Loading...
HomeMy WebLinkAbout7/11/2012 - STAFF REPORTS - 2.G. ?ALMS. It �2 V N * k k yC 4 O oerocn*ao`'0 Q' 4<IFOIt City Council Staff Report Date: July 11, 2012 CONSENT CALENDAR Subject: AWARD OF CONTRACT FOR THE RAMON ROAD DRAINAGE IMPROVEMENTS AT THE BARISTO CHANNEL, CITY PROJECT 09-10A From: David H. Ready, City Manager Initiated by: Public Works and Engineering Department SUMMARY The Public Works and Engineering Department identified additional drainage improvements recommended for Ramon Road, west of Sunrise Way, that will supplement drainage improvements recently constructed to alleviate flooding along Sunrise Way. Award of this contract will allow staff to proceed with this drainage improvement project. RECOMMENDATION: 1) Approve Agreement No. in the amount of $68,509.50 with Tri-Star Contracting II Inc., for the Ramon Road Drainage Improvements at the Baristo Channel, City Project 09-10A; and 2) Authorize the City Manager to execute all necessary documents. STAFF ANALYSIS: The Public Works Department identified some minor drainage improvements for Ramon Road, west of Sunrise Way, that would supplement drainage improvements recently constructed to alleviate flooding along Sunrise Way. The recommended drainage improvements include a new catch basin on the north side of Ramon Road, at the entrance to the Ralph's shopping center, with a storm drain connection to the south side of Ramon Road outletting into the Baristo Channel. Additionally, a protection barrier is recommended at the outlet in the Baristo Channel of the large 12' wide by 6' high box culvert previously constructed within Sunrise Way. This project had initially begun in Spring 2011 but halted due to interfering utilities. That contractor was not interested in waiting to resume the project once utility issues were resolved so staff worked with City Attorney to terminate the initial contract. This contract will complete the work. ITEM NO. . City Council Staff Report July 11, 2012- Page 2 Ramon Rd Drainage Improvements at Baristo Channel (CP 09-10A) The plans and specifications were prepared by the City's engineering consultant, Engineering Resources of Southern California. On May 18 and 25, 2012, the project was advertised for bids, and at 3:00 p.m. on June 19, 2012, the Procurement and Contracting Division received construction bids from the following contractors: 1. Tri-Star Contracting II, Inc.; Desert Hot Springs, CA; $68,509.50 2. Nu Cal Pipeline Corp., Riverside, CA; $91,460.00 3. Atlas Underground, Inc.; Pomona, CA; $105,676.00 4. BW Simmons, Inc.; Calimesa, CA; $131,195.00 Local Business Preference Compliance Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program," requires prime contractors to use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley; submission of good faith efforts is required. The low bidder is a local business enterprise and has listed local subcontractors (LSAP Consulting — Desert Hot Springs and JP Striping, Inc. — Beaumont) for 51/2% of the work. Therefore, staff recommends ,that the City Council determine the low bid responsive with regard to the Local Business Preference Program. The Engineers estimate for this project was $75,000. The company is a California corporation, and its principal officers are Bryan Willis, President; and Ted Krehbiel, CFO. FISCAL IMPACT: Funding for this project is made available through local drainage funds in account 135- 4372-55005. No local miscellaneous General Funds are being used for this project. 02 City Council Staff Report July 11, 2012- Page 3 Ramon Rd Drainage Improvements at Baristo Channel (CP 09-10A) SUBMITTED: Prepared by: , XL David J. Barakian Director of Public Works/City Engineer Approved by: Thomas J. Wilsey, Asst. City Manager David H. Ready, City r- Attachments: 1. Agreement 03 AGREEMENT THIS AGREEMENT made this day of in: the year 20, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -- THE WORK The Contractor shall complete the Work as specified or indicated undler the Bid Schedule(s) of the City's Contract Documents entitled: RAMON ROAD DRAINAGE IMPROVEMENTS AT BARISTO CHANNEL- REBID CITY PROJECT NO. 09-10A The Work comprises construction of a new 21' wide catch basin and construction of 30"x19" elliptical RCP storm drain lateral across Ramon Road west of Sunrise Way; installation of 12' W x 6' H slope protection barrier(end of PS Line 8 located on Baristo Channel, east side of Sunrise Way, south of Ramon Road); and all appurtenant work. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with the applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of$750 for each calendar day that expires after the time specified in Article 2, herein. QA RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL CITY PROJECT NO.09-10A AGREEMENT FORM May 3,2012 AGREEMENT AND BONDS-PAGE 1 ARTICLE 3 -- CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4-- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-G011usion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, ', Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers to , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with provisions of the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6 — NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person ito the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under orlinterests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically] stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL 05 CITY PROJECT NO.09-10A AGREEMENT FORM May 3,2012 AGREEMENT AND BONDS-PAGE 2 IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. APPROVED BY THE CITY COUNCIL: ATTEST: CITY OF PALM SPRINGS, CALIFORNIA Date By Agreement No. City Clerk APPROVED AS TO FORM: By City Attorney Date CONTENTS APPROVED: By City Engineer Date By City Manager Date RAMON RD.DRAINAGE IMPROVEMENTS—BARISTO CHANNEL 06 CITY PROJECT NO.09-10A AGREEMENT FORM May 3,2012 AGREEMENT AND BONDS-PAGE 3 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONTRACTOR: Name: Check one:—individual—Partnership_Corporation Address: By: By: Signature(notarized) Signature (notarized) Name: Name: Title: Title: (This Agreement must be signed in the above This Agreement must I be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any;Assistant Treasurer) State of C State of ❑ County of ❑ss County of ❑ss On On before me, before me, personally appeared personally appeared who proved to me on the basis of satisfactory who proved to me onl the basis of satisfactory evidence to be the person(s)whose name(s) is/are evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and subscribed to the 1 within instrument and acknowledged to me that he/she/they executed the acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument that by his/her/their signetures(s) on the instrument the person(s), or the entity upon behalf of which the the person(s), or the entity upon behalf of which the person(s)acted, executed the instrument. person(s)acted, executed the instrument. I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and(,official seal. Notary Signature: Notary Signature: Notary Seal: Notary Seal 07 RAMON RD. DRAINAGE IMPROVEMENTS—BARISTO CHANNEL AGREEMENT FORM CITY PROJECT NO.09-10A AGREEMENT AND BONDS-PAGE 4 May 3,2012 ,