Loading...
HomeMy WebLinkAbout1999-06-15 City Council (5)City of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE:JUNE 15, 1999 CMR:272:99 SUBJECT: APPROVAL OF CONTRACT NO. AMOUNT OF AWARD OF CONSTRUCTION CONTRACT IN THE AMOUNT OF $670,934 TO K. J. WOODS CONSTRUCTION, INC. AND AMENDMENT NO. 2 TO CONSULTANT C7090020 WITH CH2M HILL, INC. IN THE $65,046 FOR STORM DRAIN SYSTEM REHABILITATION PROJECT - PHASE 2, CIP #47713 RECOMMENDATION Staff recommends that Council: Approve and authorize the Mayor to execute the attached contract with K. J. Woods Construction, Inc. in the amount of $670,934 for the Storm Drain System Rehabilitation Project - Phase 2. Authorize the City Manager or her designee to negotiate and execute one or more change Orders to the contract with K. J. Woods Construction, Inc. for related, additional but unforeseen work, which may develop during the project, the total value of which shall not exceed $67,000. Approve and authorize the Mayor to execute Amendment No. 2 to Consultant Contract No. C7090020 with CH2M Hill, Inc., in the amount of $65,046, for construction stage services on the Storm Drain System Rehabilitation Project - Phase 2. Increase the City Manager’s or her designee’s authority to negotiate and execute one or more change orders to the contract with CH2M Hill, Inc. for related, additional but unforeseen work, which may develop during the project, the total value of which change orders shall not exceed $50,000. This represents an increase of $6,500 in staff’s authority, from $43,500 to $50,000 for all change orders. CMR:272:99 Page 1 of 3 DISCUSSION Project Description The work to be performed under the contract consists of the replacement or rehabilitation of deteriorated storm drain pipelines, manholes, and drain inlets and the construction of minor drainage improvements to eliminate chronic ponding areas at locations throughout the City. The individual drainage system components to be replaced were identified in the 1993 Storm Drain Condition Assessment Report. The chronic ponding locations to be addressed were identified by City maintenance staff and through resident complaints. In order tO keep the community informed about the project, staff has sent out informational. postcards to those residents and businesses that will be impacted by the construction activity. In addition, the project specifications contain provisions that require the contractor to notify affected residents and businesses prior to the actual start of construction, to provide traffic control during work hours, and to finish work at individual work sites within a specified time frame. Bid Process A notice inviting formal bids for the Storm Drain System Rehabilitation Project - Phase 2 was sent on May 3, 1999 to fifteen (15) builders exchanges and four (4) contractors. The bidding period was 30 days to allow sufficient time for contractors to prepare their bids. Bids were received from three (3) qualified contractors on June 2, 1999, as listed on the attached bid summary (Attachment A). Bids ranged from a high of $ 723,288 to a low bid of $ 670,934. Staff has reviewed all bids submitted and recommends that the bid of $670,934 submitted by K.J. Woods Construction, Inc. be accepted and that K.J. Woods Construction, Inc. be declared the lowest responsible bidder. The bid is four percent above the engineer’s estimate of $646,433. The change order amount of $ 67,000, which equals 10 percent of the total contract; is requested in order to cover the cost of project changes resulting from unforeseen conditions such as underground utilities and other obstructions that are not shown on the City’s record drawings. Staff checked references supplied by the contractor for previous work performed and found no significant complaints. Staff also checked with the Contractor’s State License Board and found that the contractor has an active license on file. Consultant Services Description In October 1996, Council awarded a consultant contract to CH2M Hill, Inc. in the amount of $385,835 for the design of a storm drain system rehabilitation project and a separate project for storm drain improvements in the Barron Park neighborhood (CMR:428:96). The contract included provisions for construction stage services, but the detailed scope and cost of these services were not negotiated as part of the initial agreement, because the exact CMR:272:99 Page 2 of 3 scope of the construction projects had not yet been defined. In September 1997, Council approved Amendment No. 1 to the consultant contract, which included costs for construction stage services for the Barron Park storm drain project (CMR:390:97). The attached Amendment No. 2 to the consultant contract with CH2M Hill, Inc. in the amount of $65,046 covers construction stage services for the Storm Drain System Rehabilitation