting formal bids (IFB), with a 21-day bidding period, for the Palo Alto
FY 2016 Asphalt Paving Project was posted at City Hall on March 22, 2016, as well
as sent to five builder’s exchanges and twenty-one contractors. Bids were
received from two contractors on April 12, 2016 as listed on the Bid Summary
(Attachment C).
Summary of Bid Process
Bid Name/Number Palo Alto FY 2016 Asphalt Paving Project
Proposed Length of Project 200 calendar days
Number of Bid Packages Sent
to Builder’s Exchanges 5
Number of Bid Packages Sent
to Contractors 21
Total Days to Respond to Bid 21
Pre-Bid Meeting? No
Number of Bids Received: 2
Bid Price Range $4,361,423 to $4,672,406
The apparent low bidder was deemed based upon the total of the base bid plus
add alternates 1, 2 and 3. Bids ranged from $4,361,423 to $4,672,406 and from
11% to 19% above the engineer’s estimate of $3,917,404. Staff has reviewed all
bids submitted and recommends the base bid, and alternative number three,
Transportation Improvement Projects totaling $3,980,143, submitted by O’Grady
City of Palo Alto Page 5
Paving, Inc. be accepted, and O’Grady Paving, Inc. be declared the lowest
responsible bidder. The contingency amount of $398,014, representing ten
percent of the total contract amount, is requested for related, additional, but
unforeseen work, which may develop during the project.
Staff reviewed other similar projects performed by the lowest responsible bidder,
O’Grady Paving, Inc., including projects performed for the City and did not find
any significant complaints with their previous work. Staff also checked with the
Contractor's State License Board and confirmed the contractor has an active
license on file.
Staff believes the large size of the project and high demand of construction
projects in the Bay Area with similar scope, are contributing factors to the low
volume of bidders and higher prices. Staff believes the resulting higher
expenditure is acceptable, as it allows the City’s pavement condition goal to
remain on schedule and will repair these sections of roadway with minimal
inconvenience to Palo Alto residents. The Portland Cement Concrete slab
replacement defined in add alternates 1 and 2 has not been included in the
proposed contract. Staff now plans to include this work in the scope of the
upcoming University Circle Concrete Slab Replacement Project in Fiscal Year 2017.
Resource Impact
Funding for the FY 2016 Asphalt Paving Project is available in Capital
Improvement Program projects PE-86070 Street Resurfacing Program; PO-89003
Sidewalk Repairs; PE-09003 City Facility Parking Lot Maintenance; PF-14004
California Avenue Parking District Parking Improvements; PL-00026 Safe Routes to
School; PL-04010 Bicycle and Pedestrian Plan Implementation Project; PL-05030
Traffic Signals and Intelligent Transportation System Upgrades and OS-09001 Off-
Road Pathway Resurfacing and Repair. The funding allocation is as follows:
Funding
Source Contract Contingency Total Encumbrance
PE-86070 $2,977,690 $297,769 $3,275,459
PO-89003 $453,910 $45,391 $499,301
PE-09003 $40,175 $4,017 $44,192
PF-14004 $214,773 $21,477 $236,250
PL-00026 $55,920 $5,592 $61,512
City of Palo Alto Page 6
PL-04010 $191,115 $19,112 $210,227
PL-05030 $35,000 $3,500 $38,500
OS-09001 $11,560 $1,156 $12,716
Total $3,980,143 $398,014 $4,378,157
An additional appropriation of $49,850 is required for CIP project PF-14004
California Avenue Parking District Parking Improvements, to provide sufficient
funding for repaving Lots 1, 2 and 8.
Policy Implications
This project is in conformance with the City of Palo Alto’s Comprehensive Plan
and does not represent any changes to existing City policies.
Environmental Review
Street resurfacing projects are categorically exempt from the California
Environmental Quality Act (CEQA) under Section 15301c of the CEQA Guidelines,
as repair, maintenance and/or minor alteration of the existing facilities and no
further environmental review is necessary.
