Loading...
HomeMy WebLinkAbout1999-08-02 City Council (15)TO: FROM: DATE: SUBJECT: of Palo Alto Manager’s Repor HONORABLE CITY COUNCIL CITY MANAGER DEPARTMENT:PUBLIC WORKS AUGUST 2, 1999 CMR:323:99 AWARD OF CONTRACT IN THE AMOUNT OF $679,132 TO GOLDEN BAY CONSTRUCTION, INC. FOR FY 1999-2000 PHASE 1 SIDEWALK REPLACEMENT PROJECT 8 RECOMMENDATION Staff recommends that Council: Approve and authorize the Mayor to execute the attached contract with Golden Bay Construction, Inc. in the amount of $679,132 for the FY 1999-2000 Phase 1 Sidewalk Replacement Project. Authorize the City Manager or her designee to negotiate and execute one or more change orders to the contract with Golden Bay Construction, Inc. for related, additional, but unforeseen work which may develop during the project, the total value of which shall not exceed $68,000. DISCUSSION Project Description The work to be performed under the contract is for sidewalk repair and replacement and curb and gutter replacement in the project area bounded by Louis Road, Oregon Avenue, Middlefield Road, North California Avenue, Newell Drive, Southampton Drive, Northampton Drive, and Seale Avenue, as shown on the location map (Attachment A). The project also includes the construction of 49 curb ramps in compliance with the Americans with Disabilities Act (ADA). Included in the construction are 18 curb ramps to be installed on North California Avenue in the vicinity of Jordan Middle School between Middlefield Road and Louis Road. To reduce disruption to foot and other school traffic, work will be prohibited on North California Avenue before 9:00 AM and after 2.:30 PM on school days. Staff is working closely with school staff and the Palo Alto Unified School District’s Building for Excellence program to minimize any potential conflicts. Bid Process An invitation for bids for the FY1999-2000 Phase 1 Sidewalk Replacement Project was sent on June 28, 1999 to eight builders’ exchanges and nine contractors. The bidding period was twenty-one days, because the scope of work is routine, subcontractors are generally not required, and the City has bid numerous projects of this type over the past ten years. Bids were CMR:323:99 Page 1 of 2 received from three (3) qualified contractors on July 20, 1999, as listed on the attached bid summary (Attachment B). Bids ranged from a high of $721,375 to a lo~v bid of $679,132. Two contractors not responding indicated that they did not submit a bid because they were currently too busy on other projects. Staff has reviewed all bids submitted and recommends that the bid of $679,132 submitted by Golden Bay Construction, Inc. be accepted and that Golden Bay Construction, Inc. be declared the lowest responsible bidder. The bid is 11.4 percent below the staff engineer’s estimate of $756,597. The change order amount of $68,000, which equals 10 percent of the total contract, is requested for additional related but unforeseen work which may develop during the project. Staff checked references supplied by the contractor for previous work performed for the City of Palo Alto and found that the work was reported to be satisfactory,. Staff also checked with the Contractors State License Board and found that the contractor has an active license on file. RESOURCE IMPACT Funds for this project are included in the FY 1999-2000 Capital Improvement Progam project 18903, Sidewalk Replacement Budget. ENVIRONMENTAL ASSESSMENT This project is