Loading...
HomeMy WebLinkAbout1998-04-06 City Council (33)City City of Manager’s Re TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE:APRIL 6, 1998 CMR: 184:98 SUBJECT:REQUEST FOR COUNCIL APPROVAL OF A BUDGET AMENDMENT ORDINANCE FOR $250,000 AND rAN AWARD OF CONTRACT AND CONSULTANT AGREEMENT AMENDMENT NO. 3 FOR GOLF COURSE IMPROVEMENTS, CIP 19624 RECOMMENDATION Staff recommends that Council: o Approve a Budget Amendment Ordinance.(BAO) (Attachment B) in the amount of $250,000 to fund the Golf Course Improvement Project CIP 19624. Approve and authorize the Mayor to execute a construction contract with Key Turf Construction, Inc. in the amount of $4,590,520 for the construction of the Golf Course Improvements, CIP 19624. Authorize the City Manager or her designee to negotiate and execute one or more change orders to the contract with Key Turf Construction, Inc. for related additional but unforeseen work which may develop during the project, the total value of which shall not exceed $675,000. Amend the Consultant Agreement, Amendment No. 3, with Amphion Environmental, Inc., to include an additional $175,000 for construction services. Authorize the City Manager or her designee to negotiate and execute one or more change orders to the consultant agreement with Amphion Environmental, inc., the total amount of which change orders shall not exceed $26,000. DISCUSSION The proposed improvements for the golf course include upgrading five fairways and various traps, tees and greens; constructing new storm drain facilities; replacing the existing irrigation system; repositioning and refencing the driving range and installing new cart paths. CMR:184:98 Page 1 of 4 in April 1996, Council approved a consultant agreement amendment for schematic and final design services for golf course improvements in accordance with the Golf Course Master Plan (CMR:233:96). In July 1997, Council approved a BAO to fund construction of the golf course improvements to be funded through debt issuance (CMR:327:97). The consultant. has prepared the construction documents and staff solicited bids for this project. Due to the surge in the construction industry, public agency projects have been receiving bids above the normal costs. The City received higher than normal bids for the golf course interim improvements, and awarded that contract. The initial driving range and sand purchase contracts were not awarded because of high bids. In consideration of the current market, staff prepared the bid package with a base bid plus three additional items of work "add alternates". This arrangement provided staff the flexibility to adjust the scope of work to match the actual bids with the project budget. The base bid plus add alternate 1 comprised, the project scope of work and were within the budget for the project. Add alternate 1 involved realignment of the driving range. Add alternate 2 involves replacement of additional damaged cart paths, and add alternate 3 is to repair additional sand bunkers. Add altemates 2 and 3 exceed the budget by $250,000. If Council approves staff’s recommendation to award the construction contract with the base bid plus all three add alternates, a BAO is needed. Bid Process Notices inviting formal bids for the golf course improvements were issued on January 13, 1998. The bidding period was 49 days. Bids were received from three contractors on March 3, 1998, as listed on the attached summary (Attachment A). Staff has reviewed all bids submitted and recommends that the bid of $4,590,520 (base bid plus the three add alternate bids) submitted by Key Turf Construction, Inc. be accepted, and that Key Turf Construction, Inc. be declared the lowest responsible bidder. The bid is 0.5 percent below staff’s estimate of $4,612,000. A contingency of 15 percent is requested for this work because unforeseen s0il conditions and unusual ground water problems may be encountered during construction. The project costs, although higher than the original budget, are within the proposed bond funding capabilities due to the dramatic reduction in interest rates since the time of the initial forecast and funding. Therefore, the additional $250,000 can be added to the project without raising the annual debt service costs forecasted by staff in July 1997, given today’s interest rate environment. Staff checked references supplied by the contractor for previous work performed and found no significant complaints. Staff also checked with the Contractor’s State License Board and found that the contractor has an active license on file. Consultant A~reement Amendment No. 3 ’ ’ In April 