HomeMy WebLinkAbout1998-05-26 City Council (8)TO:
City of Palo Alto
City Manager’s Report
HONORABLE CITY COUNCIL
7
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE:MAY 26, 1998 CMR: 245:98
SUBJECT:RINCONADA POOL SITE IMPROVEMENTS PROJECT CIP 19406
BUDGET AMENDMENT ORDINANCE IN THE AMOUNT OF
$650,000, AND AWARD OF CONTRACT WITH NADAR, INC.
REPORT IN BRIEF
The report recommends approval of a Budget Amendment Ordinance for $650,000, and an
award of contract in the amount of $1,347,000 to Nadar, Inc., for the Rinconada Pool Site
Improvements project. On March 24, 1997, Council approved a change to the scope of work
for the Rinconada Pool Site Improvements project to include replacement of the Children’s
Pool due to structural problems discovered during the design phase. The project will also
address various health, safety, and operational concems at the site including the replacement
of the existing pool deck, replacement of deteriorated piping, replastering the Adult Pool, and
expansion of the pool facility to provide equipment storage and workout space for
community swim groups. If approved, construction will begin midsummer, 1998 and will
take approximately four months to complete.
CMR:245:98 Page 1 of 5
RECOMMENDATION
Staff recommends that Council:
Approve a Budget Amendment Ordinance in the amount of $650,000 from the Budget
Stabilization Reserve to provide the necessary funding for the construction phase of the
Rinconada Pool Site Improvements project, CIP 19406.
Approve and authorize the Mayor to execute the attached contract with Nadar, Inc. in
the amount of $1,347,000 for the Rinconada Pool Site Improvements Project, CIP
19406.
Authorize the City Manager or her designee to negotiate and execute one or more
change orders to the contract with Nadar, Inc. for related, additional but unforeseen
work which may develop during the project, the total value of which shall not exceed
$203,000.
BACKGROUND
The Rinconada Pool Site Improvements project was originally funded to correct various
health and safety concerns at the site including the repair or replacement of the existing deck
around both pools, replacement of deteriorated piping, replastering both pools, minor
modifications to the locker room areas, lighting and electrical upgrades, and modifications
to the public address system. The project also included expansion of the pool facility to
provide equipment storage and workout space for community swim groups. Repairs to the
Children’s Pool were included to correct problems caused by uneven settling of the pool,
provide proper water circulation to meet current Santa Clara County Health Department
standards, and to comply with the Americans with Disabilities Act (ADA).
During the design phase, through soils and material testing, it was determined that the
Children’s Pool was structurally unsound. The consultant recommended replacement of the
pool. Based on the consultant’s preliminary cost estimate for the additional work, staff
requested additional funding of $400,000. On March 24, 1997, Council approved the
amended project scope of work and a Budget Amendment Ordinance (BAO) for $400,000.
A protracted interval ensued before staff could return to Council for approval ofthe
consultant’s amendment due to the consultant’s delay in providing the necessary documents.
On November 10, 1997, Council approved the amended consultant scope of work.
DISCUSSION
The design phase, including the amended scope of work, all reviews and permits, was
completed in December 1997, and the project was put out to bid in February 1998. Two bids
were received on March 3, 1998. The two bids receiv.ed exceed the current project budget.
The cost of the project escalated due to several factors. First, the timing of the bid process
and second, the short construction period required in the specifications contributed to the
CMR:245:98 Page 2 of 5
low number of bidders and resulting higher cost. Some contractors not submitting bids
indicated that they had already accepted work for the summer construction season, and one
contractor said that the project location was too far to be profitable. The ’specified four-
month construction period, which will result in overtime and premium costs, coupled with
a high liquidated damages cost to assure use of the pool late in the swim season, contributed
to the higher cost of the project.
The higher project cost also resulted from concern over weather and soil conditions, coupled
with the anticipated spring start date. Contractors were required to provide in their bid the
precautionary methods to be used during construction. These include methods to keep the
site de-watered, drainage methods established to move water away from the site, and
precautionary methods to keep the pool from lifting due to a high ground water table.
The above factors combined to negatively effect the bid price. Due to the noted delays in the
process, including the necessity for a BAO, the anticipated pool opening this summer will
no longer be feasible.
The architect’s estimate for the project at the time of bidding, was $1,026,000, which is
$127,000 higher than the preliminary estimate, upon which the earlier $400,000 BAO was
based. Further, the architect’s estimate is $320,100 less than the low bid, and does not
include funding for change orders.
Although the cost of the project has increased due to the above circumstances, staff
recommends that Council fund the project with all add alternates. The project has already
been delayed several years due to staffing shortages, the backlog of work, and changes and
additions to the scope of work. During this time, the pools and the site have continued to
deteriorate to the point where the Children’s Pool is no longer usable. The deck around the
pools and the Adult Pool coping and plaster are also in poor condition and continue to
present safety concerns. The public has been notified of the pool closure this summer, and
arrangements have been made to relocate the pool programs. If funding is approved at this
time, construction will begin approximately July 1, 1998,_and will be completed in four
months.
