HomeMy WebLinkAbout2001-04-23 City Council (6)City of Palo Alto
City Manager’s Report
TO:
FROM:
HONORABLE CITY COUNCIL
CITY MANAGER DEPARTMENT: UTILITIES
DATE:
SUBJECT:
APRIL 23, 2001 CMR:176:01
AWARD OF CONTRACT iN THE AMOUNT OF $243,840 TO
K.J. WOODS CONSTRUCTION, INC. FOR
WATER/WASTEWATER OPERATIONS CONTRACT
SERVICES (IFB #133401)
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached contract with K.J.
Woods Construction, Inc. in the amount of $243,840 for water/wastewater
operations contract services.
Authorize the City Manager or his designee to negotiate and execute one or
more change orders to the contract with K.J.Woods Construction, Inc. for
related, additional but unforeseen work which may develop during the
project, the total value of which shall not exceed $24,384.
DISCUSSION
Proj ect Description
The work to be performed under the contract is for construction of various size
sanitary sewer mains, laterals, manholes, water mains, water services, and fire
hydrants by open trench method,, on various locations throughout the City of Palo "
Alto.
CMR:176:01 Page 1 of 3
The City of Palo Alto Sewer Information Maintenance Management System
(SIMMS) and recent inspections have identified certain sanitary sewer facilities
are in need of replacement/repairs to decrease the amount of sewer backups,
including root intrusions and leaking pipe joints. Staff recommends capital
improvements to correct these collection system deficiencies. The replacements
specified in this contract will provide increased reliability and leak-free services
and reduce current and future maintenance problems.
Bid Process
A notice inviting formal bids for water/wastewater operations contract services
was sent on February 10, 2001 to five contractors. The bidding period was ten
calendar days. A pre-bid conference is not mandatory and was not scheduled.
Bids were received from one contractor on March 6, 2001, as listed on the
attached bid summary (Attachment "B). Contractors not responding were not
interested in working on an hourly basis..
Water-Gas-Wastewater Operations has reviewed the bid submitted and
recommends that the bid of $243,840 submitted by K.J. Woods Construction, Inc.
be accepted and the K.J. Woods Construction, Inc. be declared the lowest and only
.responsible bidder. Its bid is 64.2 percent below the engineer’s estimate of
$680,000. The change order amount of $24,384 which equals ten percent of the
total contract, is requested for additional but unforeseen work which may develop
during the project.
Staff checked references supplied by K.J. Woods Construction, 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.
RESOURCE IMPACT
Funds for this project are available in the fiscal year. 2000-01 Capital
Improvement Program budget for Wastewater Collection System
Rehabilitation/Augmentation.
CMR: 176:01 Page 2 of 3
POLICY IMPLICATIONS
This report does not represent any change to existing city policies.
ENVIRONMENTAL REVIEW
This project is categorically exempt from the provisions of CEQA and no further
environmental review is necessary.
ATTACHMENTS
A:Contract
B:Bid Summary
PREPARED BY:Scott Bradshaw, Bill Gray, and Michael Haynes
DEPARTMENT HEAD APPROVAL:
CITY MANAGER APPROVAL:
of Utilities
EMILY HARRISON
Assistant City Manager
CMR: 176:01 Page 3 of 3
CONTRACT No.
(Public Work)
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 K J Woods Construction, Inc, a
California Corporation, 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 Contract
General Scope of Proiect and Work Contractorshall 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
133401
Bid $ 243,840 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
a 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 and Specifications (1999)
Any other document not expressly mentioned herein which is issued by City or entered into by the
parties
Cempensation 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
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 tl~e’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 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 15 of this Contract
cl’rY OF PALO ALTO PAGE 1 OF 8
rev 12/00
Indemnification Contractor agrees to protect, defend, indemnity 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, indemnity, hold harmless and defend
City, its City Council me.mbers, 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 fede.ral 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 reanner 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 m.ay 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
CITY OF PALO ALTO PAGE 2 OF 8
rev 12/00
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,
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 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 made an attempt to exert undue influence with the Pumhasing 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
13
Contractor has fully examined and inspected the Project site and has full knowledge of the
physical conditions of the Project site
Assignment 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 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 Cit~.
