Loading...
HomeMy WebLinkAboutStaff Report 364-07City of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS DATE:SEPTEMBER 17, 2007 CMR:364:07 SUBJECT:APPROVAL OF A WASTEWATER TREATMENT ENTERPRISE FUND CONTRACT WITH ANDERSON PACIFIC IN THE TOTALAMOUNT OF $859,000 FOR THE RECYCLED WATER PUMP STATION UPGRADE PROJECT AT THE REGIONAL WATERQUALITY CONTROL PLANT - CAPITAL IMPROVEMENT PROGRAMPROJECT WQ-80021 This staff report provides an expanded description and clarification of statements made in the Project Description section of CMR:342:07 (Attachment A) and during discussion of Agenda Item 19 from the City Council meeting on September 10, 2007. RECOMMENDATION Staff believes and continues to recommend that, in order to meet the City’s commitment to the existing users during the summer of 2008 and keep future projects on schedule, the pump station upgrade project needs to be awarded in September 2007. Prevailing Wage: When preparing the invitation for bids for the pump station upgrade project, staff did not require prevailing wage because the pump station project was being funded by local funds. The low bidder, Anderson Pacific, has voluntarily submitted a letter stating that it will be paying prevailing wage on this project and is willing to provide certified payroll. A copy of the letter is Attachment B. 5 Proiect Scope: As described in the CMR and during the discussions on September 10, the work includes replacement of the original recycled water pumps with four new local use pumps. The original pumps, known as the "local use" pumps, were installed in 1975 and have supplied reclaimed water to Palo Alto’s Greer Park and Mountain View’s Shoreline area. The pumps have reached the end of their useful life and the plant has committed to supplying additional reclaimed water to customers in Mountain View and Palo Alto. The new pumps will deliver the water at a higher pressure than the old pumps in order to eliminate the need for remote booster pump stations in the distribution system and to maximize the volume of water that can be delivered. Otherwise the new local use pumps will perform the same function as the old local use pumps. In addition, existing pumps that supply plant effluent to Palo Alto’s Emily Renzel Fresh Water Marsh and reclaimed water to the Palo Alto Golf Course are being renovated and relocated. CMR:364:07 Page 1 of 3 These pumps pump reclaimed water into separate pipelines and operate at lower pressures than the "local use" pumps. Finally, some piping is being upgraded to maximize the hydraulic capacity of the pumping systems, new instrumentation and control systems will be installed to improve the automation of the entire system, and the reclaimed water storage tank will be cleaned and renovated. Project Ftmdin~: This project is being funded solely from local funds, namely the City of Palo Alto’s Wastewater Treatment Fund Plant Equipment Replacement Program, Capital Improvement Program (CIP) Project WQ-80021. This project will not receive any state or federal Funds. At the September 10 Council meeting, a statement was made that suggested that if the pump project was not done quickly, state grant and loan funding may be lost. This statement is misleading and needs clarification in that it did not refer to ftmding for the pump station upgrade project, rather to a separate project that is currently under construction, the Mountain View/Moffet Reclaimed Water Pipeline Project (the Pipeline Project). The Pipeline Project is a joint project with Mountain View that is replacing a failed reclaimed water transmission line and building a reclaimed water distribution system in Mountain View’s North Shoreline technology park. Negative Effects of Re-Bidding the Project: In accordance with the terms of the state grants and loan for the Pipeline Project and the agreement between Mountain View and Palo Alto, once notice of completion for the pipeline project is filed, Palo Alto and Mountain View will have nine months to complete the starmp and testing phase of the transmission line and distribution systems. At the end of the starmp phase, Mountain View and Palo Alto will need to prove that they are transporting and using a mandatory minimum of 750 acre-feet per year of reclaimed water, increasing over the ensuing 5 years to 1,480 acre-feet per year. State funding for the Pipeline Project could be lost if the minimum use is not achieved. The difficulties encountered and effort required during the starmp phase should not be underestimated. As the reclaimed water supplier, the Regional Water Quality Control Plant (RWQCP) has agreed to supply the required quantities of water. The pump station upgrade project needs to be completed before the Pipeline Project starmp and testing phase can begin so there is reclaimed water available for the testing. Staff has carefully scheduled the upgrade project to meet this commitment and minimize disruptions to existing customers during the upgrade project. The pump station upgrade project plan assumes that most of the work will be done during the wet weather season (November through April) in order to minimize interruption of reclaimed water supply to existing customers. If Council rejects all bids and staff has to re-bid the project, construction will be pushed into the 2008 irrigation season, causing loss of reclaimed water supply to Greer Park and the Palo Alto Golf Course. If this