HomeMy WebLinkAbout2001-06-04 City Council (7)City of Palo Alto
¯ City Manager’s Report
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE:JUNE 4, 2001 CMR:253:01
SUBJECT:APPROVAL OF A BUDGET AMENDMENT ORDINANCE IN THE
AMOUNT OF $93,000 AND AWARD OF CONTRACT IN THE
AMOUNT OF $184,620 TO REDWOOD GENERAL AND
MECHANICAL FOR THE CUBBERLEY CHILLER REPLACEMENT
PROJECT - CAPITAL IMPROVEMENT PROJECT 10120
6
RECOMMENDATION
Staff recommends that Council:
1.Approve a Budget Amendment Ordinance (BAO) in the amount of $93,000 from the
Infrastructure Reserve to provide an additional appropriation for Capital Improvement
Project 10120,’ Cubberley Chiller Replacement.
Approve and authorize the Mayor to execute the attached contract with Redwood
General and Mechanical in the amount of $184,620 for the Cubberley Chiller
Replacement Project - Capital Improvement Project 10120.
Authorize the City Manager or his designee to negotiate and execute one or more
change orders to the contract with Redwood Genera! and Mechanical for related,
additional but unforeseen work which may develop during the project, the total value
of which shall not exceed $28,000.
DISCUSSION
Project Description
The existing air conditioning system for the Cubberley Theatre, which is original to the
building, became inoperable in July 2000 and is not repairable due to its age and condition.
Council approved the creation of CIP 10120 and funded it for the replacement of the chiller
on October 10, 2000 (CMR: 375:00). The Cubberley Chiller Replacement Project provides
for replacement of the chiller, cooling tower, pumps and required controls for the Cubberley
Theatre building.
Bid Process
A notice inviting formal bids for the Cubberley Chiller Replacement Project was sent to
seven builders’ exchanges and four contractors on April 12, 2001. The bidding period was
CMR:253:01 Page 1 of 3
19 days. A pre-bid meeting was held on April 19, 2001; three bidders attended the
meeting. Bids were received from three qualified contractors on May 1, 2001, as listed on
the attached bid summary (Attachment D). Bids ranged from a high of $235,076 to a low-
bid of $184,620. Contractors not responding indicated that they did not submit a bid due to
heavy workload at this time.
Staf.fhas reviewed all bids submitted and recommends that the bid of $184,620 submitted
by Redwood General and Mechanical, be accepted and that Redwood General and
Mechanical be declared the lowest responsible bidder. The bid is 54 percent above the
engineer’s estimate of $120,000. The tight bid climate and shortage of contractors available
have lead to an increased cost of contracting. The change order amount of $28,000, Which
equals 15 percent of the total contract, is requested for unforeseen conditions.
Staff checked references supplied by the contractor for previous work performed and found
no complaints. Staff also checked with the Contractor’s State License Board and found that
the contractor has an active license on file.
RESOURCE IMPACT
The attached BAO requests an increase in expenditures of $93,000 from the General Fund
Infrastructure Reserve for CIP Project 10120. This is a one-time expense and no future year
resource needs are anticipated as a result of this BAO. Attachment B summarizes the BAO’s
approved to date in 2000-2001 that impact reserves. The remaining funds required for this
project are available in the Cubberley Chiller Replacement Project, CIP 10120.
POLICY IMPLICATIONS
This award does not represent any change to existing City policies.
ENVIRONMENTAL REVIEW
This project is categorically exempt from California Environmental Quality Act and no
further environmental review is necessary.
ATTACHMENTS
Attachment A:
Attachment B"
Attachment C:
Attachment D:
Budget Amendment Ordinance
Budget Amendment Ordinances
Approved to Date in 2-000-2001
Contract
Bid Summary
Impacting the Infrastructure Reserve
PREPARED BY:-
Manager, Facilities Maintenance and Projects
CMR:253:01 Page 2 of 3
DEPARTMENT HEAD:
GLENN S. ROBERTS
Director of Public Works
CITY MANAGER APPROVAL:
HARRISON
Assistant City Manager
CMR:253:01 Page 3 of 3
ORDINANCE NO.