Project - Phase 2. The consultant will assist staff by providing technical civil engineering expertise throughout the four-month duration of the construction project. Services to be provided include--review of contractor submittals, attendance at pre- construction and weekly project meetings with the contractor, assistance with clarifications and change orders during construction, and preparation of record drawings. RESOURCE IMPACT Funds for this project are available in Capital Improvement Project #8870, Storm Drainage Collection System Improvements. ENVIRONMENTAL REVIEW The project is categorically exempt from the provisions of the California Environmental Quality Act (CEQA). ATTACHMENTS Attachment A:Bid Summary Attachment B’Contract Attachment C:Amendment No. 2 to Consultant Contract PREPARED BY: DEPARTMENT HEAD: Joe Teresi, Senior Engineer GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: HARRISON Assistant City Manager CMR:272:99 ,, .Pa=e 3 of 3 ATTACHMENT A AMENDMENT NO. 2 TO CONTRACT NO. C7090020 BETWEEN THE CITY OF PALO ALTO AND CH2M HILL, INC. This Amendment No. 2 to Contract No. C7090020 (~Contract") is entered into , 19__, by and between the CITY OF PALO ALTO, a chartered city and a municipal corporation of the State of California ("CITY"), and CH2M HILL, INC., a Florida Corporation, authorized to do business in California, located at 1737 N. ist Street, Suite 300, San Jose, California, 95112-4524, Taxpayer ID No. 59-0918189 ("CONSULTANT"). RECITALS WHEREAS, the Contract was entered into between the parties for the provision of professional engineering services for the City’s Storm Drain System Rehabilitation Project; and WHEREAS, after the Contract was executed, the Project was delayed for reasons beyond the control of both parties; and WHEREAS, the parties desire to amend the Contract to compensate CONSULTANT for additional costs the CONSULTANT incurred in completing the design of the Project as a result of the delay; and WHEREAS, the CITY desires CONSULTANT to construction management services for the Project; and perform 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: SECTION I. follows: Section 5.1.1 is hereby amended to read as ~In consideration of the full performance of the Basic Services, including authorized reimbursable expenses, CITY will pay CONSULTANT a fee not to exceed Four Hundred Fifty-Six Thousand Two Hundred Fifty-Two Dollars ($456,252). The amount of compensation will be calculated in accordance with the hourly rate schedule set forth in Exhibit "B", ~on a time and materials basis, up to the maximum amount set forth in this section." SECTION 2. Exhibit "A" of the Contract is amended by adding Exhibit "A" of this Amendment. SECTION 3. Exhibit "B" of the Contract is amended by replacing the Rate Schedule and adding the Payment Schedule as shown in Exhibit "B" of this Amendment. 990607 sdl 0052274 1 SECTION 4. Exhibit "C" of this Amendment shall supersede Exhibit "C" of the Contract. SECTION 5. 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 hereto have by their duly authorized representatives executed this Contract on the date first above written. ATTEST:CITY OF PALO ALTO City Clerk Mayor APPROVED AS TO FORM:CH2M HILL, INC. City Attorney APPROVED: Assistant City Manager By: Director of Administrative Services Name: Title: Director of Public Works Taxpayer Identification No. Risk Manager Attachments: 59-0918189 (Compliance with Corp. Code § 313 is required if the entity on whose behalf this contract is signed is a corporation. ~In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) EXHIBIT "A": EXHIBIT "B" : EXHIBIT "C" : SCOPE OF PROJECT &TIME SCHEDULE P~ATE SCHEDULE INSURANCE 990607 sdl 0052274 2 CERTIFICATE OF ACKNOWLEDGMENT .(Civil Code § 1189) ) ss. On ~’/P~ , 19~, before me, the undersigned, a Notary Public in and for said---County and State, personally appeared ~Z~(’~ ~/~ , Pe~-l~y ~ proved to me on the basis of satisfactory evidence to be the person(~) whose name(~) is/a~ subscribed to.the within instrument and acknowledged to me that /~e/she/t-~ executed the same in N-i~s/her/t4~ authorized capacity(i~s), and that by 4~/her/t/~ signature(~) on the instrument the person(~), or the entity upon behalf of which the person(~) acted, executed the instrument. WITNESS my hand and official seal. Signature of Notary Public 990607 sdl 0052274 3 CH2M HILL CORP. I, S. Wyatt McCallie, Assistant Secretary of CH2M HILL CORP., hereby certify that the following is a resolution adopted by the Board of Directors at its meeting duly called and held on February 4, 1994, at which a quorum was present and acting throughout: ~ ~ BE IT RESOLVED that the authority to execute, on behalf of this corporation, or any of it~ affiliates or subsidiaries, agr.eements pertaining to performing services for clients is hereby