Loading...
HomeMy WebLinkAbout1999-06-21 City Council (10)City of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE:JUNE 21, 1999 CMR:282:99 SUBJECT:APPROVAL OF COOPERATIVE AGREEMENT WITH THE SANTA CLARA VALLEY TRANSIT AUTHORITY, APPROVAL OF AN AGREEMENT WITH THE COUNTY OF SANTA CLARA AND AWARD OF CONTRACT IN THE AMOUNT OF $2,859,885 TO GRANITE ROCK COMPANY, DBA PAVEX CONSTRUCTION, FOR THE 1999 STREET MAINTENANCE CAPITAL IMPROVEMENT PLAN PROJECT #9630 REPORT IN BRIEF This report requests Council approval of the 1996 Measure B Pavement Management Program Cooperative Agreement with the Santa Clara Valley Transit Authority (VTA); approval of the agreement with County of Santa Clara and approval of an award of contract to Granite Rock Company, (DBA Pavex Construction), for the annual Street Maintenance Capital Improvement Project #9630. On November 5, 1996, a General Election was held in Santa Clara County. Voters passed Measure A, an advisory measure establishing transportation funding priorities for Santa Clara County, and M(asure B,. which imposes a one-half cent retail and sales tax for a period of nine years to fund certain transportation improvements. The City of Palo Alto annual street maintenance project is eligible for funding under the County’s Measure B Pavement Management Program (PtvIP). These funds are designated to expand pavement maintenance projects, thus increasing the number of repaired and replaced City streets beyond that of the City’s annual pavement maintenance project budget. In March 1999, the Santa Clara County Board of Supervisors approved a FY1999 allocation to Palo Alto in the anaount of $1,251,843 and proposed an additional $1,251,843 in FY2000. Staff has increased the scope of the annual street resurfacing project to include improvements to be funded by the City’s Measure B allocation. Funding for the additional scope is budgeted in the Proposed FY 1999/00 budget. Award of the construction contract is subject to Council’s approval of the budget. A notice to proceed will not be issued until that time. CMR:282:99 Page t of 4 RECOMMENDATION Staff recommends that Council: Approve and authorize the Mayor to execute the attached agreement with the Santa Clara Valley Transit Authority. Approve and authorize the Mayor to execute the attached agreement with the County of Santa Clara. o Approve and authorize the Mayor to execute the attached contract with Pavex Construction in the amount of $2,859,885 for the 1999 Street Maintenance Project. Authorize the City Manager or her designee to negotiate and execute one or more change orders to the contract with Pavex Construction for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $290,000. BACKGROUND Annually, Public Works Engineering manages the resurfacing and reconstruction of various City streets. The candidate streets are surveyed and rated biannually by a computerized Pavement Maintenance Management System (PMMS). The project typically encompasses approximately 8 lane miles of asphalt concrete paving and approximately 10 lane miles of slurry sealing per year. The project budget averages $2 million per year. On September 16, 1996, Council approved endorsement of Santa Clara County Measure A, an advisory measure establishing transportation funding priorities for Santa Clara County and Measure B, which would impose a one-half cent retail and sales tax for a period of 9 years to fund certain transportation improvements (CMR:390:96). On November 5, 1996, a General Election was held in Santa Clara County and voters passed Measures A and B. In March 1999, the Santa Clara County Board of Supervisors approved a FY1999 allocation to the City of Palo Alto in the anaount of $1,251,843 and forwarded to the City for approval the 1996 Measure B Pavement Management Program Cooperative Agreement with the Santa Clara Valley Transit Authority (Attachment D), and a Cooperative Agreement between County of Santa Clara and the City of Palo Alto (Attachment E). An additional $1,251,843 is proposed for FY2000 and will go before the Board of Supervisors for approval next year. The City’s annual street maintenance project is eligible for funding. The funds will be designated to expand pavement maintenance projects, thus increasing the number of repaired and replaced City streets beyond the City’s annual pavement maintenance project budget. This additional funding will allow 11 additional lane miles of streets to receive an asphalt overlay as part of this project. CMR:282:99 Page 2 o1’4 DISCUSSION Project Description The project scope of work includes overlaying 19 lane miles (Attachment B) and slurry sealing 11 lane miles (Attachment C) of City streets. Nineteen of the thirty lane miles that will be resurfaced are located south of Oregon Expressway. As part of the asphalt overlay and slurry seal work, related work includes thermoplastic striping and various concrete repairs such as curb ramps, curb and gutters, and sidewalks. Curb ramps and striping will be re-installed to comply with the guidelines established in the Americans with Disabilities Act. Following the award of contract, businesses and residents affected by the project will b~ notified. The contractor will also hand deliver door hanger notices seven days and 24 hours in advance of the construction work. Work is expected to start in July, and be completed in October 1999. Bid Process A notice inviting formal bids for the 1999 Street Maintenance Project was issued on May 18, 1999, and sent to 13 builders’ exchanges and 4 general contractors. The bidding period was 21 days. Bids were received from 3 qualified contractors on June 8, 1999, as listed on the attached bid summary (Attachment A). Bids ranged from a high of $3,032,467 to a low bid of $2,859,885. Contractors not responding indicated that they did not submit a bid because they were too busy bidding other jobs. - Staff has reviewed all bids submitted and recommends that the bid of $2,859,885 submitted by Pavex Construction be accepted and that Pavex Construction be declared the lowest responsible bidder. The bid is-6.8 percent above the engineer’s estimate of $2,677,969. The change order amount of $290,000, which equals 10 percent of the total contract, is requested because it is anticipated that unforeseen problems and/or conflicts may arise during the construction periOd. 