HomeMy WebLinkAboutStaff Report 8561
City of Palo Alto (ID # 8561)
City Council Staff Report
Report Type: Consent Calendar Meeting Date: 11/27/2017
City of Palo Alto Page 1
Summary Title: Fire Station 3 Rebuild
Title: Approval of a Contract With Strawn Construction, Inc. in the Amount of
$5,944,000 for the Fire Station No. 3 Replacement Project; Authorization for
the City Manager to Negotiate and Execute Related Change Orders Not-to-
Exceed $594,400 in Total Value; Approval of Amendment 1 to Contract
C16163034 With Nova Partners, Inc. to Increase Compensation by $359,264
for Construction Management Services for Fire Station No. 3; and Approval
of a Budget Amendment in the Capital Improvement Fund
From: City Manager
Lead Department: Public Works
Recommendation
Staff recommends that Council:
1. Approve and authorize the City Manager or his designee to execute the
attached contract with Strawn Construction, Inc. (Attachment A) in an
amount not to exceed $5,944,000 for Fire Station No. 3 Replacement,
Capital Improvements Program project PE-15003;
2. Authorize the City Manager or his designee to negotiate and execute one or
more change orders to the contract with Strawn Construction, Inc. for
related, additional but unforeseen work which may develop during the
project, the total value of which shall not exceed $594,400;
3. Approve and authorize the City Manager or his designee to execute
Amendment 1 to Contract C16163034 with Nova Partners, Inc. (Attachment
B) to add construction management for Fire Station No. 3 to the scope of
services and increase compensation by $359,264 for a total contract
amount not to exceed $4,559,735; and
4. Amend the Fiscal Year 2018 budget appropriation ordinance for the Capital
Improvement Fund by:
City of Palo Alto Page 2
a. Increasing the Fire Station No. 3 Replacement project (PE-15003)
appropriation in the amount of $1,932,912;
b. Decreasing the Salaries and Benefits - Capital Improvement Fund CIP
Projects (AS-10000) in the amount of $125,097; and
c. Decreasing the Infrastructure Reserve in the amount of $1,807,815.
Background
The Fire Station No. 3 Replacement project is part of the Council Infrastructure
Plan. Total funding in the amount of $7.3 million has been approved for the
project in Capital Improvement Program project PE-15003.
The existing Fire Station No. 3, located at 799 Embarcadero Road in Palo Alto is a
one-story, wood-framed structure built in 1958 and has had minimal
improvements over the past 59 years. The new Fire Station No. 3 will replace the
aging station and be built as an Essential Services Facility in accordance with the
Essential Service Building Seismic Safety Act. The new two-story, 6,663 square
foot fire station will meet current California Building Codes, Americans with
Disabilities Act, National Fire Protection Association codes and standards, follow
Environmental, Health, Safety guidelines, and comply with OSHA laws and
regulations.
The Architectural Review Board recommended approval of this project, and the
Director of Planning and Community Environment approved the project in March
2017. The plans include site integration features that relate with the surrounding
environment. The main materials to be used on the project are a red/orange terra
cotta and zinc metal paneling which will be installed using rain screen application
to maximize energy performance as well as indoor air quality. The roof will
contain a photovoltaic array and be screened with high parapets. The station will
be a wood-framed structure with supporting steel elements on a structural mat
foundation. The station will include a pedestrian plaza, a bicycle queuing area,
public art, landscaping that will incorporate protected trees, new regional
indigenous drought resistant plant material, and a stormwater collection system
integrated with a cobblestone dry steam bed. All these features and more will
allow for a Silver Certification in Leadership in Energy and Environmental Design
(LEED). Additionally the new station will incorporate an alarm and communication
system essential for fire and medic response to the neighborhood served by Fire
Station No. 3.
City of Palo Alto Page 3
The construction of a new Fire Station No. 3 will require the station to be
relocated to an interim facility located at 2000 Geng Road, as approved by Council
in October 2016 (CMR 7356). The temporary facility will accommodate the
station’s three on-duty personnel and two apparatus (the engine, and medic car).
The project will also require the coordination of multiple construction disciplines
while maintaining right-of-way access within a heavily used intersection of Newell
and Embarcadero Roads.
In a public hearing on August 28, 2017, Council found the project to be
“substantially complex”, allowing contractor retention to be withheld at 10
percent. Retention is a contractual withholding of money by the City to cover any
unexpected expenses, such as liens or poor workmanship, that may occur before
the project is completed and accepted.
Discussion
Bid Process
On September 21, 2017, a notice inviting formal bids (IFB) for the Fire Station No.
3 Replacement Project was posted at City Hall, and sent to 10 builder’s exchanges
and 591 contractors through the City’s eProcurement system. The bidding period
was 28 calendar days. Bids were received from five qualified contractors on
October 19, 2017 as listed on the attached Bid Summary (Attachment C).
Summary of Bid Process
Bid Name/Number Fire Station No. 3 Replacement Project
Proposed Length of Project 365 Calendar Days
Number of Bid Packages Downloaded
by Builder’s Exchanges
8
Number of Bid Packages Downloaded
by Prime Contractors
16
Total Days to Respond to Bid 28 Calendar Days
Pre-Bid Meeting? Yes (not mandatory)
Number of Bids Received: 4
Base Bid Price Range $5,944,000 to $8,700,000
The apparent low bidder was selected based upon the total of the base bid
without consideration of the add alternate to construct the foundation for the
City of Palo Alto Page 4
new public art piece adjacent to the new station on Newell Road. Base bids
ranged from $5,944,000 to $8,700,000 and from 8% to 58% above the engineer’s
estimate. Staff has reviewed all bids submitted and recommends the bid totaling
$5,944,000 submitted by Strawn Construction, Inc. be accepted and Strawn
Construction, Inc. be declared the lowest responsible bidder. The award amount
includes the bid add alternate item for the construction of the foundation for the
new public art piece adjacent to the new station on Newell Road. The contingency
amount of $594,400, which equals 10 percent of the total contract, is requested
for related, additional, but unforeseen work that may develop during the project.
Staff reviewed other similar projects performed by Strawn Construction, Inc. and
did not find any significant complaints with their previous work. Staff also checked
with the Contractor's State License Board and confirmed the contractor has an
active license on file.
Soon after bid opening and prior to the issuance of a notice of intent to award,
two bid protests were received from the second and third lowest bidders. The
Chief Procurement Officer found the protests had no merit, and the protests were
denied. At the time of bid opening, Strawn had failed to include the license
number and Department of Industrial Relations (DIR) registration number for
three listed subcontractors and the business address for two. Within 24 hours of
the bid submission, however, Strawn submitted a revised list that included the
earlier-omitted information and made no other changes. Per Palo Alto Municipal
Code Section 2.30.480, the City may waive minor irregularities, defects or
informalities that would not affect the bid amount. The subcontractors were
readily identifiable by name, and their names were not changed in the revised list.
Only missing information was added. Waiving minor irregularities such as this is
not atypical, having happened with previous City contract awards. No appeal of
the bid protest denial was filed within the five day appeal period.
Nova Contract Amendment
On June 13, 2016, Council approved a contract with Nova Partners, Inc. for
program management of the nine Council Infrastructure Plan projects. The
contract included “Optional Task 5” for Construction Management (CM) services.
The attached contract amendment (Attachment B) adds the necessary scope and
compensation for CM services during the construction of Fire Station No. 3. CM
services includes conducting weekly OAC (Owner/Architect/Contractor) meetings
City of Palo Alto Page 5
to review the project schedule, RFIs, and open items that require resolution,
review of contractor payment applications, review of change order requests,
processing contract change orders, providing expert review of entitlement to
changes, review of level of completeness for payment, review of project
schedules, and adherence to the contract project schedule.
Timeline
Relocation of Fire Station No. 3 to 2000 Geng Road is expected to be complete in
early December 2017. Demolition and construction of Fire Station No. 3 is
expected to begin in January 2018 and completion is anticipated in early 2019.
Resource Impact
Project
Costs
Prior Year
Actuals
FY 2018
Current
Budget*
Recommended
FY 2018
Adjustment
FY 2018
Modified
Budget
FY 2019
Proposed
Costs
Updated
Project
Total
Design $322,815 $485,053 $485,053 $807,868
Construction $11,165 $5,973,152 $1,807,815 $7,780,967 $7,792,132
Salary &
Benefits
$453,555 $55,803 $125,097 $180,900 $224,900 $859,355
Total $787,535 $6,514,008 $1,932,912 $8,446,920 $224,900 $9,459,355
*Includes FY2018 Final Reappropriation of $122,371, approved by Council on
November 6, 2017 (CMR #8451).
