HomeMy WebLinkAbout12/03/10_ CC_ AGENDA_ PACKET SPECIALBAKERSFIELD CITY COUNCIL
' AGENDA
SPECIAL MEETING OF DECEMBER 3, 2010
Council Chambers, City Hall, 1501Truxtun Avenue
Special Meeting - 2:00 p.m.
SPECIAL MEETING - 2:00 p.m.
1. ROLL CALL
2. PUBLIC STATEMENTS
3. NEW BUSINESS
(ward 2) a. Accept low bid and approve contract with Security Paving Company, Inc.
($22,167,156.45) to construct the Westside Parkway Phase 4 (Truxtun Avenue Tie-in)
Project. (TRIP)
Staff recommends acceptance of low bid and award contract.
4. ADJOURNMENT
Respectfully submitted,
_'l
Alan Tandy
City Manager
12/1/2010 3:50PM
MEETING DATE: December 3, 2010 AGENDA SECTION: New Business
ITEM: 3 . o, .
TO: Honorable Mayor and City Council
FROM: Raul M. Rojas, Public Works Director
DATE: December 2, 2010
APPROVED
DEPARTMENT HEAD
CITY ATTORNEY _
CITY MANAGER
SUBJECT: Accept low bid and award contract to Security Paving Company, Inc.,
($22,167,156.45) to construct the Westside Parkway Phase 4 (Truxtun Avenue Tie-In)
Project (TRIP) (Ward 2).
RECOMMENDATION: Staff recommends acceptance of low bid and award of contract.
BACKGROUND: The California Transportation Commission (CTC) allocated funds for the
construction of the Westside Parkway Phase 4 (Truxtun Avenue Tie-in) Project on July l st of this
year. However, this allocation was contingent upon approval of a state budget that included
adequate funding for this project. The state budget approved in October included adequate
funding for this project. Caltrans transmitted a letter to the City shortly thereafter indicating these
funds were now available to the City and that in accordance with CTC requirements, the City
had 6 months to award a construction contract. However, based on numerous reports, the
currently approved state budget already has a deficit of $25 billion and so the legislature is
scheduled to convene in a special session next week to begin discussion on a revised budget. In
previous experiences with state transportation funding, staff has found it is best to award a
construction contract as quickly as possible as an awarded project has typically been classified
as "under construction" and so has been less likely to have funding frozen. Consequently, the
prudent action was to schedule a special council meeting to award this project.
The Westside Parkway Phase 4 Project consists of constructing 4 lanes of freeway between
Truxtun Avenue (just west of the Burlington Northern and Santa Fe Railroad undercrossing) and
the Mohawk St. Interchange currently under construction. The project includes the construction
of two bridge structures over the Kern River (one for eastbound traffic and one for westbound
traffic) and one bridge structure over Truxtun Avenue (for eastbound traffic). Also included in the
project is the widening of Truxtun Ave. to 3 lanes in the eastbound direction from the Westside
Parkway connection east through the Empire Drive intersection. Finally, the construction of a box
culvert for the Cross Valley Canal (operated by the Kern County Water Agency) is also a part of
the project.
The Westside Parkway will ultimately be an eight mile long, east west freeway extending from
Truxtun Avenue west to Stockdale Highway/Heath Road with interchanges at Mohawk Street,
Coffee Road, Calloway Drive, and Allen Road and bridge crossings at Jewetta Avenue and
Renfro Road.
Tdw:G:\GROUPDAT\ADMINRPT\2010\12-03 SpeciahWestside Parkway Phase IV Admin Rev2.docx
A
U p
ADMINISTRATIVE REPORT
c
There is another project currently in development, the SR-58 Connector (Centennial Corridor)
Project, which will connect the easterly end of the Westside Parkway to the existing SR 58
freeway east of SR-99. The bridges and other improvements of the Westside Parkway Phase 4
project have been designed to accommodate any of the potential alignments currently under
consideration for this SR-58 Connector (Centennial Corridor) Project.
On December 1 s', 2010 four acceptable bids were received as follows:
Security Paving Company, Inc. Bid: $22,167,156.45
9050 Norris Avenue
Sun Valley, California 91352
Griffith Company Bid: $22,679,068.00
1128 Carrier Parkway Ave.
Bakersfield, California 93307
Granite Construction Company Bid: $22,733,295.00
585 West Beach Street
Watsonville, CA 95076
CC. Myers, Inc. Bid: $24,831,639.60
3286 Fitzgerald Rd.
Rancho Cordova, CA
Staff recommends awarding this construction contract to Security Paving Company, Inc. in the
amount of $22,167,156.45 for the construction of the Westside Parkway Phase 4 (Truxtun Avenue
Tie-In) Project. Adequate State Transportation Improvement Program (STIP) and local funds have
been previously budgeted for this work.
