Loading...
HomeMy WebLinkAbout1998-08-10 City Council (18)City of Palo Alt8 City Manager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE: SUBJECT: AUGUST 10, 1998 CMR:339:98 APPROVAL OF A BUDGET AMENDMENT ORDINANCE FOR $340,000, AWARD OF CONTRACT TO O’GRADY PAVING, INC. AND AMENDMENT NO. 2 TO CONSULTANT AGREEMENT C4041683 WITH NOLTE AND ASSOCIATES FOR INTERSECTION IMPROVEMENTS AT PAGE MILL ROAD/FOOTHILL EXPRESSWAY/JUNIPERO SERRA BOULEVARD RECOMMENDATION Staff recommends that Council: Approve a Budget Amendment Ordinance (BAO) for $340,000 to increase Capital Improvement Program (CIP) Project 19073, Major Intersection Improvements. The funding will come from the Stanford Research Park traffic impact fees already collected. o o ° Approve and authorize the Mayor to execute a contract with O’Grady Paving, Inc., in the amount of $1,431,229.07 for construction of intersection improvements at Page Mill Road/Foothill Expressway/Junipero Serra Boulevard. Authorize the City Manager or her designee to negotiate and execute one or more change orders to .the contract with O’Grady Paving for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $143,500. .... Approve Amendment No. 2 to Consultant Agreement C4041683 with Nolte & Associates in the amount of $49,069 for construction administration services. DISCUSSION The 1988 Citywide Land Use and Transportation Study recommended operational improvements at various intersections throughout the City including the Page Mill Road/Foothill Expressway/Junipero Serra Boulevard intersection. The intersection is under the jurisdiction of Santa Clara County (County), which has responsibility for the maintenance CMR:339:98 Page 1 of 4 and operation of the streets. Due to the intersection’s importance as a main thoroughfare into the City, staff has, with County approval, taken the lead role for the intersection’s design and construction. The County has fmal approval authority for the design plans, which were also reviewed and approved by Stanford University. In addition to accepting the lead role for the design and construction of the improvements, the City also approved a Right of Entry Agreement (Agreement) with Stanford University (CMR:338:97). The Agreement provided for the City to contribute up to $113,000 (one-third of the cost) for construction of a soundwall to lessen noise impacts to residents in the northwest quadrant of the intersection. In exchange for this consideration, Stanford agreed to grant to the City, at no cost to the City or County, land required for the roadway widening. Stanford is responsible for the design and construction of the soundwall. It is estimated that the construction for this work will not begin before October 1998. Project Description The existing intersection consists of two through lanes on each approach as well as exclusive left and right-turn lanes. There are currently no median landscaping or bicycle lanes at the intersection. Approval of the construction contract with O’Grady Paving, Inc. (Attachment D) will allow for additional left-turn lanes to be added to each of the legs except for Junipero Serra; right-turn lane improvements; bicycle lane striping with detection equipment at the intersection; median and roadside landscaping; and new traffic signals. The County has allowed modifications to its standard geometric requirements and, as a result, the new intersection will be roughly the same width as the existing intersection. The existing and proposed (conceptual) geometrics are shown in Attachment A. Bid Process Notices inviting formal bids for the improvements were sent on June 23, 1998 to sixteen contractors and sixteen building exchanges. The bidding period was 28 days. Bids were received from three contractors on July 21, 1998. Staff has reviewed all bids submitted (Attachment B) and recommends that the bid of $1,431,229.07,-submitted by O’Grady Paving, Inc., be accepted and that O’Grady Paving, Inc. be declared the lowest responsible bidder. The bid is 5 percent below staff,s estimate of$1,449,000. The contingency amount of$143,500 equals approximately 10 percent of the contract amount. Staff has 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. ,CMR:339:98 