The initial 2014 Council Infrastructure Plan budget amount for the Fire Station No.
3 Replacement project was $6.7 million, excluding staff salaries and benefits,
based on a cost estimate from 2008. Using updated cost estimates, the FY 2018
Adopted Budget Transmittal Letter anticipated an $8.1 million project cost
excluding staff salaries and benefits. With the recommended contract award, the
project cost excluding staff salaries and benefits is $8.6 million, and $9.5 million
for all costs.
Staff is evaluating project costs for all of the nine projects included in the 2014
Council Infrastructure Plan. An update to the Council on the project costs and the
strategies for providing the necessary funding to complete the Infrastructure Plan
is planned for January 2018.
City of Palo Alto Page 6
Policy Implications
The proposed action is consistent with City policy.
Environmental Review
This project is categorically exempt from the provisions of the California
Environmental Quality Act (CEQA) under Section 15302 of the CEQA Guidelines as
“Replacement or Reconstruction of Existing Structures” and no further
environmental review is necessary. A notice of CEQA exemption was filed in early
March 2017.
Attachments:
Attachment A: IFB170040 Construction Contract- Fire Station 3
Attachment B: Nova Partners Contract C16163034 Amendment No.1
Attachment C: Bid Results
Invitation for Bid (IFB) Package 1 Rev. March 17, 2017
CONSTRUCTION CONTRACT
CONSTRUCTION CONTRACT
Contract No. C18170040
City of Palo Alto
Fire Station No. 3 Replacement Project
Invitation for Bid (IFB) Package 2 Rev. March 17, 2017
CONSTRUCTION CONTRACT
CONSTRUCTION CONTRACT
TABLE OF CONTENTS
SECTION 1 INCORPORATION OF RECITALS AND DEFINITIONS…………………………………….…………..6
1.1 Recitals…………………………………………………………………………………………………………………….6
1.2 Definitions……………………………………………………………………………………………………………….6
SECTION 2 THE PROJECT………………………………………………………………………………………………………...6
SECTION 3 THE CONTRACT DOCUMENTS………………………………………………………………………………..7
3.1 List of Documents…………………………………………………………………………………………….........7
3.2 Order of Precedence……………………………………………………………………………………………......7
SECTION 4 CONTRACTOR’S DUTY…………………………………………………………………………………………..8
4.1 Contractor's Duties…………………………………………………………………………………………………..8
SECTION 5 PROJECT TEAM……………………………………………………………………………………………………..8
5.1 Contractor's Co-operation………………………………………………………………………………………..8
SECTION 6 TIME OF COMPLETION…………………………………………………………………………………….......8
6.1 Time Is of Essence…………………………………………………………………………………………………….8
6.2 Commencement of Work…………………………………………………………………………………………8
6.3 Contract Time…………………………………………………………………………………………………………..8
6.4 Liquidated Damages…………………………………………………………………………………………………8
6.4.1 Other Remedies……………………………………………………………………………………………………..9
6.5 Adjustments to Contract Time………………………………………………………………………………….9
SECTION 7 COMPENSATION TO CONTRACTOR……………………………………………………………………….9
7.1 Contract Sum……………………………………………………………………………………………………………9
7.2 Full Compensation……………………………………………………………………………………………………9
SECTION 8 STANDARD OF CARE……………………………………………………………………………………………..9
8.1 Standard of Care…………………………………………………………………………………..…………………9
SECTION 9 INDEMNIFICATION…………………………………………………………………………………………..…10
9.1 Hold Harmless……………………………………………………………………………………………………….10
9.2 Survival…………………………………………………………………………………………………………………10
SECTION 10 NON-DISCRIMINATION……..………………………………………………………………………………10
10.1 Municipal Code Requirement…………….………………………………..……………………………….10
SECTION 11 INSURANCE AND BONDS.…………………………………………………………………………………10
Invitation for Bid (IFB) Package 3 Rev. March 17, 2017
CONSTRUCTION CONTRACT
11.1 Evidence of Coverage…………………………………………………………………………………………..10
SECTION 12 PROHIBITION AGAINST TRANSFERS…………………………………………………………….…11
12.1 Assignment………………………………………………………………………………………………………….11
12.2 Assignment by Law.………………………………………………………………………………………………11
SECTION 13 NOTICES …………………………………………………………………………………………………………….11
13.1 Method of Notice …………………………………………………………………………………………………11
13.2 Notice Recipents ………………………………………………………………………………………………….11
13.3 Change of Address……………………………………………………………………………………………….12
SECTION 14 DEFAULT…………………………………………………………………………………………………………...12
14.1 Notice of Default………………………………………………………………………………………………….12
14.2 Opportunity to Cure Default…………………………………………………………………………………12
SECTION 15 CITY'S RIGHTS AND REMEDIES…………………………………………………………………………..13
15.1 Remedies Upon Default……………………………………………………………………………………….13
15.1.1 Delete Certain Services…………………………………………………………………………………….13
15.1.2 Perform and Withhold……………………………………………………………………………………..13
15.1.3 Suspend The Construction Contract…………………………………………………………………13
15.1.4 Terminate the Construction Contract for Default………………………………………………13
15.1.5 Invoke the Performance Bond………………………………………………………………………….13
15.1.6 Additional Provisions……………………………………………………………………………………….13
15.2 Delays by Sureties……………………………………………………………………………………………….13
15.3 Damages to City…………………………………………………………………………………………………..14
15.3.1 For Contractor's Default…………………………………………………………………………………..14
15.3.2 Compensation for Losses…………………………………………………………………………………14
15.4 Suspension by City……………………………………………………………………………………………….14
15.4.1 Suspension for Convenience……………………………………………………………………………..14
15.4.2 Suspension for Cause………………………………………………………………………………………..14
15.5 Termination Without Cause…………………………………………………………………………………14
15.5.1 Compensation………………………………………………………………………………………………….15
15.5.2 Subcontractors………………………………………………………………………………………………..15
15.6 Contractor’s Duties Upon Termination………………………………………………………………...15
SECTION 16 CONTRACTOR'S RIGHTS AND REMEDIES……………………………………………………………16
16.1 Contractor’s Remedies……………………………………..………………………………..………………….16
Invitation for Bid (IFB) Package 4 Rev. March 17, 2017
CONSTRUCTION CONTRACT
16.1.1 For Work Stoppage……………………………………………………………………………………………16
16.1.2 For City's Non-Payment…………………………………………………………………………………….16
16.2 Damages to Contractor………………………………………………………………………………………..16
SECTION 17 ACCOUNTING RECORDS………………………………………………………………………………….…16
17.1 Financial Management and City Access………………………………………………………………..16
17.2 Compliance with City Requests…………………………………………………………………………….17
SECTION 18 INDEPENDENT PARTIES……………………………………………………………………………………..17
18.1 Status of Parties……………………………………………………………………………………………………17
SECTION 19 NUISANCE……………………………………………………………………………………………………….…17
19.1 Nuisance Prohibited……………………………………………………………………………………………..17
SECTION 20 PERMITS AND LICENSES…………………………………………………………………………………….17
20.1 Payment of Fees…………………………………………………………………………………………………..17
SECTION 21 WAIVER…………………………………………………………………………………………………………….17
21.1 Waiver………………………………………………………………………………………………………………….17
SECTION 22 GOVERNING LAW AND VENUE; COMPLIANCE WITH LAWS……………………………….18
22.1 Governing Law…………………………………………………………………………………………………….18
22.2 Compliance with Laws…………………………………………………………………………………………18
22.2.1 Palo Alto Minimum Wage Ordinance…………….………………………………………………….18
SECTION 23 COMPLETE AGREEMENT……………………………………………………………………………………18
23.1 Integration………………………………………………………………………………………………………….18
SECTION 24 SURVIVAL OF CONTRACT…………………………………………………………………………………..18
24.1 Survival of Provisions……………………………………………………………………………………………18
SECTION 25 PREVAILING WAGES………………………………………………………………………………………….18
SECTION 26 NON-APPROPRIATION……………………………………………………………………………………….19
26.1 Appropriation………………………………………………………………………………………………………19
SECTION 27 AUTHORITY……………………………………………………………………………………………………….19
27.1 Representation of Parties…………………………………………………………………………………….19
SECTION 28 COUNTERPARTS………………………………………………………………………………………………..19
28.1 Multiple Counterparts………………………………………………………………………………………….19
SECTION 29 SEVERABILITY……………………………………………………………………………………………………19
29.1 Severability………………………………………………………………………………………………………….19
SECTION 30 STATUTORY AND REGULATORY REFERENCES …………………………………………………..19
Invitation for Bid (IFB) Package 5 Rev. March 17, 2017
CONSTRUCTION CONTRACT
30.1 Amendments of Laws…………………………………………………………………………………………..19
SECTION 31 WORKERS’ COMPENSATION CERTIFICATION………………………………………………….….19
31.1 Workers Compensation…………………………………………………………………………………….19
SECTION 32 DIR REGISTRATION AND OTHER SB 854 REQUIREMENTS………………………………..…20
32.1 General Notice to Contractor…………………………………………………………………………….20
32.2 Labor Code section 1771.1(a)…………………………………………………………………………….20
32.3 DIR Registration Required…………………………………………………………………………………20
32.4 Posting of Job Site Notices…………………………………………………………………………………20
32.5 Payroll Records…………………………………………………………………………………………………20
Invitation for Bid (IFB) Package 6 Rev. March 17, 2017
CONSTRUCTION CONTRACT
CONSTRUCTION CONTRACT
THIS CONSTRUCTION CONTRACT entered into on November 27, 2017 (“Execution Date”) by and between
the CITY OF PALO ALTO, a California chartered municipal corporation ("City"), and STRAWN
CONSTRUCTION INC ("Contractor"), is made with reference to the following:
R E C I T A L S:
A. City is a municipal corporation duly organized and validly existing under the laws of the State of
California with the power to carry on its business as it is now being conducted under the statutes of the
State of California and the Charter of City.