Cl’l~’ OF PALO ALTO PAGE 3 OF 8
rev 12/00
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 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
250 Hamilton Avenue
P O Box 10250
Palo Alto, CA 94303
Attn Michael Haynes, Project Manager
To Contractor Kieran Woods
K J Woods Construction Company, Inc
2625 Judah St, No 2
San Francisco, CA 94122
17 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 16 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
e
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
Forc~ 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
f 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
g.Incorporation of Documents. All documents constituting the Contract documents described in
CITY OF PALO ALTO PAGE 4 OF 8
rev 12/00
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
h 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
m 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 righLs 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
P
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, ~hall 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
r 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.
CITY OF PALO ALTO PAGE 5 OF 8
rev 12/00
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
AI-rEST
City Clerk
CITY OF PALO ALTO
By
Its Mayor
APPROVED AS TO FORM
Senior Assistant City Attorney
CITY OF PALO ALTO PAGE 6 OF 8
rev 12/00
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
rev 12/00
PAGE7 OF8
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 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 h6/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 PAGE 8 OF 8
rev 12/00
PART II - BIDDER’S BID PAGES SECTION 300
City Council/City Manager
City of Pale Alto
Pale Alto, California
In response to this Invitation For Bid (IFB), the undersigned, as Bidder, declares that the only persons or
parties interested in this Bid as principals are those named herein; that this Bid is made without collusion
with any other person, firm or corporation; that the Bidder has carefully examined the location of the
proposed work and the plans and specifications herein referred to; and the Bidder proposes and agrees,
if this.Bid is accepted, .that the Bidder will contract with the City of Pale Alto (City), to provide all necessary
materials, equipment, tools, apparatus, and other means of t.ransport services, and to do all the work and
furnish all the specified requirements in this IFB, in the manner herein prescribed and at the~prices stated
in the following Bid:
Project Title:Water & Wastewater Operations Contract Services, Inyitation F~r Bid (IFB) Number
133401
A: Base Bid
¯ BID
iTEM
OOl
002 144
.APPROX UNIT
QTY.
696 Hour
Hour
DESCRIPTION, WITH UNIT PRICE IN WORDS
(PRICE IS INCLUSIVEOF ALL APPLICABLE TAXES)
Straight Time Rate for Work Crew provided in
accordance with Part III, General Requirements, herein.
(Unit Pric.e in words:
Over Time Rate for Werk Crew providei:l in accordance
with Part III, General Requirements, herein.
(Unit Price in words:
UNIT PRICE
$
TOTAL ITEM
PRICE
$
Base Bid Total (items 001 through 002, with all.applicable taxes included).
Lowest Responsible Bidder
The lowest bid shall be the lowest bid price on the base contract without consideration of the prices on
the ’add’ or ’deduct’ alternates.
Bid Bond Requirement (Not required for Bids with a Base Bi~ Grand Total amount of less
than. $25,000)
Bidders shag’submit a Bid Bond in the amount of not less th.an five percent (5%) of the Bas~ Bid Grand
Total. The Bid Bond shall be in the form of cash, a certificate of deposit, a certified check or draft, a
cashier’s check or draft, drawn on a bank or credit union chartered in the United States of America,.and
issued or drawn in favor of, and payable to the "City of Pale Alto", or a surety bond in favor of the "City of
PaloAIto". City will not accept Personal or company as a form of Bid Bond.
Bid Bond (Bidder shall enter the/pmount of Bond submitted/enclosed)
Enclosed is $~oFT~/’F/6 I(Bid Bohd amount of not less than 5% of the Base Bid Grand Total)
which is given as security to assure the undersigned will enter into the contract for performance of the
work as is specified herein, if awarded.
CITY OF PALe ALTO IFB 133401
rev. 12/0o
PAGE 1 OF 3
PART II - BIDDER’S BID PAGES SECTION 300
Note: The Bid Bbnds of Bidders who do not qualify as the Lowest Responsible Bidder
shall be returned to such Bidders upon the execution of the contract by City and the
successful Bidder.
Insurance
The Bidder shall bear all costs and provide insurance as requ, ired by Part II, Section 650, Insurance
Requirements, herein. ,~
Project Schedule
Time is of the essence. The selected Biddei- shall begin Wo~’k hereunder within 5 calendar daysof City’s
Notice to Proceed, in accordance with Part III, General Requirement~s, herein.