Page 2 of 4 Consultant A~eement Amendment In November 1993, Council approved a consultant agreement with Nolte & Associates for design services (CMR:590:93). Amendment No. 1 to this agreement, which was approved in May 1997, increased the fee amount to cover consultant fee inflation and the addition of landscaping design to the scope of work (CMR:223:97). Approval of Amendment No. 2 (Attachment E) for $49,069 will provide for six months of construction administration services such as technical support and attendance at weekly site meetings. RESOURCE IMPACT Council approved the FY 1993-94 project budget for CIP 19073 (Major Intersection Improvements) in the amount of $1,000,000. Funding came from a State Transportation Program grant of $792,000 and matching-funds of $208,000 from the City’s Traffic Impact Fees. The original budget, which was to be used for design and construction, has been impacted for the following reasons: Inflation and construction boom: Council approved funding for the project in FY 1993- 94. Delays due to the soundwall negotiations with Stanford University have resulted in a four-year inflationary factor for construction costs and increased costs due to the high volume of construction activities in the Bay Area; Soundwall-related costs: In order to obtain the right-of-way necessary to improve the intersection, the City agreed to an additional noise analysis and a soundwall construction contribution to Stanford University; Expanded Scope: The Architectural Review Board added median landscaping as a condition of project approval; Contingency: Contingency funds are included to cover the increased costs. The above items increased the project cost by roughly $624,000. Scope reductions and unused construction contingencies for other Major Intersection Improvement CIP projects amounting to $284,000 will be used to offset these project cost increases. A BAO for $340,000 (Attachment C) will provide the remaining funds needed to award the construction contract. The funds would come from the Stanford Research Park traffic impact fees. Contributions to this fund are made by new or expanding businesses in the vicinity of the Stanford Research Park (near Page Mill Road), to be used by the City to construct traffic improvements to mitigate the effects of development in the Stanford Research Park area. Staff has requested funding assistance from the Santa Clara County Roads and Airports Department and from the Santa Clara County Congestion Management Program. Any funding that is forthcoming from either of these sources will be used to reimburse the Stanford Research Park Traffic Impact Fees fund. As part of the project’s approval condition, the. County required that all new landscaping be maintained by the City. The County’s proposed maintenance agreement has been reviewed by the Public Works and Community Services Departments, and the City Attorney’s Office. These comments have been returned to the County for concurrence and approval. The CMR:339:98 Page 3 of 4 County will issue a landscaping construction permit once the agreement has been approved and signed by the City Manager. The additional work items resulting from the landscaping maintenance requirement will consist of maintaining and repairing the irrigation system; caring for and replacing vegetation as needed; manually watering the sixty-two new trees until their root systems are established; and pruning the trees over their lifetime. Public Works Operations will use City crews to water the new trees, but will contract-out the tree trimming. The cost of the additional watering will be part of an ongoing annual budget for newly planted trees. Funding for the additional tree pruning, estimated at $2,500 annually, would need to be added to the Public Works Trees Functional Area budget for FY 99-00. The Parks Division will contract for the maintenance of the vegetation and irrigation system at a cost of approximately $1,500 annually, beginning in FY 99-00. POLICY IMPLICATIONS This report does not represent any change to existing City policies. TIMELINE The intersection improvements are expected to be substantially complete within