Loading...
HomeMy WebLinkAbout1998-04-13 City Council (13)TO: FROM: City of Palo Alto City Manager’s Report HONORABLE CITY COUNCIL CITY MANAGER 4DEPARTMENT: PUBLIC WORKS DATE:APRIL 13, 1998 ~CMR:192:98 SUBJECT:INCREASE ADDITIONAL AUTHORITY TO CONTRACT # C4045515, ARBOR TREE SURGERY, INC. FOR LINE CLEARANCE TREE TRIMMING REQUIREMENTS RECOMMENDATION Staff recommends that Council authorize the City Manager or her designee to approve a contract change order adding an additional $182,570 for contract tree trimming services to clear power lines in F¥ 1997-98 and an additional $125,000 forFY 1998-99, contingent upon approval of the F¥ 1998-99 budget, BACKGROUND The Califomia Public Utilities Commission (PUC) recently made a significant change to General Order 95 for tree trimming, which requires operators of utilities in California to maintain an 18-inch minimum clearance between trees and supply conductors of 750-22,500 volts (the previous requirement was 6 inches). Utilities Department staff conducted a survey of the power lines and found that a significant number of trees were not in compliance with General Order 95. In addition, Public Works Department~ tree management staff also observed a marked increase in tree growth due to two winters of significant rainfall in combination with warmer winter temperatures and a longer-than-normal growing season. Tree management staffprojects that the increased growth will continue through at least this next growing cycle (Spring/Summer 1998). Subsequent growth levels will depend upon rainfall amounts and winter temperatures preceding those growing seasons. Given the amount of rainfall experienced during this winter’s storms, increased growth for Spring/Summer 1998 will occur. DISCUSSION Tree management staffhas begun.an aggressive approach to reduce the large number of trees that require trimming, and in preparation for anticipated rains from El Nifio. Several additional contract crews have been added to reduce the current backlog of trees in the power lines, and outages due to tree limbs falling during heavy February rains were effectively eliminated. Additional trimming services are required above the authorized amount for both this fiscal year and FY1998-99. CMR:192:98 Page 1 of 2 ALTERNATIVES TO STAFF RECOMMENDATION Staff could rebid the project showing the additional amount of trimming required. Staff will be rebidding the project within the next fiscal year for another six year period, or two three- year contracts. Rebidding the project now would not be cost effective. Prices for this fiscal year were bid five years ago and will increase when the project is rebid. RESOURCE IMPACT Staff is recommending that an addition,~l $182,570 be added to the existing $475,000 contract for the remainder of this fiscal year; and that $125,000 be added to the next fiscal year’s contract, increasing it to $600,000. Funds for this project for 1997-98 are available through a midyear adjustment made to the 1997-98 Public Works Department operating budget. Staff recommends Council authorize execution of subsequent year authority contingent upon Council approval of the budget for FY1998-99. The General Fund will be reimbursed by the Utilities Electric Fund. ’ POLICY IMPLICATIONS This report does not represent any change to existing City policies. Authorizing the additional contract authority will allow the City to comply with recent law changes enacted by the State of California Public Utilities Commission. ENVIRONMENTAL REVIEW CategoricallY exempt from California Environmental Quality Act. ATTACHMENTS Contr.act PREPARED BY: Michael Jackson, Deputy Director of Public Works DEPARTMENT HEAD: GLENN S. ROBERTS CITY MANAGER APPROVAL: " EMILY HARRISON Assistant City Manager CMR: 192:98 Page 2 of 2 PART II - FORMAL CONTRACT CONTRACT SECTION 00500 This Contract, dated ~f._.-~,b~k¢ ~-~; !