HomeMy WebLinkAbout1998-02-09 City CouncilTO:
City of Palo Alto
City Manager’s Report
HONORABLE CITY COUNCIL
2
FROM:CITY MANAGER DEPARTMENT: UTILITIES
DATE:
SUBJECT:
February 9, 1998
APPROVAL OF CONTRACT WITH
CONSTRUCTORS FOR PROVIDING
CONSTRUCTION SERVICES
CMR:129:9~
UTILITY
OVERHEAD
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached contract with Utility
Constructors for a period of six months in the amount of $313,872 to provide
overhead construction services for the remainder of FY 1997-98.
Authorize the City Manager or her designee to negotiate and execute one or more
change orders to the contract with Utility Constructors for related, additional but
unforeseen work which may develop during the project, the total value of which shall
not exceed $31,500.
Authorize the City Manager or her designee to exercise the option to renew the
contract for the following six months provided the contractor is responsive to the
City’s needs, and the quality of the contractor’s work is acceptable during the first six
months of the contract.
DISCUSSION
Project Description
The work to be performed under the contract is for providing overhead construction services
on the City ofPalo Alto’s (City) overhead electric transmission and distribution system. The
contractor will be asked to provide an overhead crew to be used full time by the City’s
CMR:129:98 Page 1 of 4
Electric Operations (Electric Operations) for a period of six months, subject to renewal. The
contractor services will mainly be replacement of deteriorated poles on the overhead
electrical system. Other services may include: replacements of transformers, air switches,
connectors, insulators, conductors, and other miscellaneous equipment. In addition, the
contractor will be available to assist Electric Operations in restoring power during storm
¯ situations.
Staff is recommending the use of a contractor to perform this work because our electric line
workforce has been understaffed for at least six months. Our staff is currently able to keep
up with the new business requests, underground construction, and some maintenance work.
However, they have not been able to keep up with the pole replacements due to 6tir
commitments on customer connection work. :
Selection Process
Staff sent a Request for Proposals (RFP) to 4 builder exchanges and 17 contractors on
November 13, 1997. The proposal period was 34 days. A total of seven firms submitted
proposals.
Proposals ranged from $300,560. to $360,786. (See Attachment "A"). Those firms not
responding indicated that they did not submit a proposal because: 1) they are too busy at the
present time to take on new projects, 2)do not supply the required service, or 3) do not have
a local office in the area.
A selection advisory committee consisting of Utilities Engineering and Operations Division
personnel reviewed the proposals, and four firms were invited to participate in oral
interviews on January 6, 1998 (See Attachment "A"). The committee Carefully reviewed
each firm’s qualifications and submittal in response to the RFP relative to the following
criteria: experience relating to the requirements, references, fees, apparent understanding
of the RFP, ability to respond in a timely manner, qualifications of the crew foreman, and
the completeness of the proposal.
The selection advisory committee ranked the four firms that participated in the oral
interviews based on their qualifications and responses to the questions asked. Utility
Constructors was ranked first and was asked to come in for negotiations. Utility
Constructors was selected because of its recent experience with related projects,
understanding of the RFP, answers to the questions in the interview, ability to start on the
scheduled time, and the Foreman’s qualifications and experience. On January 8, 1998, a
meeting was held with Utility Constructors to clarify any items in the scope of services to be
CMR: 129:98 Page 2 of 4
provided and to negotiate the fee. The meeting was successful and resulted in decreasing the
fee from $334,963 to $313,872, a savings of approximately $21,000 to the City. In addition,
Utility Constructors brought back ideas that can further cut the cost and increase the savings
to the City.
The majority of the poles to be replaced are located in rear easements. Therefore, a great
deal of public contact will be required. Utility Constructors recently completed an
emergency pole replacements project for the City, where all the poles were Iocated in rear
easements. The project was completed successfully, safely, efficiently, and satisfactorily.
Utility Constructors demonstrated superior customer relations skills in dealing with the
City’s homeowners.
Utility Constructors is a one-client company during the length of the contract. They will
house their crews locally to allow for minimal emergency response time when requested
during storm situations. Its familiarity with the City and knowledge of the City procedures
is an added advantage. Therefore, staff is recommending the selection of Utility
Constructors for this contract.
Staff checked references supplied by the contractor for previous work performed by Utility
Constructors and found no complaints. Staff also checked the contractor’s license with the
Contractor’s State License Board and found that the contractor has an active license on file.
RESOURCE IMPACT
Funds for this project are available in the FY 1997-98 Electric Capital Improvement Program
Budget and Distribution Operation and Maintenance Budget. This action has no impact on
construction work forces since it is being performed by an outside contractor.
