Loading...
HomeMy Public PortalAbout13) 10A Award of Contract to Green Giant Landscape Inc for Veteran's Memorial ProjectAGENDA ITEM 10.A. PARKS AND RECREATION DEPARTMENT MEMORANDUM DATE: August 16, 2016 TO: The Honorable City Council FROM: Bryan Cook, City Manager By: Cathy Burroughs, Director of Parks and Recreation SUBJECT: AWARD OF CONTRACT TO GREEN GIANT LANDSCAPE, INC. FOR THE TEMPLE CITY VETERANS MEMORIAL PROJECT (CIP NO. P16-02) RECOMMENDATION: The City Council is requested to: 1. Adopt Resolution No. 16-5198 (Attachment "A") awarding a Public Works Contract to Green Giant Landscape, Inc. in the amount of $187,500 for the Temple City Veterans Memorial (Project); 2. Authorize the City Manager to execute the Public Works Contract; and 3. Approve a budget amendment in the amount of $77,500 from Park Acquisition Funds; or 4. Reject all bids and authorize staff to re-bid the Project through a formal bid process with additive alternates. BACKGROUND: 1. On July 6, 2013, the City Council adopted Resolution No. 13-4931 electing to become subject to the Uniform Public Construction Cost Accounting Act (Act). 2. On August 6, 2013, the City Council adopted Ordinance No. 13-977 adding Chapter 11 to Title 2 of the Temple City Municipal Code identifying the bidding process for public works projects to comply with Public Contract Code Section 22034. 3. On February 16, 2016, the City Council, during the mid-year budget review, approved a preliminary design for a Veterans Memorial to be constructed in Temple City Park and allocated $130,000 for design and construction. City Council August 16, 2016 Page 2 of 5 4. On April 13, 2016, the City entered into a Design Professional Services Agreement for landscape architectural and construction project management services with RHA Landscape Architects -Planners, Inc. (RHA) in support of the Project in an amount not to exceed $17,800. 5. On July 5, 2016, the City Council approved the plans submitted by RHA and authorized staff to solicit construction bids using the informal bid process identified in the Act for projects between $45,000 and $175,000. 6. On July 14, 2016, a Notice Inviting Bids was published in the Temple City Tribune for the Project with an August 2, 2016 deadline for submittal of bids. Notices were also sent to 6 plan rooms as well as 8 contractors who had submitted their names for inclusion on the City's list of qualified bidders. 7. On August 2, 2016, the City Clerk opened the 3 bids received by the published deadline. All 3 bids were significantly over the architect's estimate and project budget, as well as the $175,000 threshold for the informal bid process. Pursuant to procedures established for this situation, staff emailed all three bidders asking if they would accept a contract in the amount of $187,500. 8. On August 3, 2016, staff received confirmation from two bidders, Green Giant Landscape, Inc. and CEM Construction Corp, that they would accept the contract at $187,500 . 9. On August 3-4, 2016, staff conducted an extensive review of the bid packets, references, license information and other pertinent information for Green Giant Landscape, Inc. and CEM Construction Corp. At the conclusion of the review, staff determined that Green Giant Landscape, Inc . was the most qualified bidder. ANALYSIS: In an effort to streamline the process and allow for alternative methods for bidding public projects, the City, through adoption of Resolution No. 13-4931 , elected to become subject to the Uniform Public Construction Cost Accounting Act (Act) in 2013. The Act provides a set of procedures which are more closely tailored to smaller projects and still allows for equality among contractors throughout the bidding process. In particular the Act allows for the following: 1) For public works projects valued up to $45,000, the City can use its own employees or serve as its own general contractor; 2) For public works projects valued up to $175,000, the City can use informal bidding procedures which require the City to maintain a list of contractors by category of work and send notices to contractors on the list, listed trade journals, or both; and City Council August 16, 2016 Page 3 of 5 3) For public works projects valued above $175,000, the City must use the very specific formal bidding procedures which require publication in a newspaper of general circulation and trade journals. With the completion of the plans and related bid documents for the Project in June 2016, as well as a revised Estimate of Probable Construction Cost (Attachment "C") from RHA, staff solicited construction bids for the Project utilizing the informal bidding procedures cited above. The Bid Notice was published in the Temple City Tribune, sent to the required plan rooms, and emailed to the six contractors with the appropriate contractor's license on the City's list of qualified bidders. A total of 3 bids were received by the City Clerk's office by the published deadline. Following is a summary of the bids received: CONTRACTOR BID LOCATION ~~----------~--------------~~~~~~-------4 Green Giant Landsca e, Inc. $199,100 La Habra CEM Construction Cor $214,800 Downe ----~~------~--~----------~-----L-----------4 C-1 Construction Cor $266,700 Los An eles ------~------~--~-----------L----~~~------~ Because the Project was bid through the informal bidding process, and all bids received were in excess of $175,000, the project cannot be awarded to the lowest bidder at the bid price submitted. Instead, the City has two options. The first is to reject all bids and re-bid the project using the formal bid process allowing at least 30 days for submittal of bids. The second is to follow the very specific requirements that are specified for this type of situation. Both the Act and Ordinance 13-977 provide that if all bids received pursuant to the informal bidding procedure are greater than $175,000, the City Council may adopt a resolution , by a four-fifths vote, to award the contract at $187,500 or less to the lowest responsible bidder if it determines that the City's cost estimate was reasonable. To comply with this requirement, City staff first requested the City Engineer, Ali Cayir, review RHA's Estimate of Probable Cost to determine if the original estimate was reasonable. Mr. Cayir confirmed the estimate was