HomeMy WebLinkAbout1996-05-28 City Council (15)City of Palo Alto
City Manager’s Report
2
TO:HONORABLE CI~ COUNCIL
FROM:CITY MANAGER DEPARTMENT: Public Works
AGENDA DATE: May 28, 1996 CMR:277:96
SUBJECT:Award of Contract to Interstate Grading & Paving, Inc. for the
1996 Resurfacing Program, CIP 18670 and 18971
REQUEST
This is a request for approval of a contract with Interstate Grading & Paving, Inc. in the
amount of $1,492,503 for the 1996 Resurfacing Program.
RECOMMENDATIONS
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached contract with Interstate
Grading & Paving, Inc. in the amount of $1,492,503 for the 1996 resurfacing
program.
Authorize the City Manager or her designee to negotiate and execute one or more
change orders to the contract with Interstate Grading & Paving, Inc. for related,
additional but unforeseen work which may develop during the project, the total value
of which change orders will not exceed $150,000.
POLICY IMPLICATIONS
The award of this contract is consistent with existing policies.
EXECUTIVE SUMMARY
Project Description
The work to be performed under the contract is for overlaying 6.5 lane miles and slurry
sealing 10.8 lane miles of City streets, of which 14.2 lane miles are located south of
Oregon Expressway. As part of the resurfacing program, curb ramps, complying with
CMR:277:96 Page 1 of 3
ADA guidelines, will be installed on streets that will be overlayed; curb and gutter will be
replaced where it restricts gutter flow and degrades the structural integrity of the street and
sidewalk will be replaced where it meets the criteria in the City’s replacement policy. The
project also includes slurry sealing three downtown parking lots, and the Cubberley
parking lot, and repaving bicycle lanes on Newell Road between Channing Avenue and
Embarcadero Road.
Following the award of contract, businesses and residents affected by the project will be
notified. Also, the contractor will hand deliver door hanger notices seven days, and again
72 hours, in advance of the construction work. Work is expected to start in June and be
completed by November.
Bid Process
A notice inviting formal bids for resurfacing were sent on April 22, 1996 to 11 builders’
exchanges and 9 general contractors picked up bid packages. The bidding period was 23
days which was sufficient as evidenced by the number of bids received for the project.
Bids were received from 4 qualified contractors on May 14, 1996, as listed on the attached
bid summary (Attachment A). Bids ranged from a high of $1,626,673.46 to a low bid of
$1,492,503. Contractors not responding indicated that they did not submit a bid because
they were too busy with other jobs.
Staff reviewed all bids submitted and recommends that the base bid, plus add alternates one
through three totaling $1,492,503 submitted by Interstate Grading & Paving, Inc., be
accepted and that Interstate Grading & Paving, Inc. be declared the lowest responsible
bidder. The bid is 9 percent below the engineer’s estimate of $1,644,910.
Staff checked references supplied by the contractor for previous work performed and found
no significant complaints. Staff also checked the Contractor’s State License Board and
found that the contractor has an active license on file.
FISCAL IMPACT
Funds are budgeted in CIP 18670, Gas Tax; CIP 18971, Utility Users Tax; CIP 47702,
and the Storm Drain Utility Fund for curb and gutter related improvements; and in the
PuNic Works Operating Budget for street, sidewalk and parking lot related improvements.
In addition, staff has filed an application for a grant under the State-Local Transportation
Parmership Program which reimburses a portion of the expenditures made from the Street
Improvement Fund. Any revenues which are received for this year’s project will be
budgeted in next year’s program.
CMR:277:96 Page 2 of 3
ENVIRONMENTAL ASSESSMENT
The project is exempt from the provisions of the California Environmental Quality Act and
no further environmental review is necessary.
ATTACHMENTS
A - Bid Summary
B - List of Overlay Streets
C - List of Slurry Seal Streets
D - Map
E - Contract Pages
PREPARED BY: George Bagdon, Assistant Director of Public Works
DEPARTMENT HEAD REVIEW:
CITY MANAGER APPROVAL:
GLENN S. ROBERTS
~
ctor of Public~
!U~ FLEMIN"~~" -’ )
~ Manager
CMR:277:96 Page 3 of 3
ATTACHMENT A
_8 ~ 81..-. 88 =,= 88 ~;,8 ~ 888,88888888888888888~ 8!88
’888888888888888888888888 8888888888!8
’~
p
88888888~888888888~888888!8888888!88888
888888
E
ATTACHMENT B
1996 STREET RESURFACING PROJECT
LIST OF OVERLAY STREETS
STREET
Alma Street
Ash Street
Bryant Street
Crescent Drive
Dake Avenue
Darlington Court
Elsinore Court
Elsinore Drive
Emerson Street
Greenmeadow W.