Performance, and Payment (Labor and Material) Bo’nds
The selected Bidder shall fumish City a. Performance Bond, and Payment (Labor and Materials) Bond.
Both bonds shall be in the amount of 100% of the contract price, and in accori:fance with requirements
contained in Part II, Section 610, Performance Bond, and in Section 620, Payment (Labor& Materials)
Bond, of this IFB.
Liquidated Damages
Any delay by Contractor to perform will interfere with the proper implementation of Ci~s programs to the
loss and damage of City. As it would be impracticable to fix the actual damage City Suffers in the event of
any such failure to perform, City and Contractor, therefore, presume that in the event of any such failure
to perform, tl~e amount of damage which shall be sustained by city will be the sum of $ 500.00 for each
and every calendar day during which said work shall remain uncompleted beyond such time for
completion or approved ~xtension thereof. The City .retains the right to deduct liquidated damages from
p.r .ogress payments to the extent that the amount of said liquidated damages, based on Contractor’s
failure to maintain schedule as determined by City, exceeds the ContPact retention. In addition, the City
ma.y’ require a tripartite agreement among the City, the Contractor, and the ContPact0r’s surety as a
condition to making full progress payments if the Work is behind schedule, in order to avoid exoneration
of the bond or impairment of the surety’s security.
Specifications
The specifications or scope of work included have been prepared to describe the standard of quality,
performance, and other characteristics needed to meet City requirements. The City will accept alterrtbte
proposals of a designated .material, product, thing, service, "or .equal", and will determine if such alternate
proposals are satisfactory in meeting mandatory requirements or specification~ and if the proposed
alternate meets the intent of the original mandatory requirement.
ontractor’s License Requirements
Subject to verification of good standing, Bidder shall submit a copy of its current contractors license as
issued by thb State of California under Chapter 9 of Division III of the California Business and Professions
Code (Sections 7000 et seq). The copy of the license shall be attached to Part II, Section 300A, Bidder
Information, ~f the IFB. The prime contractor for this work shall possess a valid contractor~icense in the
following category:
Class A (General Engineering), or,
The appropriate Special California Contractors License pertaining to,the work to be
accomplished:
Licsnse Number:
Classification:
Expiration Date:
CITY OF PALO ALTO IFB 133401
rev. 12/00
PAGE 2 OF 3
PART II - BIDDER’S BID PAGES SECTION 300
Signature(s) must be the same signature(s) as appear(s) in Part !1, Section 300A, Bidder Information, of
the IFB:
Signature:
Name:~/~’~ ~0~Name:.~/~ ~OO~(Pdnt or ~pe name) (Pdnt or ~e name)
CITY OF PALO ALTO IFB 133401
rev 12/00 PAGE 3 OF 3
Ao
PART Ill - BIDDER INFORMATION SECTION 300A
PROVIDE THE INFORMATION REQUESTED BEI ’OW OR INDICATE "NOT APPLICABLE", IF APPROPRIATE
NAME OF BIDDER (COMPANY)
K. J. Woods Const.ruction, Inc.
2625 Judatl St.; No. 2
San Francisco.. CA 94122
ADDRESS
IRS Number:
Phone/Fax Number:
Bidder is a:
California Corporal;ion
Corporation organized under the laws of the State of
with head offices Ioca.ted at
and offices in California a.t
, proprietor
[]
[]
California Limited Liability Company
Sole Proprietorship;
Partnership
Limited Liability Partnership
List names of partners; state which partner or partners are managing partner(s)
B
C.
D.
n Other (attach Addendum with explanatory details)
How many years have you (or your firm) done business under the name listed above?
How many years of experience similar to work or services covered in this IFB?
Provide relevant references of contracts satisfactorily completed in the last three (3) years: .
CUSTOMER COMPANY CONTAOTIPHONE NUMBER DATE COMPLETED CONTRACT AMOUNT
(PROVIDE ADDITIONAL SHEETS, IF NECESSARY)
E.Have you (or your firm) previously worked for the City of Palo Alto? v’~ Yes, or ~
above, or if necessary, provide information on additional sheets).
