HomeMy WebLinkAbout1998-02-23 City Council (14)2
City of Palo Alto
City Manager’s Report
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: UTILITIES
DATE:
SUBJECT:
February 23, 1998 CMR:140:98
AWARD OF CONTRACT TO OSMOSE WOOD PRESERVING,
INC. FOR INSPECTION, TESTING, PRESERVATIVE
TREATMENT, AND REINFORCING/STUBBING OF WOOD
POWER POLES
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached contract with Osmose Wood
Preserving, Inc. in the amount of $143,940 for inspection, testing, preservative
treatment, and reinforcing of wood utility poles within the City of Palo Alto (City)
Utilities service area.
Authorize the City Manager or her designee to negotiate and execute one or more
change orders to the contract with Osmose Wood Preserving, Inc. for related, additional
but unforeseen work which may develop during the project, the total value of which
shall not exceed $14,500.
DISCUSSION ’ ¯
Project Description
This contract is part of the ongoing wooden pole infrastructure program whose goal is to
maximize the service life of the poles. The scope of this contract includes: testing the poles
to determine the extent of any decay, determine if the pole needs to be replaced or if the pole
top can be reinforced by strapping the above ground pole section to a new pole bottom, and
treating poles greater than 10 years old with the appropriate preservatives.
CMR:140:98 Page 1 of 3
The g0a~ of the .City’s ongoing wooden .pole infrastructure program is to maximize the
service life of the poles. Reinforcing of wood poles will allow utilities to delay the
replacement of these poles for at least 10 years..There are approximately 6,800 poles on the
City’s electric system. Utilities Engineering and Operations have identified an area that
includes approximately 1,445 poles for this contract. This area was chosen due to the age
of the wood poles and because most of these poles are located in rear easements where
maintenance is higher and more difficult than along public streets.
This contract will help the City reduce costs and improve service by maximizing investments
in wood poles and the facilities those poles support. Identifying overhead conditions which
migl~t lead to unplanned outages reduces operating costs and improves service reliability.
Bid Process
A notice inviting formal bids for inspection, testing, treatment, and reinforcing of wood
power poles was sent on Decernber 4, 1997 to seven contractors. The bidding period was 34
days. Bids were received from one qualified contractor on January 6, 1998, as listed on the
attached bid summary (Attachment A). Contractors not responding indicated that they did
not submit a bid because: they are too busy at the present time to take on new projects, do
not supply the required service, are too far away to be profitable, or do not have a local office
in the area.
Staffhas reviewed the bid submitted and recommends that the bid of $143,940 submitted by
Osmose Wood Preserving, Inc. be accepted and that Osmose Wood Preserving, Inc. be
declared the lowest responsible bidder. The bid is 19 percent below the engineer’s estimate
of $177,800. The change order amount of $14,500, which equals 10 percent of the total
contract, is requested because of unforeseen work which may develop during the project.
Staff checked references supplied by the contractor for previous work performed and found
no significant complaints. Staff also checked with the Contractor’s State License Board and
found that the contractor has an active license on file.
RESOURCE IMPACT
Funds for this project are available in the FY 1997-98 Electric Capital Improvement
Program (CIP) Budget and Distribution Operations and Maintenance Budget.
Approximately 40 percent of this contract will be billed to Pacific Bell as part of the City’s
Joint Pole Agreement. This action has no impact on construction work forces since it is
being performed by an outside contractor.
POLICY IMPLICATIONS
This report does not represent any change to existing City policies.
CMR: 140:98 Page 2 of 3
ENVIRONMENTAL REVIEW
Categorically exempt from California Environmental Quality Act (CEQA).
ATTACHMENTS
Attachment A:
Attachment B:
Bid Summary
Contract
PREPARED BY: Sager Farraj, Senior Power Engineer
CITY MANAGER APPROVAL:
EMIL;~--HARRISON
Assistant City Manager
CMR: 140:98 Page 3 of 3
FORMAL CONTRACT ,,Utilities Departme~t~
CONTRACT
(Public Work)
This Contract, number dated 2/11/98 , 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 Osm0se Wood Preservinq, Inc,, a New
York Corporation, with head offices located at 980 E. Ellicott Street, Buffalo, New York 14209-2398 and offices at 2990
E. Northern Avenue, Suite 104B, Phoenix, Arizona 85028 and offices in California at 31280 N. Dome Drive, Coarsegold,
California 93614 ("Contractor").
For and in consideration of the covenants, terms, and conditions (if, he 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.