reasonable. Staff then contacted all three bidders asking if they would accept the contract at $187,500. Both Green Giant Landscape, In c. and CEM Construction Corp responded by the set deadline that they would . In regards to the discrepancy between the architect's estimate and the actual bids received, staff believes there are several factors that may have had an influence, in particular the shortened bid period and the timing of the bid period. Summer is one of the busiest times for public works contractors, in particular with school construction projects. Since two bidders now had the same bid , staff needed to determine which was the most qualified in order to make the choice between equal bidders allowed by the Act. After a thorough review of all items required in the bid packet, reference and license City Council August 16, 2016 Page 4 of 5 checks, as well as analysis of other information available, staff recommends the City enter into a Public Works Contract with Green Giant Landscape, Inc. finding that they have the necessary resources to complete the Project. They have been in business over 20 years completing numerous similar public works projects within the last few years including the Rosemead Pedestrian Bridge and Safe Routes to Schools projects for the City of Pica Rivera, South Park Phase I Improvements for Hermosa Beach, Santa Anita Park Improvements for the City of Santa Ana, Morgan Park Improvements in Baldwin Park, Gateway Park for the City of El Monte, Mountain View Athletic Field Improvements for the El Monte Unified School District, Carson's Del Amo Park Improvements, as well as several park projects for Los Angeles County Department of Public Works in 2012-2013. Green Giant Landscape, Inc. is currently working on a $1.2 million renovation of Zapopan Park for the City of Rosemead. They have indicated they have the resources currently available to begin the Project within 10 days of award of contract and complete within the stated time frame. Attached to this staff report is a copy of the revised Schedule of Items and Prices from Green Giant Landscape, Inc. (Attachment "D"). If the City Council decides to award a Public Works Contract to Green Giant Landscape, Inc., in the amount of $187,500, a budget amendment in the amount of $77,500 is required. The Project is currently funded through the City's Park Acquisition (PA) funds. Sufficient PA funds are available to cover the necessary budget amount. It should be noted that the contract amount ($187,500) does not include a contingency. Upon approval of the contract, RHA will utilize value engineering to reduce the cost of certain components of the project, without jeopardizing design and aesthetics, to allow for a contingency. If the City Council decides to reject all bids, staff will re-bid the Project using the formal bid process which normally requires the Project to be advertised for at least 30 days. The Project could be re-bid with additive alternates to reduce the cost. As the City Council is aware, one of the reasons staff decided to take advantage of the informal bid process was the expedited schedule needed to complete construction of the Veterans Memorial in time for the 2016 Veteran's Day event. Below is an overview of the timeline provided to the Council on July 5, 2016: Date(s) City Council approval of plans and authorization to solicit July 5 construction bids July 14 Bid Notice published/sent to plan rooms July 14 -August 2 Project Bidding (18 days) August 2 Bid Opening August 16 City Council awards construction contract August 29 -October 31 Construction (9 weeks) November 11 Dedication City Council August 16, 2016 Page 5 of 5 If the Council decides to reject all bids and re-bid the Project, the Memorial will not be completed prior to November 11 , 2016. Below is an anticipated schedule should the Project be re-bid: Date(s) City Council rejects all bids and directs staff to re-bid the August 16 project August25 Bid Notice published/sent to plan rooms August 25 -Sept 27 Project Biddinq (33 days) September 27 Bid Opening October 18 City Council awards construction contract Nov 1-Dec 31 Construction (60 days) Regardless of whether the Veterans Memorial is completed by November 11 111, a Veteran's Day event will still be planned for that day. CITY STRATEGIC GOALS: Awarding a Public Works Contract to Green Giant Landscape, Inc. for construction of the Temple City Veteran's Memorial will promote or further the City's Strategic Goal of Quality of Life. FISCAL IMPACT: PA Funds in the amount of $130,000 were included in the Fiscal Year (FY) 2015-16 Capital Improvement Prog ram (CIP) budget for this project. $1 20,000 was re-allocated to the FY 2016-17 CIP budget. A budget amendment, in the amount of $77,500 is required if the City Council awards a Public Works Contract to Green Giant Landscape in the amount of $187,500. There are sufficient PA funds for such an amendment. ATTACHMENTS: A. Resolution No. 16-51 98 B. Public Works Contract Temple City Veterans Memorial-Green Giant Landscape, Inc. C. Temple City Veterans Monument Estimate of Probable Cost -RHA Landscape Architects-Planners, Inc. D. Schedule of Items and Prices-Green Giant Landscape, Inc. ATTACHMENT A RESOLUTION NO. 16-5198 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF TEMPLE CITY, CALIFORNIA AWARDING A PUBLIC WORKS CONTRACT TO GREEN GIANT LANDSCAPE, INC. FOR THE TEMPLE CITY VETERANS MEMORIAL PROJECT WHEREAS, the City Council did on July 16, 2013, adopt Resol ution No. 13-4931 electing to become subject to the Uniform Public Construction Cost Accounting Act (Act); and WHEREAS, said City Council did on August 6, 2013, adopt Ordinance No. 13-977 adding Chapter 11 to Title 2 of the Temple City Municipal Code identifying the bidding process for public works projects to comply with Public Contract Code Sect1on 22034; and WHEREAS, on February 16, 2016, the City Council, during the mid-year bu dget review, approved the preliminary design for a Veteran's Memorial to be constructed in Temple City Park and allocated $130,000 for design and construction; and. WHEREAS, the City Council, on July 5, 2016, approved the plans submitted by RHA Landscape Architects -Planners, Inc. for the Temple City Veteran's Memorial and authorized staff to solic1t construction b1ds; and WHEREAS, pursuant