CITY OF PALO ALTO IFB 133401
No (if "Yes", list
PAGE 1 OF 4
PART lil- BIDDER INFORMATION SECTION 300A
- QUANTITY
F,If applicable, provide a list of the plant(s), and/or facilities, and equipment owned by the. Bidder which are
available for use on the proposed work as may be required herein.
NAME/TYPE/MODEL, CAPACITy,, ETC.CONDITION ~LOCATION
(INCLUDE ADDITIONAL PAGES IF NECESSARY)
G.P~ovide a list of the Bidder’s management staff who will manage the proposed work or services:
NAME FIELD OF EXPERTISE/CAPABILITIES/EXPERIEN~3E.
Ho
(INCLUDE ADDITIONAL PAGES IF NECESSARY)
Contractors license, numbe[/type: ~/~7~7~7 ~
J
Minority Business Enterprises:
Bidder is ~, or is not
,Small Business Concer~:
Bidder is v/ _, or is not~
a minority, or Women, or Disadvantaged Business Enterprise
a Small Business Concern
Ko Reference Section 4100, et Seq, ofthe Public Contract Code: identify the names and business address of
each subcontractor performing work (under this IFB) that has a valUe in excess of one-half of one percent
of the Bidder’s total Bid price. Also identify the portion, of the work that will be performed by such
subcontractor. After opening of Bids, no changes or substitutions will be allowed except as otherwise
provided by law. The listing of more than one subcontractor for each item of work to be performed with
the words ’and/or’ will not be permitted. Failure to comply with this requirement will render the Bid as non-
responsive and may cause its rejection. List all such subcontractors below, or in additional sheets, as
required’
NAME A~D ADDRESS SCOPE OF WORK
(INCLUDE ADDITIONAL PAGES IF NECESSARY)
Or, ~" . ~ Subcontractors will not perform work, provide labor, or render services in or about the work
cove~’ed by this IFB (check and initial).
CITY OF PALO ALTO IFB 133401 PAGE 2 OF 4’
EXPERIENCE AND FINANCIAL INFORMATION
K. J. WOODS CONSTRUCTION INC. was’formed in 1995 as a General Engineering
Contractor.
Experience in work of a nature to that covered in the proposed extends over
a period of seventeen years, inoludlng Five yem’s as WOODS
CONSTRUCTION CO., a sole proprietorship.
K. J. WOODS CONSTRUCTION INC., as a contractor, has never failed to satisfactorily
complete a contract awarded to the company.
Contractors License Number, State of Califomia 701797, Class
Reference is hereby made to the following bank as to the financial respon-
sibility of the bidder:.
Reference is
California Federal Bank
1900 Noriega St.
San Francisco, CA 94122
(415) 665-8511
Attn: Bill Fry
hereby made to the following insurance company as to the
insurability of the bidder:
Liability
Babcock Insurance Brokerage, Inc.
Suite 145
920 Hillvlew Court
MIIpitas, CA 95035
(40S) 2e~-8180
Attn: Kathy Gabdal
Workman’a Compensation
Babcock Insurance Brokerage, Inc.
Suite 145
920 Hillviaw Court
Milpitas, CA 95035
(408) 263-8180
Attn: Kathy Gabdal
Reference is hereby made to the following surety company as to the financial
responsibility and general reliability of the bidder:
Great Amedcan Insurance Company
580 Walnut Street
Cincinnati, Ohio 45202
(92 e09- 500
Attn: Iinda Brown
K. J. WOODS CONSTRUCTION INC.. owns and operates a complete fleet of construction equipment.
The following contracts have been satisfactorily completed for the
persons, firm, or authority indicated and to whom reference Is made
(partial listing):
K, J. Woods Construction, Inc.
2718 Pacheco St.
San Francisco, CA 94116
C,~, Lic. No. 701797
(415) 759-0506 .
The superintendent for the referenced project will be Kieran Woods, President of K. J. Woods
Woods Construction, Inc. Mr. Woods has been involved in underground construction for
over sixteen years. He has performed all tasks associated with this type of construction
in the capacity of laborer, operator, foreman, company owner and chief executive.
Mr. Woods formed his company, Woods Construction Co., in 1990. In 199~ he incorporated.
as K. J. Woods Construction, Inc. He has successfully constructed a wide variety of under-
ground pipeline projects, including projects similar to the referenced project.