Tdw:G:\GROUPDAT\ADMINRPT\2010\12-03 SpeciahWestside Parkway Phase IV Admin Rev2.docx
AGREEMENT NO.
CONSTRUCTION PROJECTS AGREEMENT
THIS AGREEMENT is made and entered into on , by and between the CITY OF
BAKERSFIELD, a municipal corporation, ("CITY" herein) and SECURITY PAVING COMPANY,INC, (a California
Corporation.) ("CONTRACTOR" herein).
RECITALS
WHEREAS, CONTRACTOR represents CONTRACTOR is experienced anti qualified in the field of
construction; and
WHEREAS, CONTRACTOR has conducted a thorough site in tie+ln and
WHEREAS, CITY desires to employ CONTRACTOR to Co a Westside Parkway Phase 4 Truxtun
Avenue Tie-In) ("Project" herein), as set forth herein. 7W
NOW, THEREFORE, incorporating the foregoirm"' erein, CITY and CONTRACTOR mutually agree
as follows:
1. SCOPE OF WORK. The scope of work to be performed consists, in general, of constructing 4 lanes
of freeway from the Mohawk Street Interchange to Truxtun Avenue. This project will include two
freeway bridge structures over the Kern River and one over Truxtun Avenue. The two Kern River bridges
will be 6 span cast in place box structures founded on driven pile foundations. The Truxtun Avenue UC
will be a single span bridge with abutments founded on spread footings. There will also be a box culvert
pedestrian underpass underneath the Truxtun Avenue eastbound loop off-ramp.
The scope of work shall include all items and procedures necessary to properly complete the task
CONTRACTOR has been hired to perform, whether specifically included in the scope of work or not. CITY
and CONTRACTOR agree all communications relating to this Agreement must be in writing. CONTRACTOR
understands and agrees that the CITY is an urban area and underground obstructions including, without
limitation, water lines, electrical lines, sewer lines, and gas lines are inherent in any work involving subsurface
excavation. At a minimum, CONTRACTOR must contact appropriate underground alert authorities before
starting any subsurface work.
1.1 The following shall be deemed to be part of this Agreement as if fully set forth herein:
1.1.1 Notice to Contractors
1.1.2 Special Provisions
1.1.3 Bid Proposal
1.1.4 Bidder's Bond
1.1.5 Faithful Performance Bond
1.1.6 Material and Labor Bond
1.1.7 Letters of transmittal, if any
1.1.8 All provisions required by law to be inserted in this contract whether actually inserted
or not.
1.1.8 Current State of California OAS 140 Form (if required by Specifications)
1.1.10 Drawings, if any
1.1.11 Public Contract Code § 22300 (Escrow Accounts).
1.1.12 Exhibit 15-G2 Local Agency Bidder DBE Information (Construction Contracts)
1.1.13 Final Report of Utilization of Disadvantaged Businesses (CEM-2402F)
2. COMPENSATION. Compensation for all work, services or products called for under this
Agreement shall consist of a total payment of Twenty-Two Million One Hundred Sixty-Seven Thousand One
Hundred Fifty-Six Dollars and Forty-Five cents ($22,167,156.45).
The compensation set forth in this section shall be the total compensation under this Agreement including,
but not limited to, all out-of-pocket costs and taxes. CITY shall pay only the compensation listed unless
otherwise agreed to in writing by the parties. Unless otherwise required by State law, a ten percent (10%)
retention shall be withheld from payments to CONTRACTOR by CITY. The ten percent (10%) retention
required by the Bakersfield Municipal Code shall be released after the appropriate statutes have expired
and all liens and stop payment notices have been cleared.
For projects falling under Title 49 Code of Federal Regulations (CFR) Part 26.29 the CITY shall not require the
withholding of any retention from CONTRACTOR. CONTRACTOR agrees that it will not cause retention to be
withheld from subcontractors working under this contract which are subject to the provisions of 49 CFR part
26.29. For projects, or any severable parts of a project under Federal law, which do not fall under 49 CFR
part 26.29 CITY shall retain ten percent (10%) from payments to CONTRACTOR and does not limit or prohibit
CONTRACTOR from requiring retention from subcontractors.