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. RESOURCE IMPACT Funding in the amount of $2,280,000 is budgeted in the Street Maintenance Capital Improvement Project #9630 for FY 1998/99. The additional $869,885 is budgeted in the proposed FY 1999/00 budget. The award of construction contract is subject to Council approval of the FY 1999/00 budget. The City will receive the $1,251,843 (a disbursement of 20 percent of the funds from the County of Santa Clara and the remaining 80 percent from VTA will be received 10 days after receipt of the signed agreements). The State-Local CMR:282:99 Page 3 of 4 Transportation Partnership Program grant, which in prior years reimbursed a portion of the expenditure, was eliminated and is no longer available. POLICY IMPLICATIONS This recommendation does not represent any change to existing City policies. ENVIRONMENTAL REVIEW This project is exempt from the provisions of the California Environmental Quality Act and no further environmental review is required. ATTACHMENTS Attachment A: Attachment B: Attachment C: Attachment D: Attachment E: Attachment F: Bid Summary List of Asphalt Overlay streets List of Slurry Seal streets 1996 Measure B Pavement Management Program Cooperative Agreement Cooperative Agreement Between County of Santa Clara and City of Palo Alto for the Advance of Measure B Pavement Management Program Funds Contract PREPARED BY: DEPARTMENT HEAD: Elizabeth Ames, Senior Engineer GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: ~SON Assistant City Manager CMR:282:99 Page 4 of 4 Bid Item# 1999 STREET MAINTENANCE PROGRAM, ClP 18670/18971 ATTACHMENT A BID SUMMARY Bid Item ENGINEERS ESTIMATE PAVEX Description Quantity Unit Unit Pdce Amount Unit Price Amount Base Bid Schedule 1 1/2" Oveday 9,046 Ton $47,00 $425,162.00 $45.00 $407,070.00 2 Slum/Seal 545 Ton $115.00 $62,675.00 $115,00 $62,675.00 3 ~,C Leveling Course t,081 Ton $55.00 $59,455.00 $60.00 $64,860,00 4 Pavement Fabnc 938,263 SF $0.10 $93,826.30 $0.09 $84,443.67 5 ~Vedge Cut 30,767 LF $1.80 $55,380.60 $1.75 $53,842,25 6 t~C Pavement Repair 6"6,093 Ton $70.00 $426,510~00 $90.00 $548,370.00 7 PCC Pavement Repair 178 CY $600.00 $106,800.00 $410,00 $72,980,00 8 3" AC Milling 179,031 SF $0.35 $62,660,85 $0,50 $89,515,50 ~ CmckSealant 38,521 LF $0.40 $15,408.40 $0,55 $21,186.55 1(~ Interlayer Membrane 4,000 LF $1.40 $5,600.00 $1.50 $6,000.00 11 Adjust Utility Box 210 EA $220.00 $46,200,00 $225.00 $47,250.00 12 Adjust Manhole 59 EA $300.00 $17,700.00 $350,00 $20,650.00 13 Survey Monument 5 EA $350.00 $1,750.00 $410.00 $2,050.00 14 Blue Markers 102 EA $9.00 $918.00 $7,00 $714,00 15 Striping, Caltrans Detail 1 4,337 LF $0.30 $1,301.10 $0.30 $1,301.:10 18 Striping, Caltrans Detail 4 530 LF $0.50 $265.00 $0.70 $371.00 17 Striping, Caltrans Detail 10 1,040 LF $0.60 $624.00 $0.70 $728.00 18 Striping, Caltrans Detail2!5,499 LF $0.75 $4,124.25 $1,25 $6,873,75 1~ Striping, Caltrans Detail 22 6,800 LF $1.00 $6,800.00 $2,50 $17,000.00 20 Striping, Caltrans Detail 23 7,891 LF $2.00 $15,782.00 $2.25 $17,754.75 21 Striping, Caltrans Detail 39 5,887 LF $0.63 $3,708.81 $1.25 $7,358.75 22 Striping, 12"V~rnite 1,984 LF $2.00 $3,968.00 $4.00 $7,936.00 23 Striping, !2" Yellow 80 LF $2,00 $160.00 $4.00 $320.00 24 Striping, 8"White 200 LF $2.00 $400.00 $1.50 $300.00 25 Striping, 4"Venire 511 LF $0.55 $281.05 $0.75 $383.25 28 Striping Removal 5,040 LF $1.00 $5,040.00 $2.50 $12,600.00 27 Thermoplas~JcLegend 144 EA $47.25 $6,804,00 $110.00 $15,840.00 28 Type A Curb and Gutter 2,926 LF $30.00 $87,780.00 $25.00 $73,150.00 29 Type B Curb and Gutter 3,191 LF $32.00 $102,112.00 $35.00 $111,685.00 3C Valley Gutter 202 LF $35.00 $7,070,00 $40.00 $8,000,00 311 Curb Ramp 87 EA $1,200.00 $104,400.00 $1,000.00 $87,000.00 32! Sidewalk 23,177 SF $7.50 $173,827.50 $7.50 $173,82730 331Ddveway 8,213 SF $8.50 $69,810.50 $10,00 $82,130.00 34i Brickwork 631 SF $15.00 $9,465.00 $11.00 $6,941.00 35! PCC Sidewalk Gdnding 82 SF $50.00 $4,100,00 $13,00 $1,066.00 36 Adjust Catch Basin 14 EA $1,400.00 $19,600.00 $1,000.00 $14,000.00 37i Raise Catch Basin 1 EA $1,700.00 $1,700.00 $1,600,00 $1,600.00 38 Class 2 Aggregate Base 1,970 TON $50,00 $98,500.00 $25.00 $49,250.00 39iAdjustElectdcelVault 6 EA $1,500.00 $9,000.00 $2,000.00 . _$12,000,00 40i Traffic Detector Loop 2 EA $1,100.00 $2,200.00 $900.00 $1,800.00 41! Inert Recycling 11,709 Ton $5.00 $58,545.00 $6.50 $76,10850 42 Tree Tdmming 1 T&M $35,000.00 $35,000.00 $35,000.00 $35,000,00 43 Notification 1 LS $5,000.00 $5,000.00 $2,500,00 $2,500.00 44 Traffic Control 1 LS $100,000.00 $100,000.00 $!62,267,99 $162,267,99 Base Bid Schedule Total $2,317,414.36 $2,468,779.56 O’GRADY PAVING Unit Pdce Amount $46.00 $416,116.00 $160,00 $87,200.00 $55.00 $59,455.00 $0.10 $93,826.30 $1.20 $36,920.40 $76.00 $463,068 00 $620,00 $110,360.00 $0.35 j $62,660.85 $0.50 $19,260,50 $2.50 $10,000.00 $200.00 $42,000.00 $275.00 $16,225.00 $275.00 $1,375,00 $8.00 $816,00 $0.33 $1,431.21 $0.80 $424.00 $0.80 $832.00 $1.40 $7,698.60 $1.90 $12,920.00 $1.90 $!4,992.90 $1.00 $5,887.00 $3.50 $6,944.00 $3.50 $280.00 $2,00 $400.00 $1.00 $511.00 $2.20 $11,088.00 $130.00 $18,720.00 $41.00 $119,966.00 $45.00 $143,595.00 $65,00 $13,130,00 $1,300,00 $113,100.00 $8.50 $197,004.50 $9,00 $73,917.00 $20,00 $12,620.00 $90.00 $7,380.00 $450,00 $6.300~00 $600,00 $600.00 $60,00 $118,200.00 $1,000,00 $6,000.00 $900,00 $1,800.00 $2.50 $29,272.50 $35,000,00 $35,000.00 $40,000,00 $40,000.00 $75,000.00 $75,000.00 $2,494,296.76 G. BARTOLOTTO Unit Pdce Amount $47.49 $429,594.54 $130.00 $70,850.00 $57.49 $62,146.69 $0.10 $93,826.30 $!.25 $38,458.75 $101,00 $615,393.00 $303.00 $53,934.00 $0.41 $73,402.71 $1,00 $38,521.00 $3.00 $12,000.00 $280.00 $58,800.00 $315.00 $18,585.00 $280.00 $1,400.00 $10.00 $1,020.00 $0,50 $2,168,50 $1.00 $530.00 $1.00 $1,040.00 $1.40 $7,698.60 $3.00 $20,400.00 $2.50 $19,727.50 $1.50 $8,830.50 $4.50 $8,928.00 $5.00 $400.00 $2.00 $400.00 $1.00 $511.00 $3.00 $15,120.00 $130.00 $18,720.00 $35.00 $102,410.00 $35,00 $111,685.00 $40.00 $8,080.00 $1,600,00 $139,200.00 $9,00 $208,593.00 $9,00 $73,917.00 $25.00 $15,775.00 $10.00 $820.00 $1,O00.00 $t4,000.00 $1,500.00 $1,500.00 $50,00 $98,500.00 $5,000~00 $30,000.00 $1,500.00 $3.000.00 $3.00 $35,127.00 $35,000.00 $35,000.00 $27,000,00 $27,000,00 $85,000.00 $85,000,00 $2,662,013.09 1999 STREET MAINTENANCE PROGRAM, CIP 18670/18971 ATTACHMENT A BID SUMMARY Bid Bid Item Item # Description Add Alternate #1 ENGINEERS ESTIMATE Quantity Unit Unit Pdce Amount 1 1 1/2" Oveday 424 Ton $47.00 $19,928.00 2 PavementFabdc 45,211 SF $0.10 $4,521.10 3 Wedge Cut 3,404 LF $1.80 $6,127.20 4 AC Pavement Repair 6"561 Ton $70~00 $39,270.00 5 3" AC Milling 4,720 SF $0.35 $1,652~00 6 Crack Sealant 395 LF $0.40 $158.00 7 Adjust U~lity Box 15 EA $220.00 $3,300.00 8 Adjust Manhole 3 EA $300.00 $900.00 9 Blue Markers 2 EA $9.00 $18.00 10 