HomeMy WebLinkAboutStaff Report 241-06City of Palo Alto
City Manager’s Report
TO:
FROM:
DATE:
SUBJECT:
AWARD OF CONTRACT CMR (BID)
HONORABLE CITY COUNCIL
CITY MANAGER
JUNE 5, 2006
7
DEPARTMENT: UTILITIES
CMR:241:06
APPROVAL OF A UTILITIES ENTERPRISE FUND CONTRACT WITH
D’ARCY &HARTY CONSTRUCTION, INC. IN THE AMOUNT OF
$6,854,652 FOR WASTEWATER COLLECTION SYSTEM
REHABILITATION AND AUGMENTATION CAPITAL IMPROVEMENT
PROGRAM WC-03003 AND WC-05003 PROJECT 18
RECOMMENDATION
1. Staff recommends that Council reject the bid of K. J. Woods Construction as non-responsive
because of failure to meet minimum qualification, and approve, and authorize the City Manager
to execute, the attached contract with the lowest responsive and responsible bidder, D’Arcy &
Harty Construction, Inc. (Attachment A), in a not to exceed amount of $6,854,652 for
Wastewater Collection System Rehabilitation & Augmentation Capital Improvement Program
WC-03003 and WC-05003 Project 18 (WWC Project 18).
2. Staff also recommends that Council approve and authorize the City Manager or his designee
to negotiate and execute one or more change orders to the contract with D’Arcy & Harty
Construction, Inc. for related, additional but unforeseen work which may develop during the
project, the total value of which shall not exceed $685,465.
DISCUSSION
Project Description
The work to be performed under the WWC Project 18 contract is for replacement/rehabilitation
of approximately 32,000 linear feet of sewer mains of various sizes, 83 manholes, and 650 sewer
service laterals.
Wastewater Operations reported various problems in the project area, including increased
maintenance due to plugged lines and pipe access problems. These observations were confLrmed
by subsequent video inspection. Problems identified in the videos that contributed to the line
blockages are breaks, missing sections of pipe, sags and roots in the main lines. Additionally,
the scope includes the replacement of sewer mains in the South of Forest Area (SOFA) prior to
Public Works Engineering’s re-surfacing the SOFA area. Water main replacement work will
CMR:241:06 Page 1 of 4
also be performed in the SOFA area. The wastewater and water main work specified in WWC
Project 18 will provide a new, structurally sound, leak-free sanitary sewer piping system with
improved carrying capacity and improve fire flows in the water system. The project
improvements will also reduce current and future maintenance on the sanitary mains and service
laterals. The meter station work at the Regional Water Quality Control Plant will improve
metering controls at the plant.
Summary of Bid Process
Bid Name/Number Name/Number of Bid here
Proposed Length of Project 330 Calendar Days
Number of Bids Mailed to 5
Contractors
Number of Bids Mailed to Builder’s 8
Exchanges
Total Days to Respond to Bid 21
Pre-Bid Meeting?Yes
Number of Company Attendees at 2
Pre-Bid Meeting
Number of Bids Received:2*
Bid Price Range From a low of $6,567,186 to a high of $6,854,652
*Bid summary provided in Attachment B.
Staff has reviewed both bids submitted and concluded that the apparent low bid submitted by K.
J. Woods Construction is non-responsive. K. J. Woods Construction’s subcontractor did not
meet the minimum contract experience/qualification requirements. The contract documents
required the bidders to have large diameter pipe-bursting experience (combined experience
totaling of 5,000+ feet of 24 inch diameter or larger pipe as required by IFB #116460 Section
2735 Paragraph 1.01.02.01). The experience specified in the WWC Project 18 bid package is
crucial to ensure the City hires a qualified contractor/subcontractor to perform the project work.
The large diameter pipe bursting work occurs on a major street in a busy business district on this
project (Embarcadero Road at E. Bayshore Road). Large-pipe bursting uses different equipment
and requires different expertise than the more common small-pipe bursting. In preparing the
specifications, Staff concluded that successful installation of at least 5,000 LF of large diameter
pipe bursting is the minimum amount to demonstrate the contractor’s ability to successfully
perform this type of large diameter pipe bursting operation over several projects. K.J. Woods
specified 250 feet of pipe-bursting experience with pipes of 24 inches or more, plus an
indeterminate amount of additional experience with large pipes as part of a job with pipe-
bursting ranging from 18 inches to 24 inches.
