Loading...
CC - Item 5C - Award of Contract for Rosemead Park Trail Enhancement0 ROSEMEAD CITY COUNCIL STAFF REPORT TO FROM THE HONORABLE MAY R'ANDN ITY COUNCIL OLIVER CHI, CITY MANAGER DATE: AUGUST 26. 2008 SUBJECT: ROSEMEAD PARK TRAIL ENHANCEMENT PROJECT -AWARD OF CONTRACT SUMMARY . At its July 22nd meeting, the City Council selected a trail design for the Rosemead Park Trail Project and authorized staff to advertise and solicit bids for the completion of a fitness trail and recreational enhancements at Rosemead Park. This project will include the addition of a jogging trail, recreational equipment, and a tai-chi exercise pad. On August 20, 2008, bids were received and reviewed for the project. Staff Recommendation Staff recommends that the City Council award a contract to lowest responsive bidder, The Nazerian Group, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION 'Background Rosemead Park is the City's largest and, arguably, most used park. The Park is located on the northwest corner of Mission Drive and Encinita Avenue. It abuts a neighborhood to the east and is bordered by Rosemead High School on the west and Encinita Elementary School on the north. Rosemead Park houses City preschool classes and swim programs, youth and adult sports activities, numerous picnic shelters, basketball courts, and three playgrounds - all of which are heavily used by the community. The proposed Park enhancements included as part of this project will include the creation ofY2 mile jogging/walking trail, the addition of a rubberized asphalt pad for tai- chi and volleyball participants, and the addition of new stationary exercise units (Attachment A). If approved, staff will authorize the contractor to begin construction on September 8tn APPROVED FOR CITY COUNCIL AGENDA: O • o City Council Meeting August 26, 2008 Page 2 of 3 Prior to opening the bid proposals, the City issued two addenda to the original plans and specifications. These included: • Addendum 1 - Includes an allowance of up to $45,000 for exercise equipment pieces. • Addendum 2 - Increases the rubberized asphalt surface thickness from 3/8" to ''/2'. At 11:00 AM on August 20, 2008, the City Clerk opened and read the following total base bid prices for this project: Bidder Total Base Bid Price Low The Nazerian Group $425,000 2 Michael's Construction $437,000* 3 Calvada Environmental Services Non-Responsive Bid* * Denotes Irregularity Contained in Bid Proposal Documents The low bidder The Nazerian Group possesses a Building Contractors Class B license as specified in the contract documents. The Nazerian Group is a 7 year old firm that has satisfactorily completed construction projects for other agencies, including Pasadena Unified School District, the City of Glendale, and Alhambra Unified School District. The Contractor must complete all work within 35 consecutive working days. Liquidated damages are $250 per calendar day. Timeline If this contract is awarded, staff will work to complete this project according to the following schedule: August 26th - City Council Awards Contract September 8th - October 17th Grading, Site Prep, Staking Trail Area: Pour/Install Concrete and Rubberized Asphalt Concrete Install Stationary Exercise Equipment: *Work will take place on weekdays, between the hours of 7AM and 5PM and not affect any softball or baseball games. The project will be done in phases to minimize the impact on park use. October 20th Project completion and trail opened for public use. 0 • City Council Meeting August 26, 2008 Page 3 of 3 FINANCIAL REVIEW The total appropriation need to award this project is $499,500 which includes a 10% amount ($42,500) for unforeseen construction expenses and 7.5% (32,000) for project/construction management fees. Funding for this project is provided for in the City's approved FY 2007-08 Capital Improvement Program Budget. ENVIRONMENTAL REVIEW The project is categorically exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 (a) of the CEQA Implementing Guidelines. This exemption covers building alterations involving partitions, plumbing, electrical, etc. Prepared by: Chris Marcarello Deputy Public Works Director Submitte y: Bria i Assistant City Manager Attachments: (1) Park Trail Enhancement Project Design (2) Plans and Specifications, Addendum #1, Addendum #2 (3) Bid Summary/Comments (4) Bid Proposals (5) Contract (6) Dunn and Bradstreet Report - The Nazerian Group (7) Agenda Report -July 22, 2008 SECTION 00055 AGREEMENT THIS AGREEMENT is made this _ day of 20_, in the City of Rosemead, County of Los Angeles, State'of California, by and between City of Rosemead, a hereinafter called the "City" and hereinafter called the "Contractor", with a principal place of business located at WITNESSETH, that the City and the Contractor in consideration of the mutual covenants contained herein agree as follows: 1.01 The Work. Within the Contract Time and for the Contract Price, subject to adjustments thereto pursuant to the Contract Documents, the Contractor shall perform and provide all necessary labor, materials, tools, equipment, utilities, services and transportation to complete in a workmanlike manner and in strict compliance with the terms and conditions of the Contract Documents all of the Work required in connection with the work of improvement commonly referred to as: Contractor shall complete all Work covered by the Contract Documents, including without limitation, the Drawings and Specifications prepared by the Architect, and other Contract Documents enumerated in Article 5 below, along with all modifications and addenda thereto, in strict accordance with the Contract Documents. 1.02 Contract Time. The Work shall be commenced on the date stated in the City's Notice to Proceed. The Contractor shall achieve Substantial Completion of the Work within thirty five (35) working days after the date stated in the City's Notice to Proceed (see Section 1.01 of the Contract Special Conditions and as otherwise provided in .the Contract Documents). 1.03 Contract Price. The City shall pay the Contractor as full consideration for the Contractor's full, complete and faithful performance of the Contractor's obligations under the Contract Documents, subject to any additions or deduction as provided for in the Contract Documents, the Contract Price of Dollars (S The Contract Price is based upon the Contractor's Base Bid Proposal and the following Alternate Bid Items, if any: The City's payment of the Contract Price shall be in accordance with the Contract CITY OF ROSEMEAD PARK PEDESTRIAN TRAM AGREEMENT STANDARD SPECIFICATIONS 00055 VERSION 0"7 PAGE I OF 2 Documents. 1.04 Liquidated Damages. In the event of the failure or refusal of the Contractor to achieve Completion of the Work of the Contract Documents within the Contract Time, as adjusted, the Contractor shall be subject to assessment of Liquidated Damages in accordance with the Contract Documents. 1.05 The Contract Documents. The Contract Documents-consist of the following: Notice to Contractors Calling for Bids Instructions for Bidders Bid Proposal Subcontractors List Non-Collusion Affidavit Statement of Bidder's Qualifications Bid Bond DVBE Participation Goal Agreement Project Stabilization Agreement Labor and Material Payment Bond Performance Bond Certificate of Workers Compensation Drug Free Workplace Certification Guarantee General Conditions Special Conditions Specifications Drawings Labor Compliance Program 1.06 Authority to Execute. The individual(s) executing this Agreement on behalf of the Contractor is/are duly and fully authorized to execute this Agreement on behalf of Contractor and to bind the Contractor to each and every term, condition and covenant of the Contract Documents. IN WITNESS WHEREOF, this Agreement has been duly executed by the City and the Contractor as of the date set forth above. CONTRACTOR City of Rosemead, By: (Contractor's License Number) By: Name: Title: (Corporate Seal) END OF SECTION CITY OF ROSEMEAD PARK PEDESTRIAN TRAM STANDARD SPECIFICATIONS AGREEMENT 00055 VERSION 08-07 PAGE 2 OF 2