categorically exempt from the California Environmental Quality Act (CEQA) under Section 15301C of the CEQA guidelines and no further environmental review is necessary. ATTACHMENTS Attachment A:Location Map Attachment B:Bid Summary Attachment C:Contract PREPARED BY:Michael Jackso.n, Dep~y Director, Operations Division DEPARTMENT HEAD: GLENN S. ROBERTS Director of Public Works CITY MANAGER APPROVAL: EW[fLY HARRISON Assistant City Manager CMR:323:99 Page 2 of 2 DRAWN BY: JWC JUNE 9, 1999 CHEC’D BY: DATE: SCALE: 1"400’ TENNYSOh AVE~ SEALE AVE L" ~PTON ATTACHMENT A SEALE DRIVE 3 E GREEN@ DRIVE CALIFORNIA AVENUE 5 2 GARLAND DR OREGON AVEUNE OREGO~ EXPRESSWAY [~~"" MARION AVE 1999-2000 SIDEWALK REPLACEMENT PROJECT LOCATION MAP Cit.y o:£ l=)alo Alt.o ELSINORE 1.BASE BID CONSISTS OF AREAS 1 THROUGH 5 °2. ADD ALTERNATE 1 CONSISTS OF AREA 6 3. ADD ALTERNATE 2 CONSISTS OF AREA 7 APPROVED BY: PE NO. DATE: DRAW~IG NO. 1~-00 Phase 1 Sidewalk Replacement IFB 115919 07/23/99 ATTACHMENT B BASE B ID ITEM OF WORK ~UANTITYI UNIT Engineer’s Estimate Golden Bay Construction, Inc Unit Price Bid Amount Unit Price Bid Amount BID SUMMARY J.J.R. Construction, Inc. Unit Pdce Bid Amount Sposeto Engineering, Inc. Unit Pdce i Bid Amount 1A 4" WALK& SW 2A 6= DW & SW 3A INTEGRAL SW 4A INTEGRAL DW (6"),C&(; 5A EXP. AGG. PCC up to 6’ 6A 4" INTEG. COL. PCC 7A CURB RAMP 8A CURB 9A GUTTER 14146 2814 3470 1034 37 20 40 362 3193 SF SF LF LF SF SF EA LF SF $7.00 $8.00 $53.00 $59.00 $9.50 $10.50 $1,100.00 $25.130 $11.00 $99,022.00 $22,512.00 $183,910.00 $57,904.00 $351.50 $210.00 $9,050.00 $35,123.00 $57.00 $62.50 $12.0O $12.00 $850.00 $15.00 $7.50 $91 949.00 $21,105.00 $197,790.00 $64,625.00 $240.00 $5,430.00 $23,947.50 $6.55 $92,656.30 $7.75 $21,808.50 $59.00 $204,730.00 I $62.90 $65,038.80 1 $12.50 $462.50 $12.50 $250.00 $900.00 $36,000,00 $17.00 $6,164.00 $8.00 $25,544.00 $7.40 $8.00 $60.00 $56.00 $14.00 $24.173 $1,400.00 $20.00 $9.60 10A AC PVMT. 11A BRICK, UNIT PVMTS 12A GRIND PCC PAVEMEN" 13A ROOT BARRIER 14A REM. AND REPL. CB 15A RECYCLE INERTS 16A TRAFFIC CONTROL 6124 SF 141 SF 20 EA 646 LF 4 EA 2660 TON 1 L.S. "OTAL BASE BID $9.50 $20.00 $90.00 $11.50 $2,000.0O $13.0O $1,000.00, $58 178.00 $2,820.00 $1,800.00 $7,429.00 $8,000.00 $34 580.00 $1 $565,889,50 $5.00 $20.00 $200.00 $13.00 $2 $5.00 $5~000.00 $30,620.00 $2,820.00 $4,000.00 $8,398.00 $10 003.00 $13,300.00 $5,000.00 $5!$,668,50 $5.50 $20.75 $225.00 $15.00 $2,500.00 $10.00 $2,500.00 $33,682.00 $2,925.75 $4,500.00 $9,690.00 $10,000.00 $26,600.00 $2,500.00 $542.541,65 $6.50 $31.00 $82.00 $9.80 $2,400.00 $5.OO $221000.00 $10.4,680.40 $22,512.00 $208,200.00 $68,244.00 $518.00 $480.00 $56,000.00 $7,240.00 $30,652.80 $39,806.00 $4,371 $1,640.00 $6,201.60 $9,600.00 $13,300.00 $22,000.00 $59S,445,80 ADD ALTERNATE 1 IAF ITEM OF WORK 1B 4" WALK&SW 2B 6" DW & SW 3B NTEGRAL SW (4"),C&¢ 4B INTEGRAL DW (6=),C&( 5B EXP. AGG. PCC up to 6’ 6B CURB RAMP 7B CURB 8B GUTTER 9B TYPE B CCG 10B IAC PVMT. 11B IBRICK, UNIT PVMTS 12B GRIND PCC PAVEMEN’ 13B ROOT BARR ER 14B tRECYCLE INERTS 15B ITRAFFIC CONTROL :A 6) QUANTITYiUNIT5 26O0 1248 SFLF 52O I LF 156 SF 15 EA 5t SF 125 SF 208 EA 156 LF 1092 SF 311 SF 81 EA 104 LF 530 TON 11 L.S. TOTAL ADD ALTERNATE Unit Price Bid Amount $7.00 $18,200.00 $8.00 $9,984.00 $53.00 $27,560.00 $59.00 $8,736.00 $10.00 $150.00 $1 100.00 $5,500.00 $25.00 $3,125.00 $11.00 $2,288.00 $40.00 $6,240.00 $9.50 $10,374.00 $22.00 $682.00 $1000.00 $800.00 $12.00 $1,248.00 $14.00 ! $7,420.00 $1,500.00 i $1,500.00 $103,807,00 Unit Price $6.50 $7.50 $57.00 $62.50 $12.00 $550.00 $15.0O $7.50 $25.00 $5.O0 $20.00 $200.00 $13.00 $5.00 $1,000.00 Bid Amount $16,900.00 i $9,360.00i $29,640.001 $9,750.001 $180.00 $4,250.0O $1,875.00 $1,560.00 $3,900.00 $5,460.00 $620.00 $1,600.00 $1,352.00 $2,650.00 $1,000.00 $90,09T,00 Unit Price t Bid Amount $6.55 !