B. Contractor is a Corporation duly organized and in good standing in the State of California,
Contractor’s License Number 927286 and Department of Industrial Relations Registration Number
1000000867. Contractor represents that it is duly licensed by the State of California and has the
background, knowledge, experience and expertise to perform the obligations set forth in this Construction
Contract.
C. On September 21, 2017, City issued an Invitation for Bids (IFB) to contractors for the Fire Station
No.3 Replacement (“Project”). In response to the IFB, Contractor submitted a Bid.
D. City and Contractor desire to enter into this Construction Contract for the Project, and other
services as identified in the Contract Documents for the Project upon the following terms and conditions.
NOW THEREFORE, in consideration of the mutual promises and undertakings hereinafter set forth
and for other good and valuable consideration, the receipt and sufficiency of which are hereby
acknowledged, it is mutually agreed by and between the undersigned parties as follows:
SECTION 1 INCORPORATION OF RECITALS AND DEFINITIONS.
1.1 Recitals.
All of the recitals are incorporated herein by reference.
1.2 Definitions.
Capitalized terms shall have the meanings set forth in this Construction Contract and/or in the General
Conditions. If there is a conflict between the definitions in this Construction Contract and in the General
Conditions, the definitions in this Construction Contract shall prevail.
SECTION 2 THE PROJECT.
The Project is the Fire Station No. 3 Replacement Project, located at 799 Embarcadero Road, Palo Alto, CA.
94303 ("Project").
Invitation for Bid (IFB) Package 7 Rev. March 17, 2017
CONSTRUCTION CONTRACT
SECTION 3 THE CONTRACT DOCUMENTS.
3.1 List of Documents.
The Contract Documents (sometimes collectively referred to as “Agreement” or “Bid Documents”) consist
of the following documents which are on file with the Purchasing Division and are hereby incorporated by
reference.
1) Change Orders
2) Field Orders
3) Contract
4) Bidding Addenda
5) Special Provisions
6) General Conditions
7) Project Plans and Drawings
8) Technical Specifications
9) Instructions to Bidders
10) Invitation for Bids
11) Contractor's Bid/Non-Collusion Declaration
12) Reports listed in the Contract Documents
13) Public Works Department’s Standard Drawings and Specifications (most current version at
time of Bid)
14) Utilities Department’s Water, Gas, Wastewater, Electric Utilities Standards (most current
version at time of Bid)
15) City of Palo Alto Traffic Control Requirements
16) City of Palo Alto Truck Route Map and Regulations
17) Notice Inviting Pre-Qualification Statements, Pre-Qualification Statement, and Pre-
Qualification Checklist (if applicable)
18) Performance and Payment Bonds
3.2 Order of Precedence.
For the purposes of construing, interpreting and resolving inconsistencies between and among the
provisions of this Contract, the Contract Documents shall have the order of precedence as set forth in the
preceding section. If a claimed inconsistency cannot be resolved through the order of precedence, the City
shall have the sole power to decide which document or provision shall govern as may be in the best
interests of the City.
Invitation for Bid (IFB) Package 8 Rev. March 17, 2017
CONSTRUCTION CONTRACT
SECTION 4 CONTRACTOR’S DUTY.
4.1 Contractor’s Duties
Contractor agrees to perform all of the Work required for the Project, as specified in the Contract
Documents, all of which are fully incorporated herein. Contractor shall provide, furnish, and supply all
things necessary and incidental for the timely performance and completion of the Work, including, but not
limited to, provision of all necessary labor, materials, equipment, transportation, and utilities, unless
otherwise specified in the Contract Documents. Contractor also agrees to use its best efforts to complete
the Work in a professional and expeditious manner and to meet or exceed the performance standards
required by the Contract Documents.
SECTION 5 PROJECT TEAM.
5.1 Contractor’s Co-operation.
In addition to Contractor, City has retained, or may retain, consultants and contractors to provide
professional and technical consultation for the design and construction of the Project. The Contract
requires that Contractor operate efficiently, effectively and cooperatively with City as well as all other
members of the Project Team and other contractors retained by City to construct other portions of the
Project.
SECTION 6 TIME OF COMPLETION.
6.1 Time Is of Essence.
Time is of the essence with respect to all time limits set forth in the Contract Documents.
6.2 Commencement of Work.
Contractor shall commence the Work on the date specified in City’s Notice to Proceed.
6.3 Contract Time.
Work hereunder shall begin on the date specified on the City’s Notice to Proceed and shall be completed
not later than .
within Three Hundred Sixty Five calendar days (365) after the commencement date
specified in City’s Notice to Proceed.
By executing this Construction Contract, Contractor expressly waives any claim for delayed early
completion.
6.4 Liquidated Damages.
Pursuant to Government Code Section 53069.85, if Contractor fails to achieve Substantial Completion of
the entire Work within the Contract Time, including any approved extensions thereto, City may assess
liquidated damages on a daily basis for each day of Unexcused Delay in achieving Substantial Completion,
based on the amount of One Thousand Five Hundred dollars ($1,500) per day, or as otherwise specified in
the Special Provisions. Liquidated damages may also be separately assessed for failure to meet milestones
specified elsewhere in the Contract Documents, regardless of impact on the time for achieving Substantial
Completion. The assessment of liquidated damages is not a penalty but considered to be a reasonable
estimate of the amount of damages City will suffer by delay in completion of the Work. The City is entitled
to setoff the amount of liquidated damages assessed against any payments otherwise due to Contractor,
Invitation for Bid (IFB) Package 9 Rev. March 17, 2017
CONSTRUCTION CONTRACT
including, but not limited to, setoff against release of retention. If the total amount of liquidated damages
assessed exceeds the amount of unreleased retention, City is entitled to recover the balance from
Contractor or its sureties. Occupancy or use of the Project in whole or in part prior to Substantial
Completion, shall not operate as a waiver of City’s right to assess liquidated damages.
6.4.1 Other Remedies. City is entitled to any and all available legal and equitable remedies City may
have where City’s Losses are caused by any reason other than Contractor’s failure to achieve Substantial
Completion of the entire Work within the Contract Time.
6.5 Adjustments to Contract Time.
The Contract Time may only be adjusted for time extensions approved by City and memorialized in a
Change Order approved in accordance with the requirements of the Contract Documents.
SECTION 7 COMPENSATION TO CONTRACTOR.
