Loading...
HomeMy WebLinkAboutRESO 4323RESOLUTION NO. 4323 ORIGINAL RESOLUTION OF THE COUNCIL OF THE CITY OF PALO ALTO AWARDING CONTRACT FOR CONSTRUCTION OF UNITS 1 AND 2 OF REGIONAL WASTEWATER TREATMENT WORKS, CONTINGENT UPON APPROVAL OF THE DEPARTMENT OF THE INTERIOR, FEDERAL WATER POLLUTION CONTROL ADMINISTRATION WHEREAS, the Cities of Palo Alto, Mountain View and Los Altos have entered a joint powers agreement for the construction and operation of a Regional Wastewater Treatment Works, to be located in the City of Palo Alto, and WHEREAS, said Regional Wastewater Treatment Works will serve not only the residents of said cities but also the residents of Los Altos Hills and the unincorporated areas known as East Palo Alto Sanitary District and the Las Encinas Sanitary District, as well as Stanford University, and WHEREAS, said Regional Wastewater Treatment Works constitutes an important step toward the restoration of the San Francisco Bay as one of the great scenic ar4 recreational waterways of the world, and WHEREAS, it is of vital importano.. to the accomplishment of this reclamation of San Francisco Bay that each item of equipment to be used in the Regional Wastewater Treatment Works be of the highest quality and suitability for its purpose, and WHEREAS, the City Council of the City of Palo Alto is the governmental agency designated under said joint powers agreement to award and administer the contract for construction of the Regional Wastewater Treatment Works, NOW, T1MREFORE, the Council of the City of Palo Alto does RESOLVE as follows: SECTION 1. The Council finds: t C 7/7/.4.-_Q 1.4,1- - 1 -• 4__/� ` ' ? ;• ',r l (a) That bids were opened for the construction of Unit 1 (Water Quality Control Plant) and Unit 2 (Joint Intercepting Sewer) of the Regional Wastewater Treatment Works at 3:00 p.m. December 18, 1969. (b) With regard to Unit 2 (Joint Intercepting Sewer), the low bid was submitted by L. J. Kurzich of Cupertino, California, in the amount of $858,542.00. (c) With regard to Unit 1 (Water Quality Control Plant), the low base bid was submitted by Zurn Engineers of Los Altos, California in the amount of $8,768,425.00. (d) Said low base bid of Zurn Engineers contains an irregu- larity in that the dollar amount for Item No. 4 for "Driving Struc- tural Piles" was omitted from the bid as submitted, but said dollar amount is ascertainable to a mathematical certainty by adding the listed dollar amounts for Items 1, 2, 3 and 5 and subtracting that total from the amount of the base bid. By performing said calcula- tion, the total amount for Item 4, "Driving Structural Piles", is $211,943.60, or $66.44 per each pile, which figures Zurn Engineers, Inc., have confirmed. (e) Said low bid of Zurn Engineers contains an irregularity. in that items of equipment listed under M, N, 0 and P were not checked; that pursuant to the Bid Schedule, only "Base Bid" equip- went items are usable in determining the base bid price for the project; and that subsequent to opening of the bids Zurn Engineers has designated the following items of "Base Bid" equipment: M(Instrumentation) - BIF, N(Electrical Load Centers) - Westinghouse, O(Primary Meter & Switch) - Westinghouse, and P(Motor Control Centers) - Autocon. (f) With regard to the equipment to be used in Unit 1, each item of equipment specified in the bid documents as "a part of the base bid by the engineering firm of Jenks & Adamson meets the high standards required for said Regional Wastewater Treatment Works; - 2 - and specifically with regard to the equipment listed as Item P under the heading "Motor Control Centers" only the base bid Autocon equipment, and none other, is suitable and satisfactory to meet the standards of this project, as testified to by John Jenks of the firm of Jenks & Adamson at this meeting of the Council. SECTION 2. The Council determines that: (a) None of said irregularities in the bid of Zurn Engineers constitutes a substantial impairment to the bid process; each was susceptible of determination and has been determined as set forth hereinabove; and it is in the best interests of the project and of all cities participating therein to waive each of said irregularities; and the Council does hereby waive each of said irregularities, pur- suant to section 2.10 of the Standard Specifications. (b) With regard to the equipment listed as Item P under the, heading "Motor Control Centers", only the base bid Autocon equipment and none other is suitable and satisfactory to meet the standards._ of this project. SECTION 3. The Council hereby awards the contract and the Mayor is authorized and directed to sign the same for the construc- tion of Unit 1 (Water Quality Control Plant) in the amount of $8,768,425.00, to Zurn Engineers, provided however that said award is contingent upon approval of the Department of the Interior, Federal Water Pollution Control Administration and that no contract, or obligation on the part of the City of Palo Alto shall result until such approval is obtained. SECTION 4. The Council hereby awards the contract and the Mayor is authorized and directed to sign the same for the con- struction of Unit 2 (Joint Intercepting Sewer) in the amount of $858,542.00, to L. J. Kurzich, provided however that said award is contingent upon approval of the Department of the Interior, 3 Psderal Water Polution Control Administration and that no contract or obligation on the part of the City of Palo Alto shall result until such approval is obtained. INTRODUCED AND PASSED: January 12, 1970 AYES: Arnold, Beahrs, Berwald, Clark, Comstock, Dias, Gallagher, Norton, Pearson, Spaeth, Wheatley NOES: None ABSENT: None EST: C ty Attorney C er ROVED AS TO FORM: APPROVED: rte. City ger APPROVED: E4yav_ 4