Attachments:
Attachment A - IFB Construction Contract (PDF)
Attachment B - FY16 OVERLAY BID SUMMARY (PDF)
Attachment C - FY16 OVERLAY STREET LIST (PDF)
Invitation for Bid (IFB) Package 1 Rev. April 20, 2015
CONSTRUCTION CONTRACT
ATTACHMENT A
CONSTRUCTION CONTRACT
Contract No. C16163377
City of Palo Alto
FY 16 ASPHALT PAVING Project
Invitation for Bid (IFB) Package 2 Rev. April 20, 2015
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 20, 2015
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 20, 2015
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
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
30.1 Amendments of Laws…………………………………………………………………………………………..19
Invitation for Bid (IFB) Package 5 Rev. April 20, 2015
CONSTRUCTION CONTRACT
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 20, 2015
CONSTRUCTION CONTRACT
CONSTRUCTION CONTRACT
THIS CONSTRUCTION CONTRACT entered into on May 16, 2016 (“Execution Date”) by and between the
CITY OF PALO ALTO, a California chartered municipal corporation ("City"), and O'GRADY PAVING
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 General Contractor duly organized and in good standing in the State of California,
Contractor’s License Number 201696 and Department of Industrial Relations Registration No. 1000003381.
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 March 22, 2016, City issued an Invitation for Bids (IFB163377) to contractors for the Fy 16
Asphalt Paving (“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 FY 16 ASPHALT PAVING Project, located at VARIOUS STREETS, Palo Alto, CA. ("Project").
Invitation for Bid (IFB) Package 7 Rev. April 20, 2015
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 Affidavit
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 20, 2015
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 Two Hundred calendar days (200) 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 five hundred dollars ($500) 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
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,
Invitation for Bid (IFB) Package 9 Rev. April 20, 2015
CONSTRUCTION CONTRACT
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 Nine Hundred Eighty Thousand One Hundred Forty Three
Dollars ($3,980,143).
[This amount includes the Base Bid and Additive Alternates 3.]
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 20, 2015
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 20, 2015
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: Holly Boyd
AND
[Include Construction Manager, If Applicable.]
Invitation for Bid (IFB) Package 12 Rev. April 20, 2015
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:
O'grady Paving
Attn: Craig E. Young
2513 Wyandotte Street
Mountain View, Ca 94043
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 20, 2015
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 20, 2015
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 20, 2015
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 20, 2015
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 20, 2015
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 20, 2015
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.
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
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.