~ "~ is entered into by and between the City of Palo Alto, a municipal corporation of the State of California ,("City") , and Arbor Tree Surgery., Inc, ..... a California Corporation , ("Contractor"), whose Taxpayer Identification Number is 95-2758224 For and in consideration of the following covenants, terms and conditions, City and Contractor (".the parties") agree: Term. This Contract shall commence on, 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 Proiect 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 cove- nants, terms and conditions of this Contract to the satisfaction of City. The Project and Work is generally described as follows: Title: Line Clearing Cont’-act Base Bid: $ 3,640,676.58 No.: 45515 Add Alternates (if any): $ 0 Total Bid $ 3,640,676,_58 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 the provisions of this Contract, these documents and the provisions thereof are set forth in t.he following descending order of precedence. f. g. h. i.j. k. I. The Contract. .. Notice Inviting Formal Bids. Contract Specifications. Drawings. Change Orders. Bid. Supplementary Conditions. General Conditions. Standard Drawings and Specifications (1992). Certificate of Insurance, Performance Bond and Labor and "Materials Bond. AffirmatiVe Action Guidelines and Compliance Report. 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: Formal Contract (Sample} NIFB (10/92)SECTION OO5OO-1 PART II - FORMAL CONTRACT SECTION 005¢. 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. Insurance. On or before the Date of Execution, Contractor shall obtain and maintain the policies of insurance coverage described in the Notice Inviting Formal Bids 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 properb/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 City Council members, officers, and employees 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 or negligent act or omission 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 th Contract or for doing anything which Contractor is required not to do under this Contract, or which arises from conduct for which any Law imposes strict liability on Contractor in the. performance of or failure to perform the terms and conditions of this Contract, except as may arise from the sole willful or negligent act or omission of City or any of its City Council members, officers, or employees. This indemnification shall extend to any and all claims, demands, or liens made or filed by reason of any construction, renovation, or remodeling work performed by Contractor under this Contract at any time during the term of this Contract, or arising thereafter. Assumption of Risk. Contractor agrees to voluntarily assume any and all risk of Io.ss, 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, ordamage as may be caused by the sole willful or negligent act or omission of City or any of its City Council members, officers, or employees. 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. CITY of PALE) ALTO: Formal Contract (Sample) NIFB (10/92)SECTION 00500-2 PART 9. 10. 11. II - FORMAL CONTRACT SECTION 00500 .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 Notice Inviting Formal Bids. Represe.ntations and Warranties. In the supply of any materials and equipment and the rendering of labor and services during the course and scope of the Project and Work, Contractor represents and warrants: ao bo do Any materials and equipment which shall be used during the course and scope of the Project ana Work shall be vested in Contractor; ho 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; 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 shill be obtained or shall be deemed obtained by Contractor .for and on 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 submit-ted 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 pertained by the Notice Inviting Formal Bids; ~ 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; CITY of PALO ALTO: Formal Contract (Sample) NIFB (10/92)SECTION 00500-3 PART~II - FORMAL CONTRACT SECTION 0051 There are no unresolved claims or disputes between Contractor and City which would materially affect Contractor’s ability to perform under the Contract; 12. 13. 14. 15. Contractor has furnished and will furnish true and accurate statements, records, reports, resolutions, certifications, and other w~kten 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 is duly licensed as a contractor with 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. 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. 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 suffi.cient detail to give adequate notice of the substance of the claim to 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 parry 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 parry 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 CITY of PALO ALTO: Formal Contract (Sample) NIFB (10/92}SECTION 00500-4 PART II -FORMAL CONTRACT SECTION 00500 Copy to:City of Palo Alto Depa~ment of Public Works - Operations 250 Hamilton Avenue P.O. Box 10250 Palo Alto, CA 94303 (415) 3~9. 