HomeMy WebLinkAboutStaff Report 356-08City of Palo Alto
City Manager’s Report
11
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE:SEPTEMBER 8, 2008 CMR:356:08
SUBJECT:ADOPTION OF A BUDGET AMENDMENT ORDINANCE FOR FISCAL
YEAR 2008-09 TO PROVIDE AN ADDITIONAL APPROPRIATION OF
$751,325 TO CAPITAL IMPROVEMENT PROGRAM PROJECT VR-
01001 MUNICIPAL SERVICE CENTER FUEL STORAGE TANK
REPLACEMENT AND APPROVAL OF A CONTRACT WITH
AMERICAN CONSTRUCTION AND ENVIRONMENTAL SERVICES,
INC. IN THE AMOUNT OF $702,076 FOR CONSTRUCTION OF THE
INTEGRATED FUELING FACILITY COMPRESSED NATURAL GAS
FUELING AREA WITH A PUBLIC DISPENSER
RECOMMENDATION
Staff recommends that Council:
Adopt the attached Budget Amendment Ordinance (BAO) in the amount of
$751,325 (Attachment A) to provide an additional appropdatiun for.the Capital
Improvement Program (CIP) Project VR-01001 MSC Fuel Storage Tank
Replacement.
Approve and authorize the City Manager or his designee to execute the attached
contract C09124683 with American Construction and Environmental Services,
Inc., (Attachment C) in the amount $702,076 for construction of the Integrated
Fueling Facility Compressed Natural Gas (CNG) facilities.
o Authorize the City Manager or his designee to negotiate and execute one or more
change orders to the contract with American Construction and Environmental
Services, Inc., for related, additional but unforeseen work which may develop
during the project, the total value of which shall not exceed $84,249.
BACKGROUND
The existing fueling facility at the Municipal Service Center (MSC) provides both conventional
and non-conventional (CNG) fuel for City vehicles and equipment on a 24 hour basis. The
current facility is thirty .nine years old and is in need of replacement. In order to reduce
construction costs and to obtain the most qualified contractors, staff recommended bidding the
conventional fuel portion replacement work separately from the CNG replacement work.
CMR:356:08 Page ,1 of 4
On September 1!, 2006, Council approved a construction contract to build a replacement
conventional fueling facility at the MSC (CMR:342:06). This report addresses the construction
contract for the CNG portion of the replacement project.
DISCUSSION
Proiect Description
There will be two CNG stations constructed under this contract using previously purchased CNG
equipment. One CNG station located within the gated perimeter of the MSC will serve city
operations and the second located inside the gates of the northernmost employee parking lot will
be available for public use (Attachment B). Owners of private CNG vehicles may purchase
CNG at the dispenser using credit cards via a card reader. Facilities Management will provide
facility access cards to the public upon request.
Approval of this contract and associated BAO is needed due to a number of factors. A $300,000
grant from the Santa Clara Valley Transportation Agency (VTA) was used to purchase the CNG
equipment that will be used in this project. Since the VTA funding has already been expended,
failure to proceed with the project would require reimbursement to the VTA. Further, Capital
Improvement Project PE-08005, Municipal Service Center Resurfacing, has been coordinated to
resurface the impacted area from the CNG project upon its completion.
Funding of the BAO for this phase of construction will come from existing Capital Improvement
Project Funding listed in the table under Resource Impact section.
Bid Process
A notice inviting formal bids for the Municipal Service Center Integrated Fueling Facilities-
CNG was posted at City Hall on July 15, 2008 and sent to twelve potential bidders.
The bidding period was 35 days. Bids were received from three qualified contractors on
August 19, 2008, as listed on the attached bid summary (Attachment D). Base bids ranged from
a total low bid of $702,076 to a total high bid of $992,993 for the base bid.
Bid Name/Number
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 *
Summary of Bid Process
Integrated Fueling Facility
3 months
12
IFB #124683
10
35
Yes
9
3
$702,076 to $992,993 for the Base Bid
$1,154,833 to $1,491,288 with the
(removing existing fueling station).
*Bid summary provided in Attachment D.
