Loading...
HomeMy WebLinkAboutStaff Report 318-07City of Palo Alto City Manager’s Report TO: FROM: DATE: SUBJECT: HONORABLE CITY COUNCIL CITY MANAGER JULY 23, 2007 DEPARTMENT: PUBLIC WORKS CMR:318:07 13 APPROVAL OF A MEMORANDUM OF UNDERSTANDING BET’WEEN THE CITIES OF SUNNYVALE, MOUNTAIN VIEW AND PALO ALTO FOR THE SMART STATION MATERIALS RECOVERY FACILITY PROCESSING SYSTEM EQUIPMENT REPLACEMENT PROJECT RECOMMENDATION Staff recommends that Council authorize the City Manager to sign the attached memorandum of agreement between the cities of Palo Alto (Attachment A), Sunnyvale (Attachment B), and Mountain View (Attachment C) to proceed with the Sunnyvale Materials Recovery and Transfer (SMART) Station Materials Recovery Facility (MRF) equipment replacement project including the funding mechanism for the project. BACKGROUND On October 7, 1991, Council approved a Memorandum of Agreemem creating a partnership between the cities of Sunnyvale, Mountain View and Palo Alto to construct and operate the SMART Station. In October 1993 the SMART Station began operation. After years of heavy usage, key components of the SMART Station materials recovery facility (MRF) equipment are showing excessive wear and are in need of replacemem. In 2004/05 the partner cities approved a project to replace the SMART MRF equipment with a budget of $5,000,000, and a revised engineer’s estimate of $8,889,075 was prepared in January 2007. An analysis by the City of Sunnyvale staff of that estimate and the efficiencies gained from proceeding with the project showed sufficient value to justify the replacement of the MRF equipmem. In January 2006, the City of Sunnyvale’s City Council awarded a contract to URS engineers to provide design, plans and specifications for this project. DISCUSSION Bid specifications were prepared by the City of Sunnyvale staff based on plans and specifications prepared by URS. A notice inviting bids was published on January 17, 2007. Two responsive bids were received on March 14, 2007: Bidder Monterey Mechanical, Oakland D.W. Nicholson Additive Base Bid $12,397,800 $18,673,000 Altemate $600,000 $549,000 Total Bid $12,997,800 $19,222,000 CMR:318:07 Page 1 of 4 Both bids were significantly above the engineer’s estimate (see Attachment D for more detail on bids). The base bid includes all concrete and steel construction, mechanical, electrical, plumbing and equipment (trommels, screens, conveyors and baler) and equipment installation. The additive alternate includes the addition of "sorting rooms", enclosing the platforms where manual sorting will be performed by the workers. These enclosed sorting rooms are equipped with HVAC units to provide conditioned air and ventilation to the sorting areas. The cost of the project (including contingencies and design expenditures to date) will be $14,781,768 to the partner cities of which Palo Alto’s share is $2,017,836. When completed, the replacement equipment will produce financial benefits that include: 1) reduced SMART Station operating costs; 2) reduced landfill disposal cost; and 3) increased recycling revenues that will return an estimated net benefit of $18.5 million over the life of the project. The SMART Station Capital Equipment fund includes $5,175,000 for the SMART Station MRF Equipment Replacement project. An additional $9,486,768 is needed to meet the total project cost. The City of Sunnyvale is asking each City to sign the attached memorandum of agreement to: 1) 2) Use the existing reserves in the capital equipment fund in the amount of $5,175,000 (less design costs incurred and encumbered to date) for this project, and Fund the remaining project costs, estimated to be $9,486,768, through the issuance of revenue bonds (or other cost-effective financing available) or through a combination of a cash contribution by Mountain View and a smaller bond issue, debt service, of which would be paid solely by Sunnyvale and Palo Alto. As in the past, debt service will be apportioned as described in the MOU, with each city’s share as follows: Sunnyvale 55.28% Mountain View 23.45% Palo Alto 21.27% The following is each cities share to fund the remaining project ($9,486,768) cost: Surmyvale Mountain View Palo Alto $ 5,244,285 $ 2,224,647 $ 2,017,836 ALTERNATIVES TO STAFF RECOMMENDATION Alternatives to this recommendation are noted in Attachment D, City of Sunnyvale, CMR, Award of Bid FO612-58 SMART Station Materials Recovery Facility (MRF) Processing System Equipment Replacement project, dated: 07/10/2007. RESOURCE IMPACT With the City of Mountain View funding its share of project costs in cash, the cities of Sunnyvale and Palo Alto will fund the remaining costs by issuing debt. While it had been Palo Alto’s intention to use cash when the City’s cost was at the $5M project cost estimate level, CMR:318:07 Page 2 of 4 Refuse Fund reserves are not large enough to fund the new- bid price and therefore debt financing is necessary for Palo Alto as well as Sunnyvale. The City of Sunnyvale is taking the lead on issuing bonds and intends to privately place bonds with a bank in order to minimize bond issuance costs. The par amount of the bondsis expected to total $8.20 million. Palo Alto’s share of the principal is $2.28 million. Based on a 14 year amortization period and an estimated interest rate of 4.75 percent (subject to change based on market conditions at time of issuance), Palo Alto’s share of debt service is expected to total $223,000 annually. Funds have been appropriated in the 2008- 09 Adopted Budget and funds will have to be appropriated in future budgets to cover this expense. POLICY IMPLICATIONS This is consistent with the City’s Comprehensive Plan that contains the following policy: Natural Environment-Solid and Hazardous Waste N-54: Continue to develop long-term solid waste management programs that include safe and environmentally sound disposal methods such as the SMART Station. TIMELINE If all three partner cities agree to these terms, the City of Sunnyvale is estimated to award the project on July 24, 2007. The project would then begin August 2007 and have 330 days to be completed (July 2008). ENVIRONMENTAL REVIEW This project is exempt under the California Environmental Quality Act. ATTACHMENTS Attachment A: Memorandum of agreement for the City of Palo Alto related to the SMART Station Materials Recovery Facility Processing System Equipment Replacement project. Attachment B:Memorandum of agreement for the City of Sunnyvale related to the SMART Station Materials Recovery Facility Processing System Equipment Replacement project. Attachment C: Memorandum of agreement for the City of Mountain View related to the SMART Station Materials Recovery Facility Processing System Equipment Replacement project. Attachment D: City of Sunnyvale, CMR, Award of bid FO612-58 SMART Station Materials Recovery Facility (MRF) Processing System Equipment Replacement project, dated: 7/10/2007. PREPARED BY: RUSSELL REISERER Solid Waste Manager CMR:318:07 Page 3 of 4 DEPARTMENT HEAD: CITY MANAGER APPROVAL: GLENN S. ROBERTS Director of Pub!ic~ EMILY HAR_~S 0~ Assistant City Manage~ CMR:318:07 Page 4 of 4 ATTACHMENT A Materials Recovery Facility (MRF) Equipment Replacement Project The purpose of this memor-andum_is_to.document concurrence.~by..the_Cities of Mountain View, Palo Alto and Sunnyvale (the "Partner Cities") to proceed with the SMART Station Materials Recovery Facility (MRF) Equipment Replacement Project in fiscal year 2007/2008 and their agreement with the method for funding this project. Details of the project are outlined in the attached "Report to SMART Station Directors; Materials Recovery Facility. (MRF) Equipment Replacement Project" dated May 22, 2007. In summary, in 2004/05 the partner cities approved a project to replace the SMART MRF equipment with a budget amount of $5,000,000. The project was intended to be funded through the SMART Capital Equipment Replacement Fund, and in 2005/06 and 2006/07 the capital contributions of the cities were adjusted upward in the near term to provide the necessary funding. In January 2007 the project was put out for bid and in March 2007 two bids were received. The lowest responsive bid was returned in the amount of $12,997,800. With construction contingency, design and construction oversight costs the total project is expected to cost $ 14,661,768. Reserves available in the SMART Capital Equipment Replacement Fund are $5,175,000, and are insufficient to fund this project. The net present value (NPV) at the $14.7 million project cost demonstrates that project returns a positive net present value of $4.8 million through the term of the MOU. The payback period is 12 years and the estimated cost savings over 15 years are more than $34 million compared to projected costs without the new MRF equipment. The cities recognize the financial benefits of going forward with this project and agree to use debt or an equivalent funding instrument to fund the difference between capital fund reserves and actual project costs. As in the past, debt service will be paid by the partner cities and apportioned to each city as outlined in the MOU. The amount for design, construction and construction management to be funded through the issuance of revenue bonds is projected to be $9,486,768. The estimated annual debt service over 15 years is $1,1oo,ooo. The cities agree to proceed with the SMART MRF equipment replacement project, and to fund the project in the following manner: 1)Using existing reserves in the capital equipment fund in the amount of $5,175,000 (less design costs incurred and encumbered to date), 2)Fund the remaining project costs, estimated to be $9,486,768, through the issuance of revenue bonds (or other cost-effective financing available) Materials Recovery- Facility (MRF) Equipment Replacement Project Page 2 of 2 or through a combination of a cash contribution by Mountain View and a smaller bond issue, debt service on which would be paid solely by Sunnyvale and Palo Alto. As in the past, the cash contribution or repayment of debt service will be apportioned as described in the MOU, with each city’s share as follows: Mountain View 23.45% Palo Alto 21.27% Sunnyvale 55.28% If Mountain View chooses not to participate in the long-term financing for the project, Mountain View will fund its share of the estimated unfunded project cost through a cash contribution of $2,224,647 to the SMART Station capital equipment replacement fund. This contribution will be made by Mountain View on or before the date that Sunnyvale issues bonds, or other financing vehicle, for the project (expected to occur prior to the end of calendar year 2007) and within 30 days of a request by Sunnyvale. If Mountain View elects to fund its share of the project costs through an up- front cash contribution as described above, the cities of Palo Alto and Sunnyvale agree to participate in the debt service based on the percentages shown below, which reflect the adjustments in the two cities’ capital shares in the MOU after excluding Mountain View: Palo Alto Sunnyvale Shares of Debt Service Without Mountain View 27.79% 72.21% 100.00% The City of Sunnywale will be responsible for securing the financing required. The amount financed will include costs associated with the issuance of the bonds including fees for bond counsel, disclosure counsel, underwriting and insurance costs. As is currently done, each participating city’s share will be paid in accordance with the repayment schedule set forth by the bond underwriter. City of Palo Alto By: Date: ATTACHMENT B Materials Recovery Facility (MRF) Equipment Replacement Project The purpose of this memorandum is to document concurrence by the Cities of Mountain View, Palo Alto and Sunnyvale (the "Partner Cities") to proceed with the SMART Station Materials Recovery Facility (MRF) Equipment Replacement Project in fiscal year 2007/2008 and their agreement with the method for funding this project. Details of the project are outlined in the attached "Report to SMART Station Directors; Materials Recovery Facility (MRF) Equipment Replacement Project~ dated May 22, 2007. In summary, in 2004/05 the partner cities approved a project to replace the SMART MRF equipment with a budget amount of $5,000,000. The project was intended to be funded through the SMART Capital Equipment Replacement Fund, and in 2005/06 and 2006/07 the capital contributions of the cities were adjusted upward in the near term to provide the necessary funding. In January 2007 the project was put out for bid and in March 2007 two bids were received. The lowest responsive bid was returned in the amount of $12,997,800. With construction contingency, design and construction oversight costs the total project is expected to cost $ 14,661,768. Reserves available in the SMART Capital Equipment Replacement Fund are $5,175,000, and are insufficient to fund this project. The net present value (NPV) at the $14.7 million project cost demonstrates that project returns a positive net present value of $4.8 million through the term of the MOU. The payback period is 12 years and the estimated cost savings over 15 years are more than $34 million compared to projected costs without the new MRF equipment. The cities recognize the financial benefits of going forward with this project and agree to use debt or an equivalent funding instrument to fund the difference between capital fund reserves and actual project costs. As in the past, debt service will be paid by the partner cities and apportioned to each city as outlined in the MOU. The amount for design, construction and construction management to be funded through the issuance of revenue bonds is projected to be $9,486,768. The estimated annual debt service over 15 years is $1,100,000. The cities agree to proceed with the SMART MRF equipment replacement project, and to fund the project in the following manner: 1)Using existing reserves in the capital equipment fund in the amount of $5,175,000 (less design costs incurred and encumbered to date), 2)Fund the remaining project costs, estimated to be $9,486,768, through the issuance of revenue bonds (or other cost-effective financing available) Materials Recovery Facility (MRF) Equipment Replacement Project Page 2 of 2 or through a combination of a cash contribution by Mountain View and a smaller bond issue, debt service on which would be paid solely by Sunnyvale and Palo Alto. As in the past, the cash contribution or repayment of debt service will be apportioned as described in the MOU, with each city’s share as follows: Mountain View 23.45% Palo Alto 21.27% Sunnyvale 55.28% If Mountain View chooses not to participate in the long-term financing for the project, Mountain View will fund its share of the estimated unfunded project cost through a cash contribution of $2,224,647 to the SMART Station capital equipment replacement fund. This contribution will be made by Mountain View on or before the date that Sunnyvale issues bonds, or other financing vehicle, for the project (expected to occur prior to the end of calendar year 2007) and within 30 days of a request by Sunnyvale. If Mountain View elects to fund its share of the project costs through an up- front cash contribution as described above, the cities of Palo Alto and Sunnyvale agree to participate in the debt service based on the percentages shown below, which reflect the adjustments in the two cities’ capital shares in the MOU after excluding Mountain View: Palo Alto Sunnyvale Shares of Debt Service Without Mountain View 27.79% 72.21% 100.00% The City of Sunnyvale will be responsible for securing the financing required. The amount f’manced will include costs associated with the issuance of the bonds including fees for bond counsel, disclosure counsel, underwriting and insurance costs. As is currendy done, each participating city’s share will be paid in accordance with the repayment schedule set forth by the bond underwriter. City of Sunnyvale By: Date: ATTACHMENT C Details of the project are outllued iu the attached "Iqepor~ to SMART Station Directors; Mat~ Recovery Faci~ty (MRF) Equipment RepLacement Project~ dated May 2~, ~007. In summary, in 2004/05 the partner cities approved a proJec~ to replace the SMART MRF.~equlpment with a budget amoun~ of $5,000,000, The projecz was mtended te be funded through the SMART Capital Equipmant Replacement Fund. and ir~ 2005/06 and 2006/07 the capital contributions of the cities were adjusted upward in the nmar ter~n to provide the necessary funding, in January ~007 the project was put out for bid and in March 2007 two bids were received. The lowest responsive bid was returned tn the amount of $12.997,800. W~th constraetion contingency, design and construction oversight costs the tota!’project ts expected to cost @ 14.661,768. Reserves available Ir~ the SMa!~f Capital Equip~nt Replaceznent F1mnd are $5,175,000~ and are ~r~suf~cient to fund this project. The cities recogO.tze the gnancial benefits of going for0zard v~th t~s project ~d a~ee to use debt or ~ eq~v~ent ~g ~s~~t to ~d ~e d~erenee hereon capit~ ~d testes ~d ac~ project costs. ~ ~ ~e past, debt sense ~ be pod by ~ p~ c~es ~d appo~oned t0 ea~ ~ ~ ou~ed ~ ~e MOU, ~e ~o~t for des~, cons~c~sn ~d ccns~c~on ~~ement to be ~ded ~ou~ ~e ~su~ce of r~enue bonds ~s projected to be S9,486,768. ~e ~s~ted ~u~ debt se~ae over 15 ye~s ~s sl,loo,ooo, The climes agree to proceed with the SMART MRF equipment replacement project, and to fund the project in the followlug mazmm-: 1)Usin~ existing reserves in the capital equipment fund in the amount of $5,175,000 (less design costs incurred and encumbered to date), 2]Fund the rema/nmg project costs, estimated to be. $9,486,768, through t!%e issuance of. revenue bonds (or other cost-effective fnuaz~c~ng available) or through a combination of a cash contribution by Ivfoumt~in View and a smaller bond Issl/e, debt service on which would be paid solely by Sunnyvale and Palo A/to. Materials Recovery Fmcfllty~(MRF) Equipman~ Replace~nen~ Project ~ge 2 of 2 As in the pa~t, the cash contribution or rep~y~ent of deb~ service ~ be apportioned as described in t.he MOU, with each atW’a share as fo~1ows: Mou.~Ca~.n View l:’alo Alto Sunnyvale 23,45% 21.27% 55.28% If Mountain Vi~ chooses not to partlcipat= in She Ioz~g-term financing for the project, Mountain View will fund its share of the estiz~a~ed unfunded project cost through a cash contribution of ~2,224,647 to ~he SMART Station capital eqmpment replacement fund. This contrlbutton will be made by Mountain view on or be.fore the date that Sunnyvale issues bonds, or other fmancLng vehicle, for L1ae project (expected ~to occur prior to the end of calendar year 2007) and within 30 days of a ~-equest by Sunnyvale. If Mountmiu view elects to fund iL~ share of t.he project costs 1~hrough an up- Set c~h con~bu~on as deseMbed above, ~e ~es of P~o ~to ~d S~~e a~e to pa~ipate ~ ~e debt se~ce based on ~e 9ercen~es sho~ bel~, w~ reflect ~e adj~en~ ~n ~e ~o c~cs’ cap~ sh~es ~ ~e MOU ~er ex~ud~g Moun~ View: Palo Alto Sunnyvale Shares of Debt Service W~0ut Mou~ .~ View 27,79% 72.21% 00.00% The City Of Sum%yvale will be respons~ble for scc~g ~e ~c~ req~ed. ~ ~o~t ~ced ~ ~ude costs assorted ~ ~e issu~ce of ~e bonds ~clu~g fees for bond co~, ~s~os~e co~s~, ~de~~g ~d ~~ce cos~. ~ iS c~fly done, ea~ p~olpa~g ~’s shoe ~ be p~d ~ accord~ce ~ the ~pa~ s~ed~e set fo~ ~ the bond City of Mountain View Kevin C. Du~ar~ City Manager Date:~ ATTACHMENT D REPORT TO MAYOR AND COUNCIL NO: 07-199 Council Meeting: July 10, 2007 SUBJECT: Award of Bid FO612-58 SMART Station® Materials Recovery Facility (MRF) Processing System Equipment Replacement Project REPORT IN BRIEF Approval is requested for the award of a contract to Monterey Mechanical Company of Oakland for the replacement of the SMART Station® Materials Processing System Equipment (Project #PR-06/02-08). The cost of the project (including contingencies and design expenditures to date) will be $14,781,768. When completed, the replacement equipment will produce financial benefits t_hat include: ¯Reduced SMART Station operating costs ¯Reduced landfill disposal costs ¯Increased recycling revenues In addition, the equipment will increase the amount of the incoming refuse that is recycled and not disposed at the Kirby Canyon landfill. By the end of the term of the SMART Station’s Memorandum of Understanding (MOU), this project:will return an estimated net benefit of $18.5 million. Moving ahead with the project supports the solid waste policy goals of all three SMART Station cities (Palo Alto, Mountain View and Sunnyvale). Because the benefits of the-project extend into the future, debt funding is recommended for the project cost that exceeds currently available funding. This funding mechanism provides an equitable distribution of costs and benefits to ratepayers. Staff is recommending that Council award the contract to Monterey Mechanical Company and direct staff to prepare to issue revenue bonds or similar debt instruments in the amount necessary to fund the project. ’Issued by the City Manager Template rev. 03/07 Award of Bid FO612-58 SMART Station® Materials Recovery Facility (MRF) Processing System Equipment Replacement Project July 10, 2007 Page 2 of 12 BACKGROUND The SMART Station materials recovery facihty (MRF) equipment line was designed in 1992 and began operation in 1994. The MRF line is the key mechanical component of the SMART Station. It mechanically separates incoming refuse by size to prepare it for hand sorting to remove recyclable materials. The purchase price for this MRF line was $6.3 million in FY 1993/94. By using the MRF line in combination with other diversion techniques, the contract operators of the SMART Station have typically diverted from disposal about 18% of the refuse delivered to SMART¢. After years of heavy usage, key components of the MRF equipment are showing excessive wear and downtime and are in need of replacement. In 2005, a project to replace the MRF equipment was reviewed and approved by the City Council with a budget of $5 milhon. In January 2006, Council awarded a contract to the engineering firm URS Corporation to provide design, plans and specifications for this project. The MRF line at the SMART Station was one of the first of its kind in California and was quite advanced at the time it was installed. The URS design essentially replaces the current MRF line, taking advantage of advances in technology that will make it more efficient and effective than the current MRF line. For example, size separation is currently performed by large, vibratory "finger screens." These screens shake so as to bounce the refuse and perform a crude separation by object size. Over time, the shaking motion essentially tears the screens apart, resulting in more and more down time for repairs. In the new design, size separation of smaller and larger items is performed by "disk screens" and "trommels." Disk screens consist of fields of rotating steel disks that provide better functionality and less downtime than f’mger screens. A trommel is a large, rotating drum containing openings through which objects in targeted size ranges are separated. Both of these technologies