Very truly yours,
K. J. Woods Construction, Inc.
PART Ill - BIDDER INFORMATION SECTION. 300A
L. Addenda
During the Bid process there may be changes to the Bid documents, which would require an issuance of
an addendum or addenda. City disclaims any and all liability fpr loss, or damage .to any Bidder who does
not receive any addendum issued by City in connection with this IFB, Any Bidder in submitting a Bid is
deemed to waive any and all claims and demands Bidder may have against City on account of the failure
of delivery of any.such addendum to Bidder. Any an, d ~|1 addenda issue.d bY City shall be deemed
included in this IFB, and the provisions and instructions therein contained shall be incorporated to any Bid
submitted by Bidder.
To assure that all Bidders hav~ received each addendum, the following acknowledgment and sign-off is
requited. Failure to acknowledge receipt of an addendum/addenda may be considered an irregularity in
the Bid:
Or,
M.
Adden~du~number(s) received:l’-]l; []2; []3; []4; []5, []6; []7; []8; []9
~,,~’~_~r’~ No Addendum/Addenda Were Received.(¢he¢l~ andinitial!.
The Bidder represents that it has not retained a person to solicit or secure a City contract (u’pon an
agreement or understending for a commission, percentage, brokerage, or contingent fee) except for
retention o.f bona fide employee or bona fide established commercial selling agencies for the purpose of
securing business
The firm and individuals listed below, certify that they do not .discriminate in employment with regards to
age, race, color, religion, sex, national origin, ancestry, disabi!ity, or sexual preference; that they ,are in
compliance with all federal, state, and local directives and executive orders regarding nondiscrimination in
employment.
Bidder is required to provide a certificate in good standing from the State of California with its Bid;
Q The undersigned hereby agrees to, and accepts the terms and conditions of this IFB.
Signatures (Must be the same signature(s)as will appear on Contract):
FirstOffi_cer~0 ~ /, ~(~econd Officer** ~ .(-~ ~.~
(Signature)i’/... v ~--, " ~ _ (Signature) "
(Pdnted name of sJgnato~) "(Pdnted name of signato~)
(Title of signatory - First Officer)(Title of signatory - Second Officer)
Note:Califomia Corporations Code Section 313 requires two corporate officers to execute contracts.
The signature of First Officer* mus___t be one of the following: Chairman of the Board; President; or
Vice President. The signature of the Second Officer** mus_~_.t be one of the following: Secretary;
Assistant Secretary; Chief Financial Officer; or Assistant Treasurer. 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 133401 PAGE 3 OF 4
PART ill- BIDDER INFORMATION SECTION 300A
The undersigned qertlfies that the Bidder is not a corporatiot~, and is not subject to the requirements of
Califolinia..Corporations code, and hereby agrees to, and accepts the terms and conditions of this IFB.
(p’~gnature) ...... = ’
(Pdnted n=~me Of signato%)/~L___~.t/~.~/~..~.
CITY OF PALO ALTO IFB 133401 PAGE 4 OF 4
PART II - AFFIDAVIT SECTION 400
NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WiTH BID
State of California )
) ss
County of Santa Clare ), " _
~ ~~#~~’ making ~e fo~oing bid ~at the bid is not made in the interest of, or on behalf of, any
undisclosed person, pa~e~hip, company, association, o~anlzatlon, or cor~mtlon; that the bid is genuine and not
collusive or sham; that the bidder has not dire#~y or indirectly induced or solicited any o~er bidder to put in a ~lse or
sham bid, and has not direcSy or indirsc~y colluded, conspired, ~nnived, or agreed with any bidder or anyone else to
put in a sham bid, or that anyone shall re~ain from bidding; that the bidder has ~ot in any manner, directJy or
indirectly, sought by agreement, ~mmunl~tion, Or ~nference with anyone to fix the bid pdce of ~e bidder or any
other bidder, or to fix any overhead, prdfit, or cost element of the bid pdce, or of that of any o~er bidder, or to secure
any advantage against ~e public body awarding ~e contract of anyone interested in the proposed contract; ~at all
statements ~ontained in the bid are ~ue; and, ~eh that ~e bidder has not, direcgy or indirectly, s~bmi~ed his or
her bid pdce or any b~akdown ~ereof, or the ~nten~ ~ereof, or divulged info~a~on or da~ relative ~ereto, or
paid, and will not pay, any fee to any ~.om~on, pa~nership, ~mpany association, o~aniza~on, bid deposltow, or
to any member or agent ~ereof to effe~uate a ~llusive or sham bid.
