HomeMy WebLinkAbout2002-05-20 City Council (4)City of Palo Alto
City Manager’s Report
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: UTILITIES
DATE:
SUBJECT:
MAY 20, 2002 CMR:209:02
AWARD OF CONTRACT TO STREAMLINE INCORPORATED
FOR WATER/WASTEWATER OPERATIONS CONTRACT
SERVICES (IFB #142310) IN THE AMOUNT OF $242,880
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached one year contract with
Streamline Inc. in the amount of $242,880 for Water/Wastewater Operations
con’tract services.
Authorize the City Manager or his designee to negotiate and execute one or more
change orders to the contract with Streamline Inc. for related, additional but
unforeseen work that may develop during the project, the total value of which
shall not exceed $ 24,288.
DISCUSSION
Project Description . .
The work to be performed under the contract is for the construction of various sized
sanitary sewer mains, laterals, manholes, water mains, water services, and fire hydrants
by open trench method, on various locations throughout the City of Palo Alt0.
The City of Palo Alto performs routine maintenance on the Wastewater Collections
System. Information gathered from this maintenance is collected and entered into the
Sewer Information Maintenance Management System (SIMMS); it is then used to
prioritize work on the collection system. SIMMS has identified defective laterals,
mainlines and manholes in need of replacement or repair, to decrease the amount of
sewer backups. Replacing or repairing existing services will reduce maintenance
expenses and eliminate groundwater intrusion into the collection system.
CMR:209:02 Page 1 of 3
This project also involves replacing old and deteriorating water mains, water service
lines, water valves, and hydrants. To’ maintain a high water quality standard, it is
necessary to replace old and corroded pipe when found. Upgrading hydrants and valves is
consistent with fire protection policies.
Bid Process
A notice inviting formal bids for Water/Wastewater Operations contract services was sent
to twenty-eight vendor/contractors on February 4, 2002. The bidding period was twelve
calendar days. A mandatory pre-bid meeting was scheduled for February 19, 2002; four
contractors attended. Bidding closed on February 26, 2002. Bids were received from
three contractors on February 26, 2002, as listed on the attached bid summary
(Attachment B). The lowest responsible bid is for the amount of $242,880. Contractors
not responding stated that they could not be competitive on this project.
Water-Gas-Wastewa~er Operations has reviewed the bids submitted and recommends that
the bid of $242,880 submitted by Streamline Inc. be accepted and that Streamline Inc. be
declared the lowest responsible bidder.~ The change order amount of $24,288, which
equals ten percent of the total contract, is requested for additional but unforeseen work
that may develop during the project.
Staff checked references supplied by Streamline Inc. for 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.
ALTERNATIVES
Due to the aging infrastructure and the increase in service disruptions, WGW Operations
has experienced an overwhelming increase in workload and a decrease in experienced
personnel. The only other alternative is to hire full time employees. Implementing a
contract crew would afford the ability and the flexibility to dedicate skilled employees to
certain tasks, .especially in emergency situations. This crew would assist WGW
Operations group to work efficiently on routine operations as well as with emergencies.
Repair times for service disruptions would decrease. The added manpower would help to
reduce backlogged work as well as assisting WGW Operations when employees are ill,
on vacation or in training classes.
CMR:209:02 Page 2 of 3
RESOURCE IMPACT
Funds for this proj.ec~ are available in the FY 2001/02 Water and Wastewater Capital
Improvement. Program budget for Water System and Wastewater Collection System
Rehabilitation/Augmentation.
POLICY IMPLICATIONS
This. report does not represent any change-to existing City policies and supports the
Utilities Strategic Plan Strategy No. 1 Operating the distribution system in a cost
effective manner by accelerating the capital improvement program to reduce maintenance
cost in later years when competition will become more intense and also by developing
multi-year service contracts .with local contractors for outsourcing the installation of all
new water, gas and wastewater services.
ENVIRONMENTAL REVIEW
This project is categorically exempt from the provisions of the California Environmgntal
Quality Act and no further environmental review is necessary.