1996, Council approved Amendment No. 1 to the contract with Amphion Environmental, Inc. (CMR:233:96) for schematic and final design services for the golf CMR: 184:98 Page 2 of 4 course improvements in accordance with the Golf Course Master Improvement Plan (CMR:248:95). In June 1996, Council approved Amendment No. 2 to the contract with Amphion Environmental, Inc. (CMR:201:97) for construction services for the interim improvements in accordance with the Golf Course Master Plan (CMR:248:95). Amendment No. 3 (Attachment D), provides for construction services for the golf course impi~ovements. Consultant construction services will be needed for review of project schedules, requests for information, material submittals, payment requests, and change orders; design and plan interpretation; and weekly construction meetings. Staff recommends approval of Amendment No. 3 (Attachment D), which will increase the amount of the consultant agreement by $175,000 for construction services to support the golf course improvements.’ RESOURCE IMPACT On July 28, 1997, Council authorized staff to issue bonds in Spring 1998 to fund the Golf Course Master Improvement Plan project construction, and approved a BAO to fund the construction of the golf course improvements (CMR:327:97). A BAO for $250,000 is needed to fund the award of the recommended construction contract and consultant construction services. The Budget Stabilization Reserve in the General Fund will advance the funds needed until the bond sale. These funds will then be reimbursed from the sale of bonds. This approach is consistent with the method of financing previously presented to City Council for this phase of the project. Council will be presented with the necessary bond documents for approval prior to the bond sale. Staff from Administrative Services, working with the Director of Parks and Golf, and the City’s financial advisor on this project, Public Financial Management, has developed a cash flow forecast for the golf course project. By maintaining its traditional customer base by renovating the golf course, and by raising golf fees to the midrange of Bay Area public courses in the years immediately following construction, the revenue flow from the golf course can adequately pay for the debt service payments from this bond sale. Debt service on an annual basis will average about $600,000. POLICY IMPLICATIONS This report does not represent changes to existing City policies. ENVIRONMENTAL REVIEW Council approved, a Mitigated Negative Declaration for this project in May 1995 (CMR:248:95). Major issues that were discussed included biotic resources, hazardous materials, reclaimed water, flooding, lighting and glare, and traffic and circulation. The Mitigated Negative Declaration determined that any potential impacts can be mitigated to levels of less than significance, and will be incorporated into the design of the project. CMR: 184:98 Page 3 of 4 ATTACHMENTS A - Bid Summary B - Budget Amendment Ordinance C - Construction Contract D - Amendment No. 3 PREPARED BY: John A. Carlson, Acting Assistant DirectorofPublic Works DEPARTMENT HEAD: GLENN S. ROBERTS CITY MANAGER APPROVAL: Director of Publi~~i, rks CMR: 184:98 Page 4 of 4 z ATTACHMENT A ATTACHMENT B ORDINANCE NO. ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO AMENDING THE BUDGET FOR THE FISCAL YEAR 1997-98 TO PROVIDE AN ADDITIONAL APPROPRIATION OF $250,000 IN REVENUES AND EXENDITURES FOR THE GOLF COURSE IMPROVEMENTS CAPITAL IMPROVEMENTS PROJECT, NUMBER 19624 WHEREAS, pursuant to the provisions of Section 12 of Article III of the Charter of the City of Palo Alto, the Council on June 23, 1997 did adopt a budget for fiscal year 1997-98; and WHEREAS, on May 15, 1995, Council approved a Golf Course Master Plan for constructing various golf course improvements, which would be funded from the sale of tax exempt bonds; and WHEREAS, on July 21, 1997, Council approved a Budget Amendment Ordinance to appropriate $5,400,000 to Capital Improvement Project (CIP) Number 19624, Golf Course Improvements; and WHEREAS, annual debt service on the bonds will adequately be covered by golf course revenues; and WHEREAS, that funding level of $5,400,000 was recommended in July 1997 to cover an estimate for a base Scope of golf course work plus one add alternate for driving range improvements; and WHEREAS, bids have come in for golf course’improvements, and staff has determined that in addition to the scope of work funded within CIP 19624, additional funding of Two Hundred Fifty Thousand Dollars ($250,000) would fund two additional add alternates, golf cart path