have become standard technology in MRF installations that have been built throughout the country in the 15 years since the current SMART MRF was designed. Another example is how the old and new designs deal with plastic bags (one of the biggest challenges at SMART is opening plastic bags so that the recyclable materials inside, can be recycled). The existing MRF includes an impractical, poorly designed thermal bag opener that has never worked properly. The new design incorporates knives into the rotating trommels, which tear open the plastic bags. This design has proven to be successful in similar facilities and is easily maintained. A~ard of Bid FO612-58 SMART Station® Materials Recovery Facility (MRF) Processing System Equipment Replacement Project July 10, 2007 Page 3 of 12 These are just two examples of how the project design replicates the essential functions of the current MRF but uses technology that draws on the past 15 years of recycling industry experience. An update on the status of this project was provided to the City Council on December 19, 2006 (RTC No. 06-406). In summary, the original cost estimate that established the project budget at $5 million was generated in October 2004, more than two years ago. A subsequent engineer’s estimate in June 2006 estimated the project cost at $8.8 million. Worldwide demand for steel, concrete and other construction materials has pushed their prices to unprecedented levels and has made it unusually difficult to estimate bids on projects of this type and scale. In order to obtain an accurate project cost, the project was put out to bid in January 2007. The bid process required that the bids not expire until July 12, 2007 to allow for the extra time required to gain consensus among the SMART Station cities. t~XIS’I’II~I(I I~OLIC¥ Solid Waste Sub-Element Goal 3.2B: Reduce solid waste disposal to 50% or less of the amount generated in !990 (as adjusted to reflect population and economic change) in the most cost-effective manner. Policy 3.2D.2: Reduce the amount of refuse being disposed, generate recycling revenues, and minimize truck travel to the disposal site through use of the Sunnyvale Materials Recovery and Transfer (SMART) Station. Goal 3.2F: Maintain sound financial strategies and practices that ~1 enable the City to provide comprehensive solid waste management services to the community while keeping refuse rates at or below countywide averages for cities using cost of service pricing. Fiscal Policies -7.1C Capital Improvement Policies Policy C.1.3: High priority should be given to replacing capital improvements prior to the time that they have deteriorated to the point where they are hazardous, incur high maintenance costs, negatively affect property values, or no longer serve their intended purposes. Fiscal Policies: 7.11, 1.1: Enterprise Fund Policies Award of Bid F0612-58 SMART Station® Materials Recovery Facility (MRF) Processing System Equipment Replacement Project July 10, 2007 Page 4 of 12 Policy 7.11.1b.1: Capital improvements associated with the existing infrastructure of a utility should be primarily funded from two sources: rate revenue and debt financing. Policy 7.11.1b.5: Bonded debt improvements as appropriate to: ¯ financing should be used for capital Make cost recovery of an asset more consistent with its useful life Equitably assign cost over multiple generations of customers who use the assets Smooth near-term rate impacts of the project DISCUSSION Bid specifications were prepared by Public Works and Purchasing staff, based on plans and specifications prepared by URS. The notice inviting bids was published in The Sun on January 17, 2007. Direct notice was distributed to eight mechanical engineering contractors. The bid package was distributed to Bay Area Builders Exchanges and information about the project was broadcast to potential contractors through the DemandStar by Onvia public procurement network, and 21 contractors requested documents. Two sealed bids were received and publicly opened on March 14, 2007. bids were responsive: Additive Bidder Base Bid Alternate Total Bid Both Engineer’s Estimate $ 8,889,075 $0" (June 2006) $ 8,889,075 Monterey Mechanical, of Oakland $12,397,800 $ 600,000 $12,997,800 D.W. Nicholson, of Hayward $18,673,000 $ 549,000 *Engineer’s estimate included the additive alternate in the base bid $19,222,000 The base bid includes all concrete and steel construction, mechanical, electrical, plumbing and equipment (trommels, screens, conveyors and baler) and equipment installation. The additive alternate includes the addition of ~sorting rooms~ enclosing the platforms where manual sorting will be performed by the workers. These enclosed sorting rooms, similar to those in the current SMART MRF lines, are equipped with Heating Ventilation and Air Award of Bid FO612-58 SMART Station® Materials Recovery Facility (MRF) Processing System Equipment Replacement Project July 10, 2007 Page 5 of 12 Conditioning (HVAC) units to improve worker comfort and productivity by providing conditioned air and ventilation to the sorting areas. The difference between the actuai bids and the engineer’s estimate is primarily attributed to sharp increases in the costs of construction and raw materials over the past year. According to the Engineering News Record (ENR), the construction cost index (CCI) increased 17% between 2004 and 2006. The CCI measures a combination of raw materials and labor. The largest component of this increase is raw material prices, which have risen sharply, particularly the price of steel, which is the predominant raw material in this project. ENR reports that prices for steel have increased by 31.3%, 12.6% and 9.6% in 2004, 2005 and 2006, respectively. This is a cumulative steel cost increase of 62% over three years. Analysis of the low bid versus the engineer’s estimate shows the largest differences in the categories of "structural steel" at $925,000, and "equipment" $1,744,000. In addition, the engineer’s estimate assumed that pre-engineered enclosures would be used for the sort rooms. After the detailed design was completed, it became apparent that the enclosures would have to be built on site, increasing costs by $475,000. These three items account for $3.1 million, more than 82% of the increase over the engineer’s estimate. Staff attributes the additional increase to the fact that t_here are a limited number of bidders quailed to do this work (only two bids were received) and that work is plentiful in the region at this time. Staff recommends acceptance of the bid from Monterey Mechanical, of Oakland, the lowest responsive and responsible bidder. A determination was made that this project will have no significant effect on the environment in accordance with California Environmental Quality Act (CEQA) guidelines for categorically exempt projects. Ol~tier~s fer lt/II~l~ ~klUil~ment Staff considered two options prior to recommending the replacement of the existing equipment, as follows: De !Vet Rel~lace !~lrR~" F_~uil~ment One option is to continue to operate the current MRF equipment. Under this option, the City (through the maintenance and repair services provided by the operator) would "band aid" the components that are most problematic (two vibratory screens and the Rotary Materials Separator). Assuming this can be done for seven more years, the cost for additional replacement parts is estimated at approximately $1 million. When the equipment or integral components are beyond repair, the City could simply cease to recover material from the refuse and transfer all refuse to the landf~. This loss in recovered Award of Bid FO612-58 SMART Station® Materials Recovery Facility (MRF) Processing System Equipment Replacement Project July !0, 2007 Page 6 of 12 tonnage from Municipal Solid Waste (MSW) is projected to be about 40,000 tons per year. While this option represents some potential savings, as a large portion of the operation would be shut down and therefore would reduce operating and labor costs, the option represents the highest cost to the cities, because an additional 40,000 tons per year would be sent to the landfill at costs exceeding $2 million annually. Such a shift from recycling to disposal would not be desirable in light of the City’s interest in promoting sustainability and environmental quality. Replace Equipment in 2007/2008 Under this recommended option, Council would award the contract to Monterey Mechanical and replace the equipment in 2007/2008. The project costs would be funded through a combination of funds from the existing capital equipment replacement fund, contributions from the partner cities and proceeds from the sale of solid waste revenue bonds or similar debt instruments. It is important to note that simply delaying the equipment replacement would essentially be a more expensive version of replacing the equipment now, as material prices would most likely only climb in the future. Relationship of Project to Cost of New SMART Operator Agreement On February 13, 2007, Council awarded to Bay Counties Waste Services the contract for operation of the SMART Station from 2008-2014 (RTC 07-049). The efficiency and condition of the MRF equipment has significant impacts on the cost of operating the SMART Station and the revenues that the operator will earn from sales of the materials recycled at the SMART Station. The proposed MRF line is more efficient and thus will reduce operator labor costs. By increasing the a_mount recycled, it will increase recycling revenues shared ~dth the operator and reduce the quantity of residue and the cost of hauling residues to the Kirby Canyon landfill. Thus, the Request for Proposals (RFP) that led to the award of the operating contract anticipated that this new equipment line would be installed. However, the RFP also preserved the City’s options with regard to the MRF project by asking proposers to propose a contingent annual payment for operations with the existing equipment. Award of Bid FO612-58 SMART Station® Materials Recovery Facility (MRF) Processing System Equipment Replacement Project July 10, 2007 Page 7 of 12 The selected proposer, Bay Counties Waste Services, proposed: Annual Co st - Existing MRF $ t 0,847,8641 Annual Cost - New MRF $10,191,072 Annual Payment Savings with New MRF $656,792 A similar savings was seen from the other proposer, GT/Zanker: Annual Cost - Existing MRF $11,361,8261 Annual Cost- New MRF $10,895,657 Annual Payment Savings with New MRF $466,169 Council consideration of how to proceed with regard to the MRF equipment replacement capital project is separate from its February 13, 2007 action awarding the next contract for SMART Station operation. Staff would be presenting the MRF equipment project to Council at this time regardless of which operator was selected. Relationship of Project to ’~Ptarmigan" C&D Sorting Equipment This project for replacement of the materials recovery equipment is also separate from the "Ptarmigan" (construction and demolition) equipment issue discussed on February 13 in the context of awarding the next SMART operations contract. The proposed location, targeted waste stream, and functions of the Ptarmigan are different from those of both the existing and proposed MRF equipment. As directed by Council, staff is discussing construction and demolition sorting equipment options with Bay Counties Waste Services, which is actively working on a proposal to be brought back to Council for consideration. FISCAL IMPACT The estimated financial impacts of this project were reflected in the long-term financial