General Scope of Project and Work. Contractor shall furnish labor, services, materials and equipment in
connection with the construction of the Project and complete the Work in accordance with the covenants, terms
and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as
follows:
Title of Project: Inspection, Test nq, Preservat ve Treatment, and. Reinforcinq/Stubbing of Wood Power Poles
City of Palo Alto Invitation For Bid (’IFB) Number" 102053; Items 001,002,003, and 004.
Total Bid:$143,940~00
Contract Documents. This Contract shall consist of the documents set forth below, which are on file with the
City Clerk and are hereby incorporated by reference. For the purposes of construing, interpreting and resolving
inconsistencies between andamong the provisions of this Contract, these documents and the provisions thereof
are set forth in the following descending order of precedence.
g.
h.
i.j.
k.
¯This Contract.
Invitation For Bid.
Project Specifications..
Drawings.
Change Orders.
Bid.
Supplementary Conditions.
General Conditions.
Standard Drawings and Specifications (1992).
Certificate of Insurance, Performance Bond, Labor & Materials (Payment) Bond.
Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the
Standard Drawings and Specifications (1992).
Any other document not expressly mentioned herein which is issued by City or entered into by the
parties.
CITY of PALO ALTO: (Rev. 2/98)Page lof7
FORMAL CONTRACT Utilities Department
Compensation. In consideration of Contractor’s performance of its obligations hereunder, City shall pay to
Contractor the amount set forth in Contractor’s Bid in accordance with the provisions of this Contract and upon
the receipt of written invoices and all necessary supporting documentation within the time set forth in the
Contract Specifications and the Standard Drawings and Specifications (1992), or, if no time is stated, within
thirty (30) Days of the date of receipt of Contractor’s invoices.
!nsurance. 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
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 Contract, except 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 a~ claims, demands, or
liens made or filed by reason of any work perfoi’med 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, §§25100-25250.25, as amended); the Safe Drinking Water and Toxic Enforcement
Act (Health & Safety Codel §§25249.5-25249.13, as amended); the Underground Storage of Hazardous
Substances Act (Health & Safety Code, §§25280-25299.7, as amended); or under any other local, state or
federal law, statute or ordinance, or at common law.
Assumption of Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or injury to the
property of Contractor which may occur in, on, or about the Project site~at any time and in any manner,
excepting such loss, injury, or damage as may be caused by the sole willful act or negligent act or omission of
City or any of its Council members, officers, employees, agents or representatives.
Waive[ 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
CITY of PALO ALTO: (Rev. 2/98)Page2of7
10.
11.
]~Ot~M.TkL CONTACT Utilities Department
any part or provision of this Contr’act be construed to waive dr 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.
Compliance with Laws. Contractor shall comply with all Laws now in force or which may hereafter be in force
pertaining to the Project and Work and this Contract, with the requirement of any bond or fire underwriters or
other similar body now or hereafter constituted, with any discretionary license or permit issued pursuant to any
Law of any public agency or official as well as with any provision of all recorded documents affecting the Project
site, insofar as any are required by reason of the use or occupancy of the Project site, and with all Laws
pertaining to nondiscrimination and affirmative action in employment and hazardous materials.
Bonds. As a condition precedent to City’s obligation to pay compensation to Contractor,and on or before the
Date of Execution, Contractor shall furnish to the Project Manager the Bonds as required under the Invitation
For Bid.
Representations and Warranties. In the supply of a~y materials and equipment and the 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 for which the materials are required;
d=
eo
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 to 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 Contractorprior to the award of Contract, or thereafter, upon request,
whether or not subr~itted 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;
.h.
¯ Contractor has the power and authority to enter into this Contract with City, that the individual executingthis 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 upo~ 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 claims or disputes between Contractor and City which would materially affect
Contractor’s ability to perform under the Contract;
Contractor has furnished and will furnish true and accurate statements, records, reports, resolutions
certifications, and other written information as may be requested of Contractor by City from time to time
during the term of this Contract;
CITY of PALO ALTO: (Rev. 2/98)Page3of7
’12.
13.
14.
15.
CONTRACT Util ities Department
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.
Assi~]nment. 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.
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 claimto city,
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 ~eceMng party and
followed within two (2) Days by delivery of a hard copy of the material sent by facsimile transmission, in
accordance with (1), (2) or (3) above. Personal service shall include, without limitation, service by delivery and
service by facsimile transmission.
To City: City of Palo Alto
City Clerk
250 Hamilton Avenue
P.O. Box 10250
Palo Alto, CA 94303
Copy to:City of Palo Alto
Utilities Department
250 Hamilton Avenue
P.O. Box 10250
Palo Alto, CA 94303
Phone: (650) 329-2627
Fax: (650) 329-2608
Attn: Sager Farraj, Project Manager
To Contractor:Osmose Wood Preserving, Inc.