improvements and sand bunker renovations; and WHEREAS, those two add alternates are included in the Golf Course Master Plan approved by Council and are consistent with the renovations already funded within CIP 19624; and WHEREAS, funding these two add alternates would enhance the overall golf course for use by the golfing community; and WHEREAS, interest rates have fallen dramatically since the $5,400,000 budget was put together, which means that. annual debt service on the bonds will be lower than forecasted in July 1997; and WHEREAS, staff now estimates that an additional $250,000 could be added to CIP 19624 without raising annual debt service costs over the annual amount forecasted by staff in July 1997; and WHEREAS, staff expects to sell bonds within 60-90 days; and WHEREAS, City Council authorization is needed to amend the 1997-98 budget as hereinafter set forth. NOW, THEREFORE, the Council of the City of Palo Alto does ORDAIN as follows: SECTION i. The sum of Two Hundred Fifty Thousand Dollars ($250,000) is hereby appropriated to CIP Project Number 19624, Golf Course Improvements, which will be funded from the anticipated sale of bonds in approximately 60-90 days. SECTION 2. These transactions will have no net impact on the Budget Stabilization Reserve, as the sale of bonds this fiscal year will replenish funding advanced by that Reserve temporarily. SECTION 3. As specified in Section 2.28.080(a) of the Palo Alto Municipal Code, a two-thirds vote of the City Council is required to adopt this ordinance. SECTION 4. The City Council approved a Mitigated Negative Declaration for this project in May 1995. SECTION 5. As provided in Section 2.04.350 of the Pal0 Alto Municipal Code, this ordinance shall become effective upon adoption. INTRODUCED AND PASSED: AYES: NOES: ABSTENTIONS: ABSENT: ATTEST:APPROVED: City Clerk Mayor APPROVED AS TO FORM:City Manager Senior Asst. City Attorney Acting Director, Administrative Services Department Director of Community Services ATTACH~,~NT C FORMAL CONTRACT CONTRACT SECTION 500 (Public Work) Public Works Department This Contract, dated x~, is entered into by and between the City of Palo Alto, a chartered city and a municipal corporation of the State of California ("City") , and .___.x~, a ~x, ("Contractor"). For and in consideration of the covenants, terms, and conditions ("the previsions") of this Contract, City and Contractor ("the parties") agree: Term. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract, and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder, subject to the earlier termination of this Contract. General Scope of Project and Work. Contractor shall furnish labor, services, materials and equipment in connection with the construction of the Project and complete the Work in accordance with the covenants, terms and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as follows: PROJECT TITLE:Palo Alto Golf Course Improvements Invitation For Bids (IFB) # 103063 Base Bid:$ 3,831,020.00 Add Alternate #1:$585,000.00 Add Alternate #2:$122,500.00 Add Alternate #3:$ 52.000.00 Grand Total:$ 4,590,520.00 Contract Documents. This Contract shall consist of the documents set forth below, which are on file with~ the City Clerk and are hereby incorporated by reference. For the purposes of construing, interpreting and resolving inconsistencies between and among the provisions of this Contract, these documents and the provisions thereof are set forth in the following descending order of precedence. This Contract. Notice Inviting Formal Bids. Project Specifications. Drawings. Change .Orders. Bid. Supplementary Conditions. General Conditions. Standard Drawings and Specifications (1992). Certificate of Insurance, Performance Bond, Labor & Materials (Payment) Bond. Affirmative Action Guidelines and Compliance Report. CITY OF PALO ALTO: FORMAL CONTRACT (IF6 103063)SECTION 00500-1 OF 8 FORMAL CONTRACT SECTION 500 Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the Standard Drawings and Specifications (1992). Any other document not expressly mentioned herein which is issued by City or entered into by the parties. Compensation. In consideration of Contractor’s performance of its obligations hereunder, City shall pay to Contractor the amount set forth in Contractor’s Bid in accordance with the provisions of this Contract and upon the receipt of written invoices and all necessary supporting documentation within the time set forth in the Contract Specifications and the Standard Drawings and Specifications (1992), or, if no time is stat.ed, within thirty (30) Days of the date of receipt of Contractor’s invoices. o