3. PAYMENT PROCEDURE. CONTRACTOR shall be paid for services rendered in accordance with
the Special Provisions applicable to this Project. Payment by CITY to CONTRACTOR shall be made within
thirty (30) days after receipt and approval by CITY of CONTRACTOR's invoice.
4. SCHEDULING. When required by CITY in contract bid documents, or upon reasonable
notice, CONTRACTOR shall supply CITY with scheduling documents showing all information in a form
requested by CITY. CONTRACTOR's scheduling personnel shall have experience in and be knowledgeable
in scheduling. CITY may require CONTRACTOR to supply the schedule on programs named by CITY
(Microsoft Project for example), and may require said schedules to be undated or revised on a regular basis.
CITY may require recovery schedules if CONTRACTOR falls behind the Project schedule. CITY's review or
comment on the schedule shall not constitute acceptance thereof.
5. NO WAIVER OF DEFAULT. The failure of any party to enforce against another party any
provision of this Agreement shall not constitute a waiver of that party's right to enforce such a provision at a
later time, and shall not serve to vary the terms of this Agreement.
6. LICENSES. CONTRACTOR shall, at its sole cost and expense, keep in effect or obtain at all
times during the term of this Agreement any licenses, permits and approvals which are legally required for
CONTRACTOR to practice its profession.
7. STANDARD OF PERFORMANCE. All work shall be performed in conformity with all legal
requirements and industry standards observed by a specialist of the profession in California.
8. MERGER AND MODIFICATION. All prior agreements between the parties are incorporated in
this Agreement which constitutes the entire agreement. Its terms are intended by the parties as a final
expression of their agreement with respect to such terms as are included herein and may not be
contradicted by evidence of any prior agreement or contemporaneous oral agreement. The parties further
intend this Agreement constitutes the complete and exclusive statement of its terms and no extrinsic
evidence whatsoever may be introduced in any judicial or arbitration proceeding involving this Agreement.
This Agreement may be modified only in a writing approved by the City Council and signed by all the
parties.
9. EXHIBITS. In the event of a conflict between the terms, conditions or specifications set forth in
this Agreement and those in exhibits attached hereto, the terms, conditions, or specifications set forth in this
Agreement shall prevail. All exhibits to which reference is made in this Agreement are deemed
incorporated in this Agreement, whether or not actually attached.
10. COMPLIANCE WITH ALL LAWS. CONTRACTOR shall, at CONTRACTOR's sole cost, complywith
all of the requirements of Municipal, State, and Federal authorities now in force, or which may hereafter be
2
in force, pertaining to this Agreement, and shall faithfully observe in all activities relating to or growing out of
this Agreement all Municipal ordinances and State and Federal statutes, rules or regulations, and permitting
requirements now in force or which may hereafter be in force including, without limitation, obtaining a City
of Bakersfield business tax certificate (Bakersfield Municipal Code Chapter 5.02) where required.
11. INDEPENDENT CONTRACTOR. This Agreement calls for the performance of the services of
CONTRACTOR as an independent contractor. CONTRACTOR is not an agent or employee of the CITY for
any purpose and is not entitled to any of the benefits provided by CITY to its employees. This Agreement
shall not be construed as forming a partnership or any other association with CONTRACTOR other than that
of an independent contractor. CONTRACTOR retains the right to control the manner in which the services
described herein are performed and CONTRACTOR will supply all equipment, tools, materials and supplies
necessary to perform the services set forth in this Agreement.
12. INSURANCE and BONDS. In addition to any other insurance or bond required under this
Agreement, the CONTRACTOR shall procure and maintain for the duration of this Agreement the following
types and limits of insurance ("basic insurance requirements") herein:
12.1 Automobile liability Insurance, providing coverage on an occurrence basis for bodily
injury, including death, of one or more persons, property damage and personal injury, with limits of not less
than One Million Dollars ($1,000,000) per occurrence; and the policy shall:
12.1.1 Provide coverage for owned, non-owned and hired autos.
12.2 Broad form commercial general liability Insurance, unless otherwise approved by the
CITY's Risk Manager, providing coverage on an occurrence basis for bodily injury, including death, of one or
more persons, property damage and personal injury, with limits of not less than One Million Dollars
($1,000,000) per occurrence; and the policy shall:
12.2.1 Provide contractual liability coverage for the terms of this Agreement.
12.2.2 Provide products and completed operations coverage.
12.2.3 Contain an additional insured endorsement in favor of the CITY, its mayor,
council, officers, agents, employees and volunteers.
