HomeMy WebLinkAbout2004-11-08 City Council (4)TO:
FROM:
DATE:
HONORABLE CITY COUNCIL
CITY MANAGER
NOVEMBER 8, 2004
City of Palo Alto
City Manager’s Report
@
DEPARTMENT: PUBLIC WORKS ~
CMR: 463:04
SUBJECT:APPROVAL OF A CONTRACT WITH BLEYCO INC. IN THE
AMOUNT OF $607,500 FOR CONSTRUCTION OF BAYLANDS
ATHLETIC CENTER ELECTRICAL UPGRADE -CAPITAL
IMPROVEMENT PROGRAM PROJECT PG-00010
RECOMMENDATION
Staff recommends that Council:
1. Approve and authorize the Mayor to execute the attached contract with Bleyco
Incorporated in the amount of $607,500 for construction services to implement the
Baylands Athletic Center Electrical Upgrade Project; and
Authorize the City Manager or his designee to negotiate and execute one or more
change orders to the contract with Bleyco Incorporated for related, additional but
unforeseen work that may develop during the project, the total value of which
shall not exceed $60,700.
BACKGROUND
The Baylands Athletic Center complex is one of very few in the Bay area devoted
exclusively to baseball and softball. Each field receives heavy use for both league and
tournament play during the spring and summer months. The center’s electrical circuit
system and field lights are thirty-five years old and in significant need of an upgrade.
The existing electrical service enclosure is corroding and the light fixtures are less
efficient than current state of the art equipment in terms of energy efficiency and
illumination. The wood poles supporting the light fixtures have also been subject to
structural deterioration over the years and are in need of replacement.
In March 2003, Salas-O’Brien Engineers was retained as a consultant for the purpose of
conducting a detailed analysis of the existing electrical infrastructure associated with the
site and also to prepare a scope of work and cost estimate for proposed improvements. A
more detailed report was subsequently funded by the Consultant Assistance for Energy
CMR:463:04 Page 1 of 5
Efficiency (CARE) program in Utilities Marketing that evaluated three alternative field
lighting systems proposed for the site in terms of energy costs, life cycle costs, field level
playability, spectator enjoyment and environmental issues such as light spill and glare.
Plans and specifications for this project are in conformance with the conclusions of the
CARE report regarding the most appropriate lighting system for the Baylands facility.
DISCUSSION
Project elements included in the base bid involve replacement of the existing electrical
service enclosure and concrete support pad. The existing 26 wood light poles, ranging in
height between 60 and 90 feet, would also be removed and replaced with 9 metal poles of
the same height installed around the field perimeters. The luminaire casements will be
specifically designed and shielded to minimize spillage of light and glare beyond the
immediate site. Security lighting in the parking lot would be provided by the addition of
flood lights controlled with a photocell and programmable time clock on the poles
adjacent to the left field line of the baseball field. Both the proposed field light fixtures
and the security lights would represent significant improvements over those currently in
use at the site in terms of energy efficiency, efficacy of field illumination, glare and spill
factors, and the field lighting system includes a seven-year warranty.
Three add/alternate bid items that fall within the project budget were bid with the project
and include:
powder coat painting of the galvanized steel light poles;
installation of a multi-watt power control device that allows the lighting system to
effectively operate at full and partial illumination levels depending on the field’s
intended use;
two additional poles in the layout for the baseball field to more adequately disperse
the light fixtures around the outfield perimeter allowing a more even level of
illumination throughout the playing area while reducing the intensity of sources for
offsite glare.
The total number of new poles installed as a result of the base bid and the add/alternates
would be 11.
Bid Process
A notice in~ting formal bids for the Baylands Athletic Center Electrical Upgrade Project
was posted at City Hall on July 20, 2004 and sent to 6 builder’s exchanges and 9 general
contractors. The bidding period was 28 days and bids were received on August 17, 2004
from 4 contractors. Two of the bidding contractors were determined to be non-
responsive because they did not meet the licensing requirements outlined in the bid
documents. Both of the non-responsive bids were higher than the lowest responsive bid.
CMR:463:04 Page 2 of 5
See Attachment B for a summary of all bids received on the project. Base bids ranged
from a low of $479,000 to a high of $524,000.
Bid Name/Number IFB # 107034
Proposed Length of Proiect
No. of Bids Mailed to Contractors
No. of Bids Mailed to Builder’s
Exchanges
Total Days to Respond to Bid
Pre-Bid Meeting?
Number of Company Attendees at Pre-
Bid
Number of Bids Received:
Base Bid Price Range
*Bid summary provided in Attachment B.
Summary of Bid Process
Summary of Bid Process
Baylands Athletic Center Electrical Upgrade
90 days
9
6
28
Yes
1
4
Low bid of $479,000 to a high of $524,000
Staff has reviewed all bids submitted and recommends that the base bid of $479,000
submitted by Bleyco Incorporated be accepted and that Bleyco Incorporated be declared
the lowest responsive bidder. Language included in the bid documents required that the
contract be awarded on the basis of the lowest base bid, and that any add/alternate items
falling within the project construction budget could be included on a discretionary basis.
