Loading...
HomeMy WebLinkAbout2002-01-14 City Council!!t I1/~ " City of Palo Alto City Manager’s Report TO:HONORABLE CITY COUNCIL FROM:CITY MANAGER DEPARTMENT: UTILITIES DATE:JANUARY 14, 2002 CMR: 100:02 SUBJECT:APPROVAL OF A CONTRACT WITH P&J UTILITY COMPANY IN THE AMOUNT OF $1,372,394 FOR WATER MAIN REPLACEMENT PROJECT 15, CIP #33330 RECOMMENDATION Staff recommends that Council: Approve and authorize the Mayor to execute the attached contract with P&J Utility Company in the amount of $1,372,394 for Water Main Replacement Project 15, Capital Improvement Program Project 33330. o Authorize the City Manager or his designee to negotiate and execute one-or more change orders to the contract with P & J Utility Company for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $137,239. DISCUSSION Project Description The work to be performed under the contract is for Water Main Replacement Project 15, which involves the installation of approximately three miles of water main and servicesi (see project location maps Attachment C). The project maintains a 26-year replacement program for the cast iron portion of the City’s water distribution system. CMR:100:02 Page 1 of 3 As the City’s water distribution system ages, it becomes necessary to replace existing water mains. These mains, typically cast iron pipes, begin to show signs of extensive corrosion, or become subject to recurring breaks. Another problem with very old water systems, such as Palo Alto’s, is that mains are inadequate in size to supply the required flows and pressure for fire protection. This project will replace mains that have been identified by staff as subject to breakage and will increase fire protection flows in the areas being upgraded. This project will also abandon some existing cast iron water mains and transfer the water services to the larger existing water mains on the same streets. Bid Process A notice inviting formal bids for Water Main Replacement Project 15 was sent on November 14, 2001 to eight builders’ exchanges and six contractors. The bidding period was twenty six calendar days. A non-mandatory pre-bid meeting was held on November 28, 2001; three bidders attended the meeting. Bids were received from five qualified contractors on December 11, 2001, as listed on the attached bid summary (Attachment A). Bids ranged from a high of $2,098,097 to a low bid of $1,372,394. Contractors not responding indicated that they did not submit a bid because they were too busy to bid. Staff has reviewed all bids submitted and recommends that the bid of $1,372,394 submitted by P&J Utility Company be accepted and that P&J Utility Company be declared the lowest responsible bidder. The bid is eleven percent below the engineer’s estimate of $1,545,231. The change order amount of $137,239 which equals ten percent of the total contract is requested. Staff checked references supplied by the contractor for previous work performed and found no significant 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 included in the FY 2001-02 Utilities Department Water Capital Improvement Program (CIP) budget. POLICY IMPLICATIONS The award of this contract does not represent any change to existing City polices. This recommendation is consistent with the Council approved Utilities Strategic Plan Strategy 1) Operate distribution system in a cost effective manner. It is also consistent with the CMR: 100:02 Page 2 of 3 City Council Priorities No. 1) Long-Range Financial Plan - Identify the means to fund the rehabilitation of existing infrastructure as well as the construction of new infrastructure over the next 10 years. ENVIRONMENTAL REVIEW This project is categorically exempt from the provisions of the California Environmental Quality Act and no further environmental review is necessary. ATTACHMENTS A:Bid Summary B:Contract C:Project Location Maps PREPARED BY: An Le, Charles Borg, Roge iak, and Scott Bradshaw DEPARTMENT HEAD: CITY MANAGER APPROVAL: of Utilities EMIL4~ HARRISON Assistant City Manager CMR: 100:02 Page 3 of 3 FORMAL CONTRACT CONTRACT No. (Public Work) Utilities Engineering SECTION 5OO 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 P & J Utility Company 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:Water Main Replacement- Project 15, Invitation for Bid (IFB) Number 1.39066 Bid:$1,372,394.00 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.,/ Standard Drawings and Specifications (1999). 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 andSpecifications (1999). 