7.1 Contract Sum.
Contractor shall be compensated for satisfactory completion of the Work in compliance with the Contract
Documents the Contract Sum of Five Million Nine Hundred Forty Four Dollars ($5,944,000.00).
[This amount includes the Base Bid and Additive Alternates #6.]
7.2 Full Compensation.
The Contract Sum shall be full compensation to Contractor for all Work provided by Contractor
and, except as otherwise expressly permitted by the terms of the Contract Documents, shall cover all
Losses arising out of the nature of the Work or from the acts of the elements or any unforeseen difficulties
or obstructions which may arise or be encountered in performance of the Work until its Acceptance by
City, all risks connected with the Work, and any and all expenses incurred due to suspension or
discontinuance of the Work, except as expressly provided herein. The Contract Sum may only be adjusted
for Change Orders approved in accordance with the requirements of the Contract Documents.
SECTION 8 STANDARD OF CARE.
8.1 Standard of Care.
Contractor agrees that the Work shall be performed by qualified, experienced and well-supervised
personnel. All services performed in connection with this Construction Contract shall be performed in a
manner consistent with the standard of care under California law applicable to those who specialize in
providing such services for projects of the type, scope and complexity of the Project.
Invitation for Bid (IFB) Package 10 Rev. March 17, 2017
CONSTRUCTION CONTRACT
SECTION 9 INDEMNIFICATION.
9.1 Hold Harmless.
To the fullest extent allowed by law, Contractor will defend, indemnify, and hold harmless City, its City
Council, boards and commissions, officers, agents, employees, representatives and volunteers (hereinafter
individually referred to as an “Indemnitee” and collectively referred to as "Indemnitees"), through legal
counsel acceptable to City, from and against any and liability, loss, damage, claims, expenses (including,
without limitation, attorney fees, expert witness fees, paralegal fees, and fees and costs of litigation or
arbitration) (collectively, “Liability”) of every nature arising out of or in connection with the acts or
omissions of Contractor, its employees, Subcontractors, representatives, or agents, in performing the Work
or its failure to comply with any of its obligations under the Contract, except such Liability caused by the
active negligence, sole negligence, or willful misconduct of an Indemnitee. Contractor shall pay City for any
costs City incurs to enforce this provision. Except as provided in Section 9.2 below, nothing in the Contract
Documents shall be construed to give rise to any implied right of indemnity in favor of Contractor against
City or any other Indemnitee.
Pursuant to Public Contract Code Section 9201, City shall timely notify Contractor upon receipt of
any third-party claim relating to the Contract.
9.2 Survival.
The provisions of Section 9 shall survive the termination of this Construction Contract.
SECTION 10 NON-DISCRIMINATION.
10.1 Municipal Code Requirement.
As set forth in Palo Alto Municipal Code section 2.30.510, Contractor certifies that in the performance of
this Agreement, it shall not discriminate in the employment of any person because of the race, skin color,
gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status,
familial status, weight or height of such person. Contractor acknowledges that it has read and understands
the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination
Requirements and the penalties for violation thereof, and will comply with all requirements of Section
2.30.510 pertaining to nondiscrimination in employment.
SECTION 11 INSURANCE AND BONDS.
11.1 Evidence of coverage.
Within ten (10) business days following issuance of the Notice of Award, Contractor shall provide City with
evidence that it has obtained insurance and shall submit Performance and Payment Bonds satisfying all
requirements in Article 11 of the General Conditions.
Invitation for Bid (IFB) Package 11 Rev. March 17, 2017
CONSTRUCTION CONTRACT
SECTION 12 PROHIBITION AGAINST TRANSFERS.
12.1 Assignment.
City is entering into this Construction Contract in reliance upon the stated experience and qualifications of
the Contractor and its Subcontractors set forth in Contractor’s Bid. Accordingly, Contractor shall not
assign, hypothecate or transfer this Construction Contract or any interest therein directly or indirectly, by
operation of law or otherwise without the prior written consent of City. Any assignment, hypothecation or
transfer without said consent shall be null and void, and shall be deemed a substantial breach of contract
and grounds for default in addition to any other legal or equitable remedy available to the City.
12.2 Assignment by Law.
The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of
Contractor or of any general partner or joint venturer or syndicate member of Contractor, if the Contractor
is a partnership or joint venture or syndicate or co-tenancy shall result in changing the control of
Contractor, shall be construed as an assignment of this Construction Contract. Control means more than
fifty percent (50%) of the voting power of the corporation or other entity.
SECTION 13 NOTICES.
13.1 Method of Notice.
All notices, demands, requests or approvals to be given under this Construction Contract shall be given in
writing and shall be deemed served on the earlier of the following:
(i) On the date delivered if delivered personally;
(ii) On the third business day after the deposit thereof in the United States mail, postage prepaid, and
addressed as hereinafter provided;
(iii) On the date sent if sent by facsimile transmission;
(iv) On the date sent if delivered by electronic mail; or
(v) On the date it is accepted or rejected if sent by certified mail.
13.2 Notice to Recipients.
All notices, demands or requests (including, without limitation, Change Order Requests and Claims) from
Contractor to City shall include the Project name and the number of this Construction Contract and shall be
addressed to City at:
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 Administration
250 Hamilton Avenue
Palo Alto, CA 94301
Attn: Matt Raschke
AND
Invitation for Bid (IFB) Package 12 Rev. March 17, 2017
CONSTRUCTION CONTRACT
Nova Partners, Inc.
207 Moffett Blvd.
Mountain View, CA 94043
Attn: Hans de Roos
In addition, copies of all Claims by Contractor under this Construction Contract shall be provided to the
following:
Palo Alto City Attorney’s Office
250 Hamilton Avenue
P.O. Box 10250
Palo Alto, California 94303
All Claims shall be sent by registered mail or certified mail with return receipt requested.
All notices, demands, requests or approvals from City to Contractor shall be addressed to:
STRAWN CONSTRUCTION, INC.
1140 Pedro Street, Suite 1
San Jose, CA 95123
Attn: Randall R Strawn
13.3 Change of Address.
In advance of any change of address, Contractor shall notify City of the change of address in writing. Each
party may, by written notice only, add, delete or replace any individuals to whom and addresses to which
notice shall be provided.
SECTION 14 DEFAULT.
14.1 Notice of Default.
In the event that City determines, in its sole discretion, that Contractor has failed or refused to perform any
of the obligations set forth in the Contract Documents, or is in breach of any provision of the Contract
Documents, City may give written notice of default to Contractor in the manner specified for the giving of
notices in the Construction Contract, with a copy to Contractor’s performance bond surety.
14.2 Opportunity to Cure Default.
Except for emergencies, Contractor shall cure any default in performance of its obligations under the
Contract Documents within two (2) Days (or such shorter time as City may reasonably require) after receipt
of written notice. However, if the breach cannot be reasonably cured within such time, Contractor will
commence to cure the breach within two (2) Days (or such shorter time as City may reasonably require)
and will diligently and continuously prosecute such cure to completion within a reasonable time, which
shall in no event be later than ten (10) Days after receipt of such written notice.
Invitation for Bid (IFB) Package 13 Rev. March 17, 2017
CONSTRUCTION CONTRACT
SECTION 15 CITY'S RIGHTS AND REMEDIES.
15.1 Remedies Upon Default.
If Contractor fails to cure any default of this Construction Contract within the time period set forth above
in Section 14, then City may pursue any remedies available under law or equity, including, without
limitation, the following:
15.1.1 Delete Certain Services. City may, without terminating the Construction Contract, delete
certain portions of the Work, reserving to itself all rights to Losses related thereto.
15.1.2 Perform and Withhold. City may, without terminating the Construction Contract, engage
others to perform the Work or portion of the Work that has not been adequately performed by
Contractor and withhold the cost thereof to City from future payments to Contractor, reserving to
itself all rights to Losses related thereto.
15.1.3 Suspend The Construction Contract. City may, without terminating the Construction
Contract and reserving to itself all rights to Losses related thereto, suspend all or any portion of
this Construction Contract for as long a period of time as City determines, in its sole discretion,
appropriate, in which event City shall have no obligation to adjust the Contract Sum or Contract
Time, and shall have no liability to Contractor for damages if City directs Contractor to resume
Work.