Greet Cul- de-sac
Guinda Street
Hawthorne Avenue
Higgins Place
Kenneth Cul-de-Sac
Kenneth Drive
Middlefield Road
Newell Road
Olive Avenue
Pdmrose Way
South Court
Stelling Cul-De-Sac
Stelling Drive
Thomas Drive
Webster Cul-De-Sac
FROM
Charleston Road
Page Mill Road
El Verano Avenue
University Avenue
San Antonio Road
Park Avenue
Elsinore Drive
Greet Road
Loma Verde Avenue
Parkside Avenue
Greet Road
Homer Avenue
Alma Street
Colorado Avenue
Greer Road
Greer Road
E. Meadow Road
Embarcadero Road
El Camino Real
Ids Way
Eldorado Avenue
Stelling Drive
David Avenue
Greet Road
Webster Street
TO
San Antonio Ramp
Olive Avenue
E. Meadow Drive
University Avenue
Ferne Avenue
End
End
Louis Road
El Verano Avenue
End
End
Channing Avenue
Emerson Street
End
End
Greet Road
E. Charleston Roac
Channing Avenue
Ash Street
Heather Lane
Matadero Creek
End
Stelling CuI-De-Sa~
Greet Road
End
05/22/96 page 1 of 1 overlay streets
ATTACHMENT C
1996 STREET RESURFAClNG PROJECT
LIST SLURRY SEAL STREETS
STREET
1 Amaranta Avenue
2 Arcadia Place
3 Bruce Drive
4 Bryant Street
5 Bryant Street
6 Carolina Lane
7 Clam Dirve
8 Clemo Avenue
9 Comer at:
10 Cubberley parking lot
11 David Avenue
12 David Cul-de-Sac
13 Duluth Circle
14 El Cajon Way
15 El Capitan Place
16 El Carmelo Avenue
17 Elmdale Place
18 Fairmede
19 Feme Avenue
20 Grove Avenue
21 Grove Cul-de-sac2
22 Holly Oak Drive
23 Kelly Way
24 Kipling Street
25 Lorabelle Court
26 Los Palos Circle
27 Los Palos Place
28 Marion Place
29 Mc Keller Lane
30 Miller Avenue
31 Oregon Avenue
32 Parking Lot A
33 Parking Lot N
34 Parking Lot O
35 Second Street
36 Sierra Court
37 South Court
38 South Court
39 South Court
40 Stelling Drive
41 Sutter Avenue
42 Suzanne Drive
43 Suzanne Cul-de-Sac
44 Wavedy Street
45 Waverly Street
46 Whitclem Place
47 Whitclem Way
48 Wilmar Drive
FROM
Maybell Avenue
Newell Road
Marshall Drive
Loma Verde Avenue
El Carmelo Avenue
Wilkie Way
Sutter Avenue
Arastradero Road
Whitclem Drive
4000 Middlefield Road
Stelling Drive
:)avid Avenue
Wilkie Way
Elsinore Drive
Nelson Ddve
Alma Street
Moreno Avenue
Los Palos Avenue
Dake Avenue
E. Charleston Road
Grove Avenue
Ames Avenue
Suzanne Drive
Loma Verde Avenue
iMcKeller Lane
ILos Palos Place
Los Palos Avenue
!Marion Avenue
iArastradero Road
Monroe Drive
iSt. Francis Drive
Emerson & Ramona
Emerson & Ramona
Emerson & High
iW. Meadow Drive
Oregon Avenue
Colorado Avenue ",
iLoma Verde Avenue
Campesino Avenue
iStelling Cul-de-Sac
Middlefield Road
i Kelly Way
Suzanne Drive
Loma Verde Avenue
Campesino Avenue
Whitclem Drive
Whitclem Drive
Donald Drive
TO
Georgia Avenue
End
Louis Road
El Verano Avenue
Loma Verde Avenue
Park Boulevard
Angle
Maybell Avenue
Park Boulevard
David Cul-de-Sac
End
End
Elsinore Drive
End
Waverly Street
End
Pomona Avenue
San Antonio Road
Creek
End
Ames Avenue
Suzanne Drive
Cowper Street
End
End
End
End
End
Monroe Drive
Sierra Court
End
End
El Dorado Avenue
Campesino Avenue
E. Meadow Drive
David Avenue
Ross Road
Arastradero Road
Suzanne Drive
Campesino Avenue
El verano Avenue
End
End
Arastradero Road
05/22/96 page 1 of I slurry seal streets
Attachment D
ud
Elsinore Drive
El Cajon Way
Greenmeado~
Attacttment E
PART II - CONTRACT SECTION 00500
CONTRACT
This Contract, dated , is entered into by and between the City of Palo Alto, a
municipal corporation of the State of California ("City") , and Interstate Grading & Paving, Inc., a California,
("Contractor"), whose Taxpayer Identification Number is 94-2527676.