-ATTACHMENT A
ORDINANCE OF THE COUNCIL OF THE ’CITY OF PALO ALTO
AMENDING THE BUDGET FOR THE FISCAL YEAR 2000-01 _TO
PROVIDE AN ~ADDITIONAL APPROPRIATION OF $93,000 FOR
CUBBERLEY THEATRE CHILLER~REPLACEMENT CAPITAL IMPROVEMENT
PROJECT,NUMBER 10120
WHEREAS, pursuant to the provisions of Section 12 of Article
III of the Charter of the City of Palo Alto, the Council on June 19,
2000 did adopt a budget for fiscal year 2000-01; and
WHEREAS, the existing air conditioning system
Cubberley Theatre became inoperable in July 2000; and
for the
WHEREAS, the chiller unit was scheduled for replacement under
the Infrastructure Management Plan for fiscal year 2004-05 and will
now be replaced in 2000-01; and
WHEREAS, Council approved an appropriation in October, 2000
for the purchase of a new chiller unit; and
WHEREAS, the lowest contractor bid received was 54 percent
above the engineer’s estimate and an additional appropriation is
needed to complete this project; and
WHEREAS, the additional appropriation of funds from the
Infrastructure Reserve is a one-time cost and no future year ongoing
costs are anticipated; and
WHEREAS, City Council authorization is needed to amend the
2000-01 budget as hereinafter set forth.
NOW, THEREFORE, the Council of the City of Palo Alto does
ORDAIN as follows:
~LT.~. The sum of Ninety Three Thousand Dollars ($93,000)
is hereby appropriated to Capital Improzement Project No. 10120 and
the Infrastructure Reserve is correspondingly reduced.
S~LT/_Q~. This transaction will reduce the Infrastructure
Reserve from $13,594,000 to $13,501,000..
B_F~C_T_ID]~I. As specified in Section 2.28.080(a) of.the Palo
Alto Municipal. Code., a two-thirds vote of the Cfty Council is
required to adopt this ordinance.
~. This project has been
categorically exempt under Section 15302
Environmental Quality Act.
determined to be
of the California
~. 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 Public Works
ATTACHMENT B
Budget Amendment Ordi nances |inpacting Infrastructure Reserve Approved-To-Date in 2000-01
Placeholders Impact on theAlready in General Fund3AO DescriptiOn cost Revenue the 2000-01 InfrastructureAdoptedReserveBudget
Estimated Future Year
Ongoing Costs.
~stimated Beginning Infrastructure Reserve Balance
$12,377,000
3ubberley Theatre Chiller Replacement- CIP 10120 I ($142,000)($142,000)
Mid-Year Adjustment $1,359,000 $1,359,000
Cubberley Theatre Chiller Replacement - CIP 10120 II ($93,000)($93,000)
Reserve Balance After BAO’s
[ $13,501,000
ATTACHMENT C
FORMAL CONTRACT
CONTRACT No.
(Public Work)
Public Works Department
SECTION 500
This Contract, number TBD dated TBD is entered into.by and between the CitY of Palo
Altc, a chartered city and a municipal corporation of the State of California ("City"), and Redwood Plumbing
Company, Inc. dba: Redwood General & Mechanical Contractor.
For and in consideration of the covenants, terms, and conditions ("the provisions") of this Contract, City and
Contractor ("the parties") agree:
Term. This Contract shall commence and be binding on the parties on the Date of Execution of this Contract,
and shall expire on the date of recordation of the Notice of Substantial Completion, or, if no such notice is
required to be filed, on the date that final payment is made hereunder, subject to the earlier termination of this
Contract.