coming winter’s rainfall is again below normal and San Francisco Water District (SFWD) needs to institute rationing of potable water, it would make a summertime construction shutdown of the pump station even more CMR:364:07 Page 2 of 3 problematic. The following timeframe details how rejection of bids would push the construction phase into the summer months. September 17, 2007 - Rejection of Bids September 2007 - Fast track preparation of new bid documents including attorney review October 2007 - advertisement and bid review November 2007 - CMR process and award of contract December 2007 - Contractor signatures, bonds, insurance, city signatures, Notice to Proceed January 2008 - Submittals February through May 2008 - Equipment lead-time (16-18 weeks) June through August 2008 - Construction (minimum three months) Impact on the Mountain View/Moffet Reclaimed Water Pipeline Project Delaying construction to the fall and winter of 2008/09 is not feasible because Mountain View expects the RWQCP to deliver reclaimed water to the new pipeline for the starmp and testing phase of its new reclaimed water distribution system. The Mountain View / Moffett pipeline and distribution system project is scheduled for completion no later than December 31, 2008, but the contractor appears to be moving fast and may finish significantly sooner. ATTACHMENTS Attachment A: CMR:342:07 Attachment B: Anderson Pacific letter regarding payment of prevailing wage on this project PREPARED BY: DEPARTMENT HEAD: CITY MANAGER APPROVAL: James Allen, Project Engineer RWQCP Richard A. Wetzel, Manager RWQCP J. MICHAEL SARTOR Acting Director of Public Works EMILY HARRISON Assistant City Manager CMR:364:07 Page 3 of 3 City Manager’s Report TO: FROM: HONORABLE CITY COUNCIL CITY MANAGER DEPARTMENT: PUBLIC WORKS19 DATE:SEPTEMBER 10, 2007 CMR:342:07 SUBJECT:APPROVAL OF A WASTEWATER TREATMENT ENTERPRISE FUND CONTRACT WITH ANDERSON PACIFIC IN THE TOTALAMOUNT OF $859,000 FOR THE RECYCLED WATER PUMP STATION UPGRADE PROJECT AT THE REGIONAL WATERQUALITY CONTROL PLANT - CAPITAL IMPROVEMENT PROGRAMPROJECT WQ-80021 RECOMMENDATION Staff recommends that Council: Approve and authorize the City Manager or his designee to execute the attached Wastewater Treatment Enterprise Fund contract with Anderson Pacific (Attachment A) in the total amount of $859,000 for the recycled water pump station upgrade project at the Regional Water Quality Control Plant, Capital Improvement Program Project WQ-80021; and Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Anderson Pacific for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $85,900. DISCUSSION Proiect Description The work to be performed under the contract is an upgrade of the recycled water pumping system at the Regional Water Quality Control Plant. Recycled water pumps and control systems, in service since 1975, are in need of replacement and upgrade. The existing pumps deliver recycled water to Palo Alto’s Greer Park and Mountain View’s Shoreline Golf Links. The new pumps will deliver water more reliably and at higher system pressure and flow. A contractor is needed to install piping, pumps, and integrated control systems. A notice inviting formal bids for the project was sent to 24 contractors on June 18, 2007 and posted at City Hall. The bidding period was 43 days. Bids were received from two qualified contractors on July 31, 2007 as listed on the attached bid summary (Attachment B). Bids ranged from a high of $969,000 to a low bid of $859,000. Bidders not bidding indicated that they did not bid because (a) they were not competitive against other bidders, (b) their estimators were too busy, or (c) their field crews were too busy. CMR:342:07 Page 1 of 3 Bid Name/Number Summary of Bid Process Recycled Water Pump Station Upgrade #122123 15 months 24 10 43 Yes 8 2 From a low of $859,000 to a high of $969,000 *Bid summary provided in Attachment B. Certification of Nondiscrimination is Attachment C. Proposed Length of Project Number of Bids Mailed to Contractors Number of Bids Mailed to Builder’s Exchanges Total Days to Respond to Bid Pre-Bid Meeting? Number of Company Attendees at Pre-Bid Meeting Number of *Bids Received: Bid Price Range Staff has reviewed all bids submitted and recommends that the bid of $859,000 submitted by Anderson Pacific be accepted and that Anderson Pacific be declared the lowest responsible bidder. The bid is 13.0 percent above the engineer’s estimate of $760,443.96. The change order amount of $85,900, which equals 10 percent of the total contract, is requested for related, additional but unforeseen work which may develop during the project. Staff confirmed with the Contractor’s State License Board that the contractor has an active license on file. Staff checked references supplied by the contractor for previous work performed and found no significant complaints. RESOURCE IMPACT Funds for this project are included in the 2007-2008 Wastewater Treatment Enterprise Fund budget. POLICY IMPLICATIONS This recommendation does not represem any change to existing City policies. ENVIRONMENTAL REVIEW The recommended action is exempt from review under the California Environmental Quality Act pursuant to CEQA Guidelines Section 15301 (b), which includes maintenance of publicly-owned wastewater facilities involving negligible expansion. ATTACHMENTS Attachment A: Contract Attachment B: Bid Summary Attachmem C: Certification of Nondiscrimination PREPARED BY:James Allen, Project Engineer RWQCP Richard A. Wetzel, Manager RWQCP CMR:342:07 Page 2 of 3 DEPARTMENT HEAD: GLENN S. ROBERTS Director Works CITY MANAGER APPROVAL: EMIL ~ON As:City Manager CMR:342:07 Page 3 of 3 ATTACHMENT A~ FORMAL CONTRACT SECTION 500 CONTRACT No. C08122123 (Public Work) Public Works Department This Contract, number C08122123 dated x is entered into by and between the City of Palo Alto, a California Charter City ("City"), and Anderson Pacific En.qineedn.q Construction, Inc.,.. ("Contractor"). For and in consideration of the covenants, terms, and conditions (’~he provisions") of this Contract, City and Contractor ("the parties") agree: Term. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract, and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder, subject to the eadier termination of this Contract. General Scope of Proiect and Work. Contractor shall furnish labor, services, materials and equipment in connection with the construction of the Project and complete the Work in accordance with the covenants, terms and conditions of this Contract to the satisfaction of City. The Project and.Work is generally described as follow~: Title of Project:Recycled Water Pump Station Upgrade, Invitation for Bids (IFB) No. 122123 Bid:$859~000.00 (Eight Hundred Fifty-Nine Thousand Dollars) Contract Documents. This Contract shall consist of the documents set forth below, which are on file with the City Clerk and are hereby incorporated by reference. For the purposes of construing, interpreting and resolving inconsistencies between and among the provisions of this Contract, these documents and the provisions thereof are set forth in the following descending order of precedence. ao This Contract. Invitation for Bid. Project Specifications. Drawings. Change Orders. Bid. Supplementary Conditions. General Conditions. City of Palo Alto Dept. of Public Works Standard Drawings and Specifications (most current version). Certificate of Insurance, Performance Surety Bond, Labor & Materials (Payment) Surety Bond. Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the City of Palo Alto Dept. of Public Works Standard Drawings and Specifications (most current version). Any other document not expressly mentioned herein which is issued by City or entered into by the parties. Compensation. In consideration of Contractor’s performance of its obligations hereunder, City shall pay to Contractor the amount set forth in Contractor’s Bid in accordance with the provisions of this Contract and upon the receipt of written invoices and all necessary supporting documentation within the time set forth in the Contract Specifications and the City of Palo Alto Dept. of Public Works Standard Drawings and Specifications (most current version), or, if no time is stated, within thirty (30) Days of the date of receipt of Contractor’s invoices. Insurance. On or before the Date of Execution, Contractor shall obtain and maintain the policies of insurance coverage described in the Invitation for Bids on terms and conditions and in amounts as may be required by the Risk Manager. City shall not be obligated to take out insurance on Contractor’s personal property or the personal property of any person performing labor or services or supplying materials or equipment under the Project. Contractor shall furnish City with the certificates of insurance and with original endorsements affecting coverage required under this Contract on or before the Date of Execution. The certificates and endorsements for each insurance policy shall be signed by a person who is authorized by that insurer to bind coverage in its CITY OF PALO ALTO ¯CONTRACT C08122123 .PAGE 1 OF 7 rev. 12/00 FORMAL CONTRACT SECTION 500 behalf. Proof of insurance shall be mailed to the Project Manager to the address set forth in Section 16 of this Contract. Indemnification. Contractor agrees to protect, defend, indemnify and hold City, its Council members, officers, employees, agents and representatives harmless from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments, arising, in whole or in part, directly or indirectly, at any time from any injury to or death of persons or damage to property as a result of the willful acts or the negligent acts or omissions of Contractor, or which .results from Contractor’s noncompliance with any Law respecting the condition, use, occupation or safety of the Project site, or any part thereof, or which adses from Contractor’s failure to do anything required under this Contract or for doing anything which Contractor is required not to do under this Contract, or which adses from conduct for which any Law may impose strict liability on Contractor in the performance of or failure to perform the provisions of this Contract, except as may arise from the sole willful acts or negligent acts or omissions of City or any of its Council members, officers, employees, agents or representatives. This indemnification shall extend to any and all claims, demands, or liens made or filed by reason of any work performed by Contractor under this Contract at any time during the term of this Contract, or arising thereafter. To the extent Contractor will use hazardous materials in connection with the execution of its obligations under this Contract, Contractor further expressly agrees to protect, indemnify, hold harmless and defend