six months after the start of construction. ENVIRONMENTAL REVIEW An Environmental Assessment recommending a N6gative Declaration was approved by Council on July 28, 1997. ATTACHMENTS Attachment A: Attachment B: Attachment C: Attachment D: Attachment E: Intersection Configurations Bid Summary Budget Amendment Ordinance Contract Amendment No. 2 to Agreement C4041683 PREPARED BY: Karen Bengard, Senior Engineer DEPARTMENT HEAD: CITY MANAGER APPROVAL:~ City S. ROBERTS of Public Works CMR:339:98 Page 4 of 4 EXISTING PROPOSED GREENWALL No Scale . EXISTING AND PROPOSED INTERSECTION CONFIGURATIONS FIGURE 3 d z0 Z 8~ 8888888888~88°°88 . 0 ~-~~o-oo~ooooooooooooooooooooooooooo~o~ooooooooooo~ooooo~oooo~oooooooooooooooooooooo~o~ooooooooo ORDINANCE NO. ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO AMENDING THE BUDGET FOR THE FISCAL YEAR 1998-99 TO PROVIDE AN ADDITIONAL APPROPRIATION OF $340,000 FOR THE MAJOR INTERSECTION IMPROVEMENTS CAPITAL PROJECT NUMBER 19073 WHEREAS, pursuant to the provisions of Section 12 of Article III of the Charter of the City of Palo Alto, the Council on June 22, 1998 did adopt a budget for fiscal year 1998-99; and WHEREAS, the Major Intersection Improvements Capital Improvement Project 19073 was established to fund improvements to reduce traffic congestion and improve traffic flow; and WHEREAS, as a part’ of this project, Council had previously approved significant improvements for the intersection of Page Mill Road, Foothill Expressway, and Junipero Serra Boulevard, at a cost of $I,000,000; and WHEREAS, due to delays, soundwall-related costs, and expanded scope for the project, the total contract for the work will be $1,623,798; and WHEREAS, due to reduced scope of earlier projects, there are savings in CIP 19073, Major Intersection Improvements, whichcan be used for the work at Page Mill Road, Foothill Expressway, and Junipero Serra Boulevard; and WHEREAS, in-lieu fees have been collected from new or expanding businesses in the vicinity of the Stanford Research Park for traffic impact and mitigation, and such fees are to be used by the City to construct traffic improvements to mitigate the effects of development in the Stanford Research Park area; and WHEREAS, the improvements at the intersection of Page Mill Road, Foothill Expressway, and Junipero Serra Boulevard qualify for use of the Stanford Research Park Traffic Impact Fees, and sufficient funding is available; and WHEREAS, City Council authorization is needed to amend the 1998-99 budget as hereinafter set forth. NOW, THEREFORE, the Council of the City of Palo Alto does ORDAIN as follows: SECTION I. The sum of Three Hundred Forty Thousand Dollars ($340,000) is hereby appropriated to Capital Improvement Project No. 19073, Major Intersection Improvements, and the Stanford Research Park Traffic Impact Fee Fund, a subfund of the Transportation Mitigation Fund, is correspondingly reduced. SECTION 2. This transaction will reduce the Stanford Research Park Traffic Impact Fee Fund Balance from $1,227,784 to $887,784. SECTION 3. As specified in Section 2.28.080(a) of the Palo Alto Municipal Code, a two-thirds vote of the City Council is required to adopt this ordinance. SECTION 4. The Council approved a Negative Declaration for this project on July 28, 1997. SECTION 5. As provided in Section 2.04.350 of the Palo Alto Municipal Code, this ordinance shall become effective upon adoption. INTRODUCED AND PASSED: AYES: NOES: ABSTENTIONS: ABSENT: ATTEST:APPROVED: City Clerk .Mayor APPROVED AS TO FORM:City Manager Senior Asst. City Attorney Director of Services Administrative Director of Public Works C : \TEMP\CIPIg073 .WPD FORMAL CONTRACT SECTION 500 CONTRACT Public Works Department This Contract, dated , is entered into by and between the City of Palo Alto, a chartered city and a municipal corporation of the State of California ("City") , and O’Grady Pavino. Inc.. a California Corooration , ("Contractor"). For and in consideration of the covenants, terms, and conditions ("the provisions") of this Contract, City and Contractor ("the parties") agree: Term. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract, and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder, subject to the ’earlier termination of this Contract. General Scooe of Project and Work. Contractor shall furnish labor, services, materials and equipment in connection with the construction of the Project and complete the Work in accordance with the covenants, terms and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as follows: PROJECT TITLE:PAGE MILL/FOOTHILL INTERSECTION IMPROVMENTS, Invitation For Bids (IFB) # 107312 Base Bid:$ 1.431,229.07 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. ao This Contract. Notice Inviting Formal Bids. Project Specifications. Drawings. Change Orders. Bid. Supplementary Condition.s. General Conditions. Standard Drawings and Specifications (1992). Certificate of Insurance, Performance Bond, Labor & Materials (Payment) Bond. 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. CITY OF PALO ALTO: FORMAL CONTRACT (IFB #107312)PAGE 1 OF 8 FORMAL CONTRACT SECTION 500 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 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 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. 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. CITY OF PALO ALTO: FORMAL CONTRACT (IFB #107312)PAGE 2 OF 8 FORMAL CONTRACT SECTION 500 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 o~ 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. 10. 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. 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 andWork, 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; do 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 Contractorfor and in behalf of City. e°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; fo 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; g.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 CITY OF PALO ALTO: FORMAL CONTRACT (IFB #107312)PAGE 3 OF 8 FORMAL CONTRACT SECTION 500 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; ko 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. Contractor has fully examined and inspected the Project site and has full knowledge of the physical conditions of the Project site. 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.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. 14.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 Sections250 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. 15.Notices. 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 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. To City:City of Palo Alto City Clerk 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 CITY OF PALO ALTO: FORMAL CONTRACT (IFB #107312)PAGE 4 OF 8 FORMAL CONTRACT SECTION 500 16. 17. Copy to:City of Palo Alto ATT.: Karen Bengard, Project Manager Public Works Department, Engineering Division 250 Hamilton Avenue Palo Alto, CA 94301 To Contractor:O’Grady Paving, Inc. Attention: Craig E. Young, Vice President 2513 Wyandoth Street Mountain View, CA 94043 Phone: (650) 966-1926 FAX: (650) 966-1946 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 y ear 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. 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. eo Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to 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. h.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 CITY OF PALO ALTO: FORMAL CONTRACT (IFB #107312)PAGE 5 OF 8 FORMAL CONTRACT SECTION 500 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. 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. Recovery of costs. The prevailing party in any action brought to enforce the terms of this Contract or 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. A-I-FEST: City Clerk CITY OF PALO ALTO:FORMAL CONTRACT (IFB #107312)PAGE 6 OF 8 FORMAL CONTRACT SECTION 500 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 (IFB #107312) PAGE 7 OF 8 FORMAL CONTRACT SECTION 500 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF ) COUNTY OF ) On , before for said County, personally appeared me0 , 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 (IFB #107312)PAGE 8 OF 8 ATTACHMENT E AMENDMENT NO. TWO TO CONTRACT NO. C4041683 BETWEEN THE CITY OF PALO ALTO