POLICY IMPLICATIONS
The Award of this contract does not represent any change to existing City policies.
ENVIRONMENTAL REVIEW
This project is categorically exempt from California Environmental Quality Act (CEQA).
CMR: 129:98 Page 3 of 4
ATTACHMENTS
Attachment "A":
Attachment "B":
Proposal Summary
Contract
PREPARED BY: Sager Farraj, Senior Power Engineer
DEPARTMENT HEAD:
Director
CITY MANAGER APPROVAL:
EMILY HARRISON
Assistant City Manager
CMR: 129:98 Page 4 of 4
o
(DO
ATTACHMENT "B" ,
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
UTIITY~ CONSTRUCTORS
FOR OVERHEAD CONSTRUCTION SERVICES
This Contract No.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
UTILITY CONSTRUCTORS, a partnership located at 7039 Ceres Ct.,
Suite 15, Redding, CA 96002 ("CONTRACTOR").
RECITALS:
WHEREAS, CITY desires certain overhead construction
services ("Services"), as more fully described in Exhibit "A"; and
WHEREAS, CITY desires to engage CONTRACTOR, including its
employees, if any, in providing the Services by reason of its
qualifications and experience in performing such Services, and
CONTRACTOR has offered to provide the Services on the terms and in
the manner set forth herein;
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions of this Contract, the parties agree:
SECTION I. TERM
I.I This Contract will commence on the date of its
execution by CITY. The obligation of CONTRACTOR to perform the
Services will commence in accordance with the £ime schedule set
forth in Exhibit "~’. Time is of the essence of this Contract. In
the event that the Services are not completed within the specified
time schedule on account of CONTRACTOR’s default, CITY’s city
¯ manager will have the option of extending the time schedule for any
period of time. This provision will not preclude the recovery of
damages for delay caused by CONTRACTOR.
SECTION 2.
CONTRACTOR
QUALIFICATIONS,STATUS,AND DUTIES OF
2.1 CONTRACTOR represents and warrants that it has the
expertise and professional qualifications to furnish or cause to be
furnished the Services. CONTRACTOR further represents and warrants
that the project director and every individual charged with the
performance of the Services under this Contract are duly licensed
or certified by the State of California, to the extent such
licensing or certification is required by law to perform the
Services.
2.2 In reliance on the representation and warranty set
forth in. Section 2.1, CITY hires CONTRACTOR to perform, and
CONTRACTOR covenants and agrees that. it will furnish or cause to be
furnished, the Services.
980116 syn 0071351
1
2.3 CONTRACTOR will assign HOLLY R. SINGLETON as the
project director to have supervisory responsibility for the
performance, progress, and execution of the Services. If
circumstances or conditions subsequent to the execution of this
Contract cause the substitution of the project director for any
reason, the appointment of a substitute project director will be
subject to the prior written approval of the project manager.
2.4 CONTRACTOR represents and warrants that ii will:
2.4.1 Procure all permits and licenses, pay all
charges and fees, and give all notices which may be necessary and
incident to the d~e and lawful prosecution of the Services;
2.4.2 Keep itself fully informed of all existing and
future Federal, State of California, and local laws, ordinances,
regulations, orders, and decrees which may affect those engaged or
employed under this Contract, any materials used in CONTRACTOR’s
performance under this Contract, or the performance of the
Services;
2.4.3 At all times observe and comply with, and cause
its employees and contractors (and consultants), if any, who are
assigned to the performance of this Contract to observe and comply
with, the laws, ordinances, regulations, orders and decrees
mentioned above; and
2.4.4 Will report immediately to the project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to any plans, drawings, specifications or provisions of
this Contract.
2.5 Any reports, information, data or other material
given to, or prepared or assembled by, CONTRACTOR or its
contractors, if any,~under this Contract will become the property
of CITY and will not be made available to any individual or
organization by CONTRACTOR or its contractors, if any, without the
prior written approval of the city manager.
2.6~ CONTRACTOR will provide CITY with zero copies of the
final report, if any, which may be required under this Contract,
upon completion and acceptance of each report by CITY.
2.7 If CITY requests~ additional copies of reports,
drawings, specifications or any other material which CONTRACTOR is
required to furnish in limited quantities in the performance of
the Services, CONTRACTOR will provide such additional copies and
CITY will compensate CONTRACTOR for its duplication costs.