granted by this Board of Directors to all designated officers of the corporation. BE IT FURTHER RESOLVED that the President or Senior Vice President/Finance may, from time to time, authorize individual employees of the corporation, or any of its affiliates or subsidiaries, to execute agreements pertaining to performing services for clients. Provided, however, that such authorization is in writing authorizing the individual by name and title to execute agreements. BE IT FURTHER RESOLVED that the authority to execute, on behalf of this corporation, or any of its affiliates or subsidiaries, agreements other than those pertaining to performing services for clients is hereby granted by this Board of Directors to all designated officers of the corporation, Regional Business Managers, Assistant Regional Business Managers, Office Service Supervisors, Regional Human Resource Managers, Senior Contract and Contract Administrators, Document Production Managers, Regional Administrative Specialists, Market Segment Leaders, Business Practice Leaders, Corporate Department Managers, Manager of Purchasing, Manager of Facilities, Manager of Field Equipment Programs, Assistant Corporate Administrative Manager, Recovery Rate Administrator, and Corporate IT staff, as specifically authorized by the President or Chief Administrative Officer. BE IT FURTHER RESOLVED that the President or Chief Administrative Officer may, from time to time, authorize individual employees of the corporation, or any of its affiliates or subsidiaries, to execute agreements other than those pertain~g to performing services for clients. Provided, however, that such authorization is in writing authorizing the individual by name to execute agreements. I further certify that Valerie J. Young is a Vice President for CH2M HILL, INC., a wholly owned subsidiary of CH2M HILL CORP. S. Wyatt McCallie, Assistant Secretary STATE OF COLORADO ) COUNTY OF ARAPAHOE ) ss. Subscribed and sworn to before me this 13~ day of November 1997. Valeri~ Widgren, Notary ~ul~lic My commission expires September 9, 2000 C \W~taCC~LLIEWPREsoLu~’ION O~c 11/13/97 2"45 PM CH21 HILL Officer Certification and Signature Authority This document certifies that Valerie J. Young is a Vice President of CH2M HILL, INC. As an officer of this corporation, you are hereby given the following responsibilities and authority: ¯You may sign documents which legally bind the firm in accordance with the attached Signature Authority Policy for I&E, including the signature authority matrix (Exhibit 1). Your signature on any document constitutes legal authorization on behalf of the firm and represents that, based upon your review of the document, you agree to be held responsible and accountable for the commitments made in that document. Your certification as an officer does not constitute an employment contract, nor does it alter in any way your status as an employee-at-will. You have been given a position of trusi by the firm and agree to carry out these responsibilities consistent with all applicable policies of the firm, including but not limited to the firm’s Business Conduct Policy and the requirements of Section 9 of the firm’s Policy and Procedure Manual. Your status as an officer is at the discretion of the Board of Directors of the corporation listed above, is reviewed annually, and may be revoked at any time, with or without cause. By my signature below, I hereby certify that Valerie J. Young is an officer of the corporation listed above, consistent with my authority as granted by the corporation’s Articles of Incorporation and the implementing bylaws. Dated this 19th day of December, 1997. Signature:~ Name:Craig T. e~ Title:President Corporation:CH2M HILL, INC. COR/3439CERT.OOC 94 ¯ Exhibit A Scope of Services for Design and Construction Services for the System Rehabilitation Storm Drain Improvement Project Task B.1 Project Management (Construction Documents) The original contract was signed on November 13, 1996. The fee for the project management task was based on an estimated project length of eight months. The duration of the contract to date is now 30 months. The project was on hold for several months and then restarted. During this time, the CONSULTANT was also administering another contract for the City (Barron Park Storm Drain project), so the monthly processing charges on this project were held to a minimum as much as possible. Most of the contract for the Barron Park Project was completed in September 1998. The CONSULTANT has continued to provided project management services to the City since September 1998 and requests an adjustment to the original fee. A portion of the request has already been approved by the City from the optional services budget. The outstanding amount requested is $669 as shown in the attached spreadsheet. Task