Insurance. On or before the Date of Execution, Contractor shal! obtain and maintain the policies of insurance coverage described in the Notice Inviting Formal Bids on terms and conditions and in amounts as may be required by the Risk Manager. City shall not be obligated to take out insurance on Contractor’s personal property or the personal property of any person performing labor or services or supplying materials or equipment under the Project. Contractor shall ’furnish City with the certificates of insurance and with original endorsements affecting coverage required under this Contract on or before the Date of Execution. The certificates and endorsements for each insurance policy shall be signed by a person who is authorized by that insurer to bind coverage in its behalf. Proof of insurance shall be mailed to the Project Manager. to the address set forth in Section 15 of this Contract. Indemnification. Contractor agrees to protect, defend, indemnify and hold City, its Council members, officers, employees, agents and representatives harmless from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments, arising, in whole or in part, directly or indirectly, at any time from any injury to or death of persons or damage to property as a result of the willful acts or the negligent acts or omissions of Contractor, or which results from Contractor’s noncompliance with any Law respecting the condition, use, occupation or safety of the Project site, or any part thereof, or which arises from Contractor’s failure to do anything required under this Contract or for doing anything which Contractor is required not to do under this .Contract, or which arises from conduct for which any Law may impose strict Ifability on Contractor in the performance of or failure to perform the provisions of this Contract, except as may arise from the sole willful acts or negligent acts or omissions of City or any of its Council members, officers, employees, agents or representatives. This indemnification shall extend to any and all ’claims, demands, or liens made or filed by reason of any work performed by Contractor under this Contract at any time during the term of this Contract, or arising thereafter. To the extent Contractor.will use hazard~)us materials in connection with the execution of its obligations under this Contract, Contractor further expressly agrees to protect, indemnify, hold harmless and defend City, its City Council members, officers and employees from an(] against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments City may incur, arising, in whole or in part, in connection with or as a result of Contractor’s willful acts or negligent acts or omissions under this Contract, under the Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C. § §9601-6975, as amended); the Resource Conservation and Recovery Act (42 U.S.C. §§6901-6992k, as amended); the Toxic Substances Control Act (15 U.S.C. §§2601-2692, as amended); the Carpenter-Presley-Tanner Hazardous Substance Account Act (Health & Safety Code, §§25300-25395, as amended); the Hazardous Waste Control Law (Health & Safety Code, §§25100- 25250.25, as amended); the Safe Drinking Water and Toxic Enforcement Act (Health & Safety Code, § §25249.5-25249.13, as amended); the Underground Storage of Hazardous Substances Act (Health & Safety Code, § §25280-25299.7, as amended); or under any other local, state or federal law, statute or ordinance, or at common law. CITY OF PALO ALTO: FORMAL CONTRACT (IFB 103063)SECTION 00500-2 OF 8 FORMAL CONTRACT SECTION 500 Assumption of Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or injury to the property of Contractor which may occur in, on, or about the Project site at any time and in any manner, excepting such loss, injury, or damage as may be caused by the sole willful act or negligent act or omission of City or any of its Council members, officers, employees, agents or representatives. Waiver. The acceptance of any payment or performance, or any part thereof, shall not operate as a waiver by City of its rights under this Contract. A waiver by City of any breach of any part or provision of this Contract by Contractor shall not operate as a waiver or continuing waiver of any subsequent breach of the same or any other provision, nor shall any custom or practice which may arise between the parties in the administration of any part or provision of this Contract be construed to waive or to lessen the right of City to insist upoh the performance of Contractor in strict compliance with the covenants, terms and conditions of this Contract. Compliance with Laws. Contractor shall comply with all Laws now in force or which may hereafter be in force pertaining to the Project and Work and this Contract, with the requirement of any bond or fire underwriters or other similar body now or hereafter constituted, with any discretionary license or permit issued pursuant to any Law of any public agency or official as well as with any provision of all recorded documents affecting the Project site, insofar as any are required by reason of the use or occupancy of the Project site, and with all Laws pertaining to nondiscrimination and affirmative action in employment and hazardous materials. 