HomeMy WebLinkAbout1998-06-08 City Council (34)City of Palo Alto
City Manager’s Report
16
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: PUBLIC WORKS
DATE:JUNE 8, 1998 CMR:268:98
SUBJECT:AWARD OF CONTRACT TO CUPERTINO ELECTRIC, INC. FOR
ELECTRICAL SYSTEMS UPGRADE AND GENERATOR
REPLACEMENT AT THE REGIONAL WATER QUALITY CONTROL
PLANT
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached contract with Cupertino
Electric, Inc. in the amount of $305,780 for the electrical system upgrade at the
Regional Water Quality Control Plant (RWQCP.) and $223,300 for an add/alternate
item for the replacement of the old generator with a new 750 KW emergency
generator.
Authorize the City Manager or her designee to negotiate and execute one or more
change orders to the contract with Cupertino Electric, Inc. for related, additional but
unforeseen work which may develop during the project, the total value of which shall
not exceed $53,000.
DISCUSSION
Project Description
The work to be performed under this contract is for upgrades to the electrical system at the
RWQCP and the replacement of a thirty-yearold 250 KW emergency generator. Presently,
on loss of City power, Plant personnel need to manually transfer the power bus to the
emergency generators. The manual operation requires RWQCP staff to open the appropriate
high voltage switches before closing the proper breakers for the emergency power. Because
of the potential danger involved in an electric power transfer, a very cautious standard
operating procedure was established and is strictly followed. The procedure results in safe
operation, but adds some delay to the transfer. Such delay increases the risk of a spill and
CMR:268:98 Page 1 of 3
is causing concern. While under pressure to avoid a spill, there" could be a tendency to skip
certain steps. This project will add safety interlocks and supervisory control to automatically
switch the power source upon detection of a power failure. The automatic transfer system
is highly regulated with proper safeguards, and successfully implemented in other treatment
plants. The electrical upgrade will improve the RWQCP emergency handling capability,
while maintaining safe operations.
The replacement of the old generator with a new 750 KW emergency generator will add
reliability and needed capacity. This work item is identified as an add alternate in the
contract, to be performed only upon written approval of the City.
Bid Process
A notice inviting formal bids for the electrical system upgrade were sent on April 27, 1998
to ten contractors. The bidding period was 30 days. A mandatory prebid meeting was held
on May 8, 1998; five bidders attended the meeting. Bids were received from two qualified
contractors on May 26, 1998, as listed on the attached bid summary (Attachment A). Bids
were $798,500 and $529,080. One bid was late and therefore not accepted. The late bidder.
indicated that his bid would not have been the lowest bid. Contractors not responding
indicated that they did not submit a bid because they are very busy.
Staff has reviewed all bids submitted and recommends that the bid of $529,080 submitted
by Cupertino Electric, Inc. be accepted and that Cupertino Electric, Inc. be declared the
lowest responsible bidder. The bid is 6 percent below the engineer’s estimate of $558,000.
The change order amount of $53,000, which equals 10 percent of the total contract, is
requested.
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 the electrical upgrade portion of the project have been appropriated in the FY 97-
98 Capital Improvement Projects #39591 and #39505. Funds for the new 750 KW
generator have been appropriated in the FY 1997-98 Vehicle Replacement Fund and the
Wastewater Treatment Fund operating budget.
POLICY IMPLICATIONS
Recommendations of this staff report are consistent with City policies.
CMR:268:98 Page 2 of 3
ENVIRONMENTAL REVIEW
This project is categorically exempt from California Environmental Quality Act.
ATTACHMENTS
Attachment A:
Attachment B:
Bid Summary
Contract
PREPARED BY: Bill Miks, Manager RWQCP
DEPARTMENT HEAD REVIEW:
CITY MANAGER APPROVAL:
GLENN S. ROBERTS
~r of Public Works
E~TL/Y ~ s-on-
Assistant City Manager
CMR:268:98 Page 3 of 3
ATTACHMENT A
FORMAL CONTRACT
ATTACI-IM~NT
SECTION 500
CONTRACT
(Public Work)
Public Works Department
This Contract, dated , 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 Cupertino Electric, Inc., a California Corporation,
("Contractor").
For and in consideration of the covenants, terms, and conditions ("the provisions") of this Contract, Ciiy and Contractor
("the parties") agree:
1.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.