to the Act, public projects of one hundred seventy five thousand dollars ($1 75,000) or less may be let to contract by informal procedures; said procedures, established by Ordinance No. 13-977. require a notice invitmg bids, stating the time and place for submission of bids and a description of the project in general terms, be sent to all construction trade journals specified by the California Uniform Construction Cost Accounting Commission in accordance with Public Contract Code section 22036. Additionally, notification may be prov1ded to contractors who had requested to be included on the City's list of qualified bidders. Said notice required to be send not less than ten (1 0) calendar days before bids are due; and WHEREAS, based on the landscape architect's Estimate of Probable Cost of one hundred twenty two thousand dollars ($122,000) for the proJect as designed, the City elected to follow the informal bidd1ng procedures and as such send a Notice Inviting Bids to the required trade journals and contractors with the appropnate license included on th e City's list of qualified bidders on July 14, 2016 with a bid due date of August 2, 2016, a total of nineteen (19) calendar days; and WHEREAS, on August 2, 2016, at the t1me prescribed in the Notice Inviting Bids, the City Clerk opened the three (3) bids received and recorded the total contract amount for each, all of which exceeded both the City's estimate and the $175,000 limit; and WHEREAS, the Act and Ordinance No. 13-977 both provide that if all bids received pursuant to the Informal bidding procedure are greater than $175,000, the C1ty Council may adopt a resolution, by a four- fifths vote to award the contract at $187,500 or less to the lowest responsible bidder if it determmes that the City's cost estimate was reasonable; and WHEREAS, the City notified the three (3) bidders of the need to reduce costs to at least $187,500 and allowed the bidders to either agree to perform the Veteran's Memorial work at that cost or to hold to their original cost; and WHEREAS, two (2) bidders -Green Giant Landscape, Inc. and CEM Construction Corp agreed to perform the Veteran's Memorial work at a max1mum cost of $187,500; and WHEREAS, based on a review of the bid in formation, including annual revenues, length of existence Resolution No. 16-5198 Page 2 as an ongo1ng concern, available resources, and projects performed similar to the Veteran's Memonal, the C1ty has selected Green Giant Landscape, Inc as the preferable contractor pursuant to its power to do so as set forth in Pub1c Contract Code section 22038(b); and WHEREAS, the C1ty , through an Independent rev1ew of the cost estimate by the City Eng1neer, has analyzed the City's cost estimate and found substantial evidence that it was reasonable. NOW, THEREFORE, the City Council of the C1ty of Temple C1ty does hereby resolve as follows SECTION 1. The City Council does hereby find that the C1ty's cost estimate for the Veteran's Memonal project was reasonable. SECTION 2. The City Council does hereby award a Public Works Contract to Green Giant Landscape, Inc. in the amount of $187,500 and authonzes the C1ty Manager to execute the contract. SECTION 3. The Mayor is hereby authorized to aff1x h1s s1gnature to th1s Resolution s1gmfymg 1ts adoption and the C1ty Clerk, or her duly appomted deputy, IS directed to attest thereto. SECTION 4. The City Clerk shall certify to the adoption of this Resolution PASSED, APPROVED AND ADOPTED on thiS 161h day of August, 2016. Mayor ATIEST: APPROVED AS TO FORM: C1ty Clerk C1ty Attorney I hereby cert1fy that the forego1ng resolution, Resolution No. 16-5198, was duly passed, approved and adopted by the City Council of the City of Temple City at a regular meeting held on the 161h day of August, 2016 by the following vote: AYES. NOES: ABSENT ABSTAIN Counc1lmember - Counc1lmember- Counc1lmember- Councilmember- Resolution No 16-5198 Page 3 C1ty Clerk ATTACHMENT B CITY OF TEMPLE CITY PUBLIC WORKS CONTRACT TEMPLE CITY VETERAN'S MEMORIAL (P16-02) THIS AGREEMENT ("Agreement") is made and entered into th is __ day of August, 2016, by and between the CITY OF TEMPLE CITY, a Municipal Corporation located in the County of Los Angeles, State of California ("CITY"), and Green Giant Landscape, Inc., a corporation, located at 941 -A Macy Street, La Habra, CA 90631 ("CONTRACTOR"), collectively referred to as the Parties. RECITALS A. CITY, by its Notice Inviting Bids, duly advertised for written bids to be submitted on or before August 2, 2016 , for the following: Temple City Veterans Memorial in the City of Temple City, California ("Project"). B. At 10 :00 a.m. on said date, in the Office of the City Clerk at 9701 Las Tunas Drive, Temple City, the bids submitted for the Project were opened. C. At its regula r meeting held on August 16, 2016, the City Council of CITY accepted the bid of CONTRACTOR for the Project as being the lowest responsive bid received and directed that a written contract be entered into with CONTRACTOR. OPERATIVE PROVISIONS NOW, THEREFORE, in consideration of the promises and of the mutual covenants and agreements herein contained , the parties do hereby agree as follows: 1. CONTRACT DOCUMENTS. This Ag reement consists of the following documents ("Contract Documents"), all of which are made a part of this Agreement: (a) Notice Inviting Bids (b) Instructions to Bidders (c) Bid Form (d) Bid Proposal and/or Contract Proposal, as accepted , including the Certifi cate of Bidders' Experience and Qualifications and the List of Subcontractors (e) Information Required by Bidder l.t\ /141!14-2634-9072 13 Rl VI. 1.)) 