CMR:241:06 Page 2 of 4
A letter was sent to K. J. Woods Construction on May 1 !, 2006 informing them that its bid was
non-responsive, and that staff was recommending Council reject this non-responsive bid and
award the WWC Project 18 contract to the lowest responsive and responsible bidder.
Staff recommends that the lowest responsive bid of $6,854,652 submitted by D’Arcy & Harty
Construction Incorporated be accepted and that D’Arcy & Harty Construction Incorporated be
declared the lowest responsible bidder because D’Arcy & Harty Construction meets all
experience/qualification requirements. The bid is 12 percent above the staff/engineer’s estimate
of $6,100,000. The change order amount of $685,465, which equals 10 percent of the total
contract, is requested for additional but unforeseen work that may develop during the project.
Staff confn’med with the Contractor’s State License Board that the contractor has an active
license on file. Staff checked references supplied by the contractor for previous work performed
and found no significant complaints. Staff polled the contractors that received bid packages and
determined that these contractors did not bid the project because they were too busy.
WWC Project 18 contains the scope of work from two projects (WWC Projects 16 and 18).
WWC Project 16 was bid three times last year and was not awarded due to contractors bidding
without the required experience or the prices bid were too high and not within the budgeted
project funding. Staff combined the two projects, lowered the experience requirements to attract
more contractors and advertised the combined projects as Sanitary Sewer Rehabilitation CIP
Project 18 WC-03003 and WC-05003. This is the fourth bid received for the work included
under Project 16.
PROJECT COORDINATION
The work was coordinated with the Public Works Department by meeting independently with
Public Works’ project managers whose projects may have an impact on the project directly and
at the quarterly department coordination meetings. During these coordination meetings, staff is
aggressively targeting areas such as SOFA to more closely plan and coordinate underground
infrastructure into future street maintenance phases. The targeted SOFA will be resurfaced next
year after utility work is completed to prevent trenching in newly repaved streets. In addition,
staff has also incorporated other City department projects into this contract, including a storm
sewer replacement on Guinda Street for Public Works, a water main replacement on Homer Ave
for Water Section, and a flow meter and vault replacement for Regional Water Quality Control
Plant. This combined project was formed to reduce City administrative contracting costs and to
minimize the project disruption impacts on City customers.
RESOURCE IMPACT
Funds for this project are available in the Public Works, Wastewater Collection, Wastewater
Treatment, and Water Funds Capital Improvement Program budgets.
CMR:241:06 Page 3 of 4
POLICY IMPLICATIONS
This recommendation is consistem with the Council approved Utilities Strategic Plan Key
Strategy #2, "invest in utility infrastructure to deliver reliable service."
ENVIRONMENTAL REVIEW
This project is categorically exempt from California Environmental Quality Act (CEQA)
pursuant to CEQA Guideline Sections 15301 (b) repair, maintenance of existing facilities and
15302 (c) replacement or reconstruction of existing facilities.
ATTACHMENTS
A: Contract
B: Bid Summary
C: Certificate of Non-Discrimination
PREPARED BY:
DEPARTMENT HEAD:
CITY MANAGER APPROVAL:
Silvia Santos, Project Engineer
Edward Wu, Senior Project Engineer
Roger Cwiak, Engineering Manager
Assistant Director of Utilities Engineering
~ ./
EMIL~i~HARRISON-, ,
Assist~t Ci~ M~ager
CMR:241:06 Page 4 of 4
Attachment A
CONTRACT No. C06116460
(Public Work)
Utilities Department
This Contract, number C06116460 dated June 5, 2006 is entered into by and between the City of Pale Alto, a
chartered city and a municipal corporation of the State of California ("City"), and D’Arcy & Harty Construction Inc.,
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 Prelect 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:Project 18, Sanitary Sewer Rehabilitation, Invitation for Bids (IFB) No. 116460
Bid:$6~854,652
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.
a. This Contract.
g.
h.
I.j.
k.
Invitation for Bid.
Project Specifications.
Drawings.
Change Orders.
Bid.
Supplementary Conditions.
General conditions.
City of Pale Alto Dept. of Public Works Standard Drawings and Specifications (1992).
Certificate of Insurance, Performance Surety Bond, Labor & Materials (Payment) Surety Bond.
Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications orthe
City of Pale Alto Dept. of Public Works 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
Contract Specifications and the City of Pale Alto Dept. of Public Works 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 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 odginal endorsements affecting
coverage required under this Contract on or before the Date of Execution. The certificates and endorsements
CITY OFPALO ALTO C06116460 PAGE 1 OF7rev. 12/o0
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 16 of this
Contract.
o 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 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, indemn~y, 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, ~25249.5-25249.13, 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.
o 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.
No Exoneration By Inspection: The City has the right, but not the duty, to inspect Contractor’s Work. The right
of inspection is solely for the benefit of City. Contractor has the obligation to complete the Work in a
satisfactory manner in compliance with Contract requirements. The presence of a City inspector does not shift
that obligation to the City or relieve Contractor from its obligations to complete the Work in a satisfactory
manner in compliance with the Contract requirements.
10.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 bid secudty 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.
11.Bid Secudty 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 Bid Security/as required under
CITY OFPALO ALTO C06116460 PAGE 2 OF 7rev. 12/00
12.
13.
14.
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:
ao Any materials and equipment which shall be used during the course and scope of the Project and
Work shall be vested in Contractor;
bo 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
filed, on the date that final payment is made hereunder;,
d=Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be deemed obtained by
Contractor for and in behalf of City.
eo
fo
go
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;
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;
Them 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;
ko 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.qnment. 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 C~y.
CITY OFPALO ALTO C06116460 PAGE 3 OF 7rev. 12/00
16.
Audits by City. Dudng the term of this Contract and for a pedod 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 wdtings 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, dudng 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 wdting 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
Copy to:City of Palo Alto
Dept- Utilities
Division - Engineering
Address - 1007 Elwell Court
Palo Alto, CA 94303
Silvia Santos, Project Engineer
To contracton D’Arcy & Harty Constructionl Inc.
Attn:
17.
18.
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 17 shall 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 panes agree that this Contract shall be govemed 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 City of Palo Alto Dept. of Public
Works Standard Drawings and Specifications (1992) of this Contract are incorporated herein by
reference.
CITY OFPALO ALTO C06116460
rev. 12/00 PAGE 4 OF 7
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 ContracL
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 wdting 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.
k=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 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 shal remain in full force and effect.
Status of Contractor. In the exercise of dghts 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 lasL 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.
Altemative Dispute Resolution. The parties shall endeavor to resolve any disputes or claims arising
out of or relating to this Contract by mediation, which, unless the parties agree otherwise, shall be
conducted under the auspices of the Judicial Arbitration and Mediation Service (JAMS), San Jose,
California. The intent of the parties is that the mediation shall proceed in advance of litigation;
however, if any party should commence litigation before the conclusion of mediation, such litigation,
including discovery, shall be stayed pending completion of mediation, and by executing this Contract
the parties stipulate to mediation in accordance with Santa Clara County Superior Court Local Rule
1.15 or Rule 2-3(b) of the ADR Local Rules of the U.S. District Court for the Northern District of
California, as such rules may be amended from time to time. The parties shall share the cost of the
mediation, including the mediator’s fee, equally. Any wdtten agreement reached in mediation shall be
enforceable pursuant to California Code of Civil Procedure § 664.6, as amended.
q.Venue. Unless the parties mutually agree otherwise, mediation shall take place in San Jose,
California. In the event that litigation is commenced by any party hereunder, the parties agree that
CiTY OFPALO ALTO C06116460 PAGE 5 OF 7rev. 12/00
such action shall be vested exclusively in the state courts of California in the County of Santa Clara or
in the United States District Court for the Northern District of California.
to
so
Recovery of Costs. Each Party shall bear its own costs, including attorney’s fees, through the
completion of mediation. If the claim or dispute is not resolved through mediation, or if litigation is
necessary to enforce a settlement reached at mediation pursuant to Califomia Code of Civil Procedure
§ 664.6, as amended, then the prevailing party in any subsequent litigation may recover its reasonable
costs, including attorney’s fees, incurred subsequent to conclusion of the mediation.
Flow-down. Contractor agrees to include provisions of this Contract relating to Alternative Dispute
Resolution, Venue. and Recovery of Costs in any subcontracts or major material purchase
agreements which it enters into in connection with this Contract, and to require i~s subcontractors to
include those previsions in any subcontracts or major material purchase agreements, such that any
mediation or litigation of any claim or dispute asserted by a subcontractor or major material supplier
will be consolidated with any related claim or dispute between the Contractor and the City. Should the
Contractor fail to do so, such that the City is required to defend an action brought by a subcontractor
or material supplier inconsistent with the Alternative Dispute and Venue provisions of this Contract,
Contractor shall indemnify City for City’s costs of defense, including reasonable attorney’s fees.