ATTACHMENTS
A:Contract
B:Bid Summary
PREPARED BY:
Project Manager
DEPARTMENT HEAD:
r of Utilities
CITY MANAGER APPROVAL:
HARRISON
Assistant City Manager
CMR:209:02 Page 3 of 3
FORMAL CONTRACT SECTION 500
CONTRACT No.
(Public Work)
¯ Utilities Department
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 Streamline Plumbin.q & Under.qrou .nd
Construction, Inc. ,Contractor.
For and in consideration of the covenants, terms, and conditions (Athe 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
Cor~tract.
General Scope of Project 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 & Wastewater Operations Contract Services, Invitation for Bid (IFB) Number 142310
Bid:$ 242,880.00
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.
Supplemeniary Conditions.
General Conditions.
Standard Drawings and Specifications (1999).
Certificate of Insurance, Performance Bond, Labor & Materials (Paymer~t) Bond.
Other Specifications, or part thereof, not expressly incorporated in the Contract Specifications or the
Standard Drawings and Specifications (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) Daysof the date of receipt of Contractor’s invoices.
CITY OF PALO ALTO IFB 142310
rev. 12/00
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 underthe
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 policy shall be signed by a person who is authorized by that insurer to bind coverage in its
PAGE 1 OF 7
FORMAL CONTRACT SECTION 500
behalf. Proof of insurance shall be mailed to the Project Manager to the address set forth in Section 15 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 anythihg 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 tl~e 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, ar!sing, in whole or in par~, 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 Iocal,state or
federal law, statute or ordinance, or at common law.
10.
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 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.
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 sitel and with all Laws
pertaining to nondiscrimination in employment and hazardous materials.
11.Bonds. As a condition precedent to Cityls 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.
CITY OF PALO ALTO IFB 142310 PAGE 2 OF 7
rev. 12/00
FORMAL CONTRACT SECTION 500
12.Representations and Warranties. In tl~e 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 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 workman~;hip 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 mad’e 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 ur~der 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 a;uthorized 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;
jo 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.
13.
14.
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 claim
to City.
15.Audits by City. During the term of this Contract and for a period of not less than three (3) years after the
CITY OF PALO ALTO IFB 142310 PAGE 3 OF 7
rev. 12/00
FORMAL CONTRACT SECTION 500
expiration or earlier termination o~ 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 sufficiently given and served upon the other party if (1) personally served, (2) sent by the United States
m’ail, 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 hsurs 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
250 Hamilton Avenue
P.O. Box 10250
Palo Alto, CA 94303
Attn: Michael Haynes, Project Manager
To Contractor:Streamline Plumbing & Underground Construction, Inc.
23782 Connecticut Avenue.
Hayward, CA 94545
Attn: Gre.q Martin
Phone: (510) 967-8924
F.AX: (925) 516-6223
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 appropriatedfor 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 personalproperty 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-Standard Drawings and
Specifications (1992) of this Contract are incorporated herein by reference.
e.Force Majeure. Neither party shall be deemed to be in default on account of any delay or failure to
CITY OF PALO ALTO I FB 142310
rev. 12/00 PAGE 4 OF 7
FORMAL CONTRACT SECTION 500
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 eniire
agreement between the parties concerning the Project and Work, and there are no other prior 0ral or
written agreements between the part.es 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 Sucqessors 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 Contrac~
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. DistrictCourt 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 part~, hereunder, th~ parties agree that
such action shall be vested exclusively in the state courts of California in the County of Santa Clara or
CITY OF PALO ALTO IFB 142310
rev. 12/00 PAGE 5 OF 7
FORMAL CONTRACT
in the United States District Court for the Northern District of California.
SECTION 5OO
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.
AFrEST:
City Clerk
CITY OF PALO ALTO
By:
its Mayor
APPROVED AS TO FORM:
Senior Assistant City Attorney
APPROVED:STREAMLINE PLUMBING
CONSTRUCITON, INC.
UNDERGROUND
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 142310
rev, 12/00 PAGE 6 OF 7
FORMAL CONTRACT SECTION 500
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 provedto 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 OF PALO ALTO IFB 142310 PAGE 7 OF 7rev. 12/00