HomeMy WebLinkAboutStaff Report 311-07City of Palo Alto
City Manager’s Report
TO:
FROM:
HONORABLE CITY COUNCIL
CITY M.~NAGER DEPARTM]~NT: COM-MUNITY SER~qCES
11
DATE:
SUBJECT:
JULY 23, 2007 CMR: 311:07
APPROVAL OF A CONTRACT WITH ALANIZ CONSTRUCTION, INC. IN
THE .6AIOUNT OF $232,635 FOR RESURFACING THE FOOTHILLS PARK
INTERPRET1-V~ CENTER AND MAI~NTENA~NCE YARD PARKING LOTS,
CAPITAL ISfPROVEMENT PROGRAM PROJECT OS-07002.
RECOMMENDATION
Staff recommends that Council:
1. Authorize the City Manager or his desiNaee to execute the attached contract (Attaclnnent A)
in the amount of ~_.~.,o.~.~ with Alaniz Construction, Inc. for the resurfacing and
improvement of the Foothills Park Interpretive Center and Maintenance yard parking lots
(Capital Inaprovement Pro~am Project OS-07002); and
2.Authorize the City Manager or his desigx~ee to negotiate and execute one or more change
orders to the contract with Alaniz Construction, Inc. for related, additional but unforeseen
work that may develop during the project, the total value of which shall not exceed $_~.000.
BACKGROUND
The Adanason Infrastructure Mmaagement Study (1998) identified the ~’avel parking lots at the
Foothills Pmk Intel-pretive Cemer and Maintenance Yard as being in need of repair. The existing
surfaces have numerous potholes and gullies and do not drain water properly. Run off fiom these
eroded surfaces during period of heavy rain in the winter flow into the nearby Los Tranapas
Creek.
In preparing the-designs and specifications for these two heavily used parking lots, the desi~a
consultants were asked to incorporate materials and construction tectmiques that are sensitive to
the environment, low in on-going maintenance, improve access for persons with limited
mobility, and esthetically blend with the appearance of Foothills Park. The size and dimensions
of both parking lots remains the same (Attactunent B - Site Map).
The desiNa consultant reconvnended the installation of "geo-~-id" reinforcement under the
surface of the ~avel parking lots that will allow water to pemaeate tlvough the surface, while
increasing the stability of the parking lot surface. In addition, pervious concrete pavers will be
installed in areas near walkways and areas of heavy traffic to reduce rutting and wear.
CMR:311:07 Page 1 of 3
This project was submitted as part Of the 2005-2007 Capital Budget and funding was approved
by Council for the 2006-2007 Fiscal Year. Staff has worked with the engineering firln of Freyer
and Laureta, Inc., to desi~ improvements that will be durable and that will be sensitive to the
surrounding habitat of Foothills Park.
DISCUSSION
Bid Process
A notice inviting fomaal bids for this project was posted at City Hall April 30, 2007 and sent to
10 builders’ exchanges and 17 bidders. The bidding period was 29 days. Bids were received from
three qualified contractors on May 29, 2007 as listed on the attached bid summary (Attaclm~ent
E). Bids encompassing a base bid plus 2 add alternates ranged from a low bid of $298,347.72 to
a high of $590,340.90. The low bid is 1% percent above the engineer’s estimate of $295,099.
Summary of Bid Process
Bid Name/Number Foothills Park Interpretive Center and
Maintenance Yard Parking Lots
IFB#121~"9/~_
Proposed Len~h of Project 60 Calendar Days
Number of Bids Mailed to Contractors 17
Number of Bids Mailed to Builder’s 10
Exchanges
Total Days to Respond to Bid 29
Pre-Bid Meeting?Yes
Number of Company Attendees at Pre-Bid 2
Meeting
Number of Bids Received 3
Bid Price Range (including all alternates)Low Bid: $_98,.~47 to a High Bid: $590.340
The Certificate of Non-Discrimination is attachinent E.
Staff recolrm~ends that the base bid $232,635 submitted by Alaniz Construction, Inc. be accepted
and that Alaniz Construction, Inc., be declared the lowest responsible bidder. The change order
amount of $23,000 (which equals 10% of the total contract) is requested to resolve unforeseen
problems and!or conflicts that may arise during the construction period.
Staff checked references supplied by the contractor for previous work perforated 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.
NEXT STEPS
Work is expected to start in August 2007 and be complete in 60 days from the Notice to Proceed.
Care has been taken to plm~ the actual construction of these partdng lots to avoid inconvenience
to the public or disruption to park operations. While the Foothills Park Interpretive Center
parldng lot is under construction, visitors will park in designated parldng spaces in the from of
the building or along the roadway.
CMR:311:07 Page 2 of 3
RESOURCE IMPACT
Funds for this project are included in Capital hnprovement Prodam Project - OS-07002
(Foothills Park Intel-pretive Center and Maintenance Yard Parking Lots). This project will be
funded from the Infiastructure Reserve. $267,000 was originally budgeted for this project.