2990 E. Northern Ave., Suite 104B
Phoenix, Arizona 85028
Phone: (602) 569-5632
Fax: (602) 569-5633
Attn: James H. McGiffert, Regional Vice President
CITY of PALO ALTO: (Rev. 2/98)Page 4 of 7
16.
17.
FORMAL CONTRACT Utilities Department
Appropriation. of City Funds. This Contract is subject to the fiscal provisions of Article II1, 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 (iO 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.
Consent. Whenever in this Contract the approval or consent of a party is required, such approval or
consent shall be in writing and shall be executed by a person having the express authority to grant such
approval or consent.
Controlling Law. The parties agree that this Contract shall be governed and construed by and in
accordance with the Laws of the State of California.
Definitions. The definitions and terms set forth in Section 1 of the Standard 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. ~h9 paragraph headings are not a part of this Contract and shall have no effect upon the
construction or interpretation of any part of this Contract.
Incorporation of Documents. All documents constituting the Contract documents described in Section
3 hereof and all documents which may, from time to time, be referred to in any duly executed
amendment hereto.are by such reference incorporated in this Contract and shall be deemed to be part
of this Contract.
Integration. 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 no~ be modified or be binding upon the parties, unless
such modification is a.greed to in writing and signed by the parties.
Provision. An~ 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 s~all submit with its Bid a copy of any corporate or partnership resolution or
other writing, which authorizes any director, officer or other employee or partner to act for or in behalf of
Contractor or which authorizes Contractor to enter into this Contract.
Severability. If a court of competent jurisdiction finds or rules that any provision of this Contract is void
or unenforceable, the provisions of this Contract not so affected shall remain in full force and effect.
CITY of PALO ALTO: (Rev. 2/98)Page5of7
FORMAL
m.
CONTRACT Utilities Department
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
dghts and benefits accorded or accruing to the City Council members, officers or employees of City,
and Contractor expressly waives any and all claims to such rights and benefits.
Successors and Assigns. The provisions of this Contract shall inure to the benefit of, and shall apply to
and bind, the successors and assigns of the parties.
Time of the Essence. Time is of the essence of this Contract and each of its provisions. In the
calculation of time hereunder, the time in which an act is to be performed shall be computed by
excluding the first Day and including the last. If the time in which an act is to be performed falls on a
Saturday, Sunday, or any Day observed as a legal holiday by City, the time for performance shall be
extended to the following Business Day.
¯ Venue. In the event that suit is brought by either party hereunder, the parties agree that trial of such
action shall be vested exclusively in the state courts of California in the County of Santa Clara in the City
of San Jose or in the United States District Court for the Northern District of California in the City of San
Jose.
Recovery of costs. The prevailing party in any action brought to enforce the terms of this Contract or
arising out of this Contract may recover its reasonable costs, including reasonable attorney’s fees,
incurred or expended in connection with such action against the non-prevailing party.
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 ~tated above.
ATTEST:CITY OF PALO ALTO
By:City Clerk Its: Mayor
APPROVED:
City Manager
Director of Utilities
Director of Administrative Services
CONTRACTOR: Osmose Wood Preserving, Inc.
By:(,~) ~ /-/. "-)’~".’~’~
Nadle . J&mes H. McGiffert
Title: . Regional~ Vice President
Taxpayer I.D. No.: 16-0579500
Contract Manager
(insurance review)
APPROVED AS TO FORM:
City Attorney
CITY of PALO ALTO: (Rev. 2/98)Page6of7
FORMAL CONTRACT
STATE OF AP~ ZONA
COUNTY OF MARICOPA
Utilities
CERTIFICATE OF ACKNOWLEDGMENT
.(Civil Code § 1189)
Department
On February 11z 1993 , before me, Deborah A. Au , a notary public
in and for said County, personally appeared. James H. McGiffert, Reqional Vice President
for Osmose Wood Preservingt Inc. 2990 E. Northern Ave., Suite 104B Phoenixt Arizona
85028 , personally known to me (or proved to
me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/~re subscribed to the within
instrument and acknowledged to me that he/she/they executed the same in his/hedtheir authorized
capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon beha!f
of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
(Seal)
Notary Public - Arizona
MARtCOPA COUNTY
My Commission Expires
JUNE 30, 2001
CITY of PALO ALTO: (Rev. 2/98)Page70f7