2.8 CONTRACTOR will be responsible for employing or
engaging all persons necessary to perform the Services. All
contractors of CONTRACTOR will be deemed to be directly controlled
and supervised by CONTRACTOR, which will be responsible for their
performance. If any employee or contractor of CONTRACTOR fails or
980116 syn 0071351
refuses to carry out the provisions of this Contract or appears to
be incompetent or to act in a disorderly or improper manner, the
employee or contractor will be discharged immediately from further
performance under this Contract on demand of the project manager.
SECTION 3.DUTIES OF CITY
3.1 CITY will furnish or cause to be furnished the
specified services set forth in Exhibit "A" and such other
information regarding its requirements as may be reasonably
requested by CONTRACTOR.
3.2 The city manager will represent CITY for all
purposes under this Contract. SAGER FARRAJ is designated as the
project manager for the city manager. The project manager will
supervise the performance, progress, and execution of the Services,
and will be assisted by MEL LAFLAM, the Supervisor of Electrical
Construction.
3.3 If CITY observes or otherwise becomes aware of any
default in the performance of CONTRACTOR, CITY will use reasonable
efforts to give written notice thereof to CONTRACTOR in a timely
manner.
SECTION 4 - COMPENSATION
4.1 In consideration of the full performance of the
Services by CONTRACTOR, CITY will pay CONTRACTOR a total sum not
to exceed three hundred thirteen thousand eight hundred seventy-two
dollars ($313,872) payable within thirty (30) days of submission by
CONTRACTOR of its itemized billings, in triplicate, in accordance
with the following fee schedule set forth in Exhibit "B". Payment
of the services will be made in monthly progress payments in
proportion to the quantum of services performed,-as set forth in
Exhibit ’~".
SECTION 5.~ AUDITS
5.1- CONTRACTOR will permit CITY to audit, at any
reasonable time during the term of this Contract and for three (3)
years thereafter, CONTRACTOR’s records pertaining to matters
covered by this Contract. CONTRACTOR further agrees to maintain
and retain such records for at least three (3) years after the
expiration or earlier termination of this Contract.
SECTION 6. INDEMNITY
6.1 CONTRACTOR agrees to protect, indemnify, defend and
hold harmless CITY, its Council members, officers, employees and
agents from any and all demands, claims, or liability of any
nature, including death or injury to any person, property damage or
any other loss, caused by or arising out of CONTRACTOR’s~ its
officers’, agents’, Subcontractors’ or employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONTRACTOR in the
980116 syn 0071351
performance of or failure to perform its obligations under this
Contract.
SECTION 7. WAIVERS
7.1 The waiver by either party of any breach or
violation of any covenant, term, condition or provision of this
Contract, or of the provisions of any ordinance or law, will not be
deemed to be a waiver of any other term, covenant, condition,
provisions, ordinance or law, or of any subsequent breach or
violation of the same or of.any other term, covenant, condition,
provision, .ordinance or law. The subsequent acceptance by either
party of any fee or other money which may become due hereunder will
not be deemed to be a waiver of any preceding breach or violation
by the other party of any term, covenant, condition or provision of
this Contract or of any applicable law or ordinance.
7.2 No payment, partial payment, acceptance, or partial
acceptance by CITY will operate as a waiver on the part of CITY of
any of its rights under this Contract.
SECTION 8.INSURANCE AND BONDS
8.1 CONTRACTOR, at its sole cost and expense, willobtain and maintain, in full force and effect during the term of
this Contract, the insurance coverage described in Exhibit "C",
insuring not only CONTRACTOR and its contractors, if any, but also,
with the exception of workers’ compensation, employer’s liability,
and professional liability insurance, naming CITY as an additional
insured concerning CONTRACTOR’s performance under this Contract.
8.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key Rating Guide ratings of
A:X or higher which are admitted to transact insurance business in
the State of California. Any and all contractors of CONTRACTOR
retained to perform Services under this Contract will obtain and
maintain, in full force and effect during the term of this
Contract, identical insurance coverage, naming CITY as an
additional insured under such policies as required above.
8.3 Certificates of such insurance, preferably on the
forms provided by CITY, will be filed with CITY concurrently with
the execution of this Contract. The certificates will be subject
to the approval of CITY’S risk manager and will contain an
endorsement stating that the insurance is primary coverage and will
not be canceled or altered by the insurer except after filing with
CITY’s city clerk thirty (30) days’ prior written notice of such
cancellation or alteration, and that the City of Palo Alto is named
as an additional insured except in policies of workers’
compensation, employer’s liabilfty, and professional liability
insurance. Current certificates of such insurance will be kept on
file at all times during the term of this Contract with the city
clerk.