15.1.4 Terminate the Construction Contract for Default. City shall have the right to terminate
this Construction Contract, in whole or in part, upon the failure of Contractor to promptly cure
any default as required by Section 14. City’s election to terminate the Construction Contract for
default shall be communicated by giving Contractor a written notice of termination in the manner
specified for the giving of notices in the Construction Contract. Any notice of termination given to
Contractor by City shall be effective immediately, unless otherwise provided therein.
15.1.5 Invoke the Performance Bond. City may, with or without terminating the Construction
Contract and reserving to itself all rights to Losses related thereto, exercise its rights under the
Performance Bond.
15.1.6 Additional Provisions. All of City’s rights and remedies under this Construction Contract
are cumulative, and shall be in addition to those rights and remedies available in law or in equity.
Designation in the Contract Documents of certain breaches as material shall not waive the City’s
authority to designate other breaches as material nor limit City’s right to terminate the
Construction Contract, or prevent the City from terminating the Agreement for breaches that are
not material. City’s determination of whether there has been noncompliance with the
Construction Contract so as to warrant exercise by City of its rights and remedies for default under
the Construction Contract, shall be binding on all parties. No termination or action taken by City
after such termination shall prejudice any other rights or remedies of City provided by law or
equity or by the Contract Documents upon such termination; and City may proceed against
Contractor to recover all liquidated damages and Losses suffered by City.
15.2 Delays by Sureties.
Time being of the essence in the performance of the Work, if Contractor’s surety fails to arrange for
completion of the Work in accordance with the Performance Bond, within seven (7) calendar days from the
date of the notice of termination, Contractor’s surety shall be deemed to have waived its right to complete
the Work under the Contract, and City may immediately make arrangements for the completion of the
Work through use of its own forces, by hiring a replacement contractor, or by any other means that City
determines advisable under the circumstances. Contractor and its surety shall be jointly and severally
Invitation for Bid (IFB) Package 14 Rev. March 17, 2017
CONSTRUCTION CONTRACT
liable for any additional cost incurred by City to complete the Work following termination. In addition, City
shall have the right to use any materials, supplies, and equipment belonging to Contractor and located at
the Worksite for the purposes of completing the remaining Work.
15.3 Damages to City.
15.3.1 For Contractor's Default. City will be entitled to recovery of all Losses under law or
equity in the event of Contractor’s default under the Contract Documents.
15.3.2 Compensation for Losses. In the event that City's Losses arise from Contractor’s default
under the Contract Documents, City shall be entitled to deduct the cost of such Losses from
monies otherwise payable to Contractor. If the Losses incurred by City exceed the amount
payable, Contractor shall be liable to City for the difference and shall promptly remit same to City.
15.4 Suspension by City
15.4.1 Suspension for Convenience. City may, at any time and from time to time, without
cause, order Contractor, in writing, to suspend, delay, or interrupt the Work in whole or in part for
such period of time, up to an aggregate of fifty percent (50%) of the Contract Time. The order
shall be specifically identified as a Suspension Order by City. Upon receipt of a Suspension Order,
Contractor shall, at City’s expense, comply with the order and take all reasonable steps to
minimize costs allocable to the Work covered by the Suspension Order. During the Suspension or
extension of the Suspension, if any, City shall either cancel the Suspension Order or, by Change
Order, delete the Work covered by the Suspension Order. If a Suspension Order is canceled or
expires, Contractor shall resume and continue with the Work. A Change Order will be issued to
cover any adjustments of the Contract Sum or the Contract Time necessarily caused by such
suspension. A Suspension Order shall not be the exclusive method for City to stop the Work.
15.4.2 Suspension for Cause. In addition to all other remedies available to City, if Contractor
fails to perform or correct work in accordance with the Contract Documents, City may
immediately order the Work, or any portion thereof, suspended until the cause for the suspension
has been eliminated to City’s satisfaction. Contractor shall not be entitled to an increase in
Contract Time or Contract Price for a suspension occasioned by Contractor’s failure to comply
with the Contract Documents. City’s right to suspend the Work shall not give rise to a duty to
suspend the Work, and City’s failure to suspend the Work shall not constitute a defense to
Contractor’s failure to comply with the requirements of the Contract Documents.
15.5 Termination Without Cause.
City may, at its sole discretion and without cause, terminate this Construction Contract in part or in whole
upon written notice to Contractor. Upon receipt of such notice, Contractor shall, at City’s expense, comply
with the notice and take all reasonable steps to minimize costs to close out and demobilize. The
compensation allowed under this Paragraph 15.5 shall be the Contractor’s sole and exclusive
compensation for such termination and Contractor waives any claim for other compensation or Losses,
including, but not limited to, loss of anticipated profits, loss of revenue, lost opportunity, or other
consequential, direct, indirect or incidental damages of any kind resulting from termination without cause.
Termination pursuant to this provision does not relieve Contractor or its sureties from any of their
obligations for Losses arising from or related to the Work performed by Contractor.
Invitation for Bid (IFB) Package 15 Rev. March 17, 2017
CONSTRUCTION CONTRACT
15.5.1 Compensation. Following such termination and within forty-five (45) Days after receipt
of a billing from Contractor seeking payment of sums authorized by this Paragraph 15.5.1, City
shall pay the following to Contractor as Contractor’s sole compensation for performance of the
Work :
.1 For Work Performed. The amount of the Contract Sum allocable to the portion of the
Work properly performed by Contractor as of the date of termination, less sums previously paid to
Contractor.
.2 For Close-out Costs. Reasonable costs of Contractor and its Subcontractors:
(i) Demobilizing and
(ii) Administering the close-out of its participation in the Project (including, without
limitation, all billing and accounting functions, not including attorney or expert fees) for a
period of no longer than thirty (30) Days after receipt of the notice of termination.
.3 For Fabricated Items. Previously unpaid cost of any items delivered to the Project Site
which were fabricated for subsequent incorporation in the Work.
.4 Profit Allowance. An allowance for profit calculated as four percent (4%) of the sum of
the above items, provided Contractor can prove a likelihood that it would have made a profit if
the Construction Contract had not been terminated.
15.5.2 Subcontractors. Contractor shall include provisions in all of its subcontracts, purchase
orders and other contracts permitting termination for convenience by Contractor on terms that
are consistent with this Construction Contract and that afford no greater rights of recovery against
Contractor than are afforded to Contractor against City under this Section.
15.6 Contractor’s Duties Upon Termination.
Upon receipt of a notice of termination for default or for convenience, Contractor shall, unless the notice
directs otherwise, do the following:
(i) Immediately discontinue the Work to the extent specified in the notice;
(ii) Place no further orders or subcontracts for materials, equipment, services or facilities,
except as may be necessary for completion of such portion of the Work that is not
discontinued;
(iii) Provide to City a description in writing, no later than fifteen (15) days after receipt of the
notice of termination, of all subcontracts, purchase orders and contracts that are
outstanding, including, without limitation, the terms of the original price, any changes,
payments, balance owing, the status of the portion of the Work covered and a copy of
the subcontract, purchase order or contract and any written changes, amendments or
modifications thereto, together with such other information as City may determine
necessary in order to decide whether to accept assignment of or request Contractor to
terminate the subcontract, purchase order or contract;
(iv) Promptly assign to City those subcontracts, purchase orders or contracts, or portions
thereof, that City elects to accept by assignment and cancel, on the most favorable terms
reasonably possible, all subcontracts, purchase orders or contracts, or portions thereof,
that City does not elect to accept by assignment; and
(v) Thereafter do only such Work as may be necessary to preserve and protect Work already
in progress and to protect materials, plants, and equipment on the Project Site or in
transit thereto.
Upon termination, whether for cause or for convenience, the provisions of the Contract
Documents remain in effect as to any Claim, indemnity obligation, warranties, guarantees,
Invitation for Bid (IFB) Package 16 Rev. March 17, 2017
CONSTRUCTION CONTRACT
submittals of as-built drawings, instructions, or manuals, or other such rights and obligations
arising prior to the termination date.
SECTION 16 CONTRACTOR'S RIGHTS AND REMEDIES.
16.1 Contractor’s Remedies.
Contractor may terminate this Construction Contract only upon the occurrence of one of the following:
16.1.1 For Work Stoppage. The Work is stopped for sixty (60) consecutive Days, through no act
or fault of Contractor, any Subcontractor, or any employee or agent of Contractor or any
Subcontractor, due to issuance of an order of a court or other public authority other than City
having jurisdiction or due to an act of government, such as a declaration of a national emergency
making material unavailable. This provision shall not apply to any work stoppage resulting from
the City’s issuance of a suspension notice issued either for cause or for convenience.
