HomeMy WebLinkAboutStaff Report 299-08TO:
City of Palo Alto
Manager’s Report.
HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE:JULY 14, 2008 CMR:299:08
SUBJECT:APPROVAL OF 1) A STORM DRAIN ENTERPRISE FUND CONTRACT
WITH PROVEN MANAGEMENT, INC. IN THE TOTAL AMOUNT NOT
TO EXCEED $582,725 TO CONSTRUCT SAN FRANCISQUITO CREEK
STORM DRAIN BOX CULVERT, CAPITAL IMPROVEMENT
PROGRAM PROJECT SD-06102 AND 2) AMENDMENT NO. 2 TO
CONTRACT C06113651 WITH SCHAAF & WHEELER CONSULTING
CIVIL ENGINEERS TO ADD $44,514 FOR ADDITIONAL
ENGINEERING SUPPORT SERVICESFOR A TOTAL NOT TO
EXCEED AMOUNT OF $733,022
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the City Manager or his designee to execute the attached contract
in the amount of $582,725 with Proven Management, Inc. (Attachment A) to construct
the San Francisquito Creek Storm Drain Box Culvert;
Authorize the City Manager or his designee to negotiate and execute one or more change
orders to the contract with Proven Management, Inc. for related, additional but
unforeseen work that may develop during the project, the total value of which shall not
exceed $58,000; and
Approve and authorize the City Manager or his designee to execute Amendment No. 2
to the contract with Schaaf & Wheeler Consulting Civil Engineers in the amount of
$44,514 for additional services related to the San Francisquito Creek pump station and
storm drain box culvert construction (Attachment B).
BACKGROUND
On November 21, 2005, Council awarded a contract to Schaaf & Wheeler Consulting Civil
Engineers to design the San Francisquito Creek Storm Water Pump Station (CMR:409:05). On
August 6, 2007, Council approved Amendment No. 1 to the contract in order to retain Schaaf &
Wheeler to perform services to support staff during the construction of the pump station.
Services provided include the review of contractor submittals, attendance at weekly construction
meetings with City staff and the contractor, review of potential construction contract change
orders, and issuance of clarifications to the contract documents during construction.
9
CMR:290:08 Page 1 of 4
On August 6, 2007, Council awarded a contract to Proven Management, Inc. for the construction
of the San Francisquito Creek Storm Water Pump Station (CMR:314:07). Bids received for the
project were substantially higher than expected, which necessitated a Budget
Amendment Ordinance and a loan from the General Fund. At the time of the contract award,
staff notified Council of its intention to defer the construction of the storm drain box culvert
leading to the pump station as a potential cost savings strategy. Staff believed that lower bid
prices might be secured from a specialty underground construction contractor if the storm drain
were rebid as a separate construction project. As a result, staff issued a deductive change order
to Proven Management, Inc. deleting the storm drain from the scope of the pump station project.
The FY 2008-09 Storm Drainage Fund CIP budget approved by Council included $700,000 for
the San Francisquito Creek storm drain box culvert.
The exact alignment and length of the storm drain box culvert has changed since the original
pump station contract was awarded last August. In order to minimize project costs, the box
culvert was designed to be installed along the shortest route between the existing storm drain
outfall and the new pump station. This route crosses a parcel of private property at 2023-2025
East Bayshore Road. Staff was in the process of negotiating with the property owners for a
utility easement when Council awarded the pump station contract in August 2007. Staff
acquired the required easement from the property owners in December 2007. In order to satisfy
the property owners’ concerns about the impact of the easement on the value of their property,
the box culvert was realigned so that it will encumber a smaller portion of the property. This
resulted in the box culvert being lengthened by approximately 45 feet. In addition, the City
agreed to make some paving and drainage improvements, to the private parcel as part of the
owners? compensation for the utility easement. The cost of the lengthened box culvert and the
additional site work items was estimated to be approximately $125,000.