496-6905 FAX: (415) ~£~- 852-9289 To Contractor: ATTN: .l~t--M~-f-e~.-P-r~e~ David Sandage Arbor Tree Surgery, Inc. 802 Paso Robles Street Paso Robles, CA 93446 16, 17. (805) 239-1239 FAX: 8(.~1 239-3742 A3-FN: Matthew J. Ennis 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 1 6 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. CITY of PALO ALTO: Formal Contract (Sample) NtFB (10/92)SECTION 00500-5 PART !1 - FORMAL CONTRACT SECTION 005C eo go ho Definitions. The definitions and terms set forth in Section 1 of the Standard Drawings and Specifications (1972) 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 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 par~ies 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 t~ performance requ!red or permitted or to be required of or permitted by either parry. All provisions, whether covenants or conditions, shall be deemed to be both covenants and conditions. ko Resolution. Contractor shall 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 on 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 ful! 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 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. CITY of PALO ALTO: Formal Contract (Sample) NIFB (10/92)SECTION 00500-6 PART I! - FORMAL CONTRACT SECTION 00500 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 br~}ught 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, incl0ding reasonable attorney’s fees, incurred or expended in connection with such action against the non-prevailing party. Alto, INWITN~ESS WHEREOF, the parties have executed this Contract on the date first above stated in Palo ~rnia, .,City Clerk C~ CITY OF PALO ALTO, CALIFORNIA Mayor CONTRACTOR: Arbor Tree Surgery Name: Matthew J. Ennis Director of Public Works R~sk ~ager-- - Title: General Manager, SecretaTy/Treasurer Taxpayer I.D. No. 95-27.58224 APPROVED AS TO FORM: Senior Assistant City Attorney END OF SECTION ; CITY of PALO ALTO: Formal Contract (Sample) NIFB (10/92)SECTION 00500-7 ACORD. (20g)228-6446 FAX (209)228-623S ~ndrefni-Parker Insurance Brokers P O Box 3947 Fresno, CA 93650 Attn: Beverly. Laurence Ext: ~N-~uREb Arbor Tree Surgery S ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED ~Y THE POLICIES ~ELOW. COMPANIES AFFORDING CQVERAGE comPlY Royal Ins A USF & G Insurance Company OMPANY RLI Insurance Company802 Paso Robles Street c Paso Robles, CA 93446 D TH~ IS T~IFY THAT }HE POLI~IES b~ INSU~CE LI~ED ~LOW ~ BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE P~ER~>&~’ INDICATED. NO~THSTANDING ANY REQUIREMENT, TERM OR COND!~ON OF ANY CO~CT OR OTHER DOCUMENT ~ RESPECT TO ~CH THIS CERTIFICATE ~Y BE ISSUED OR MAY PERTAIN, THE INSU~NCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE ~CLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMES SHO~ MAY HAVE BEEN REDUCED BY PAID C~IMS. LTR WPE OF INSUI~NCE 1 FOL[CY NIJMBER GENERAL MABIU.TY ; "~’"-’ COMMERCfAL GENERALUABILITY .~.~ CLAIMS MADE ~ X ~ OCCUR¯ ’ RST 08417OWNER’S & CONTRACTOR’~ PROT : X ’ Peszi ctde/Herbi ci d AUTOMOBILE UABIUTY X ~NY AUtO ALL OWNEO AUTOS SCHEDULED AUTOS X " HIREO AUTOS ¯ X. NON-0WNEOAUTO$. ¯ X Physical Damage X $1,000/$1,000 Ded. GARA@E LIAEIUTY A~Ny AUTO !ICP 300289792-01 C F.XD ES~ LIABILITY X UMBRELLA FORM ¯ OUL 0027214 OTHER THAN UMBRELLA FORM WOR~EI~ COMPENSATION AND ¯ EMPLOYERS~ LIABILtT~ ¯THE PROPRIETOR/,’ ......’. INCLPARTNERS/EXECuTIVE i OTHERContractor’s Equipment :’ ~CP 300289792-01 POLICY EFFECllVE POLICY EXPIATION : DATE (MM/DOPfY] DATE (MM/ODi’~f)LIMITS .0110111998 0110111998 01/01/1998 01/01/1998 :ERT HOLDER, ITS OFFICERS & EMPLOYEES ARE NAMED AS ADDITIONAL INSURED WITH RESPECTS FO WORK PERFORMED BY THE NAMED INSURED. TEN DAY NOTICE IF CANCELLED FOR NONPAYMENT OF PREMIUM CITY OF PALO ALTO PURCHASING & CONTRACT ADMINISTRATION 250 HAHILTON AVENUE PALO ALTO, CA 94301 ........ , .......... ...... ..... SHOULO ANYOF TKE ABb;~E 0ESGRIBEO FOLtC|ES BE CANCELLED gEtORE THE EXPIRA’I1ON DATE THEREOF, THE ISSUING COMPANY W~LL ENDEAVOR TO MAIL ~ DAYS W~TTEN NOTICE TO THE CERI~FIGATE HOLDER NAMED TO THE LE~, BUT FAILURE TO MJUL SUCH NOTICE SHALL ~POSE NO OBLIGAT/ON OR UABIUTY Or.ANY KIND UP.ON THF~ICOMp.ANY.,ITS AGENTS OR REPRESENTAT1VE~,