B.3 Design Services As stated above, the contract duration has been lengthened by approximately 22 months. The extended contract has resulted in additional effort being required by the CONSULTANT to complete the construction documents. During this extendedtime, hourly change rates increased and additional coordination effort was required with the City and ’ other agencies such as the Joint Powers Board. The content of the construction documents has also changed over the course of the project. Several additional sites were added to the project (El Cerrito, Cotuntry Club Drive, Kendall/Whitsell, and Park Blvd.) Although other sites have been dropped from the construction pahkage, ’the sites were evaluated and designed to a 65% level of effort before being removed from the contract. A credit for not completing these sites is taken into consideration in our fee request of $15,000. Task B.4 Project Management (Construction Services) The CONSULTANT shall provide project management for the construction phase of the System Rehabilitation Storm Drain Improvement Project. The project manager will be responsible for coordinating the project team, providing the resources to resolve Contractor inquiries or clarifications, monitor budgets, prepare monthly invoices, and complete project closeout. Project Coordination and Documentation CONSULTANT shall coordinate with the CITY and the CONTR_ACTOR during the construction phase of theproject. CONSULTANT shall doctument changes, revisions or in.~tructions to the CONTRACTOR. CONSULTANT shall prepare documentation and send copies of all written correspondence to the CITY. CONSULTANT shall inform the CITY of any adjustments to the scope or cost of the project prior to completing the work, and shall not proceed with outZof-scope items of work until CONSULTANT receives written authorization from the CITY. Monthly Project Status Report and Invoice A monthly invoice will be prepared. Each monthly invoice will show a breakdown of hours and charge rates based on a hourly rate schedule for two tasks: project management and construction services. The budget is based on a four month duration for the construction of the project. If the project extends beyond this four month time period, the preparation of additional monthly invoices will be considered as additional services. Project Closeout Throughout the project, all correspondence and documentation will be filed in project noteboo "ks. At the completion of the project a final invoice will be prepared and the final documents and records will be sorted, archived and stored off-site appropriately for future reference. Task B.5 Bidding Assistance Bidding Assistance services shall consist of providing project management and engineering support during the bidding process (estimated to be no more than two months). This task is considered as part of the basic design services and no adjustment to the fee is requested at this time. The bidding process shall begin at the point the final construction drawings are approved by the CITY and continue until CITY awards a construction contract. The following activities are anticipated: Respond to Contractor inquiries during the bidding process o Assist CITY staff in.analyzing bids Preparation of major addenda requiring issuance of new drawings during the advertising period will be considered as additional services. Task B.6 Construction Administration Services Construction administration services shall consist of providing engineering support for the City of Palo Alto for the System Rehabilitation Storm Drain Project. Construction Services shall begin when the CITY awards a contract and continue until the final walk through of the construction project occurs. The following activities are anticipated: °Perform pre-construction services (including attending a pre-construction meeting) o Review of shop drawings and submittals, °Clarification of technical requirements, -Assist City in review of Contractor’s change orders, .Periodic site visits, ¯Weekly project meetings e Preparation of final record drawings e Attendance at final walk through Pre-Construction Services CONSULTANT shall attend one pre-construction meeting with a duration of approximately 3 hours. The CITY will prepare materials and exhibits for the meeting, send notification of the meeting and conduct the meeting. The CONSULTANT shall be prepared to respond to Contractor’s questions. Review of Shop Drawings and Submittals CONSULTANT shall review shop ~trawings, contractor submittals, and test results for conformance with the contract documents. CONSULTANT shall make every effort to return reviewed submittals to the CITY within 14 calendar days. Clarification of Technical Requirements CONSULTANT shall assist the City in interpretation of the technical requirements of the contract