DISCUSSION
Scope of Work
This project includes the construction of a new box culvert connecting the existing storm drain
outfall to the San Francisquito Creek storm water pump station currently under construction, as
well as paving and drainage improvements on and adjacent to an easement that the box culvert
will occupy. The new box culvert together with the pump station will provide improved
drainage in a 1,250-acre area of northeastern Palo Alto. The pump station will allow the
discharge of storm runoff into the creek even when the creek water surface elevation is higher
than the nearby ground surface elevations.
Bid Process
A notice inviting formal bids for the project was posted at City Hall on June 3, 2008 and sent to
10 builders’ exchanges and 18 potential bidders. The bidding period was 21 days. Bids were
received from five qualified contractors on June 24, 2008 as listed on the attached bid summary
(Attachment C). Bids for the base bid work items ranged from a low bid of $582,725 to a high
of $1,446,775.
The low bid for the base bid work items is 11 percent below the engineer’s estimate of $657,750.
Although the low bid is approximately $50,000 higher than the $530,000 originally bid for the
box culvert in August 2007, this increase is due to the re-alignment of the culvert in order to
avoid impacts to private property.
CMR:299:08 .. Page 2 of 4
Summary of Bid Process
Bid Name/Number San Francisquito Creek Storm Drain Outfall, Invitation
For Bids (IFB) No. 127067
Proposed Length of Project Final Completion by October 1, 2008
Number of Bid Packages Delivered 18
to Contractors
Number of Bid Packages Delivered 10
to Builder’s Exchanges
Total Days to Respond to Bid 21
Pre-Bid Meeting?No
Number of Bids Received:5
Bid Price Range Low bid $582,725 to a high of $1,446,775
The Certification of Nondiscrimination is provided as Attachment D.
Staff recommends that the base bid of $582,725 submitted by Proven Management, Inc. be
accepted and that Proven Management, Inc. be declared the lowest responsible bidder. The
construction contingency amount of $58,000 (which equals 10 percent of the contract award
amount) is requested to resolve unforeseen problems and/or conflicts that may arise during the
construction period. Staff checked references supplied by the contractor for previous work
performed and found that the contractor has a history of satisfactory performance and a long
resume of largeTscale underground construction projects. Staff also checked with the
Contractor’s State License Board and found that the contractor has an active license on file and is
in good standing with the Board.
Amendment No. 2 to Design Contract
The dollar value of construction administration services included in Amendment NO. 1 to the
contract with Schaaf & Wheeler Consulting Civil Engineers was estimated based on best
information available at the time. Staff has minimized the project construction administration
expenditures by conducting daily inspection of the construction activity using in-house personnel
and minimizing use of the consultant as much as possible. Nevertheless, the consultant services
provided to-date for the San Francisquito Creek Storm Water Pump Station have nearly
exhausted the original project construction administration budget and additional services will be
required during the construction of the storm drain box culvert. Attachment B is a contract
amendment in the amount of $44,514 for the additional construction management services to be
performed by Schaaf & Wheeler Consulting Civil Engineers for the remaining duration of the
project.
Project Coordination
The project has been coordinated with the City of East Palo Alto and the San Francisquito Creek
Joint Powers Authority (JPA) to ensure the minimization of impacts to the creek and the
neighboring community. The storm drain will be installed during weekend hours in order to
minimize traffic impacts along East Bayshore Road and to the local businesses.
RESOURCE IMPACT
Funds for the construction of the San Francisquito Creek storm drain box culvert and
CMR:299:08 Page 3 of 4
Amendment No. 2 to the design contract with Schaaf & Wheeler Consulting Civil Engineers are
available in the approved budget for Storm Drain Capital Improvement Project SD-06102.
POLICY IMPLICATIONS
The recommendations contained in this report are consistent with existing City policies.
TIMELINE
Construction of the San Francisquito Creek storm drain box culvert is expected to start in early
August 2008 and be fully completed on or before October 1, 2008.