Invitation for Bid (IFB) Package 19 Rev. April 20, 2015
CONSTRUCTION CONTRACT
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:
“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.”
Invitation for Bid (IFB) Package 20 Rev. April 20, 2015
CONSTRUCTION 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.
(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.
Invitation for Bid (IFB) Package 21 Rev. April 20, 2015
CONSTRUCTION CONTRACT
(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 ($100.00) per calendar day, or portion
thereof, for each worker, and City shall withhold the sum total of penalties from
the progress payment(s) then due and payable to Contractor. This provision
supplements the provisions of Section 15 hereof.
(v) Inform the project manager of the location of contractor’s and its listed
subcontractors’ payroll records (street address, city and county) at the
commencement of the Project, and also provide notice to the project manager
within five (5) business days of any change of location of those payroll records.
IN WITNESS WHEREOF, the parties have caused this Construction Contract to be executed the
date and year first above written.
CITY OF PALO ALTO
____________________________
Purchasing Manager
City Manager
APPROVED AS TO FORM:
____________________________
Senior Asst. City Attorney
APPROVED:
____________________________
Public Works Director
CONTRACTOR
By:___________________________
Name:________________________
Title:__________________________
Date: _________________________
FY16 PAVING PROJECT
BID SUMMARY
UNIT COST COST UNIT COST COST UNIT COST COST
1 Asphalt Overlay:8,790 TON 105.00$ 922,950.00$ 108.00$ 949,320.00$ 118.81$ 1,044,339.90$
2 PCC Slab Repair, also includes AC patching to grade:23,200 SF 15.00$ 348,000.00$ 16.00$ 371,200.00$ 18.00$ 417,600.00$
3 AC Base Repair 3”:120 TON 165.00$ 19,800.00$ 190.00$ 22,800.00$ 212.00$ 25,440.00$
4AC Milling:565,480 SF 0.38$ 214,882.40$ 0.55$ 311,014.00$ 0.53$ 299,704.40$
5 Wedge Cut:6,100 LF 3.00$ 18,300.00$ 2.50$ 15,250.00$ 3.11$ 18,971.00$
6 Interlayer Membrane:11,000 LF 4.00$ 44,000.00$ 3.00$ 33,000.00$ 4.39$ 48,290.00$
7 Crack Sealing:60,000 LF 0.50$ 30,000.00$ 0.45$ 27,000.00$ 0.48$ 28,800.00$
8 Reset Utility Box:136 EA 350.00$ 47,600.00$ 600.00$ 81,600.00$ 339.00$ 46,104.00$
9 Utility Box Bolt on Riser:37 EA 150.00$ 5,550.00$ 250.00$ 9,250.00$ 339.00$ 12,543.00$
10 Manhole Riser Ring:13 EA 200.00$ 2,600.00$ 350.00$ 4,550.00$ 339.00$ 4,407.00$
11 Reset Manhole:52 EA 550.00$ 28,600.00$ 850.00$ 44,200.00$ 471.00$ 24,492.00$
12 Reset Catch Basin:37 EA 1,750.00$ 64,750.00$ 1,600.00$ 59,200.00$ 1,600.00$ 59,200.00$
13 New Catch Basin:3 EA 3,700.00$ 11,100.00$ 2,700.00$ 8,100.00$ 2,700.00$ 8,100.00$
14 12” HDPE:250 LF 100.00$ 25,000.00$ 50.00$ 12,500.00$ 110.00$ 27,500.00$
15 Remove and Replace Type A Curb and Gutter, 1’ Buried Pan:4,547 LF 65.00$ 295,555.00$ 75.00$ 341,025.00$ 73.00$ 331,931.00$
16 Remove and Replace Type A Curb and Gutter, 1’ Pan:450 LF 65.00$ 29,250.00$ 75.00$ 33,750.00$ 75.00$ 33,750.00$
17 Remove and Replace Type A Curb and Gutter, 2’ Pan:546 LF 70.00$ 38,220.00$ 85.00$ 46,410.00$ 90.00$ 49,140.00$
18 Remove and Replace Type A Curb and Gutter, 2.5’ Pan:460 LF 75.00$ 34,500.00$ 87.00$ 40,020.00$ 87.00$ 40,020.00$
