Loading...
2010090708 - PPW Job No. 10-02 Pageant Grounds Access Improvement Design - redwood Engineering - Award BidtpW N OF _ 1 / ._ ~$FXpVII S L~ !ps OAtpS DATE TO COUNCIL/AGENCY AGENDA REPORT AUGUST 26, 2010 MEETING DATE: 09/07/10 ITEM NO: - , MAYOR AND TOWN COUNCIL/ CHAIR AND MEMBERS OF THE REDEVELOPMENT AGENCY ~~ FROM: GREG CARSON, TOWN MANAGER/EXECUTIVEbIRECTOR SUBJECT: PPW JOB NO. 10-02- PAGEANT GROUNDS ACCESS IMPROVEMENT DESIGN PROJECT 831-1201 A. AUTHORIZE THE TOWN MANAGER TO EXECUTE A CONSTRUCTION CONTRACT WITH REDWOOD ENGINEERING CONSTRUCTION IN AN AMOUNT NOT TO EXCEED $488,888. B. AUTHORIZE STAFF TO EXECUTE FUTURE CHANGE ORDERS TO THE CONSTRUCTION CONTRACT AS NECESSARY IN AN AMOUNT NOT TO EXCEED $50,000. RECOMMENDATION: 1. Authorize the Town Manager to execute a construction contract with Redwood Engineering in an amount not to exceed $488,888 2. Authorize staff to execute future change orders to the construction conh•act as necessary in au amount not to exceed $50,000. BACKGROUND: The adopted Capital Improvement Program for FY 2010/11 - 2014/15 designates fiuiding in the amount of $990,000 for this project. Improved access to the Pageant Grounds was identified as a fundamental component to the development of the new Library project. The existing location of the emergency generator and cooling tower, which serves the Civic Center, prevents the development of the Pageant Gro\uids site as a complement to the new Library. Staff was duetted to explore alternative locations for this essential equipment. The design and development of this project began in March of 2010 when the Town entered into an agreement with Alfa Tech to provide design services for this project. The design was completed in July and the construction documents were bid in August 2010. ~~ PREPARED BY: TODD CAPURSO Director of Parks and Public Works Reviewed by: ` %~ ~ ssistant Town Manager/Deputy Director p ~~_.._....._.___~_,__ ..__..__ ______. own Attorney/General Counsel Clerk Administrator/Secretary Finance -Community Development N:\PPW\MANAGEMENT\COiJNCIL\CO[JNCIL REPORTS\2010 Reports\Sep[ember 7\10-02 Pageant Grounds award.doc PAGE 2 AUGUST 26, 2010 MAYOR AND TOWN COUNCIL/ CHAIR AND MEMBERS OF THE REDEVELOPMENT AGENCY SUBJECT: PPW JOB NO. 10-02 -PAGEANT GROUNDS ACCESS SITE IMPROVEMENTS PROJECT 831-1201 DISCUSSION: A new location for the equipment was identified near the rear of the Civic Center adjacent to the mechanical room. This site will require the re-use of four current employee parking spaces. A visual and sound attenuating enclosure will also be constructed as part of this project. During the equipment evaluation process, it was determined the useful life of the current emergency generator has been exceeded and its generating capacity falls short of the Civic Center's current needs. Alfa Tech was directed to recommend an appropriate emergency generator replacement and automatic transfer switch, to be included in the project. The cooling tower and its ancillary components will be re-used in the new location. Staff solicited bids for this project, and on August 25~', 2010, three bids were received as follows (see Bid Summary, Attachment 2); • Redwood Engineering Construction $488,888 • Bogard Construction $549,000 • Therma Inc. $619,036 After review and tabulation of the bid results, staff has determined that Redwood Engineering Construction is a responsible entity and that its bid is most responsive to the Town's formal bid process. CONCLUSION: Staff recommends that the Town Council authorize the Town Manager to execute a construction contract with Redwood Engineering Construction (Attachment 1) in an amount not to exceed $488,888. It is further recommended that the Town Council/Redevelopment Agency authorize staff to execute future change orders to the construction contract as necessary in an amount not to exceed $50,000. ENVIRONMENTAL ASSESSMENT: Funding of this project is not a project defined under CEQA, and no further action is required. PAGE 3 AUGUST 26, 2010 MAYOR AND TOWN COUNCIL/ CHAIR AND MEMBERS OF THE REDEVELOPMENT AGENCY SUBJECT: PPW JOB NO. 10-02 -PAGEANT GROUNDS ACCESS SITE IMPROVEMENTS PROJECT 831-1201 FISCAL IMPACT: There are sufficient funds available for this project as demonstrated in the table below. ~ ..., _ , . . .. .. .. ..... .. . ...,. ...,.,_, ~ ,._ -_, _ ti _ _. . -. ExpendecP Proposed - FY2009/10 Encumbered Remaining FY 2010/11 Contract Aiailable-, FY 2010/11 Budget To Date Carry EonYnrd Budget Amount `Balance 411-831-1201 $ - $ - $ - $ 925,000 $ 509,601 $" ,415,399`, 911-831-1201 65,000 35,712 29,288 29,288. 