12.2.4 All policies shall be written on a first-dollar coverage basis, or contain
deductible provision. Subject to advance approval by the CITY,
CONTRACTOR may utilize a Self-Insured Retention provided that the policy
shall not contain language, whether added by endorsement or contained in
the Policy Conditions, that prohibits satisfaction of any Self-Insured provision
or requirement by anyone other than the Named Insured, or by any means
including other insurance or which is intended to defeat the intent or
protection of an Additional Insured.
12.3 Workers' compensation Insurance with statutory limits and employer's liability
insurance with limits of not less than One Million Dollars ($1,000,000) per accident; and the policy shall
contain a waiver of subrogation in favor of the CITY, its mayor, council, officers, agents, employees and
volunteers.
12.4 All policies required of the CONTRACTOR shall be primary insurance as to the CITY, its
mayor, council, officers, agents, employees, or designated volunteers and any insurance or self-insurance
maintained by the CITY, its mayor, council, officers, agents, employees, and designated volunteers shall be
excess of the CONTRACTOR's insurance and shall not contribute with it.
3
12.5 Except for workers' compensation, insurance is to be placed with insurers with a Best's
rating as approved by CITY's Risk Manager, but in no event less than A-:VII. Any deductibles, self-insured
retentions or insurance in lesser amounts, or lack of certain types of insurance otherwise required by this
Agreement, or insurance rated below Best's A-:VII, must be declared prior to execution of this Agreement
and approved by the CITY in writing.
12.6 Unless otherwise approved by CITY's Risk Manager, all policies shall contain an
endorsement providing the CITY with thirty (30) days written notice of cancellation or material change in
policy language or terms. All policies shall provide that there shall be continuing liability thereon,
notwithstanding any recovery on any policy. Copies of policies shall be delivered to CITY on demand.
12.7 The insurance required hereunder shall be maintained until all work required to be
performed by this Agreement is satisfactorily completed as evidenced by written acceptance by the CITY.
12.8 The CONTRACTOR shall furnish the City Risk Manager with a certificate of insurance
and required endorsements evidencing the insurance and bonds required. The CITY may withdraw its offer
of contract if certificates of insurance and endorsements and bonds required have not been provided as
required by the Special Provisions.
12.9 Full compensation for all premiums which the CONTRACTOR is required to pay on all
the insurance described herein shall be considered as included in the prices paid for the various items of
work to be performed under the Agreement, and no additional allowance will be made therefor or for
additional premiums which may be required by extensions of the policies of insurance.
12.10 It is further understood and agreed by the CONTRACTOR that its liability to the CITY
shall not in any way be limited to or affected by the amount of insurance obtained and carried by the
CONTRACTOR in connection with this Agreement.
12.11 Unless otherwise approved by the CITY, if any part of the work under this Agreement is
subcontracted, the "basic insurance requirements" set forth above shall be provided by, or on behalf of, all
subcontractors even if the CITY has approved lesser insurance requirements for CONTRACTOR.
12.12 CONTRACTOR shall provide performance, labor and material bonds in amounts and
in a form suitable to the CITY. CITY shall approve in writing all such security instruments prior to the
commencement of work on the Project.
13. THIRD PARTY CLAIMS. In the case of public works contracts, CITY will timely notify
CONTRACTOR of third party claims relating to this contract. CITY shall be allowed to recover from
CONTRACTOR, and CONTRACTOR shall pay on demand, all costs of notification.
14. INDEMNITY. CONTRACTOR shall indemnify, defend, and hold harmless CITY, its officers, agents
and employees against any and all liability, claims, actions, causes of action or demands whatsoever
against them, or any of them, before administrative or judicial tribunals of any kind whatsoever, arising out
of, connected with, or caused by CONTRACTOR, CONTRACTOR's employees, agents, independent
contractors, companies, or subcontractors in the performance of, or in any way arising from, the terms and
provisions of this Agreement whether or not caused in part by a party indemnified hereunder, except for
CITY's sole active negligence or willful misconduct.