Striping, Caltrans Detail21 55 LF $0.75 $41,25 11 Striping, 12" White 21 LF $2.00 $42.00 12 Thermoplastic Legend 4 EA $47.25 $189.00 13 Type A Curb and Gutter 101 LF $30.00 $3,030,00 14 Type B Curb and Gutter 78 LF $32.00 $2,496,00 15 Curb Ramp 4 EA $1,200.00 $4,800,00 16 S~dewalk 530 SF $7.50 $3,975.00 17 Ddveway 65 SF $8.50 $552.50 18 Brickwork 39 SF $15.00 $585.00 19 PCC S~dewalk Gdnding 5 SF $50.00 $250.00 20 Inert Recycling 857 Ton $5.00 $4,285,00 21 Tree Tdmming 1 T & M $3,000,00 $3,000.00 22 Notification 1 LS $500.00 $500.00 23 Trefllc Control 1 LS $5,000,00 $5,000.00 Add A~ternate #1 Total $104,620.05 PAVEX Unit Pdce Amount $50.00 $21,200.00 $0,12 $5,425.32 $1,65 $5,616.60 $90.00 $50,490.00 $0.65 $3,068.00 $0,55 $217.25 $200,00 $3,000.00 $400.00 $1,200.00 $7,00 $14,00 $1.25 $68.75 $3.00 $63.00 $110.00 $440.00 $32.00 $3,232.00 $34.00 $2,652.00 $1,145.00 $4,580.00 $15~00 $7,950.00 $20.00 $1,300.00 $16.00 $624.00 $13.00 $65.00 $6.25 $5,356.25 $3,000.00 j $3,000.00 $1,000.00 $1,000,00 $6,000.00 $6,000.00 $126,562.17 O’GRADY PAVING Unit Pdce Amount $46.00 $19,504.00 $0.15 $6,781.65 $1.20 $4,084.80 $76,00 $42,636.00 $0,50 $2,360,00 $0.50 $197.50 $200.00 $3,000.00 $250.00 $750,00 $8.O0 $16.00 $1.50 $82.50 $4.00 $84.00 $130.00 $520.00 $42.00 $4,242.00 $45.00 $3,510.00 $1,300.00 $5,200.00 $8.50 $4,505.00 $9,00 $585,00 $20.00 $780.00 $90.00 $450.00 $2.50 $2,142,50 $3,000.00 $3,000.00 $3,000.00 $3,000.00 $5,000.00 $5,000.00 $112,430.95 G. BARTOLOTTO Unit Pdca Amount $47.49 $20,135.76 $0,10 $4,521.10 $1.25 $4,255.00 $101.00 $56,661.00 $0.41 $1,935.20 $1.00 $395.00 $280.00 $4,200.00 $315.00 $945.00 $10.00 $20.00 $2,00 $110.00 $5.00 $105.00 $130.00 $520.00 $40.00 $4,040.00 $45.00 $3,510.00 $1,600.00 $6,400,00 $9.00 $4,770.00 $9.00 $585.00 $25,00 $975.00 $t0.00 $50.00 $3.00 $2,571.00 $3,000.00 $3,000.00 $2,700.00 $2,700.00 $3,000.00 $3,000.00 $125,404.06 Bid Bid Item Item # Description Add Alternate #2 ENGINEERS ESTIMATE Quantity Unit Unit Pdca Amount PAVEX Unit Pdce Amount O’GRADY PAVING Unit Pdce Amount 11 1/2"Overlay 395 Ton $47.00 $18,565.00 $50.00 $19,750.00 $46,00 $18,170.00 2 AC Leveling Course 202 Ton $55.00 $11,110.00 $5500 $11,110.00 $55.00 $11,110.00 3 PavementFabnc 42,139 SF $0~10 $4,213.90 $0.11 $4,635.29 $0~15 $6,320.85 4 Wedge Cut 756 LF $1.80 $1,360.80 $2.50 $1,890.00 $1.20 $907.20 5 AC Pavement Repair 6"72 Ton $70,00 $5,040.00 i $115.00 $8,280.00 $76.00 $5,472.00 6 PCC Pavement Repair 39 CY $600.00 $23,400,00 i $410.00 $15,990.00 $620.00 $24,180.00 7 3" AC Milling 32,159 SF $0.35 $11,255.65 $0.50 $16,079.50 $0,30 $9,647.70 8 ~reckSealant 4,598 LF $0.40 $1,839.20 $0.55 $2,528.90 $0,50 $2,299.00 S Interlayer Membrane 1,000 LF $1,40 $1,400.00 $1,00 $1,000.00 $3,00 $3,000.00 10 Adjust Utility Box 7 EA $220.00 $1,540,00 $225.00 $1,575.00 $200,00 $1,400.00 11 Adjust Manhole 3 EA $300,00 $900.00 $400,00 $1,200.00 $250,00 $750,00 12 Blue Markers 3 EA $9.00 $27.00 $7,00 $21.00 $3.00 $9.00 13 Striping, Caltrens Detail 21 91 LF $0.75 $68,25 $1,25 $113.75 $1.50 $136,50 14 Striping, 12" White 50 LF $2.00 $100.00 $3,00 $150.00 $4.00 $200,00 15 Thermoplastic Legend 5 EA $47.25 $236.25 $110.00 $550.00 $130.00 $650.00 16 Type A Curb and Gutter 220 LF $30.00 $6,600.00 $25.00 $5,500.00 $42.00 $9,240.00 17 3urb Ramp 6 EA $1,200.00 $7,200.00 $1,100.00 $6,600.00 !$1,300.00 $7,800.00 18 Sidewalk 500 SF $7.50 $3,750.00 $13.00 $6,500.00 $8.50 $4,250.00 19 Ddveway 785 SF $8.50.$6,672.50 $12.00 $9,420.00 $9.00 $7,005.00 20 E~dckwork 9 $15.00 $135.00 $17.00 $153.00 $20,00 $180.00 21 ~,djust Catch Basin 1 EA $1,400.00 $1,400.00 $1,200,00 $1,200.00 $700.00 $700.00 22 iTreffic Detector Loop 1 EA $1,10000 $1,100.00 $900.00 $900.00 - -$900.00 $900.00 23 Inert Recycling 592 Ton $5.00 $2,960.00 $6.25 $3,700,00 $2.50 $1,480.00 24 Tree Tdmming 1 T & M $2,000.00 $2,000.00 $2,000.00 $2,000.00 $2,000.00 $2,000.00 25 Notifica~on 1 LS $1,000.00 $1,000.00 $1,000.00 $1,000.00 $2,000.00 $2,000.00 26 Traffic Control 1 LS $2,000.00 $2,000.00 $6,000.00 $6,000.00 $4,000.00 $4,000.00 G. BARTOLO’I-FO Unit Pdce Amount $47.49 $18,758.55 $57.49 $11,612.98 $0.10 $4,213.90 $1.25 $945,00 $101.00 $7,272.00 $303.00 $11,817.00 $0.41 $13,185.19 $1.00 $4,598.00 $3~00 $3,000.00 $280.00 $1,960.00 $315.00 $945.00 $10.00 $30.00 $2.00 $182.00 $4.00 $200.00 $130.00 $650.00 $45.00 $9,900.00 $1,600.00 $9,60O.00 $9.00 $4,500.00 $9.00 $7,065.00 $25.00 $225.00 $315.00 $315.00 $1,500.00 $1,500.00 $3.00 $1,776.00 $2,000.00 $2,000,00 $2,000.00 $2,000.00 $3,0O0,00 $3,000.00 $121,250,62Add Alternate #2 Total $115,873.55 $127,846.44 $123,867.25 1999 STREET MAINTENANCE PROGRAM, CIP 18670/18971 ATTACHMENT A BID SUMMARY B~d B~d Item Item # Description Add Alternate #3 1 1/2" Oveday 2 AC Leveling Course 3 Pavement Fabnc 4 PCC Pavement Repair 5 3" AC Milling 6 Crack Sealant 7 Interlayer Membrane 8 Adjust Utility Box 9 Adjust Manhole 10 Blue Mad~ers 11 Striping, 12"VVhite 12 Thermoplastic Legenrl 13 Type A Curb and Gutter 14 ?_,urb Ramp 15 ;idewalk 16 Brickwork !7 Inert Recycting 18 Tree Tdmming 19 Notification 20 Traffic Control Add Alternate #3 Total ENGINEERS ESTIMATE PAVEX Quantity Unit Unit Pnce Amount Unit Pnca Amount 532 Ton $47.00 $25,004.00 $47.00 $25,004.00 355 Ton $55.00 $19,525.00 $55.00 $19,525.00 37,653. SF $0.10 $3,765.30 $0 11 $4,141.83 99 CY $600,00 $59,400.00 $410.00 $40,590.00 37,653 SF $0,35 $13,178.55 $0.50 $18,826.50 1,175 LF $0,40 $470.00 $0.55 $646.25 500 LF $1,40 $700.00 $1.00 $500.00 16 EA $220.00 $3,520.00 $200.00 $3,200.00 1 EA $300.00 $300.00 $350.00 $350.00 3 EA $9.00 $27.00 $7.00 $21.00 188 LF $2.00 $376,00 $3,00 $564.00 10 EA $47.25 $472.50 $110.00 $1,100.00 24 LF $30.00 $720.00 $38,00 $912.00 2 EA $1,200.00 $2,400.00 $1,100,00 $2,200.00 625 SF $7.50 $4,687.50 $15,00 $9,375.00 10 $15.00 $150.00 $16,00 $160.00 573 Ton $5.00 $2,865.C0 $6.25 $3,581.25 1 T & M $1,000.00 $1,000.00 $1,000.00 $1,000.00 1 LS $500.00 $500.00 $1,000,00 $%000,00 1 LS $1,000.00 $1,000.00 $4,000,00 $4,000.00 $140,060.85 $136,696.83 O’GRADY PAVING Unit Pnce Amount $46.00 $24,472.00 $55,00 $19,525 00 $0,15 $5,647.95 $620,00 $61,380.00 $0.30 $11,295.90 $0.50 $587.50 $2.50 $1,250.00 $200.00 $3,200.00 $275.00 !