ENVIRONMENTAL REVIEW
An initial study checklist was prepared for the project and it was determined that, with the
implementation of mitigation measures and standard conditions of approval, the project would
have a less than significant impact on the environment. A Mitigated Negative Declaration for
the project was approved by the Director of Planning and Community Environment, upon the
recommendation of the Architectural Review Board on April 5, 2007.
ATTACHMENTS
Attachment A:Construction Contract with Proven Management, Inc.
Attachment B:Design Services Contract Amendment No. 2 with Schaaf & Wheeler
Attachment C:Bid Summary
Attachment D:Certification of Nondiscrimination
PREPARED BY:
JOFdTERESI
Senior Engineer
DEPARTMENT HEAD:
CITY MANAGER APPROVAL:
GLENN S. ROBERTS
Director of Public Works~
STEVE EMSME./KELL Y /MORARIU
Deputy City Managers
Storm Drain Oversight Committee
Kevin Murray, San Francisquito Creek JPA
Alvin James, City of East Palo Alto
Scott Yeaman, Yeaman Auto Body
Mitch Johnson, Palo Alto Upholstery
Tommie Roberts
Dennis Parker
CMR:299:08 Page 4 of 4
ATTACHMENT A
FORMAL CONTRACT SECTION 500
CONTRACT No. C09127067
(Public Work)
Public Works Department
This Contract, number C09127067 dated x . is entered into by and between the City of Palo Alto, a charter city and
a municipal corporation of the State of California ("City"), and Proven Mana.qement~ Inc. ("Contractor").
For and in consideration of the covenants, terms, and conditions ("the provisions") of this Contract, City and Contractor
("the parties") agree:
Term. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract,
and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is
required to be filed, on the date that final payment is made hereunder, subject to the earlier termination of this
Contract.
General Scope of Proiect and Work, Contractor shall furnish labor, services, materials and equipment in
connection with the construction of the Project and complete the Work in accordance with the covenants, terms
and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as
follows:
.4.
Title of Project:San Francisquito Creek Storm Drain Outfali, Invitation for Bids (IFB) No. 127067.
Bid:$ 582,725.00 (Five Hundred Eighty Two Thousand Seven Hundred Twenty Five 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.
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 Bid on terms and conditions and in amounts as may be required bythe
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
rev. 5/o8
PALO ALTO CONTRACT C09127067 PAGE 1 OF 7
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 arises from
Contractor’s failure to do anything required under this Contract or for doing anything which Contractor is
required not to do under this Contract, or which arises from conduct for which any Law may impose strict liability
on Contractor in the performance of or failure to perform the provisions of this Contract, except as may arise
from the sole willful acts or negligent acts or omissions of City or any of its Council members, officers,
employees, agents or representatives. This indemnification shall extend to any and all claims, demands, or
liens made or filed by reason of any work performed by Contractor under.this Contract at any time during the
term of this Contract, or arising thereafter.
To the extent Contractor will use hazardous materials in connection with the execution of its obligations under
this Contract, Contractor further expressly agrees to protect, indemnify, hold harmless and defend City, its City
Council members, officers and employees from and against any and all claims, demands, liabilities, losses,
damages, costs, expenses, liens, penalties, suits, or judgments City may incur, arising, in whole or in part, in
connection with or as a result of Contractor’s willful acts or negligent acts or omissions under this Contract,
under the Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C. ))9601-6975,
as amended); the Resource Conservation and Recovery Act (42 U.S.C. ~6901-6992k, as amended); the Toxic
Substances Control Act (15 U.S.C. -~2601-2692, as amended); the Carpenter-Presley-Tanner Hazardous
Substance Account Act (Health & Safety Code, -~25300-25395, as amended); the Hazardous Waste Control
Law (Health & Safety Code, a~25100-25250.25, as amended); the Safe Drinking Water and Toxic Enforcement
Act (Health & Safety Code, ))25249.5-25249.13, as amended); the Underground Storage of Hazardous
Substances Act (Health & Safety Code, a-~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 toss, injury, or damage as may be caused by the sole willful act or negligent act or omission of
City or any of its Council members, officers, employees, agents or representatives.