plans for the Solid Waste and SMART Station funds as well as in the adopted budget and refuse rates for Fiscal Year 2007/08 and were reviewed at the May 24, 2007 Budget Workshop. Additionally, the impacts were discussed in the Report to Council on utility rate adjustments. Staff prepared a financial analysis to compare the impact of awarding the contract, as shown in the adopted budget, to the impact of not awarding the contract and not replacing the MRF equipment. This analysis compared several elements, including capital costs, ongoing operating costs and revenues and one-time cost and revenue changes during construction. All these factors Contract costs are displayed in 2006/07 dollars. Award of Bid FO612-58 SMART Station® Materials Recovery Facility (MRF) Processing System Equipment Replacement Project July 10, 2007 Page 8 of 12 are accounted for in the compa~son shown in Table 1, below. The analysis shows that proceeding with the project results in a net benefit of $18.5 million over 15 years, as compared to the alternative of not awarding the contract. Table I - 15-Year Comparison of Alternatives No MRF Replacement (Alternative 4) Replace in 2007/2008 (Alternative I) SMART OPERATING COSTS $212,503,599 $210,740,941 LANDFILL DISPOSAL COSTS Capital Rpl. Fund Debt Service Host Fee Total Expenses Revenues TOTAL NET EXPENSE - SMART Increase from recommended Alternative $205,899,277 $172,817,060 $1,000,000 $4,180,000 -$ 11,051,980 $16,112,826 $ 16,112,826 $435,515,702 $414,902,806 $(51,340,554)$(49,196,063) $384,175,148 $365,706,743 18,468,404 Capital Costs The Fiscal Year 2006/07 Adopted budget includes $5,175,000 for the SMART Station MRF Equipment Replacement Project. This item is one of many components of Project 811250 (SMART Station Equipment Replacement), which covers replacement and refurbishment of various pieces of equipment at the SMART Station throughout the life of the facility. It is currently projected that this amount (less the design costs already incurred) will be approved for carryover to FY 2007/08. This amount specified for MRF Equipment Replacement is insufficient to meet the recommended bid amount and additional project costs. (As noted previously, the amount shown for the low bid includes $600,000 for the sort room enclosures additive alternate, which staff is recommending be included in the project.) An additional $9,606,768 Award of Bid FO612-58 SMART Station® Materials Recovery Facility (MRF) Processing System Equipment Replacement Project July 10.. 2007 Page 9 of 12 (total project cost of $14,781,768, less the $5,175,000 project) is needed to meet the total project costs as follows: Monterey Mechanical Bid $12,997,800 Construction Contingency (10% of bid price)$1,299,780 Expenditures 2005-06 (Engineering & Design)$128,958 Expenditures 2006-07 (Engineering, Design, Bid)$153,230 Engineering Costs/Construction Oversight $82,000 Bond issue costs $120,000 $ 14,781,768Total Project Costs budgeted for this Additional funding for $9,606,768 is not available through current SMART Station Capital fund reserves. The City of Mountain View has decided to pay its share as a cash contribution from its solid waste reserve funds. As of the date this RTC was drafted, the City of Palo Alto was considering whether to take a similar approach. It is recommended that any monies needed after cash contributions by the partner cities be raised through the issuance of Solid Waste Revenue bonds or similar debt instruments in order to minimize the impact on garbage rates and spread the costs to users on a more equitable, long-term basis. Assuming Palo Alto participates in the debt financing, Sunnyvale’s estimated share of the debt service would be approximately $570,000 per year. Staff will return to council requesting authorization for sale of the bonds or similar debt instruments and recommends that the necessary budget modification be acted on at that time to reflect the fmal numbers after details of the financing have been finalized. One-time Costs During Construction During construction, it is projected that the Cities wil! experience a one-time expense of $!.7 million due to reduced landi’~l diversion and lost recycling revenues. The operator’s costs will be reduced while materials recovery operations are curtailed during construction. The operations contract includes a provision that passes this savings, estimated to be $318,381, on to the cities. These factors are included in operations numbers provided in the analysis in Table 1. Ongoing Operating Cost Savings and Increased Revenues The proposed new equipment provides increased mechanized separation, thereby reducing the number of personnel required to sort materials manually. The agreement with the new SMART operator for the term’ beginning in 2008 includes an annual .payment from the City that assumes that the new equipment is installed. To preserve the City’s options, the agreement also includes an annual payment that presumes that the existing equipment Award of Bid FO612-58 SMART Station® Materials Recovery Facili~ (MRF) Processing System Equipment Replacement Project July 10, 2007 Page 10 of 12 remains in use. The annual payment to the operator is $656,792 higher if the new equipment is not installed. In addition, it is projected that the new equipment will facilitate increased recovery of materials from the waste stream thereby decreasing solid waste delivered to the landfill. This increased recovery of materials from the waste stream will generate increased revenues projected to average $795,000 per year. Under the diversion incentive terms of the 2008-2014 operating contract, the cities receive 50% of these revenues if refuse diversion is at 25%. These revenues and cost savings have been accounted for in Table 1. Year to year details are provided in Attachment A. PUBLIC CONTACT Public contact was made through posting of the Council agenda on the City’s official notice bulletin board, posting of the agenda and report on the City web page. This report is also available at the Sunnyvale Public Library and the City Clerk’s Office. The partner cities, Mountain View and Palo Alto, have been part of the project design process and have been provided with an analysis of the bids and staff’s reasons for the recommendations in this report. On June 12, 2007, the Mountain View City Council authorized its staff to state its concurrence with the recommendation to proceed with the project and its agreement to pay its share of the project cost. As of the date of the drafting of this RTC, Palo Alto’s concurrence and agreement were pending. Staff will advise Council of Palo Alto’s input when that information becomes available. Although the MOU provides Sunnyvale with substantial powers with regard to SMART Station decision-making, staff does not recommend awarding this construction contract unless all three cities agree that the project should proceed. Award of Bid FO612-58 SMART Station~ Materials Recovery Facility (MRF) Processing System Equipment Replacement Project July 10, 2007 Page 11 of 12 ALTERNATIVF_~ Contingent upon concurrence and agreement by City of Palo Alto, award a contract, in substantially the same form as the attached Contract Draft #1, to Monterey Mechanical Company and in an amount not to exceed $14,297,580 ($12,997,800 for base bid plus sort rooms additive alternate plus contingency of $1,299,780). Contingent upon concurrence and agreement by City of Palo Alto, award a contract, in substantially the same form as the attached Contract Draft #2, to Monterey Mechanical Company and in an amount not to exceed $13,637,580 (base bid of $12,397,800 plus contingency of $1,239,780). 3.Direct staff to prepare to issue revenue bonds or similar debt instruments in the amount necessary to fund the project. 4. Reject all bids and do not award a contract. 5. Other action as directed by Council. Award of Bid FO612-58 SMa}~ Stafion~:’ Materials Recovery Facility (MRF) Processing System Equipment Replacement Project July 10, 2007 Page 12 of 12 RECOMMENDATION Staff recommends Alternatives #1 and #3: Contingent upon concurrence and agreement by City of Palo Alto, award a contract to Monterey Mechanical Company in an amount not to exceed $14,297,580 ($12,997,800 plus contingency of $1,299,780) and direct staff to prepare to issue revenue bonds or similar debt instruments in the amount necessary to fund the project. This recommendation is based on the following information: This alternative provides a net benefit to the SMART Station cities of $18.5 million compared to not awarding the contract. Timing is appropriate since this equipment has a projected 15-year life, which is close to the remaining term of the MOU. Debt service would be paid over the next 15 years and provide an equitable distribution of costs and benefits to ratepayers. If the project were instead funded with cash, that would require a significant short-term increase in refuse collection rates. This would charge current ratepayers for the project, and then return the benefits to future ratepayers. The new MRF design incorporates equipment that has proven to be successful in diverting recyclable materials from municipal solid waste. It features additional mechanical separation to reduc.e the need for manual separation by sorting personnel. In addition, the new equipment is projected to increase diversion. All three cities are relying on the continued success of SMART Station MRF operations to maintain their current diversion levels. A delay in equipment replacement is projected to decrease diversion over the next several years. If MRF operations shut down for an indefinite period of time, the cities would lose 40,000 tons annually in diversion and associated revenues and send that material to the landf~ at a cost in excess of $2 million per year. Reviewed by: Marvin A. Rose, Director, Public Works Prepared by: Mark Bowers, Solid Waste Program Manager Reviewed by: Mary Bradley, Director~ Finance Approved by: Amy Chan, City Manager ATTACHMENTS A)Year by Year Detail of Options B)Draft General Construction Contract # 1 C)Draft General Construction Contract #2 < DRAFT CONTRACT #1 ATTACHMENT B GENERAL CONSTRUCTION CONTRACT THIS CONTRACT dated is by and between the CITY OF SUNNYVALE, a municipal corporation of the State of California ("Owner") and Monterey Mechanical Company, a California corporation ("Contractor"). RECITALS: The parties to this Contract have mutually covenanted and agreed, as follows: 1. The Contract Documents. The complete Contract consists of the following documents: Notice Inviting Bids; Instructions to Bidders; Performance Bond and Payment Bond; Guaranty; City of Sunnyvale Standard Specifications for Public Works Construction, 2006 Edition; City of Sunnyvale Standard Details for Public Works Construction, 2006 Edition; Plans and Specifications, "SMART STATION MATERIALS PROCESSING SYSTEM EQUIPMENT REPLACEMENT PROJECT, Project No. PR- 06/02-08, Invitation for Bids No. F0612-58", including three (3) Addenda; OSHA, and other standards and codes as outlined in the Specifications. These documents are all incorporated by reference. The documents comprising the complete contract are collectively referred to as the Contract Documents. Any and all obligations of the Owner and the Contractor are fully set forth and described therein. All of the above documents are intended to cooperate so that any work called for in one and not mentioned in the. other or vice versa is to be executed the same as if mentioned in all documents. 