$275.00 $8.001 $24.00 $4.00 $752.00 $130.00 $1,300.00 $42.00 $1,608.00 $1,300.00 $2,600.00 $8.50 $5,312.50 $20.00 $200.00 $2.50 $1,432.50 $1,000.00 $1,000.00 $2,800~00 $2,800.00 $5,000.00 $5,000.00 $149,062.35 G BARTOLOTTO Unlt Pnca Amount $47.49 $25,264.68 $57.49 $20,408.95 $0.10 $3,765.30 $303.00 $29,997,00 $0.41 $15,437.73 $1.00 $1,175.00 i $3.00 $1,500.00 $280.00 $4,480.00 $315.00 $315.00 $10.00 $30.00 $4.00 $752.00 $130.00 $1,300,00 $45.00 $1,080.00 $1,600.00 $3,200.00 $9.00 $5,625.00 $25,60 $250.00 $3.00 $1,719.00 $1,000.00 $1,000.00 $3,000.00 $3,000.00 $3,500.00 $3,500.00 $123,799.66 TOTAL WITH ADD ALTS $2,677,968.81 $2,859,885.00 $2,879,657.31 $3,032~467.43 1999 STREET MAINTENANCE PROGRAM, CIP 18670/18971 ATTACHMENT B LIST OF ASPHALT OVERLAY STREETS STREET FROM 1 Agnes Way Oregon Expressway 2 Arastradero Road city Limit, near Page Mill Road 3 Bryant Street Hawthorne Avenue 4 Byron Street San Antonio Road 5 Celia Drive Agnes Way 6 Chaucer Street University Avenue 7 Colonial Lane Moreno Avenue 8 Cork Oak Way Ames Avenue 9 Cork Oak Way Ames Avenue 10 Cowper Street Channing Avenue 11 Dana Avenue Center Drive 12 David Avenue Loma Verde Avenue 13 Dennis Drive Agnes Way 14 Everett Avenue Kipling Street 15 i Everett Avenue Waverley Street 16 Fulton Street Hamilton Avenue 17 Fulton Street Everett Avenue 18 Greet Avenue Channing Avenue 19 Grove Avenue Mayview Avenue 20 Grove Cul-de-Sac 1 Grove Avenue 21 High Street Addison Street 22 High Street Hawthorne Avenue 23 Homer Avenue Waverley Street 24 Lane 39 Hamilton Avenue 25 Lincoln Avenue Bryant Street 26 May Court Mayview Avenue 27 Melville Avenue Guinda Street 28 Murdoch Court Murdoch Drive 29 Oregon Avenue Bryant Street 30 Oregon Expwy. Ramp F Oregon Expressway 31 Page Mill Road city Limit, East of Foothill Park 32 Ramona Street Channing Avenue 33 Ross Road,~lathan Drive 34 Sequoia Avenue Castilleja Avenue 35 South Court Oregon Avenue 36 Staunton Court Oxford Avenue 37 Thomas Drive Greer Road 38 W. Bayshore Channing Avenue 39 W. Bayshore Loma Verde Avenue 40 W. Crescent Drive University Avenue 41 Waverley Avenue Colorado Avenue 42 Waverley Avenue Nevada Avenue 43 Waverley Avenue Ruthven Avenue 44 Waverley Avenue Ruthven Avenue 45 Wilkie Way Tennessee Avenue TO Celia Drive City Limit, near Alpine Rd. Palo Alto Avenue End Burnham Way Hamilton Avenue Greer Road End-North End-South Addison Street Newell Avenue Stelling Road Burnham Way Cowper Street Kipling Street Forest Avenue Palo Alto Avenue Tulip Lane Adobe Creek End Embarcadero Road Everett Avenue Webster Street Forest Avenue Alma Street End Harker Avenue End Emerson Street Birch Street Mile Marker 2.5 Kingsley Avenue Louis Road Escobita Avenue N. California Avenue College Avenue End City Limit Oregon Expwy. Hamilton Avenue El Dorado Avenue N. California Avenue Hawthorne Avenue Palo Alto Avenue West Charleston Road 1999 STREET MAINTENANCE PROGRAM, CIP 18670/18971 ATTA(3HMENT (3 LIST OF SLURRY SEAL STREETS STREET 1 Barron Avenue 2 Calcaterra Place 3 Cambridge Street 4 Donald Drive 5 Fabian Way 6 Hutchinson Avenue 7 Keats Court 8 La Donna Avenue 9 Laurel Glen Drive 10 Louis Road 11 Louisa Court 12 Mackay Court 13 Mackay Drive 14 MacLane 15 Manuela Avenue 16 Manuela Avenue 17 Montrose Avenue 18 No California Avenue 19 Oregon Avenue 20 Parkside Drive 21 Piers Court 22 Pomona Avenue 23 Ramona Street 24 Rincon Circle 25 Scripps Avenue 26 Scripps Court 27 South Court 28 South Court 29 Talisman Court 30 Transport Street 31 Whitsell Avenue FROM La Donna Avenue Mackay Drive Yale Avenue Georgia Avenue E. Meadow Drive Channing Avenue Middlefield Road Barton Avenue Alexis Drive Bibbits Newell Road Mackay Drive Ferne Avenue Park Avenue Robb Road Mesa Avenue Sutherland Drive Louis Road St. Francis Drive Scripps Avenue Louis Road Glenbrook Drive Colorado Avenue Los Robles Avenue Ben Lomond Drive Scripps Avenue Matadero Creek Loma Verde Avenue Ross Road S. San Antonio Road Matadero Avenue TO Josina Avenue End IEI Camino Real Arastradero Avenue W. Bayshore Road Harker Avenue End San Jude Avenue End Charleston Road End End N. San Antonio Road Second Street Manuela Court 4186 Manuela Avenue Charleston Road Santa Ana Street Santa Catalina Street Green Meadow Way End Arastradero Avenue El Dorado Avenue End Feme Avenue End El Carmelo Avenue El Carmelo Avenue End End Barton Avenue ATTACHMENT D 1996 MEASURE B PAVEMENT MANAGEMENT PROGRAM COOPERATIVE AGREEMENT This Agreement is between the Santa Clara County Transit District, also known as the Santa Clara Valley Transportation Authority, (VTA) and the City of Palo Alto (City), collectively referred to herein as the Parties. This Agreement is made with reference to the following facts: A.VTA, through its Congestion Management Program, has been designated by the County of Santa Clara (County) as the Program Manager for the 1996 Measure B Pavement Management Program (PMP) funds. B.Pursuant to that designation, VTA is responsible for disbursing Measure B funds to eligible City projects in accordance with its agreement with the County. C.This Agreement specifies the conditions under which VTA will disburse Measure B funds to the City for the PMP. D. City has received a copy of PMP Policies and Procedures. It is agreed between the Parties as follows: Section 1.PMP Funding County will authorize the allocation of Measure B funds to City for eligible projects under the PMP. This authorization is the maximum spending authority for all City projects under the PMP. Such spending authority may be increased or adjusted by the County from time to time. The initial allocation to City is $1,251,843. Section 2. Approval of Requests for Funds City shall submit requests for the use of PMP funds to VTA on a project-by-project basis. Each request shall be made on forms provided by VTA and in accordance with the PMP Policies and Procedures. City shall submit documentation showing that its City Council has approved each request. Upon review and approval of the Request for Funds, VTA shall disburse funds to City within 10 days of receipt of the complete request form and documentation. City may submit requests for funding of eligible projects up to the funding amount described in Section 1 above. Funds not requested prior to July 31, 2004 shall no longer be available for projects under the PMP. 1996 Measure B PMP Cooperative Agreement App.legal.4.19.99 Page 1 4/22/99 Section 3. PMP Project Requirements City shall implement and complete its PMP projects that have been funded under this Agreement no later than July 31, 2004. City shall use PMP funds only for eligible project expenses as provided in the PMP Policies and Procedures. City shall comply with the Maintenance of Effort Certification, Pavement Management System Certification, reporting and other requirements of the PMP Policies and Procedures. Section 4. PMP Exemption If City intends to use PMP funds for transportation capital projects, City shall submit a PMP Exemption Request form, certifying it has no unmet pavement management needs and would like to allocate PMP funds to other eligible