Desi~a and construction costs will total $272,035. A Budget Amendment Ordinance to cover the
difference of $5,035 between the amount approved in the budget and the anticipated total cost,
will be presented to Council during the mid-year budget review process.
Because the improved parking lots will be more stable and will have less rutting and potholes,
this project will contribute to a slight decrease in the ammal cost for maintaining the improved
parking lot surfaces and amenities.
POLICY IMPLICATIONS
This recommendation does not represent any cha~ge to existing City policies.
The proposed project is consistent with existing City policy, including Comprehensive Plan
Policy C-26: Maintain and enhance existing pa’k facilities.
ENVIRONMENTAL REVIEW
This project has been determined to have no significant effect on the enviromnent and to be
categorically exempt from review under the California Enviromnental Quality Act (CEQA) as
repair and maintenance of existing streets and similar facilities pursuant to CEQA Guidelines,
Section 15301 (c).
ATTACHMENTS
Attact~anent A: Contract
Attaclmaent B: Site Map
Attaclmaent C: Bid Smrmaary
Attactmaent D: Certificate of Nondiscrimination
PREPARED BY: ~
,~._.~/
Open Space mad Parks Division Manager
DEPARTMENT HEAD:
~’ommunity Selwices
CITY MANAGER APPROV~L:
EMILY HARRISON
Assistmat City Manager
CMR:311:07 Page 3 of 3
Attachment A
CONTRACT No. C08121732
Community Services Department, Open Space and Parks Division
This Contract, number C08121732 dated July 16.2007 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 Alaniz Construction Inc., located at
7100 Stevenson Blvd, Fremont, CA 94538 ("Contractor"). For and in consideration of the covenants, terms, and
conditions (Athe 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 October 30, 2007, subject to the earlier termination of this Contract.
General Scope of Proiect and Work. Contractor shall furnish labor, services, materials and equipment in
connection with the Work required herein 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:Construction of Foothills Park Maintenance Lot and Driveway, Invitation for Bid Number
(IFB) 121732.
Contract Bid Item Cost:
(1) Foothills Park Interpretive Center Parking Lot
Bid Item 1:$ 3,840.00
Bid Item 2 $ 4,675.40
Bid Item 3 $ 5,546.45
Bid Item 4 $ 2,054.65
Bid Item 5 $ 7,914.80
Bid Item 6 $18,352.0
Bid Item 7 $18,936.00
Bid Item 8 $ 3,708.90
Bid Item 9 $1,522.50
Bid Item 10 $ 2,227.50
Bid Item 11 $1,076.00
Bid Item 12 $ 4,662.00
TOTAL COST (Bid Items 1-12): $ 74,516.20
(2) Foothills Park Maintenance Lot
Bid Item 1:$ 5,711.00
Bid Item 2 $13,659.00
Bid Item 3 $22,621.80
Bid Item 4 $ 579.32
Bid Item 5 $25,275.75
Bid Item 6 $70,342.50
Bid Item 7 $13,560.00
Bid Item 8 $1,589.45
Bid Item 9 $ 3,340.00
Bid Item 10 $1,440.00
TOTAL COST (Bid Items1-10): $158,118.82
TOTAL PROJECT COST ITEMS (1) & (2): $232,635.02
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.
a.This Contract.
b.Invitation For Bid.
rev. 12100
PAGE 1 OF 7
g.
h,
k.
Project Specifications/Scope of Services-Exhibit A.
Drawings.
Change Orders.
Bid.
Supplementary Conditions.
General Conditions.
Standard Drawings and Specifications (1999).
Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or
the Standard Drawings and Specifications (1999).
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 Proposal, ($232,635.02) 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 (1999), or, if
no time is stated, within thirty (30) Days of the date of receipt of Contractor’s invoices.
Insurance. On or before the Date of Execution, Contractor shall obtain and maintain the policies of
insurance coverage described in the Request for Proposal on terms and conditions and in amounts as may
be required by the Risk Manager. City shall not be obligated to take out insurance on Contractor’s personal
property or the personal property of any person performing labor or services or supplying materials or
equipment under the Project. Contractor shall furnish City with the certificates of insurance and with
original endorsements affecting coverage required under this Contract on or before the Date of Execution.
The certificates and endorsements for each insurance policy shall be signed by a person who is authorized
by that insurer to bind coverage in its behalf. Proof of insurance shall be mailed to the Project Manager to
the address set forth in Section 15 of this Contract.
Indemnification. Contractor agrees to protect, defend, indemnify and hold City, its Council members,
officers, employees, agents and representatives harmless from and against any and all claims, demands,
liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments, arising, in whole or in
part, directly or indirectly, at any time from any injury to or death of persons or damage to property as a
result of the willful acts or the negligent acts or omissions of Contractor, or which results from Contractor’s
noncompliance with any Law respecting the condition, use, occupation or safety of the Project site, or any
part thereof, or which arises from Contractor’s failure to do anything required under this Contract or for
doing anything which Contractor is required not to do under this Contract, or which arises from conduct for
which any Law may impose strict liability on Contractor in the performance of or failure to perform the
provisions of this Contract, except as may arise from the sole willful acts or negligent acts or omissions of
City or any of its Council members, officers, employees, agents or representatives. This indemnification
shall extend to any and all claims, demands, or liens made or filed by reason of any work performed by
Contractor under this Contract at any time during the term of this Contract, or arising thereafter.
To the extent Contractor wilt use hazardous materials in connection with the execution of its obligations
under this Contract, Contractor further expressly agrees to protect, indemnify, hold harmless and defend
City, its City Council members, officers and employees from and against any and all claims, demands,
liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments City may incur, arising, in
whole or in part, in connection with or as a result of Contractor’s willful acts or negligent acts or omissions
under this Contract, under the Comprehensive Environmental Response, Compensation and Liability Act
(42 U.S.C. 9601-6975, as amended); the Resource Conservation and Recovery Act (42 U.S.C. 6901-6992k,
as amended); the Toxic Substances Control Act (15 U.S.C. 2601-2692, as amended); the Carpenter-
Presley-Tanner Hazardous Substance Account Act (Health & Safety Code, 25300-25395, as amended); the
Hazardous Waste Control Law (Health & Safety Code, 25100-25250.25, as amended); the Safe Drinking
Water and Toxic Enforcement Act (Health & Safety Code, 25249.5-25249.13, as amended); the
Underground Storage of Hazardous Substances Act (Health & Safety Code, 25280-25299.7, as amended);
or under any other local, state or federal law, statute or ordinance, or at common law.
Assumption of Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or injury to
the property of Contractor which may occur in, on, or about the Project site at any time and in any manner,
excepting such loss, injury, or damage as may be caused by the sole willful act or negligent act or omission
of City or any of its Council members, officers, employees, agents or representatives.
rev. 12/00
PAGE 2 OF 7
10.
11.
12.
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.
No Exoneration Bv Inspection: The City has the right, but not the duty, to inspect Contractor’s Work. The
right of inspection is solely for the benefit of City. Contractor has the obligation to complete the Work in a
satisfactory manner in compliance with Contract requirements. The presence of a City inspector does not
shift that obligation to the City or relieve Contractor from its obligations to complete the Work in a
satisfactory manner in compliance with the Contract requirements.
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
Request for Proposal.
Representations and Warranties. In the supply of any materials and equipment and the rendering of labor
and services during the course and scope of the Project and Work, Contractor represents and warrants:
Any materials and equipment which shall be used during the course and scope of the Project and
Work shall be vested in Contractor;
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;
rev. 12/00
Any labor and services rendered and materials and equipment used or employed during the
course and scope of the Project and Work shall be free of defects in workmanship for a period of
one (1) year after the recordation of the Notice of Substantial Completion, or, if no such notice is
required to be filed, on the date that final payment is made hereunder;
Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed
obtained by 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;
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
PAGE 3 OF 7
affect Contractor’s ability to perform under the Contract;
Contractor has furnished and will furnish true and accurate statements, records, reports,
resolutions, certifications, and other written information as may be requested of Contractor by City
from time to time during the term of this Contract;
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.
13.Assiqnment. This Contract and the performance required hereunder is personal to Contractor, and it shall
not be assigned by Contractor. Any attempted assignment shall be null and void.
14.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.
15.Audits by City. During the term of this Contract and for a period of not less than three (3) years after the
expiration or earlier termination of this Contract, City shall have the right to audit Contractor’s
Project-related and Work-related writings and business records, as such terms are defined in California
Evidence Code Sections 250 and 1271, as amended, during the regular business hours of Contractor, or, if
Contractor has no such hours, during the regular business hours of City.
16.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
Community Services Department
1305 Middlefield Road
Palo Alto, CA 94301
Attn: Gregg Betts, Project Manager
To Contractor:Alaniz Construction, Inc.
7100 Stevenson Blvd..
Fremont, CA 94538
(PH) 510-770-5000
Attn: Jesse C. Alaniz, President
17.Appropriation of City Funds. This Contract is subject to the fiscal provisions of Article Itl, 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
PAGE 4 OF 7
rev. 12/00
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.
18. Miscellaneous.
Bailee Disclaimer. The parties understand and agree that City does not purport to be Contractor’s
bailee, and City is, therefore, not responsible for any damage to the personal property of
Contractor.
Consent. Whenever in this Contract the approval or consent of a party is required, such approval
or consent shall be in writing and shall be executed by a person having the express authority to
grant such approval or consent.