$17,030.00 $7.75 $9,672.00 $59.00 $30,680.00 $62.90 $9,812.40 $12.50 $187.50 $9O0.00 $4,500.00 $17.00 $2,125.00 $8.00 1 $1,664.00 $25.75 !$4,017.00 $5.50i $8,006.00 $20.751 $643.25 $225.00 t $1,800.00 $15.00 $1,560.00 $10.00 $5,300.00 $2,500.00 !$2,5000.00 Unit Pdce $7.40 $6.00 $60.00 $66.00 $26.00 $1,400.00 $20.00 $9.60 $32.00 $6.5O $36.00 $80.00 $9.60 I $5.00 $7~000.00 Bid Amount $19,240.00 $9,984.00 $31,200.0O $10,296.00 $390.00 $7,000.00 $2,500.00 $1,996.80 $4,992.00 $7,098.00 $1,116.00 $640.00 $998.40 $2,650.00 $7,000.00 $1071101.20 ADD ALTERNATE 2 (AR ITEM OF WORK 1C 4" WALK & SW 2C IS" DW & SW 3C INTEGRAL SW (4"),C&G 4C INTEGRAL DW (6").C&G 5C EXP. AGG. PCC up to 6" 6C 3URB RAMP 7C 3URB 8C ,GUTTER 9t3 TYPE B CCG 10C AC PVMT. 11C BRICK, UNIT PVMTS 12C GR ND PCC PAVEMEN’I 13C IROOT BARRIER 14C IREMOVE AND REPL CI 15C IRECYCLE INERTS 16C !TRAFFIC CONTROL QUANTITYiUNITE 2392i SF 10401 LF 364 LF 114 SF 621 EA 1J sgSF 260 ! EA 83 ! LF 1040!SF 31 !SF 81 EA 94 LF 1 EA 455 [ TON 11 L.S. TOTAL ADD ALTERNATE 2 TOTAL BASE BID AND ADD ALTERNATES 1 & 2 Unit Price i Bid Amount $7.00 $16,744.001 $8.00 $8,320.00 $53.00 $19,292.00 $56.00 $6,384.00 $10.00 $620.00 $1,100.00 $4,400.00 $25.00 $2,600.00 $11.00 $2,860.00 $40.00 $3,320.00 $9.50 $9,880.00 $22.00 $682.00$1oo.oo I $8oo.oo $12.001 $1,128.00 $2,000.001 $2,000.00 $14.001 $6,370.00 $1 500.00t $1,500.00 $756.596.50 Unit Price ! Bid Amount $6.50 $15,548.00 $7.50 $7,800.00 $57.00 $20,748.00 $62.50 $7,125.00 $12.00 $744.00 $850.00 $3,400.00 $15.00 $1,560.00 $7.50 $1,950.00 $25.00 $2,075.00$5.0ot $5,200.00 $20.00 $620.00 $200.00 $1,600.00 $13.00 $1,222.00 $2,500.00 $2,500.00 $5.00 $2,275.00 $1,000.00 $1,000.00 $679.132.50 Unit Price i Bid Amount $6.75 t $16,146.00 $7.75 t $8,050.00 $59.00]$21,476.00 $62.90t $7,170.60 $12.50!$775.00 $900o.00 1 $3,600.oo $17.00!$1,768.00 $8.001 $2,060.00 $25.75 !$2,137.25 $5.50 {$5,720.00 $20.751 $643.25 $225.001 $1,800.00 $15.001 $1,410.00 $2,500.001 s2,500.00 $10.001 $4,550.00 $1,5oo.oot $1,5oo.oo $721.374.90 Unit Price $7.40 $8.00 $60.00 $56.00 $16.00 $1,400.00$20.00 $9.60 $32.00 $58.00! $9.50!$2,4oo.00i$5.00 I $7,500.00 i Bid Amount $17,700.80 $8,320.O0 $21,840.00 $7,524.00 $992.00 $5,600.00 $2,080.00 $2,496.00 $2,659.00 $6,760.00 $1,178.00 $640.0O $893.00 $2,400.00 $2,275.0O $7,500.0O $793.401.80 NOTE: Item 3B: Corrected extension reduces total by $6,000, but has no effect on bidder’s ranking. CITY OF PALO ALTO o IFB115919 ATTACHMENT C FORMAL CONTRACT (SAMPLE)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 Golden Bay Construction, Inc., a California Corporation, ("Contractor"). For and in consideration of the covenants, terms, and conditions (=the provisions") of this Contract, City and Contractor ("the parties") agree: Term. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract, and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, 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 conne~on 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: 1999-2000 Phase I Sidewalk Replacement Project (IFB) Number: 115919 Total Bid: $679,132.50 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 Specifications and the Standard Drawings and Specifications (1992), or, if no time is stated, within thirty (30) Days of the date of receipt of Contractor’s invoices. Insurance On or before the Date of Execution, Contrell~t. or 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 CITY OF PALO ALTO: IFB 115919 PAGE 1 OF 7 FORMAL CONTRACT (SAMPLE)SECTION 500 Manager. City shall not be obligated to take out insurance on Contractor’s personal property or the personal property of any person performing labor or services or supplying materials or equipment under the Project. Contractor shall furnish City with the ce~ficates of insurance and with o.dginal 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 any~ing 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- 252502.5, as amended); the Safe Ddnking Water and Toxic Enforcement Act (Health & Safety Code, §§25249.5- 25249.13, as amended); the Underground Storage of Hazardous Substances Act (Health & Safety Code, §§25280- 25299.7, as amended); or under any other local, state or federal law, statute or ordinance, or at common law. Assumption of Risk. Contractor agrees to voluntarily,assume a~y 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 paNties 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 t~nis Contract. 10. Compliance with Laws. Contractor shall comply with all Laws now in force or which may hereafter be in force pertaining to the Project and Work and this Contract, with the requirement of any bond or fire underwriters or other similar body now or hereafter constituted, with any discretionary license or permit issued pursuant to any Law of any public agency or official as well as with any provision of all recorded documents affecting the Project site, insofar as any are required by reason of the use or occupancy of the Project site, and with all Laws pertaining to nondiscrimination 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. CITY OF PALO ALTO: IFB 115919 PAGE 2 OF 7 FORMAL CONTRACT (SAMPLE) 11. SECTION 500 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 c{~urse and scope of the Project and Work shall be vested in Contractor; bo Any materials and equipment which shall be used during the course and scope of the Project and Work shall be merchantable and fit to be used for the particular purpose for which the materials are required; Co Any labor and services rendered and materials and equipment used or employed during the course and scope of the Project and Work shall be free of defects in workmanship for a period of one (1) year after the recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder; d°Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained by Contractor for and in behalf of City. e°Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request, whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true and correct at the time such information is submitted or made available to the City; f°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; h°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; j°Contractor has furnished and will furnish true and accurate statements, records, reports, resolutions, certifications, and other written information as may be requested of Contractor by City from time to time during the term of this Contract; ko Contractor and any person performing labor and services under this Project are duly licensed by the State of California as required by California Business & Professions Code Section 7028, as amended; and 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 Con~actor. 