documents. If necessary, CONSULTANT shall prepare supplemental sketches for the Contractor to clarify or modify the original contract documents. Any changes to the original contract documents shall be incorporated into the final record drawings. Assist City in review of Contractor’s Change Orders CONSULTANT shall assist CITY with the review of Contractor’s change orders. CONSULTANT shall prepare supplemental sketches as required for the change orders. The CONSULTANT will offer an opinion on reasonable costs associated with the change orders if reques ted. Site Visits and Weekly Meetings CONSULTANT shall assist the City staff and prepare me4ting minutes for the wee "kly project meetings with the Contractor. CONSULTANT anticipates the project will last approximately 4 months; therefore there will be a total of 20 weekly meetings ¯ approximately 2 hours in duration with one person in attendance. Periodic site visits shall be made to the site to observe the progress of the executed work and to determine if the work is generally proceeding in accordance with the construction documents. We anticipate there will be two periodic site visits and no meeting minutes will be required. The CONSULTANT shall notify the CITY of any obviotLs deficiencies noticed while in the field. This task does not include continuous on-site inspection to check quality or quantity of the work, or any responsibility for construction methods, procedures or safety precautions. CONSULTANT shall not specify construction procedures, manage or supervise construction, or implement or be responsible for the health and safety procedures; shall not be responsible for acts or omissions of contractors or other parties on the Project; and shall not have control or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs. Preparation of Final Record Drawings Based on notations of as-built features provided by the Contractor on bluelines of the project drawings, the CONSULTANT shall prepare the final record drawings at the completion of the project. The CONSULTANT shall provide one set of specifications and drawings on three mil minimum thickness, single matte mylar with photographic fixed-line reverse printing. An electronic file (AutoCAD version 14) incorporat~g all the revisions will be provided to the City. Final Walk Through CONSULTANT will assist the CITY by observing the status and quality of work and provide advise and assistance at the completion of the project. This final walk through is anticipated to be a four hour meeting in the field. EXHIBIT B RATE SCHEDULE AND PAYMENT SCHEDULE The attached CH2M Hill, Inc. Rate Schedule shall replace the Rate Schedule contained in Contract No. C7090020 between the City of Palo Alto and CH2M Hill, Inc. dated October 21, 1996. The attached Payment Schedule shall supplement the Payment Schedule contained in Contract No. C7090020 between the City.of Palo Alto and CH2M Hill, Inc. dated October 21, 1996. The supplemental Payment Schedule covers the tasks to be performed by CH2M Hill during the construction stage of the System Rehabilitation Storm Drain Improvement Project, in accordance with the Amendment No. 2. S~IC/bigjose/wrpoc/wor "k/130000/137623 CH2WtHILL CH2M HILL 1737 North F=rst Street Suite 300 San Jose, CA 95112-4524 Tel 408.436.4909 Fax 408,436.4829 Exhibit B RATE SCHEDULE PER DIEM RATES - 1999 SYSTEM REHABILITATION PROJECT PROJECT 137623 GRADE RATE E7 $141.75 E6 $132.00 E5 $125.50 E4 $96.00 E2 $80.50 E1 $70.00 E0 $64.00 T5 $95.00 T4 $77.00 T3 $72.00 T2 $65.50 T1 $52.00 TA $45.50 OF $56.5O SJC/bigjose/130000/137623/per diem rates BAY AREA OFFICE CH2M HILL 1999 STANDARD SERVICE CENTER RATES Exhibit B RATE SCHEDULE CONFIDENTIAL BUSINESS INFORMATION COIVEVIUNICATIONS *$1.40/labor hr. HEALTH AND SAFETY Comprehensive $2.00/labor hr. (for employees covered by the H&S program) COMPUTERS:$4.60/labor hr. REPRODUCTION - Production Copiers** - Bond!Vellum 2520 Engr. Copier - Binding (does not include labor) - Canon 800 Color Copier $.06/copy $.50/sq ft. $17.00/hr. $.90 per copy MILEAGE*** - Passenger automobiles and station wagons - Pickup trucks and cargo vans $.44/mi. or $27.50/day $.62/mi. or $38.50/day *This assessment includes all costs for direct telephone/telecommunications, cellular phones, and fax charges. **Rates shown are for production copiers only. Costs for convenience copiers are a part of CH2M HILL’s 1999 general overhead rate. ***Daily Rate is >4 hours and <60 miles per day. Note (I) Rates are subject to semi-annual adjustment to reflect actual costs in accordance ¯ with Federal Cost Accounting Standards Note (2) This is a partial list of CH2M HILL service center rates. A complete list is available from Contracts Administration 1998 Standard Rates Rev. 2/2/99 Client/Address: Contract/Proposal Date: CH2M Hill 1737 North Fi#st Street, Suite 300 San Jose, CA 95112 May 1999 Kennedy/Jenks Consultants Exhibit B RATE SCHEDULE - Schedule of Charges January 1, 1999 Personnel Compensation Classification Hourly Rate Drafter/Technician ................................................................................’