10.~Bonds. As a condition precedent to City’s obligation to pay compensation to Contractor, and on or before the Date of Execution, Contractor shall furnish to the Project Manager the Bonds as required under the Notice Inviting Formal Bids. 11.Representations and Warranties. In the supply of any materials and equipment and the rendering of labor and services during the course and scope of the Project and Work, Contractor represents and warrants: Any materials and equipment which shall be used during the course and scope of the Project and Work shall be vested in Contractor; Any materials and equipment which shall be used during the course and scope of the Project and Work shall be merchantable and fit to be used for the particular purpose for which the materials are required; Any labor and services rendered and materials and equipment used or employed during the course and scope of the Project and Work shall be free of defects in workmanship for a period of one (1) year after the recordation of the Notice of Substantial Compietion, or, if no such notice is required to be filed, on the date that final payment is made hereunder; dJ Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained by Contractor for and in behalf of City. Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request, whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true and correct at the time such information is submitted or made available to the City; f.Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to the terms and conditions of Contractor’s Bid, except as may be permitted by the Notice Inviting cITY OF PALO ALTO: FORMAL CONTRACT (IFB 10:3063) ...........sEcTION 00500-:3 OF 8 FORMAL CONTRACT SECTION 500 go ho Formal Bids; Contractor has the power and authority to enter into this Contract with City, that the individual executing this Contract is duly authorized to do so by appropriate resolution, and that this Contract shall be executed, delivered and performed pursuant to the power and authority conferred upon the person or persons authorized to bind Contractor; Contractor has not made an attempt to exert undue influence with the Purchasing Manage~ or Project Manager or any other person who has directly contributed to City’s decision to award the contract to Contractor; jo ko There are no unresolved claims or disputes between Contractor and City which would materially affect Contractor’s ability to perform under the Contract; Contractor has furnished and will furnish true and accurate statements, records, reports, resolutions, certifications, and other written information as may be requested of Contractor by City from time to time during the term of this Contract; Contractor and any person performing labor and services under this Project are duly licensed by the State of California as required by California Business & Professions Code Section 7028, as amended; and 12. 13. 14. 15. Contractor has f.ully examined and inspected the Project site and has full knowledge of the physical conditions of the Project site. Assianm.ent. This Contract and the performance required hereunder is personal to Contractor, and it shall not be assigned by Contractor. Any attempted assignment shall be null and void. Claims of Co..ntractor. All claims.pertaining to extra work, additional charges, or delays within the Contract Time or other disputes arising out of the Contract shall be submitted by Contractor to City in writing by certified or registered mail within ten (10) Days after the claim arose or within such other time as may be permitted or required by law, and shall be described in sufficient detail to give adequate notice of the substance of the claim to City. Audits by City. During’the term of this Contract and for a period of not less than three (3) years after the expiration or earlier termination of this Contract, City shall have the right to audit Contractor’s Project-related and Work-related writings and business records, as such terms are defined in