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 Standard Drawings and Specifications (1999), or, if no time is stated, within thirty (30) Days of the date of receipt of Contractor’s invoices. ’CITY OF PALO ALTO IFB 139066 rev. 10/01 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 obt 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 police/shall be signed b~,.a person who is authorized PAGE 1 OF 8 A’I-I’ACHMENT’~" FORMAL CONTRACT SECTION 500 by that insurer to bind coverage in its behalf. Proof of insurance shall be mailed to the Project Manager t,o 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 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 ail 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 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 I~enefit 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 CITY OF PALO ALTO IFB 139066 PAGE 2 OF 8 rev. 10/01 ATFACHMENT"B" FORMAL CONTRACT SECTION 500 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: Any materials and equipment which shall be used during the course and scope o1[ the Project and Work shall be vested in Contractor; Any materials and equipment which shall be used during the course and scope o~: the Project and Work shall be merchantable and fit to be used for the parti.cular purpose for which the materials are required; Any labor and services rendered’and materials and equipment used oi" 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 warran;(y 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 ~nd~rectly, with any person in regard to the terms and conditions of Contractor’s Bid, except as may be permitted by the Invitation For Rid; 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; Contractor has not r~ade 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 !o 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 I.Contractor has fully examined and inspected the Project site and has full knowledge of the physical conditions of the Project site. 13.Assiqnment. This Contract and the performance required hereunder is personal to Contractor, and it shall CITY OF PALO ALTO IFB 139066 PAGE 3 OF 8rev. 10/01 ATFACHMENT"B" FORMAL CONTRACT not be’assigned by Contracior. Any attempted assignment shall be null and void. SECTION 500 14.Claims of Contractor. All claims pertaining to extra work, additional charges, or delays within the Contract Time or other dispu{es 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.Audits by Cir. 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. 16.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 s, ufficiently 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 Utilities Department 1007 Elweil Court Palo Alto, CA 94303 Attn: Charles A. Borg, Project Manager To Contractor: 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 thatfunds 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. 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. CITY OF PALO ALTO IFB 139066 PAGE 4 OF 8rev. 10/01 ATFACHMENT"B" FORMAL CONTRACT SECTION 500 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 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, whLGh 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. 1.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 expressl.y 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. Oo 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 ~hall be extended to the following Business Day. CITY OF PALO ALTO IFB 139066 rev. 10101 PAGE 5 OF 8 AT~ACHMENT"B" FORMAL CONTRACT SECTION 500 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 ~his Contract relating to Alternative Dispute Resolution, Venue. and Recovery of Costs in any subcontracts or major material purchase agreements which it enters into in con’nection 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 par~ies 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 APPROVED ASTO FORM: City Clerk By: Its Mayor Senior Assistant City Attorney CITY OF PALO ALTO IFB 139066 ,PAGE 6 OF 8 revo 10/01 ¯ FORMAL CONTRACT A’]TACHMENT"B" SECTION 500 APPROVED:CONTRACTOR: Assistant City Manager Director of Utilities Director of Administrative Services Contract Manager (Insurance Review) By: Name: Title: By: Name: Tile: (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) CITY OF PALO ALTO IFB 139066 rev. 10/01 PAGE 7 OF 8 FORMAL CONTRACT ATTACHMENT"B" SECTION 500 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF COUNTY OF On , before me, _, a notary public in and for said County, persgnally 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 su.bscribed 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 OF PALO ALTO IFB 139066 PAGE 8 OF 8 rev. 10/01 LEGEND VMR PHIS SEGMENT ATTACHMENT MIDDLEFIELD RD MITCHELL STANFORD 8HOPPING CENTER PALO ALTO HOSPITAL EL OR^VN BC CHECKED AL REVIEVED 12/01 1 2/01 VATER MA I N REPLACEMENT PROJECT MAP CITY OF PALO ALTO, CALIFORNIA PROJECT 1 S IREVISION: SCALE: NONE DVG. NO. SHEET 1-OF 4 LEGEND PH15 SEGMENT ATTACHMENT "C" >< BELVEW CT LOUIS RD HARTE. ST MARK TWAIN BARBARA DR MIDDL EI::IELD/i~~ ]1 WEBSTER ST ,m I [COWPER sT 1 I,,, SYRON ST WEBSTER ST BY DR^VN BC CHECKED AL REVIEUEB DATE 12/01 12/01 WATER MA I N REPLACEMENT PROJECT MAP CITY OF PALO ALTO, CALIFORNIA PROJECT 1 S IREVISION: SCALE: NONE DVG. NO. SHEET 2 OF 4 LEGEND AT TACHMENT "C" ~ WMR PHIS SEGMENT I ~’ ir I 8OUTH COURT 8Y DRAWN BC CHECKED AL DATE 12/01 12/01 ~/ATER MAIN REPLACEMENT PROJECT IS PROJECT MAP CITY OF PALO ALTO, CALIFORNIA IR.EVISION: SCALE: NONE DUG. NO. SHEET 3 OF 4 LEGEND CARLSON CR 8TARR KING CIR VMR PH15 SEGMENT DRAVN CHECKED REVIEWED MUMFORD PL PARK ~LVD PLACE DEL MEDIO CT(~ M,tLER CT CESANO CT ATTACHMENT MILLER BY BC AL DATE 12/01 12/01 EL CAMINO RE~ ~JATER MAIN CITY OF PALO REPLACEMENT PROJECT MAP ALTO, CALIFORNIA PROJECT 1 S IREVISION: SCALE: NONE D~G. NO. SHEET 4 OF 4