HomeMy WebLinkAboutStaff Report 370-06City of Palo Alto
City Manager’s Report
7
TO:
FROM:
DATE:
SUBJECT:
HONORABLE CITY COUNCIL
CITY MANAGER
SEPTEMBER 18, 2006
DEPARTMENT: UTILITIES
CMR:370:06
APPROVAL OF A CONTRACT WITH WILSON CONSTRUCTION CO.
IN THE AMOUNT OF $1,584,590 FOR CONSTRUCTION OF THE
QUARRY SUBSTATION EXPANSION/MODIFICATION BY
RELOCATING ALMA SUBSTATION 22/23 SWITCHGEAR LINEUP
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the City Manager or designee to execute the attached contract
with Wilson Construction Co. in the amount of $1,584,590 for relocation of Alma
Substation switchgear to Quarry Substation.
Authorize the City Manager or designee to negotiate and execute one or more change
orders to the contract with Wilson Construction Co. for related, additional but unforeseen
work which may develop during the project, the total value of which shall not exceed
$158,500.
DISCUSSION
Proiect Description
The work to be performed under this contract is the expansion of the electrical capacity of
Quarry Substation by relocating two transformers and a metal-clad switchgear lineup from Alma
Substation to Quarry Substation. This work will enable Quarry Substation to serve the
Downtown electric customers presently served from Alma Substation. The overall purpose of
this project is to enable the Utilities Department to vacate the Alma Substation site at 827 Alma
Street, thereby making it available for future City redevelopment projects.
The only cost effective alternative for vacating the Alma Substation site is to relocate the
necessary equipment to Quarry Substation. Quarry Substation is the closest remaining substation
CMR:370:06 Page 1 of 3
site and has sufficient space available for installing the necessary equipment within the existing
fenced area.
Summary of Bid Process
Bid Name/Number Quarry Substation Expansion!IFB 117486
Proposed Length of Project 8 months
Number of Bids Mailed to 6
Contractors
Number of Bids Mailed to Builder’s 4
Exchanges
Total Days to Respond to Bid 32
Pre-Bid Meeting?Yes (mandatory)
Number of Company Attendees at 6
Pre-Bid Meeting
Number of Bids Received:3’
Bid Price Range From a low of $1,584,590.56 to a high of $2,778,500
*Bid summary provided in Attachment B.
Staff has reviewed all bids submitted and recommends that the bid of $1,584,590 submitted by
Wilson Construction Co. be accepted and that Wilson Construction Co. be declared the lowest
responsible bidder. The bid is 9 percent above the engineer’s estimate of $1,450,000. A change
order amount of $158,500, which equals 10 percent of the total contract, is requested for related
additional but unforeseen work which may develop during the project.
Staff confirmed 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 favorable recommendations with no significant complaints.
RESOURCE IMPACT
Funds for this project are included in the FY 2006-2007 and FY 2007-2008 Electric Capital
Improvement Program (ELc05003) Budget. The lowest bid exceeded the engineer’s estimate by
$134,590 (9%). Utilities needs further time to evaluate the remaining distribution system costs
for this project and may need to request additional funding. However, due to the importance of
keeping this project on schedule, staff recommends approval of this contract request.
Due to the lack of available manpower resources in Utilities Electric Operations to complete this
project on schedule without diverting resources from other priority projects, Utilities needs to
contract for this work.
CMR:370:0.6 Page 2 of 3
POLICY IMPLICATIONS
This recommendation is consistent with past Council direction.
ENVIRONMENTAL REVIEW
This project received a CEQA Negative Declaration from the City Planning Division.
ATTACHMENTS
Attachment A: Contract
Attachment B: Bid Summary
Attachment C: Certification of Nondiscrimination
PREPARED BY:
CITY MANAGER APPROVAL:
Tom Finch
Senior Project Engineer
Assistant City Manager
CMR:370:06 Page 3 of 3
Attachment A
CONTRACT No. C07117486
(Public work)Utilities Department
This Contract, number C07117486 dated September 18, 2006 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 Wilson
Construction Company, 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 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 covenants, terms and conditions of this Contract to the satisfaction of City. The Project
and Work is generally described as follows:
Title of Project:Quarry Substation Expansion Modification by Relocating Alma 22/23 Gear
Lineup, Invitation for Bids (iFB) No. 117486
Bid:$1~584,590.56
Bond.
