HomeMy WebLinkAbout1999-04-19 City Council (13)City of Palo Alto
Manager’s Report
TO:HONORABLE CITY COUNCIL 9
FROM:CITY MANAGER DEPARTMENT: UTILITIES
DATE:APRIL 19, 1999 CMR:212:99
SUBJECT:AWARD OF CONTACT TO HOT LINE CONSTRUCTION, INC., FOR
THE REPLACEMENT OF UTILITY WOOD POLES,
FUSES/CUTOUTS, CONNECTORS/CLAMPS AND RE-BUILDING
THE DISTRIBUTION SYSTEM IN THE FOOTHILLS AREA.
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached contract with Hot Line
Construction, Inc. in the amount of $182,005 for replacing wood poles,
transformers, fuses and cutouts; and re-building the distribution system.
Authorize the City Manager or her designee to negotiate and execute one or more
change orders to the contract with Hot Line Construction, Inc. for related, additional
but unforeseen work which may develop during the project, the total value of which
shall not exceed $18,000.
DISCUSSION
Project Description
The work to be performed under this contract is for re-building and modifying the existing
overhead electric distribution system in the Foothills area to increase electric distribution
system reliability and maximize the prevention of power line fires according to California
Department of Forestry (CFD) guidelines. The scope of work includes installation and
removal of utility wood poles, transformers, fuses/cutouts, connectors/clamps, and
miscellaneous equipment. The contractor will provide labor, supervision, equipment,
transportation, tools, other facilities and services to complete the work within 60 calendar
CMR:212:99 Page 1 of 3
days from the date the "Notice To Proceed" letter is received. In addition, the contractor will
be responsible for coordinating construction activities with customers and the City’s Electric
Operations Division while re-building the system.
Bid Process
A notice inviting formal bids for this project was sent on January 26, 1999, to three builders
exchanges and 19 contractors. -Thebidding period was 35 days. A pre-bid meeting was held
on February 18, 1999; seven bidders attended the meeting. Bids were received from six
qualified contractors on March 2, 1999. Two out of the six bids received were judged as
non-responsive due to incompleteness. Bids ranged from $182,005 to $238,728 (See
Attachment "A"). Contractors not responding indicated that they did not submit bids because
they were too busy at the present time to take on new projects, do not provide the required
service, or do not have a local office in the area. -
Staff reviewed all bids submitted and recommends that the bid of $182,005 submitted by
Hot Line Construction, Inc. be accepted and that Hot Line Construction, Inc., be declared the
lowest responsible bidder. The bid is approximately nine percent below the engineer’s
estimate of $200,000. The change order authority of $18,000 equals 10 percent of the total
contract, is to cover the cost of additional but unforeseen work which may develop during
the project.
Staff checked references provided by the contractor for previous work performed and found
no 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 1998-99 Electric Capital Improvement Program
(CIP) Budget. This action has no impact on the utilities construction work force,.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:212:99 Page 2 of 3
ATTACHMENTS
Attachment "A":
Attachment "B":
Bid Summary
Contract
PREPARED BY:
DEPARTMENT HEAD:
GopalJagannhth, Power ,Engineer
Sager Farraj, Senior Power Engineer
J.
Director of Utilities
EMIL~’ARI~SSN
Assistant City Manager
CMR:212:99 Page 3 of 3
I~OOW
0
0
0z0
.i
0
w0z
z0
Z0
uJ
O-r-
CI [3
ooo
<>- Oz
r~OOU-LI-zI.-0
o
0
2
z0
0
ZLU
r~OOU-
~:_
o o
ZWt~
o
-~_.m 0
[][] n E1
[][] [] []
Cl.’I-Y OF PALO ALTO CONTRACT
CONTRACT No.
(Public Work)
This Contract, number 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, Hot
Line Construction, Inc. a California Corporation, ("Contractor").
