Loading...
HomeMy WebLinkAboutStaff Report 224-05The replacement will be performed by installing underground conduits, cables and associated electric facilities in the public right-of-way (street and sidewalk) and on easements back of sidewalk. The new system will have pad-mounted equipment similar to existing system and will be installed on concrete pads along the planter strip back of sidewalk. The work on this project is being performed by contract because the City does not have the staff and the equipment to install the substructure required for this project. Summary of Bid Process Bid Name Holly Oaks/Ames/Christine Drive System Rebuild Project Proposed Length of Project 3 months Number of Bids Mailed to Contractors 4 Number of Bids Mailed to Builder's 8 Exchanges Total Days to Respond to Bid 21 Pre-Bid Meeting? No Number of Company Attendees at Pre-N/A Bid Meeting Number of Bids Received: 3 Bid Price Range From a low of $402,469 to a high of $998,460 *Bid summary provided in Attachment B. Staff has reviewed all bids submitted and recommends that the bid of $402,470. submitted by Can-Am Communications, Inc. be accepted and that Can-Am Communications, Inc. be declared the lowest responsible bidder. The bid is less than 2 percent above the engineer's estimate of $395,000. The change order amount of $40,000, which equals 10% percent of the total contract, is requested for related 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 no significant complaints. RESOURCE IMPACT Funds for this project are included in the FY 2004/05 Utilities Department Electric CIP No. EL04005 budget and from Public Works Miscellaneous Projects Budget-Street Light Improvements PO-05054. Utilities Engineering has sufficient resources to manage this contract work with existing staff. POLICY IMPLICATIONS The award of this contract does not represent any changes to existing City policy and is consistent with the Council approved Utilities Strategy No.1: Operate distribution system in a CMR:224:05 Page 2 of3 '; ihdirectly, 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 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. :339601-6975, as amended); the Resource Conservation and Recovery Act (42 U.S.C. 336901-6992k, as amended); the Toxic Substances Control Act (15 U.S.C. 332601-2692, as amended); the Carpenter-Presley-Tanner Hazardous Substance Account Act (Health & Safety Code, 3325300-25395, as amended); the Hazardous Waste Control Law (Health & Safety Code, 3325100-25250.25, as amended); the Safe Drinking Water and Toxic Enforcement Act (Health & Safety Code, 3325249.5-25249.13, as amended); the Underground Storage of Hazardous Substances Act (Health & Safety Code, 3325280-25299.7, 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 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. 8. 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. 9. 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 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. 11. 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. 12. 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: a. Any materials and equipment which shall be used during the course and scope of the Project and Work shall be vested in Contractor; b. Any materials and equipment which shall be used during the course and scope of the Proje~t and Work CMR:224:05 Attachment C J I /~~~ 772 ~ 762 ~ )--75 . ~ N ~~ T'"'I 771 . Ln M '" \ ... 1..0 Lt') 0\ Lt') 1..0 Lt') ~ . 75 '" '" '" .......... " '"' ."' '" .... ~ " ........... ....................... H " .................... _ .... " "" • H H _ • • ••••••••• _ •••• _. H M Lt') r--.. T'"'I 0\ 745 ..-t N N '" N N M M r--.. '" . r--.. '" '" 719 ~ ~ ~ .~ 1/ 717 00 ~ ex:> 0 ~ 714 N ("i") M V r--.. '" " " 715 UJ > ~ 707 a:: 0 710 ..-t UJ 1..0 705 Z Lt') M -• t:: Lt') ~ 0 \ a:: LI') 701 I Q'\ ("I') lJ") M U ~ " ex:> Lt') Lt') Lt') M M M ./ MIDDLEFIELD ROAD I 1..0 0 V ex:> 0 0 0 0 0 1..0 0 N Lt') '" ex:> 0\ 0 T'"'I 0\ M ~ Lt') " ex:> ~. ~ ~ ~ LO LI') LI') Lt') Lt') Lt') LI') LI') ("I') M ...,.. .M M M M M fV"\ M ,..,.. ,. I '" , '"' M W.O~ 40000 77 REV. DATE· APPR. DESCRIPTION APPROVED May 2004· CHRISTINE DRIVE Patrick Valath ELECfRIC SYSTEM REBUILD SR. ENGINEER I MANAGER ... ,\1/.1 .. ENGR. PEV .~ City of Palo Alto MAP# CKT# SCALE W.O.# I DRAWING # DRWN PDD California NTS 40000577 CHKD. PEV UTILITIES. ELECTRIC ENGINEERING SHEET 1 OF 1