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.
City of Palo Alto Dept. of Public Works Standard Drawings and Specifications (1992).
Certificate of Insurance, Performance Surety Bond, Labor & Materials (Payment) Surety
Other Specifications, or part thereof, not expressly incorporated in the Contract
Specifications or the City of Palo 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 Palo Alto Deptl 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 original endorsements affecting coverage required under this
10.
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 16 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 peisons 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 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.
Waiver. The acceptance of any payment or performance, or any oart 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 iiq a satisfactory manner in compliance with the Contract
requirements.
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
security 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
11.
12.
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.
Bid Security 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 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:
13.
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;
Any labor and services rendered and materials and equipment used or employed during
the course and scope of the Project and Work shall be free of defects in workmanship for
a period of one (1) year after the recordation of the Notice of Substantial Completion, or, if
no such notice is required to be filed, on the date that final payment is made hereunder;
Any manufacturer’s warranty obtained by Contractor shall be obtained or shall be
deemed obtained by Contractor for and in behalf of City.
Any information submitted by 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 Cityl 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;
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.
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.
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.
15.
16.
Avenue
Audits by City. During the term of this Contract and for a period of not less than three (3) years
after the expiration or earlier termination of this Contract, City shall have the right to audit
Contractor’s Project-related and Work-related writings and business records, as such terms are
defined in California Evidence Code Sections 250 and 1271, as amended, during the regular
business hours of Contractor, or, if Contractor has no such hours, during the regular business
hours of City.
Notices. All agreements, appointments, approvals, authorizations, claims, demands, Change
Orders, consents, designations, notices, offers, requests and statements given by either party to
the other shall be in writing and shall be sufficiently given and served upon the other party if (1)
personally served, (2) sent by the United States mail, postage prepaid, (3) sent by private express
delivery service, or (4) in the case of a facsimile transmission, if sent to the telephone FAX number
set forth below during regular business hours of the 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
10250
94303
P.O.Box
Palo Alto,CA
17.
Copy to:City of Palo Alto
Dept- Utilities
Division - Engineering
Address- 1007 Elwell Court
Palo Alto, CA 94303
Tom Finch, Project Manager
To Contractor:Wilson Construction Company
3909 Security Park Drive
Rancho Cordova, CA 95742
Attn: Ted Leineke
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.
18. Miscellaneous.
Bailee Disclaimer. The parties understand and agree that City does not purport to be
Contractor’s bailee, and City is, therefore, not responsible for any damage to the personal
property of Contractor.
Consent. Whenever in this Contract the approval or consent of a party is required, such
approval or consent shall be in writing and shall be executed by a person having the
express authority to grant such approval or consent.
Controlling Law. The parties agree that this Contract shall be governed and construed by
and in accordance with the Laws of the State of California.
Definitions. The definitions and terms set forth in Section 1 of the City of Palo Alto Dept.
of Public Works 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.
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.
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 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.
Alternative 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 written
agreement reached in mediation shall be enforceable pursuant to California Code of Civil
Procedure § 664.6, as amended.
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 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.
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 California 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 its subcontractors to include those provisions in any sub-contracts 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:CONTRACTOR:
By:
Director of Administrative Services
Name:
Director of Utilities
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 alternative,
a certified corporate resolution attesting to the
signatory authority of the individuals signing in their
respective capacities is acceptable)
CERTIFICATE OF ACKNOWLEDGEMENT
(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)
Attachment B
Attachment C
CERTIFICATION OF NONDISCRIMINATION FORM a,10
PROJECT: ,Quarry Substation E. xpansl.q~tMgdific,ation b¥, Relocat.!n.q..Alma 22/23 Gear Lineup
Certification.of NondlscrimLn~tion: As suppliers of goods and/or services to the Ci~j of Palo Alto in excess
of $5,000, the firm, contra.ctor or individual(s) listed below certi~ 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, natlonat origin, ancestry, sexual orientation, housing status, marital status,.famtllat status.,
weight or height of such person; and further certify that they are lr~ .compliance with all Federal, State and local
directives and executive orders regarding nondiscrimination in employment,
DATE: 8/21/06
~iTY OF PALO ALTO IFB "I i7486 ........PAGE 1 OF 1