AND NOLTE & ASSOCIATES~ INC. This Amendment No.Two to Contract No. C4041683 ("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 NOLTE & ASSOCIATES, INC., a California corporation, located at 1 North First St., Suite 450, San Jose, CA 95113 ("CONSULTANT"). RECITALS: WHEREAS, the Contract was entered into between the parties for the provision of engineering design services; 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 7.1.1(b) is hereby amended to read as "In consideration for the full performance of the Basic Services described in Sections 4 and 7 of this Agreement for the II Project, CITY agrees to pay CONSULTANT a fee not to exceed one hundred eight thousand dollars ($108,000) for the Preliminary Design Phase, ~one hundred sixteen thousand eight hundred’forty-four dollars ($116,844) for the Construction Documents Design Phase. The fee for the Construction.Phase will not exceed Forty-Nine Thousand Sixty-Nine Dollars ($49,069) . SECTION 2. The following exhibit to the Contract is hergby amended to read as set forth in the~ attachment to this Amendment, which is incorporated in full by this reference: a. Exhibit "A" entitled "Construction Phase". ~[~!~_Q~__~. 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 APPRO~/ED AS TO FORM: Senior Asst. City Attorney 2~PPRO~/ED: Assistant City Manager NOLTE & ASSOCIATES, INC. /Its: Taxpayer I.D. No. 94-2706173 Director of Public Works Director of Administrative Services Purchasing/Insurance Review Attachment: EXHIBIT "A":,CONSTRUCTION PHASE CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF COUNTY OF ) ) ) On ~~30~ )~, before me, the undersigned, a nota~i~b~anGt2 for said County, personally appeare~ ~er~ally ~~’to ms ~~ to me~on the basis of satisfactory evidenceD to be the person(~ whose name(~)- s~a~ ~bscribed to uhe within instrument, and acknowledged t’o me that ~/s4~t~ executed the sa~. in ~her-/th~-i-~ ~uthorized capacity(i~s), and that by ~i.~h~_r/t~e4:r signature(~9 on the instrument the person(~, or the entity upon behalf o~ which the person~) acted, executed the instrument. WITNESS my hand and official seal. .gnature Notary Public EXHIBIT A PAGE MILL ROAD EXTRA WORK, CONSTRUCTION SUPPORT SERVICES SCOPE OF SERVICES - April 27, 1998 C.CONSTRUCTION PHASE During the Construction Phase, the Consultant will be available to assist the City, at the request of the City, to clarify the intent of the design documents according to the provisions of the Agreement. The budget for this phase was estimated based on a total estimated construction phase period of 36 weeks, from award of construction to completion of construction. The following items will be conducted, on a time and expenses basis regardless of the schedule of construction, at the request of the City: 1. Attend one pre-construction meeting. 2. Respond to design questions through telephone communication or written addenda. Review shop drawings and project submittals for specification and construction document compliance. Review requests for information and change orders. Visit the project site up to 24 times for the purpose of attending weekly project meetings or perform a field review of progress to discuss outstanding issues, provide technical clarifications of the PS&Q, and review on-going work relative to the intent of the.plans and specifications. 4.Prepare record drawings and submit in hard copy and electronic media as qualified in this Agreement. Inspection services for roadway, electrical or other related duties are not included in this scope, but could be provided extra work to this contract, NOLTE and ASSOCIATES, lnc n:~sj010594’ Scope_Const.doc EXHIBIT B CONSTRUCTION SUPPORT FEE ESTIMATE TASKS Assoc.Jr.CADD Total Assoc Engr Engr Tech II Hours $124 $97 $70 $76 by Task C. Construction Support 1 Attend Pre Construction Meeting 41 Respond to RFI’s, shop dwgs., submittal 24 88 Attend weekly mtgs. (24 total)15’72 Prepare Record Drawings 4 8 48 40 Total 43 172 48 ** - Sub $ include $4500 request from MTH for additional design services 4O 4 160 87 52 303 Subs / Reimbursable Costs 20,653 $ 20,653 Total Dollars b~/Task $ $ $ $ 388 35,525 8,844 4,312 49,069 Certificate of Insurance Agency Name and