California Evidence Code Sections 250 and 1271, as amended, during the regular business hours of Contractor, or, if Contractor has no such hours, during the regular business hours of City. Notice___._~s. All agreements, appointments, approvals, ’authorizations, claims, demands, Change Orders, consents, designations, notices, offers, requests and statements given by either party to the other shall be in writing and shall be sufficiently given and served upon the other party if (1) personally served, (2) sent by the United States mail, postage prepaid, (3) sent by private express delivery service, or (4) in the case of a facsimile transmission, if sent to the telephone FAX number set forth below during regular business hours of the receiving party and followed within two (2) Days by delivery of a hard copy of the materi~l ~ent by facsimile transmission, in accordance with (1), (2) or (3) above. Personal service shall include, Without limitation, service by delivery and service by facsimile transmission. CITY OF PAL0 A’I.TO: FORMAL CONTRACT (IFB 103063)’SECTION 00500~4 OF 8 FORMAL CONTRACT To City: Copy to: To Contractor: City of Palo Alto City Clerk 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 City of Palo Alto ATT.: John Carlson, Project Manager Public Works Department, Engineering Division 250 Hamilton .Avenue Palo Alto, CA 94301 Key Turf Construction, Inc. 2743 Sawer Lane San Marcos, CA 92069 SECTION 500 PHONE:(760) 471-1867 FAX: (760) 744-5940 ATT.: Michael Key 16. 17. Appropriation of City Funds. This Contract is subject to the fiscal provisions of Article III, Section 12 of the Charter of the City of Palo Alto. Any charges hereunder for labor, services, materials and equipment may accrue only after such expenditures have been approved in advance in writing in accordance with applicable Laws. This Contract shall terminate without penalty (I) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (ii) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 16 shall control in the event of a conflict with any other provision of this Contract. Miscellaneous. Bailee Disclaimer. The parties understand and agree that City does not purport to be Contractor’s bailee, and City is, therefore, not responsible for any damage to the personal property of Contractor. Consent. Whenever in this Contract the approval or consent of a party is required, such approval or consent shall be in writing and shall be executed by a person having the express authority to grant such approval or consent. Controlling Law. The parties agree that this Contract shall be governed and construed by and in accordance with the Laws of the State of California. Definitions. The definitions and terms set forth in Section 1 of the Standard Drawings and Specifications (1992) of this Contract are incorporated herein by reference. e.Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to CITY OF PALO ALTO: FORMAL CONTRACT (IFB 103063)SECTION 00500-5 OF 8 FORMAL CONTRACT SECTION 500 perform its obligations under this Contract which directly results from an Act of God or an act of a superior governmental authority. Headings. The paragraph headings are not a part of this Contract and shall have no effect upon the construction or interpretation of any part of this Contract. Incorporation of Documents. All documents constituting the Contract documents described in Section 3 hereof and all documents which may, from time to time, be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and shall be deemed to be part of this Contract. Integration. This Contract and any amendments hereto between the parties constitute the entire agreement between the parties concerning the Project and Work, and there are no other prior oral or written agreements between the parties that are not incorporated in this Contract. Modification of Agreement. This Contract shall not be modified or be binding upon the parties, unless such modification is agreed to in writing and signed by the parties. Provision. Any agreement, covenant, condition, clause, qualification, restriction, reservation, term or other stipulation in the Contract shall define or otherwise control, establish, or limit the performance required or permitted or to be required of or permitted by either party. All provisions, whether covenants or conditions, shall be deemed to be both covenants and conditions. Resolution. Contractor shall submit with its Bid a copy of any corporate or partnership resolution or other writing, which authorizes any director,’ officer or other employee or partner to act for or in behalf of Contractor or which authorizes