12 Staff Report - Project No. 05-22MEETING DATE: 5/15/06
0 ITEM NO.
COUNCIL/AGENCY AGENDA REPORT
DATE: . MAY 10, 2006
TO: MAYOR AND TOWN COUNCIL/
CHAIR AND MEMBERS OF THE REDEVELOPMENT AGENCY `
FROM: DEBRA J. FIGONE, TOWN MANAGER/EXECUT TO
SUBJECT: PROJECT NO. 05-22 - AWARD OF CONSTRUCTION CONTRACT FOR
PARKING LOT 5 REPAIR AND RESURFACING
A. ADOPT RESOLUTION DECLARING JOSEPH J. ALBANESE, INC.
TO BE THE LOWEST RESPONSIBLE BIDDER ON THE PROJECT
AND AWARDING A CONSTRUCTION CONTRACT IN THE
AMOUNT OF $239,780
B. AUTHORIZE STAFF TO EXECUTE FUTURE CHANGE ORDERS TO
THE CONSTRUCTION CONTRACT AS NECESSARY UP TO AN
AMOUNT OF $25,000
C. AUTHORIZE BUDGET ADJUSTMENT TO TRANSFER $39,687
FROM CONTINGENCY (930) TO ACCOUNT (0613)
RECOMMENDATION:
1. Adopt Resolution (Attachment 1) declaring Joseph. J. Albanese, Inc. to be the lowest
responsible bidder on the project and awarding a construction contract (Exhibit A) in the
amount of $239,780.
2. Authorize staff to execute future Change Orders to the construction contract as necessary
up to an amount of $ 25,000.
3. Authorize budget adjustment to transfer $39,687 from Contingency (930) to account (0613).
BACKGROUND:
This project will repair and reconstruct Parking Lot 5 located between Elm Avenue and Main Street.
Upgrading this parking lot will complete'the improvements planned for all of the downtown parking
lots located between University and Santa Cruz Avenue.
PREPARED BY:
OHN E. CURTIS
J irector of Parks and Public Torks
Reviewed by: -aAssistant Town Manager Attorney Clerk Administrator
Finance -_iCommunity Development Revised: 5/11/06 9:50 am
Reformatted: 5/30/02 NAB&E\COUNCIL REPORTS\05-22.parking.lot5.repair&resurf.award.wpd
PAGE 2
MAYOR AND TOWN COUNCIL/
CHAIR AND MEMBERS OF THE REDEVELOPMENT AGENCY
SUBJECT: PROJECT NO. 05-22 - AWARD OF CONSTRUCTION CONTRACT FOR
PARKING LOT 5 REPAIR AND RESURFACING
MAY 10, 2006
Work on this project will include the removal of the existing asphalt surface, repair of the base
failures, and placement of an asphalt overlay on the lot's surface. Prior to paving, other planned
improvements include repairs and replacement of damaged sections of curbs, new irrigation lines
to the planters and a new planter island to be installed that improves the appearance of the lot
without reducing any parking spaces.
This project was originally advertised and went out to bid last month. The bids received at that time
were rejected due to some bidding errors, and Council authorized that the project be rebid.
DISCUSSION:
Staff has worked closely with the merchants adj acent to Parking Lot 5, to not only inform them about
the project, but also to solicit their input to help determine the best construction period that would
have the least amount of inconvenience or impact to them. The construction schedule for this project
will be from Monday, May 22°d through Sunday, May 28`h, 2006, as follows:
The parking lot will be completely closed until the project is finished. The contractor will work on
the removal of the lot's surface and begin preparation for the new pavement. During the week while
the parking lot is closed, arrangements will be made with the garbage disposal company for pick up
of the garbage according to their regular schedule so there will not be any interruption of that service.
The sidewalk along Parking Lot 5 on Main Street will also be reconstructed with the "Villa
Hermosa" style sidewalk while Parking Lot 5 is closed, a sensible addition of work during Parking
Lot 5's closure, as no vehicular traffic will be using the driveway to Main Street at that time.
In addition, accommodations have been made to designate two specific areas for delivery for the
merchants adjacent to Lot 5: one location will be on the top deck of Parking Garage 4 near Elm
Street, and the other delivery zone will be on Main Street at. the western corner of North Santa Cruz
Avenue. The large "Cat-struction Cat" sign holding a "Deliveries Only" sign will help identify the
two temporary delivery zones. Additionally, parking restrictions will be relaxed on Parking Garage
No. 4 during the construction period. Staff will continue to work closely with the merchants to
ensure that their needs are accommodated and that the parking lot is resurfaced expeditiously and
successfully.
Sealed bids for the Parking Lot 5 Repair and the Resurfacing project were received by the Clerk
Administrator of the Redevelopment Agency on May 10, 2006. Three (3) bids were submitted and
a summary of the bids received is attached (Attachment 2).