29,288 TOTALS $ 65,000 __ $ 954,288 $ 538,889 ~~~ p$ 415,399,` TOTALIXPIND~T~7RI~SB~'C 1T'EGO~tY i ~_ ~ _ .. ... .,.. _ ._ ,.. , ,w, Coustroctian $ 488,889 TOTALS AttaChnlentS: 538,889 L Construction contract with Redwood Engineering Construction 2. Bid Summary TATS PAGE INTENTIONALLY LEFT BLANK Attachment 1 CONTRACT This Agreement is dated for identification this 7th day of September, 2010, and is made by and between the TOWN OF LOS GATOS, a California municipal corporation, whose address is 110 East Main Street, Los Gatos, California 95030 (hereinafter "TOWN"), and REDWOOD ENGINEERING CONSTRUCTION, whose address is 2336 EI Camino Real, Redwood City, CA 94063 (hereinafter "CONTRACTOR"). NOW, THEREFORE, the parties agree: ARTICE I: WORK TO BE DONE AND DOCUMENTS FORMING THE CONTRACT. That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the said TOWN, and under the conditions expressed in the two bonds hereunto annexed, the said CONTRACTOR agrees with the said TOWN, at his own proper cost and expense, to do all the work and furnish all the materials and equipment necessary to construct and complete, in accordance with the plans and specifications hereinafter mentioned, in a good, workmanlike and substantial manner, under the supervision of the Town Engineer, or his representative, of the. TOWN OF LOS GATOS, California, all the works and improvements described, mentioned and set forth in those plans and specifications on file in the Office of the Parks and Public Works Department of said TOWN, entitled: "Plans and Specifications for Town Project #10-02 Pageant Grounds Access Site Improvements" which said plans and specifications and all the documents therein contained, including the TOWN OF LOS GATOS's Standard Provisions, are hereby specially referred to and by such reference made part of this contract. ARTICLE IL• CONTRACTOR'S ACCEPTANCE CONTRACTOR agrees to receive and accept the prices shown on Exhibit "A," which is attached hereto and incorporated by reference herewith, as full compensation for furnishing all materials and equipment and for doing all the work described in the contract documents; also for all loss or damage as provided in the contract documents in the prosecution of the work until its acceptance by the Town Council of the TOWN OF LOS GATOS, and for well and faithfully completing the work, and the whole thereof, in the manner and according to the contract documents, plans and specifications, and the requirements of the Town Engineer. The TOWN shall pay the CONTRACTOR (Four Hundred Eighty Eight Thousand Eight Hundred Eighty Eight Dollars) $488,888 which shall supersede any other amount specified in the Contract Documents. ARTICLE III: ACCEPTANCE BY TOWN The said TOWN hereby promises and agrees with the said CONTRACTOR to employ, and does hereby employ the said CONTRACTOR to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner and upon the conditions above set forth; and the said parties for themselves their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. ARTICLE IV: COMPLETION OF AGREEMENT Reference is made to Section B:3 of the TOWN's Bid Form and which are hereby made a part of this contract. Inasmuch as the work called for under this contract concerns a needed public improvement, the time of performance and completion of this work is of the essence of this contract. It is expressly understood and agreed by the parties hereto that all the work called for under this contract, in all its parts and requirements, shall be completed in 150 calendar days. ARTICLE V: HOURS OF LABOR The CONTRACTOR shall forfeit, as a penalty, to the TOWN, Twenty-Five Dollars ($25) for each workman employed in the execution of the contract by him or by any subcontractor for each calendar day during which any workman is required or permitted to labor more than eight (8) hours in violation of the provisions of Sections 1810-1815 inclusive of the Labor Code and all amendments thereto. ARTICLE VI: APPRENTICES Attention is directed to the provisions in Sections 1777.5, 1777.6 and 1777.7 of the Labor Code governing the employment of apprentices by the CONTRACTOR or any subcontractor under him. CONTRACTOR and any of his subcontractors shall comply with the requirements of said sections of the Labor Code; CONTRACTOR shall have full responsibility for compliance with the said sections regardless of any other contractual or employment relationships alleged to exist. Information relative to apprenticeship standards and other requirements may be obtained from the Director of Industrial Relations ex officio the Administrator of Apprenticeship, San Francisco, California or from the Division of Apprenticeship Standards at its branch offices. ARTICLE VII: NONDISCRIMINATION The CONTRACTOR subrecipient or subcontractor shall not discriminate on the basis.of race, color, national origin or sex in the performance of this contract. CONTRACTOR shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT- assisted contracts. Failure by CONTRACTOR to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as recipient deems appropriate. ARTICLE VIH: INDEPENDENT