City, its City Council members, officers and employees from and against any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments City may incur, arising, in whole or in part, in connection with or as a result of Contractor’s willful acts or negligent acts or omissions under this Contract, under the Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C. ~9601-6975, as amended); the Resource Conservation and Recovery Act (42 U.S.C. 996901-6992k, as amended); the Toxic Substances Control Act (15 U.S.C. )~2601-2692, as amended); the Carpenter-Presley-Tanner Hazardous Substance Account Act (Health & Safety Code, 9~25300-25395, as amended); the Hazardous Waste Control Law (Health & Safety Code, ~925100-25250.25, as amended); the Safe Drinking Water and Toxic Enforcement Act (Health & Safety Code, ~25249.5-25249.13, as amended); the Underground Storage of Hazardous Substances Act (Health & Safety Code, ~25280-25299.7, as amended); or under any other local, state or federal law, statute or ordinance, or at common law. Assumption of Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or injury to the property of Contractor which may occur in, on, or about the Project site at any time and in any manner, excepting such loss, injury, or damage as may be caused by the sole willful act or negligent act or omission of City or any of its Council members, officers, employees, agents or representatives. Waiver. The acceptance of any payment or performance, or any part thereof, shall not operate as a waiver by City of its rights under this Contract. A waiver by City of any breach of any part or provision of this Contract by Contractor shall not operate as a waiver or continuing waiver of any subsequent breach of the same or any other provision, nor shall any custom or practice which may adse between the parties in the administration of any part or provision of this Contract be construed to waive or to lessen the right of City to insist upon the performance of Contractor in strict compliance with the covenants, terms and conditions of this Contract. No Exoneration By Ins#ection: The City has the dght, but not the duty, to inspect Contractor’s Work. The right of inspection is solely for the benefit of City. Contractor has the obligation to complete the Work in a satisfactory manner in compliance with Contract requirements. The presence of a City inspector does not shift that obligation to the City or relieve Contractor from its obligations to complete the Work in a satisfactory manner in compliance with the Contract requirements. 10.Compliance with Laws. Contractor shall comply with all Laws now in force or which may hereafter be in force pertaining to the Project and Work and this Contract, with the requirement of any bid security or fire underwriters or other similar body now or hereafter constituted, with any discretionary license or permit issued pursuant to any Law of any public agency or official as well as with any provision of all recorded documents affecting the Project site, insofar as any are required by reason of the use or occupancy of the Project site, and with all Laws pertaining to nondiscrimination in employment and hazardous materials. Bid Security Bonds. As a condition precedent to City’s obligation to pay compensation to Contractor, and on or before the Date of Execution, Contractor shall furnish to the Project Manager the Bid Security as required under the Invitation For Bid. CITY OF PALO ALTO CONTRACT C08t22123 PAGE 2 OF 7 rev. 12100 FORMAL CONTRACT SECTION 500 12.Representations and Warranties. In the supply of any materials and equipment and the rendering of labor and services during the course and scope of the Project and Work, Contractor represents and warrants: Any materials and equipment which shall be used during the course and scope of the Project and Work shall be vested in Contractor; bo Any materials and equipment which shall be used during the course and scope of the Project and Work shall be merchantable and fit to be used for the particular purpose for which the materials are required; Co Any labor and services rendered and materials and equipment used or employed during the course and scope of the Project and Work shall be free of defects in workmanship for a period of one (1) year after the recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder; Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained by Contractor for and in behalf of City. Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request, whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true and correct at the time such information is submitted or made available to the City; Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to the terms and conditions of Contractor’s Bid, except as may be permitted by the Invitation for Bids; Contractor has the power and authority to enter into this Contract with City, that the individual executing this Contract is duly authorized to do so by appropriate resolution, and that this Contract shall be executed, delivered and performed pursuant to the power and authority conferred upon the person or persons authorized to bind Contractor; Contractor has not made an attempt to exert undue influence with the Purchasing Manager or Project Manager or any other person who has directly contributed to City’s decision to award the contract to Contractor; There are no unresolved claims or disputes