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 wri~ng 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. CITY OF PALO ALTO: IFB 115919 PAGE 3 OF 7 F,0RMAL CONTRACT (SAMPLE! SECTION 500 14. Audits by C~. 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, designa~ns, 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, Operations Division 250 Hamilton Ave P.O. Box 10250 Palo Alto, CA 94303 To Contractor: Attn: Phone: Fax:: Phung Hoang, Project Manager (650)496-6913 (650)852-9289 Golden Bay Construction, Inc. 582 Bragata Road San Carlos, CA 94070 16. 17. Attn: Johnny Zanette Phone: (650)593-0310 Fax: (650)593-0123 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 (i~ 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 ao Bailee Disclaimer. The parlJes 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. ~ITY OF PALO ALTO: IFB 115919 PAGE 4 OF 7 FORMAL CONTRACT (SAMPLE) b. SECTION 500 Consent. Whenever in this Contract the approval or consent of a party is required, such approval or consent shall be in w~ng and shall be executed by a person having the express authority to grant such approval or consent. C=Controlling Law. The parties agree that this Contract shall be governed and construed by and in accordance with the Laws of the State of California. 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. ho 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 AgreemenL 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 orto be required of or permitted by either party. All provisions, whether covenants or conditions, shall be deemed to be both covenants and conditions. ResolulJon. 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 dghts and benefits. Successors and ~ns. The provisions of this Gontract shall inure to the benefit of, and shall apply to and bind, the successors and assigns of the parties. T~ne of the Essence. ]3me 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. ~ITY OF PALO ALTO: IFB 115919 PAGE S OF 7 FORMAL CONTRACT (SAMPLE)SECTION 500 po Venue. In the event that suit is brought by either party hereunder, the parlJes 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 Distri.ct 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 adsing out of this Contract may recover its reasonable costs, including reasonable attorney’s fees, incurred or expended in connection with such action against the non-prevailing party. IN WITNESS WHEREOF, the parlJes have by their duly appointe .d. 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 OF PALO ALTO By: City Clerk Its: Mayor APPROVED AS TO FORM: Senior Assistant City Attorney APPROVED: Assistant City Manager Director of Public Works CONTRACTOR: By: Name: Title: Director of Administrative Services Contract Manager (Insurance Review) By: Name: Tile: (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 115919 PAGE 6 OF 7 FORMAL CONTRACT (SAMPLE) CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) SECTION 500 STATE OF COUNTY OF On , before me, and for said County, personally appeared , a notary public in , 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/shelthey executed the same in his/her/their authorized capacity(ies), and that by hislherltheir 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 115919 PAGE 7 OF 7