2. The Work. Contractor agrees to furnish all tools, equipment, apparatus, facilities, labor, transportation, and material necessary to perform and complete in a good and workmanlike manner, the work of removal of existing processing equipment and structures, and the design, fabrication, supply and installation of new processing equipment as called for, and in the manner designated in, and in strict conformity with, the Plans and Specifications prelSared by URS Corporation/RRT Design & Construction and adopted by the Owner. These Plans and Specifications are entitled respectively, SMART STATION MATERIALS PROCESSING SYSTEM EQUIPMENT REPLACEMENT PROJECT, Project No. PR-06/02-08. It is understood and agreed that tools, equipment, apparatus, facilities, labor, transportation, and material shall be furnished and work performed and completed as required in the Plans and Specifications under the sole direction and control of the Contractor, and subject to inspection and approval of the Owner, or its representatives. The Owner hereby designates as its representative for the purpose of this contract the Senior Civil Engineer for Construction or an employee of the Owner who will be designated in writing by the Director of Public Works. 3. Contract Price. The Owner agrees to pay and the Contractor agrees to accept, in full payment for the work above agreed to be done, the lump sum of Twelve Million Nine Hundred Ninety Seven Thousand Eight Hundred and NO/100 Dollars ($12,997,800.00) subject to additions and deductions as provided in the Contract Documents and in accordance with Contract Documents. The sum includes base bid and accepted Additive Alternate 1. 4. Permits; Compliance with Law. Contractor shall, at its expense, obtain all necessary permits and licenses, easements, etc., for the construction of the project, give all necessary notices, pay all fees required by law, and comply with all laws, ordinances, rules and regulations relating to the work and to the preservation of the public health and safety. ~ 5. Inspection by Owner. Contractor shall at all times maintain proper facilities and provide safe access for inspection by the Owner to all parts of the work, and to the shops wherein the work is in preparation. Where the Specifications require work to be specially tested or approved, it shall not be tested or covered up without timely notice to the Owner of its readiness for inspection and without the approval thereof or consent thereto by the latter. Should any such work be covered up without such notice, approval, or consent, it must, if required by Owner, be uncovered for examination at the Contractor’s expense. 6. Extra or Additional Work and Changes. Should Owner at any time during the progress of the work request any alterations, deviations, additions or omissions from the Specifications or Plans or other Contract Documents it shall be at liberty to do so, and the same shall in no way affect or make void the contract, but will be added to or deducted from the amount of the contract price, as the case may be, by a fair and reasonable valuation, agreed to ~n writing between the parties hereto. No extra work shall be performed or change be made unless in pursuance of a written order from the Director of Public Works or authorized, representative, stating that the extra work or change is authorized and no claim for an addition to the contract sum shall be valid unless so ordered. 7. Time for Completion. All work under this contract shall be completed before the expiration three hundred (300) calendar days from the date specified in the Notice to Proceed. If Contractor shall be delayed in the work by the acts or neglect of Owner, or its employees or those under it by contract or otherwise, or by changes ordered in the work, or by strikes, lockouts by others, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractor’s control, or by delay authorized by the Owner, or by any cause which the Owner shall decide to justify the delay, then the time of completion shall be extended for such reasonable time as the Owner may decide. This provision does not exclude the recovery of damages for delay by either party under other provisions. 8. Inspection and Testing of Materials. Contractor shall notify Owner a sufficient time in advance of the manufacture or production of materials, to be supplied under this contract, in order that,rthe Owner may arrange for mill or factory inspection and testing of same, if Owner reqL~ests such notice from Contractor. 9. Termination for Breach, etc. If Contractor should file a bankruptcy petition and/or be adjudged a bankrupt, or if Contractor should make a general assignment for the benefit of creditors, or if a receiver should be appointed on account of insolvency, or if Contractor or any subcontractors should violate any of the provisions of the Contract, Owner may serve written notice upon Contractor and its surety of Owner’s intention to terminate the Contract. The notice shall contain the reasons for such intention to terminate the Contract, and, unless within ten days after serving such notice, such violation shall cease and satisfactory arrangements for correction thereof be made, upon the expiration of the ten days, the Contract shall cease and terminate. In the event of any such termination, Owner shall immediately serve written notice thereof upon the surety and the Contractor, and the surety shall have the right to take over and perform the Contract; provided, however that, if the surety within fifteen days after the serving upon it of notice of termination does not give Owner written notice of its intention to take over and perform the Contract or does not commence performance thereof within thirty days from the date of the serving of such notice, Owner may take over the work and prosecute the same to completion by contract or by any other method it may deem advisable, for the account and at the expense of Contractor, and Contractor and its surety shall be liable to Owner for any excess cost occasioned Owner thereby; and in such event Owner may without liability for so doing take possession of and utilize in completing the work, such materials, appliances, plant and other property belonging to Contractor as may be on the site of the work and necessary therefor. 10. Owner’s Right to Withhold Certain Amounts and Make Application Thereof. In addition to the amount which Owner may retain under Paragraph 21 until the final completion and acceptance of all work covered by the Contract, Owner may withhold from payment to Contractor such amount or amounts as in its judgment may be necessary to pay just claims against Contractor or any subcontractors for labor and services rendered and materials furnished in and about the work. Owner may apply such withheld amount or amounts to the payment of such claims in its discretion. In so doing Owner shall be deemed the agent of Contractor and any payment so made by Owner shall be considered as a payment made under the Contract by Owner to the Contractor and Owner shall not be liable to Contractor for any such payment made in good faith. Such payment may be made without prior judicial determination of the claim or claims. 11. Notice and Service Thereof. All notices required pursuant to this Contract shall be communicated in writing, and shall be delivered in person, by commercial courier or by first class or priority/ mail delivered by the United States Postal Service. Transmission of notice by facsimile or by telephone may be deemed sufficient if the requirement for wdtten notice is waived, in writing, by the receiving party. Notices delivered in person shall be deemed communicated as of actual receipt. Notices sent by mail or courier service shall be deemed communicated as of three days after mailing or dispatch, unless that date is a date on which there is no mail or delivery service, in which case communication shall be deemed to occur the next mail service or delivery day. The burden of proof of compliance with this requirement for written notice shall be on the sending party. All notices sent pursuant to this Contract shall be addressed as follows: Owner:City of Sunnyvale Department of Public Works Construction Contract Administrator P. O. Box 3707 Sunnyvale, CA 94088-3707 Contractor:Monterey Mechanical Company Attn: James Troup 8275 San Leandro Street Oakland, CA 94621 12. Assignment of Contract. Neither the Contract, nor any part thereof, nor moneys due or to become due thereunder may be assigned by Contractor without the prior written approval of Owner. 13. Compliance with Specifications of Materials. Whenever in the Specifications, any material or process is indicated or specified by patent or proprietary name, or by name of manufacturer, such Specifications must be met by Contractor, unless Owner agrees in writing to some other material, process or article offered by Contractor which is equal in all respects to the one specified. 14. Contract Security. Contractor shall furnish a surety bond in an amount at least equal to 100 per cent of the contract price as security for the faithful performance of this Contract. Contractor shall also furnish a separate surety bond in an amount at least equal to 100 percent of the contract price as security for the payment of all persons for furnishing materials, provisions, provender, or other supplies, or teams, used in, upon, for or about the performance of the work contracted to be done, or for performing any work or labor thereon of any kind, and for the payment of amounts due under the Unemployment Insurance Code with respect to such work or labor in connection with this Contract, and for the payment of a reasonable attorney’s fee to be fixed by the court in case suit is brought upon the bond. 15. Insurance: ContractOr shall not commence work under this Contract until all insurance required under this paragraph has been obtained and such insurance has been approved by the Owner, nor shall Contractor allow any subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Contractor shall furnish the Owner with satisfactory proof of the carriage of insurance required, and there shall be a specific contractual liability endorsement extending the Contractor’s coverage to include the contractual liability assumed by tb.e Contractor pursuant to this Contract and particularly paragraph 16 hereof. Any policy of insurance required of the Contractor under this Contract shall also contain an endorsement providing that thirty (30) days’ notice must be given in writing to the Owner of any pending change in the limits of liability or of any cancellation or modification of the policy. Insurance carrier shall be California-admitted. (a) Compensation Insurance and Employer’s Liability Insurance. Contractor shall take out and maintain during the life of this Contract Workers’ Compensation Insurance and Employer’s Liability Insurance for all of employees employed at the site of the project and, in case any work is sublet, Contractor shall require the subcontractor similarly to provide Workers’ Compensation Insurance and Employer’s Liability Insurance for all of the latter’s employees unless such employees are covered by the protection afforded by Contractor~: In signing this Contract, Contractor makes the following certification, required by Section 1861 of the Labor Code: "1 am aware of the provision of Section 3700 of the Labor Code which require every employer to be insured against liability for ,workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." (b) General Liability Insurance. Contractor, at its own cost and expense, shall maintain personal injury liability and property