between Contractor and City which would materially affect Contractor’s ability to perform under the Contract; Contractor has furnished and will furnish true and accurate statements, records, reports, resolutions, certifications, and other written information as may be requested of Contractor by City from time to time duiing the term of this Contract; Contractor and any person performing labor and services under this Project are duly licensed by the State of California as required by California Business & Professions Code Section 7028, as amended; and 13. Contractor has fully examined and inspected the Project site and has full knowledge of the physical conditions of the Project site. Assiqnment. This Con{ract and the performance required hereunder is personal to Contractor, and it shall not be assigned by Contractor. Any attempted assignment shall be null and void. 14.Claims of Contractor. All claims pertaining to extra work, additional charges, or delays within the Contract-lime or other disputes arising out of the Contract shall be submitted by Contractor to City in writing by certified or registered mail within ten (10) Days after the claim arose or within such other time as may be permitted or required by law, and shall be described in sufficient detail to give adequate notice of the substance of the claim to City. 15.Audits by City. CITY OF PALO ALTO rev. 12/00 During the term of this Contract and for a period of not hess than three (3) years after the CONTRACT C08122123 ....PAGE 3 OF’7 FORMAL CONTRACT SECTION 500 expiration or earli~r"t’err~ination of this Contract, City shall have the right to audit Contractor’s Project-related and Work-related writings and business records, as such terms are defined in California Evidence Code Sections 250 and 1271, as amended, during the regular business hours of Contractor, or, if Contractor has no such hours, during the regular business hours of City. 16.Notices. All agreements, appointments, approvals, authorizations, claims, demands, Change Orders, consents, designations, notices, offers, requests and statements given by either party to the other shall be in writing and shall be sufficiently given and served upon the other party if (1) personally served, (2) sent by the United States mail, postage prepaid, (3) sent by private express delivery service, or (4) in the case of a facsimile transmission, if sent to the telephone FAX number set forth below dudng regular business hours of the receiving party and followed within two (2) Days by delivery of a hard copy of the material sent by facsimile transmission, in accordance with (1), (2) or (3) above. Personal service shall include, without limitation, service by delivery and service by facsimile transmission. To City:City of Palo Alto City Clerk 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 Copy to:City of Palo Alto Public Works Department Regional Water Quality Control Plant 2501 Embarcadero Way Palo Alto, CA 94303 James Allen, Project Manager To Contractor:Anderson Pacific Engineering Construction, Inc. 1390 Norman Avenue Santa Clara, CA 95054 Attn: Peter Anderson 17.App.[ppriation of City Funds. This Contract is subject to the fiscal provisions of Article III, Section 12 of the Charter of the City of Palo Alto. Any charges hereunder for labor, services, materials and equipment may accrue only after such expenditures have been approved in advaqce in writing in accordance with applicable Laws. This Contract shall terminate without penalty (I) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (ii) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 17 shall control in the event of a conflict with any other provision of this Contract. 18.Miscellaneous. Bailee Disclaimer. The parties understand and agree that City does not purport to be Contractor’s bailee, and City is, therefore, not responsible for any damage to the personal property of Contractor. Consent..Whenever in this Contract the approval or consent of a party is required, such approval or consent shall be in writing and shall be executed by a person having the express authority to grant such approval or consent. Controlling Law. The parties agree that this Contract shall be governed and construed by and in accordance with the Laws of the State of California. Definitions. The definitions and terms set forth in Section 1 of the City of Palo Alto Dept. of Public Works Standard Drawings and Specifications (most current version) of this Contract are incorporated herein by reference. e.Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to CITY OF PALO ALTO CONTRACT C08122123 PAGE 4 OF 7 rev, 12/00 FORMAL CONTRACT SECTION 500 perform its obligations under this Contract which directly results from an Act of God or an act of a superior governmental authority. Headings. The paragraph headings are not a part of this Contract and shall have no effect upon the construction or interpretation of any part of this Contract. Incorporation of Documents. All documents constituting the Contract documents described in Section 3 hereof and all documents which may, from time to time, be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and shall be deemed to be part of this Contract. Integration. This Contract and any amendments hereto between the parties constitute the entire agreement between the parties concerning the Project and Work, and there are no other prior oral