2.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 fol lows:
PROJECT TITLE:Electrical System Upgrade at the Water Quality Control Plant
Invitation For Bids (IFB) # 105682
Bid Items (Nos. 1-5):$305,780.00
Add Alternate Item #6*:$223,300.00
*Engine/generator work shall be performed only upon written authorization from
City Project Manager.
Total Contract Price:$529,080.00
3.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 and among the provisions of this Contract, these documents and the provisions thereof
are set forth in the following descending order of precedence.
Standard Drawings and Specifications (1992).
Certificate of Insurance, Performance Bond, Labor & Materials (Payment) Bond.
a.’This Contract.
b.Notice Inviting Formal Bids.
c.Project Specifications.
d.Drawings.
e.Change Orders.
f.Bid.
g.Supplementary Conditions.
h.General Conditions.
I.j,
PALO ALTO: FORMAL CONTRACT (105682)CITY OF SECTION 00500-1 OF 8
FORMAL CONTRACT SECTION 500
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.
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 Cont ract
Specifications and the Standard Drawings and Specifications (1992), or, if no time is stated, within thirty (30) Day s
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 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 be half.
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 fron3
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 all claims, demands, or liens made or filed
by reason of any work performed 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
Code, §§25249.5-25249.t3, 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.
7.Assumption of Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or injury to the
CITY OF PALO ALTO: FORMAL CONTRACT (105682)SECTION 00500-2 OF 8
FORMAL CONTRACT SECTION 500
o
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.
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.
Compliance with Laws. Contractor shall comply with all Laws now in force or which may hereafter be in fome
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.
10.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.
11.Representations 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:
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;
Co 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 file d, 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 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 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 Notice Inviting Formal Bids;
g.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
CITY OF PALO ALTO: FORMAL CONTRACT (105682)SECTION 00500-3 OF 8
FORMAL CONTRACT SECTION 500
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;
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;
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.
12.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.
13.
14.
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 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.
15.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 w~iting 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 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
CITY OF PALO ALTO: FORMAL CONTRACT (105682)SECTION 00500-4 OF 8
FORMAL CONTRACT SECTION 50O
16.
17.
Copy to:City of Palo Alto
ATT.: Daisy Stark, Project Manager
Public Works Department, Water Quality Control Division
2501 Embarcadero Way
Palo Alto, CA 94303
To Contractor:Cupertino Electric, Inc.
ATT.: Steven T. Talbo, Indust~’ial Service Manager
714 E. Evelyn Avenue
Sunnyvale, CA 94086-6526
Phone: (408) 991-1000
FAX: (408) 245-3430
Appropriation of City Funds. This Contract is subject to the fiscal provisions of Article III, Section 12 of the Charter
of the City of P.alo 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 y ear 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 s hall control in the
event of a conflict with any other provision of this Contract.
Miscellaneous.
bo
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. 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.
h.Integration. This Contract and any amendments hereto between the parties constitute the entire
CITY OF PALO ALTO: FORMAL CONTRACT (105682)~SECTION 00500-5 OF 8
FORMAL CONTRACT SECTION 500
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 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 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 shall submit with its Bid a copy of any corporate or partnership resolution or ot her
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.
mo
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.
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.
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.
q.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 stated above.
ATTEST:
City Clerk
CITY OF PALO ALTO: FORMAL CONTRACT (105682)SECTION 00500-6 OF ~
FORMAL CONTRACT SECTION 500
CITY OF PALO ALTO
By:
Its Mayor
CONTRACTOR:
By:
Name:
Title:
Taxpayer I.D. No.
APPROVED:
Assistant City Manager
Director of Public Works
Director of Administrative Services
Insurance Review
APPROVED AS TO FORM:
Senior Assistant City Attorney
CITY OF PALO ALTO: FORMAL CONTRACT (105682)SECTION 00500-7 OF 8
FORMAL CONTRACT SECTION 500
CERTIFICATI~ OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE OF
COUNTY OF
On , before me’,
personally appeared
, a notary public in and for said County,
, personally known to me (or proved to me on the basis of satisfactory evidence) to be
the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity
upon behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature (Seal)
END OF SECTION
CITY OF PALO ALTO: FORMAL CONTRACT (105682)SECTION 00500-8 OF 8