congestion relief projects, as described in the PMP Polices and Procedures. Section 5. Audit City’s performance under this Agreement shall be subject to examination and audit by the County and VTA. This agreement shall be subject to the examination and audit of the State Auditor pursuant to Government Code Section 8546.7 for a period of three years after final payment hereunder. Section 6. Indemnification City shall defend, indemnify and save harmless VTA from all claims, suits or actions arising from the performance by City of its duties under this Agreement. Section 7.Additional Terms and Conditions City shall: Maintain, or Cause to be maintained, adequate records to fully document the receipt and expenditure of Measure B funds disbursed to City under this Agreement and any interest accrued thereon. Bo Apply all funds, and the interest on those funds, received under this Agreement toward eligible projects and eligible project costs as provided by the PMP Policies and Procedures. The application of any such interest to other projects shall be at the discretion of VTA after consultation with the County. Unexpended PMP funds shall be returned to VTA’s PMP trust account. Allow VTA to audit all expenditures relating to City’s PMP projects and to require all recipients of funds allocated under this Agreement to fully cooperate with such audits. For the duration of the PMP projects, and for three years following completion of the projects, City shall promptly furnish at the request of VTA, or an independent auditor selected by VTA, all records relating to project performance and financial management. Page 2 1996 Measure B PMP Cooperative Agreement App.legal.4.19.99 4/22/99 Do Eo Submit on a yearly basis financial reports to VTA one month after the end of the fiscal year. ("Fiscal year" means the period starting July 1 and ending June 30.) Each report shall itemize the expenditure of the funds, including any interest accrued, progress to date in the implementation of each funded project, and any unused portion of its disbursement. Annual reports shall be submitted until each project is completed and all funds disbursed to City have been expended. Conduct an end-of-program audit after City has fully expended its PMP funds and completed all projects, and submit audited financial reports to VTA. Use the County and VTA-approved logo and signage for all Measure B PMP projects, as specified below: (1) The logo shall be posted on signs placed at the site of all construction. (2) The logo shall be prominently placed on any printed material intended for public consumption associated with the projects, including project related transit schedules, brochures, handbooks, maps created for public distribution, and promotional material. G.Credit the County as a funding source and VTA as the Program Manager in any articles, news releases or other publicity materials for the PMP projects which are produced or caused to be produced by the City. H.Assure that all funds received under this Agreement are expended in accordance with all applicable provisions of law for projects that are implemented by the City, and to require the other recipients of funds for the City’s PMP projects to do the same. Maintain its current level of City funding for pavement repair as provided in the PMP Policies and Procedures and certify to VTA as required in the CMP Policies and Procedures that City will continue its Maintenance of Effort throughout the duration of the program. VTA shall: A.Disburse funds to City up to the limits of the County’s maximum City Measure B allocation. B.Monitor Program status to ensure that City is in compliance with PMP Policies and Procedures. C.Prepare a yearly program financial report which will include financial reports received from City and submit the report to the County Executive’s Office. D.Prepare an end-of-program financial report, which will include audited financial reports received from City and submit the report to the County Executive’s Office. 1996 Measure B PMP Cooperative Agreement App.legal.4.19.99 Page 3 4/22/99 Section 7. Amendments Amendments to this Agreement shall be made in writing and signed by the authorized representatives of both aarties. 1996 Measure B PMP Cooperative Agreement App.legal.4.19.99 Page 4 4/22/99 In Witness Whereof, the Parties have executed this Agreement as of the latest date shown below. City of Palo Alto (city) Santa Clara County Transit District Dated:Dated: June Fleming, City Manager Approved As To Form: Peter M. Cipolla, General Manager Approved As To Form: City Attorney Robert A. Weers, Senior Assistant Counsel 1996 Measure B PMP Cooperative Agreement App.legal.4.19.99 Page 5 4/22/99 ATTACHMENT E COOPERATIVE AGRE~ BETWEEN COUNTY OF SANTA CLARA AND FOR THE ADVANCE OF MEASURE B PAVEMENT MANAGEMENT PROGRAM FUNDS This AGREEMENT is made and entered into as of this __ day of ,1999, by and between the COUNTY OF SANTA CLARA, hereinafter referred to as "COUNTY" and , hereinafter referred to as "SPONSOR". RECITALS 1. COUNTY and SPONSOR hereby desire to enter into a cooperative agreement pursuant to and in furtherance of"Measure A," an advisory measure passed by the voters to indicate the general opinion of the COUNTY as to whether new sales tax revenues shall be used to fund certain transportation improvements, and "Measure B," pursuant to which a ½ cent retail and sales tax for general county purposes was enacted for a period of nine years commencing April 1, 1997 and terminating March 31, 2006: 2. The COUNTY has preliminarily established the Pavement Management Program ("PMP") to implement certain goals of Measure A, and allocated funds (hereinafter referred to as Measure B PMP funds) for disbursement to SPONSOR during Fiscal Year 1999. The COUNTY will make immediately available to the SPONSOR a PMP grant in the amount of 20% of SPONSOR’S total Fiscal Year 1999 PMP allocation. Subject to approval by the Board of Supervisors, the COUNTY intends to provide funding for the balance of the PMP when the COUNTY adopts a Base Case Plan for the expenditure of Measure B funds. The COUNTY further intends to provide 80% of the funds allocated to the PMP for disbursement in Fiscal Year 1999, as well as all the funding in subsequent years, to the VTA with the exception of the County Roads and Airports Department which will be funded by the COUNTY. The VTA will administer the PMP program under a future agreement with the COUNTY and pursuant to separate agreements between the VTA and each of the cities and the COUNTY. 