or written agreements between the parties that are not incorporated in this Contract. Modification of Agreement. This Contract shall not be modified or be binding upon the parties, unless such modification is agreed to in writing and signed by the parties. Provision. Any agreement, covenant, condition, clause, qualification, restriction, reservation, term or other stipulation in the Contract shall define or otherwise control, establish, or limit the performance required or permitted or to be required of or permitted by either party. All provisions, whether covenants or conditions, shall be deemed to be both covenants and conditions. Resolution. Contractor shall submit with its Bid a copy of any corporate or partnership resolution or other writing, which authorizes any director, officer or other employee or partner to act for or in behalf of Contractor or which authorizes Contractor to enter into this Contract. Severability. If a court of competent jurisdiction finds or rules that any provision of this Contract is void or unenforceable, the provisions of this Contract not so affected shall remain in full force and effect. Status of Contractor. In the exercise of rights and obligations under this Contract, Contractor acts as an independent contractor and not as an agent or employee of City. Contractor shall not be entitled to any rights and benefits accorded or accruing to the City Council members, officers or employees of City, and Contractor expressly waives any and all claims to such rights and benefits. Successors and Assigns. The provisions of this Contract-shall inure to the benefit of, and shall apply to and bind, the successors and assigns of the parties. Time of the Essence. Time is of the essence of this Contract and each of its provisions. In the calculation of time hereunder, the time in which an act is to be performed shall be computed by excluding the first Day and including the last. If the time in which an act is to be performed falls on a Saturday, Sunday, or any Day observed as a legal holiday by City, the time for performance shall be extended to the following Business Day. po Alternative Dispute Resolution. The parties shall endeavor to resolve any disputes or claims arising out of or relating to this Contract by mediation, which, unless the parties agree otherwise, shall be conducted under the auspices of the Judicial Arbitration and Mediation Service (JAMS), San Jose, California. The intent of the parties is that the mediation shall proceed in advance of litigation; however, if any party should commence litigation before the conclusion of mediation, such litigation, including discovery, shall be stayed pending completion of mediation, and by executing this Contract the parties stipulate to mediation in accordance with Santa Clara County Superior Court Local Rule 1.15 or Rule 2-3(b) of the ADR Local Rules of the U.S. District Court for the Northern District of California, as such rules may be amended from time to time. The parties shall share the cost of the mediation, including the mediator’s fee, equally. Any written agreement reached in mediation shall be enforceable pursuant to California Code of Civil Procedure § 664.6, as amended. Venue. Unless the parties mutually agree otherwise, mediation shall take place in San Jose, California. In the event that litigation is commenced by any party hereunder, the parties agree that such action shall be vested exclusively in the state courts of California in the County of Santa Clara or CITY OF PALO ALTO CONTRACT C08122123 rev. 12/00 PAGE 5 OF 7 FORMAL CONTRACT SECTION 500 in the United States District Court i’oi-ihe Northern District of California. Recovery of Costs. Each Party shall bear its own costs, including attorney’s fees, through the completion of mediation. If the claim or dispute is not resolved through mediation, or if litigation is necessary to enforce a settlement reached at mediation pursuant to California Code of Civil Procedure § 664.6, as amended, then the prevailing party in any subsequent litigation may recover its reasonable costs, including attorney’s fees, incurred subsequent to conclusion of the mediation. Flow-down. Contractor agrees to include provisions of this Contract relating to Alternative Dispute Resolution, Venue. and Recovery of Costs in any subcontracts or major material purchase agreements which it enters into in connection with this Contract, and to require its subcontractors to include those provisions in any sub-contracts or major material purchase agreements, such that any mediation or litigation of any claim or dispute asserted by a subcontractor or major material supplier will be consolidated with any related claim or dispute between the Contractor and the City. Should the Contractor fail to do so, such that the City is required to defend an action brought by a subcontractor or material supplier inconsistent with the Alternative Dispute and Venue provisions of this Contract, Contractor shall indemnify City for City’s costs of defense, including reasonable attorney’s fees. IN WITNESS WHEREOF, the pa~ies have by their duly appointed representatives executed this Contract in the city of Palo Alto, County of Santa Clara, State of California on the date first stated above. APPROVED AS TO FORM:CITY OF PALO ALTO Senior Assistant City Attorney Assistant City Manager APPROVED:CONTRACTOR: Director of Administrative Services