Contractor to enter into this Contract. Severability. If a court of competent jurisdiction finds or rules that any provision of this Contract is void or unenforceable, the provisions of this Contract not so affected shall remain in full force and effect. Status of Contractor. In the exemise of rights and obligations under this Contract, Contractor acts as an independent contractor and not as an agent or employee of City. Contractor shall not be entitled to any rights and benefits accorded or accruing to the City Council members, officers or employees of City, and Contractor expressly wa!ves any and all claims to such rights and benefits. Successors and Assigns. The provisions of this Contract shall inure to the benefit of, and shall apply to and bind, the successors and assigns of the parties. Time of the Essence. Time is of the essence of this Contract and each of its provisions. In the calculation of time hereunder, the time in which an act is to be performed shall be computed by excluding the first Day and including the last. If the time in which an act is to be performed falls on a Saturday, Sunday,or any Day observed as a legal holiday by City, the time for performance shall be extended to the following Business Day. pc Venue. In the event that suit is brought by either party hereunder, the parties agree that trial of such action shall be vested exclusively in the state courts of Californ a in the County of Santa Clara in the City of San Jose or in the United States District Court for the Northern District of California in the City of San Jose. q.Recovery of costs. The prevailing party in any action brought to enforce the terms of this Contract or CITY OF PALO ALTO: FORMAL CONTRACT (IFB 103063}SECTION 00500-6 OF 8 FORMAL CONTRACT SECTION 500 , arising out of this Contract may recover its reasonable costs, including reasonable attorney’s fees, incurred or expended in connection with such action against the non-prevailing party. IN WITNESS WHEREOF, the parties have by their duly appointed representatives executed this Contract in the city of Palo Alto, County of Santa Clara, State of California on the date first stated above. ATTEST: City Clerk CITY OF PALO ALTO By: Its Mayor CONTRACTOR: By: Name: Title: Taxpayer I.D. No. APPROVED: Assistant City Manager Director of Public Works Acting Director of Administrative Services Insurance Review APPROVED AS TO FORM: Senior Asst.. City Attorney CITY OF PALO ALTO: FORMAL CONTRACT (IFB 103063)"SECTION 00500"’7 OF 8 FORMAL CONTRACT SECTION 500 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF COUNTY OF On , before me, personally appeared , a notary public in and for said-County, , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to .the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their s.ignature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature (Seal) END OF SECTION CITY OF PALO ALTO:, FORMAL CONTRACT (IFB 103063)SECTI’ON~O0500-8’ OF 8 ATTACHMENT D AMENDMENT NO. 3 TO CONTRACT NO. C4038586 BETWEEN THE CITY OF PALO ALTO AND AMPHION ENVIRONMENTAL, INC. FOR PROFESSIONAL ENGINEERING CONSULTANT SERVICES This Amendment No. 3 to Contract No. C4038586 ("Contract") is entered into , by and between the CITY OF PALO ALTO, a chartered city and a municipal corporation of the State of California ("CITY"), and AMPHION ENVIRONMENTAL, INC., a California corporation, located at 1330 Broadway, Suite 300, Oakland, CA 94612 ("CONSULTANT"). RECITALS: WHEREAS, the Contract was entered into between the parties for the provision of professional consultant services for preparation of a golf course master improvement plan as hereinafter described; and WHEREAS, the parties wish to amend the Contract; NOW,~THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Amendment, the parties agree: follows: SECTION i.Section 6.1 is hereby amended to read as "In consideration of the full performance of the Basic Services described in Section 4 of this Agreement, CITY agrees to pay CONSULTANT a fee not to exceed Seven Hundred One Thousand Thirty Dollars ($701,030). The amount of CONSULTANT’S compensation shall be calculated as~set forth in Exhibit "B", entitled "Rate Schedule," attached hereto and made a part hereof by this reference, on a time and materials basis, up to the maximum amount set forth in this paragraph 6~i." follows: SECTION 2 Section 6.1.2 is hereby amended to read as "6.1.2. For Additional Optional Services. For CONSULTANT’S additional optional services, as described in Section 4.2.4 of this Agreement, compensation shall be as prescribed in Exhibit °’B", but shall not exceed Forty- Six Thousand Three