15. TERMINATION. This Agreement maybe terminated asset forth in the Special Provisions for this
Project. If no termination clauses are included in the Special provision this Agreement may be terminated
for CONTRACTOR default. The following circumstances shall be deemed a CONTRACTOR default: 1) a
material breach of the contract where CONTRACTOR fails to cure said breach within ten (10) days of notice
from CITY. If said breach cannot reasonably be cured within ten (10) days CONTRACTOR must have taken
significant steps to cure said breach including, without limitation, providing a written plan acceptable to
CITY to cure the default and immediately commencing to cure the default; 2) violation of any law, statute,
regulation, rule, ordinance, permit or order of any governmental agency by CONTRACTOR applicable to
the Project and where CONTRACTOR does not cure said violation within ten (10) days of the date of the
notice of violation or notice from CITY demanding a cure, whichever is earlier; 3) CONTRACTOR makes an
4
assignment for benefit of creditors, admits an inability to pay debts, files a petition in bankruptcy or is
otherwise determined bankrupt or insolvent; 4) CONTRACTOR fails to adequately respond in writing to CITY's
written demand for adequate assurances. CONTRACTOR must respond to CITY'S demand for adequate
assurances within ten (10) days in writing with all necessary information to assure CITY that CONTRACTOR has
the financial and other necessary resources to perform the contract without breach. All information
requested by CITY shall be supplied or CONTRACTOR will be in material breach of this Agreement.
15.1 In the event of termination by CITY as set forth above, CONTRACTOR shall remain fully
liable for any work not completed, liquidated damages (as set forth in the Special Provisions), delays by
follow up contractors, materials and equipment provided, designs commenced through the date of
termination, and consequential damages. CONTRACTOR will immediately deliver to CITY possession of the
work including all designs, engineering, project records, cost data, drawing specifications and contracts,
and construction supplies and aids dedicated solely to performing the work. CONTRACTOR shall assign all
subcontracts to CITY, however, CITY may accept or reject said subcontracts at its sole discretion.
15.2 CITY and CONTRACTOR agree that should CITY's termination for cause be
determined by a court of law to be wrongful or without cause, such termination will be treated as a
termination for convenience entitling CONTRACTOR to an equitable settlement for claims and liabilities
outstanding at the date of termination and reasonable compensation for work actually performed to the
date of termination. No other compensation shall be due CONTRACTOR for termination for convenience.
16. REMEDIES. The remedies provided in this Agreement are cumulative and are in addition to
any other remedies in law or equity which may be available to CITY. The election of one or more remedies
shall not bar the use of other remedies unless the circumstances make the remedies incompatible.
17. SITE INSPECTION. CITY shall be allowed to inspect the construction site at any time and
CONTRACTOR shall make all areas of the construction site available to inspection including, without
limitation, any construction trailers or offices at the site and all plans, drawings, documents, schedules,
photographs and other documentation relating to the Project.
18. TRENCHING. If the scope of work requires CONTRACTOR to dig a trench or other excavation
deeper than four (4) feet below the surface, CONTRACTOR shall promptly, and before the following
conditions are disturbed, notify the local public entity, in writing, of any:
1. Material that the CONTRACTOR believes may be material that is hazardous
waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a
Class I, Class II, or Class III disposal site in accordance with provisions of existing law.
2. Subsurface or latent physical conditions at the site differing from those
indicated by information about the site made available to bidders prior to the deadline for submitting bids.
3. Unknown physical conditions at the site of any unusual nature, different
materially from those ordinarily encountered and generally recognized as inherent in work of the character
provided for in the contract.
18.1. CITY shall promptly investigate the conditions, and if it finds that the conditions do
materially so differ, or do involve hazardous waste, and cause a decrease or increase in the
CONTRACTOR's cost of, or the time required for, performance of any part of the work, shall issue a change
order under the procedures described in this Agreement.
18.2. In the event of a dispute whether the conditions materially differ, or involve hazardous
waste, or cause a decrease or increase in the CONTRACTOR's cost of, or time required for, performance of
any part of the work, the CONTRACTOR shall not be excused from any scheduled completion date
provided for by the contract, but shall proceed with all work to be performed under the contract. The
CONTRACTOR shall retain any and all rights provided either by contract or by law which pertain to the
resolution of disputes and protests between the parties.
5
19. STOP NOTICES OR LIENS. CONTRACTOR shall not allow any stop notices or liens to be filed on
the project, and shall pay all costs and fees to CITY, including without limitation attorney's fees, incurred by
CITY because of the filing of any such stop notice, lien or legal action relating thereto. CONTRACTOR
agrees CITY may withhold from any funds held by CITY concerning the project amounts sufficient to cover
costs and fees, including without limitation attorney's fees, incurred by CITY because of the filing of any stop
notice, lien, or legal action relating thereto.