7129/16 (f) Notice of Award (g) Notice to Proceed (h) This Agreement (i) Verification of California Contractor's License U) Contractor's Certificate Regarding Workers' Compensation (k) Security for payment (labor and materials) (I) Security for performance (m) Certificate(s) of Insurance (n) General Conditions/Specifications (o) Special Provisions (p) Plans and Standard Drawings (q) Prevailing Wage Scales (r) Standard Specifications for Public Works Construction, including subsequent addenda and supplements (s) Change orders issued by th e City and sig ned by the Contractor pertaining to the Contract after the Contract is award ed to Contractor (t) All addenda issued by the City with respect to the foregoing prior to the opening of bids, including, Addenda Nos. 1-4. (u) Other documents (list here) Proposal/Bidder Statistic Information Form In the event there is a conflict between the terms of the Contract Documents, the more specific or stringent provision shall govern. l.i\ #48 14-2634-9072 d KI·VISI"D 7129 16 2 ---------- 2. SCOPE OF WORK. CONTRACTOR agrees to perform all work required for the Project and to fulfill all other ob ligations as set forth in the Contract Documents ("Work"). Except as specifically provided in the Contract Documents. CONTRACTOR must furnish all of the labor, materials, tools, equipment. services and tra nsportation necessary to perform all of the Work. CONTRACTOR must perform all of the Work in strict accordance with the Contract Documents. 3. COMPENSATION & PAYMENT. CONTRACTOR hereby agrees to receive and accept the total amount of one hundred eighty seven thousand five hundred dollars ($187,500), based upon those certain unit prices set forth in CONTRACTOR's Bid Schedule, a copy of which is attached hereto as Exhibit "A" and incorporated herein by this reference, as full compensation for the Work. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the Work during its progress or prior to its acceptance , including those for well and fa ithfully completing the Work in the manner and time specified in the Contract Documents, and also including those arising form actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work. suspension or disco nt inuance of the Work, and all other unknowns or risks of any description connected with the Work. CITY shall retain five percent (5%) of the compensation until the provisions of Section 14 herein have been met. CITY hereby agrees to pay CONTRACTOR at the time, in the manner, and upon the conditions set forth in the CONTRACT DOCUMENTS. 4. UNAUTHORIZED ALIENS. CO NTRACTOR promises and agrees to comply with all of the provisions of State and Federal law with respect to the employment of unauthorized aliens, including without limitation the Federal Immigration and Nationality Act (8 USCA 1101 , et seq.), as amended. Should CONTRACTOR employ one or more unauthorized aliens for the performance of the Work, and should the Federal Governm ent impose sanctions against the CITY for such use of unauthorized aliens, CO NTRACTOR hereby agrees to, and shall, reimburse CITY for the cost of all sanctions imposed, together with any and all costs, including attorney's fees, in curred by the CITY in connection therewith. 5. REPRESENTATIONS AND WARRANTIES. CONTRACTOR hereby represents and warrants that: (a) It is not currently, and has not at any time within the pa st five (5) ca lendar years been , suspen ded, debarred, or excluded from participating in, bidding on, contracting for. or completing any project funded in whole or in part by program . grant or loan funded by the federal government or the State of California; and (b) CONTRACTOR currently has, and for th e past five (5) calenda r years has maintained in good standing, a valid California contractor's license; and I \#·IXI4·26J.J.9072d Rl VI'>! I) 7 29 16 3 (c) CONTRACTOR is registered with the Department of Industrial Relations to perform services on public works projects as required by Labor Code section 1725.5. CONTRACTOR agrees to complete and execute any statement or certificate to this effect as may be required by the City or by any federal or State of California program, loan or grant utilized on this Project. 6. TIME TO PERFORM THE WORK. CO NTRACTOR shall commence the Work on the date specified in the Notice to Proceed to be issued to CONTRACTOR by the Director of Public Works of CITY, and shall complete work on the Project within sixty (60) days after commencement. 7. NONDISCRIMINATION. CONTRACTOR shall not discriminate in its recruiting, hiring, promotion, demotion or termination practices on the basis of race , religious creed , color, national origin, ancestry, physical disability, mental disability, medical condition , martial status, sex, age, or sexual orientation in the performance of this Agreement, and shall comply with the provisions of the California Fair Employment and Housing Act as set forth in Part 2.8 of Division 3, Title 2 of the California Government Code; the Federal Civil Rights Act of 1964, as set forth in Public Law 88-352 , and all amendments thereto; Executive Order 11246; and all administrative rules and regu lations issued pu rsuant to such acts and order. 8. LABOR CODE REQUIREMENTS. (a) CONTRACTOR is aware of and agrees to abide by the prov1s1ons of California Labor Code Sections 1720, et seq., as well as Sections 1771 , 1773, 1773.1, 1773.6, 1773.7, 1774 , 1775, 1776 and 1777, pertaining to the obligation to pay prevailing wages with respect to the performance of work ("Prevailing Wage Laws"). Copies of the prevailing rate of per diem wages and the general prevailing rate for holiday and overtime work for each craft are available upon request from the City. A copy of the prevailing rate of per diem wages shall be posted at the job site. If such posting is not possible, a copy shall be posted at the business of the CONTRACTOR. (b) CONTRACTOR acknowledges that under California Labor Code sections 1810 and following, eight hours of labor constitutes a legal day's work. CONTRACTOR will forfeit as a penalty to City the sum of $25.00 for each worker employed in the execution of this Agreement by CONTRACTOR or any subcontractor for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of Labor Code section 1810. (Labor Code§ 1813.) (c) CONTRACTOR must co mply with Labor Code section 1771 .1 (a), which provides that CONTRACTOR is only eligible to perform the Work if CONTRACTOR is registered with the Department of Industrial Relations as required by Labor Code Section 1725.5, and that CONTRACTOR may award subcontracts for work that l.t\ II.JSI<l-26.