damage insurance for the period covered by the Contract in the amount of Two Million Dollars ($2,000,000.00) per occurrence. Such coverage shall include, but shall not be limited to, protection against claims arising therefrom, and damage to property resulting from activities contemplated under this Contract. Such insurance shall be with insurers and under forms of policies satisfactory in all respects to the Owner and shall provide that notice must be given to Owner at least thirty (30) days prior to cancellation or material change. The following endorsements shall be attached to the policy: Policy shall cover on an "occurrence" basis. Policy must cover personal injuries as well as bodily injuries. Exclusion of contractual liability must be eliminated from personal injury endorsement. Broad form property damage endorsement must be attached. Owner is to be named as an additional insured on any contracts of insurance under this paragraph (b). Coverage shall not extend to any indemnity coverage for the active negligence of the additional insured in any case where an agreement to indemnify the additional insured would be invalid under Subdivision (b) of Section 2782 of the Civil Code. The policies of insurance shall be considered primary insurance before any policies of insurance maintained by Owner. (c) Automobile Liability. Contractor, at its own cost and expense, shall maintain automobile insurance for the period covered by the Contract in the amount of One Million Dollars ($1,000,000.00) combined single limit coverage 16. Hold Harmless. Contractor agrees to defend, save, indemnify and hold harmless Owner and all its officers, employees, and agents, against any and all liability, claims, judgments, or demands, including demands arising from injuries or death of persons (Contractor’s employees included) and damage to property, arising directly or indirectly out of the obligations herein undertaken or out of the operations conducted by Contractor, save and except claims or litigation arising through the active negligence Or willful misconduct of Owner, or of Owner’s officials, agents, employees, servants, or independent contractors who are directly responsible to Owner. Contractor shall make good and reimburse Owner for any expenditures, including reasonable attorneys’ fees, Owner may make by reason of such claim or litigation, and, if requested by Owner, Contractor shall defend any such suits at the sole cost and expense of Contractor. 17. Hours of Work. Eight hours of labor during any one calendar day and forty hours of labor during any one calendar week shall constitute the maximum hours of service upon all work done hereunder, and it is expressly stipulated that no laborer, worker, or mechanic employed at any time by the Contractor or by any subcontractor or subcontractors under this Contract, upon the work or upon any part of the work contemplated by this Contract, shall be required or permitted to work thereon more than eight hours during any one calendar day and forty hours during any one calendar week, except, as provided by Section 1815 of the Labor Code of the State of California, work performed by employees of contractors in excess of eight hours per day and forty hours during any one week shall be permitted upon public work upon compensation for all hours worked in excess of eight hours per day at not less than one and one-half times the basic rate of pay. It is further expressly stipulated that for each and every violation of Sections 1811-1815, inclusive, of the Labor Code of the State of California, all the provisions whereof are deemed to be incorporated herein, Contractor shall forfeit, as a penalty to Owner, fifty dollars ($50.00) for each laborer, worker, or mechanic employed in the execution of this Contract by Contractor, or by any subcontractor under this Contract, for each calendar day during which the laborer, worker, or mechanic is required or permitted to work more than eight hours in any one calendar day and forty hours in any one calendar week in violation of the provisions of the Sections of the Labor Code. Contractor, and each subcontractor, shall, in accordance with California Labor Code Section 1776 or as the same may be later amended, keep accurate payroll records showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with work under this agreement. Each payroll record shall contain or be verified by a written declaration under penalty of perjury, in accordance with Labor Code Section 1776(a). Such payroll records shall be made available at all reasonable times at the Contractor’s principal office to the persons authorized to inspect such records pursuant to Labor Code Section 1776. A certified copy of all payroll records shall be made available for inspection or fumished upon ~ request to a representative of the Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards of the Department of Industrial Relations, as well as to the Owner’s representative. In the event the Contractor or a Subcontractor fails to comply in a timely manner within ten days to a written notice requesting the records, such contractor or subcontractor shall forfeit twenty- five dollars ($25.00)for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated, in accordance with Labor Code Section 1776(g). 18. Wage Rates. Pursuant to the Labor Code of the State of California, or any applicable local law, Owner has ascertained the general prevailing rate per diem wages and rates for holidays, and overtime work in the city, for each craft, classification or type of laborer, worker, or mechanic needed to execute this Contract. Owner has adopted, by reference, the general prevailing rate of wages applicable to the work to be done under the Contract, as adopted and published by the Division of Labor Standards Enforcement and Labor Statistics and Research of the State of California, Department of Industrial Relations, to which, reference is hereby made for a full and detailed description. A copy of the prevailing wage rates may be reviewed in the office of the Director of Public Works, City of Sunnyvale, 456 West Olive Avenue, Sunnyvale, California. Wage rates can also be obtained through the City’s Website at www.ci.sunnyvale.ca.us/purchasii~g/prevailingwages.htm. Neither the notice inviting bids nor this Contract shall constitute a representation of fact as to the prevailing wage rates upon which the Contractor or any subcontractor may base any claim against Owner. It shall be mandatory upon Contractor and upon any subcontractor to pay not less than the specified rates to all laborers, workers, and mechanics employed in the execution of the Contract. It is further expressly stipulated that Contractor shall, as a penalty to Owner, forfeit fifty dollars ($50.00) for each calendar day, or portion thereof, for each laborer, worker, or mechanic paid less then the stipulated prevailing rates for any work done under this Contract by Contractor or by any subcontractor; and Contractor agrees to comply with all provisions of Section 1775 of the Labor Code. In case it becomes necessary for Contractor or any subcontractor to employ on the project under-this Contract any person in a trade or occupation (except executives, supervisory, administrative, cleric,al, or other non-manual workers as such) for which no minimum wage rate is herein specified, Contractor shall immediately notify Owner who will promptly thereafter determine the prevailing rate for such additional trade or occupation and shall furnish Contractor with the minimum rate based thereon. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment. t9. Accident Prevention. Precaution shall be exercised at all times for the protection of persons (including employees) and property. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment, and other hazards shall be guarded or eliminated in accordance with the safety provisions of the Construction Safety Orders issued by the Industrial Accident Commission of the State of California. 20. Contractor’s Guarantee. Owner shall not, in any way or manner, be answerable or suffer loss, damage, expense or-liability for any loss or damage that may happen to the building, work, or equipment or any part thereof, or in, on, or about the same during its construction and before acceptance. Contractor unqualifiedly guarantees the first-class quality of all workmanship and of all materials, apparatus, and equipment used or installed by Contractor or by any subcontractor or supplier in the project which is the subject of this Contract, unless a lesser quality is expressly authorized in the Plans and Specifications, in which event Contractor unqualifiedly guarantees such lesser quality; and that the work as performed by Contractor will conform with the Plans and Specifications or any written authorized deviations therefrom. In case of any defect in work, materials, apparatus or equipment, whether latent or patent, revealed to Owner within one year of the date of acceptance of completion of this Contract by Owner, Contractor will forthwith remedy such defect or defects without cost to Owner. 2’1. Liquidated Damage, s. Time shall be the essence of this Contract. If Contractor fails to complete, within the time fixed for such completion, the entire work mentioned and described and contracted to be done and performed, Contractor shall become liable to Owner for liquidated damages in the sum of Four thousand Three Hundred ($4,300), for each and every calendar day during which work shall remain uncompleted beyond such time fixed for completion or any lawful extension thereof. The amount specified as liquidated damages is presumed to be the amount of damage sustained by Owner since it would be impracticable or extremely difficult to fix the actual damage; and the amount of liq,uidated damages may be deducted by Owner from moneys due Contractor hereunder, or its assigns and successors at the time of completion, and Contractor, or its assigns and successors at the time of completion, and its sureties shall be liable to Owner for any excess. 22. Additional Provisions. None. IN WITNESS WHEREOF, two identical counterparts of this contract, each of which shall for all purposed be deemed an original thereof, have been duly executed by the parties. CITY OF SUNNYVALE a Municipal Corporation, Owner Monterey Mechanical Company Contractor License No. 388361 By City Manager By. Title By Title Attest: By City Clerk (SEAL) APPROVED AS TO FORM: City Attomey (Notice:The signatures of the Contractor’s acknowledged before a notary.) officers on this contract must be ACKNOWLEDGMENT State of California County of On personally appeared ) ) before me, 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/herltheir 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) DRAFT CONTRACT #2 ATTACHMENT C GENERAL CONSTRUCTION CONTRACT THIS CONTRACT dated ~ is by and between the CITY OF SUNNYVALE, a municipal corporation of the State of California ("Owner") and Monterey Mechanical Company, a California corporation ("Contractor"). RECITALS: The parties to this Contract have mutually covenanted and agreed, as follows: 1. The Contract Documents. The complete Contract consists of the following documents: Notice Inviting Bids; Instructions to Bidders; Performance Bond and Payment Bond; Guaranty; City of Sunnyvale Standard Specifications for Public Works Construction, 2006 Edition; City of Sunnyvale Standard Details for Public Works Construction, 2006 Edition; Plans and Specifications, "SMART STATION MATERIALS PROCESSING SYSTEM EQUIPMENT REPLACEMENT PROJECT, Project No. PR- 06/02-08, Invitation for Bids No. F0612-58", including three. (3) Addenda; OSHA, and other standards and codes as outlined in the Specifications. These documents are all incorporated by reference. The documents comprising the complete contract are collectively referred to as the Contract Documents. Any and all obligations of the Owner and the Contractor are fully set forth and described therein. All of the above documents are intended to cooperate so that any work called for in one and not mentioned in the other or vice versa is to be executed the same as if mentioned in all documents. 