Genera] Scope of Project and Work. Contractor shall furnish labor, services, materials and equipment, in
connection with the construction of the Project and complete the Work in accordance with the covenants, terms
and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as
follows:
Title of Project:Cubberley Theater Chiller Replacement, IFB Number 134764
Bid:$ 184,620.00
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
=nconsistencies between and among the provisions of this Contract, these documents and the previsions
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 ther.eof, 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 ofthis 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.
5.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
CITY OF PALO ALTO IFB 134764 PAGE 1 OF 7
rev. 12/00
FORMAL CONTRACT sEcTION 500
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.
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 Contr-a~T ex~l~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, r:~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 an.y 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 theduty, to inspect Contractor’s Work. The right
of inspection is solely for the benefit of City. Contractor has the obligation to comp!~te the Work in a
satisfactory manner in.compliance with Contract requirements. The presence of a City inspector does not shift
that obligation to the City or relieve Contractor from its obligations to complete the Work in a satisfactory
manner in compliance with the Contract requirements.
10.Compliance with Laws. Contractor shall comply with all Laws now in force or which may hereafter be in force
pertaining to the Project and Work and this Contract, with the requirement of any bond or fire underwriters or
other similar body now or hereafter constituted, with any discretionary license or permit issued pursuant to any
Law of any public agency or official as well as with any provision of all recorded documents affecting the Project
site, insofar as any are required by reason of the use or occupancy of the Project site, and with all Laws
CITY OF PALO ALTO IFB 134764 PAGE 2 OF 7
rev. 12/00
FORMAL CONTRACT
pertaining to nondiscrimination in employment and hazardous materials.
SECTION 500
11.Bonds. As a condition precedent to City’s obligation to pay compensation to Contractor, and on or before the
Date of Executionl 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 andthe rendering of labor and
services during the course and scope of the Project and Work, Contractor represents and warrants:
Any materials and equipment which shall be used during the course and scope of the Project and
Work shall be vested in Contractor;
Any materials and equipment which shall be used during the course and scope of the Project and
Work shall be merchantable and fit to be used for the particular purpose forw~ch, th~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 t0 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 ~laims 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.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.
CITY OF PALO ALTO IFB 134764 PAGE 3 OF 7
rev. ’12100
FORMAL CONTRACT SECTION 500
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.
16.
Audits by City. During the term of this Contract and for a period of not less than three (3) years after the
expiration or earlier termination of this Contract, City shall have the right to audit Contractor’s Project-related
and Work-related writings and business records, as such terms are defined in California Evidence Code
Sections 250 and 1271, as amended, during the regular business hours of Contractor, or, if Contractor has no
such hours, during the regular business hours of City.
Notices. All agreements, appointments, approvals, authorizations, claims, demands, Change Orders, consents,
designations, notices, offers, requests and statements given by either party to the other shall be in writing and
shall be sufficiently given and served upon the other party if (1) personally served, (2) sent by the United States
mail, postage prepaid, (3) sent by private express delivery service, or (4) in the case of a facsimile transmission,
if sent to the telephone FAX number set forth below during regular business hours of the receiving party and
followed within two (2) Days by delivery of a hard copy of the material sent by facsimile transmission, in
accordance with (1), (2) or (3) above. Personal service shall include, without limitation, service by delivery and
service by facsimile transmission.
To City:City of Palo Alto
City Clerk
250 Hamilton Avenue
P.O. Box 10250
Palo Alto, CA 94303
Copy to:City of PaloAIto
Public Works Department - Facilities Management Division
P. O. Box 10250
Palo Alto, CA 94301
Attn: Dennis Huebner, Project Manager
To Contractor:
Redwood Plumbing Co., Inc. dba: Redwood General and Mechanical
1590 Tacoma Way
Redwood City, CA
Attn: ALICE V. PARCELL, PRESIDENT
17.
18.
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..
b.Consent. Whenever in this Contract the approval or consent of a party is required, such approval or
CITY OF PALO ALTO IFB 134764 PAGE 4 OF 7
rev. 12/00
FORMAL CONTRACT SECTION 500
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 nota 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.