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.
APPROVED AS TO FORM:CITY OF PALO ALTO
Senior Assistant City Attorney Assistant City Manager
APPROVED:D’Arcy & Harty Construction, Inc. (Contractor)
Director of Administrative Services
Director of Utilities
By:
Name:
Title:
By: ..
Name:
Title:
(Compliance with California Corporations Code ~ 313 is required
if the entity on whose behalf this contract is signed is a
corporation. In the altemative, a certified corporate resolution
attesting to the signatory authority of the individuals signing in
their respective capacities is acceptable)
CITY OFPALO ALTO C06116460 PAGE 6 OF 7r~v. 12/~0
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code ~ 1189)
STATE OF
COUNTY OF
On , before me, a
notary public in and for said County, personally appeared
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)
CITY OFPALO ALTO C06116460
rev. 12/00
PAGE 7 OF 7
PROJECT 18 SANITARY SEWER REHABILITATION
IFB #116460
Attachment B
’ Item [ Quantity [ Unit Description
A. Base Bid
1 1 LS Sheeting/Shoring
2 1 LS Recycle AC, Conc
3 16,842 LF 6to8PB
4 285 LF 8to8PB
5 1,023 LF 8tol0PB
6 2,796 LF 10to12PB
7 576 LF 21 to 26PB
8 514 LF 4/6to6OC
9 3,513 LF 6to8OC
10 408 LF 12to18OC
11 1,728 LF 15to18OC
12 34 LF 8" OC
13 1,433 LF 21 CIPP
14 577 LF 24 CIPP
15 2,429 LF 27 CIPP
16 454 EA 4LATPB
17 5 EA 6LATPB
18 118 EA 4LATOC
19 4i EA 6LATOC
20 85 EA 4RECON
21 7 EA 6RECON
22 11 EA Install 48" MH
23 69 EA IRem/Repl 48" MH
24 6 EA iRem/Repl 60" MH
25 8 EA Rem LH/Rep 48" MH
26 1 EA Rem LH/Rep LH
27 12 EA Rem MH
28 32,158 LF Clean/Video
29 4 EA Drop Connections
30 342 LF Grout Mains
31 11 EA Spot Repair
32 1 LS MH REHAB
33 1 LS Flowmeter Station
34 1 LS Bypass Pumping/Div
35 1 LS Assist valve shutdowns
36 860 LF Install 8" water main
37 3 EA System conection
38 12 EA 1" copper recon
39 1 EA 1.5" copper recon
40 5 EA 2" copper recon
41 4 EA 8" gate valve
42 2 EA 10" line valve
43 1 EA 4" fire recon
44 1 EA 6" fire recon
45 3 EA Install Fire hydrant
46 3 EA Abandon fire hydrant
47 3 EA Install 1" copper
48 1 EA Install 6" line stop
49 2 EA Install 10" line stop
Base Bid Total
Engineer Estimate K. J. Woods Construction
Unit Extension
Price
D’Arcy & Harty Construction
Unit Extension
Price
Unit
[ ExtensionPrice
$ 250,000 $ 250,000
$ 27,000 $ 27,000
$70 $1,178,940
$75 $ 21,375
$85 $ 86,955
$95 $ 265,620
$350 $201,6001
$95 $ 48,830
$!05 $ 368,865
$150 $ 61,200
$160 $ 276,480
$105 $ 3,570
$160 $229,280
$170 $ 98,090
$180 $437,220
$1,500 $681,000
$1,600 $8,000
$2,000 $236,000
$2,200 $8,800
$1,000 $85,000
$1,000 $7,000
$3,000 $33,000
$3,500 $241,500
$4,000 $24,000
$3,500 $28,000
$1,500!$1,500
$1,500 $18,000
$2 $64,316
$1,500 $6,000
$4 $1,368
$5,000 $55,000
$ 70,000 $70,000
$ 400,000 $400,000
$ 200,000 $200,000
$500 $500
$100 $86,000
$4,500 $13,500
$1,000 $12,000
$1,100 $1,100
$1,200 $6,000
$900 $3,6O0
$2,500 $5,000
$2,500 $2,500
$3,000 $3,000
$4,000 $12,000
$3OO $9O0
$1,500 $4,500
$ 4,000 $ 4,000
$5,000 $ 10,000
$ 5,888,109
$ 195,607 $195,607
$1,000
$1,684,200
$31,350
$127,875
$377,460
$345,60O
$56,540
$421,560
$81,600
$518,400
$5,100
$193,455
$89,435
$437,220
$272,400
$3,500
$118,000
4,400
42,500
4,20O
55,000
414,000
60,000
40,000
3OO
36,000
32,158
6,000
1,368
2,750
1,000
100
110
125
135
600
110
120
200
300
150
135
155
180
6OO
700
1,000
1,100
5O0
600
5,0O0
6,OOO
10,000
5,OOO
300
3,000
1
1,500
4!