Staff has carefully checked all of the bids received, including references, and has determined that
Joseph J. Albanese, Inc. is the lowest responsive bidder. It is recommended that the Council/Agency
adopt the attached Resolution declaring Joseph J. Albanese, Inc. to be the lowest responsible bidder
on the project and award a construction contract to this firm in the amount of $239,780.
PAGE 3
MAYOR AND TOWN COUNCIL/
CHAIR AND MEMBERS OF THE REDEVELOPMENT AGENCY
SUBJECT: PROJECT NO. 05-22 - AWARD OF CONSTRUCTION CONTRACT FOR
PARKING LOT 5 REPAIR AND RESURFACING
MAY 10, 2006
Further, it is recommended that the Council/Agency authorize staff to execute future Change Orders
to the construction contract up to an amount of $25,000. Given the variables associated with this type
of construction and the amount of the recommended contract, staff should be able to manage the
construction work and the change order amount is adequate to cover the cost of unforeseen
circumstances that may arise during the course of construction, and/or for additional quantities of
work that may exceed those included in the awarded contract. Changes to the project scope of work
will be brought to the Council for approval prior to construction.
ENVIRONMENTAL ASSESSMENT:
This project is Categorically Exempt pursuant to Sections 15301(c) and 15304(b) of the State CEQA
guidelines.
FISCAL IMPACT:
The adopted Capital Improvement Program contains an available balance of $225,093 in the Parking
Lot 5 Project Budget. Therefore, a transfer of $39,687 from the RDA Contingency fund is needed
to provide sufficient funding for this project, as follows:
Parking Lot Improvements
Engineering Project # 05-22
Available Expended/ Transfer
Amount
Balance
Budget Encumbered to
of
of Account
FY 2005/06 Fiscal Impact
Funding To Date 930-0613
Contract
Account
930-0613-Parldng Lot
250,000 24,907
225,093
930 Contingency
40,889 39,687
39,687
1,202
TOTALS
290,889 24,907 39,687.
264,780
1,202
TOTAL EXPENDITURES BY CATEGORY:
Staff Labor
Construction Estimate 239,780
CONCLUSION:
Staff recommends that the Council/Agency accept the staff recommendations noted above and adopt
the attached resolution.
Attachments:
1. Resolution awarding construction contract with Joseph J. Albanese, Inc. (with Exhibit A) Construction
Contract
2. Bid Summary
RESOLUTION
RESOLUTION OF THE TOWN COUNCIL
OF THE TOWN OF LOS GATOS
AWARDING A CONSTRUCTION CONTRACT TO
JOSEPH J. ALBANESE, INC.
FOR PROJECT #05-22 - PARKING LOT 5 REPAIR AND RESURFACING
WHEREAS, bids were sought in conformance with State and Town/Redevelopment Agency
law for Project #05-22 - Parking Lot 5 Repair and Resurfacing; and
WHEREAS, Joseph J. Albanese, Inc. submitted the lowest responsible bid which the
Town Council/Agency deems to be responsive to the Town's solicitation dated in April, 2006.
WHEREAS, public improvements are of benefit to the project area or the immediate
neighborhood of the project area; and
WHEREAS, no other reasonable means of financing such public improvements are available
to the community; and
WHEREAS, the Redevelopment Agency's contribution to the cost of the public
improvement will assist in elimination of one or more blighting conditions in the project area; and
NOW, THEREFORE, BE IT RESOLVED, by the Town Council/Redevelopment Agency
of the Town of Los Gatos, County of Santa Clara, State of California, that Joseph J. Albanese, Inc.
is declared to be the. lowest responsible bidder for Project #05-22 - Parking Lot 5 Repair and.
Resurfacing; and;
BE IT FURTHER RESOLVED, that the Town Manager/Executive Director is hereby
authorized and directed to execute a construction contract (Attached as Exhibit A) for said project on
behalf of the Town/Agency in the amount of $239,780.
BE IT FURTHER RESOLVED, that the staff is authorized to execute future change
orders, as necessary, up to an amount of $ 25,000.
Attachment 1
PASSED AND ADOPTED, at a regular meeting of the Town Council/Redevelopment
Agency of the Town of Los Gatos, California, held on the 15th of May, 2006 by the following vote:
COUNCIL/AGENCY MEMBERS:
AYES:
NAYS:
ABSENT:
ABSTAIN:
SIGNED: MAYOR OF THE TOWN OF LOS GATOS/
CHAIR OF THE REDEVELOPMENT AGENCY
LOS GATOS, CALIFORNIA
ATTEST:
CLERK ADMINISTRATOR/SECRETARY OF THE REDEVELOPMENT AGENCY
TOWN OF LOS GATOS
LOS GATOS, CALIFORNIA
CONTRACT
THIS AGREEMENT is between the Town of Los Gatos Redevelopment Agency (hereinafter
referred to as "Owner") and Joseph J. Albanese, Inc. (hereinafter referred to as "Contractor").