Signature First Officer*.
Name:
Signature Second Officer*:
Name:
(Pdnt or type name)
(Print or type name)
* Signature(s) Must Be Same Signature(s) as Appear(s) on S~ct~on 300A
CERTIFICATE OF ACKNOWLEGMENT
(Civil Code § 1189)
STATE OF )
COUNTY OF )
On ., before me,, a notary public in and for saidCounty, personally appeared , personally known to me (or proved t~me on thebasis 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 authodzed-capacity(ies), and that by
his/her/their signature(s) on.the Instrument the person(s), or the enti~J upon behal~ of Which the person(s) acted,
executed the instrument.
WITNESS my hand and official seal.
Signature (Seal)
CITY OF PALO ALTO IF.B 133401 PAGE 1 OF 1
.ALL-PURPOSE ACKNOWLEDGEMENT
State of California
County of
On ,.~--~
{DATE}
personally appeared
before me,
SS.
SIGNER(S)
Pt~.-’".".~ NOTARY PUBLIC CALIFORNIA
(NOTARY)
~personally known to me - OR -[]proved to me on the basis of satisfactory
evidence to be the person(s) whose naine(s)
is/are subscribed to the within instrument and
acknowledged to me that he/she]they executed
the same in his/her/their authorized
capaeity(ies), and that by his/her/their
signatures(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.
OPTIONAL INFORMATION
The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl-
edgement to an unauthorized document.
CAP/kCITY CLAIMED BY SIGNER (PRINCIPAL)DESCRIPTION OF ATTACHED DOCUMENT ’
[] BfDIVIDUAL
[] CORPORATE OFFICER
TITLE(S)
TITLE OR TYPE OF DOCUMENT
[]PARTNER(S)
[]ATI’ORNEY-IN-FACT
[]TRU,~TEE(S)
[]GUARDIAN/CONSERVATOR
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER IS REPRESENTING:NAME oF PERSON(S) OR ENTtTY(mS)RIGHT THUMBPRINT
OF
SIGNER
OTHER
ALL-PURPOSE ACKNOWLEDGEMENT
State of California
County of
On
{DATE)
personally appeared
¯ before me,
[] 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
signatures(s) on the instrument the person(s),
or the entity upon behalf, of which the
person(s) acted, executed the instrument.
OPTIONAL, INFORMATION
The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl-
edgement to an unauthorized document.
CAPACITY CIAIMED BY SIGNER (PRINCIPAL)DESCRIPTION OF ATTACHED DOCUMENT
[] INDIVIDUAL
[] CORPORATE OFFICER
TITLES)
[]PARTNER(S)
[]ATtORNEY-IN-FACT
[]TRUSTEE(S)
[]GUARDIAN/CONSERVATOR
[]OTHER:
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IF.S)
RIGHT THUMBPRINT
OF
SIGNER
OTHER
Bond No.
t VERIC- I INSU CE .COMPANY"
OHIO
CAUTION You should use an original AIA document which has this caution printed in red. An original assures that
changes will not be obscured as may 0eeur wl~en documents are reproduced.
BID BOND
Approved by The American Institute of Architects, A.I.AI Document No A310 February 1970 Edition
KNOW ALL MEN BY THESE PRESENTS, that we
K. d. Wood.~ Construction, Inc.
as Principal, hereinafter called the Principal,
and the GREAT AMERICAN INSURANCE COMPANY, a corporation duly ~rganized under the laws of the State of
Ohio, with Administrative Offices at 580 Walnut Street, Cincinnati, Ohio 45202, as Surety, hereinafter called the
Surety, are held firmly bound unto City of Palo Alto
in thesum of Five percent (5%) of the amount bid
as Oi~ligee, hereinafter called the Obligee,
Dollars
($ 5% ), for the payment of which sum well and truly to be made, and the said Principal and the
said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by
these presents
WHEREAS, the Principalhas submitted a bid for ... Water & Wastewater 0pe~’ations
Contract Services
NOW, THEREFORE, ff the Obligee sha~l accept the bid of the Principal and the Principal shall enter into a
Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in
the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and
for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the
Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not
to exceed the penalty hereof between the amount specified in said bid and .~uch larger amount for which the Obligee
may in good faith contract with another party to perform the Work eove~ed by said bid, then this obligation shall be
null and void, otherwise to remain in full force and effect.