For and in consideration of the covenants, terms, and conditions ("the 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:
Project Title: Replace Reject Utility Wood Poles, Fuses/Cutouts, Connectors/Clamps, and
Miscellaneous Equipment to Fire Exempt Status in the Foothills Area, Invitation
for Bid (IFB) Number 112158
Total:$182,005.00
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 and among the provisions of
this Contract, these documents and the provisions thereof are set forth in the following
descending order of precedence.
This Contract.
Invitation For Bid.
Project Specifications.
Drawings.
Change Orders.
Bid.
Supplementary Conditions.
General Conditions. ¯
PAGE 1 OF 9
CITY OF PALO ALTO CONTRACT
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 mentione8 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 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. -
I__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 polic~ 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 andhold 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 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
PAGE 2 OF 9
o
CITY OF PALO ALTO CONTRACT
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, Compens.ation 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 & Safet~ Code,
§§25300-25395, as amended); the Hazardous Waste Control Law (Health & Safety Code,
{}§25100-25250.25, as amended); the SafeDrinking Water and Toxic Enforcement Act (Health
& Safety Code, §§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 occui- 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 upo~ . .e
performance of Contractor in strict compliance with the covenants, terms and conditions o~ ~ ~is
Contract.
J
10.
11.
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 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 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:
PAGE 3 OF 9
CITY OF PALO ALTO CONTRACT
a.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 an~t 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;
do 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 Invitation For Bid;
go 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;
ho 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 andCity which would
materially affect Contractor’s ability to perform under the Contract;
j°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;
No 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
PAGE 4 OF 9
12.
13.
14.
15.
CITY OF PALO ALTO CONTRACT
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 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.
Notices. All agreements, appoi.ntments, 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 uponthe 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
Copy to:City of Palo Alto
Utilities Department
250 Hamilton Ave
P.O. Box 10250
Palo Alto, CA 94303
Attn: Sager Farraj, Project Manager
PAGE 5 OF 9
CITY OF PALO ALTO CONTRACT
16.
17.
To Contractor:Hot Line Construction, Inc.
P.O. Box 400
Byron, CA 94514
Attn: Denney E. Bade, Vice President
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 16 shall control in the event of a conflict with any other provision of this Contract.
Miscellaneous.
ao 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.
bo 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.
do 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.
fo 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.
go 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.
PAGE 6 OF 9
CITY OF PALO ALTO CONTRACT
h.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 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.
No Resolution. Contractor shall submit with its Bid a copyof 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.
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 i.ncluding 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.
PAGE 7 OF 9
CITY OF PALO ALTO CONTRACT
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 OF PALO ALTO
CityClerk
APPROVED ASTO FORM:
By:
Its: Mayor
Senior Assistant City Attorney
APPROVED:
Assistant City Manager
Director of Utilities Department
Director of Administrative Services
Contract Manager (Insurance Review)
CONTRACTOR: Hot ,Line Construction, Inc.
Name: Carol Bade
Title:
By:
Name:Denney E. Bade
Tile: Vice Preside~Secre tary
(Compliance with California Corporations Code §
313 is required if the entity on whose behalf this
contract is signed is a corporation. In the
alternative, a certified corporate resolution
attesting to the signatory authority of the
individuals signing in their respective capacities is
acceptable)
PAGE 8 OF 9
CITY OF PALO ALTO CONTRACT
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189.)
STATE OF _)
COUNTY OF v )
On. (q~0_/1.t L ~\ [d~ , before me,
public in tand for sai~.d County, pers, onally appeared
notary
pe~ll£-k~c~-te~ (or proved to me on the basis of satisfactory evidence) to be the
is/r~ubscribed to the within instrument and acknowledged to me.thatperson(s_~,,.~hosename(s)
he/she_.~l~’~xecuted the same in his/her/their authorized capacity(ies), and that by his/her/t~ei~
signatuT-d(s) on the instrument the person(s), or the entity upon behalf of which the person(:-
acted, executed the instrument.
(Seal)
PAGE 9 OF 9