HomeMy WebLinkAbout2003-12-15 City Council (2)TO:
City of Palo Alto
City Manager’s Report
HONORABLE CITY COUNCIL 2
FROM:CITY MANAGER DEPARTMENT: COMMUNITY SERVICES
DATE:
SUBJECT:
DECEMBER 15, 2003 CMR:541:03
APPROVAL OF A BUDGET AMENDMENT ORDINANCE TO
COMMIT FUNDS FOR REIMBURSABLE GRANT FUNDING IN
THE AMOUNT OF $299,536; APPROVAL OF A CONTRACT WITH
A & A CONSTRUCTION IN THE AMOUNT OF $522,000 FOR THE
CONSTRUCTION OF THE ARASTRADERO PRESERVE
GATEWAY FACILITY, SUBJECT TO SIMULTANEOUS
APPROVAL OF A DEDUCT CHANGE ORDER TO THE
CONSTRUCTION CONTRACT IN THE AMOUNT OF $74,000, FOR
A TOTAL CONTRACT AMOUNT OF $448,000
REPORT IN BRIEF
Since Council initiated consideration of a public facility for the Arastradero Preserve in
1997, staff has worked with a citizen design committee, park users and architects to
develop the design of a modest workplace, education classroom and restroom facility for
the entrance of the Preserve. This report seeks Council’s approval for the construction of
the facility with A & A Construction, Inc., and seeks approval of a Budget Amendment
Ordinance that will include revenue and expenditures for an existing Capital
Improvement Project in order to reflect certain grant funds that will finance the project.
Six line items of the project have been removed from the original scope of work and
contract in order to make the project economically feasible with existing funds. If the full
amount of requested contingency funds are not needed for completion of this facility,
then these deducted change orders will be added back into the project.
CMR:541:03 Page 1 of 7
RECOMMENDATION
Staff recommends that Council:
1. Approve a Budget Amendment Ordinance (BAO) in the amount of $299,536 for
revenue and expenditures for the Arastradero Preserve Gateway Facility Project,
to be reimbursed upon receipt of grant funding by December 2004 (Attachment
A);
2.Approve and authorize the Mayor to execute the attached contract with A & A
Construction, Inc. in the amount of $522,000 for construction of the Arastradero
Preserve Gateway Facility (Attachment B), subject to execution of a simultaneous
contract change order to deduct certain contract items totaling $74,000, for a total
contract amount of $448,000 (Attachment C);
3.Authorize the City Manager or his designee to negotiate and execute one or more
change orders to the contract with A & A Construction, Inc. for related, additional
but unforeseen work which may develop during the construction of the project, the
total value of which shall not exceed $67,200.
DISCUSSION
Project Description
The work to be performed under the contract is for the construction of an approximately
1,200 square-foot visitor center and work space at the Arastradero Preserve.
The proposed facility consists of a cluster of three modestly-scaled, single-story
structures, that would serve visitors, park rangers, and open space stewards at the
Preserve. The Gateway Facility will provide a meeting and informational place for
visitors and students and a work area for the park ranger and steward volunteers. The
facility also will provide public restrooms, educational displays and storage facilities for
trail and habitat restoration tools used by volunteers in the Preserve. The building design
incorporates a number of progressive sustainable building techniques including hay bale
insulated walls, earthen stucco exterior finishes, use of recycled building materials, solar
water heating, passive solar room heating and photo-voltaic power generation.
The gateway facility will be located on a 77-acre parcel on the east side of Arastradero
Road within the Preserve adjacent to an existing unpaved public parking lot. The
conceptual design of the facility and necessary building variances were approved by
Council on April 24, 2000. At that time, staff was directed to prepared finalized
construction plans and specifications for the facility.
Summary of Bid Process
IBid Name/Number
Proposed Lengh of Project
Number of Bids Mailed to Contractors
Number of Bids Mailed to Builder’s
Exchanges
Arastradero Preserve Gateway Facility
12 months
13
4
RFB:lS0735
CMR:541:03 Page 2 of 7
Total Days to Respond to Bid
Pre-Bid Meeting?
Number of Company Attendees at Pre-Bid
Meeting
Number of Bids Received:
Bid Price Range
*Bid summary provided in Attachment C.
49
Yes
6
1
$577,500 (Base Bid, plus Add Alternates 1 and 2)
Staff extensively advertised this project through builder exchanges, and notices to local
contractors and green building advocates. Although six contracting firms attended the
pre-bid meeting, only one bid was received because of the unique design of the building
and unfamiliar building techniques, such as hay insulated walls, earthen stucco and the
reuse of salvaged building materials. Staff has reviewed the bid submitted and
recommends that the bid of $ 504,000 submitted by A & A Construction, Inc. for the base
bid and Add Alternate 1 be accepted and that A & A Construction, Inc. be declared the
-lowest responsible bidder. The bid is 5 percent above staff’s estimate of $479,000 for the
base bid and Add Alternate 1. In reviewing the bid line items with the contractor, the
slightly higher than anticipated cost is due to the extra labor that will be involved with
this project in incorporating recycled building components and lumber. The preparation
of these materials in milling the lumber to consistent size and repairing blemishes is more
time consuming than using new materials.
Staff confirmed with the Contractor’s State License Board that the contractor has an
active license on file. Staff checked references supplied by the contractor for previous
work performed and found no significant complaints.
Reject Add Alternate 2
The amount available for construction and a contingency reserve is $522,600. Since the
base bid and Add Alternate 1 for the construction of restrooms, together with an
appropriate contingency amount, is already more that $522,600, staff recommends
rejecting Add Alternate 2, which would have built parking lot amenities. Staff will
continue to solicit grant funds for these improvements and will issue a request for bids for
Add Alternate 2 when funds are available. These improvements are not deemed essential
to the effective use of the gateway facility. Existing bike racks, information kiosks and
resting benches near the parking lot will continue to be used by the public.
Deduct Change Order (Attachment B)
Since the amount of the base bid and Add Alternate 1 was about $25,000 over the staff’s
estimate for construction, staff reevaluated the project budget to determine the items that
could be eliminated without substantially altering the project while still keeping the
project within budget. There is an approximate difference of $74,000 between the amount
available for construction and A & A Construction’s bid (Base bid and Add Alternate 1).
CMR:541:03 Page 3 of 7
Staff identified a list of contract items that could be deducted from the project that would
have a very minimal impact on the design, use or function of the building . The items
staff have determined that can reasonably be incorporated into a deduct change order for
omitting and/or modifying items in the construction contract including the following:
¯ Remove decomposed granite pathways, Item 1 ($15,000). Native soil paths similar to
other Preserve trails will be used instead.
¯ Omit casework, counters (desktops) and finish carpentry in the meeting room and work
space, Item 2 ($30,000). Furniture from other City offices will be used until custom
cabinet can be furnished in the future. Finish carpentry will be furnished by volunteer
tradesmen.
¯ Omit the wood stove purchase and installation for the meeting room, Item 3 ($5,000)
Since the building utilizes passive solar heating, this will have an impact only during a
small portion of the year.
¯ Omit the wood bench on the exterior of the building and finish carpentry in the
restrooms, Item 4 ($ 5,000) This non-essential feature will be added when funds are
available in the future.
¯ Omit the horse water trough near the restroom, Item 5 ($ 1,000) This non-essential
feature will be added when funds are available in the future.
¯ Provide power to the construction site with generators rather than using the photo-
voltaic system to generate electricity, Item 6 ($18,000). Using conventional generators
will be significantly less expensive than having to assemble the photo-voltaic system
in the field for electricity during twelve months of construction. Use of a photovoltaic
system was proposed by the contractor and not required by the bid specifications.
Staff consulted with the California State Office of Grants and Local Services to
determine if a deduct change order entered into at the time of contract award would
jeopardize State funding for the project. The City’s grant liaison stated that the deduct
change order process followed by the City does not jeopardize any State funding.
The design of the building is not significantly altered by these changes and therefore will
require no additional design review by the Architectural Review Board or Planning
Commission.
In conclusion, staff recommends Council award the construction contract to A & A
Construction, Inc. for the base bid and Add Alternate 1 and simultaneously approve a
deduct change order. The proposed deductions do not significantly alter the project and,
in fact, could be added back in at a later time should funding be identified. The change
order does not significantly alter the scope or function of the project to the extent that the
project should be rebid. In addition, it is unlikely that much would be gained by
rebidding the project. As demonstrated by the single bid received by the City, there is a
not a competitive market for projects involving the unique design and construction
techniques associated with this project.
CMR:541:03 Page 4 of 7
Construction Contract Contingency
The change order amount of $ 67,200, which equals 15 percent of the total contract
($448,000), is requested because of the unusual design of the building. The building
incorporates hay bale construction techniques, photo-voltaic electrical system, earthen
stucco and use of lumber and building materials that have been recycled from a former
house on the Preserve. These ’green’ building techniques may result in some unexpected
construction costs.
Any contingency monies remaining at the end of the project will be used to ’add back’
those items that were deleted from the project with the deduct change order (i.e., the
wood stove, benches, horse water trough, etc.)
Schedule
Construction will begin toward the end of January 2004, with all major structural work
complete by September of next year. Minor finish work, painting, landscaping and
interior decoration will be complete by January 2005.
ALTERNATIVES TO STAFF RECOMMENDATION
Project Alternative #1 - Do Not Proceed With Project and Reject Bids
In this scenario, Council would reject bids and construction would not proceed until new
funding is identified or until additional competitive bids are solicited. Staff recommends
against this alternative because it is unlikely due to of the uniqueness of the building
design and construction techniques that any additional bidders would respond..
Project Alternative #2 - Accept Only the Base Bid
In this scenario, only the base bid of $410,000 for the meeting room and work space
would be accepted and Add Alternate 1 for the restroom facility, which was bid at
$112,000, would be rejected. This portion of the project would be bid at a later date.
Staff recommends against this alternative because the restrooms are considered an
important amenity and a needed facility when providing orientation sessions for large
groups of people. In addition, it is more economical to build the entire structure in one
phase rather than having to tie in utilities and the roof line of a second building at a later
date.
RESOURCE IMPACT
The attached BAO requests an increase in revenue of $135,711
$299,536 for CIP Project OS-98012.
and expenditure of
The funding sources for this project total $522,596, of which $223,060 has already
been included in the CIP budget and an additional $299,536 in grant funds which have
been identified but are not incorporated into the budget:
CMR:541:03 Page 5 of 7
Funds in Budget
* which includes a partial allocation from the Arastra Fund for design services
Funds Not Currently Budgeted
Arastra Fund (Peninsula Community Foundation)
City of Palo Alto Utilities
Roberti-Z’Berg-Harris Urban Open Space Block Grant Program
BAO Amount & Subtotal
Total Estimated Funding
$ 223.060*
$110,386
$ 25,325
$163.825
$ 299,536
$ 522,596
Of the remaining $299,536 that is not currently budgeted, $135,711 is readily available
from the Peninsula Community Foundation and City Utilities Department. The Roberti-
Z’Berg-Harris Block Grant funds, which Council has authorized to be used on this
project, will be paid to the City on a reimbursement basis and will become available once
a contract is finalized with the State and receipts for reimbursement have been presented.
Staff anticipates the contract with the State for this grant to be finalized by January 30,
2004. The funding from this per capita grant program is certain and there is no risk of
non-funding.
The cost of temporary salaries and supplies necessary for maintaining the restrooms of
the new facility will be more than offset from the savings resulting in the elimination of
rented toilets currently at the site. Care and maintenance of native plants around the
structure will be included in the responsibilities of the Preserve Steward, Acterra, and
other volunteers at no cost to the City of Palo Alto while the plants become established.
Because the efficiently-designed facility relies on passive solar heating and the
occasional use of a wood stove, there are no mechanical systems to maintain in the
facility. The annual cost for general facility maintenance of the facility is estimated at
$5,000, which will be covered by the existing Open Space operating budget.
POLICY IMPLICATIONS
The construction of an gateway facility for the purposes of environmental education and
promoting restoration of disturbed habitat areas is consistent with City policies and
furthers the goals of Policy C-25 of the Community Services element of the
Comprehensive Plan in that the facility enhances the City’s ability to protect and
conserve the natural environment.
ENVIRONMENTAL REVIEW
On April 24, 2000, the City Council adopted the Negative Declaration for the Arastradero
Preserve Gateway Facility Project (CMR:226:00), finding that there is no substantial
evidence that the project would have a significant effect on the environment.
CMR:541:03 Page 6 of 7
ATTACHMENTS
Attachment A:
Attachment B:
Attachment C:
PREPARED BY:
Budget Amendment Ordinance
Contract
Deduct Change Order
Superintendent, Open Space & Sciences
DEPARTMENT HEAD:
PAUL THILTGEN
Director of Community Service
CITY MANAGER APPROVAL:~~, ~ ~ x~
E~IIL~ i~.~LI~I~ 0 N
Assistant City Manager
CMR:541:03 Page 7 of 7
Attachment A
ORDINANCE NO.
ORDINANCE OF THE COUNCIL OF THE CITY OF PALO ALTO
AMENDING THE BUDGET FOR THE FISCAL YEAR 2003-04 TO
INCREASE REVENUE IN THE AMOUNTOF $135,711 AND INCREASE
EXPENSE IN THE AMOUNT OF $299,536 FOR CIP OS-98012
(ARASTRADERO PRESERVE GATEWAY FACILITY PROJECT)
SECTION I. The City Council of the City of Palo Alto
finds and determines as follows:
A. Pursuant to the provisions of Section 12 of Article III of
the Charter of the City of Palo Alto, the Council on June 16, 2003
did adopt a budget for fisca! year 2003-04; and
B. A contract is proposed for the construction of an
approximately 1,200 square-foot visitor center and work space at
Arastradero Preserve; and
C. Council approved the conceptual design and necessary
building variances of the Gateway Facility which is located on a 77-
acre parcel on the east side of Arastradero Road within the Preserve
adjacent to an existing unpaved public parking !ot on April 24,2000;
and
D. Reimbursable Grant funding for this project will come from
the Roberti-Z’Berg-Harris Urban Open Space Block Grant Program.
However, since the grant is not reimbursable until December 2004 the
Genera! Fund Budget Stabilization Reserve wil! advance $163,825 to
this project; and
E. The Utility Public Benefits fund is contributing $25,325 for
energy conservation measures and $110,386 is from the Arastra Fund
¯ (Peninsula Community Foundation); and
F. The additional appropriation of funds from the General Fund
Budget Stabilization Reserve is a one-time cost, that wil! be
reimbursed and no future year General Fund ongoing costs are
anticipated; and
G. City Council authorization is needed to accept and expend
the grant receipts; and
H. City Council authorization is needed to amend the 2003-04
budget as hereinafter set forth.
NOW, THEREFORE, the Council of the City of Palo Alto does
ORDAIN as follows:
SECTION 2. Revenue in CIP OS-98012 is increased by Two Hundred
Ninety-Nine Thousand Five Hundred Thirty-Six Dollars ($299,536)for
receipt of funds (see table below):
Revenue Source Revenue Amount
Arastra Fund (Peninsula $110,386
Community Foundation)
City of Palo Alto Utilities $ 25,325
(Public Benefits)
General Fund Budget $163,825
Stabilization Reserve
$299,536
SECTION 3. The sum of Twenty-Five Thousand Three Hundred
Twenty-Five Dollars ($25,325) is hereby appropriated to Capital
Improvement Project No. OS-98012, and the City of Palo Alto
Utilities, Public Benefits Program is correspondingly reduced.
SECTION 4. The sum of One Hundred Ten Thousand Three Hundred
Eighty-Six Dollars ($110,386) is hereby appropriated to Capita!
Improvement Project No. OS-98012, from the Arastra Fund (Peninsula
Community Foundation).
SECTION 5. The sum of One Hundred Sixty-Three Thousand Eight
Hundred Twenty-Five Dollars ($163,825) is hereby transferred from
the Genera! Fund Budget Stabilization Reserve for the appropriation
of Capital Improvement Project Number OS-98012, Arastradero Project
Gateway Facility.
SECTION 6. As specified in Section 2.28.080(a) of the Palo
Alto Municipa! Code, a two-thirds vote of the City Council is
required to adopt this ordinance.
SECTION 7. On April 24, 2000, the City Council adopted the
Negative Declaration for the Arastradero Preserve Gateway Facility
Project (CMR:226:00), finding that there is no substantial evidence
that the project would have a significant effect on the environment.
SECTION 8. As provided in Section 2.04.350 of the Palo Alto
Municipal Code, this ordinance shall become effective upon adoption.
INTRODUCED AND PASSED:
AYES:
NOES:
ABSTENTIONS:
ABSENT:
ATTEST:APPROVED:
City Clerk Mayor
APPROVED AS TO FORM:City Manager
Senior Asst. City Attorney
Director of
Services
Administrative
Director of Community Services
Attachment B
CONTRACT No. C04150735
(Public Work)
Community Services Department
This Contract, number C04150735 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 A & A Construction ("Contractor").
For and in consideration of the covenants, terms, and conditions (the provisions) of this Contract, City and
Contractor ("the parties") agree:
Term. This Contract shall commence and be binding on the parties on the Date of Execution of this
Contract, and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such
notice is required to be filed, on the date that final payment is made hereunder, subject to the earlier
termination of this Contract.
General Scope of Proiect and Work. Contractor shall furnish labor, services, materials and equipment in
connection with the construction of the Project and complete the Work in accordance with the covenants,
terms and conditions of this Contract to the satisfaction of City. The Project and Work is generally
described as follows:
Title of Project: Arastradero Gateway Facility, Invitation for Bid (IFB) Number 150735
Contract Amount:$448,000.00
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 (1999).
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 (1999).
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 (1999), 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 15 of this Contract.
CITY OF PALO ALTO PAGE 1 OF 7rev. 12/00
10.
11.
Indemnification. Contractor agrees to protect, defend, indemnify and hold City, its Council members,
officers, employees, agents and representatives harmless from and against any and all claims, demands,
liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments, arising, in whole or in
part, directly or indirectly, at any time from any injury to or death of persons or damage to property as a
result of the willful acts or the negligent acts or omissions of Contractor, or which results from Contractor’s
noncompliance with any Law respecting the condition, use, occupation or safety of the Project site, or any
part thereof, or which arises from Contractor’s failure to do anything required under this Contract or for
doing anything which Contractor is required not to do under this Contract, or which arises from conduct for
which any Law may impose strict liability on Contractor in the performance of or failure to perform the
provisions of this Contract, except as may arise from the sole willful acts or negligent acts or omissions of
City or any of its Council members, officers, employees, agents or representatives. This indemnification
shall extend to any and all claims, demands, or liens made or filed by reason of any work performed by
Contractor under this Contract at any time during the term of this Contract, or arising thereafter.
To the extent Contractor will use hazardous materials in connection with the execution of its obligations
under this Contract, Contractor further expressly agrees to protect, indemnify, hold harmless and defend
City, its City Council members, officers and employees from and against any and all claims, demands,
liabilities, losses, damages, costs, expenses, liens, penalties, suits, or judgments City may incur, arising, in
whole or in part, in connection with or as a result of Contractor’s willful acts or negligent acts or omissions
under this Contract, under the Comprehensive Environmental Response, Compensation and Liability Act
(42 U.S.C. 9601-6975, as amended); the Resource Conservation and Recovery Act (42 U.S.C. 6901-6992k,
as amended); the Toxic Substances Control Act (15 U.S.C. 2601-2692, as amended); the Carpenter-
Presley-Tanner Hazardous Substance Account Act (Health & Safety Code, 25300-25395, as amended); the
Hazardous Waste Control Law (Health & Safety Code, 25100-25250.25, as amended); the Safe Drinking
Water and Toxic Enforcement Act (Health & Safety Code, 25249.5-25249.13, as amended); the
Underground Storage of Hazardous Substances Act (Health & Safety Code, 25280-25299.7, as amended);
or under any other local, state or federal law, statute or ordinance, or at common law.
Assumption of Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or injury to
the property of Contractor which may occur in, on, or about the Project site at any time and in any manner,
excepting such loss, injury, or damage as may be caused by the sole willful act or negligent act or omission
of City or any of its Council members, officers, employees, agents or representatives.
Waiver. The acceptance of any payment or performance, or any part thereof, shall not operate as a waiver
by City of its rights under this Contract. A waiver by City of any breach of any part or provision of this
Contract by Contractor shall not operate as a waiver or continuing waiver of any subsequent breach of the
same or any other provision, nor shall any custom or practice which may arise between the parties in the
administration of any part or provision of this Contract be construed to waive or to lessen the right of City to
insist upon the performance of Contractor in strict compliance with the covenants, terms and conditions of
this Contract.
No Exoneration By Inspection: The City has the right, but not the duty, to inspect Contractor’s Work. The
right of inspection is solely for the benefit of City. Contractor has the obligation to complete the Work in a
satisfactory manner in compliance with Contract requirements. The presence of a City inspector does not
shift that obligation to the City or relieve Contractor from its obligations to complete the Work in a
satisfactory manner in compliance with the Contract requirements.
Compliance with Laws. Contractor shall comply with all Laws now in force or which may hereafter be in
force pertaining to the Project and Work and this Contract, with the requirement of any 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.
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:
CITY OF PALO ALTO PAGE 2 OF 7rev. 12/00
Any materials and equipment which shall be used during the course and scope of the Project and
Work shall be vested in Contractor;
Any materials and equipment which shall be used during the course and scope of the Project and
Work shall be merchantable and fit to be used for the particular purpose for which the materials
are required;
Any labor and services rendered and materials and equipment used or employed during the
course and 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.
13.Assiqnment. This Contract and the performance required hereunder is personal to Contractor, and it shall
not be assigned by Contractor. Any attempted assignment shall be null and void.
14.Claims of Contractor. All claims pertaining to extra work, additional charges, or delays within the Contract
Time or other disputes arising out of the Contract shall be submitted by Contractor to City in writing by
certified or registered mail within ten (10) Days after the claim arose or within such other time as may be
permitted or required by law, and shall be described in sufficient detail to give adequate notice of the
substance of the claim to City.
15.Audits by City. During the term of this Contract and for a period of not less than three (3) years after the
expiration or earlier termination of this Contract, City shall have the right to audit Contractor’s
Project-related and Work-related writings and business records, as such terms are defined in California
Evidence Code Sections 250 and 1271, as amended, during the regular business hours of Contractor, or, if
Contractor has no such hours, during the regular business hours of City.
CITY OF PALO ALTO PAGE 3 OF 7rev. 12/00
16.
17.
18.
Notices. All agreements, appointments, approvals, authorizations, claims, demands, Change Orders,
consents, designations, notices, offers, requests and statements given by either party to the other shall be
in writing and shall be sufficiently given and served upon the other party if (1) personally served, (2) sent by
the United States mail, postage prepaid, (3) sent by private express delivery service, or (4) in the case of a
facsimile transmission, if sent to the telephone FAX number set forth below during regular business hours
of the receiving party and followed within two (2) Days by delivery of a hard copy of the material sent by
facsimile transmission, in accordance with (1), (2) or (3) above. Personal service shall include, without
limitation, service by delivery and service by facsimile transmission.
To City:City of Palo Alto
City Clerk
250 Hamilton Avenue
P.O. Box 10250
Palo Alto, CA 94303
Copy to:City of Palo Alto
Community Services Department
1305 Middlefield Road
Palo Alto, CA 94301
To Contractor:
Attn: Young Tran, Project Manager
A & A Construction
148 Arroyo Grande Way
Los Gatos, CA 95032
Attn: A.B. Barrera
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 16 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.
Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to
perform its obligations under this Contract which directly results from an Act of God or an act of a
superior governmental authority.
Headings. The paragraph headings are not a part of this Contract and shall have no effect upon
the construction or interpretation of any part of this Contract.
CITY OF PALO ALTO PAGE 4 OF 7
rev. 12/00
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
of written agreements between the parties that are not incorporated in this Contract.
Modification of Agreement. This Contract shall not be modified or be binding upon the parties,
unless such modification is agreed to in writing and signed by the parties.
Provision. Any agreement, covenant, condition, clause, qualification, restriction, reservation, term
or other stipulation in the Contract shall define or otherwise control, establish, or limit the
performance required or permitted or to be required of or permitted by either party. All provisions,
whether covenants or conditions, shall be deemed to be both covenants and conditions.
Resolution. Contractor shall submit with its Bid a copy of any corporate or partnership resolution
or other writing, which authorizes any director, officer or other employee or partner to act for or in
behalf of Contractor or which authorizes Contractor to enter into this Contract.
Severability. If a court of competent jurisdiction finds or rules that any provision of this Contract is
void or unenforceable, the provisions of this Contract not so affected shall remain in full force and
effect.
Status of Contractor. In the exercise of rights and obligations under this Contract, Contractor acts
as an independent contractor and not as an agent or employee of City. Contractor shall not be
entitled to any rights and benefits accorded or accruing to the City Council members, officers or
employees of City, and Contractor expressly waives any and all claims to such rights and benefits.
Successors and Assigns. The provisions of this Contract shall inure to the benefit of, and shall
apply to and bind, the successors and assigns of the parties.
Time of the Essence. Time is of the essence of this Contract and each of its provisions. In the
calculation of time hereunder, the time in which an act is to be performed shall be computed by
excluding the first Day and including the last. If the time in which an act is to be performed falls on
a Saturday, Sunday, or any Day observed as a legal holiday by City, the time for performance shall
be extended to the following Business Day.
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
completion of mediation. If the claim or dispute is not resolved through mediation, or if litigation is
necessary to enforce a settlement reached at mediation pursuant to California Code of Civil
CITY OF PALO ALTO PAGE 5 OF 7rev. 12/00
Procedure § 664.6, as amended, then the prevailing party in any subsequent litigation may recover
its reasonable costs, including attorney’s fees, incurred subsequent to conclusion of the mediation.
Flow-down. Contractor agrees to include provisions of this Contract relating to Alternative Dispute
Resolution, Venue. and Recovery of Costs in any subcontracts or major material purchase
agreements which it enters into in connection with this Contract, and to require its subcontractors
to include those provisions in any sub-contracts or major material purchase agreements, such that
any mediation or litigation of any claim or dispute asserted by a subcontractor or major material
supplier will be consolidated with any related claim or dispute between the Contractor and the City.
Should the Contractor fail to do so, such that the City is required to defend an action brought by a
subcontractor or material supplier inconsistent with the Alternative Dispute and Venue provisions
of this Contract, Contractor shall indemnify City for City’s costs of defense, including reasonable
attorney’s fees.
IN WITNESS WHEREOF, the parties have by their duly appointed representatives executed this Contract in the city
of Pato Alto, County of Santa Clara, State of California on the date first stated above.
ATTEST:CITY OF PALO ALTO
City Clerk
By: Its Mayor
APPROVED AS TO FORM:
Senior Assistant City Attorney
APPROVED:CONTRACTOR:
By: Assistant City Manager
Name:
By: Director of Community Services Dept.Title:-
By:Director of Administrative Services
Name:
Contract Manager (Insurance Review)Title:
(Compliance with California Corporations Code ~ 313 is
required if the entity on whose behalf this contract is signed is
a corporation. In the alternative, a certified corporate
resolution attesting to the signatory authority of the individuals
signing in their respective capacities is acceptable)
CITY OF PALO ALTO PAGE 6 OF 7
rev. 12/00
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code 1189)
STATE OF )
COUNTY OF )
On , before me,
a notary public in and for said County, personally appeared
, personally known to
me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s),
or the entity upon behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature (Seal)
CITY OF PALO ALTO PAGE 7 OF 7
rev. 12/00
ATI’ACHMENT C
DEDUCT CHANGE ORDER
CITY OF PALO ALTO
DEPARTMENT OF COMMUNITY SERVICES
Project Number:OS-98012 Change Order Number:1
Contract Number: TBD Issuance Date:12/15/03
Greg BettsContractor Name: A & A Construction, Inc. Prepared by:
Description of Change Order: Reduce the contract amount by $74,000 to omit or modif7 items in
the contract per A & A’s bid dated 9/9/03. Items modified include elimination of decomposed
granite pathway to the building, installation of the wood stove in the meeting room, bench
between bathroom building and meeting room, finish carpentry_ in bathroom building, finish
carpentry and casework in meeting room and office, utilization of photo-voltaic system for the
generation of electricity needed for construction. All work shall be in accordance with the Project
specifications.
Change in Contract Amount:$ (74,000.00)
Change in Contract Time: 0 Calendar Days
Basis of Change Order Cost: Lump sum
(Unit Cost, Lump Sum, or Time and Materials)
2. Contractor shall sign and return to City for
City approval signatures.
Contractor Approval:
Title:
Date:
4. Signature required on all Change Orders.
City Approval:
Title:
Date:
Division Head
1. Consultant shall sign prior to Contractor and
return to City. Indicate N/A if not applicable.
Consultant Approval:
Title:
Date:
N/A
3. Signature required on all Change Orders.
City Approval:
Title:
Date:
Project Manager
5. Department Head signature required when
any individual Change Order item exceeds
$10,000.
City Approval:
Title:Director of Community
Services
Date:
Summary of Amounts Payable Under Contract
Net Effect of Previous Change Orders:
This Change Order:
Net Effect of all Change Orders:
Amount of Original Bid:
Net Contract Amount:
$0.00
$(74,000.00)
$(74,000.00)
$ 522,000.00
$ 448,000.00