Integratio.n. This Contract and any amendments hereto between the parties constitute the entire
agreement between the parties concerning the Project and Work, and there are no other prior oral or
written agreements between the parties that are not incorporated in this Contract.
Modification of Agreement. This Contract shall not be modified or be binding upon the parties, unless
such modification is agreed to in writing and signed by the parties.
Provision. Any agreement, covenant, condition, clause, qualification, restriction, reservation, term or
other stipulation in the Contract.shall define or otherwise control, establish, or limit the performance
required or permitted or to be required of or permitted by either party. All provisions, whether
covenants or conditions, shall be deemed to be both covenants and conditions.
Resolution. Contractor shall submit with its Bid a copy of any corporate or pa~nership 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 C!ty, 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
CITY OF PALO ALTO IFB 134764 PAGE 5 OF /
rev. 12/00
FORMAL CONTRACT SECTION 500
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 Clare County
Supedor 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 statecourts 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 shallbear its own costs, including attorney’s fees, through the
completion of mediation. If the claim or dispute is not resolved through mediation, or if litigation is
necessary to enforce a settlement reached at mediation pursuant to California Code of Civil Procedure
§ 664.6, as amended, then the prevailing party in any subsequent litigation may recover its reasonable
costs, including attorney’s fees, incurred subsequent to conclusion of the mediation.
Flow-down. Contractor agrees to include provisions of this Contract relating to Alternative Dispute
Resolution, Venue. and Recovery of Costs in any subcontracts or major material purchase
agreements which it enters into in connection with this Contract, and to require its subcontractors to
include those provisions in any sub-contracts or major material purchase agreements, such that any
mediation or litigation of any claim or dispute asserted by a subcontractor or major material supplier
will be consolidated with any related claim or dispute between the Contractor and the City. Should
the Contractor fail to do so, such that the City is required to defend an action brought by a
subcontractor or material supplier inconsistent with the Alternative Dispute and Venue provisions of
this Contract, Contractor shall indemnify City for City’s costs of defense, including reasonable
attorney’s .fees.
IN WITNESS WHEREOF, the parties have by their duly appointed representatives executed this Contract in the city of
Palo Alto, County of Santa Clara, State of California on the date first stated above.
CITY OF PALO ALTO IFB 134764
rev. 12/00
PAGE 6 OF 7
FORMAL CONTRACT
ATTEST:
City Clerk
APPROVED AS TO FORM:
CITY OF PALO ALTO
By:
Its Mayor
SECTION 500
Senior Assistant City Attorney
APPROVED:CONTRACTOR:
Assistant City Manager
By:
Name:
Director of Public Works
Director of Administrative Services
Contract Manager (Insurance Review)
Title:
By:
Name:
Tilei
(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)
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE OF
COUNTY OF
On .,be~re me,
_,anotary publicinandforsaid County, personallyappeared
, 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
CITY OF PALO ALTO IFB 134764
rev. 12100
(Seal)
PAGE 7 OF 7
ATTACHMENT D
Bid Opening Date: May 1, 2001 Bid Summary Date: May 16, 2001
Bid Summary for Cubberley Theater Chiller Replacement
Item Description
Engineer’s
Estimate
Redwood Fluid
Plumbing ,Environmental Industrial
Com pany Systems Systems
Base Bid Total (items 1
through 5, with
applicable taxes
included)
Pre-purchase of
cooling tower
and chiller
Labor,
equipment,
material, and
transportation for
demolition work
Labor,
equipment,
material, and
transportation to
perform
mechanical
work.
Labor,
equipment,
material, and
transportation to
perform
electrical work.
Miscellaneous
Cubberley Theater Chiller Replacement
32,268
6,917
46 082
3,500
30,988
32 268
6,950
127,852
9,550
8,000
32,268
4,570
66,500
8,415
117,760
32,268
10,600
155,687
26,707
9,814
119,755 184,620 229,513 235,076