4
980116 ~!n 0071351 _i
8.4 The procuring of such required policy or policies of
insurance will not be construed to limit CONTRACTOR’s liability
hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding the policy or policies of insurance,
CONTRACTOR will be obligated for the full and total amount of any
damage, injury, ~or loss caused by or directly arising as a result
of the Services performed under this Contract, including such
damage, injury, or loss arising after the Contract is terminated or
the term has expired.
8.5 Bonds. CITY may require CONTRACTOR to furnish a
Performance Bond in advance of COh~JiCTOR performing specific
tasks, and CONTRACTOR shall furnish the Bond as a condition of
Performance. The amount of the Bond shall be determined by CITY at
the time CITY requests CONTRACTOR to perform such tasking and shall
reflect the cost of the task.
SECTION 9. WORKERS’ COMPENSATION
9.1 CONTRACTOR, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every employer to be insured against~
liability for workers’ compensation or to undertake self-insurance
in accordance with the provisions of that Code, and certifies that
it will comply with such provisions, as applicable, before
commencing the performance of the Services.
SECTION I0.
SERVICES
TERMINATION OR SUSPENSION OF CONTRACT OR
I0.I The city manager may suspend the perfo ~rmance of the
Services, in whole or in part, or terminate this Contract, with or
without cause, by giving thirty (30) days’ prior written notice
thereof to CONTRACTOR. Upon receipt of such notice, CONTRACTOR
will immediately discontinue its performance of the Services.
10.2 CONTRACTOR may ~erminate this Contract or suspend
its performance of the Services by giving thirty (30) days’ prior
written notice thereof to CITY, but only in the event of a
substantial failure of performance by CITY or’in the event ~CITY
indefinitely withholds or withdraws its request for the initiation
or continuation of the Services to be performed.
10.3 Upon such suspension or termination by CITY,
CONTRACTOR will be paid for the Services actually rendered to CITY
on or before the effective date of suspension or termination;
provided, however, if this Contract is suspended or terminated on
account of a default by CONTRACTOR, CITY will be obligated to
compensate CONTRACTOR only for that portion Of the Services which
are of direct and immediate benefit to CITY, as such ~determination
may be made by the city manager acting in the reasonable exercise
of her discretion.
980116 syn 0071351
10.4 Upon such suspension or termination, CONTRACTOR will
deliver to the city manager immediately any and all copies of
studies, sketches, drawings, computations, and other data, whether
or not completed, prepared by CONTRACTOR or its contractors, if
any, or given to CONTRACTOR or its contractors, if any, . in
connection with this Contract. Such materials will become the
property of CITY.
10.5 The failure of CITY to agree with CONTRACTOR’s
independent findings, conclusions, or recommendations, if the same
are called for under this Contract, on the basis of differences in
matters of judgment, will not be construed as a failure on the part
~of CONTRACTOR to fulfill its obligations under this Contract.
~SE~TION ii.ASSIGNMENT
ii.I This Contract is for the personal services of
CONTRACTOR, therefore, CONTRACTOR will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, title
or interest in or to the same or any part thereof without the prior
written consent of CITY. A consent to one assignment will not be
deemed to be a consent to any subsequent assignment. Any
assignment made without the approval of the city manager will be
void and, at the option of the city manager, this Contract may be
terminated. This Contract will not be assignable by operation of
law.
SECTION 12 NOTICES
12.1 All notices hereunder will be given in writing and
mailed, postage prepaid, by certified mail, addressed as follows:
To CITY:Office Of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
To CONT~RACTOR: Attention of the project director
at the address of CONTRACTOR recited above
SECTION 13 CONFLICT OF INTEREST
13.1 In accepting this Contract, cONTRACTOR covenants
that it presently has no interest, and will not acquire any
interest, direct or indirect, financial or otherwise, which would
conflict in any manner or degree with the performance of the
Services.
13.2 CONTRACTOR further covenants that, in the
performance of this Contract, it will not employ any contractor or
person having such an interest. CONTRACTOR certifies that no
person who has or will have any financial interest under this
Contract is an officer or employee of CITY; this provision will be
interpreted in accordance with the applicable provisions of the
980116 syn 0071351
Palo Alto Municipal Code and the Government Code. of the State of
California.
SECTION 14. NONDISCRIMINATION
14.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made in the employment of any person under
this Contract because of the age, race, color, national origin,
ancestry, religion, disability, sexual preference or gender of that
person. If the value of this Contract is, or may be, five thousand
dollars ($5,000) or more, CONTRACTOR agrees to meet all
requirements of the Palo Alto Mu~icip&! C~de pertaining to
nondiscrimination in employment, including completing the requisiteform furnished by CITY and set forth in Exhibit "D".