Director of Public Works By:. Name: Title: By: ........... Name: Title: (Compliance with California Corporations Code ~ 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) CITY OF PALO/~.TO rev. 12/00 CONTRACT C08122123 PAGE 6 o’F 7 FORMAL CONTRACT SECTION 500 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code ~ 1189) STATE OF .) COUNTY OF ) On .. , before me,a notary public in and for said County, personally appeared , personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Signature (Seal) CITY OF PALO ALTO rev. 12100 CONTRACT C08122123 PAGE 7 OF 7 ATTACHMENT B 0 ~ 0 0 ATTACHMENT C CERTIFICATION OF NONDISCRIMINATION FORM 410 PROJECT: . Recycled Water Pump Station Up_qrade Certification of Nondiscrimination: As suppliers of goods and/or services to the City of Palo Alto in excess of $5,000, the firm, contractor or individual(s) listed below certify that: they do not and in the performance of this contract they will not discriminate in employment of any person because of race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person; and further certify that they are in compliance with all Federal, State and local directives and executive orders regarding nondiscrimination in employment. Firm: Anderson Title of Signature: Pacific Eng. Const. Inc. DATE: Peter Anderson, President CITY OF PALO AL-rO IFB 122123 PAGE 1 OF 1 @9/11/2@@7 12:35 4@897@9975 ANDERSON PACIFIC HAl PAGE 01/87 ANDERSON PACIFIC Engineering Construction, Attachment B City of Palo Alto Dept. of Public Works FAX 650-329-2299 Attention: Mike Sartor Subject:Recycled Water Pump Station Project IFB Number 122123 September 11, 2007 Dear Mike, We bid subje(~t project with the intent of paying our workers per Davis-Bacon Prevailing Wage requirements. Attached is a list of various prevailing labor rates for various labor trades in the different counties. The trades we are likely to use on this project are: laborers, pipefitters, operators and electricians. We are happy to provide certified payrolls on this project to confirm we are paying these rates. Call if you have any questions or comments. Very truly yours, Peter Anderson President 1390 Norman Avenue Santa Clam. CA 95054 Fax: 4081970-9975 4081970-9900 Lic. No, 24521.5 ANDERSON PACIFIC HA1 b~rriers; and assembly of decontamination stations. i~)0067- 006 07/01/2006 AREA "A" A~DA, CONTRA COSTA, SAN FRANCISCO, SA!~ MATEO AND S~/~ CLARA COUNTIES A~qE/% "B" -CALAVEPJ%S, FRESNO, KINGS, MADERA, MJ~RIPOSA, MERCED, MONT]~REY, SAN BENITO, SANTA CRUZ, SAN JOAQUIN, STANISLAUS AND TUOLI!MNE COUNTIES Rates Fringes Laborers: (CONSTRUCTION C~FT LABORERS - AREA A:) Construction Specialist Group .......................$ 24.84 12.33 GROUP 1 .....................$ 24.24 12.33 GROUP l-a ...................$ 24.36 12.33 GROUP 1-~ ...................$ 24.19 12.35 GROUP l-e."-3 24.69 12.33 GROUP 1-f ...................$ 24.72 12.33 GROUP l-g (Contra Costa County) .....................$ 24.34.12.33 GROUP 2 .....................$ 23.99 12.33 GROUP 3 .....................$ 29.89 12.33 GROUP 4 .....................$ 17.58 !2.33 See groups l-b and l-d under laborer classifications. Laborers: (CONSTRUCTION CP-AFT LABORERS - AREA B:) Construction Specialist Group .......................$ 23.84 12 33 GROUP 1 .....................$ 23,14 12 k3 GROUP l-a ...................$ 23.36 12 33 GROUP 2-c ...................$ 2B.19 12 33 GROUP l-e ...................$ 23.69 12 33 GROUP l-f ...................$ 23.72 12 3~ GROUP 2 .....................$ 22.99 12 39 GROUP 3 .....................$ 22.89 12 33 ~ROUP 4 .....................$ 16.58 12 33 See groups l-b and l-d under laborer classifications Laborers: (GUNITE - AREA A:) GROUP I .....................$ 25.10 12.33 GROUP 2 .....................$ 24.60 12.33 GROUP 3 .....................$ 24.01 12,33 GROUP 4 .....................~ 23.89 12.3~ Laborers: (GUNITE - AREA B:) GROUP I .....................$ 24.10 12.33 GROUP 2 .....................$ 23.60 12.33 GROUP 3 ’.$ 23.01 12.33 GROUP 4 .....................$ 22°89 i2.33 Laborers: (WRECKING - AR~A A:) GROUP 1 .....................$ 24.14 12.33 GROUP 2 .....................$ 23.99 12,33 GROUP 3 .....................$ ~7.58 12.33 Laborers: (WR~CKING - AREA B:) GROUP 1 .....................$ 23,14 12.33 GROUP 2 .....................$ 22,99 12,33 ~ROUP 3 .....................$ 16.58 12.33 Landscape Laborer (GARDeneRS, PAGE 62/67 Page 2 ~ of 36 systems. SCADA (Supervisory Control and Data Acquisition) when not intrinsic to the above listed systems (in the scope). Fire alarm systems when installed in raceways (i~cludin~ wire and cable pulling) shall be performed at the electrician wage rate, when either of the following two (2) conditions apply: I. The project involves new or major remodel building trades co~structlo~. 2. The conductors for the fare alarm system are installed in condul t. ELEC02]4- 001 0S/28/2007 MONTEREY, SAN BENITO AND SAIqTA CRUZ COUNTIES Rates Fringes Electrician ......................$ 35.84 3%+18.21 ELEC0302-001 02/01/2007 CONTILA COSTA COUNTY Rates Fringes Z%+18.25 3%+18.25 Cable splicer ....................$ 46.86 Electrician ......................$ 4~.21 ELEC0332-001 05/29/2006 Rates Cable splicer ....................$ 49.53 Electriclan .......................$ 43.07 Fringes 3%+16.