IstSigned and sealed this day of March 2001
In the presence of
K. J. Woods Construction, Inc.(Seal)
G~AT ~C~ ~S~CE CO~ (Sefl)
ALL-PURPOSE ACKNOWLEDGEMENT
State of Califomia
County of Contra Costa
On .. March !, 2001
IDATE|
personally appeared L i nda
before me,
Brown
[] personally known to.me - OR -
Kathleen Ann Friesen, Notary Public
tNoTARY)
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
signatures(s) on the instrument- the pers0n(s)~
or the entity upon behalf of which the
person(s) acted, executed the instrument.
liand and official seal.
OPTIONAL INFORMATION
The information below is not required by law Howe,~er, it could prevent fraudulent attachment of this acknbwl-
edgement to an iinauthorized document
CAPACITY CLAIMED BY SIGNER (PRINCIPAL)DESCRIPTION OF ATTACHED DOCUMENT
[] INDIVIDUAL
[]CORPORATE OFFICER
TITLE(S)
[~PARTNER(S)
[]AqTORNEY-IN-FACT
[]TRUSTEE(S)
.~]GUARDIAN/CONSERVATOR
[]OTHER:
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
RIGHT THUMBPRINT
OF
SIGNER
OTHER
APA 5/99.VALLEY-SIERRA, 800-362-3369
’AIVERIC- I INSURr CE COMPANY
580 WALNUT STREET ¯ CINCINNATI, OHIO 45202 ¯ 513-369-5000 * FAX 513-723-2740
The number of persons authorized by
this power of attorney is not more than
FOUR POWER OF ATTORNEY
No. 0 13962
KNOW ALL MEN BY THESE PRESENTS:’That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized
and existing under and by virtue of the laws of the State of Ohio, does hereby no .minate, constitute and appoint the person or persons named below
its true and lawful attorney-in-fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds,
undertakings and contracts of suretyship, or other written obligations in the nature thereof; provide.d that the liability of the said Company o.n any
such bond, undertaking or contract of suretyship executed under this authority shah n.ot exceed th~ limit stated below.
Name Address Limit of Power
JOHN F. ARENTS ALL OF ALL
LINDA L. BRONN CONCORD,UNLIMITED
C.D. BEHRENS CALIFORNIA
}~0BERT P. MOSERTh,s Power Of Attorney revokes all previous powers issued in behalf of the attorncy(s)-in-fact named abovc. ’
IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused those presents to be signed and attested by
its appropriate officers and its corporate soal hereunto affixed this 13th day Of July ,2000
Attest GREAT AMERICAN INSURANCE COMPANY
STATE OF OHIO, COUNTY OF HAMILTON -- ss:
On this 13th day of July, 2000 , before me personally appeared DOUGLAS R. BOWEN, tome
known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Bond Division of Great
American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed
by authority of his office under the By-Laws of said Company, and that he signed his name thereto by like authority,
This Power of Attorney is granted by authority of the following resolutions adopted bythe Board of Directors of Great American
Insurance Company by unanimous written consent dated March 1, 1993.
RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one of them, be
and hereby is authorized, from time to time, to appoint one or more Attorneys-In.Fact to execute on bghalf of the Company, as surety, any and all
bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof," to prescribe their respective duties and the .~
respective limits of their authority; and to revoke any such appointment at any time
RESOLVED FUR THER: That the Company seal and the signature of any of the aforesaM officers and any Secretary or Assistant
Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond,
undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by
the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the
same force and. effect as though manually affixed
CERTIFICATION
I, RONALD C HAYES, Assistant Secretary of Great American Insurance.Company, do hereby certi~ that the foregoing Power of
Attorney and the Resolutions of the Board of Directors of March 1, 1993 have not been revoked and are now in full force and effect
Sigmd and sealed this Ist dayof March 2001
Z
1U
Z O~