CONTRACTOR It is agreed that CONTRACTOR is an independent contractor, and all persons working for or under the direction of CONTRACTOR are CONTRACTOR's agents, servants and employees, and said persons shall not be deemed agents, servants or employees of TOWN. ARTICLE IX: OWNERSHIP OF DATA AND DOCUMENTS CONTRACTOR agrees that all records, specifications, data, maps, designs, graphics, writings, recordings and other tangible materials regardless of form or format, including, without limitation, electronically transmitted documents and ACAD files, and other collateral materials collected, compiled, drafted, prepared, produced and/or generated in the performance of this Agreement shall be the property of TOWN. CONTRACTOR shall regularly provide such documents to TOWN upon TOWN's request. In the event that this Agreement is terminated prior to completion of the scope of work, CONTRACTOR shall provide all such data and documents to TOWN forthwith. ARTICLE X: INSURANCE a. Commercial General Liability/Automobile Liability Insurance: CONTRACTOR shall obtain and maintain Commercial General Liability insurance and Automobile Liability insurance in the amount of One Million Dollars ($1,000,000) per occurrence. If a general aggregate limit is used, either the general aggregate limit shall apply separately to this contract or the general aggregate limit shall be twice the required occurrence limit. CONTRACTOR'S insurance coverage shall be written on an occurrence basis. b. Workers' Compensation Insurance: CONTRACTOR shall obtain and maintain statutory Workers' Compensation insurance and Employer's Liability insurance in the amount of One Million Dollars ($1,000,000) per accident. CONTRACTOR is familiar with the Workers' Compensation laws of California (generally contained in Section 3700 of the Labor Code), including those provisions which provide for specific exemptions from the requirement that all employers must carry Workers' Compensation insurance, and CONTRACTOR maintains they are exempted under the law from the requirement to maintain Workers' Compensation insurance coverage. In addition, during the term of any work for TOWN under said agreement: (1) CONTRACTOR will not employ any person in any manner so as to become subject to the Workers' Compensation laws of California, or (2) should CONTRACTOR become subject to the Workers' Compensation provisions of Section 3700 of the Labor Code for any reason, CONTRACTOR shall forthwith comply with those provisions and send evidence of financial compliance to TOWN. c. Acceptability of Insurers: Insurance is to be placed with insurers with a current Best Rating of A:VII unless otherwise acceptable to TOWN. d. Verification of Coverage: Insurance, deductibles or self-insurance retentions shall be subject to TOWN's approval. Original Certificates of Insurance with endorsements shall be received and approved by TOWN before work commences, and insurance must be in effect for the duration of the contract. The absence of insurance or a reduction of stated limits shall cause all work on the project to cease. Any delays shall not increase costs to TOWN or increase the duration of the project. e. Other Insurance Provisions: (1) The TOWN OF LOS GATOS, its officers, officials, employees and volunteers are to be covered as additional insured by Endorsement CG 20 10 11 85 or other endorsement approved by Town Attorney for Commercial General and Automobile Liability coverage.. (2) For any claims related to this project, CONTRACTOR'S insurance coverage shall be primary and any insurance or self-insurance maintained by TOWN, its officers, officials, employees and volunteers shall not contribute to it. (3) Each insurance policy required shall be endorsed that a thirty (30) day notice be given to TOWN in the event of cancellation or modification to the stipulated insurance coverage. (4) In the event CONTRACTOR employs subcontractors as part of the work covered by this Agreement, it shall be the responsibility of CONTRACTOR to ensure that all subcontractors comply with the same insurance requirements that are stated in this Agreement. (5) Approval of the insurance by TOWN or acceptance of the Certificate of Insurance by TOWN shall not relieve or decrease the extent to which CONTRACTOR may be held responsible for payment of damages resulting from CONTRACTOR'S services or operation pursuant. to this Agreement, nor shall it be deemed a waiver of TOWN'S rights to insurance coverage hereunder. (6) If, for any reason, CONTRACTOR fails to maintain insurance coverage that is required pursuant to this contract, the same shall be deemed a material breach of contract. TOWN, at its sole option, may terminate this contract and obtain damages from CONTRACTOR resulting from said breach. Alternately, TOWN may purchase such required insurance coverage, and without further notice to