. .......$62 Designer/Senior Technician ..........................................................................$78 Staff Engineer-Scientist ................................................................................$72 Senior Staff Engineer-Scientist .....................................................................$78 Engineer-Scientist ........................................................................................$96 Associate Engineer-Scientist .....................................: ................................$110 Senior Associate Engineer-Scientist ...........................................................$120 Senior Engineer-Scientist ...........................................................................$135 Principal Engineer-Scientist .................................: ......................................$145 Senior Principal ..........................................................................................$150 Word Processor/Project Administrator*. ........................................................$53 Non-Technical*. ............................................................................................$42 *Time will be charged only for preparation of technical reports/materials, and special documentation and does not apply to routine administrative activities. The above Hourly Rates include normal and incidental costs such as routine communications, postage and office supplies. Direct Expenses Reimbursement for direct expenses, as listed below, incurred in connection with the work, will be at cost plus ten percent for items such as: ’ a.Maps, photographs, reproductions, printing, equipment rental, and special supplies related to the work. b.Consultants, soils engineers, surveyors, contractors, and other outside services. c.Rented vehicles, local public transportation and taxis, travel and subsistence. d.Specific telecommunications and delivery charges. e.Special fees, insurance, permits, and licenses applicable to the work. f.Outside computer processing, computation, and proprietary programs purchased for the work. Reimbursement for owned automobiles, except trucks and four-wheel drive vehicles, used in connection with the work will be at the rate of 35 cents per mile. The rate for trucks and four-wheel drive vehicles will be $25 per day and 40 cents per mile. Reimbursement for use of microcomputers will be at the rate of $10 per hour. Reimbursement for use of computerized drafting systems (CADD) will be at the rate of $20 per hour for microcomputer based systems and $25 per hour for minicomputer based systems. Rates for professional staff for legal proceedings or as expert witnesses will be at rates one and one-half times the Houdy Rates specified above. Other in-house charges for prints and reproduction, equipment usage, laboratory analyses, etc. will be at standard company rates. Excise and gross receipts taxes, if any, will be added as a direct expense. The foregoing Schedule of Charges is incorporated into the agreement for the services provided, effective January 1, 1999 through December 31, 1999. After December 31, 1999, invoices will reflect the Schedule of Charges currently in effect. Exhibit B PAYMENT SCHEDULE 0 ~o m 0 0 0 00000~000 - 0 O0 Exhibit B PAYMENT SCHEDULE z0 z 0 0 oO0 o o o ~0000000 00~00000~0~000 Exhibit B PAYMENT SCHEDULE l-z PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIOt ~ J&H MARSH & McLENNAN INC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1225 17TH STREET SUITE 2100 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR DENVER CO 80202 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE ATTN PAULA DELEON COMPANY 15114-01234 SFOXX SFO A ZURICH AMERICAN INSURANCE COMPANY INSURED COMPANYCH2M HILL, INC.B NATIONAL UNION FIRE INSURANCE COMPANY 1111 BROADWAY SUITE 1200 COMPANY OAKLAND, CA 94607-4046 C COMPANYD THIS IS TO CERTIFY THAT THE 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO POUCY EFFECTIVE POUCY EXPIRATIONLTRPOliCY NUMBER DATE (MM/DD/Y’)DATE (MM/DDPt~ A ~I’PE OF INSURANCE GENERAL UABlUTY ~o~:MERCIAL GENERAL UABIU’rYCLAIMS MADE ~] OCCUR ER’S & CONTRACTOR’S PROT AUTOMOBILE UABlUTY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS A A GARAGE LIABILITY ANY AUTO EXCESS UABlUl~~UMBRELLA FORM , OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS’ LIABIUTY ~INCL EXCL GLO8378584-04 GLO8378563-04 BAP8378516-04 (ADS) TAP8378560-04 (TX) BAP8378561-04 (VA) MAP8378562-04 (MA) -BE7011399 WC8378566-05 WC8378565-04 05/01/99 05/01/99 05/01/99 05/01/99 05/01/99 05/01/99 05/01/99 