~ 3%+16~23 FOOTNOTES: Work under compressed air or where gas masks are required, orwork on ladders, scaffolds, stacks, "Bosun’.s chairs," or other structures and-where the-workers are not protected by permanent guard rails at a distance of &0 to 60 ft. from the’ground or supporting structures: to be paid one and one-half times the s~raight-time ra£e of pay. Work on structures of 60 ft. or over (as described above): to be paid twice the stra£ght-time rate of pay. Rates ELEC0595-001 06/01/2006 Fringes 3%+18.65 3%+18.65 ALAMEDA COUNTY Cable splicer ....................$ 46.13 Electrician ......................$ 41.00 ELEC0595-002 06/01/2007 Rates Fringes C~AVEIZAS AND SAN JOAQUIN COUNTIES htt~ :/ / f.rweb~ate.access.~.~ v1~ ~zi-bin/ ~zetd~e~c ~zi ? dbname=Davis- B ac~n& d~c i d=C A2 ~.‘.712412.007 WA£ Re ev’id ANDERSON PACIFIC HAl PAGE 64/87 Page 12 of 36 Area l: western part Area 2: Remainder SISKIYOU COUNTY: Area i: Central part Area 2: Remainder SONOB4A COUNTY: Area i: All but the Northwestern corner Area 2: Remainder TKHAMA COUNTY; Area I: All but the Western border with Mendocino & Trinity Counties Area 2: Remainder TRINITY COUNT~: Ar~a I: East Central part and the Northeastern border with shasta County Area 2: Remainder TUOLLTMNE COUNTY: Area I: Except Eastern part Area 2: Eastern part * E~I0003-018 06/25/2007 "AJ~EA l" WAGE P~%TES A!~E LISTED BELOW "A/qEA 2" RECEIVES ~ ADDITIONAL $2,00 PER HOUR AJ~0VE A/qEA I RATES. SEE AREA DEFINITIONS BELOW Rates Fringes Power Equipment Operator (AREA GROUP I .....................$ 36,09 GROUP 2 .....................$ 34.56 GROUP 3 .....................$ 33.08 GROUP 4 .....................$ 31.70 GROUP 5 .....................$ 30.43 GROUP 6 .....................$ 29.11 GROUP 7 .....................$ 27.97 GROUP 8 ......................$ 26,83 GROUP S-A ...................$ 24.62 Power Equipment Operators All Cranes and Attachments: GROUP I Cranes .....................$ 36.97 Oiler ......................$ 27,72 ~ruck crane oiler ..........$ 30.00 GROUP 2 Cranes .....................$ 35.21 oiler ......................$ 27.50 Truck crane oiler ..........$ 29.74 GROUP Cranes .....................$ 33.47 19.62 !9.62 19.62 19.62 19.62 19.62 19.62 19,62 19.62 19.62 19,62 19.62 19.62 19.62 19,62 19.62 Page 13 of 36 Hydraulic ..................$ 29,11 Oiler ......................$ 27.22 Truck Crane Oiler ..........$ 29,50 Power Equipment Operators ~ piledrivers: (AREA I:) GROUP 1 Lifting devices ............$ 37,31 Oiler ......................$ 28.05 Truck crane oiler ..........$ 30,33 GROUP 2 Lifting devices ............$ 35,49 Oiler ......................$ 27.98 Truck Crane Oiler ..........$ 30.08 GROI!P 3 Lifting devices ............$ 33.81 Oiler ......................S 27.56 Truck Crane Oiler ..........$ 29.79 GROUP 4 .....................$ 32.04 GROUP 5 .....................$ 29.40 GROUP 6 .....................$ 27.17 Power EtIuipment Operators - Steel Erection: (AREA I:) GROUP 2 Cranes .....................$ 37.94 Oiler ......................$ 28.39 Truck Crane Oiler ..........$ 30,62 GROUP 2 Cranes .....................$ ~6.17 Oiler ......................$ 28.12 Truck Crane Oiler ..........$ 30.40 GROUP 3 Cranes .....................$ 34.69 PPidraulic ..................$ 29.74 Oiler ......................$ 27.90 Truck Crane Oiler ..........$ 30.13 GROUP 4 .....................$ 32.67 GROUP 5 .....................$ 31.37 Power Equipment Operators Tunnel and Utnderground Work: (;LREA S}{AFTS, STOPES, RAISES: GROUP 1 ....................$ 32.19 GRouP k-A ..................$ 34,66 GROUP 2 ....................$ 90.93 GROUP 3 ....................$ 29.60 GROUP 4 ....................$ 28.46 GROUP 5 ....................$ 27,32 LrNDERGROUND: GROUP 1 ....................$ 32,09 GROUP 1-A ..................$ 34.56 GROUP 2 ....................$ 30.83 GROUP 3 ....................$ 29.50 GROUP 4 ....................$ 28.36 GROUP 5 ....................$ 27.22 19.62 19.62 19.62 19.62 19.62 19.62 19.~2 19.62 19.62 19.62 3.9,62 19,62 19,62 19,62 19.62 19.62 19.62 19.62 19.62 19.62 19.62 19.62 19.62 ¯ 19.62 19.62 19.62 19.62 19,62 19.62 19.62 19-62 19.62 19.62 19.6~ 19,62 19.62 19.62 19.62 19.62 FOOTNOTE: Work suspended by ropes or cables, or work on. a Yo-Yo Cat: $.60 per hour additional. POWER EQUIPMENT OPERATOR CLASSIFICATIONS pLtJT~0038-001 07/01/2006 SA2¢FR;e~CISCO COUNTY Rates Fringes plumber (I) Work on wooden frame stz-uctures 5 stories or less excluding high-rise buildings and co~hmercial work such as hospitals, prisons, hotels and schools.$ 35.60 25.07 (2) All other work ..........$ 44.50 26.59 PLUM0038-005 07/01/2006 SAN FPJ~NCISCO COL~TY Rates Fringes Landscape!~rrigation Fitter ......$ 32.91 16.42 PLLT~0159-001 07/01/2006 CONTP~. COSTA COL~TY Rates Fringes Plumber and steamflt~er (!) Constz-uctlon of motels under 4 stories .............$ 30.66 19.49 (2) Al! other work ..........$ 39.96 20.85 PLL~0342-001 07/01/2006 ~-[~4EDA & CONTRA COSTA COUNTIES Rates Fringes Pipefitter CONTRA COSTA COLTNTY .........$ 41.01 23.10 Plumber, Pipefitter, Steamfitter ~J~EDA COIINTY ..............$ 41.01 2~.i0 * PLU-MO355-004 07/01/2007 ]hLAMEDA, C2iLA~’EILAS, CONqq~A COSTA, M;~IPOSA, MERCED, MON~REY, SAN B~NITO, Sidq JOAQUIN, Si%N ~LATEO, SANTA CLAiLA, SANTA CRUZ, STIdg~SLAUS, ~ 71JOLLT~ COLT~IES: Rates Fringes Underground Utility Worker /Landscape Fitter ...........$ 24.35 7.85 PLL~0393-001 01/01/2007 SAN BENITO AND SANTA CLARA COUNTIES http://frwebgatc.acc~ss.gp~.g~v/cgi-bin/gctd~c.c~?dbname=Davis-Ba~n&d~id=CA2~". 7/24/2007