Bid Alternate
CMR:356:08 Page 2 of 4
The project as it was bid included a Base Bid for installation of new CNG dispensers and a Bid
Alternate for the removal of the existing fueling station and nearby former storage area for
above-ground fuel tanks. The existing fueling station is no longer needed since construction has
recently been completed on a new conventional fueling station at the east side of the MSC. The
cost to award a contract for the Base Bid plus the Bid Alternate would be $1,154,833, which is
beyond the funding available for this CIP therefore staff is recommending awarding the base bid
only.
Staff has reviewed all bids submitted and recommends that the base bid of $702,076 submitted
by American Construction and Environmental Services, Inc., be accepted and that American
Construction and Environmental Services, Inc., be declared the lowest responsible bidder. The
bid is less than 1 percent above the engineer’s estimate of $700,000.
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.
A contingency amount of 12 percent is requested since testing has determined that some of the
soil at the new fueling station site has been contaminated with oil and gas residue and may need
to be removed. The extent of remediation required by the Santa Clara Valley Water District
cannot be determined until the ground is excavated and the degree that the contamination has
traveled within the soil is evaluated.
An additional $5,000 is requested for CIP VR-O1001 to cover the costs of materials testing and
welding inspection that is typically paid for by the City, not the contractor.
RESOURCE IMPACT
The Project has a remaining unused appropriation of $40,000, and an additional appropriation of
$751,325 is needed to provide the necessary funds for the Project. The additional appropriation
of $751,325 will be funded by a transfer from various existing vehicle replacement projects. The
details of the funding sources are as follows:
Description
VR-01002- MSC Equipment Washing
Facility Upgrade
VR-05001- Field Service Truck
VR-06800- MTBE Investigation
VR-04010-Vehicle Maintenance
Total
Amount
$681,394
9,000
12,664
48,267
$751,325
A Budget Amendment Ordinance of $751,325 is necessary to increase appropriation to
VR-01001, MSC Fuel Storage Tank Replacement CIP Project. VR-01002 is an active project
designated for the replacement of the equipment washing facility at the MSC. This project is
CMR:356:08 Page 3 of 4
still needed; however, the need for a new CNG fueling facility now takes precedence over the
wash facility due to the requirements to implement the VTA grant monies, and project
coordination with the MSC resurfacing. In addition, the existing fueling station and above-
ground tank storage area are still in need of removal. In order to meet these needs and other
significant vehicle related objectives and obligations, Administrative Services and Public Works
staff are worldng on a revised funding plan for the Vehicle Replacement Fund through possible
revised allocated charges and revenue from the sale of CNG to the public. Once funding is
identified staff will return with capital improvement projects to remove the existing fueling
station and former tank-storage area and construct a new wash facility as part of the FY 2009-
2010 budget.
POLI~CY I~N[PLI~CAT[ONg
This project furthers Policy N-21 and N-25 of the Comprehensive Plan.
]ENWltRONI~IENT~.,L REVEEW
This project is exempt under the California Environmental Quality Act (CEQA) Section 15302
because it is a relocation of an existing use. The project has been appropriately conditioned to
address .the soil contamination.
ATTAChmeNTS
Attachment A:
Attachment B:
Attachment C:
Attachment D:
Attachment E:
Budget Amendment Ordinance (includes CIP Page as Exhibit A)
Revised Description of CIP VR-01001
Contract
Bid Summary
Certification of Nondiscrimination
PREPARED BY:
DEPARTMENT HEAD:
J. I~I~CHAEL SARTOR
Ask[stant Director of Public Works
GLENN S. ROBERTS
Director of Public Works
CITY MANAGER APPROVAL:
CMR:356:08 Page 4 of 4
ATTACHMENT~
ORDINANCE NO.
ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO
AMENDING THE BUDGET FOR THE FISCAL YEAR 2008-09 TO
PROVIDE AN ADDITIONAL APPROPRIATION OF $751,325 TO
CAPITAL IMPROVEMENT PROGRAM (CIP) VR-01001, MSC FUEL
STORAGE TANK REPLACEMENT
The Council of the City of Palo Alto does ordain as follows:
SECTION i. The Council of the City of Palo Alto finds
and determines as follows:
A. Pursuant to the provisions of Section 12 of Article III of
the Charter of the City of Palo Alto, the Council on June 9, 2008
did adopt a budget for fiscal year 2008-09; and
B. In fiscal year 1999-00, the Council did adopt a budget for
CIP Project VR-01001, MSC Fuel Storage Tank and Fuel Storage
Service Island Replacement (Project), with an initial
appropriation of $475,000, and in fiscal year 2001-02, increased
the appropriation by $125,000; and
C. In fiscal year 2001-02, the Santa Clara Valley
Transportation Authority (VTA) awarded a grant of $300,000 to CIP
Project VR-01001, MSC Fuel Storage Tank and Fuel Storage Service
Island Replacement; and
D. In fiscal year 2006-07, the Council increased the
appropriation of the Project by $943,003(BA0#4915) bringing total
appropriation to $1,543,003, excluding the grant from VTA of
$300,000. The appropriation provided the funds for the
construction of a new conventional fueling facility at the MSC
(CMR: 342:06), replacing an aging thirty-nine year old facility;
and
E. The construction of a new conventional fueling facility
mentioned in Section D did not include construction of new
stations for compressed natural gas. A $300,000 grant from the
Santa Clara Valley Transportation Authority (VTA) was used to
purchase CNG equipment for the project (CMR: 145:01); and
F. The amount of $791,325 is needed to install the previously
purchased CNG equipment and all the associated piping and
electrical systems; and
G. Project has a remaining unused appropriation of $40,000,
and an additional appropriation of $751,325 is needed to provide
the necessary funds for the Project. The additional appropriation
of $751,325 will be funded by a transfer from various existing
projects. The details are as follows; and
VR-01002- MSC Equipment Washing
Facility Upgrade
VR-05001- Field Service Truck
VR-06800-MTBE Investigation
VR-04010-vehicle Maintenance
Total
$681,394
9,000
12,664
48,267
$751,325
H. City Council authorization is needed to amend the 2008-09
budget to make available the funds needed for CIP Project VR-
01001, MSC Fuel Storage Tank Replacement.
SECTION 2. The sum of Seven Hundred Fifty One Thousand Three
Hundred Twenty Five Dollars ($751,325) is hereby appropriated to
CIP Project VR-01001, MSC Fuel Storage Tank Replacement.
SECTION 3. The appropriation for CIP Project VR-01002, MSC
Equipment Washing Facility Upgrade is hereby reduced by Six
Hundred Eighty One Thousand Three Hundred Ninety Four Dollars
($681,394).
SECTION 4. The appropriation for CIP Project VR-05001, Field
Service Truck is hereby reduced by Nine Thousand Dollars ($9,000).
SECTION 5. The appropriation for CIP Project VR-06800, MTBE
Investigation is hereby reduced by Twelve Thousand Six Hundred
Sixty Four Dollars ($12,664).
SECTION 6. The appropriation for CIP Project VR-04010, Vehi.cle
Maintenance is hereby reduced by Forty Eight Thousand Two Hundred
Sixty Seven Dollars ($48,267).
SECTION 7 The transactions above will have no impact on the
Vehicle Replacement Fund Reserve:
SECTION 8. As specified in Section 2.28.080(a) of the Palo
Alto Municipal Code, a two-thirds vote of the City Council is
required to adopt this ordinance.
SECTION 9. As provided in Section 2.04.330 of the Palo Alto
Municipal Code, this ordinance shall become effective upon
adoption.
SECTION i0. The Council of the City of Palo Alto hereby finds
that this project is exempt under the California Environmental
Quality Act (CEQA) Section 15302 because it is a relocation of an
existing use.