05/01/99 05/01/99 05/01/00 05/01/00 05/01D0 05/01100 05/01/00 05/01/00 05/01/00 05/01/00 05/01/00 UMITS GENERAL AGGREGATE PRODUCTS. COMPIOP AGG PERSONAL & ADV INJURY EACH OCCURRENCE FIRE DAMAGE (Any one fire) MED EXP [Any one person) COMBINED SINGLE UMIT BODILY INJURY(Per person) BODILY INJURY[Per accident) PROPERTY DAMAGE AUTO ONLY - EA ACCIDENT OTHER THAN AUTO ONLY: EACH ACCIDENT AGGREGATE EACH OCCURRENCE AGGREGATE X I STATUTORY LIMITS EACH ACCIDENT DISEASE. POLICY UMIT DISEASE - EACH EMPLOYEE "n-lE PROPRIETOR/ PARTNERS/EXECUTIVE OFFICERS ARE: OTHER 3ESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS (UMITS MAY BE SUBJECT TO RETENTIONS) PROJECT #: 135333.B1.ZZ; HANAGER: CONNIE EICHHORN; DESCRIPTION: BARRON PARK STROH DRAIN IHPOVEHENTS AND STORH DRAIN SYSTEH REHABILITATION - PHASE 2, THE CERTIFICATE HOLDER IS NAHED AS ADDITIONAL INSURED AS THEIR iNTERESTS HAY APPEAR AS RESPECTS AUTOHOBiLE LiABiLiTY AND AS PER BLANKET ENDORSEHENT TO THE GENERAl. LIABILITY POLICY, 2,000,000 2,000,000 1,000,000 1,000,000 1,000,000 1,000,000 1,000,000 1,000,000 1,000,000 1,000,000 1,000,000 CITY OF PALO ALTO SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE PUBLIC WORKS ENGINEERING EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ~AIL ATTN JOE TERESI 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 250 HAMILTON AVE PALO ALTO CA 94301 AU ’ 3,CORD 25-S (3.,~3) -:..:: ’.::.". ...:..:.:!._. ::::’::.;i":: :".!: "~.- : :--::’~’::’’-~i::- .::..::": .: "..-’":: :..:’-.3 (~ZURICH-AMERICAN INSURANCE GROUP COMMERCIAL INSURANCE Insurance for this coverage part provided by: ZURICH INSURANCE COMPANY This endorsement changes the policy. Please read it carefully. EXHIBIT C LIABILITY INSURANCE COVERAGE CHANGE ENDORSEMENT GT,09389584-04 Eff. Date 05/01/99 BROADFORM ADDITIONALINSURED THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOVVING: COMMERCIAL GENERAL LIABlUTY COVERAGE PART ALL PERSONS, ORGANIZATIONS OR ENTITIES FOR WHOSE PROTECTION AND BENEFIT THE NAMED INSURED HAS AGREED TO NAME THEM AS AN ADDITIONAL INSURED BY CONTRACT DURING THE TERM OR THIS POLICY INDICATING SUCH COVERAGE. HOWEVER, INSURANCE W1TH RESPECT TO EACH PERSON, ORGANIZATION OR ENTITY SHALL NOT EXCEED SUCH COVERAGE AND/OR LIMITS OF LIABILITy OF THE NAMED INSURED. U.GL-1 !3-B ( ~ ) (04189) PRODUCER VAN GILDER INSURANCE CORPORATION 700 BROADWAY, SUITE 1000 DENVER, CO~LORADO 80203 15114-00005 SFO INSURED CH2M HILL, INC. 111,1 BROADWAY SUITE 1200 SFO DATE 05/28/99 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANY A COMPANIES AFFORDING COVERAGE SECURITY INSURANCE CO OF HARTFORD COMPANY B COMPANY OAKLAND, CA 946074046 C COMPANYD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LI~rED 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, LIMIT8 SHOWN MAY -lAVE BEEN REDUCED BY PAID CLAIMS. ’’CO POUCYEFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POUCY NUMBER DATE (MMIDD/~DATE (MM/DD/YY) GENERAL UABILITY ~o~MERCIAL GENERAL UABtLITY CLAIMS MADE I I OCCUR ER’S & CONTRACTOR’S PROT AUTOMOBILE MABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS i NON-OWNED AUTOS GARAGE UABlUTY ANY AUTO EXCESS UABlUTY~UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND UMITS GENERAL AGGREGATE PRODUCTS - COMP/OP AGG PERSONAL & ADV INJURY EACH OCCURRENCE FIRE DAMAGE (Any one fire) MED EXP (Any one person) COMBINED SINGLE UMIT BODILY INJURY(Per person) BODILY INJURY(Per accident) PROPERTY DAMAGE AUTO ONLY - EA ACCIDENT OTHER THAN AUTO ONLY: EACH ACCIDENT AGGREGATE EACH OCCURRENCE AGGREGATE i STATUTORY UMITS EMPLOTERS’ UABIUTY THE PROPRIETOR/I I INCLPARTNERSfEXECUTtVE OFFICERS ARE:EXCL OTHER PROFESSIONAL LIABILITY* SPL701338 05/01/99 05/01/00 EACH ACCIDENT $ DISEASE - POUCY UMIT $ DISEASE - EACH EMPLOYEE $ $1,000,000 EACH CLAIM AND IN THE AGGREGATE A DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIALITEMS (UMITSMAYBESUBJECTTO RETENTIONS) PROJECT #: 135333.Bl.ZZ; MANAGER: CONNIE EICHHORN; DESCRIPTION: BARRON PARK STROM DRAIN IMPOVEMENTS AND STORM DRAIN SYSTEM REHABILITATION - PHASE 2. *FOR PROFESSIONAL LIABILITY COVERAGE, THE AGGREGATE LIMIT IS THE TOTAL INSURANCE AVAILABLE FOR CLAIMS PRESENTED WITHIN THE POLICY PERIOD FOR ALL OPERATIONS OF THE INSURED. THE LIMIT WILL BE REDUCED BY PAYMENTS OF INDEMNITY AND EXPENSE. CEFrrlFICA~E HOLDER ~i~’~i:~)~:!i . :i ,~:~!::.~i"~:~!!i:~!’ii’!i~i!~i?~i-i;i. !~i;i:i"-." ~ ~ " CANCELLAT~PN.":, ~i!i~i~ . : -,~i:~ii~:i:i~:,~:i:.:!i,,~ii’!:~ i~ :.