HomeMy WebLinkAboutStaff Report 235-05Summary of Bid Process
Bid Name/Number Project 17 Cleaning and Video Inspection Services. CIP WC-
04002, IFB NO.110917
Proposed Length of Project 300 calendar days
Number of Bids Mailed to Contractors 6
Number of Bids Mailed to Builder's 5
Exchanges
Total Days to Respond to Bid 28
Pre-Bid Meeting? Yes (non-mandatory)
Number of Company Attendees at Pre-3
Bid Meeting
Number of Bids Received: 2*
Bid Price Range From a low of $1,943,603.60 to a high of $1,946,750.00
*Bid summary provided ill Attachment B.
Staff has reviewed all bids submitted and recommends that the bid of $1,943,604 submitted by
J.F. Pacific Liners Inc. be accepted and that J.F. Pacific Liners Inc. be declared the lowest
responsible bidder. The bid is 2 percent. above the engineer's estimate of $1,900,000. The
change order amount of $150,000 which equals 8 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 capital improvement project are included in the FY 200412005 Wastewater budget
as Project WC-04002. The quantity of mains cleaned and televised under this contract are
beyond the City's existing personnel and equipment capacities.
POLICY IMPLICATIONS
The approval of this contact is consistent with existing City policies, including the Council-
approved Utilities Strategic Plan Key Strategy No.1, "Operate distribution system in a cost
effective manner," Strategy No.7, "Implement programs that improve the quality of the
environment" and Objective No.2, "Invest in utility infrastructure to deliver reliable service."
ENVIRONMENTAL REVIEW
This project is categorically exempt from California Env~ronmental Quality Act (CEQA)
pursuant to CEQA Guidelines Sections 15301 (b) repair, maintenance of existing facilities and
15302 ( c) replacement or reconstruction of existing facilities.
CMR:235:05 Page 2 of3
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 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 al'l 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 Project and Work
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: .
Senior Assistant City Attorney
APPROVED: CONTRACTOR: J.F. Pacific Liners, Inc.
8y:. ______________ _
Assistant City Manager Name ______________________________ __
Title: ______________________________ _
Director of Administrative Services
8y: _______________ _
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 ACKNOWLEDGMENT
(Civil Code 3 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.
· '
PROJECT 17 SANITARY SEWER Cleaning and TV CMR:235:05 ATTACHMENT B
IFB # 4/13/2005
Engineer Estimate JF Pacific Liners, Inc GELCO Services
Item Quantity Unit Description Unit Extension Unit Extension Unit Extension Unit Extension Unit Extension Unit Extension
Price Price Price Price Price Price
1 764470 LF CleanNideo 4-8 $1.50 $ 1,146,705 $ 1.47 $ 1,123,771 $ 1.40 $ 1,070,258 $ -$ -$ -$ -$ -$ -
2 145325 LF CleanNideo 10-18 $1.50 $ 217,988 $ 1.50 $ 217,988 $ 1.20 $ 174,390 $ -$ -$ -$ -$ -$ -
3 56557 LF CleanNideo 21-36 $3.00 $ 169,671 $ 1.60 $ 90,491 $ 2.00 $ 113,114 $ -$ -$ -$ -$ -$ -
4 10427 LF CleanNideo 39-72 $4.00 $ 41,708 $ 2.00 $ 20,854 $ 4.00 $ 41,708 $ -$ -$ -$ -$ -$ -
5 80000 LF Extra Clean 4-8 $1.50 $ 120,000 $ 2.80 $ 224,000 $ 1.30 $ 104,000 $ -$ -$ -$ -$ -$ -,
6 15000 LF Extra Clean 10-18 $1.50 $ 22,500 $ 3.50 $ 52,500 $ 1.90 $ 28,500 $ -$ $ -$ -$ -$ -I
7 6000 LF Extra Clean 21-36 $3.00 $ 18,000 $ 4.75 $ 28,500 $ 5.88 $ 35,280 $ -$ -$ -$ $ -$ -!
8 2000 LF Extra Clean 39-72 $4.00 $ 8,000 $ 7.00 $ 14,000 $ 12.75 $ 25,500 $ -$ -$ -$ -$ -$ -'
9 . 50 EA Rev. Setup $ 100.00 $ 5,000 $ 300.00 $ 15,000 $ 300.00 $ 15,000 $ -$ -$ -$ -$ -$ -I
10 50 CY Debris Disposal $ 200.00 $ 10,000 $ 800.00 $ 40,000 $ 630.00 $ 31,500 $ -$ -$ -$ -$ -$ -
11 20 EA Spot Repair $ 6,000.00 $ 120,000 $ 5,000.00 $ 100,000 $ 14,175.00 $ 283,500 $ -$ -$ -$ -
12 1 LS Video Equip. $ 20,000.00 $ 20,000 $ 16,500.00 $ 16,500 $ 24,000.00 $ 24,000 $ -$ -$ $ -
$ -$ -$ -$ -$ -$ -$ -$ -$ -
$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -
$ -$ -$ -$ -$ -$ -$ -$ -$ -
$ -$ -$ -$ -$ -$ -$ -$ -$ -
$ -$ -$ -$ -$ -$ -$ -$ -$ -
$. -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -
$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -
$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -
$ -$ -$ -$ -$ -$ -$ -$ -
$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -
$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -
$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -
$' -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -
$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -
$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -
$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -
Base Total $ 1,900,000 $ 1,943,604 $ 1,946,750 $ -$ --- $ -
Bid Summary -Final U:IWWG/Project15/P17 Final.xls ~
· \