3, The COUNTY has adopted the Policies and Procedures for the PMP attached hereto as EXHIBIT A and incorporated herein by this reference ("PMP Policies") Under the PMP Policies, Measure B PMP Funds are made available to SPONSOR to help fund certain maintenance and repair work on city and county streets and expressways, including certain development costs for projects eligible under the PMP. Project development costs are limited to 20% of SPONSOR’S PMP program as a whole. Measure B PMP Funds are allocated by COUNTY. Unless otherwise indicated herein, the term PMP GRANT refers to any Measure B PMP Funds appropriated to SPONSOR trader this AGREEMENT. 4. SPONSOR desires to engage in certain activities in connection with one or more projects for the maintenance and repair work on city streets, the County expressway system and/or roads in unincorporated areas of the County in accordance with the PMP, each such project hereinafter referred to as "PROJECT." NOW, THEREFORE, in consideration of the foregoing, the COUNTY and SPONSOR do hereby agree as follows: ,SPONSOR AGREES: SECTION~I 1. For each PROJECT approved and funded by COUNTY, to apply the PMP GRANTS received under this AGREEMENT to eligible project expenditures incurred in connection with the PROJECT(s), and consistent with the terms and conditions specified in this AGREEMENT and the PMP Policies, as such PMP Policies relate to eligible project expenditures, including, without limitation, the Maintenance of Effort requirement contained in the PMP Policies. 2. To allow COUNTY, or any independent auditor selected by COUNTY, or the VTA to audit any and all of the project costs and expenditures relating to each PROJECT funded through this AGREEMENT. For the duration of each PROJECT, and for four (4) years following completion of the PROJECT, SPONSOR shall make available to COUNTY, or any independent auditor selected by COUNTY, or the VTA all records aJad invoices relating to costs and expenses incurred by it in performance of this AGREEMENT. 3. To provide overall management of PROJECT(s) inc.luding responsibility for schedule, budget, and oversight of services performed by others and to be responsible for evaluation, selection, and management of consultants and contractors. 4. To coordinate with COUNTY to provide appropriate recognition to COUNTY, including but not limited to recognition in flyers and other publicly distributed materials, in press releases, at groundbreakings, ribbon cuttings and other public ceremonies, and, on projects of significant size and duration, to install a sign or signs approved by the COUNTY at the site of the PROJECT that identifies Measure B and the COUNTY as a funding source for the PROJECT. 5. Upon request, to provide copies to COUNTY of all executed contracts and other PROJECT documents between SPONSOR and others involved in a PROJECT. Copies of such executed contracts shall be retained for four (4) years following completion of a PROJECT. 6. Upon request and subject to such reasonable terms and conditions as the County may impose, to submit to COUNTY project status reports consistent with a process and format as reasonably determined by COUNTY. 7. To comply with all relevant requirements of applicable law relating to the application and/or expenditage of the funds and to be bound by, and to include such requirements in any contracts or other agreements which it may enter into with recipients of Measure B PMP Funds. SECTION H COUNTY AGREES: 1.To take appropriate action to provide an immediate PMP GRANT in the amount of $(i.e., 20 % of SPONSOR’S total Fiscal Year 1999 PMP allocation) to SPONSOR for eligible PMP project costs and expenses in accordance with the terms and conditions of this AGREEMEN’r. 2.To provide the balance of the funding for Fiscal Year 1999 in the amount of $.(i.e., 80% of SPONSOR’S total Fiscal Year 1999 PMP allocation), and, subject to appropriation by the Board of Supervisors, to provide all of SPONSOR’S PMP allocation for subsequent years to the VTA pursuant to a separate funding agreement between the VTA and the COUNTY for disbursement to SPONSOR in accordance with separate agreements between the VTA and each of the cities and the COUNTY. 3. Subject to appropriation by the Board of Supervisors, the COUNTY intends to provide further funding in subsequent years as follows: (INSERT HERE ALL OF THE AMOUNT FOR THIS SPONSOR IN SUBSEQUENT YEARS.) 4..To provide timely notice if an audit is to be conducted. 5. If applicable, to provide guidelines for reports to be provided by SPONSOR in accordance with SECTION I, paragraph 6 of this AGREEMENT. SECTION HI IT IS MI_YFUALLY AGREED: 1. Term: Eligible project costs for the PROJECT(s) shall be financed from PMP GRANTS when incurred by SPONSOR, provided they are consistent with the terms and conditions of this AGREEMENT and the PMP Policies. The term of this AGREEMENT shall commence from the date this AGREEMENT is executed and shall terminate on the fn’st anniversary of last PMP GRANT hereunder ("Termination Date"). The foregoing notwithstanding, all obligations of SPONSOR agreed to-hereunder shall survive the Termination Date, including but not limited to those listed in Section I above and paragraph 3 of this Section below. The Termination D~te may be modified only if mutually agreed to in writing by both SPONSOR and COUNTY. Any appropriated but unexpended funds related to this AGREEMENT as of the Termination Date shall be used by SPONSOR for Other, non-development costs and expenditures relating to the PROJECT. 2. .Cap on PROJECT development costs: In no event shall the project development costs for projects funded by PMP GRANTS exceed twenty percent (20%) of the total amount of the COUNTY PMP grant made to SPONSOR and to the VTA for SPONSOR’S benefit. 3. Indemni .ty: Neither COUNTY nor any officer or employee thereof, shall be responsible for, and SPONSOR shall fully indemni£-y and hold harmless COUNTY against any damage or liability occurring by reason of anything done or omitted to be done by SPONSOR under or in connection with any work, authority or jurisdiction delegated to SPONSOR under this AGREEMENT. It is also understood and agreed that, pursuant to Government Code section 895.4, SPONSOR shall fully indemnify and hold COUN~’Y harmless.from any liability imposed for injury as defined by Government Code Section 810.8 occurring by reason of anything done or omitted to be done by SPONSOR under this AGREEMENT or in connection with any work, authority or jurisdiction delegated to SPONSOR under this AGREEMENT. 4.Notice_.