~..,~;-; !.., CITY OF PALO ALTO PUBLIC WORKS ENGINEERING ATTN JOE TERESI 250 HAMILTON AVE PALO ALTO CA 94301 SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ~AIL ATTACHMENT B FORMAL CONTRACT - SAMPLE SECTION 50O CONTRACT No. (Public Works) This Contract, number 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 K.J. Woods Construction, Inc., a Califomia 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 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 fol lows: Title of Project: Storm Drain Pipeline Rehabilitation, Phase 2 Base Bid:$609,569 Add Alternate #1:$ 61,365 Total Bid:$670,934 Invitation for Bid (IFB) Number:113556 Contract Documents. This Contract shall consist of the documents set forth below, which are on file with the City Clerk and are hereby incorporated by reference. For the purposes of construing, interpreting and resolving inconsistencies between and among the provisions of this Contract, these documents and the provisions thereof are set forth in the following descending order of precedence. This Contract. Invitation For Bid. Project Specifications. Drawings. Change Orders. Bid. Supplementary Conditions. 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. 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 CITY OF PALO ALTO: IFB PAGE t OF 8 FORMAL CONTRACT - SAMPLE o o SECTION 500 Specifications and the Standard Drawings and Specifications (1992), or, if no time is stated, within thirty (30) Day s 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 Invitation For Bid 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 fumish 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 wit h 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.t3, 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. 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 CITY OF PALO ALTO: IFB PAGE 2 OF 8 FORMAL CONTRACT - SAMPLE IN\~ ~he ~ 9. 10. SECTION 500 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 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 Invitation For Bid. 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: ao Any materials 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 and scope of the Project and Work shall be merchantable and fit to be used for the particular purpose for which the materials are required; Any labor and services rendered and materials and equipment used or employed during the course and scope of the Project and Work shall be free of defects in workmanship for a period of one (1) year after the recordation of the Notice of Substantial Completion, or, if no such notice is required to be file d, 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 ii~formation 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 Invitation For Bid; 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 b’etween 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, CITY OF PALO ALTO: IFB PAGE 3 OF 8 FORMAL CONTRACT - SAMPLE SECTION 500 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 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.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 (t0) 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 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. 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 Copy to:City of Palo Alto Public Works Department, Engineering Division 250 Hamilton Avenue Palo Alto, CA 94301 Attn: Joe Teresi, Project Manager To Contractor:K.J. Woods Construction, Inc. 2718 Pacheco Street San Francisco, CA 94116 Attn: Kieran Woods CITY OF PALO ALTO: IFB PAGE 4 OF 8 FORMAL CONTRACT = SAMPLE SECTION 500 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 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. 17. Miscellaneous. ao 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. d°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. 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. 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. k°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 CITY OF PALO ALTO: IFB PAGE 5 OF 8 FORMAL CONTRACT - SAMPLE Contractor or which authorizes Contractor to enter into this Contract. SECTION 500 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 obligationsunder 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. Oo po 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: IFB PAGE 6 OF 8 FORMAL CONTRACT - SAMPLE SECTION 500 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 APPROVED AS TO FORM: CITY OF PALO ALTO By: Its: Mayor Senior Assistant City Attorney APPROVED: Assistant City Manager Director of Public Works Director of Administrative Services Contract Manager (Insurance Review) CONTRACTOR:K ,I Wnnd.~ ~..nn~tri=r.finn Inc, By: Name: Title: By: Name: Title: Taxpayer I.D. No.: 94-3213437 (Compliance with California CorporalJons Code Section 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) CITY OF PALO ALTO: IFB PAGE 7 OF 8 FORMAL CONTRACT - SAMPLE CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) SECTION 500 STATE OF COUNTY OF On , before me, in and for said County, personally appeared , a notary public , 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 th~l 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) CITY OF PALO ALTO: IFB PAGE 8 OF 8