Summer swim schedule/relocation ofprogams
Community Services has arranged for Rinconada’s programs to be relocated. Attachment
"A" reflects Rinconada’s standard summer pool schedule. Attachments "B-D" indicate how
the Rinconada programs will be scheduled at Gunn, Jane Lathrop Stanford (JLS), and Jordan
pools to accommodate recreational swimming, adult conditioning, and other classes and
programs. Recreational swim hours at Jordan pool have been adjusted to reflect Rinconada’s
old schedule. In the past, each of the school pools was open for only one weekend day. Both
Jordan and Gunn will be open both Saturdays and Sundays for recreational swimming. The
Mitchell Park wading pool will be open daily from May 2-September 30. This will provide
an alternate site for preschoolers. Lap swim has been added to Jordan pool and Gunn’s lap
CMR:245:98 Page 3 of 5
swim hours have been increased. With this schedule, more lap swim hours will be provided
this year than usually provided at Rinconada. Seventy percent of the summer day camp
rental groups have been accommodated. The schedule does not accommodate the preschool
groups. The Palo Alto Swim Club and the Master’s group will be partially accommodated
at JLS and Gunn. They will also be renting additional workout space at other pools.. These
schedules have been arranged and posted (Attachment "E") by Community Services to allow
the user groups to plan for the summer swim season.
Bid Process
A notice inviting formal bids for the construction phase of the Rinconada Pool Site
Improvement Project was sent to five builders’ exchanges and eight contractors on February
2, 1998. The bidding period was 29 days. A pre-bid meeting was held on February 18,
1998; five contractors attended the meeting. Only two bids were received from qualified
contractors on March 3, 1998, as listed on the attached bid summary (Attachment F). Bids
ranged from a high of $1,465.200 to a low bid of $1,347,000. Contractors not responding
indicated that they did not submit a bid because they had already accepted other projects for
the summer construction season, and one contractor said that the project location was too far
to be profitable.
Staffhas reviewed all bids submitted and recommends that the bid of $1,347,000 submitted
by Nadar, Inc. be accepted and that Nadar, Inc. be declared the lowest responsible bidder.
The bid is 31 percent above the architect’s estimate of $1,026,900. The change order amount
of $203,000, which equals 15 percent of the total contract, is requested for unforeseen
conditions such as unexpected soil conditions found during excavation that may require
additional site work.
The project as bid includes six add alternates. These include new diving boards and stands,
ceramic tile floors in the dressing rooms, new heaters in the dressing rooms, gates to separate
the two pool areas, and cabanas to provide shade for the pool deck area. These are minor
additions to the project totaling $61,000. At a minimum, the diving stands will require
replacement with the project. The other items, although minor, provide amenities to the
public, and therefore, are recommended for funding with the full project.
Staff checked references supplied by the contractor for previous work performed and found
no significant complaints. Staffalso checked with the Contractor’s State License Board and
found that the contractor has an active license on file.
ALTERNATIVES TO STAFF RECOMMENDATION
The alternative to funding the project at this time is to reject the bids, and rebid the project
for construction next spring and summer. With this alternative, the Adult Pool will operate
this summer, but the Children’s Pool will remain closed. Staff does not recommend this
option as the Children’s Pool would then be unavailable for two summer seasons rather than
one.
CMR:245:98 Page 4 of 5
RESOURCE IMPACT
A balance of $960,000 is currently available for this project in Capital Improvement Project
19406, Rinconada Pool hnprovements. From this amount, $60,000 is designated for soil and
material testing during construction and an on-site inspector, leaving $900,000 for
construction. If approved, $650,000 from the Budget Stabilization Reserve will be used for
construction and to provide a 15 percent contingency.
POLICY IMPLICATIONS
This report does not represent any change to existing City policies.
TIME LINE
Pending Council approval of the BAO and agreement with Nadar, Inc., the following is the
anticipated time line:
Construction start July 1, 1998
Construction completes October 30, 1998
ENVIRONMENTAL REVIEW
This project is categorically exempt from Califomia Environmental Quality Act.
ATTACHMENTS
Attachment A:
Attachment B:
Attachment C:
Attachment D:
Attachment E:
Attachment F:
Attachment G:
Attachment H:
Rinconada Pool Schedule
Gunn Pool Schedule
Jane Lathrop Stanford Pool Schedule
Jordan Pool Schedule
City of Palo Alto Recreation Brochure
Bid Summary
Budget Amendment Ordinance
Contract
PREPARED BY:Karen Smith, Facilities Manager
Annabel ~/[and’ ~. re/~2 upez~~__
DEPARTMENT HEAD: ....
OLENN S. ROBERTS
~ Director Of Public Works
PAUL THILTGEN
)~unity Services
CITY MANA6ER APPROVAL: ( ~I~E~~"
~City Manag~
CMR:245:98 Page 5-of 5
ATTACHM:ENT A
ATTACHMENT B
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 :
ATTACHMENT C
ATTACHR4ENT D
00
ATTACHMENT E
PaloAito Ci#y of Palo Alto
~Recreation Depar~ent
1305 Middlefield Road
~.,:r.a~,, Palo Alto, CA 94301
b b o00o000
0 0 00oo
ATTACHMENT F
m
o o b b b , o b b0000o00000000o00ooboobbo00000000
00
00
~o o ~~.~o .q o o o .~b o o b b o b o o o o o000000000000
o0
00
0 000 0
0 0
o o bo00000
0 I,o ~o ~ ~b b b
Z
~ o
ORDINANCE NO.