INTRODUCED AND PASSED:
AYES:
NOES:
ABSTENTIONS:
ABSENT:
ATTEST:APPROVED:
City Clerk Mayor
APPROVED AS TO FORM:
City Manager
Senior Asst. City Attorney Director of Public Works
Director of Administrative
Services
Attachment
MSC Fuel Storage Tank Replacement (VR-01001)
Continuing -- MiscNlaneous
PROJECT DESCRIPTION
This project will provide for the replacement of all above ground conventional and compressed natural gas (CNG)
fuel storage tanks at the Municipal Services Center (MSC) with underground tanks of equivalent capacity; replacement
of the fuel service island and fuel dispensers; and the installation of an electronic fuel tank monitoring and inventory
management system. As part of this project, a public CNG dispenser will be added and funded by a Valley Transit
Authority (VTA) grant.
PROJECT JUSTiFiCATiON
The existing above ground fuel storage tanks at the Municipal Services Center are more than 30 years old need replace-
ment. The vapor recovery system, among others, is inoperative and cannot be repaired. There is also a substantial
amount of corrosion on the interior surfaces of the tanks, which has resulted in a significant ongoing expense for fuel
cleaning and filtration to remove particulate matter that could damage vehicle fuel systems. The existing fuel service
island is inefficient and inadequate for the current usage level, resulting in significant delays for users.
FUTURE FiNANCiAL REQUIREMENTS
FISCAL YEAR
PY Budget:
as of PY actual
6/30/2008
2008-09
2009-10
2010-11
2011-12
2012-13
AMOUNT
$1,802,030
$1,414,012
751,325
COMPONENTS
Design and construction
Construction
Sources of Funding: Equipment Replacement Fund and VTA Grant ($300,00)
200]-03 Budget
iMPACT AND SUPPORT ANALYSIS
Environmental:
Design Elements:
Operating:
Telecommunications:
This project is subject to state and federal regulations related to underground fuel storage
tanks and dispensing systems, as well as oversight by the Santa Clara Valley Water Dis-
trict under the Leaking Underground Storage Tank Oversight Program (LUSTOP).
System design will be provided by Equipment Management staff, working with an engi-
neering consultant. The above-ground component of this project may be subject to review
by the Architectural Review Board.
Ongoing maintenance
Local area network for authorization system.
COMPREHENSIVE PLAN
This project furthers Policy N-21; Policy N-25; Policy N-26, Policy N-27, and Program N-40 of the Comprehensive
Plan.
ATTACHMENT C
FORMAL CONTRACT SECTION 500
CONTRACT No. C09124683
(Public Work)
Public Works Department
This Contract, number C09124683 dated 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 American Construction and
Environmental Services, 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:
Title of Project:Integrated Fueling Facility- CNG, Invitation for Bids (IFB) No. 124683.
Bid:$702,076.00 (Seven hundred two thousand seventy-six hundred dollars)
(Total includes Base Bid only)
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 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
CITY OF PALO ALTO
rev. 12/00
CONTRACT C09124683 PAGE1 OF7
FORMAL CONTRACT SECTION 500
Project. Contractor shall furnish City with the certificates of insurance and with original endorsements affecting
coverage required under this Contract on or before the Date of Execution. The certificates and endorsements
for each insurance policy shall be signed by a person who is authorized by that insurer to bind coverage in its
behalf. Proof of insurance shall be mailed to the Project Manager to the address set forth in Section 16 of this
Contract.
10.
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, ~25100-25250.25, as amended); the Safe Drinking Water and Toxic Enforcement
Act (Health & Safety Code, 9~25249.5-25249.13, 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 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.
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.
CITY OF PALO ALTO CONTRACT C09124683 PAGE 2 OF 7rev. 12/00
FORMAL CONTRACT SECTION 500
11.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.
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 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;
Any labor and services rendered and materials and equipment used or employed during the course
and sce pe of the Project and Work shall be free of defects in workmanship for a period of one (1) year
after the recordation of the Notice of Substantial Completion, or, if no such notice is required to be
filed, on the date that final payment is made hereunder;
Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained by
Contractor for and in behalf of City.
Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request,
whether or not submitted under a continuing obligation by the terms of the Contract to do So, is true
and correct at the time such information is submitted or made available to the City;
Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to
the terms and conditions of Contractor’s Bid, except as may be permitted by the Invitation For Bid;
g=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 furnis,h 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
CITY OF PALO ALTO
rev. 12/00
CONTRACT C09124683 PAGE 3 OF 7
FORMAL CONTRACT SECTION 500
to City.