Owner and Contractor, for the consideration hereinafter named, agree as follows:
A. SCOPE OF WORK
Contractor shall furnish all materials and perform all of the work for the construction of Project 05-
22 - Parking. Lot 5 Repair and Resurfacing in accordance with the Contract Documents.
B. CONTRACT PRICE
As full compensation for furnishing all materials and for doing all the work contemplated and
embraced in this Contract, also for all loss or damage arising out of the nature of the work aforesaid,
or from the actions of the elements, or from any unforeseen difficulties or obstructions which may
arise or be encountered in the prosecution of the work until its acceptance by Owner, and for all risks
of every description connected with the Work, also for all expenses incurred by or in consequence
of the suspension or discontinuance of work, and for well and faithfully completing the Work, and
the whole thereof, in the manner and according to the Contract Documents, Owner shall pay two
hundred thirty nine thousand, seven hundred and eighty dollars ($239,780), which shall supersede any
other amount specified in the Contract Documents.
C. CONTRACT DOCUMENTS
All rights and obligations of owner and Contractor are fully set forth and described in the Contract
Documents. All parts of the Contract Documents are intended to be correlated so that any work called
for in one part and not mentioned in the other, or vice versa, is to be executed the same as if
mentioned in all said documents. The Contract Documents are defined in Part I, Section 1-1.01(A)
of these Specifications and are incorporated herein by reference the same as though set out in full.
D. BEGINNING OF WORK
Following the execution of this Contract and the approval of bonds and insurance policies and
certificates, Owner shall issue a Notice to Proceed with the Work. Commencing work or the entrance
of equipment or materials on the site of the Work by Contractor before receipt of the Notice to
Proceed is at the sole risk and expense of Contractor, and the Contractor shall be fully liable for any
damage or injury sustained by Owner or third persons resulting therefrom.
E. TIME OF COMPLETION
The Work called for herein shall be fully completed by May 28, 2006.
Exhibit A
F. CORRECTION OF WORK AFTER ACCEPTANCE AND
FINAL PAYMENT BY TOWN/AGENCY
Contractor shall remedy any defects due to faulty materials and/or workmanship and pay for any
damages to other work and/or existing facilities resulting therefrom which shall appear within a
period of 2 years from the date of recording of the Notice of Completion.
G. LIQUIDATED DAMAGES
The undersigned has reviewed and is thoroughly familiar with the appropriate sections of the Contract
and Part I, Section 8-1,03 of these.Specifications pertaining to liquidated damages.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of day of
20
TOWN OF LOS GATOS, by:
Debra J. Figone
Town Manager/Executive Director
CONTRACTOR, by:
(Signature)
RECOMMEND BY:
(Print Name)
John E. Curtis
Director of Parks and Public Works (Address, City, State, Zip)
APPROVED AS TO FORM: (Contractor's
License Number)
Orry P: Korb
Town Attorney/General Counsel
ATTEST:
Marlyn Rasmussen
Clerk Administrator/Secretary of the
Redevelopment Agency
4i
U
•N
V
is
O
O
~ O
x 4"
~ O
~ N
Q O
% ;:r)
~ N
N
O
U ~
•N ,H
P O
O
E-+ P ..q O 0
h o)
d O
aa~
'V;
-p
O
O
0
0
O
0
0
0
O
O
p
d
0
O
0
0
0
C)
0
O
0
0
0
0
0
0
0
0
0
0
0
0
O
0
O
r
00
U
O
Cp
N
CO
M
C Y
O
p
0
O
N
O
N
O
O
N
O
Cn
CT 5
C0
0
O
CO
O
r
0
v
0
N
0
O
0
M
0
O
°
°
O
!
LO
~
co
O
C)
U.)
O')
00
N
ti
W
P
M
00
n
ti
N
C\l
N
r
N
N
C \T
(A
Cp
~F
C \I-
O
M
O
N
N
m
> Q
a U
C a)
x>
lj
O
L(j
O
0
Op
6
0
O
O
O
C)
Cl)
CO
O
O
0
0
O
O
0
0
O
(U
C
C
C)
M
O
N
CD
p
It
(O
r-
CO
W
o
Cq
L0
04
C)
m
m
U
O
N
On
r
C
O
N
N
O
O
N
M
O
CA
I
I
C
CA
-;t
N
O =
t
t
00
IL U)
d
O
O
°
0
0
0
0
0
0
0
o
0
O
0
0
0
°
0
O
0
0
0
0
°
°
0
0
0
°
0
d
p.