\.J-9072 d Rl VISI·D 7'29 16 4 qualifies as a "public work" only to subcontractors which are at the time of award registered and qualified to perform public work pursuant to Labor Code Section 1725.5. CONTRACTOR must obtain proof of such registration from all such subcontractors. (d) CONTRACTOR, and any subcontractor engaged by CONTRACTOR, must pay not less than the specified prevailing rate of per diem wages to all workers employed in the execution of this Agreement. (Labor Code§ 1774.) CONTRACTOR is responsible for compliance with Labor Code section 1776 relative to the retention and inspection of payroll records. (e) CONTRACTOR must comply with all provisions of Labor Code section 1775. Under Section 1775, Contractor may forfeit as a penalty to City up to $50.00 for each worker employed in the execution of the Agreement by CONTRACTOR or any subcontractor for each calendar day, or portion thereof, in wh ich the worker is pa id less than the prevailing rates. Contractor may also be liable to pay the difference between the prevailing wage rates and the amount pa id to each worker for each calendar day, or portion thereof, for which each worker was paid less than the prevailing wage rate. (f) Nothing in this Agreement prevents CONTRACTOR or any subcontractor from employing properly registered apprentices in the execution of the Agreement. CO NTRACTOR is responsible for compliance with Labor Code section 1777.5 for all apprenticeable occupations. This statute requires that contractors and subcontractors must submit contract award in formation to the applicable joint apprenticeship committee, must employ apprentices in apprenticeable occupations in a ratio of not less than one hour of apprentice's work for every five hours of labor performed by a journeyman (unless an exception is granted under §1777.5), must contribute to the fu nd or funds in each craft or trade or a like amount to the California Apprenticeship Council, and that contractors and subcontractors must not discriminate among otherwise qualified employees as apprentices solely on the ground of sex, race, religion , creed , national origin, ancestry or color. Only apprentices defined in Labor Code section 3077, who are in training under apprenticeship standards and who have written apprentice contracts, may be employed on public works in apprenticeable occupations. (g) CONTRACTOR shall defend, indemnify and hold the CITY, its elected officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws . 9. PROJECT SITE CONDITIONS. (a) CONTRACTOR shall, without disturbing the condition, notify CITY in writing as soon as CONTRACTOR, or any of CONTRACTOR's subcontractors, agents or employees have knowledge and reporting is possible, of the discovery of any of the following conditions: (i) The presence of any material that the CONTRACTOR believes is hazardous waste, as defined in Section 25117 of the Health and Safety Code ; I A #4814-2634-9072 v3 Rl VIS I'D 7129/16 5 (ii) Subsurface or latent physical conditions at the site differing from those indicated in the specifications; or, (iii) Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of this character provided for in this Agreement. (b) Pending a determination by CITY of appropriate action to be taken , CO NTRACTOR shall provide security measures (e.g., fences) adequate to prevent the hazardous waste or physical conditions from causing bodily injury to any person. (c) CITY shall promptly investigate the reported conditions . If CITY, through its Director of Public Works, or his or her designee, and in the exercise of its sole discretion, determines that the conditions do materially differ, or do involve hazardous waste, and will cause a decrease or increase in the CONTRACTOR's cost of, or time required for, performance of any part of the Work, then CITY shall issue a change order. (d ) In the event of a dispute between CITY and CONTRACTOR as to whether the cond itions materially differ, or involve hazardous waste, or cause a decrease or increase in the CONTRACTOR's cos t of, or time required for, performance of any part of the Work, CONTRACTOR shall not be excused from any scheduled completion date, and shall proceed with all work to be performed under the Agreement. CONTRACTOR shall retain any and all rights which pertain to the resolution of disputes and protests between the parties. 10. INDEMNITY. CONTRACTOR shall assume the defense of and indemnify and hold harmless the CITY, its elective and appointive boards, officers , agents and employees, from all claims, loss, damage, injury and liability of every kind , nature and description , directly or indirectly arising form the performance of the Work , regardless of responsibility of negligence; and from any and all claims, loss, damage, injury and liability, resulting directly or indirectly from the nature of the Work covered by th is Agreement, regardless of responsibility of negligence. (a) CITY does not, and shall not, waive any rights against CONTRACTOR which it may have because of the acceptance by CITY or the deposit with CITY by CONTRACTOR, of any of the insurance policies hereinafter described in this Agreement. (b) The indemnity provided by CONTRACTOR shall apply to all damages and claims for damages of every kind suffered, or alleged to have been suffered, by reason of any of the Work by CONTRACTOR, or any subcontractor, regardless of whether insurance policies are applicable to any of the damages or claims for damages. (c) The provisions of this section do not apply to claims occurring as a result of the City's sole negligence or willful acts or omissions. l.i\ #~81 ~-2(>3~-9072 d Rl VI<;I"D 7/?.9116 6 (d) The provisions of this section will survive the expiration or earlier termination of this Agreement. 11 . BONDS. CONTRACTOR, before commencing the Work, shall furnish and file with CITY a bond, or bonds, in a form satisfactory to the CITY, in the sum of one hundred percent ( 1 00%) of the compensation amount stated in Section 3 of th is Agreement conditioned upon the fa ithful performance of this Agreement and a bond, or bonds, in a form satisfactory to the CITY, in the sum of one hundred percent (100%) of the compensation amount stated in Section 3 of this Agreement conditioned upon the payment of all labor and materials furnished in connection with this Agreement. 