2. The Work. Contractor agrees to furnish all tools, equipment, apparatus, facilities, labor, transportation, and material necessary to perform and complete in a good and workmanlike manner, the work of removal of existing processing equipment and structures, and the design, fabrication, supply and installation of new processing equipment as called for, and in the manner~designated in, and in strict conformity with, the Plans and Specifications prepared by URS Corporation/RRT Design & Construction and adopted by the Owner. These Plans and Specifications are entitled respectively, SMART STATION MATERIALS PROCESSING SYSTEM EQUIPMENT REPLACEMENT PROJECT, Project No. PR-06/02-08. It is understood and agreed that tools, equipment, apparatus, facilities, labor, transportation, and material shall be furnished and work performed and completed as required in the Plans and Specifications under the sole direction and control of the Contractor, and subject to inspection and approval of the Owner, or its representatives. The Owner hereby designates as its representative for the purpose of this contract the Senior Civil Engineer for Construction or an employee of the Owner who will be designated in writing by the Director of Public Works. 3. Contract Price. The Owner agrees to pay and the Contractor agrees to accept, in full payment for the work above agreed to be done, the lump sum of Twelve Million .Three Hundred Ninety Seven Thousand Eight Hundred and NO/100 Dollars ($12,397,800.00) subject to additions and deductions as provided in the Contract Documents and in accordance with Contract Documents. The sum includes base bid ONLY. 4. Permits; Compliance. with Law. Contractor shall, at its expense; obtain all necessary permits and licenses, easements, etc., for the construction of the project, give all necessary notices, pay all fees required by law, and comply with all laws, ordinances, rules and regulations relating to the work and to the preservation of the public health and safety. 5. Inspection by Owner. Contractor shall at all times maintain proper facilities and provide safe access for inspection by the Owner to all parts of the work, and to the shops wherein the work is in preparation. Where the Specifications require work to be specially tested or approved, it shall not be tested or covered up without timely notice to the Owner of its readiness for inspection and without the approval thereof or consent thereto by the latter. Should any such work be covered up without such notice, approval, or consent, it must, if re, quired by Owner, be uncovered for examination at the Contractor’s expense. 6. Extra or Additional Work and Changes. Should Owner at any time during the progress of the work request any alterations, deviations, additions or omissions from the Specifications or Plans or other Contract Documents it shall be at liberty to do so, and the same shall in no way affect or make void the contract, but will be added to or deducted from the amount of the contract price, as the case may be, by a fair and reasonable valuation, agreed to in writing between the parties hereto. No extra work shall be performed or change bemade unless in pursuance of a written order from the Director of Public Works or authorized representative, stating that the extra work or change is authorized and no claim for an addition to the contract sum shall be valid unless so ordered. 7. Time for Completion. All work under this contract shall be completed before the expiration three hundred (300) calendar days from the date specified in the Notice to Proceed. ~ If Contractor shall be delayed in the work by the acts or neglect of Owner, or its employees or those under it by contract or otherwise, or by changes ordered in the work, or by strikes, lockouts by others, fire, unusual delay in transportation, unavoidable casualties or any causes beyond the Contractor’s control, or by delay authorized by the Owner, or by any cause which the Owner shall decide to justify the delay, then the time of completion shall be extended for such reasonable time as the Owner may decide. This provision does not exclude the recovery of damages for delay by either party under other provisions. 8. Inspection and Testing of Materials. Contractor shall notify Owner a sufficient time in advance of the manufacture or production of materials, to be supplied under this contract, in order that the Owner may arrange for mill or factory inspection and testing of same, if Owner requests such notice from Contractor. 9. Termination for Breach, etc. If Contractor should file a bankruptcy petition and/or be adjudged a bankrupt, or if Contractor should make a general assignment for the benefit of creditors, or if a receiver should be appointed on account of insolvency, or if Contractor or any subcontractors should violate any of the provisions of the Contract, Owner may serve written notice upon Contractor and its surety of Owner’s intention to terminate the Contract. The notice shall contain the reasons for such intention to terminate the Contract, and, unless within ten days after serving such notice, such violation shall cease and satisfactory arrangements for correction thereof be made, upon the expiration of the ten days, the Contract shall cease and terminate. In the event of any such termination, Owner shall immediately serve written notice thereof upon the surety and the Contractor, and the surety shall have the right to take over and perform the Contract; provided, however that, if the surety within fifteen days after the serving upon it of notice of termination does not give Owner written notice of its intention to take over and perform the Contract or does not commence performance thereof within thirty days from the date of the serving of such notice, Owner may take over the work and prosecute the same to !completion by contract or by any Other method it may deem advisable, for the account and at the expense of Contractor, and Contractor and its surety shall be liable to Owner for any excess cost occasioned Owner thereby, and in such event Owner may without liability for so doing take possession of and utilize in completing the work, such materials, appliances, plant and other property belonging to Contractor as may be on the site of the work and necessary therefor. 10. Owner’s Right to Withhold Certain Amounts and Make Application Thereof. In addition to the amount which Owner may retain under Paragraph 21 until the final completion and acceptance of all work covered by the Contract, Owner may withhold from payment to Contractor such amount or amounts as in its judgment may be necessary to pay just claims against Contractor or any subcontractors for labor and services rendered and materials furnished in and about the work. Owner may apply such withheld amount or amounts to the payment of such claims in its discretion. In so doing Owner shall be deemed the agent of Contractor and any payment so made by Owner shall be considered as a~ payment made under the Contract by Owner to the Contractor and Owner shall not be liable to Contractor for any such payment made in good faith. Such payment may be made without prior judicial determination of the claim or claims. 11. Notice and Service Thereof. All notices required pursuant to this Contract shall be communicated~ in writing, and shall be delivered in person, by commercial courier or by first class or priority mail delivered by the United States Postal Service. Transmission of notice by facsim, ile or by telephone may be deemed sufficient if the requirement for written notice iS waived, in wdting, by the receiving party. Notices delivered in person shall be deemed communicated as of actual receipt. Notices sent by mail or courier service shall be deemed communicated as of three days after mailing or dispatch, unless that date is a date on which there is no mail or delivery service, in which case communication shall be deemed to occur the next mail service or delivery day. The burden of proof of compliance with this requirement for written notice shall be on the sending party. All notices sent pursuant to this Contract shall be addressed as follows: Owner:City of Sunnyvale Department of Public Works Construction Contract Administrator P. O. Box 3707 Sunnyvale, CA 94088-3707 Contractor:Monterey Mechanical Company Attn: James Troup 8275 San Leandro Street Oakla,nd, CA 94621 12. Assignment of Contract. Neither the Contract, nor any part thereof, nor moneys due or to become due thereunder may be assigned by Contractor without the prior written approval of Owner. 13. Compliance with Specifications of Materials. Whenever in the Specifications, any material or process is indicated or specified by patent or proprietary name, or by name of manufactu, rer, such Specifications must be met by Contractor, unless Owner agrees in writing to some other material, process or article offered by Contractor which is equal in all respects to the one specified. 14. Contract Security. Contractor shall furnish a surety bond in an amount at least equal to 100 per cent of the contract price as security for the faithful performance of this Contract. Contractor shall also furnish a separate surety-bond in an amount at least equal to 100 percent of the contract price as security for the payment of all persons for furnishing materials, provisions, provender, or other supplies, or teams, used in, upon, for. or about the performance of the work contracted to be done, or for performing any work or labor thereon of any kind, and for the payment of amounts due under the Unemployment Insurance Code with respect to such work or labor in connection with this Contract, and for the payment of a reasonable attorney’s fee to be fixed by the court in case suit is brought upon the bond. 15. Insurance. Contractor shall not commence work under this Contract until all insurance required under this paragraph has been obtained and such insurance has been approved by the Owner, nor shall Contractor allow any subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Contractor shall furnish the Owner with satisfactory proof of the carriage of insurance required, and there shall be a specific contractual liability endorsement extending the Contractor’s coverage to include the contractual liability assumed by the Contractor pursuant to this Contract and particularly paragraph 16 hereof. Any policy of insurance required of the Contractor under this Contract shall also contain an endorsement providing that thirty (30) days’ notice must be given in writing to the Owner of any pending change in the limits of liability or of any cancellation or modification of the policy. Insurance carder shall be California-admitted. (a) Compensation Insurance and Employer’s Liability Insurance. Contractor shall take out and maintain during the life of this Contract Workers’ Compensation Insurance and Employer’s Liability Insurance for all of employees employed at the site of the project and, in case any work is