Hundred Thirty Dollars ($46,330). The rate schedules under Exhibit "B" shall be updated on January 1 of each year." SECTION 3. Exhibit "A" to the Contract is hereby amended to add a scope of services and a fee schedule for Golf Course 980326 syn 0071386 1 Improvements to read in accordance with the revised Exhibit "A", which is attached hereto and incorporated herein by reference. SECTION 4. Except as herein .modified, all other provisions of the Contract, including any exhibits and subsequent amendments thereto, shall remain in full force and effect. IN WITNESS WHEREOF, the parties have by their duly authorized representatives executed this Amendment on ~the date first above written. ATTEST:CITY OF PALO ALTO City Clerk Mayor APPROVED AS TO FORM: Senior Asst. City Attorney APPROVED: AMPHION ENVIRONMENTAL, INC. By: ~ ~ Its: Taxpayer I.D. No. 94-2972872 City Manager Director of Community Services Deputy City Manager, Administrative Services Director of Parks and Golf Risk Manager Attachments : EXHIBIT "A" : EXHIBIT "B" : SCOPE OF SERVICES, FEE SCHEDULE BY TASK SCHEDULE RATE SCHEDULE 980326 syn 00713~6 2 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF COUNTY OF ))) On~L~Lt~) ~,.~~, before me,. the undersigned, a notary public in and for said County, personally appeared per~y knc~n t~_m~ (or proved to ]me on the basis of satisfactory evxdence) to be the person~ whose name(s@ is/~r.e_ subscribed to the within instrument, and acknowledged to me that he/~b~-~ exech~’ed " the same in his~h~/=~A~a~r authorized capacity~ie~, and that by his//~-~ signature~s~ on the instrument the person(~, or the entity upon behalf of which the person~sq acted, executed the instrument. WITNESS my hand and official seal. 980326 syn 0071386 3 REVISED EXHIBIT A FEE SCHEDULE AMENDMENT #3 Golf Course Improvements Amphion Environmental, Inc. ,,,GOLF COURSE MASTER PLAN $158,880 GOLF COURSE .IMPROVEMENTS SCHEMATIC DESIGN CONSTRUCTION DOCUMENTS Interim Improvements Golf Course BIDDING SERVICES (time and materials) CONSTRUCTION SERVICES Interim Imp. Construction, Amphion ~Interim Imp. Construction, Halsey Daray Golf {4~Field Observation, Golf Course Construction MEETINGS (time and materials) REIMBURSABLES (time and materials) ~,~ Project Closeout $24,900 $228,500 $6,500 $11,000 $115,300 CONTRACT SUBTOTAL ~,ADDITIONAL SERVICES Erosion Control Plan Wildlife Investigations {,~Archeological and Soil Investigations TOTAL CONTRACT AMOUNT (1)Originat Contract (2)Amendment # 1 (3)Amendment # 2 (4)Amendment # 3 $542,150 $1 O4,OOO $253,400 $132,800 $18,050 $21,500 $12,400 $701,030 $46,330 $5,50O $7,000 $33,830 $,747T360 03126198 Page 1 of 2 Pages EXH-A-3.WK4 REVISED EXHIBIT A FEE SCHEDULE AMENDMENT #3 Golf Course Improvements Amphion Environmental, Inc. Golf Course Improvements included in Amendment #1 1. Install irrigation system for the entire golf course 2. Storm Drain System a. Construct storm drain reservoir b. Install storm drainage system for the entire golf course c. Install drainage pipes for fairway sand traps 3. Golf Course Surface Improvements a. Reconstruct fairway #s 4, 7, 13, 15 & 16 b. Reconstruct greens on fairway #s 4, 5, 7, 8, 11, 13, 15 &16 c. Reconstruct traps on fairway #s 4, 5, 6, 7, 10, 13, 15 &16 d. Reconstruct tees on fairways #s 3, 4, 7, 10,13, 15, 16 & 18 e. Reconstruct roughs 4. Driving Range ’ a. Replace existing fencing b. Realign driving range 5. Parking Lot a. Reconfigure Parking lot b. Add landscaping c. Add exit to Embarcadero Road d. Parking Lot lighting 6. Repair and resurface entrance road 7. Construct bike path along Embarcadero Road 8. ADD ALTERNATES TO BID a. Install trees per master plan b. Fairway perimeter fencing upgrade Interim Improvements Construction Services (2) Amendment # 1 (3) Amendment # 2 (4) Amendment # 3 03/26/98 Page 2 of 2 Pages EXH-A-3.WK4 EXHIBIT B RATE SCHEDULE AMPHION ENVIRONMENTAL, INC. Billing Rates for Professional Design Services PERSONNEL. Principal Project Manager/Associate Professional Staff RATE PER HOUR $i15 90 68 Technical/Computer Staff Para-Professional / Clerical 50 40 Direct Costs are in addition to the above figures and will be billed separately. These costs include: Incidental expenses such as travel and subsistence in connection with the project, and long distance telephone, telegrams and cables, and other .commun- ications costs. Expenses for preparation of presentation models renderings, brochures, and other illustrative materials for the project and required by the Client are also detailed and billed at cost plus 15%, separate from compensation for professional services. Rates effective 25 March 1998