For and in consideration of the following covenants, terms and conditions, City and Contractor ("the parties")
agree:
Term. This Contract shall commence on, 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:
Title: 1996 Street Maintenance Program NO.: 18670/18971
Base Bid: $1,414,819.00
Add Alternates (if any): $77,684.00
Total Bid: $1,492,503.00
.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 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, Payment Bond (Labor and Materials).
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
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.
CITY of PALO ALTO: Formal Contract (w/HAZMAT) (12/94)SECTION 00500-1 of 7
II - CONTRACT SECTION 00500PART
5.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 City Council members,
officers, and employees 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 or negligent
act or omission 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 imposes strict
liability on Contractor in the performance of or failure to perform the terms and conditions of this Contract,
except as may arise from the sole willful or negligent act or omission of City or any of its City Council
members, officers, or employees. 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.
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 acts or omissions under this Contract, under the
Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C., §§9601-75, as
amended); the Resource Conservation and Recovery Act (42 U.S.C., §§6901-82, as amended); the
Carpenter-Prestey-Tanner Hazardous Substance Account Act (Health & Saf. Code, § §25300-25395, as
amended) the Hazardous Waste Control Act (Health & Saf. Code, § §25100-25250.24, as amended); the
Safe Drinking Water and Toxics Enforcement Act (Health & Saf. Code, §§25249.5-25249.13, as
amended); the Underground Storage of Hazardous Substances Act (Health & Saf. Code, § §25280-99.6,
as amended); the Hazardous Substance Account Act (Health & Saf. Code, §§25300-95, as amended);
the Toxic Substances Control Act (15 U.S.C., § §2601-71, as amended); or under any other local, state
or federal ordinance or statute, 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 or negligent act or omission
of City or any of its City Council members, officers, or employees.
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 upon the performance of Contractor in strict compliance with the covenants, terms and conditions
of this Contract.
CITY of PALO ALTO: Formal Contract (w/HAZMAT) (12/94)SECTION 00500-2 of 7
PART II - CONTRACT SECTION 00500
10.
11.
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 precedentto 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.
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;
bo 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;
Co 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;
do Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained
by Contractor for and in behalf of City.
eo 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;
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;
ho 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;
CITY of PALO ALTO: Formal Contract (w/HAZMAT) (12/94)SECTION 00500-3 of 7
PART II -CONTRACT SECTION 00500
ko
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 is duly licensed as a
contractor with the State of California as required by California Business & Professions Code
Section 7028, as amended; and
12.
13.
14.
15.
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.
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 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.
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 recei.ving 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 (w/HAZMAT) (12/94)SECTION 00500-4 of 7
PART II -CONTRACT SECTION 00500
Copy to:City of Palo Alto
Department of Public Works
250 Hamilton Avenue
P.O. Box 10250
Palo Alto, CA 94303
(415) 329- 2454
FAX: (415) 329-.2299
ATTN: Project Manager, John A. Carlson
To Contractor:Interstate Grading & Paving, Inc.
128 So. Maple Avenue
South San Francisco, CA 94080
PHONE: (415) 952-7333
FAX: (415) 952-6851
ATTN: Michael Pariani
16.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.
17.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.
bo 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.
do 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.
CITY of PALO ALTO: Formal Contract (w/HAZMAT) (12/94)SECTION 00500-5 of 7
PART II - CONTRACT SECTION 00500
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.
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.
CITY of PALO ALTO: Formal Contract (w/HAZMAT) (12/94)SECTION 00500-6 of 7
PART ii -CONTRACT
IN WITNESS WHEREOF, the
California.
ATTEST:
SECTION 00500
3arties have executed this Contract on the date first above stated in Palo Alto,
CITY OF PALO ALTO, CALIFORNIA
City Clerk
APPROVED:
City Manager
Director of Public Works
Director of Finance
Risk:
Manager Purchasing & Contract Administration
By:
Mayor
CONTRACTOR:
By:
Name:
Title:
Taxpayer I.D. No.
APPROVED AS TO FORM:
Senior Assistant City Attorney
STATE OF
COUNTY OF
On
appeared
)
)
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
, before me,, a notary public in and for said County, personally
, personally known to me (or proved to me on the basis of satisfactory evidence)
to be the person(s) who~e 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.
END OF SECTION
CITY of PALO ALTO: Formal Contract (w/HAZMAT) (12/94)SECTION 00500-7 of 7