19 Remove and Replace Type A Curb and Gutter, 3’ Pan:616 LF 76.00$ 46,816.00$ 90.00$ 55,440.00$ 90.00$ 55,440.00$
20 Remove and Replace Type B Rolled Curb and Gutter, 3’ Wide:470 LF 80.00$ 37,600.00$ 90.00$ 42,300.00$ 90.00$ 42,300.00$
21 Remove and Replace Type A Curb and Gutter, 7’ Pan:412 LF 120.00$ 49,440.00$ 170.00$ 70,040.00$ 180.00$ 74,160.00$
21 Remove and Replace Concrete Driveway:15,685 SF 13.00$ 203,905.00$ 16.00$ 250,960.00$ 17.00$ 266,645.00$
22 Remove and Replace Concrete Sidewalk:12,230 SF 11.00$ 134,530.00$ 15.00$ 183,450.00$ 16.00$ 195,680.00$
23 Remove and Replace Valley Gutter, 4’ Wide:380 LF 150.00$ 57,000.00$ 150.00$ 57,000.00$ 150.00$ 57,000.00$
24 Demo Concrete/Asphalt:595 SF 4.00$ 2,380.00$ 9.00$ 5,355.00$ 10.00$ 5,950.00$
25 Curb Ramp:49 EA 3,500.00$ 171,500.00$ 4,100.00$ 200,900.00$ 4,300.00$ 210,700.00$
26 ADA Dome Upgrade:21 EA 625.00$ 13,125.00$ 450.00$ 9,450.00$ 470.00$ 9,870.00$
27 Traffic Loops:8 EA 1,000.00$ 8,000.00$ 350.00$ 2,800.00$ 700.00$ 5,600.00$
28 Recycling of Inert Solid Materials:8,657 TON 3.00$ 25,971.00$ 5.00$ 43,285.00$ 3.00$ 25,971.00$
29 Remove and Replace Blue Pavement Markers:40 EA 26.00$ 1,040.00$ 30.00$ 1,200.00$ 30.00$ 1,200.00$
30 Curb Paint:2,700 LF 4.00$ 10,800.00$ 2.00$ 5,400.00$ 2.00$ 5,400.00$
31 Thermoplastic Striping, Caltrans Detail 22:460 LF 2.00$ 920.00$ 2.00$ 920.00$ 5.00$ 2,300.00$
32 Thermoplastic Striping, Caltrans Detail 1:1,500 LF 2.00$ 3,000.00$ 1.00$ 1,500.00$ 2.00$ 3,000.00$
33 Thermoplastic Striping, Caltrans Detail 38C:100 LF 1.25$ 125.00$ 4.00$ 400.00$ 5.00$ 500.00$
34 Thermoplastic Striping, Caltrans Detail 39/39A:4,000 LF 1.50$ 6,000.00$ 1.00$ 4,000.00$ 2.00$ 8,000.00$
35 Thermoplastic Striping, White, 4” Wide/Parking Stalls:5,000 LF 1.50$ 7,500.00$ 1.00$ 5,000.00$ 3.00$ 15,000.00$
36 Thermoplastic Striping, Yellow, 12” Wide:100 LF 4.00$ 400.00$ 4.00$ 400.00$ 5.00$ 500.00$
37 Thermoplastic Striping, White, 12” Wide:1,280 LF 4.00$ 5,120.00$ 4.00$ 5,120.00$ 5.00$ 6,400.00$
38 Thermoplastic Paving Legends:302 EA 55.00$ 16,610.00$ 22.00$ 6,644.00$ 40.00$ 12,080.00$
BORTOLOTTOOGRADY PAVINGBASE BID APPROX. QTY.UNIT ENGINEERS ESTIMATEBID ITEM
FY16 PAVING PROJECT
BID SUMMARY
39 Traffic Control:1 LS 90,000.00$ 90,000.00$ 155,000.00$ 155,000.00$ 139,139.09$ 139,139.09$
40 Tree Trimming:50 CREW HOURS 200.00$ 10,000.00$ 250.00$ 12,500.00$ 150.00$ 7,500.00$
41 Project Notification:1 LS 15,000.00$ 15,000.00$ 60,000.00$ 60,000.00$ 10,000.00$ 10,000.00$
42 Planter Area Conform Work:1 LS 10,000.00$ 10,000.00$ 19,000.00$ 19,000.00$ 20,000.00$ 20,000.00$
43 Utility Tie Out Submittal:1 LS 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 7,000.00$ 7,000.00$
44 Miscellaneous Transportation Improvements:1 LS 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$ 50,000.00$
45 Leveling Course 3/8”500 TONS 150.00$ 75,000.00$ 60.00$ 30,000.00$ 139.00$ 69,500.00$
46 Offhaul and disposal of Inert Solid Materials containing Petromat: 3500 TONS 6.00$ 21,000.00$ 1.00$ 3,500.00$ 9.00$ 31,500.00$
47 Traffic Signal Video Equipment (Furnish only)1 LS 27,000.00$ 27,000.00$ 35,000.00$ 35,000.00$ 39,000.00$ 39,000.00$
TOTAL 3,285,439.40$ TOTAL 3,731,753.00$ TOTAL 3,897,667.39$
UNIT COST COST UNIT COST COST UNIT COST COST
1 PCC Slab Repair with no Asphalt patching:15,000 SF 14.00$ 210,000.00$ 15.00$ 225,000.00$ 17.00$ 255,000.00$