Waiver. The acceptance of any payment or performance, or any part thereof, shall not operate as a waiver by
City of its rights under this Contract. A waiver by City of any breach of any part or provision of this Contract by
Contractor shall not operate as a waiver or continuing waiver of any subsequent breach of the same or any
other provision, nor shall any custom or practice which may arise between the parties in the administration of
any part or provision of this Contract be construed to waive or to lessen the right of City to insist upon the
performance of Contractor in strict compliance with the covenants, terms and conditions of this Contract.
No Exoneration By Inspection:. The City has the right, but not the duty, to inspect Contractor’s Work. The right
of inspection is solely for the benefit of City. Contractor has the obligation to complete the Work in a
satisfactory manner in compliance with Contract requirements. The presence of a City inspector does not shift
that obligation to the City or relieve Contractor from its obligations to complete the Work in a satisfactory
manner in compliance with the Contract requirements.
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.
1.1.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 Bids.
CITY OF PALO ALTO CONTRACT C09127067 PAGE 2 OF 7
rev. 5/08
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;
Any materials and equipment which shalt be used during the course and scope of the Project and
Work shall be merchantable and fit to be used for the particular purpose for which the materials are
required;
Any labor and services rendered and materials and equipment used or employed during the course
and scope of the Project and Work shall be free of defects in workmanship for a period of one (1) year
after the recordation of the Notice of Substantial Completion, or, if no such notice is required to be
filed, on the date that final payment is made hereunder;
Any manufacturer’s warranty obtained by Contractor shall be obtained or s hall be deemed obtained by
Contractor for and in behalf of City.
Any information submitted by Contractor prier 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 tothe terms and conditions of Contractor’s Bid. except as may be permitted by the Invitation For Bid;
Contractor has the power and authority to enter into this Contract with City, that the individual
executing this Contract is duly authorized to do so by appropriate resolution, and that this Contract
shall be executed, delivered and performed pursuant to the power and authority conferred upon the
person or persons authorized to bind Contractor;
Contractor has not made an attempt to exert undue influence with the Purchasing Manager or Project
Manager or any other person who has directly contributed to City’s decision to award the contract to
Contractor;
There are no unresolved claims or disputes between Contractor and City which would materially affect
Contractor’s ability to perform under the Contract;
Contractor has furnished and will furnish true and accurate statements, records, reports, resolutions,
certifications, and other written information as may be requested of Contractor by City from time to
time during the term of this Contract;
Contractor and any person performing labor and services under this Project are duly licensed by the
State of California as required by California Business & Professions Code Section 7028, as amended;
and
Contractor has fully examined and inspected the Project site and has full knowledge of the physical
conditions of the Project site.
13.
14.
Assiqnment. This Contract and the performance required hereunder is personal to Contractor, and it shall not
be assigned by Contractor. Any attempted assignment shall be null and void.
Claims of Contractor. All claims pertaining to extra work, additional charges, or delays within the Contract Time
or other disputes arising out of the Contract shall be submitted by Contractor to City in writing by certified or
registered mail within ten (10) Days after the claim arose or within such other time as may be permitted or
required by law, and shall be described in sufficient detail to give adequate notice of the substance of the claim
to City.
15.Audits by City. During the term of this Contract and for a period of not less than three (3) years after the
CITY OF PALO ALTO CONTRACT C09127067 PAGE 3 OF 7rev. 5/08
FORMAL CONTRACT SECTION 500
expiration or earlier termination of this Contract, City shall have the right to audit Contractor’s Project-related
and Work-related writings and business records, as such terms are defined in California Evidence Code
Sections 250 and 1271, as amended, during the regular business hours of Contractor, or, if Contractor has no
such hours, during the regular business hours of City.