16.1.2 For City's Non-Payment. If City does not make pay Contractor undisputed sums within
ninety (90) Days after receipt of notice from Contractor, Contractor may terminate the
Construction Contract (30) days following a second notice to City of Contractor’s intention to
terminate the Construction Contract.
16.2 Damages to Contractor.
In the event of termination for cause by Contractor, City shall pay Contractor the sums provided for in
Paragraph 15.5.1 above. Contractor agrees to accept such sums as its sole and exclusive compensation
and agrees to waive any claim for other compensation or Losses, including, but not limited to, loss of
anticipated profits, loss of revenue, lost opportunity, or other consequential, direct, indirect and incidental
damages, of any kind.
SECTION 17 ACCOUNTING RECORDS.
17.1 Financial Management and City Access.
Contractor shall keep full and detailed accounts and exercise such controls as may be necessary for proper
financial management under this Construction Contract in accordance with generally accepted accounting
principles and practices. City and City's accountants during normal business hours, may inspect, audit and
copy Contractor's records, books, estimates, take-offs, cost reports, ledgers, schedules, correspondence,
instructions, drawings, receipts, subcontracts, purchase orders, vouchers, memoranda and other data
relating to this Project. Contractor shall retain these documents for a period of three (3) years after the
later of (i) Final Payment or (ii) final resolution of all Contract Disputes and other disputes, or (iii) for such
longer period as may be required by law.
Invitation for Bid (IFB) Package 17 Rev. March 17, 2017
CONSTRUCTION CONTRACT
17.2 Compliance with City Requests.
Contractor's compliance with any request by City pursuant to this Section 17 shall be a condition precedent
to filing or maintenance of any legal action or proceeding by Contractor against City and to Contractor's
right to receive further payments under the Contract Documents. City many enforce Contractor’s
obligation to provide access to City of its business and other records referred to in Section 17.1 for
inspection or copying by issuance of a writ or a provisional or permanent mandatory injunction by a court
of competent jurisdiction based on affidavits submitted to such court, without the necessity of oral
testimony.
SECTION 18 INDEPENDENT PARTIES.
18.1 Status of parties.
Each party is acting in its independent capacity and not as agents, employees, partners, or joint ventures’
of the other party. City, its officers or employees shall have no control over the conduct of Contractor or
its respective agents, employees, subconsultants, or subcontractors, except as herein set forth.
SECTION 19 NUISANCE.
19.1 Nuisance Prohibited.
Contractor shall not maintain, commit, nor permit the maintenance or commission of any nuisance in
connection in the performance of services under this Construction Contract.
SECTION 20 PERMITS AND LICENSES.
20.1 Payment of Fees.
Except as otherwise provided in the Special Provisions and Technical Specifications, The Contractor shall
provide, procure and pay for all licenses, permits, and fees, required by the City or other government
jurisdictions or agencies necessary to carry out and complete the Work. Payment of all costs and expenses
for such licenses, permits, and fees shall be included in one or more Bid items. No other compensation
shall be paid to the Contractor for these items or for delays caused by non-City inspectors or conditions set
forth in the licenses or permits issued by other agencies.
SECTION 21 WAIVER.
21.1 Waiver.
A waiver by either party of any breach of any term, covenant, or condition contained herein shall not be
deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition
contained herein, whether of the same or a different character.
Invitation for Bid (IFB) Package 18 Rev. March 17, 2017
CONSTRUCTION CONTRACT
SECTION 22 GOVERNING LAW AND VENUE; COMPLIANCE WITH LAWS.
22.1 Governing Law.
This Construction Contract shall be construed in accordance with and governed by the laws of the State of
California, and venue shall be in a court of competent jurisdiction in the County of Santa Clara, and no
other place.
22.2 Compliance with Laws.
Contractor shall comply with all applicable federal and California laws and city laws, including, without
limitation, ordinances and resolutions, in the performance of work under this Construction Contract.
22.2.1 Palo Alto Minimum Wage Ordinance. Contractor shall comply with all requirements of
the Palo Alto Municipal Code Chapter 4.62 (Citywide Minimum Wage), as it may be amended from
time to time. In particular, for any employee otherwise entitled to the State minimum wage, who
performs at least two (2) hours of work in a calendar week within the geographic boundaries of
the City, Contractor shall pay such employees no less than the minimum wage set forth in Palo
Alto Municipal Code section 4.62.030 for each hour worked within the geographic boundaries of
the City of Palo Alto. In addition, Contractor shall post notices regarding the Palo Alto Minimum
Wage Ordinance in accordance with Palo Alto Municipal Code section 4.62.060.
SECTION 23 COMPLETE AGREEMENT.
23.1 Integration.
This Agreement represents the entire and integrated agreement between the parties and supersedes all
prior negotiations, representations, and contracts, either written or oral. This Agreement may be amended
only by a written instrument, which is signed by the parties.
SECTION 24 SURVIVAL OF CONTRACT.
24.1 Survival of Provisions.
The provisions of the Construction Contract which by their nature survive termination of the Construction
Contract or Final Completion, including, without limitation, all warranties, indemnities, payment
obligations, and City’s right to audit Contractor’s books and records, shall remain in full force and effect
after Final Completion or any termination of the Construction Contract.
SECTION 25 PREVAILING WAGES.
This Project is not subject to prevailing wages. Contractor is not required to pay prevailing wages in the
performance and implementation of the Project in accordance with SB 7, if the public works contract does
not include a project of $25,000 or less, when the project is for construction work, or the contract does not
include a project of $15,000 or less, when the project is for alteration, demolition, repair, or maintenance
(collectively, ‘improvement’) work.
Or
Contractor is required to pay general prevailing wages as defined in Subchapter 3, Title 8 of the
California Code of Regulations and Section 16000 et seq. and Section 1773.1 of the California Labor Code.
Pursuant to the provisions of Section 1773 of the Labor Code of the State of California, the City Council has
obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work
Invitation for Bid (IFB) Package 19 Rev. March 17, 2017
CONSTRUCTION CONTRACT
in this locality for each craft, classification, or type of worker needed to execute the contract for this
Project from the Director of the Department of Industrial Relations (“DIR”). Copies of these rates may be
obtained at the Purchasing Division’s office of the City of Palo Alto. Contractor shall provide a copy of
prevailing wage rates to any staff or subcontractor hired, and shall pay the adopted prevailing wage rates
as a minimum. Contractor shall comply with the provisions of all sections, including, but not limited to,
Sections 1775, 1776, 1777.5, 1782, 1810, and 1813, of the Labor Code pertaining to prevailing wages.
SECTION 26 NON-APPROPRIATION.
26.1 Appropriations.
This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto
Municipal Code. This Agreement will terminate without any penalty (a) at the end of any fiscal year in the
event that the City does not appropriate funds for the following fiscal year for this event, or (b) 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 Construction Contract are no longer available. This section shall take precedence in the event of a
conflict with any other covenant, term, condition, or provision of this Agreement.
SECTION 27 AUTHORITY.
27.1 Representation of Parties.
The individuals executing this Agreement represent and warrant that they have the legal capacity and
authority to do so on behalf of their respective legal entities.
SECTION 28 COUNTERPARTS
28.1 Multiple Counterparts.
This Agreement may be signed in multiple counterparts, which shall, when executed by all the parties,
constitute a single binding agreement.
SECTION 29 SEVERABILITY.
29.1 Severability.
In case a provision of this Construction Contract is held to be invalid, illegal or unenforceable, the validity,
legality and enforceability of the remaining provisions shall not be affected.
SECTION 30 STATUTORY AND REGULATORY REFERENCES.
30.1 Amendments to Laws.
With respect to any amendments to any statutes or regulations referenced in these Contract Documents,
the reference is deemed to be the version in effect on the date that the Contract was awarded by City,
unless otherwise required by law.
SECTION 31 WORKERS’ COMPENSATION CERTIFICATION.