2 Remove and Replace Type A Curb and Gutter, 2’ Exposed Pan:500 LF 70.00$ 35,000.00$ 90.00$ 45,000.00$ 90.00$ 45,000.00$
3 Planter Area Conform Work 1 LS 2,000.00$ 2,000.00$ 6,000.00$ 6,000.00$ 7,000.00$ 7,000.00$
4 Remove and Replace Concrete Driveway:500 SF 13.00$ 6,500.00$ 16.00$ 8,000.00$ 17.00$ 8,500.00$
5 Remove and Replace Sidewalk:250 SF 11.00$ 2,750.00$ 15.00$ 3,750.00$ 17.00$ 4,250.00$
6 Thermoplastic Striping, Caltrans Detail 39/39A:500 LF 1.50$ 750.00$ 1.00$ 500.00$ 3.00$ 1,500.00$
7 Thermoplastic Paving Legends:8 EA 55.00$ 440.00$ 25.00$ 200.00$ 50.00$ 400.00$
8 Traffic Control:1 LS 5,000.00$ 5,000.00$ 6,000.00$ 6,000.00$ 39,000.00$ 39,000.00$
9 Tree Trimming:4 CREW HOURS 200.00$ 800.00$ 250.00$ 1,000.00$ 250.00$ 1,000.00$
10 Project Notifications 1 LS 2,500.00$ 2,500.00$ 2,000.00$ 2,000.00$ 3,000.00$ 3,000.00$
11 Thermo Plastic Pavement Legends 16 EACH 55.00$ 880.00$ 30.00$ 480.00$ 50.00$ 800.00$
12 Thermoplastic 12” White 40 LF 4.00$ 160.00$ 5.00$ 200.00$ 10.00$ 400.00$
TOTAL 266,780.00$ TOTAL 298,130.00$ TOTAL 365,850.00$
UNIT COST COST UNIT COST COST UNIT COST COST
1 PCC Slab Repair with no Asphalt patching:3,000 SF 14.00$ 42,000.00$ 15.00$ 45,000.00$ 17.00$ 51,000.00$
2 Remove and Replace Type A Curb and Gutter, 2’ Exposed Pan:250 LF 70.00$ 17,500.00$ 90.00$ 22,500.00$ 90.00$ 22,500.00$
3 Planter Area Conform Work 1 LS 1,000.00$ 1,000.00$ 2,500.00$ 2,500.00$ 3,000.00$ 3,000.00$
4 Remove and Replace Concrete Driveway:250 SF 13.00$ 3,250.00$ 16.00$ 4,000.00$ 18.00$ 4,500.00$
5 Remove and Replace Sidewalk:250 SF 11.00$ 2,750.00$ 15.00$ 3,750.00$ 18.00$ 4,500.00$
6 Thermoplastic Paving Legends:8 EA 55.00$ 440.00$ 25.00$ 200.00$ 50.00$ 400.00$
7 Traffic Control:1 LS 2,000.00$ 2,000.00$ 3,000.00$ 3,000.00$ 9,000.00$ 9,000.00$
8 Thermoplastic 12” White 40 LF 4.00$ 160.00$ 5.00$ 200.00$ 10.00$ 400.00$
9 Tree Trimming:4 CREW HOURS 200.00$ 800.00$ 250.00$ 1,000.00$ 150.00$ 600.00$
10 Project Notifications 1 LS 1,000.00$ 1,000.00$ 1,000.00$ 1,000.00$ 4,000.00$ 4,000.00$
TOTAL 70,900.00$ TOTAL 83,150.00$ TOTAL 99,900.00$
BORTOLOTTO
BORTOLOTTOOGRADY PAVING
OGRADY PAVING
BID ITEM ADD ALTERNATE # 1 APPROX. QTY.UNIT ENGINEERS ESTIMATE
BID ITEM ADD ALTERNATE # 2 APPROX. QTY.UNIT ENGINEERS ESTIMATE
FY16 PAVING PROJECT
BID SUMMARY
UNIT COST COST UNIT COST COST UNIT COST COST
1 Demo asphalt/concrete/grade to 2 feet depth:750 SF 10.00$ 7,500.00$ 10.00$ 7,500.00$ 25.00$ 18,750.00$
2 Bike lane channelizers per transportation drawing:2 EA 1,000.00$ 2,000.00$ 1,000.00$ 2,000.00$ 110.00$ 220.00$
3 Grade form pour bench pad:100 SF 15.00$ 1,500.00$ 15.00$ 1,500.00$ 20.00$ 2,000.00$
4 Remove relocate bench:1 EA 500.00$ 500.00$ 1,000.00$ 1,000.00$ 4,000.00$ 4,000.00$
5 12” HDPE Pipe:24 LF 300.00$ 7,200.00$ 200.00$ 4,800.00$ 150.00$ 3,600.00$
6 New Catch Basin:1 LF 3,500.00$ 3,500.00$ 2,700.00$ 2,700.00$ 3,000.00$ 3,000.00$
7 Adjust Catch Basin:2 LF 2,000.00$ 4,000.00$ 1,600.00$ 3,200.00$ 2,000.00$ 4,000.00$
8 Speed Tables:3 EA 4,500.00$ 13,500.00$ 8,000.00$ 24,000.00$ 7,000.00$ 21,000.00$
9 Chevron Striping:4 EA 350.00$ 1,400.00$ 200.00$ 800.00$ 300.00$ 1,200.00$
10 Procure and install signs per the Transportation drawings 18 EA 300.00$ 5,400.00$ 400.00$ 7,200.00$ 400.00$ 7,200.00$