Address: PROFESSIONAL PRACTICE INSURANCE BROKERS, INC. 10 CALIFORNIA STREET REDWOOD CITY CA 94063-1513 (650) 369-5900 Fax: (650) 366-1455 Insureds Name and Address: NOLTE AND ASSOCIATES, INC. 1750 CREEKSIDE OAKS DR., #200 SACRAMENTO CA 95833 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED THE POLICIES LISTED BELOW. Companies Affording Policies: A: AMERICAN MOTORISTS INSURANCE CO. - SF B: AMERICAN MOTORISTS INSURANCE CO. - SF c: D: AMERICAN MOTORISTS INSURANCE CO. - KSA E: CONTINENTAL CASUALTY COMPANY F: COVERAGES: THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS.CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES. TYPE OF INSURANCE POLICY NUMBER EFF, DATE EXP. DATE POLICY LIMITS A B C D GENERAL LIABILI’rY Commercial General Liabilit __ Claims Made ~’. Occurrence Owner’s and Contractors Protective AUTO LIABILITY Any Automobile All Owned Autos Scheduled Autos Hired Autos Non-owned Autos Garage Liability EXCESS LIABILITY Umbrella Form Other than Umbrella Form WORKERS’ COMPENSATION AND EMPLOYER’S LIABILITY E PROFESSIONAL LIABILITY* F 7KW409000-01 7KQ409000-01 7CW30554701 AEN 616-19-04 3/15/98 3/15/98 ALTO lED 1998 5/1/98 5/15/98 3/’~ 5/99 3/15/99 5/1/99 5/15/99 General Aggregate:$2,000,000 Products-Com/Ops Aggregate:$2,000,000 Personal and Adv. Injury $1,000,000 Each Occurrence:$1,000,000 Fire Dmg. (any one fire):$1,000,000 Combined Single Limit:$1,000,000 Bodily Injury/person:$0 Bodily Injury/accident:$0 Property Damage:$0 Each Occurrence: Aggregate: Statutory Limits Each Accident:$1,000,000 Disease/Policy Limit:$1,000,000 Disease/Employee:$1,000,000 Aggregate $1,000,000 Description of OperationslLocationsNehicleslRestrictionslSpecial Items: All operations of the Named Insured. General Liability only: The City of PaiD Alto, its officers, agents and employees are named as additional insureds but only as respects liability arising out of the Named Insureds’ operations in project no. SJ0105, Los Trancos and Page Mill Road/Foothill Expressway Intersection Improvements; such coverage is primary as respects any insurance carried by the additional insured with respect to work performed by the Named Insured; this policy contains a severability of interest clause. *Written at aggregate limits of liability not less than amount shown. Certificate Holder: CITY OF PALO ALTO CIVIC CENTER, FIRST FLOOR 250 HAMILTON AVE. PALO ALTO CA ATTN: JOHN CARLSON 94303 THE AGGREGATE LIMIT IS THE TOTAL INSURANCE AVAILABLE FOR CLAIMS PRESENTED WITHIN THE POLICY FOR ALL OPERATIONS OF THE INSURED. CANCELLATION: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY, ITS AGENTS OR REPRESENTATIVES WILL ENDEAVOR TO MAIL 30 DAYS WRITrEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO LIABILITY OR OBLIGA~’ION ON THE INSURANCE COMPANY, ITS AGENTS OR REPRE~ [] personally known to me -OR-,~ Witness {SEAL) ~roved to me on the asis of satisfactoryevidence to be the person(s) whose name(s)~s/are subscribed to thewithin instrument and acknow!edged to me.that he/she/t.~ey executed thesame in his/her/theirauthorized capacity(ies),and that by his/her/their .signature(s) on theinstrument the person(s),or the entity upon behalfof which the person(s) .acted, executed theinstrument. my hand and official seal. OF NOTARY) ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional.It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE MUST BE ATFACHED TO THE DOCUMENT DESCRIBED AT RIGHT: T~le or Type of Document Number of Pages ~ Data of Document Sigrter(s) Other Then Named Above RIGHT THUMBPRINT {Optional) CAPACITY CLAIMED BY SIGNERIS) ~INDIVIDUAL{SI [~}CORPORATE OFFICER{S) F’IPARTNER(S)~LIMITED F3GENERAL r-IATTORNEY IN FACT r3TRUSTEE(S) F1GUARDIAN/CONSERVATOR r’]OTHER: SIGNER I$ REPRESENTING: {Name of Person{s) or Entity(ie=) RIGHT THUMBPRINT {Optional} CAPACITY CLAIMED BY SIGNER(S) ~INDIVIDUAL(S} ~ICORPORATE OFFICERIS) I-IpARTNERIS|. ~LIMITED I-IGENERAL [~ATTORNEY IN FACT [’3TRUSTEE)S} F3GUARDIAN/CONSERVATOR ~OTHER: SIGNER IS REPRESENTING: (Name of Per~on(a} or Entity(ies) WOLCOTTS FORM ~3237 Rev. 3-94 (p~ice lesl 8-2A| ~)1994 WOLCOTTS FORMS, INC, ALL PURPOSE ACKNOW1.EDGMENT FOR CALIFORNIA W1TH SIGNER CAPACITY/RI~PRESENTATION/TWO FINGERPRINTS 7 8