ATTACHMENT
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 $650,000 FOR
CAPITAL IMPROVEMENT PROJECT NUMBER 19406, RINCONADA POOL
SITE IMPROVEMENTS
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, the Rinconada Pool Site Improvements CIP Project 19406
was created to address health and safety concerns and to comply with
the Americans with Disabilities Act (ADA); and
WHEREAS, during the design phase it was determined that the
children’s-pool was structurally unsound and needed replacement; and
WHEREAS, due to a variety of factors, including the timing of
the project and its complexity, the lowest responsible bid is higher
than the engineer’s estimate; and
WHEREAS, an additional $650,000 is needed to fully fund this
project, for completion by the end of the Summer of 1998, and such"
funds are available in the General Fund; 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:
~. The sum of Six Hundred Fifty Thousand Dollars
($650,000) is hereby appropriated to Capital Improvement Project No.19406, Rinconada Pool Site Improvements, and the BudgetStabilization Reserve is correspondingly reduced.
SECTION 2. This transaction will reduce the
Stabilization Reserve from $15,864,959 to $15,214,959.
Budget
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. This project has been determined to be
categorically exempt under Section 15302 of the California
Environmental Quality Act.
SECTION 5. As provided in Section 2.04.350 of the Palo 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 Director of
Services
Administrative
Director of Public Works
Director of Community Services
ATTACHMENT H
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 Nadar, Inc., a California Corporation, ("Contractor").
For and in consideration of the covenants, terms, and conditions ("the provisions") 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 earlie’r.
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:Rinconada Pool Renovation Project
Invitation For Bids (IFB) # 101664
Base Bid:$1,347,000.00
o 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.
g.
h.
I.j.
k.
I.
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.
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
CITY OF PALO ALTO: FORMAL CONTRACT (#101664)PAGE 1 OF 8
L
FORMAL CONTRACT SECTION 500
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 stated, within thirty (30) Days of the date of receipt of Contractor’s invoices.
Insurance. On or before the Date of Execution, Contractor shall 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 liability 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 hazardous materials in connection with the execution 0f 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 and 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.
7.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,
CITY OF PALO ALTO: FORMAL CONTRACT (#101664)PAGE 2 OF 8
FORMAL CONTRACT SECTION 500
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.
o 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 an~ 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 upon 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:
Anymaterials and equipment which shall be used during the course and scope of the Project and
Work shall be vested in Contractor;
b=Any materials and equipment which shall be used during the course end 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 Completion, or, if no such notice is required
to be filed, on the date that final payment is made hereunder;
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;
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
Formal Bids;
CITY OF PALO ALTO: FORMAL CONTRACT (#101664)PAGE 3 OF 8
FORMAL CONTRACT SECTION 500
go 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 Manager or
Project Manager or any other person who has directly contributed to City’s decision to award the
contract to Contractor;
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;
k=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
Contractor has fully examined and inspected the Project site and has full knowledge of the physical
conditions of the Project site.
12.Assiqnment. 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.
13.
14.
15.
Claims of Contractor. 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 bv 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.
Notices. All invoices, 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
material sent 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 PALO ALTO: FORMAL CONTRACT (#101664)PAGE 4 OF 8
FORMAL CONTRACT
To City:City of Palo Alto
City Clerk
250 Hamilton Avenue
P.O. Box 10250
Palo Alto, CA 94303
Copy to:City of Palo Alto
ATT.: Bill Shaddle, Project Manager
Public Works Department, Facilities Management Division
3201 East Bayshore Road
Palo Alto, CA 94301
To Contractor:Nadar, Inc.
2596 N. Fair Oaks Avenue
Altadena, CA 91001
SECTION 500
16.
17.
CITY OF PALO ALTO: FORMAL CONTRACT (#101664)
PHONE:(626) 791-9751
FAX: (626) 398-0471
ATT.: EARL P. WEISS
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 s hall control in the
event of a conflict with any other provision of this Contract.
Miscellaneous.
a.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 personaI property of Contractor.
b.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.
c.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.
d.Definitions. The definitions and terms set forth in Section 1 of the StandardDrawings 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
PAGE 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.
fo 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 exercise 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 waives 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.
p=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 California 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 (#101664)PAGE 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
Director of Administrative Services
Insurance Review
APPROVED AS TO FORM:
Senior Assistant City Attorney
CITY OF PALO ALTO: FORMAL CONTRACT (#101664)PAGE 7 OF 8
FORMAL CONTRACT SECTION 500
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE OF )
COUNTY OF )
On , before me,
for said County, personally appeared
, a notary public in and
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 signature(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 (#101664.)PAGE 8 OF 8