31.1 Workers Compensation.
Pursuant to Labor Code Section 1861, by signing this Contract, Contractor certifies as follows:
Invitation for Bid (IFB) Package 20 Rev. March 17, 2017
CONSTRUCTION CONTRACT
“I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be
insured against liability for workers’ compensation or to undertake self-insurance in accordance with the
provisions of that code, and I will comply with such provisions before commencing the performance of the
Work on this Contract.”
SECTION 32 DIR REGISTRATION AND OTHER SB 854 REQUIREMENTS.
32.1 General Notice to Contractor.
City requires Contractor and its listed subcontractors to comply with the requirements of SB 854.
32.2 Labor Code section 1771.1(a)
City provides notice to Contractor of the requirements of California Labor Code section 1771.1(a), which
reads:
“A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the
requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract
for public work, as defined in this chapter, unless currently registered and qualified to perform public work
pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a
bid that is authorized by Section 7029.1 of the Business and Professions Code or Section 10164 or 20103.5
of the Public Contract Code, provided the contactor is registered to perform public work pursuant to
Section 1725.5 at the time the contract is awarded.”
32.3 DIR Registration Required.
City will not accept a bid proposal from or enter into this Construction Contract with Contractor without
proof that Contractor and its listed subcontractors are registered with the California Department of
Industrial Relations (“DIR”) to perform public work, subject to limited exceptions.
32.4 Posting of Job Site Notices.
City gives notice to Contractor and its listed subcontractors that Contractor is required to post all job site
notices prescribed by law or regulation and Contractor is subject to SB 854-compliance monitoring and
enforcement by DIR.
32.5 Payroll Records.
City requires Contractor and its listed subcontractors to comply with the requirements of Labor Code
section 1776, including:
(i) Keep accurate payroll records, showing the name, address, social security
number, work classification, straight time and overtime hours worked each day
and week, and the actual per diem wages paid to each journeyman, apprentice,
worker, or other employee employed by, respectively, Contractor and its listed
subcontractors, in connection with the Project.
(ii) The payroll records shall be verified as true and correct and shall be certified
and made available for inspection at all reasonable hours at the principal office
of Contractor and its listed subcontractors, respectively.
Invitation for Bid (IFB) Package 21 Rev. March 17, 2017
CONSTRUCTION CONTRACT
(iii) At the request of City, acting by its project manager, Contractor and its listed
subcontractors shall make the certified payroll records available for inspection
or furnished upon request to the project manager within ten (10) days of receipt
of City’s request.
City requests Contractor and its listed subcontractors to submit the certified
payroll records to the project manager at the end of each week during the
Project.
(iv) If the certified payroll records are not produced to the project manager within
the 10-day period, then Contractor and its listed subcontractors shall be subject
to a penalty of one hundred dollars ($100.00) per calendar day, or portion
thereof, for each worker, and City shall withhold the sum total of penalties from
the progress payment(s) then due and payable to Contractor. This provision
supplements the provisions of Section 15 hereof.
(v) Inform the project manager of the location of contractor’s and its listed
subcontractors’ payroll records (street address, city and county) at the
commencement of the Project, and also provide notice to the project manager
within five (5) business days of any change of location of those payroll records.
IN WITNESS WHEREOF, the parties have caused this Construction Contract to be executed the
date and year first above written.
CITY OF PALO ALTO
____________________________
Purchasing Manager
City Manager
APPROVED AS TO FORM:
____________________________
City Attorney or designee
APPROVED:
____________________________
Public Works Director
CONTRACTOR
Officer 1
By:___________________________
Name:________________________
Title:__________________________
Date: _________________________
Officer 2
By:____________________________
Name:_________________________
Title:___________________________
Date:____________________________
1 Revision July 20, 2016
AMENDMENT NO. 1 TO CONTRACT NO. C16163034
BETWEEN THE CITY OF PALO ALTO AND
NOVA PARTNERS, INC.
This Amendment No. 1 to Contract No. C16163034 (“Contract” or “Agreement”) is entered
into November 27, 2017 (Amendment Effective Date), by and between the CITY OF PALO ALTO, a
California chartered municipal corporation (“CITY”), and NOVA PARTNERS, INC., a California
corporation, located at 201 Moffett Blvd., Mountain View, CA, 94043 (“CONSULTANT”). City and
Consultant are referred to herein collectively as the “Parties”.
R E C I T A L S
A. The Contract was entered into between the Parties for the provision of Program
Management Services for nine major projects including the Fire Station 3 Replacement
project.
B. Section 27.4 of the Contract authorizes the Parties to modify the Contract by written
amendment.
C. The Parties now desire to amend the Contract to add Construction Management (CM)
Services for the Fire Station 3 Replacement project to the scope of services and to increase
the compensation by Three Hundred Fifty-Nine Two Hundred Sixty-Four Dollars ($359,264),
from Four Million Two Hundred Thousand Four Hundred Seventy-One Dollars ($4,200,471)
to Four Million Five Hundred Fifty-nine Thousand Seven Hundred Thirty-Five Dollars
($4,559,735).
NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of
this Amendment, the Parties agree:
SECTION 1. Section 1, “SCOPE OF SERVICES”, of the Contract is hereby amended to read as
follows:
“CONSULTANT shall perform the Services described at Exhibit “A” and
Exhibit “A-1” in accordance with the terms and conditions contained in this
Agreement. The performance of all Services shall be to the reasonable
satisfaction of CITY.”
SECTION 2. Section 3, “SCHEDULE OF PERFORMANCE”, of the Contract is hereby amended
to read as follows:
“Time is of the essence in the performance of Services under this
Agreement. CONSULTANT shall complete the Services within the term of
this Agreement and in accordance with the schedule set forth in Exhibit “B”
and Exhibit “B-1”, attached to and made a part of this Agreement. Any
Services for which times for performance are not specified in this
DocuSign Envelope ID: 1C4936C5-9189-48A7-A845-C6273D5C72AF
2 Revision July 20, 2016
Agreement shall be commenced and completed by CONSULTANT in a
reasonably prompt and timely manner based upon the circumstances and
direction communicated to the CONSULTANT. CITY’s agreement to extend
the term or the schedule for performance shall not preclude recovery of
damages for delay if the extension is required due to the fault of
CONSULTANT.”
SECTION 3. Section 4, “NOT TO EXCEED COMPENSATION”, of the Contract is hereby
amended to read as follows:
“The compensation to be paid to CONSULTANT for performance of the
Services described in Exhibit “A” (“Basic Services”) and Exhibit “A-1”
(Amendment No. 1), and reimbursable expenses, shall not exceed Four
Million One Hundred Forty-Five Thousand Two Hundred Fourteen Dollars
($4,145,214). CONSULTANT agrees to complete all Basic Services and the
Services in Exhibit A-1, including reimbursable expenses, within this
amount. In the event Additional Services are authorized, the total
compensation for Basic Services, Exhibit A-1 Services, Additional Services
and reimbursable expenses shall not exceed Four Million Five Hundred
Fifty-nine Thousand Seven Hundred Thirty-Five Dollars ($4,559,735). The
applicable rates and schedule of payment are set out at Exhibit “C-1”,
entitled “HOURLY RATE SCHEDULE,” which is attached to and made a part
of this Agreement. Any work performed or expenses incurred for which
payment would result in a total exceeding the maximum amount of
compensation set forth herein shall be at no cost to the CITY.
“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 at Exhibit “A” and Exhibit “A-1”.”
SECTION 4. The following exhibits to the Contract are hereby amended or added to read as
set forth in the attachments to this Amendment, which are incorporated in full by this reference:
a. Exhibit “A-1” entitled “SCOPE OF SERVICES, AMENDMENT No. 1” - Added
b. Exhibit “B” entitled “SCHEDULE OF PERFORMANCE, AMENDMENT No. 1” –
Added
c. Exhibit “C” entitled “COMPENSATION, AMENDMENT No. 1” Amended.
Exhibit “C” is amended and replaced in its entirety by “Revised Exhibit ‘C’, Compensation,
Amendment No. 1” attached hereto and incorporated herein.
DocuSign Envelope ID: 1C4936C5-9189-48A7-A845-C6273D5C72AF
3 Revision July 20, 2016
SECTION 5. 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 hereto have by their duly authorized representatives
executed this Agreement on the date first above written.