U'
o
°
°
0
0
0
0
C~
0
0
°
o
0
0
0
0
0
o
d
0
o
0
0
0
0
°
m
Q C)
LO
o
C!
0
0
Lo
o
O
O
O
C)
C
v:
CA
0
M
o
O
0
O
0
LO
0
N
°
M
o
O
0
LO
0
O
°
O
CC
(
r
N
r
M
V
co
O
M
in
C\
d'
o
r'
(7
(D
O
00
N
U
r
r
CB
O (n CO
m'LS O
c Q)
.V
CD
O
c;
O
C~
o
0
0
0
0
0
°0
0
0
0
0
0
O
O
Elf Cd
CV
°
°
°
O
O
O
O
co
N
O
O
C)
p
o
.C0 C
(
LO
O
CO
O
M
O
CLo
O
O
O
m
N
c:
0
O
4
~t
l7u
r
N
N
N
r
U (n
0
U
04
O
d
O
0
0
0
O
0
O
0
O
0
O
L6
O
0
o
0
-
p
0
O
O
O
O
o
o
d
0
0
O
0
O
0
O
O
O
O
O
C CO
U.
.1
O
.
O
O
O
O
O
0
0
O
O
°
LO,
0
O
0
0
l
0
O
t6
0
LO
co
00
O
(A
o
^
co
N
0
C(a
Ld
C
O
W
000
r
(00
C
r-
N
0)
O
CA
C
-
W
O
N
r
d'
co
C6
4
CO
OA
"i
N
C`7
C'M
r
°
CA
N
Q
U
r
Eg
Q
o
O f6
U
i.
O
0
O
0
O
O
O
_
0
0
0
0
0
0
0
O
0
°
O
O
D_ O (6
m
O
O
O
CO
r
O
co
ti
N
O
N
c
0
M
r,
O
0
~
0
0
(Cj
0
0
M
0
ti
0
N
(fj
g
r•
N
C
U)
m
(o
C
V
v
O
(
C(0
(
r
L
L
N
r,
a U
r
~
v
m
~I
o
L
O
I
O
_
0
o
o
0
6
O
0
Ln
v
°
0
o
c'l
0
o
c7
-i
O
0
o
CD O
o
C)
C
c)
O
o
o
O
o
o
C)
a
o
°
~
y
(n
CSl M~
Z~
O
O
LO
O
(n
N
L'o
~O
O
V
O
CO
O.
)
CO
1~
in
N
Lf)
N
r
r
LO
r.
`t
„
(
ti
-
.
CV
1
c:
V
N
(XJ
06
f-
(7
1
(O
N
CO
co
.
W
D
°
C)
CD
c
3
)
O
O
0
O
D
T
C
r-y
(D
C)
O
J
O
-
O
6
t0
In4
C
.
0
0
Lr)
C:
O
O
C7
-
O
.
N.
O LC)
c
(I)
r
i
O
w
u-I -AIWI WIcoI WIWI~I(I-,I-I WIWI(I-I -IWIUI W
(°n
-1-1 -H r1101111
~
T
N
L
Z)
0)
9
N
C7
C
O
0
o
E
E
-
co
o
od
.n
a
a
'
w
o
co
O
0
O
~
C
(o
>
U
>
U
O
ilf
O
>
3
0
o
U
0)
C
m
Cn
=
C
O
U
<n
a
J
CV
CL
E
06
(V
O)
C
m
C
cm
a
i
'0
a)
a
'C
X
r
m
05
_
'd
Cn
N
z
2
m
U
x
W
~
LL
co
LL
$
3
0)
m
N
U
A
Y
C
tm
m
~
~
a
>
z
~
m
g-
12
n
_
U
C
3
~
~
0
C
C:
O
(n
O
O
E
O
0
U
U
C
U
Q
of
N
-1
C
a)
0_
U)
10
U
=
0)
L)
a)
~
X
•C
N
(n
c-6
0
y
O
C
'p
0)
J
O
(n
C6
C
~
O.
.
d'
Q
W
O
E0
O
6
Q
06
O
m
Un
O
O
N
N
N
~
.0
C
N
(0
V
U
C
O
p)
.6
U
Q
LL
(B
0
S`
>
o
>
(U
=
Z
E
>
U
U
Q
U
O)
l~
CO
j '
0
.
C6
N
(m C
'O
N
O
6
;
to
U)
co
N
>
n
w
N
p
(Y
rC >
In Cn
Q
IY
C
C
R
C
C
C
C
a
co o
C
U
N
W
r-
N
M
t
It
N
O
r
W
O
O
r
N
M
d'
(p
r
CA
0
~✓l
O
nY
b
~ o
o u
N ~
o
N ~
G
o ,0
O .
O
O ~
v w
U L3
Q) u
~
3 0o
N
S=
(C QJ
cc
U) O
4-)
u ~
i+