14.2 CONTRACTOR agrees that each contract for services
with an independent provider will contain a provision substantially
as follows:
"[Name of Provider] will provide CONTRACTOR
with a certificate stating that [Name of
Provider] is currently in compliance with all
Federal and State of California laws covering
nondiscrimination in employment; ~and that
[Name of Provider] will not discriminate in
the employment of any person under .this
contract because of the age, race, color,
national origin, ancestry, religion,
disability, sexual preference or gender of
such person."
14.3 If CONTRACTOR is found in violation of the
nondiscrimination provisions of the State of California Fair
Employment Practices Act or similar provisions of Federal law or
executive order in the performance of this Contract, it will be in
default of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
the sum of twenty-five dollars ($25) for each person for each
calendar day during which such person was subjected to acts of
discrimination, as damages for breach of contract, or both. Only
a finding of the State of California Fair Employment Practices
Commission or the equivalent federal agency or officer will
constitute evidence of a breach of this Contract.
14.4 If CONTRACTOR is in default of the nondiscriminationprovisions of this Contract, CONTRACTOR will be found in material
breach of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
from the amount payable to CONTRACTOR the sum of two hundred fifty
dollars ($250) for each calendar day during which CONTRACTOR is not
in compliance with this provision as damages for breach of
contract, or both.
9EO 116 syn 0071351
7
SECTION 15. MISCELLANEOUS PROVISIONS
15.1 CONTRACTOR represents and warrants that it has
knowledge of the requirements of the Americans with Disabilities
Act of 1990, and the Government Code and the Health and Safety Code
of the State of California, relating to access to public buildings
and accommodations for disabled persons, and relating to facilities~
for disabled persons. CONTRACTOR will comply with or ensure by ’its
advice that compliance with such provisions will be effected in the
performance of this Contract.
15.2 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
15.3 In the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the United States District Court
for the Northern District of California in the County of Santa
Clara, State of California.
15.4 The prevailing party in any action brought to
enforce the provisions of this Contract may recover its reasonable
costs and attorneys’ fees expended in connection with that action.
15.5 This document represents the entire and integrated
agreement between the parties and supersedes all prior negotia-
tions, representations, and contracts, either written or oral.
This document may be amended only by a written instrument, which is
signed by the parties.-
15.6 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
15.7 The covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
executors, administrators, assignees, and contractors, as the case
may be, of the parties.
15.8 If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is
void or unenforceable, the unaffected provisions of this Contract
and any amendments thereto will remain in full force and effect.
15.9 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time
to time, may be referred to in any duly executed amendment hereto
are by such reference incorporated in this Contract and will be
deemed to be a part of this Contract.
15.10 This Contract may be executed in any number of
counterparts, each of which will be an original, but all of which
together will constitute one. and the same instrument.
15.11 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Palo Alto Municipal
980116 syn 0071351
Code. This Contract will terminate without any penalty (a) at the
end of any fiscal year in the event that funds are not appropriated
for the following fiscal year, or (b) 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 15.11 shall take precedence in the event
of a conflict with any other covenant, term, condition, or
provision of this Contract.
IN WITNESS WHEREOF, the .parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OF PALO ALTO
City Clerk
APPROVED AS TO FORM:
Mayor
Senior Asst. City Attorney
Assistant City Manager
Director of Utilities
.UTILITY CONSTRUCTORS
By:. //~t t~~
Taxpayer’s I.D. No. 68-0328862
Acting Director of
Administrative Services
Risk Manager
Attachments:
SCOPE OF SERVICES AND TIME SCHEDULE
PROPOSAL QUOTATION/FEESCHEDULE AND
ADDENDUM
INSURANCE
NONDISCRIMINATION COMPLIANCE FORM
980116 syn 0071351
CERTIFICATE OF ACKNOWLEDGEMENT
(Civil Code S 1189)
STATE OF
COUNTY OF
,)
On.<~.~_ ~ ~ 15~ ~ 1998, before me, ~$;r/~7 ~..2"~, ~-4.-~a Notary Publlc_~.n’an~ for said County and Stat~, personally
appeared //~/i~l-~z~i/~ ~o~ ., perso~ally~o~ to me
or proved to ~e on the basis of satisfacto~ evidence to be the
person(s) whose n~e(s) is/are subscribed to the within inst~ent
and ac~owledged to me that he/she/they executed the s~e in
his/her/their authorized capacity(ies), and that by hls/her/their
signature(s) on the instr~ent the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
/( S~nature of ~otary Public
"’ V/A I-T":RS
C,.L~,’m. Ho. 1052723
MARCH I, 1999
980116 syn 0071351
10