16.Notices. All agreements, appointments, approvals, authorizations, claims, demands, Change Orders, consents,
designations, notices, offers, requests and statements given by either party to the other shall be in writing and
shall be sufficiently given and served upon the other party if (1) personally served, (2) sent by the United States
mail, postage prepaid, (3) sent by private express delivery service, or (4) in the case of a facsimile transmission,
if sent to the telephone FAX number set forth below during regular business hours of the receiving party and
followed within two (2) Days by delivery of a hard copy of the material sent by facsimile transmission, in
accordance with (1), (2) or (3) above. Personal service shall include, without limitation, service by delivery and
service by facsimile transmission.
To City:City of Palo Alto
City Clerk
250 Hamilton Avenue
P.O. Box 10250
Palo Alto, CA 94303
Copy to:City of Palo Alto
Public Works Department
Engineering Division
P.O. Box 10250
Palo Alto, CA 94303
Joe Teresi, Project Manager
To Contractor:Proven Management, Inc
706 Sansome Street.
San Francisco, CA 94111-1704
Attn: William Gilmartin
17.Appropriation of City Funds. This Contract is subject to the fiscal provisions of Article 111, Section 12 of the
Charter of the City of Palo Alto. Any charges hereunder for labor, services, materials and equipment may
accrue only after such expenditures have been approved in advance in writing in accordance with applicable
Laws. This Contract shall terminate without penalty (I) at the end of any fiscal year in the event that funds are
not appropriated for the following fiscal year, or (ii) at any time within a fiscal year in the event that funds are
0nly 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
rev. 5/08
CONTRACT C09t27067 PAGE 4 OF 7
FORMAL CONTRACT SECTION 500
perform its obligations under this Contract which directly results from an Act of God or an act (~ 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 ~o 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.
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 CaliforniaCode of Civil Procedure § 664.6, as amended.
’CITY OF PALO
rev. 5/08
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
ALTO CONTRACT C09127067 PAGE 5 OF 7
FORMAL CONTRACT
~ ---in the United States District Court for the Northern District of California.
SECTION 50O
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 !o 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 claimor 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, tile parties have by their duly appointed representatives executed this Contract in the city of
Pale 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 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 PALe ALTO
rev. 5/08
CONTRACT C09127067 PAGE 6 OF 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. 5/08
CONTRACT C0912706~~PAGE7 OF7
ATTACHMENT B
CITY OF PALO ALTO CONTRACT NO. C06113651
AMENDMENT NO. 2 TO CONTRACT NO. C06113651
BETWEEN THE CITY OF PALO ALTO AND
SCHAAF & WHEELER, CONSULTING CIVIL ENGINEERS
This Amendment No. 2 to contract No. C06113651 (~Contract") is
entered into 2008, by and between the CITY OF PALO ALTO,
a California Charter City ("CITY"), and SCHAAF & WHEELER,
CONSULTING CIVIL ENGINEERS, a California Corporation located at i00
N. Winchester Blvd., Suite 200, Santa Clara, CA 95050-6566
("CONSULTANT").
RECITALS:
WHEREAS, the Contract was entered into between the
parties for the provision of professional consulting services
relating to the design services for the San Francisquito Creek
Storm Water Pump Station ("Project"); and
WHEREAS, the parties wish to amend the Contract to
increase the scope of services and compensation;
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions of this Amendment, the parties agree:
SECTION i. Section i, SCOPE OF SERVICES, is hereby
amended to add the following:
"The scope of services and deliverables constituting the Project
(~Basic Services") will be performed, delivered or executed by
CONSULTANT in accordance with the schedule and the requirements of
Exhibit ~A" and Exhibit ~A-I" as revised for additional scope of
services."
SECTION 2. Section 4, NOT TO EXCEED COMPENSATION, is
hereby amended to read as follows:
~The compensation to be paid to CONSULTANT for performance of the
Services described in Exhibits "A" and "A-l" as revised, including
both payment for professional services and reimbursable expenses,
shall not exceed six hundred eighty-three thousand one hundred
fifty-eight dollars ($683,158.00). In the event Additional
Services are authorized, the total compensation for services and
reimbursable expenses shall not exceed seven hundred thirty-three
thousand twenty-two dollars ($733,022.00). The applicable rates
and schedule of payment are set out in Exhibit ~C", which is
attached to and made a part of this Agreement.