Accordingly, staff also recommends that add/alternates #1, #2 and #3 as described above
be included in the project for a total contract amount of $607,500. The bid total is 1%
percent above the engineer’s estimate of $602,000. The contingency amount of $60,700,
which equals 10% of the total contract, is requested to resolve unforeseen project issues
that may arise during the construction period. Staff checked references supplied by the
contractor for previous work performed and found no significant complaints. Previous
work cited by the contractor includes similar extensive field lighting projects for the
Stanford Athletic Department and one more recently at Palo Alto High School. Staff also
checked with the Contractor’s State License Board and found that the contractor has an
active license on file. Plan holders not submitting bids indicated that scheduling conflicts
precluded their participation in this project.
RESOURCE IMPACT
Funds for this project are included in Capital Improvement Project PG-00010.
CMR:463:04 Page 3 of 5
PROJECT REVIEW
1.An initial funding amount of $220,000 for this project were ktcluded in the FY 2002-
2003 Capital Improvement Program (CIP) project budget. The balance of the funding
is included FY 2004-2005 CIP project budget.
2.This project was reviewed by the Parks and Recreation Commission on June 22,
2004.
3.A Park Improvement Ordinance addressing these upgrades to the Baylands Athletic
Center was approved by Council at its meeting of September 20, 2004.
POLICY IMPLICATIONS __
The proposed Baylands Athletic Center Electrical Upgrade project ’is consistent with
existing City policy, including Comprehensive Plan Program/Policy N-l: Manage
existing public open space areas and encourage the management of private open space
areas in a manner that meets habitat protection goals, public safety concerns, and low
impact recreation needs; N-11: Preserve the integrity of riparian corridors; N-47:
Optimize energy conservation and efficiency in new and existing residences, businesses
and industries in Palo Alto; N-50: Implement public safety improvements, such as access
roads and other infrastructure, in a manner that is sensitive to the environment; C-17:
Continue to support provisions, funding, and promotion of programs for children and
youth; C-24: Reinvest in aging facilities to improve their usefulness and appearance, and
avoid deferred maintenance of City infrastructure; C-25: Make infrastructure
improvements on public open space only when these improvements are consistent with
the goals of protecting and conserving the natural environment; C-26: Maintain and
enhance existing park facilities.
ENVIRONMENTAL REVIEW
A Mitigated Negative Declaration for this project has been prepared and was adopted by
the Director of Planning and Community Environment on September 15, 2004 (03-D-12,
04-EIA-07, 04-ARB-94) in connection with minor site and design approval.
ATTACHMENTS
Attachment A:
Attachment B:
Attachment C:
PREPARED BY:
Contract
Bid Summary
Certificate of Non-Discrimination
CHRIS RAFFERTY
Park Planner, Public Works Engineering
CMR:463:04 Page 4 of 5
DEPARTMENT HEAD:
GLENN S. ROBERTS .
Director of Public Works
CITY MANAGER APPROVAL:
SON
Assistant City Manager
CMR:463:04 Page 5 of 5
ATTACHMENT A
CONTRACT No. C05107034
Public Works Department
This Contract, number C05107034.dated is entered into by and between the City of Palo Alto, a chartered
city and a municipal corporation of the State of California ("City"), and ~ ("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 Project 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:Baylands Athletic Center Electrical Upgrade, Invitation for Bid (IFB) Number 107034
Bid:$ 607,500.00
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.
Standard Drawings and Specifications (1992).
Certificate of Insurance, Performance Bond, Labor & Materials (Payment) Bond.
Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the
Standard Drawings and Specifications (1992).
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 Standard Drawings and Specifications (1992), 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
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.
PAGE 1 OF 7
Indemnification. Contractor agrees to protect, defend, indemnify and hold C!ty, 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.Co ~9601-6975,
as amended); the Resource Conservation and Recovery Act (42 U.S.C. ~6901-6992k, as amended); the Toxic
Substances Control Act (15 U.S.C. ~2601-2692, as amended); the Carpenter-Presley-Tanner Hazardous
Substance Account Act (Health & Safety Code, ~25300-25395, as amended); the Hazardous Waste Control
Law (Health & Safety Code, ~25100-25250.25, as amended); the Safe Drinking Water and Toxic Enforcement
Act (Health & Safety Code, ~25249.5-25249.13, as amended); the Underground Storage of Hazardous
Substances Act (Health & Safety Code, ~25280-25299.7, as amended); or under any other local, state or
federal law, statute or ordinance, or at common law.
Assumption of Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or injury to the
property of Contractor which may occur in, on, or about the Project site at any time and in any manner,
excepting such loss, injury, or damage as may be caused by the sole willful act or negligent act or omission of
City or any of its Council members, officers, employees, agents or representatives.