CONTRACTOR, TOWN may deduct from sums due to CONTRACTOR any premium costs advanced by TOWN for such insurance. ARTICLE XI: HOLD HARMLESS CONTRACTOR hereby agrees to and shall hold TOWN, its elective and appointive boards, commissions, officers, agents, registered volunteers, and employees harmless from any liability for damage or claims for damage for personal injury, including death, as well as from claims for property damage and any other claims of any sort whatsoever, including, but not limited to, any liabilities, claims, losses, or expenses in any manner caused by, arising out of, or in connection with, either directly or indirectly, the construction or installation of the work, the guarding of the work, the use of improper materials in construction of the work, or the negligent, willful, or intentional acts or omissions by CONTRACTOR or CONTRACTOR'S subcontractors, agents, or employee operations under this Agreement, whether such operations by CONTRACTOR or by any of CONTRACTOR'S subcontractors, or by any one or more persons directly or indirectly employed by, or acting as agent for CONTRACTOR or any of CONTRACTOR'S subcontractors during the progress of the work or at any time before its completion and final acceptance, excepting suits and actions brought by the CONTRACTOR for default of this Agreement or arising from the sole active negligence or willful misconduct of the TOWN. The Town Council may retain so much of the money due to the CONTRACTOR as shall be reasonably necessary to protect the TOWN, until disposition has been made of such suits or claims for damages as aforesaid. CONTRACTOR agrees to and shall pay TOWN's cost of defense (or, at the sole option of the TOWN, CONTRACTOR shall defend with counsel approved by the TOWN Attorney) and indemnify TOWN and its elective and appointive boards, commissions, officers, agents, and employees from any suits or actions at law or in equity arising out of the execution, adoption or implementation of this Agreement (exclusive of any such actions brought by CONTRACTOR), such indemnification to include all costs of defense, judgments, and any awards of attorneys' fees. Should any accident or incident causing death, personal injury or property damage occur between the date CONTRACTOR is notified that its General Liability and/or Workers Compensation Insurance is canceled and the effective date of such cancellation, CONTRACTOR'S obligation to indemnify, defend and save harmless the TOWN, as provided for hereinabove, shall in no manner be affected by the fact that the TOWN had not received the notice of cancellation prior to the date of such accident or incident. ARTICLE XII: BONDING REQUIREMENT CONTRACTOR agrees to post a Faithful Performance Bond and a payment bond for Labor and Materials, or other guarantees, in the required amounts upon bond forms provided by the TOWN, guarantying the performance of the terms of this Agreement. Surety issuing bonds for CONTRACTOR shall be approved by the U.S. Department of Treasury's Financial Management Service and shall be listed on the most current Treasury Circular 570 as contained in the Federal Register. ARTICLE XIII: MAINTENANCE AND GUARANTY CONTRACTOR shall promptly repair, replace, restore, or rebuild, as the TOWN may determine, any finished product in which defects of materials or workmanship may appear or to which damage may occur because of such defects, during a one (1) year period subsequent to the date of final acceptance. This article does not in any way limit the guaranty on any items for which a longer guaranty is specified or on any items which a manufacturer gives a guaranty for a longer period, nor does it limit the other remedies of the TOWN in respect to a latent defect, fraud or implied warranties. CONTRACTOR shall furnish the TOWN all appropriate guaranties or warranty certificates upon completion of the project. ARTICLE XIV: SHORING FOR If the contract specifies an expenditure of Twenty-Five Thousand Dollars ($25,000) or greater for trenching, and if the depth of the trench is five feet (5') or more, then Section 6705 of the Labor Code shall also be applicable. ARTICLE XV: APPLICABLE LAWS AND ATTORNEY'S FEES This Agreement shall be construed and enforced pursuant to the laws of the State of California. Should any legal action be brought by a parry for breach of this Agreement or to enforce any provision herein, the prevailing parry of such action shall be entitled to reasonable attorneys' fees, court costs, and such other costs as may be fixed by the court. Reasonable attorneys' fees of the TOWN Attorney's Office, if private counsel is not used, shall be based on comparable fees of private attorneys practicing in Santa Clara County. ARTICLE XVI: INTERPRETATION OF CONTRACT It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said CONTRACTOR, then this instrument shall