250
$
$
$
369,000
2,500
85
85
95
120
400
150
155
300
3501
165!
100i
130~
145
1,550~
1,650
2,500
3,OOO
1,000
1,100
3,5OO
3,5O0
8,000
3,5OO
1,500
5OO
2
2,5OO
8
3,0OO
$ 8O,000
$ 300,000
$ 100,000
8o,ooo!
300,0001
100,000i
$2,500
$111,800
$9,000
$4,800
$425
$2,250
$2,0O0
$1,600
$5OO
$7OO
$13,500
$3,6OO
$6,000
$1,000
$2,400
$ 6,301,053
B. Add Optional Bid Items
Opt I 4 EA Spot Repair for ClPP
Opt 2 257 LF Clean & video inspect
Opt 3 135 LF 36 ClPP+Pumping
Opt4 122 LF 42 CIPP+Pumping
Opt 5 460 LF 12" CMP to 14" PB storm
Opt 6 2 EA Storm Drain MH
Add Optional Bid Total
$5,000 $20,000
$10 $ 2,570
$450 $ 60,750
$ 500 $ 61,000
$90 $ 41,400
$ 3,500 $7,000
$ 192,720
$2,500
$130
$3,000
$400
$425
$450
$5OO
$800
$5OO
$700
$4,5OO
$1,200
$2,000
$ 1,000
$ 1,200
$
$
$
600 $2,4O0
9 $2,313
760 $102,600
910 $111,020
80 $36,8O0
5,500 $11,000
$ 266,133
$ 40,000
$ 265,000
$155,000
$2,000
$115
$3,000
$900
$1,000
$1,200
$800
$1,100
$2,OOO
$3,000
$3,5OO
$200
$1,500
$2,5OO
$3,OOO
$
$
$
2,5001
10
6OO
670
110~
3,000
$369,000
$2,500
$1,431,570
$24,225
$97,185
$335,520
$230,400
$77,100
$544,5151
$122,400~
$604,800
$5,610
$143,300
$75,010
$352,205
$703,700
$8,250
$295,000
$12,000
$85,OOO
$7,700
$38,500
$241,500
$48,OOO
$28,OOO
$1,500
$6,000
$64,316
$10,000
$2,736
$33,000
$40,OOO
$265,000
$155,000
$2,000
$98,900
$9,000
$10,800
$1,000
$6,000
$3,200
$2,200
$2,000
$3,000
$10,500
$6OO
$4,5oo
$2,5oo
$6,000
$ 6,622,742
10,000
2,570
81,000
81,740
50,600
6,000
231,910
6,854,652
$
$$
$
$$
IGrand Total (Base Bid Total + Add Optional Bid Total)I $ 6,080,82911 I $ 6,567,18611
Attachment C
CERTIFICATION OF NONDISCRIMINATION FORM 410
PROJECT: Project 18, Sanitary Sewer Rehabiltation
Certification of Nondiscrimination: As suppliers of goods and/or services to the City of Palo Alto in excess
of $5,000, the firm, contractor or individual(s) listed below certify that: they do not and in the performance of
this contract they will not discriminate in employment of any person because of race, skin color, gender, age,
religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status,
weight or height of such person; and further certify that they are in compliance with all Federal, State and local
directives and executive orders regarding nondiscrimination in employment.
Firm:
Title of Officer Signing:
Signature:
DATE:
~;ITY OF PALO ALTO IFB z-"~’~60 PAGE 1 OF 1 -