S : ATT / US_E R__S!_O_~’_F ~.C_E __FORM__S!9 i t~Z_.App ~ov e d Cont_~act s
CITY OF PALO ALTO CONTRACT NO. C06113651
Additional Services, if any, shall be authorized in accordance with
and subject to the provisions of Exhibit "C". CONSULTANT shall not
receive any compensation for Additional Services performed without
the prior written authorization of CITY. Additional Services shall
mean any work that is determined by CITY to be necessary for the
proper completion of the Project, but which is not included within
the Scope of Services described in Exhibits ~A" and ~A-I" as
revised."
SECTION 3. The following exhibit(s) to the Contract are
hereby set forth as attachment(s) to this Amendment, which are
incorporated in full by this reference:
EXHIBIT "A-I" (REVISED): ADDITIONAL SCOPE OF SERVICES
2
S:ATT/USERS/OFFICE FORMS/City Approved Contracts 3/20/07 (REV)
CITY OF PALO ALTO CONTRACT NO. C06113651
SECTION 4. Except as herein modified, all other
provisions of the Contract, including any exhibits and subsequent
amendments thereto, shall remain in full force and effect.
IN WITNESS WHEREOF, the parties have by their duly
authorized representatives executed this Amendment on the date
first above written.
APPROVED AS TO FORM:CITY OF. PALO ALTO
Senior Asst. City Attorney City Manager
APPROVED:SCHAAF & WHEELER, CONSULTING
CIVIL ENGINEERS
Director of Administrative
Services
Taxpayer Identification No.
(Compli~ce with Corp. Code. ~ 313 is
r.~quired ~f th~ entity on whose behalf
this contract i~ signed is a
corporation. In the alternative, a
certified corporate resolution
~attestin~ to the signatory authority
of th~ individuals signing in their
r~spectlve capacities is acceptable).
3/20/07 (REV)
CITY OF PALO ALTO CONTRACT NO. C06113651
REVISED EXHIBIT "A-I"
ADDITIONAL SCOPE OF SERVICES
DESIGN SERVICES FOR THE SAN FRANCISQUITO CREEK STORM WATER PUMP
STATION - CONSTRUCTION MANAGEMENT SERVICES PHASE
Task 11
Schaaf & Wheeler will provide construction management services in connection with this project
as follows:
a) Attending pre-construction conference. Prepare agendas and keep meeting minutes.
b) Attending weekly construction meetings as requested by City.
c) Issuing letters of clarification as required.
d) Issuing supplemental project drawings as necessary.
e) Reviewing contractor submittals.
f) Responding to City or Contractor initiated Requests for Information (RFIs). RFIs
shall be stamped with a professional engineering stamp for the responsible discipline
prior to issuance.
g) Assisting the City with requested Contract Change Orders (CCOs).
h)Assisting the City with preparation of a separate bid package for the box culvert
connecting the existing storm drain outfall to the storm water pump station.
i) Visiting the project site during critical construction sequences and at City request.
j)Advise City on contractor completion percentages prior to partial payments if
requested.
k)Prepare and confirm completion of Contractor’s punch list items prior to final
payments.
1)Prepare final set of record drawings on mylar, based on approved and recorded
changes during construction. Provide record drawings in digital format for archive in
ACAD (.dwg) format with metadata text file including the date of preparation,
company name, and technician.
Contract C06113651 Amendment Two Page 1 of 1
.-ooo~oooo~o
oooooooo~o
ATTACHMENT C
ATTACHMENT D
CERTIFICATION OF NONDISCRIMINATION FORM 410
PROJECT: San Francisquito Creek Storm Drain Ouffall
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, ~ender, 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: .Proven Management, Inc.
Title of Officer Signing: Vice P~dent
DATE: June 24, 2008
CITY OF PALO ALTO - IFB 127067 PAGE 1 OF 1