control and nothing herein shall be considered as an acceptance of the said terms of said proposal conflicting herewith. ARTICLE XVII: AMENDMENTS AND CHANGE ORDERS This Agreement may be amended from time to time as necessary by formal and written amendment or authorized change order executed by the Town Manager or designee and principal acting on behalf of the CONTRACTOR. ARTICLE XVIII: DBE RESPONSIBILITIES For projects that are State or Federal funding; With respect to Disadvantaged Business Enterprises, CONTRACTOR shall do the following: (1) Pay each subcontractor under this prime contract for satisfactory performance of its contract no later than ten (10) days from the receipt of each payment the prime contractor receives from TOWN. Any delay or postponement of payment from the above-referenced time frame may occur only for good cause following written approval of TOWN. This clause applies to both DBE and non-DBE subcontractors. (2) Release all retainage owed to a subcontractor for satisfactory completion of the accepted work within thirty (30) days after TOWN's payment to CONTRACTOR. Any delay or postponement of payment from the above-referenced time frame may occur only for good cause following written approval of TOWN. This clause applies to both DBE and non-DBE subcontractors. ARTICLE XIX: PREVAILING WAGES Reference is hereby made to copies of the general rate of per diem wages as determined by the Director of the Department of Industrial Relations on file in the Department of Parks and Public Works, TOWN OF LOS GATOS, Town Hall, which are available to any interested party. For failure to pay the prevailing wages, the CONTRACTOR shall forfeit, as a penalty, to the TOWN, Fifty Dollars ($50) for each workman for each calendar day or portion thereof who is paid less than the stipulated prevailing wage for work done under this contract, in violation of the provisions of the Labor Code, Sections 1770 to 1780, inclusive. In addition to said penalty, the CONTRACTOR, or subcontractor, shall pay to each worker the difference between the prevailing wage and the amount paid to said worker for each calendar day for which said worker was paid less then the prevailing wage. CONTRACTOR shall comply with the provisions of the Davis-Bacon Act, as amended (40 USC 276a-376a-5), and related requirements as certified in CONTRACTOR's bid proposal. ARTICLE XX: ENTIRE AGREEMENT This Agreement contains the entire understanding between the parties with respect to the subject matter herein. There are no representations, agreements or understandings (whether oral or written) between or among the parties relating to the subject matter of this Agreement which are not fully expressed herein. ARTICLE XXI: PUBLIC RECORDS The parties recognize and acknowledge that TOWN is subject to the California Public Records Act, California Government Code Section 6250 and following. Public records are subject to disclosure. ARTICLE XXII: NOTICES Any notice required to be given to CONTRACTOR shall be deemed to be duly and properly given if mailed to CONTRACTOR, postage prepaid, addressed to: REDWOOD ENGINEERING CONSTRUCTION 2336 El Camino Real Redwood City, CA 94063 or personally delivered to CONTRACTOR at such address or at such other addresses as CONTRACTOR may designate in writing to TOWN. Any notice required to be given TOWN shall be deemed to be duly and properly given if mailed to TOWN, postage prepaid, addressed to: TOWN OF LOS GATOS Bruce Smith, Capital Projects Manager 41 Miles Avenue Los Gatos, CA 95030 or personally delivered to TOWN at such address or at such other addresses as TOWN may designate in writing to CONTRACTOR. ARTICLE XXIII: SECTION 7106 FORM Attached to the Agreement is a fully executed and sworn non-collusion affidavit as required by Section 7106 of the Califomia Public Contracts Code. Said affidavit is incorporated herein by this reference. IN WITNESS WHEREOF, the parties to these presents have hereunto set their hands the year and date first written above. APPROVED AS TO CONTENT: TOWN OF LOS GATOS by: REDWOOD ENGINEERING CONSTRUCTION by: Greg Larson, Town Manager Recommended by: Todd Capurso, Director Parks and Public Works APPROVED AS TO FORM: Michael Martello, Interim Town Attorney Attest: (Print Name) Address: Tax ID No. or SSAN: (Signature) (Title) Jackie Rose, Clerk Administrator Corporate Seal ATTACHMENT 2 TOWN OF LOS GATOS CLERK DEPARTMENT BID SUMMARY PROJECT: PROJECT 10-02 Pageant Grounds Access Site Improvements Project DATE: August 25, 2010 TIIviE: 10:00 A.M. BY; Jackie Rose Redwood Engineering Construction 2336 El Camino Real Lowest Responsible $488,888..00 Redwood City, CA 94063 Bidder Ben Cerney 925-819-2960 Bogard Construction 350 A Coral Street Second $549,000.00 Santa Cruz, CA 95060 Neil Buxxow 831-426-8191 ATTEST: .DATE: f) ' ~ S ((~ Summary.wpd THIS PAGE INTENTIONALLY LEFT BLANK