20. EXECUTION. This Agreement is effective upon execution. It is the product of negotiation and
all parties are equally responsible for authorship of this Agreement. Section 1654 of the California Civil Code
shall not apply to the interpretation of this Agreement.
21. NOTICES. All notices relative to this Agreement shall be given in writing and shall be
personally served or sent by certified or registered mail and be effective upon actual personal service or
depositing in the United States mail. The parties shall be addressed as follows, or at any other address
designated by notice:
CITY: CITY OF BAKERSFIELD
PUBLIC WORKS DEPARTMENT
1600 Truxtun Avenue
Bakersfield, California 93301
(661) 326-3724
CONTRACTOR: Security Paving Company, Inc.
9050 Norris Avenue
Sun Valley, CA 91352
22. GOVERNING LAW. The laws of the State of California will govern the validity of this
Agreement, its interpretation and performance. Any litigation arising in any way from this Agreement shall
be brought in Kern County, California.
23. ASSIGNMENT. Neither this Agreement nor any rights, interests, duties, liabilities, obligations or
responsibilities arising out of, concerning or related in any way to this Agreement (including, but not limited
to, accounts, actions, causes of action, claims, damages, demands, liabilities, losses, obligations, or
reckonings of any kind or nature whatsoever, for compensatory or exemplary and punitive damages, or
declaratory, equitable or injunctive relief, whether based on contract, equity, tort or other theories of
recovery provided for by the common or statutory law) may be assigned or transferred by any party. Any
such assignment is prohibited, and shall be unenforceable and otherwise null and void without the need for
further action by the non-assigning party or parties.
24. BINDING EFFECT. The rights and obligations of this Agreement shall inure to the benefit
of, and be binding upon, the parties to the contract and their heirs, administrators, executors, personal
representatives, successors and assigns, and whenever the context so requires, the masculine gender
includes the feminine and neuter, and the singular number includes the plural. This Agreement may be
executed in any number of counterparts, each of which shall be considered as an original and be effective
as such.
25. TITLE TO DOCUMENTS. All documents, plans, and drawings, maps, photographs, and other
papers (including, but not limited to, computer or electronic data), or copies thereof prepared by
CONTRACTOR pursuant to the terms of this Agreement, shall, upon preparation, become the property of the
CITY.
6
26. ACCOUNTING RECORDS. CONTRACTOR shall maintain accurate accounting records and
other written documentation pertaining to all costs incurred in performance of this Agreement. Such
records and documentation shall be kept at CONTRACTOR's office during the term of this Agreement, and
for a period of three (3) years from the date of the final payment hereunder, and said records shall be
made available to CITY representatives upon request at any time during regular business hours. The term
"accounting records" includes the various subcontracts and purchase orders that CONTRACTOR has issued
on this project. CITY reserves the right to review any or all those documents to ensure compliance with the
federal contract provisions.
The term "accounting records" includes the various subcontracts and purchase orders that CONTRACTOR
has issued on this project. CITY reserves the right to review any or all those documents to ensure compliance
with the federal contract provisions.
27. CORPORATE AUTHORITY. Each individual signing this Agreement on behalf of entities represent
and warrant that they are, respectively, duly authorized to sign on behalf of the entities and to bind the
entities fully to each and all of the obligations set forth in this Agreement.
28. TAX NUMBERS.
CONTRACTOR's Federal Tax ID Number 95-1615343
CONTRACTOR is a corporation? Yes No
(Please check one.)
29. CONTRACTOR'S LICENSE INFORMATION.
License Number
Expiration Date
License Classification
30. NON-INTEREST. No officer or employee of the CITY shall hold any interest in this Agreement
(California Government Code section 1090).
31. RESOURCE ALLOCATION. All obligations of CITY under the terms of this Agreement are subject
to the appropriation and allocation of resources by the City Council.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed, the day and
year first-above written.
"CITY"
CITY OF BAKERSFIELD
By:
HARVEY L. HALL
Mayor
"CONTRACTOR"
By:
JOE FERNDINO
Title: Vice President
7
APPROVED AS TO FORM:
VIRGINIA GENNARO
City Attorney
By:
JOSHUA RUDNICK
Deputy City Attorney II
Insurance:
APPROVED AS TO CONTENT:
PUBLIC WORKS DEPARTMENT
By:
RAUL ROJAS
Public Works Director
COUNTERSIGNED:
By:
NELSON SMITH
Finance Director
Attachments:Certificates of Insurance