CITY OF PALO ALTO
City Manager (Contract over $85k)
APPROVED AS TO FORM:
City Attorney or designee
(Contract over $25k)
NOVA PARTNERS
Officer 1
By:
Name:
Title:
Officer 2 (Required for Corp. or LLC)
By:
Name:
Title:
Attachments:
EXHIBIT "A-1": SCOPE OF SERVICES, AMENDMENT NO. 1-ADDED
EXHIBIT "B-1": SCHEDULE OF PERFORMANCE, AMENDMENT NO. 1-ADDED
EXHIBIT “C”: COMPENSATION, AMENDMENT NO. 1-AMENDED
DocuSign Envelope ID: 1C4936C5-9189-48A7-A845-C6273D5C72AF
David Marks
Vice President
Dennis Coonan
CFO
4 Revision July 20, 2016
EXHIBIT “A-1”
SCOPE OF SERVICES
AMENDMENT NO.1
Task 5.1: Construction Management Services for Fire Station 3 Replacement Project
CONSULTANT shall provide construction management (CM) services for the Fire Station 3
Replacement Project. CM services consist of monitoring and managing the construction
contract while coordinating the progress of the work with the City and the project architect
and the architect’s team of subconsultants.
Construction management for Fire Station 3 Replacement shall include the following:
a. Review general contractor’s baseline project schedule and monitor continuously during
project duration, advising on schedule adherence and status.
b. Review general contractor’s monthly project schedule updates and monthly application
for payment.
c. Conduct weekly Owner/Architect/Contractor (OAC) meetings and document/publish
meeting minutes.
d. Monitor Requests for Information (RFI’s), response times, submittal approvals, and
change requests during construction to maintain the project schedule.
e. Manage project change orders, review for validity, and process requests on appropriate
City forms to allow for City approval. CONSULTANT will create and manage the change
order log for the project.
f. Review all payment applications for accuracy to allow City to issue payment.
g. Review field progress and maintain open communication between project team
members during the construction phase.
h. Publish a monthly construction report summarizing progress. Report shall be submitted
to City for inclusion on the City web site.
i. Manage Basecamp file storage for project files.
j. Provide Special Testing and Inspection services (geotechnical excluded).
DocuSign Envelope ID: 1C4936C5-9189-48A7-A845-C6273D5C72AF
5 Revision July 20, 2016
EXHIBIT “B-1”
SCHEDULE OF PERFORMANCE
AMENDMENT NO. 1
CONSULTANT shall commence performance of Task 5.1 (Construction Management Services for
Fire Station 3 Replacement Project) of Exhibit “A-1”, upon CITY’s issuance of Notice to Proceed.
These services shall be performed for the duration of the project unless earlier terminated by
CITY in its sole discretion. For information purposes, Task 5.1 is expected to be performed
from December 1, 2017 through January 31, 2019; however, that timeframe may be modified
by CITY as project needs require.
DocuSign Envelope ID: 1C4936C5-9189-48A7-A845-C6273D5C72AF
6 Revision July 20, 2016
REVISED EXHIBIT “C”
COMPENSATION
AMENDMENT NO. 1
CITY agrees to compensate the CONSULTANT for professional services performed in
accordance with the terms and conditions of this Agreement, and as set forth in the budget
schedule below. Compensation shall be calculated based on the hourly rate schedule
attached as Exhibit C-1 up to the not to exceed budget amount for each task set forth
below.
CONSULTANT shall perform the tasks and categories of work as outlined and budgeted
below. CITY’s Project Manager may approve in writing the transfer of budget amounts
between any of the tasks or categories listed below provided the total compensation for
Basic Services, including reimbursable expenses, and the total compensation for Additional
Services do not exceed the amounts set forth in Section 4 of this Agreement.
DESCRIPTION NOT-TO-EXCEED AMOUNT
BASIC SERVICES Year 1 Year 2 Year 3 Total
Task 1.1: Project Management,
Planning, and Coordination
(Projects 1-9) $140,898 $140,898 $140,898 $422,694
Task 1.2: Project Management
System (Projects 1-9) $175,000 $100,000 $100,000 $375,000
Task 2: Acquisition and
management of project
consultants (Projects 1-3) $144,975 $144,975 $144,975 $434,925
Task 3: Design/Document
reviews (Projects 1-3) $206,762 $206,762 $206,762 $620,286
Task 4: Pre-Construction
services (Projects 1-3) $283,650 $283,650 $283,650 $850,950
Task 5.1: Construction
Management services for Fire
Station 3 Replacement $0 $326,604 $0 $326,604
Task 6: Budget and schedule
management (Projects 1-9) $63,985 $63,985 $63,985 $191,955
Task 7.1: On-call services for
Transportation Projects $333,400 $253,400 $0 $586,800
Task 7.2: On-call services
(allowance) $100,000 $100,000 $100,000 $300,000
TOTAL BASIC SERVICES $1,448,670 $1,620,274 $1,040,270 $4,109,214
DocuSign Envelope ID: 1C4936C5-9189-48A7-A845-C6273D5C72AF
7 Revision July 20, 2016
REIMBURSABLE
EXPENSES $12,000 $12,000 $12,000 $36,000
TOTAL BASIC SERVICES
AND REIMBURSABLES $1,460,670 $1,632,274 $1,052,270 $4,145,214
ADDITIONAL SERVICES –
10% OF ABOVE $146,067 $163,227 $105,227 $414,521
TOTAL NOT-TO-EXCEED
AMOUNT $1,606,737 $1,795,501 $1,157,497 $4,559,735
REIMBURSABLE EXPENSES
The administrative, overhead, secretarial time or secretarial overtime, word processing,
photocopying, in-house printing, insurance and other ordinary business expenses are
included within the scope of payment for services and are not reimbursable expenses. CITY
shall reimburse CONSULTANT for the following reimbursable expenses at cost. Expenses for
which CONSULTANT shall be reimbursed are:
A. Travel outside the San Francisco Bay area, including transportation and meals, will be
reimbursed at actual cost subject to the City of Palo Alto’s policy for reimbursement of travel
and meal expenses for City of Palo Alto employees.
B. Long distance telephone service charges, cellular phone service charges, facsimile
transmission and postage charges are reimbursable at actual cost.
All requests for payment of expenses shall be accompanied by appropriate backup
information. Any expense anticipated to be more than $1,000 shall be approved in advance
by the CITY’s project manager.
ADDITIONAL SERVICES
The CONSULTANT shall provide additional services only by advanced, written authorization
from the CITY. The CONSULTANT, at the CITY’s project manager’s request, shall submit a
detailed written proposal including a description of the scope of services, schedule, level of
effort, and CONSULTANT’s proposed maximum compensation, including reimbursable
expense, for such services based on the rates set forth in Exhibit C-1. The additional
services scope, schedule and maximum compensation shall be negotiated and agreed to in
writing by the CITY’s Project Manager and CONSULTANT prior to commencement of the
services. Payment for additional services is subject to all requirements and restrictions in
this Agreement.
DocuSign Envelope ID: 1C4936C5-9189-48A7-A845-C6273D5C72AF
Page 1 of 1
Bid Results for Project Fire Station No. 3 Replacement Project (IFB170040)
Issued on 09/21/2017
Bid Due on October 19, 2017 3:00 PM (Pacific)
Item Description
Unit of
Measure
Strawn
Construction
Inc
D L Falk
Construction
Vila
Construction
Co.
Gonsalves and
Stronck
Construction
Company Inc
1 Fire Station No.3 per Plans and Specifications Lump Sum $5,844,000 $6,219,000 $7,227,558 $8,600,000
2 Soil Testing and Disposal Allowance $50,000 $50,000 $50,000 $50,000
3 Signage allowance for future Building Signage Allowance $20,000 $20,000 $20,000 $20,000
4 Unforeseen Materials Remediation Allowance $10,000 $10,000 $10,000 $10,000
5 Unforeseen Underground Utility Conflicts Allowance $20,000 $20,000 $20,000 $20,000
BASIS OF AWARD:$5,944,000 $6,319,000 $7,327,558 $8,700,000
B: Additive Alternate Bid:
6 Reinforced Foundation for Public Art Lump Sum $0 $50,000 $25,000 $20,000
TOTAL WITH ADD ALTERNATE BID:$5,944,000 $6,369,000 $7,352,558 $8,720,000
A: Base Bid: Provide all labor, equipment material, transportation and applicable taxes, profit, insurance, bonds and other overhead to
perform the Work in accordance with the Project Plans and Technical Specifications, herein: