Loading...
HomeMy WebLinkAbout2002-06-24 City Council (11)City of Palo Alto City Manager’s Report TO: FROM: DATE: HONORABLE CITY COUNCIL CITY MANAGER JUNE 24, 2002 DEPARTMENT: UTILITIES CMR:287:02 SUBJECT:APPROVAL OF A CONTRACT WITH ST. FRANCIS ELECTRIC IN THE AMOUNT OF $269,915 FOR CONSTRUCTION OF DOWNTOWN STREET LIGHTING IMPROVEMENTS RECOMMENDATION Staff recommends that Council: o Approve and authorize the Mayor to execute the attached contract with St. Francis Electric in the amount of $269,915 for downtown street lighting improvements. Authorize the City Manager or his~ designee to negotiate and execute one or more change orders to the contract with St. Francis Electric for related, additional but unforeseen work, which may develop during the project, the total value of which shall not exceed $ 26,990. DISCUSSION Project Description In 1997, Council directed staff to undertake a number of projects to improve the safety in the downtown area. In 1999, an assessment of the lighting levels found that there were dark spots that needed additional lighting. This project will increase lightinglevels. If this project is not performed, lighting levels in the downtown area will remain at present levels. The work to be performed under the contract is the installation of new street light poles and fixtures in the downtown area, including labor, equipment, and material to install the complete substructure and duct system and necessary landscaping repairs. The new lights CMR:287:02 Page 1 of 3 will be in.stalled in the area bordered by Alma Street, Lytton Avenue, Middlefield Road, and Hamilton Avenue. However, no additional lights will be installed on University Avenue between Alma Street and Webster Street because lighting levels are sufficient. This area was improved in 1994.. Bid Process A notice inviting formal bids for downtown street and roadway lighting improvements project was sent on April 29, 2002 to five contractors. The bidding period was 29 days. A pre-bid meeting was held on May 16, 2002; ~two bidders attended the meeting. Bids were received from three qualified contractors on May 28, 2002, as listed on the attached bid summary (Attachment A).. Bids ranged from a high of $401,599 to a low bid of $269,915. One contractor did not respond. Another contractor indicated that his street lighting group was too busy. Staff has reviewed all bids submitted and recommends that the bid of $269,915 submitted by St. Francis Electric be accepted and that St. Francis Electric be declared the lowest responsible bidder. The bid is 24 percent below the staff/engineer’s estimate of $356,000 of available funds. The change order amount of $26,990, which equals 10 percent of the total contract, is requested tO cover related but unforeseen work (e.g., possible underground obstacles or conflicts which may arise while digging in the downtown area). Staff checked references supplied by the contractor for previous work performed and found no significant complaints. Staff also checked with the Contractor’s State License Board and found that the contractor has an active license on file. RESOURCE IMPACT Operating impact equals increased maintenance expenses for ,the new lights, poles, and for tree trimming around the new lights. Utilities is contracting for this construction because the two person street lighting crew is busy maintaining the approximately 6,000 ¯ existing street lights and does not have time available for a large construction project. Funds are available in the FY-01/02 CIP (Project 0116). POLICY IMPLICATIONS This recommendation is consistent with current City policy and with the Council approved Utilities Strategic Plan, especially supporting strategy 7: Implement programs that improve the quality of the environment. CMR:287:02 Page 2 of 3 ENVIRONMENTAL REVIEW Categorically exempt from environmental replacement of existing utility facilities. ATTACHMENTS A:Bid Summary B:Contract impact under Section 15302 PREPARED BY: Sr. Electric Project Engineer of CEQA, DEPARTMENT HEAD: CITY MANAGER APPROVAL: CH of Utilities EMIL~HA~RI-SON Assistant City Manager CMR:287:02 Page 3 of 3 Attachment A Bid Summary Base Bid Alternate 1 Alternate 2 Total St. Francis Electric $209,500 $27,215 $33,200 $269,915 Underground Const.West Valley Const.Lewis & Tibbitts Rosendin Electric $330,858 $313,600 No Bid No Bid $28,296 $30,500 $42,445 $34,200 $401,599 $378,300 No Bid No Bid s.w.zuccaro 06/10~002 FORMAL CONTRACT SECTION 500 CONTRACT No. C2143754 (public work) Utilities Department This Contract, number C2143754 dated June 24, 2002 is entered into by and between the City of Palo Alto, a chartered city and a municipal corporation of the State of California (City), and St. Francis Electric (Contractor). For and in consideration of the covenants, terms, and conditions (the. prov sons) of this Contract, City and Contractor (the parties) agree: Term. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract, and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is required to be filed, on the date that final payment is made hereunder, subject to the earlier termination of this Contract. General Scope of Project and Work. Contractor shall furnish labor, services, materials and equipment in connection with the construction of the Project and complete the Work in accordance with the covenants, terms and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as follows: Title of Project: ’ Downtown Street and Roadway Lighting Improvements Project, Invitation for Bid (IFB) Number 143754 3° Bid:$ 269,915.00 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. 4=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. 5o Insurance. On or before the Date of Execution, Contractor shall obtain and maintain the policies of insurance coverage described in the Invitation For Bid on terms and conditions and in amounts as may be required bythe Risk Manager. City shall not be obligated to take out insurance on Contractor’s personal property or the personal property of any person performing labor or services or supplying materials or equipment under the Project. Contractor shall furnish City with the certificates of insurance and with original endorsements affecting coverage required under this Contract on or before the Date of Execution. The certificates and endorsements for each insurance policy shall be signed by a person who is authorized by that insurer to bind coverage in its behalf. Proof of insurance shall be mailed to the Project Manager to the address set forth in Section 15 of this CITY OF PALO ALTO C2143754 PAGE 1 OF 7 FORMAL CONTRACT Contract. = 8o o 10. SECTION 500 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 indiractiy, 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 adses 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 adse 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 dudng 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 adse 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 dght, 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 completa 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 co.ndition precedent to City’s obligation to pay compensation to Contractor, and on or before the Date of Execution, Contractor shall fumish to the Project Manager the Bonds as required under the Invitation For Bid. CITY OF PALO ALTO C2143754 PAGE 2 OF 7 FORMAL CONTRACT SECTION 500 12.Representations and Warranties. In the supply of any materials and equipment and the rendering of labor and services during the course and scope of the Project and Work, Contractor represents and warrants: ao Any materials and equipment which shall be used dudng the course and scope of the Project and Work shall be vested in Contractor; bo 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 dudng 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; d°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 pdor 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, withany 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; ho 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 C ty’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 wdtten information as may be requested of Contractor by City from time to time during the term of this Contract; k°Contractor and any person performing labor and services under this Project are duly licensed by the State of Califomia 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.Assignment. 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 ¯ CITY OF PALO ALTO C2143754 PAGE 3 OF 7 FORMAL CONTRACT SECTION 500 and Work-related writings and business records, as such terms are defined in California Evidence Code Sections 250 and 1271, as amended, during the regular business hours of Contractor, or, if Contractor has no such hours, during the regular business hours of City. Notices. All agreements, appointments, approvals, authorizations, claims, demands, Change Qrders, 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 Utilities Department 250 Hamilton Avenue Palo Alto, CA 94303 Attn: Sam Zuccaro, Project Manager To Contractor:St. Francis Electric 23294 Connecticut Street Hayward; CA 94545 17. 18, Attn: Tom Spinardi 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 forlabor, services, materials and equipment may accrue only after such expenditures have been approved in advance in writing in accordance with applicable Laws. This Contract shall terminate without penalty (I) at the end of any fiscal year in the event that funds are not appropriated for the following fiscal year, or (ii) at any time within a fiscal year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 17 shall control in the event of a conflict with any other prov!sion 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 Draw ngs 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. CITY OF PALO ALTO C2143754 PAGE 4 OF 7 FORMAL CONTRACT SECTION 500 f.Headings. The paragraphheadings are not a part of this Contract and shall have no effect upon the construction or interpretation of any part of this Contract; Incorporation of Documents. All documents constituting the Contract documents described in Section 3 hereof and all documents which may, from time to time, be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and shall be deemed to be part of this Contract. ho Integration. This Contract and any amendments hereto between the parties constitute the entire agreement between the parties conceming the Project and Work, and there are no other prior oral or .wdtten 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 wdting and signed by the parties. jo 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 0fthis Contract is void or unenfomeable, the provisions of this Contract not so affected shall remain in full fome and effect. mo Status of Contractor. In the exercise of dghts 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.. Altemative 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 Northem 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 reacl’~ed 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. r.’ Recovery of Costs. Each Party shall bear its own costs,-including attorney’s fees, through the CITY OF PALO ALTO C2143754 PAGE 5 OF 7 FORMAL CONTRACT SECTION 500 completion of mediation. If the claim or dispute is not resolved through mediation, orif litigation is necessary to enforce a settlement reached at mediation pursuant to Califomia Code of Civil Procedure § 664.6, as amended, then the prevailing party in any subsequent litigation may recover its reasonable costs, including attomey’s fees, incurred subsequent to conclusion of the mediation. So 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 matedal 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 matedal 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 indemnity City for City’s costs of defense, including reasonable attorney’s fees. ’ IN WITNESS WHEREOF, the parties have by their duly.appointed representatives executedthis Contract in the city of Palo Alto, County of Santa Clare, State of California on the date first stated above. AI-rEST: City Clerk APPROVED AS TO FORM: CITY OF PALO ALTO By: Its Mayor Senior Assistant City Attomey APPROVED:CONTRACTOR: Assistant City Manager Director of Utilities By: Name: Title: Director of Administrative Services Contract Manager (Insurance Review) By: Name: Title: (Compliance with California Corporations Code ~ 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable.) CITY OF PALO ALTO C2143754 PAGE 6 OF 7 FORMAL CONTRACT CERTIFICATE OF ACKNOWLEDGMENT SECTION 500 (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 C2143754 PAGE 7 OF 7 FORMAL CONTRACT SECTION 500 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code ~ 1189) STATE OF COUNTY OF On , before me, , a notary public in and for said County, personally appeared personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hislherltheir authorized capacity(ies), and that by hislherltheir 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 C2143754 PAGE 7 OF 7 PART II- PERFORMANCE BOND SECTION 610 Contractor’s Performance Bond WHEREAS, the City Council of the City of Palo Alto, State of Califomia (=City") and St. Francis Electric, (=Principal") have entered into an agreement dated July 15, 2002, and identified as Downtown Streets and Roadway Improvements Proiect, which is hereby referred to and made a part here of whereby Principal agrees to install and complete certain designated public improvements; and WHEREAS, Principal is required under the terms of said agreement to furnish a bond for the faithful performance of said agreement. NOW, THEREFORE, Principal and , as Surety, incorporated under the laws of the State of STATE, and duly authorized to transact business as an admitted surety, under the Laws of the State of Califomia, are held and firmly bound unto City in the penal sum of Two Hundred Sixty Nine Thousand Nine Hundred Fifteen dollars ($269,915.00), for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, success.ors, and assigns, jointly and severally, firmly by these presents. The condition of this obligation is such that if the Principal, Principal’s heirs, executors, administrators, successors, or assigns shall promptly and faithfully keep and perform the covenants, conditions, and provisions of the above- mentioned agreement and any alteration thereof, with or without notice to the Surety, and if Principal shall satisfy all claims and demands incurred under such agreement and shall fully protect, indemnify, defend, and hold harmless City, its officers, agents, and employees from all claims, demands, or liabilities which may arise by reason of Principal’s failure to do so, and shall reimburse and repay City all outlay and expenses which City may incur in making good any default, then this obligation shall be null and void; otherwise, it shall remain in full force and effect. As part of the obligations secured hereto, and in addition to the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including reasonable aftomey’s fees incurred by City in successfully enforcing such obligations, all to be taxed as costs and included in any judgment rendered. Surety shall be liable for any liquidated damages for which the Principal may be liable under its agreement with the City, and such liquidated damages shall be part of the obligations secured hereto, and in addition to the face amount specified therefor. The Surety hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the agreement or to the work to be performed thereunder or the specifications accompanying the same, shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the agreement or to the work or to the specifications. IN WITNESS WHEREOF, this instrument has been duly executed by the Surety named on ,2002. SURETY, PHONE NUMBER: BY: Its: .(Type Company Name) 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 helshelthey 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 C2143754 PAGE 1 OF 1 PART II - PAYMENT (LABOR & MATERIALS) BOND SECTION 620 Contractor’s Payment (Labor and Materials) BondWHEREAS, the City Council of the City of Palo Alto State of California ("City") and St. Francis Electric, ("Principal’), have entered into an agreement dated July 15, 2002 , and identified as Downtown Street and Roadway Li.qhtin.q Improvements Project, which is hereby referred to and made a part here of, whereby Principal agrees to install and complete certain designated public improvements; and WHEREAS, under the terms of said agreement, Principal is required before entedng Upon the performance of the work to file a good and sufficient payment bond with the City of Palo Alto to secure the claims to which reference is made in Title 15 (commencing with Section 3082) of Park 4 of Division 3 of the Civil Code of the State of California. NOW, THEREFORE, Principal and , as Surety, incorporated under the laws ofthe State of , and duly authorized to transact business as an admitted surety, under the La.ws of the State of Califomia, are held and firmly bound unto City in the penal sum of Two Hundred Sixty Nine Thousand Nine Hundred Fifteen Dollars ($269,915.00), for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. The condition of this obligation is such that if Principal, Principal’s subcontractors, heirs, executors, administrators, successors, or assigns shall fail to pay any of the persons, companies, or corporations, referred to in Section 3181 of the California Civil Code, as amended, with respect to any work of labor performed or materials supplied.by any such persons, companies, or corporations, which work, labor, or materials are covered by the above-mentioned agreement and any amendments, changes, change order, additions, alterations,~ or modifications thereof, or any amounts due under the Califomia Unemployment Insurance Code with respect to such work or labor, or for any amounts raquirad to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and his subcontractors pursuant to Section 13020 of the Unemployment Insurance Code, as amended, with respect to such work and labor, the Surety will pay for the same, in an amount not exceeding the sum herein above specified, and also, in case suit is brought upon this bond, the Surety will pay a reasonable attomey’s fee to be fixed in court. It.is hereby expressly stipulated and agreed that this bond shall inure to the benefit of any and all persons, companies, and corporations entitled named in Section 3181 of the California Civil Code, as amended, so as to give a right of action to them or their assigns in any suit brought upon this bond. The Surety hereby stipulates and agrees that no amendment, change, order, addition, alteration, or modification to the terms of the agreement of to the work to be performed thereunder or the specifications accompanying the same, shall in any way affect its obligations on this bond, and it does hereby waive notice of any such amendment, change, change order, addition, alteration, or modification to the terms of the agreement or to the work performed thereunder or to the specifications accompanying the same. IN WITNESS WHEREOF, this instrument has been duly executed by the Surety named on ,2002. SURETY, PHONE NUMBER: BY: Its: (Type Company Name) CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189)STATE OF ) COUNTY OF ) On , before me,, a notary public in and for saidCounty, personally appeared ,personallyknown 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 hislherltheir 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 C2143754 PAGE 1 OF 1