Controlling Law. The parties agree that this Contract shall be governed and construed by and in
accordance with the Laws of the State of California.
Definitions. The definitions and terms set forth in Section 1 of the Standard Drawings and
Specifications (1992) of this Contract are incorporated herein by reference.
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.
mo 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.
rev. 12/00
Time of the Essence. Time is of the essence of this Contract and each of its provisions. In the
PAGE 5 OF 7
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.
Alternative DisPute Resolution. The parties shall endeavor to resolve any disputes or claims
arising out of or relating to this Contract by mediation, which, unless the parties agree otherwise,
shall be conducted under the auspices of the Judicial Arbitration and Mediation Service (JAMS),
San Jose, California. The intent of the parties is that the mediation shall proceed in advance of
litigation; however, if any party should commence litigation before the conclusion of mediation,
such litigation, including discovery, shall be stayed pending completion of mediation, and by
executing this Contract the parties stipulate to mediation in accordance with Santa Clara County
Superior Court Local Rule 1.15 or Rule 2-3(b) of the ADR Local Rules of the U.S. District Court for
the Northern District of California, as such rules may be amended from time to time. The parties
shall share the cost of the mediation, including the mediator’s fee, equally. Any written agreement
reached in mediation shall be enforceable pursuant to California Code of Civil Procedure § 664.6,
as amended.
Venue. Unless the parties mutually agree otherwise, mediation shall take place in San Jose,
California. In the event that litigation is commenced by any party hereunder, the parties agree that
such action shall be vested exclusively in the state courts of California in the County of Santa
Clara or in the United States District Court for the Northern District of California.
Recovery of Costs. Each Party shall bear its own costs, including attorney’s fees, through the
completion of mediation. If the claim or dispute is not resolved through mediation, or if litigation is
necessary to enforce a settlement reached at mediation pursuant to California Code of Civil
Procedure § 664.6, as amended, then the prevailing party in any subsequent litigation may recover
its reasonable costs, including attorney’s fees, incurred subsequent to conclusion of the mediation.
Flow-down. Contractor agrees to include provisions of this Contract relating to Alternative Dispute
Resolution, Venue. and Recovery of Costs in any subcontracts or major material purchase agreements
which it enters into in connection with this Contract, and to require its subcontractors to include those
provisions in any sub-contracts or major material purchase agreements, such that any mediation or
litigation of any claim or dispute asserted by a subcontractor or major material supplier will be
consolidated with any related claim or dispute between the Contractor and the City. Should the
Contractor fail to do so, such that the City is required to defend an action brought by a subcontractor or
material supplier inconsistent with the Alternative Dispute and Venue provisions of this Contract,
Contractor shall indemnify City for City’s costs of defense, including reasonable attorney’s fees.
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.
CITY OF PALO ALTO ALANIZ CONSTRUCTION, INC.
APPROVED ASTO FORM:By:
Senior Assistant City Attorney
Name:
Title:
APPROVED:By:
Assistant City Manager
Director of Administrative Services
Name:
Title:
(Compliance with California Corporations Code ~ 313 is
required if the entity on whose behalf this contract is signed is
a corporation. In the alternative, a certified corporate
resolution attesting to the signatory authority of the individuals
signing in their respective capacities is acceptable)
Contract Manager (Insurance Review)
rev. 12/00
PAGE 6 OF 7
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code 1189)
STATE OF
COUNTY OF
On , before me,
a notary public in and for said County, personally appeared
¯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)
rev. 12/00
PAGE 7 OF 7
Attact~anent B
TOPOGRAPHIC SURVEY
FOOTHILL PARKPALO ALTO, CALIFORNIA
DEMOLITION PLAN
FOOTHILL PARK
PALO ALTO, CAUFORN]A
GRADING PLAN
FOOTHILL PAR~
PALO ALTO, CA,L.~ORNIA
Z
Attachment C
JUL-19-200T THU I 0: 45 AI’I
Attachment D
Po 03
PART 11 CERTIFICATE OF NONDISCRIMINATION SECTION 4t0
PROJECT; Foothills Park Inte..[~tjv_LO_Cqnter P_ark{..Ckj.RE Lot and Maintensnce LoL
Certification of Nondiscrimination: As suppliers of goods and/or services to the City of Pale Alto in
excess of $5,000, the t’irm, cor~trac[or cr individual(s) listed below certify that.: they do not and in the
performance oF this contract they will net discriminate in employment of any person because of race, skin
color, gender, age, religion, disability, national origin, ancestry, sexua! orientation, llousing status, marital
stratus, familial status, weight or height of such person; and further certify tl~at tl]ey are in compliance wit.h
all Federal, State and local directives and executive orders regarding nondiscrimination in employment.
DATE: ~ .......
CITY" OF PALO AL~O’i’~B 121732 ~26
rev. 12.100