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 bond or fire underwriters or
other similar body now or hereafter constituted, with any discretionary license or permit issued pursuant to any
Law of any public agency or official as well as with any provision of all recorded documents affecting the Project
site, insofar as any are required by reason of the use or occupancy of the Project site, and with all Laws
pertaining to nondiscrimination in employment and hazardous materials.
11.Bonds. As a condition precedent to City’s obligation to pay compensation to Contractor, and on or before the
Date of Execution, Contractor shall furnish to the Project Manager the Bonds as required under the Invitation
For Bid.
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:
PAGE 2 OF 7
13.
14.
15.
Any materials and equipment which shall be used during the cou~’se 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;
do
....Any~labor and services rendered and materials and equipment used or employed during the course
and scope of the Project and Work shall be free of defects in workmanship for a period of one (1) year
after the recordation of the Notice of Substantial Completion, or, if no such notice is required to be
filed, on the date that final payment is made hereunder;
Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained by
Contractor for and in behalf of City.
Any information submitted by Contractor prior to the award of Contract, or thereafter, upon request,
whether or not submitted under a continuing obligation by the terms of the Contract to do so, is true
and correct at the time such information is submitted or made available to the City;
Contractor has not colluded, conspired, or agreed, directly or indirectly, with any person in regard to
the terms and conditions of Contractor’s Bid, except as may be permitted by the Invitation For Bid;
Contractor has the power and authority to enter into this Contract with City, that the individual
executing this Contract is duly authorized to do so by appropriate resolution, and that this Contract
shall be executed, delivered and performed pursuant to the power and authority conferred upon the
person or persons authorized to bind Contractor;
Contractor has not made an attempt to exert undue influence with the Purchasing Manager or Project
Manager or any other person who has directly contributed to City’s decision to award the contract to
Contractor;
There are no unresolved claims or disputes between Contractor and City which would materially 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.
Assi.qnment. 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.
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
PAGE 3 OF 7
16.
17.
18.
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~,lto, CA 94303
Copy to:City of Palo Alto
Public Works Department
250 Hamilton Avenue
Palo Alto, CA 94303
Attn: Chris Rafferty, Project Manager
To Contractor:Bleyco, Inc.
11425 Cull Canyon Road
Castro Valley, CA 94552
Attn: Chris Berge
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.
Miscellaneous.
Bailee Disclaimer. The parties understand and agree that City does not purport to be Contractor’s
bailee, and City is, therefore, not responsible for any damage to the personal property of Contractor.
Consent. Whenever in this Contract the approval or consent of a party is required, such approval or
consent shall be in writing and shall be executed by a person having the express authority to grant
such approval or consent.
Controlling Law. The parties agree that this Contract shall be governed and construed by and in
accordance with the Laws of the State of California.
Definitions. The definitions and terms set forth in Section 1 of the Standard Drawings and
Specifications (1992) of this Contract are incorporated herein by reference.
e.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
PAGE 4 OF 7
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.
ho 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, 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 ofthis Contract is void
or unenforceable, the provisions of this Contract not so affected shall remain in full force and effect,
no
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.
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
PAGE 5 OF 7
So
completion of mediation. If the claim or_dispute is not resolved th.rough 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.
Fiow-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 whichit 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 consolida.ted 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.
A’FI’EST:
City Clerk
APPROVED AS TO FORM:
CITY OF PALO ALTO
By:
Its Mayor
Senior Assistant City Attorney
APPROVED:CONTRACTOR:
Assistant City Manager
Director of Public Works
By:.
Name
Title:
Director of Administrative Services
nsurance Review
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. )
PAGE 6 OF 7
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code ) 1189)
STATE OF
COUNTY OF
On , before me, a
notary public in and for said County, personally appeared
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose
name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature (Seal)
PAGE 7 OF 7
ATTACHMENT C
CERTIFICATION OF ,NON.DISC,RIMINAT!ON SECTION 410
Certification of Nondiscrimination:
As suppliers of goods or services to the City’ of Palo Alto. the firm end indivlduats listed below
certify that they do not discriminate tn employment with regards to age, race, color, religion, sex,
national origin, ancestry, disability, or sexual preference; that they are in compliance with all
Federal, State, and local directives and executive orders regarding nondiscrimination In
employmel~L
THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATUR~($) BELOW.
Firm:_
Name:Signature:
~’~__ ~
(PRINT OR TYPE NAME)
Signature:
Name;
Tilla:
Note:
(PRINT OR TYPE NAME)
The City of Palo Alto, pursuant to Calffoml~ Corporations Code Section 313, mquire~ two
corporate officers tO execute contracts.
*The signature of Fir!! Of/’icer* g~.~ be one of the foflowing: Chairman of the
Board; President; or Vice PresidenL
"The signature oft he Second Officer** mu~st be one of the following: Secretary;
A~sistant Secretary;, Chief Financial Officer; or Assistant Treasurer.
(In the altemative, a certified corpomt~ resolution attesting to the signatory
authority of the individuals signing in their respective capacities is acceptable,)
CITY OF PALO ALTO PAGE 1 OF 1