12. INSURANCE. CONTRACTOR shall not commence the Work until CONTRACTOR has obtained all insurance required by the Contract Documents and such insurance has been approved by CITY as to form , amount and carrier. CONTRACTOR shall not allow any subcontractor to commence work on any subcontract until all similar insurance required of the subcontractor have been obtained and approved. (a) Workers' Compensation . CONTRACTOR shall take out and maintain, during the life of this Agreement, Worker's Compensation Insurance for all of CO NTRACTOR's employees employed at the Project site; and, if any work is sublet, CONTRACTOR shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees, unless such employees are covered by the protection afforded by CONTRACTOR. If any class of employees engaged in Work under this Agreement at the Project site is not protected under any Workers' Compensation law, CONTRACTOR shall provide and sha ll cause each subcontractor to provid e adequate insurance for the protection of employees not otherwise protected. CONTRACTOR shall indemnify CITY for any damage resulting from failure of either CONTRACTOR or any subcontractor to take out or maintain such insurance. (b) Comprehensive General Liability, Products/Completed Operations Hazard, Comprehensive Automobile Liability and Contractual General Liability Insurance. CONTRACTOR shall take out and maintain during the life of this Agreement such comprehensive general liability, products/completed operations hazard, comprehensive automobile liability and contractual general liability insurance as shall protect CITY, its elective and appointive boards, officers, agents and employees, CONTRACTOR, and any subcontractor performing work covered by this Agreement, from claims for damage for personal injury, including death , as well as from claims for property damage which may arise from CONTRACTOR's or any subcontractor's operations under this Agreement, whether such operations be by CONTRACTOR or by any subcontractor, or by anyone directly or indirectly employed by either CONTRACTOR or any subcontractor, and the amounts of such insurance shall be as follows: 1./\ 11-.1814-2634-9072 \) RI"VISI·I) 7/29/16 7 (i) Public Liability Insurance in an amount of not less than ONE MILLION DOLLARS ($1 ,000,000); (ii) Products/Completed Operations Hazard Insurance in an amount of not less than ONE MILLION DOLLARS ($1,000,000); (iii) Comprehensive Automobile Liability Insurance in an amount of not less tha n ONE MILLION DOLLARS ($1 ,000,000); (iv) Contractual General Liability Insurance in an amount of not less than O NE MILLION DOLLARS ($1 ,000,000). A combined single limit policy with aggregate limits in an amount of not less than TWO MILLION DOLLARS ($2,000,000) shall be considered equivalent to the required minimum lim its set forth hereinabove. (c) Proof of Insurance. The insurance required by th is Agreement shall be with insurers which are Best A rated , and California Admitted or better. CITY shall be named as "additional insured" on all policies required hereunder, and CONTRACTOR shall furnish CITY, concurrently with the execution hereof, with satisfactory proof of carriage of the insurance required , and adequate legal assurance that each carrier will give CITY at least thirty (30) days' prior notice of the ca ncellation of any policy during the effective period of this Agreement. (d) Notice to Proceed. The CITY will not issue any notice authorizing CONTRACTOR or any subcontractor to commence the Work under this Agreement until CO NTRACTOR has provided to the CITY the proof of in surance as required by this Section 12. 13. LIQUIDATED DAMAGES. The parties agree that it would be impractical and extremely difficult to fix the actual damages to the CITY in the event the Project is not commenced and/or completed on or before the dates specified for commencement and completion of the Project in the Contract Documents. The parties have considered the facts of a breach of this Agreement and have agreed that the liquidated damages sum hereinafter set forth is reasonable as liq uidated damages in the event of a breach , and that said sum shall be presumed to be the amount of the damages sustained by the CITY in the event such work is not begun and/or completed and accepted by the times so specified in the Contract Documents. The sum of ONE THOUSAND DOLLARS ($1 ,000.00) shall be presumed to be the amount of damages suffered by the CITY for each day's delay in the starting and/or completion and acceptance of the Project after the dates specified in the Contract Documents for the start and/or completion thereof, and CONTRACTOR hereby agrees to pay sa id sum of ONE THOUSAND DOLLARS ($1 ,000.00) as liquidated damages for each day of delay in the starting and/or completing and acceptance of said Project beyond the dates specified in the CONTRACT DOCUMENTS . Any and all such li quidated damages assessed shall be l.A #4814-2634·9072 \) Rl. VISI:D 7/29/16 8 done in accordance with that certain edition of the Standard Specification for Public Works Construction currently in effect on the execution date of th is Agreement. CONTRACTOR CITY OF TEMPLE CITY By ______________________ _ By ______________________ __ Date: Da te: --------------------------------------------- 14. NOTICE OF COMPLETION. Upon completion of PROJECT and acceptance of same by the Ci ty Cou ncil of the CITY, the City Manager of the CITY shall cause to be recorded a Notice of Completion with the office of the Los Angeles County Recorder; and, after th irty-five (35) days from the date said Notice of Completion is recorded, the Director of Finance of CITY shall release the funds retained pursuant to Section 3 hereof; provided there have been no mechan ics' liens or stop notices filed against the Work which have not been paid , withdrawn or eliminated as liens against said work. 15. COMPLIANCE WITH LAWS. In performing the Work, CONTRACTOR must comply with all applicable statutes, laws and regulations, including, but not limited to, OSHA requirements and the Temple City Municipal Code. Contractor must, at Contractor's sole expense, obtain all necessary permits and licenses required for the Work, and give all necessary notices and pay all fees and taxes required by law, including, without limitation , any business license tax imposed by City. 16. INDEPENDENT CONTRACTOR. CONTRACTOR is and will at all times remain as to CITY a wholly independent contractor. Neither the CITY nor any of its officers, employees, or agents will have control over the conduct of CONTRACTOR or any of CONTRACTOR's officers, employees, agents or subcontractors, except as expressly set forth in the Contract Documents. CONTRACTOR may not at any time