11 Trench Drain 1’ Wide:70 LF 300.00$ 21,000.00$ 300.00$ 21,000.00$ 400.00$ 28,000.00$
12 Caltrans Type A ADA Ramp:13 EA 4,500.00$ 58,500.00$ 4,100.00$ 53,300.00$ 4,300.00$ 55,900.00$
13 6” Sidewalks:1465 SF 15.00$ 21,975.00$ 17.00$ 24,905.00$ 18.00$ 26,370.00$
14 Vertical Curb:550 LF 35.00$ 19,250.00$ 55.00$ 30,250.00$ 55.00$ 30,250.00$
15 Yield Lines:4 EA 250.00$ 1,000.00$ 70.00$ 280.00$ 200.00$ 800.00$
16 12” Yellow Thermo:175 LF 6.00$ 1,050.00$ 5.00$ 875.00$ 5.00$ 875.00$
17 12” White Thermo:360 LF 6.00$ 2,160.00$ 5.00$ 1,800.00$ 5.00$ 1,800.00$
18 Decomark thermo green panels 4’x5’:40 each 350.00$ 14,000.00$ 300.00$ 12,000.00$ 300.00$ 12,000.00$
19 Curb Paint Traffic Rated:100 LF 10.00$ 1,000.00$ 2.00$ 200.00$ 3.00$ 300.00$
20 Rolled Curbs at traffic Circles per the transportation drawings :120 LF 100.00$ 12,000.00$ 85.00$ 10,200.00$ 90.00$ 10,800.00$
21 Modified Rolled Curb at Georgia Avenue and at Bollard locations 40 LF 50.00$ 2,000.00$ 130.00$ 5,200.00$ 140.00$ 5,600.00$
22 6” White Thermo:60 LF 3.00$ 180.00$ 2.00$ 120.00$ 3.00$ 180.00$
23 Demo (e) Metal Rails AT Bol park entrance:1 EA 3,500.00$ 3,500.00$ 500.00$ 500.00$ 7,000.00$ 7,000.00$
24 Thermo Legends:58 EA 75.00$ 4,350.00$ 30.00$ 1,740.00$ 58.00$ 3,364.00$
25 Mountable Bollards:2 EA 500.00$ 1,000.00$ 1,000.00$ 2,000.00$ 4,000.00$ 8,000.00$
26 AC Plug 6” depth:540 SF 13.00$ 7,020.00$ 8.00$ 4,320.00$ 17.00$ 9,180.00$
27 Traffic Control:1 LS 40,000.00$ 40,000.00$ 10,000.00$ 10,000.00$ 23,000.00$ 23,000.00$
28 Tree Trimming:4 CREW HOURS 200.00$ 800.00$ 250.00$ 1,000.00$ 150.00$ 600.00$
29 Project Notifications:1 LS 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$ 5,000.00$
30 Topsoil installation at traffic circles 40 CY 50.00$ 2,000.00$ 100.00$ 4,000.00$ 150.00$ 6,000.00$
31 Traffic Circle landscaping per Transportation Drawings 1 LS 30,000.00$ 30,000.00$ 5,000.00$ 5,000.00$ 9,000.00$ 9,000.00$
TOTAL 294,285.00$ TOTAL 248,390.00$ TOTAL 308,989.00$
GRAND TOTAL 3,917,404.40$ GRAND TOTAL 4,361,423.00$ GRAND TOTAL 4,672,406.39$
OVER 11%OVER 19%
BASE BID + ALT 3 3,579,724.00$ 3,980,143.00$ 4,206,656.39$
BORTOLOTTO
APPARENT LOW BIDDER
OGRADY PAVINGBID ITEM ADD ALTERNATE # 3 APPROX. QTY.UNIT ENGINEERS ESTIMATE
FY 16 ASPHALT PAVING PROJECT
STREET LIST/LOCATIONS
ATTACHMENT C
STREET FROM TO
1 Cowper Street Ruthven Avenue Lytton Avenue
2 Garland Drive Middlefield Road Louis Road
3 Homer Avenue Middlefield Road Boyce Street
4N. California Avenue Alma Street Bryant Street
5 Oregon Avenue Waverley Avenue Middlefield Road
6 Park Boulevard Stanford Avenue California Avenue
7 Ross Road Garland Drive Oregon Expressway
8 Ruthven Avenue Waverley Avenue Webster Street
9 Tennyson Avenue Alma Street Middlefield Road
10 Washington Avenue Alma Street Emerson Street
11 Jacaranda Lane Ash Street Peral Lane
12 Sedro Lane Cambridge Avenue New Mayfield Lane
13 New Mayfield Lane Mimosa Lane Birch Street
14 Mimosa Lane Cambridge Avenue New Mayfield Lane
15 Tasso Street Palo Alto Avenue Hawthorne Avenue
16 Vernon Terrace Loma Verde Avenue Loma Verde Avenue
17
18
1
2
3
4
5
Cowper/Coleridge Intersection
North California Avenue Speed tables
FY 16 OVERLAY ADD ALT # 3
FY 16 OVERLAY BASE BID
Fire Station 5 back parking Lot
Cal Avenue parking Lots 1, 2, 8
Georgia Avenue Improvements
Bol Park Improvements
Park Blvd Improvements