15.
16.
Audits by City. During the term of this Contract and for a period of not less than three (3) years after the
expiration or earlier termination of this Contract, City shall have the right to audit Contractor’s Project-related
and Work-related writings and business records, as such terms are defined in California Evidence Code
Sections 250 and 1271, as amended, during the regular business hours of Contractor, or, if Contractor has no
such hours, during the regular business hours of City.
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
Young Tran, Project Manager
To Contractor:American Construction and Environmental Services, Inc.
161 Chestnut Street, Suite 23
Brentwood, CA 94513
Attn: Bailey Neff
17.Appropriation of City Funds. This Contract is subject to the fiscal provisions of Article III, Section 12 of the
Charter of the City of Palo Alto. Any charges hereunder for labor, services, materials and equipment may
accrue only after such expenditures have been approved in advance in writing in accordance with applicable
Laws. This Contract shall terminate without penalty (I) at the end of any fiscal year in the event that funds are
not appropriated for the following fiscal year, or,(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.
bo 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.
Co 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
CITY OF PALO ALTO CONTRACT C09124683 PAGE 4 OF 7
rev. 12/00
FORMAL CONTRACT
herein by reference,
SECTION 500
eo Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to
perform its obligations under this Contract which directly results from an Act of God or an act of a
superior governmental authority.
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.
g=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.
ko Resolution. Contractor shall submit with its Bid a copy of any corporate or partnership resolution or
other writing, whicl~ 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.
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.
CITY OF PALO ALTO
rev. 12/00
CONTRACT C09124683 PAGE 5 OF 7
FORMAL CONTRACT SECTION 50O
Venue. Unless the parties mutually agree otherwise, mediation shall take place in San Jose,
California. In the event that litigation is commenced by any party hereunder, the parties agree that
such action shall be vested exclusively in the state courts of California in the County of Santa Clara or
in the United States District Court for the Northern District of California.
Recovery of Costs. Each Party shall bear its own costs, including attorney’s fees, through the
completion of mediation. If the claim or dispute is not resolved through mediation, or if litigation is
necessary to enforce a settlement reached at mediation pursuant to California Code of Civil Procedure
§ 664.6, as amended, then the prevailing party in any subsequent litigation may recover its reasonable
costs, including attorney’s fees, incurred subsequent to conclusion of the mediation.
Flow-down. Contractor agrees to include provisions of this Contract relating to Alternative Dispute
Resolution, Venue. and Recovery of Costs in any subcontracts or major material purchase
agreements which it enters into in connection with this Contract, and to require its subcontractors to
include those provisions in any sub-contracts or major material purchase agreements, such that any
mediation or litigation of any claim or dispute asserted by a subcontractor or major material supplier
will be consolidated with any related claim or dispute between the Contractor and the City. Should the
Contractor fail to do so, such that the City is required to defend an action brought by a subcontractor
or material supplier inconsistent with the Alternative DisPute and Venue provisions of this Contract,
Contractor shall indemnify City for City’s costs of defense, including reasonable attorney’s fees.
IN WITNESS WHEREOF, the parties have by their duly appointed representatives executed this Contract in the city of
Palo Alto, County of Santa Clara, State of California on the date first stated above.
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:
N~me:
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 ALTO CONTRACT C09124683 PAGE 6 OF 7
rev. 12/0o
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. 12/00
CONTRACT C09124683 PAGE 7 OF 7
ZLU
LU
Z
-
ATTACHMENT D
CERTIFICATION OF NONDISCRIMINATION
ATTACHMENT E
FORM 410
PROJECT:Integrated Fuelin.q Facility- CNG
Certification of Nondiscrimination: As suppliers of goods and/or services to the City of Pato Alto in excess
of $5,000, the firm, contractor or individual(s) listed below certify that: they do not and in the performance of
’(his 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,
weightor 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.
Title of Officer Signing: ..__~ (’4
Signature:
CITY OF PALO ALTO - IFB 124683 PAGE 1 OF I