__.._s: COUNTY:SPONSOR: Office of the County Executive County of Santa Clara County Govt. Center, East Wing 70 West Hedding Street San Jose, California 95110 Attn: Telephone: Fax: Telephone: Fax: By executing this AGREEMENT, each of the parties acknowledges and agrees that the persons identified above, or any other person designated by either party to AGREEMENT by: notice to the other party, is authorized to execute documents and to bind the party with respect to this AGREEMENT in accordance with the procedures set forth in Section llI, paragraph 7 below. 5. Additional Acts and Document.~: Each party agrees to do all such things and take all such actions and to make, execute, and deliver such other documents and instruments as shall be reasonably requested to carry out the provisions, intent, and purpose of the AGREEMENT. 6. Integration: This AGREEMENT represents the entire AGREEMENT of the parties with respect to the subject matter hereof. No representations, warranties, inducements, or oral agreements have been made by any of the parties except as expressly set forth herein or in other contemporaneous written agreements. 7. Amendment: This AGREEMENT may not be changed, modified, or rescinded except in writing, signed bY all parties hereto, and any attempt at oral modification of this AGREEMENT shall be void and of no effect. 8. Independent Agency: SPONSOR renders its services under this AGREEMENT as an Independent agency. None of the SPONSOR’s agents or employees shall be agents or employees of the COUNTY. 9. Assignment: This AGREEMENT may not be assigned, transferred, hypothecated, or pledged by any party without the express written consent of the other party. 10. Binding on Successors: This AGREEMENT shall be binding upon the successor(s), assignee(s), or transferee(s) of COUNTY or SPONSOR as the case may be. This provision shall not be construed as an authorization to assign, transfer, hypothecate, or pledge this AGREEMENT other than as provided above. 11. Severabili _ty: Should any part of this AGREEMENT be determined to be unenforceable, invalid, or beyond the COUNTY of either party to enter into or carry out, such determination shall not affect the validity of the remainder of this AGREEMENT which shall continue in full force and effect, provided that the remainder of this AGREEMENT cart, absent the excised portion, be reasonably interpreted to give effect to the intentions of the parties. 12. Limitation: All obligations of COUNTY under the terms of this AGREEMENT are expressly subject to-the COUNTY’s continued authorization-to collect and expend the sales tax proceeds provided by Measure B. If for any reason COUNTY’s fight to collect or expend such sales tax proceeds is terminated or suspended in whole or part, COUNTY shall promptly notify SPONSOR, and the parties shall consult on a course of action, if, after twenty-five (25) wofldng days, a course of action is not agreed upon by the parties, this AGREEMENT shall be deemed terminated by mutual consent without further obligation or liability on the part of either party, provided that any further obligation to fund from the date of the notice shall be expressly limited by and subject to (i) the.lawful ability of COUNTY to expend sales tax proceeds for the purposes of this AGREEMENT; and (ii) the availability, taking into consideration all obligations of COUNTY under all outstanding contracts, agreements and other obligations of COUNTY, of funds for such purposes. IN WITNESS WHEREOF, the parties have executed this AGREEMENT as of the date set forth above. "COUNTY" COUNTY OF SANTA CLARA "SPONSOR" PETE McHUGH, Chairperson By: ATTEST:PHYLLIS A. PEREZ, Clerk Board of Supervisors ATTEST: APPROVED AS TO FORM AND LEGALITY: WILLIAM I. ANDERSON Assistant County Counsel , APPROVED AS TO FORM: Legal Counsel ATTACHMENT F FORMAL CONTRACT SECTION 500 CONTRACT No. (Public Work) 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 Granite Rock Company dba Pavex Construction, a California Corporation, ("Contractor"). For and in consideration of the covenants, terms, and conditions ("the provisions") of this Contract, City and Contractor ("the parties") agree: Term. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract, and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, at the end of the last fiscal year covered by the agreement 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 of Project: 1999 Street Maintenance Project Invitation for Bid (IFB) Number: 115993 Total Bid: $ 2,859,885.00 (Base Bid and Alternates No. 1, No. 2 and 3) 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 fortl~ 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. o 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 CITY OF PALO ALTO: IFB 115993 PAGE 1 OF 7 FORMAL CONTRACT SECTION 500 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. o 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 ~o 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. o Assumption of Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or injury to the property of Contractor which may occur in, on, or about the Project site at any time and in any manner, excepting such loss, injury; or damage as may be caused by the sole willful act or negligent act or omission of City or any of its Council members, officers, employees, agents or representatives. Waiver. The acceptance of any payment or performance, or any part thereof, shall not operate as a waiver by City of its rights under this Contract. A waiver by City of any breach of any part or provision of this Contract by Contractor shall not operate as a waiver or continuing waiver of any subsequent breach of the same or any other provision, nor shall any custom or practice which may arise between the parties in the administration of any part or provision of this Contract be construed to waive or to lessen the right of City to insist 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. 10.Bonds. As a condition precedent to City’s obligation to pay compensation to Contractor, and on or before the Date of Execution, Contractor shall furnish to the Project Manager the Bonds as required under the Invitation For Bid. PAGE 2 OF 7CITY OF PALO ALTO: IFB 115993 FORMAL CONTRACT SECTION 500 11.Representations and Warranties, In the supply of any materials and equipment and the rendering of labor and services during the course and scope of the Project and Work, Contractor represents and warrants: Any materials and equipment which shall be used during the course and scope of the Pr, oject and Work shall be vested in Contractor; Co 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 filed, on the date that final payment is made hereunder; d°Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained by Contractor for and in behalf of City. Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request, whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true and correct at the time such information is submitted or made available to the City; Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to the terms and conditions of Contractor’s Bid, except as may be permitted by the Invitation For Bid; go Contractor has the power and authority to enter into this Contract with City, that the individual executing this Contract is duly authorized to do so by appropriate resolution, and that this Contract shall be executed, delivered and performed pursuant to the power and authority conferred upon the person or persons authorized to bind Contractor; Contractor has not made an attempt to exert undue influence with the Purchasing Manager or Project Manager or any other person who has directly contributed to City’s decision to award the contract to Contractor; There are no unresolved claims or disputes between Contractor and City which would materially affect Contractor’s ability to perform under the Contract; Contractor has furnished and will ~urnish 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 Contractor has fully examined and inspected the Project site and has full knowledge of the physical conditions of the Project site. 12.Assignment 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 CITY OF PALO ALTO: IFB 115993 PAGE 3 OF 7 FORMAL CONTRACT SECTION 500 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 Ave P.O. Box 10250 Palo Alto, CA 94303 Attn: Elizabeth Ames, Project Manager To Contractor:Granite Rock Company dba Pavex Construction 330 Blomquist Street Redwood City, CA 94063 Attn: John Franich, Vice President and General Manager 16. 17. Appropriation of City Funds. This Contract is subject to the fiscal provisions of Article III, Section 12 of the Charter of the City of Palo Alto. Any charges hereunder for labor, services, materials and equipment may accrue only after such expenditures have been approved in advance in writing in accordance with applicable Laws. This Contract shall terminate without penalty (I) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (ii) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 16 shall control in the event of a conflict with any other provision of this Contract. Miscellaneous. Bailee Disclaimer. The parties understand and agree that City does not purport to be Contractor’s bailee, and City is, therefore, not responsible for any damage to the personal property of Contractor. Consent. Whenever in this Contract the approval or consent of a party is required, such approval or consent shall be in writing and shall be executed by a person having the express authority to grant such approval or consent. Controlling Law. The parties agree that this Contract shall be governed and construed by and in accordance with the Laws of the State of California. CITY OF PALO ALTO: IFB 115993 PAGE 4 OF 7 FORMAL CONTRACT SECTION 500 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. 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. Integration. This Contract and any amendments hereto between the parties constitute the entire agreement between the parties concerning the Project and Work, and there are no other prior oral or written agreements between the parties that are not incorporated in this Contract. Modification of Agreement. This Contract shall not be modified or be binding upon the parties, unless such modification is agreed to in writing and signed by the parties. Provision. Any agreement, covenant, condition, clause, qualification, restriction, reservation, term or other stipulation in the Contract shall define or otherwise control, establish, or limit the performance required or permitted or to be required of or permitted by either party. All provisions, whether covenants or conditions, shall be deemed to be both covenants and conditions. Resolution. Contractor shall submit with its Bid a copy of any corporate or partnership resolution or other writing, which authorizes any director, officer or other employee or partner to act for or in behalf of Contractor or which authorizes Contractor to enter into this Contract. Severability. If a court of competent jurisdiction finds or rules that any provision of this Contract is void or unenforceable, the provisions of this Contract not so affected shall remain in full force and effect. Status of Contractor. In the exercise of rights and obligations under this Contract, Contractor acts as an independent contractor and not as an agent or employee of City. Contractor shall not be entitled to any rights and benefits accorded or accruing to the City Council members, officers or employees of City, and Contractor expressly waives any and all claims to such rights and benefits. Successors and Assigns. The provisions of this Contract shall inure to the benefit of, and shall apply to and bind, the successors and assigns of the parties. Time of the Essence. Time is of the essence of this Contract and each of its provisions. In the calculation of time hereunder, the time in which an act is to be performed shall be computed by excluding the first Day and including the last. If the time in which an act is to be performed falls on a Saturday, Sunday, or any Day observed as a legal holiday by City, the time for performance shall be extended to the following Business Day. 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, CITY OF PALO ALTO: IFB 115993 PAGE 5 OF 7 FORMAL CONTRACT SECTION 500 incurred or expended in connection with such action against the non-prevailing party. IN WITNESS WHEREOF, the parties have by their duly appointed representatives executed this Contract in the city of Palo Alto, County of Santa Clara, State of California on the date first stated above. ATTEST: CityClerk APPROVED ASTO FORM: CITY OF PALO ALTO By: Its: Mayor Senior Assistant City Attorney APPROVED:GRANITE ROCK COMPANY dba PAVEX CONSTRUCTION Assistant City Manager Director of Public Works By: Name: Title: Director of Administrative Services Contract Manager (Insurance Review) By: Name: Title: (Compliance with California Corporations 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 115993 PAGE 6 OF 7 FORMAL CONTRACT SECTION 500 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) 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 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) CITY OF PALO ALTO: IFB 115993 PAGE 7 OF 7