sublet, Contractor shall require the subcontractor similarly to provide Workers’ Compensation Insurance and Employer’s Liability Insurance for all of the latter’s employees unless such employees are covered by the protection afforded by Contractor. In signing this Contract, Contractor makes the following certification, required by Section 1861 of the Labor Code: "1 am aware of the provision of Section 3700 of the Labor Code which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that code, and I will !comply with such provisions before commencing the performance of the work of this contract." (b) General Liability Insurance. Contractor, at its own cost and expense, shall maintain personal injury liability and property damage insurance for the period covered by the Contract in the amount of Two Million Dollars ($2,000,000.00) per occurrence. Such coverage shall include, but shall not be limited to, protection against claims arising therefrom, and damage to property resulting from activities contemplated under this Contract. Such insurance shall be with insurers and under forms of policies satisfactory in all respects to the Owner and shall provide that notice must be given to Owner at least thirty (30) days prior to cancellation or material change. The following endorsements shall be attached to the policy: Policy shall cover on an "occurrence" basis. Policy must cover personal injuries as well as bodily injuries. Exclusion of contractual liability must be eliminated from personal injury endorsement. Broa’d form property damage endorsement must be attached. Owner is to be named as an additional insured on any contracts of insurance under this paragraph (b). Coverage shall not extend to any indemnity coverage for the active negligence of the additional insured in any case where an agreement to indemnify the additional insured would be invalid under Subdivision (b) of Section 2782 of the Civil Code. The policies of insurance shall be considered primary insurance before any ¯policies of ~nsurance maintained by Owner. (c) Automobile Liability. Contractor, at its own cost and expense, shall maintain automobile insurance for the period covered by the Contract in the amount of One Million Dollars ($1,000,000.00) combined single limit coverage 16. Hold Harmless. Contractor agrees to defend, save, indemnify and hold harmless Owner and all its officers, employees, and agents, against any and all liability, claims, judgments, or demands,! including demands arising from injuries or death of persons (Contractor’s employees included) and damage to property, arising directly or indirectly out of the obligations herein undertaken or out of the operations conducted by Contractor, save and except claims or litigation arising through the active negligence or willful misconduct of Owner, or of Owner’s officials, agents, employees, servants, or independent contractors who are directly responsible to Owner. Contractor shall make good and reimburse Owner for any expenditures, including reasonable attorneys’ fees, Owner may make by reason of such claim or litigation, and, if requested by Owner, Contractor shall defend any such suits at the sole cost and expense of Contractor. 17. Hours of Work. Eight hours of labor during any one calendar day and forty hours of labor during any one calendar week shall constitute the maximum hours of 1service upon all work done hereunder, and it is expressly stipulated that no laborer, worker, or mechanic employed at any time by the Contractor or by any subcontractor or subcontractors under this Contract, upon the work or upon any part of the work contemplated by this Contract, shall be required or permitted to work thereon more than eight hours during any one calendar day and forty hours during any one calendar week, except, as provided by Section 1815 of the Labor Code of the State of California, work performed by employees of contractors in excess of eight hours per day and forty hours during any one week shall be p,ermitted upon public work upon compensation for all hours worked in excess of eight hours per day at not less than one and one-half times the basic rate of pay. It is further expressly stipulated that for each and every violation of Sections 1811-1815, inclusive, of the Labor Code of the State of California, all the provisions whereof are deemed to be incorporated herein, Contractor shall forfeit, as a penalty to Owner, fifty dollars ($50.00) for each laborer, worker, or mechanic employed in the execution of this Contract by Contractor, or by any subcontractor under this Contract, for each calendar day during which the laborer, worker, or mechanic is required or permitted to work mo,re than eight hours in any one calendar day and forty hours in any one calendar week in violation of the provisions of the Sections of the Labor Code. Contractor, and each subcontractor, shall, in accordance with California Labor Code Section 1776 or as the same may be later amended, keep accurate payroll records showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, o,r other employee employed by him or her in connection with work under this agreement. Each payroll record shall contain or be verified by a written declaration under penalty of perjury, in accordance with Labor Code Section 1776(a). Such payroll records shall be made available at all reasonable times at the Contractor’s principal office to the persons authorized to inspect such records pursuant to Labor Code Section 1776. A certified copy of all payroll records shall be made available for inspection or furnished upon request to a representative of the Division of Labor Standards Enforcement, and the Division of Apprenticeship Standards of the Department of Industrial Relations, as well as to the Owner’s representative, in the event the Contractor or a Subcontractor fails to comply in a timely manner within ten days to a written notice requesting the records, such contractor or subcontractor shall forfeit twenty- five dollars ($25.00) for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated, in accordance with Labor Code Section 1776(g). 18. Wage Rates. Pursuant to the Labor Code of the State of California, or any applicable local law, Owner has ascertained the general prevailing rate per diem wages and rates for holidays, and overtime work in the city, for each craft, classification or type of laborer, worker, or mechanic needed to execute this Contract. Owner has adopted, by reference, the general prevailing rate of wages applicable to the work to be done under the Contract, as adopted and published by the Division of Labor Standards Enforcement and Labor Statistics and Research of the State of California, Department of Industrial Relations, to which reference is hereby made for a full and detailed description. A copy of the prevailing wage rates may be reviewed in the office of the Director of Public Works, City of Sunnyvale, 456 West Olive Avenue, .Sunnyvale, California. Wage rates can also be obtained through the City’s Website at www.ci.sunnyvale.ca.us/purchasing/prevailingwages.htm. Neither the notice inviting bids nor this Contract shall constitute a representation of fact as to the prevailing wage rates upon which the Contractor or any subcontractor may base any claim against Owner. It shall be mandatory upon Contractor and upon any subcontractor to pay not less than the specified rates to all laborers, workers, and mechanics employed in the execution -of the Contract. It is further expressly stipulated that Contractor shall, as a penalty to Owner, forfeit fifty dollars ($50.00) for each calendar day, or portion thereof, for each laborer, worker, or mechanic paid less then the stipulated prevailing rates for any work done under this Contract by Contractor or by any subcontractor; and Contractor agrees to comply with all provisions of Section 1775 of the Labor Code. In case it becomes necessary for Contractor or any subcontractor to employ on the project under this Contract any person in a trade or occupation (except executives, supervisory, administrative, clerical, or other non-manual workers as such) for which no minimum wage rate is herein specified, Contractor shall immediately notify Owner who will promptly thereafter determine the prevailing rate for such additional trade or occupation and shall furnish Contractor with the minimum rate based thereon. The minimum rate thus furnished shall be applicable as a minimum for such trade or occupation from the time of the initial employment of the person affected and during the continuance of such employment. 19. Accident Prevention. Precaution shall be exercised at all times for the protection of persons (including employees) and property. The safety provisions of applicable laws, building and construction codes shall be observed. Machinery, equipment, and other hazards shall be guarded or eliminated in accordance with the safety provisions of the Construction Safety Orders issued by the Industrial Accident Commission of the State of California. 20. Contractor’s Guarantee. Owner shall not, in any way or manner, be answerable or suffer loss, damage, expense or liability for any loss or damage that may happen to the building, work, or equipment or any part thereof, or in, on, or about the same during its construction and before acceptance. Contractor unqualifiedly guarantees the first-class quality 0f all workmanship and of all materials, apparatus, and equipment used or installed by Contractor or by any subcontractor or supplier in the project which is the subject of this Contract, unless a lesser quality is expressly authorized in the Plans and Specifications, in which event Contractor unqualifiedly guarantees such lesser quality; and that the work as performed by Contractor will conform with the Plans and Specifications or any written authorized deviations therefrom. In case of any defect in work, materials, apparatus or equipment, whether latent or patent, revealed to Owner within one year of the date of acceptance of completion of this Contract by Owner, Contractor will forthwith remedy such defect or defects without cost to Owner. 21. Liquidated Damages. Time shall be the essence of this Contract. If Contractor fails to complete, within the time fixed for such completion, the entire work mentioned and described and contracted to be done and performed, Contractor shall become liable to Owner for liqu!dated damages in the sum of Four thousand Three Hundred ($4,300), for each and every calendar day during which work shall remain uncompleted beyond such time fixed for completion or any lawful extension thereof. The amount specified as liquidated damages is presumed to be the amount of damage sustained by Owner since it would be impracticable or extremely difficult to fix the actual damage; and the amount of liquidated damages may be deducted by Owner from moneys due Contractor hereunder, or its assigns and successors at the time of completion, and Contractor, or its assigns and successors at the time of completion, and its sureties shall be liable to Owner for any excess. 22. Additional Provisions. None. IN WITNESS WHEREOF, two identical counterparts of this contract, each of which shall for all purposed be deemed an original thereof, have been duly executed by the parties. CITY OF SUNNYVALE a Municipal Corporation, Owner Monterey Mechanical Company Contractor License No. 388361 By Attest: City Manager By. Title By. Title By City Clerk (SEAL) APPROVED AS TO FORM: City Attomey (Notice:The signatures of the Contractor’s acknowledged before a notary.) officers on this contract must be