or in any manner represent that it or any of its officers, employees, agents, or subcontractors are in any manner officers, employees, agents or subcontractors of CITY. 17. GENERAL PROVISIONS. (a) Authority to Execute. Each Party represents and warrants that all necessary action has been taken by such Party to authorize the undersigned to execute this Agreement and to bind it to the performance of its obligations. (b) Assignment. CONTRACTOR may not ass ign this Agreement without the prior written consent of CITY, which consent may be withheld in the CITY's sole discretion since the experience and qualifications of CONTRACTOR were material considerations for this Agreement. (c) Binding Effect. This Agreement is binding upon the heirs, executors, administrators, successors and permitted assigns of the Parties. I.A #-l8 1-l-2n34-9072 d Rl Vl'>l lJ 71'2.9 16 9 (d) Integrated Agreement. This Agreement, including the Contract Documents, is the entire, complete, final and exclusive expression of the Parties with respect to the Work to be performed under this Agreement and supersedes all other agreements or understandings, wheth er oral or written, between CONTRACTOR and CITY prior to the execution of this Agreement. (e) Modification of Agreement. No amendment to or modification of this Agreement will be valid unless made in writing and approved by CONTRACTOR and by th e City Council or City Manager of CITY, as applicable. The Parties agree that this requi rement for written modifications cannot be waived and that any attempted waiver will be void. (f) Counterparts and Facsimile Signatures. This Agreement may be executed in several counterparts, each of which wi ll be deemed an original, and all of which, when taken together, constitute one and the same instrument. Amendments to this Agreement will be considered executed when the signature of a party is delivered by facsimile transmission. Such facsimile signature wi ll have the same effect as an original signature. (g) Waiver. Waiver by any Party of any term , cond ition, or covenant of this Agreement will not constitute a waiver of any other term, condition , or covenant. Waiver by any Party of any breach of th e provisions of this Agreement will not constitute a waiver of any other provision, or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any Work performed by CONTRACTOR will not constitute a waiver of any of the provisions of this Agreement. (h) Interpretation. This Agreement will be interpreted, construed and governed according to the laws of the State of California. Each party has had the opportunity to review this Agreement with legal counsel. The Agreement will be constru ed simply, as a whole, and in accordance with its fair meaning. It will not be interpreted strictly for or against either party. (i) Severability. If any term , condition or covenant of this Agreement is declared or determined by any court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions of this Agreement will not be affected and the Agreement will be read and construed without the inva lid , void or unenforceable provision. U) Attorneys' Fees. The prevailing party in any action to resolve a dispute concern ing this Agreement shall be entitled to have and recover from the losing party the reasonable attorneys' fees and costs of such action. (k) Venue. In the event of litigation between the parties, venue in state tri al courts will be in the County of Los Angeles. In the event of litigation in a U.S. District Court, venue w ill be in the Central District of Californ ia, in Los Angeles. I A II·IXI·I-263·1-9072 d Rl VISI·D 7 29/16 10 (I) Notices. All written notices required or permitted to be given under this Agreement will be deemed made when received by the other Party at its respective address as follows: To CITY: To Contractor: City of Temple City 9701 Las Tunas Drive Temple City, California 91780 Attention: City Manager (Tel.) 626-285-21 71 Green Giant Landscape, Inc. 941 -A Macy Street La Habra, CA 90631 Attention: Donald Henderson, President (Tel.) 562-690-6208 Notice will be deemed effective on the date personally delivered or mailed. If the notice is mailed , notice will be deemed given three days after deposit of the same in the custody of the United States Postal Service , postage prepaid, for first class delivery, or upon delivery if using a major courier service with tracking capabilities. Any Party may change its notice information by giving notice to the other Party in compliance with this section . IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed on the day of August, 2016, by their respective officers duly authorized in that behalf. ATTEST: Peggy Kuo, City Clerk Date: APPROVED AS TO FORM: Eric S. Va il, City Attorney 1./\ #-1814-2634-9072 \) R1-V1S1·D 7129/16 II CITY OF TEMPLE CITY, a municipal corporation By ________________________ __ Bryan Cook, City Manager l.i\ 114814-2634-9072 \] Rl VISED 7/29/16 12 __________ , a [state type of entity] By ______________________ __ By _______________________ __ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT III&III&III&III*IIISIIISIIII&IIISIIISIIISIII&IIISIIIISIII&IIISIIISIIISIIISIIII&IIISIIISIII&III A notary public or other offKer completing this certificate verifies only the identity of the individual who signed the dorument, to wflidl this certificate is attached, and not the truthfulness, accuracy, or validity of ttlat document. State of ca lit om ia l County of Los Angeles { On------------before me,---------------------- (rnwrr NomQ of Notary Pvb/ic arKi T~) personally appeared-------------------------------- who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrumem and acknowledged to me that he/she/they executed the s.ame in his/her/their autflorized capacityHes), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of wflidl the person{s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of california that the foregoing paragraph is rrue and correct_ WITNESS my hand and offtcial seal. ~gnarure ________________ __ (Signarww of h'orory PtJbJic) --------------OPTJONAL-------------- Though the informatJon is nor required by JiJw, It may prove valuable ro persons relying on the documenr and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document T~leofTypeofOoru~nt: ______________________________ ___ Docu~ntDate: __________________ __ Number of Pages: -------- S~ne~s)~her~anNam~Ab~e : ___________________________ _ Capacity(ies) Claimed by Signer{s) ~gnersName: ____________ __ Signer's Na~: _____________ _ 0 Indrvidu.al D Jndiv1dual 0 Corporate Officer -T~le(s): ______ __ 0 Partner 0 limited 0 General :::1 0 Anomey m Fact 0 Corporate Officer-ntle(s): ~~~====~ 0 Partner 0 U mrted 0 General 0 Attorney in Faa 0 Trustee 0 Trustee 0 Guard1an or Conservator 0 Guardian or Con-se1vator 0 Other: 0 Other:---------- Stg ner 1s Representing: 5 ig ner is Representing: ____ __ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ISSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSSIIISIISSSSISIIIISSSISSSSSSSISSSSSSII*SSSS*III*IIISISS*SIS r ----- A notary public or other offteer completing this certificate verif.es only the identity of the individual who sjgned the document, to whidl this certificate is attached, and not the truthfulness, accuracy, or valtdity ' of that document. State of California } County of los Angeles On ________________________ beforeme, __________________________________________ __ (T~rr Nom~ of Notary I'll Me and T~) person ally appeared --------------------------------------------------------------- who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribeO to the within instrument and admowledged to me that he/she/they executed the ~me in his/her/their authorized capacity{ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of whidl the person{s) aaed, executed the instrument_ I certify under PENALTY OF PERJURY un-der the laws of tne State of Ca lifornia that the foregoing paragraph is true and corred. WITNIESS my hand and offKial seat ~gnature ________________________________ __ (Signocv~ of h'ocary PubJ.ic} --------------------------O PTIONAL -------------------------- T"hough the information is nor I'PqUired b}' Jaw, It may prove valuable co persons re!yim:; on the document and could prevent fraudulent removal and reatta-chment of t:ftis form to another document. D-escription of Attache<j Document T~leofTypeofDoru~nt: ____________________________________________________________ ___ D~~ntD~e =--------------------------------------Number of Pages : --------------- S~ne~s)~her~anNam~Ab~e: ______________________________________________________ _ Capacity{ies) Claimed by Signer{s) Sag ne r's Name: -------------------------- 0 Individual 0 Corporate Officer T~le(s)· - 0 Partl1er 0 Limited 0 General _L __. 0 Attorney an Fact 0 Trustee 0 Guardian or Conservator 0 Other: Sag ner is Representing: 5 ig ner's Name:--------------------------- 0 lnd iv1dua I 0 Corporate Officer -Title( s}: --------------- 0 Partner 0 Umited 0 General -=====-0 Anomey in Faa 0 Trustee 0 Guardian or Con-servator 0 Other: ------------------- Signer is Repre-senting: _______ __ Temple City Veterans Monument Estimate of Probable Construction Cost DESCRIPTION OVERHEAD & MOBILIZATION I DEMOBILIZATION General Overhead & Mobilization/Demobilization Costs (includes temporary construction fence, bonds, insurance, water, clearing, clean-up, relocations, traffic control and demobilization) I DEMOLITION Remove existing turf Remove plants from planter Remove concrete wall Remove bench Remove flag poles and patch concrete Remove concrete paving I ELECTRICAL Flag Pole Uplights Electrical System jSITE CONSTRUCTION Wall -Type A (24" tall) Wall -Type B (24" tall) 4" Concrete Paving (exposed aggregate) 4" x 6" Concrete Mow Curb Memorial Plaques Center Monument wall, paving, and signage Relocate existing American Flag Pole New 35' Flag Pole jLANDSCAPE Turf irrigation Groundcover Irrigation Groundcover Turf replacement Weed Abatement, Soil Preparation & Fine Grade 90 Day Maintenance (by city staff) II SUB-TOTAL TOTAL 1 LS $6,000.00 300 SF $1.50 320 SF $1.00 65 LF $10.00 1 LS $300.00 2 EA $500.00 160 SF $3.00 13 EA $2,000.00 1 LS $8,000.00 119 LF $110.00 63 LF $90.00 160 SF $7.50 125 SF $8.00 5 EA $500.00 115 SF $60.00 1 EA $5,200.00 5 EA $5,600.00 1 LS $2,500.00 141 SF $1.75 141 SF $5.00 600 SF $1.50 141 SF $0.36 Contingency ATTACHMENT C 6/16/2016 SUB-TOTAL $6,000 $3,2ool $450 $320 $650 $300 $1,000 $480 $34,0001 $26,000 $8,000 $63,5601 $13,090 $5,670 $1 ,200 $1 ,000 $2,500 $6,900 $5,200 $28,000 $4,4031 $2,500 $247 $705 $900 $51 $111,16311 10% $11 ,116 $122,27911 Aug 05 '16 03:'18p Green Giant L<mdscape, In ATTACHMENT D 2. SCHf.DUt . .r: Of-ITEMS AND PRlCf:S In compliance with the Notice Inviting Sealed Bids, the undersigned here! y agrees to enter into a contract to f urnish all •.. labor, matetials, equipment and supplies for the Temple City Veteran's M ~morfal in accordance with the Plans, Drawings, Notes and Details, and Specifications for the unit prices Indicated on the ollowlng page: DESCRIPTION QTV. UNIT UNIT PRICE t:J<TENDEO AMOUNT TOTAL OVERHEAD & MOBiltlATION / DEMOBIUZATION I !=;l)l) £) ~Ct General Overhead flt Mobilization/Demobilizatfon Costs 1 lS II ~ --~ ... ~t.~ ~N\1\ ~~j DEMOLITION TIOO{) ao Remove existing turf 1 LS looo ~· \ oao .a il Remove plants from planter 1 lS l lOo,.....~ ! \01'11'\ _C\Cl Remove concrete wall 1 lS ~l'ln 1"\ ~\> ~~01\.0 .oG Remove bench 1 lS lOl)t'\ .f)( lD 0"'-!' .-. Remove flag poles and patch concrete 2 EA \CI rlll f7n ? Ann !''j Remove concrete paving 1 lS l'3ono !l" ~/'\~)~ I ELECTRICAL TI ftS"oo P (J Flag Pole Uplights 13 EA I tt ill) po 14 3oo~(J'O Electrical System 1 LS lg aon~ I ~.., ~o.o~ SITE CONSTRUCTION .\';9 ~~~-~ Wall-Type A (24" tall) 1 lS l ~o _..A_~ ~bo.r\.(". 0 Wall-Type B (24" tall) 1 LS I lc;,._,...~o l t;AI\t'\ ~ ~ 4" Concrete Paving (exposed aggregate) 1 LS ~~Db,""~ 1J.o 0~0~ D Concrete Mow Curb 1 LS I S"ooo~ I So~.ot I> Memorial Plaques 5 EA I !Jill'\" ~ n JD l"lnt"\ ~ 1) Center Monument wall, paving, and signage 1 LS I &.aD 6r-..,.. 'r l40ot:'lo ~ Relocate existing American Flag Pole 1 EA l~bDn !'0 I ~&-u\ !=>C ~ New 35' Flag Pole 5 EA lt:;nn o oc ~~~i}L'V] ~ 10 I LANDSCAPE T7ooo o~ Turf irrigation 1 LS !J~""~t. ~~nl"\·~ f) Groundcover Irrigation 1 LS I~Ol'\" po '30oo ~·' Groundcover 1 LS ~~·£)1\i'} 0"' l~o~:-. Turf replacement 1 lS fEooo~ ! i:; l')("1l'\ IX'. Weed Abatement, Soil Preparation & Fine Grade 1 lS ~~---~ t:=..-.--0 1 II TOTAL IN FIGURES: ~ \~I soo. Ot:l> II ~ TOTALIN WORDS: One \n_ .. ') ru oAHl £'\f"!.V\~1 s.p..,_ ~~, -\-\nlu JSIIAIJ r.t Jl ~ut.J~ ,,~~ ~ 0 c ~,; ~