HomeMy WebLinkAbout2001-07-23 City Council (3)City of Palo Alto
City Manager’s Report
TO:
FROM:
DATE:
SUBJECT:
HONORABLE CITY COUNCIL
CITY MANAGER
JULY 23,.2001
4
DEPARTMENT: UTILITIES
CMR:315:01
APPROVAL OF CONTRACT IN THE AMOUNT OF $1,898,747 WITH
UTILITY CONSTRUCTORS FOR PROVIDING OVERHEAD AND
UNDERGROUND CONSTRUCTION SERVICES WITH OPTIONS
FOR $3,891,490
RECOMMENDATION
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached contract with Utility
Constructors for a period of twelve months in the amount of $1,898,747 to provide
overhead and underground construction services.
Authorize the City Manager or his designee the option of renewing the contract for
up to two additional twelve month periods at a cost of $1,929,760 for the first renewal
(fiscal year 2002-03) and $1,961,730 for the second renewal (fiscal year 2003-04)
for a total contract price of $5,790,237 if the contractor is responsive to the contract
requirements, and the quality of the work is acceptable during the first twelve months
of the contract.
CMR:315:01 Page 1 of 4
DISCUSSION
Project Description
The work to be performed under the contract is for providing overhead and underground
construction services on the City ofPalo Alto’s (City) electric transmission and distribution
system. The contractor will be asked to provide three crews (two four-person crews and one
two-person crew) to be used full time by the City’s Electric Operations for a period of twelve
months, with an option for the City to extend the term for two additional twelve month
periods. In addition, the Contractor will be asked to provide an additional two-person crew
on a part time basis to be used in the dry season for painting electrical equipment.
The contractor services mainly include but are not limited to: replacements of poles,
transformers, air switches, connectors, insulators, overhead conductors, and miscellaneous
equipment, underground primary and secondary cable installation and removals, splicing and
termination of 15-kV cable, street light poles and fixtures, and installation/replacement of
padmounted and subsurface equipment. The services of the two-person maintenance crew
will mainly be to perform overhead and underground maintenance work required on the
electric system to address potential General Order 95 and 128 infractions. In addition, the
crews will be available to assist Electric Operations restore power during emergency and
storm situations. The two-person painting crew will mainly be used in the dry season for
painting electrical equipment.
Staff is recommending the use of a contractor to perform this work because the City’s electric
line workforce does not have adequate staff to meet the current peak workload. Existing
staff is barely keeping up with the new business requests, underground construction, and-
maintenance work. The contractor will be asked to perform overhead and underground
services to assist city crews in meeting deadlines of the different projects, including:
customer service connections and the Fiber To The Home project. Furthermore, there is not
sufficient city staff to keep up with the increased number of poles requiring replacement in
the current fiscal year and the poles planned to be replaced over the next two years. Finally,
as a result of.ongoing overhead line and underground system inspection programs required
by General Order 165 of the State of California, an increasing number of additional problems
that could lead to safety hazards have been identified. These problems could affect the
reliability of the electric system if not fixed as soon as possible. Utilities Engineering and
Operations proposes to have the contractor perform this high priority maintenance work to
maintain the safety of the overhead and underground electric system.
CMR:315:01 Page 2 of 4
Selection Process
Staff sent a request for proposal (RFP) to five builder exchanges and eighteen’ contractors on
June 6, 2001. The proposal period was 21 days. A total of three firms submitted proposals
on June 26, 2001.
Proposals ranged from $1,898,747 to $2,062,477 (See Attachment "A"). Those firms not
responding indicated that they did not submit a proposal because: they are too busy at the
present time to take on new projects, do not supply the required service, or do not have a
local office.
A selection advisory committee consisting of Utility Engineering and Operations Division
personnel reviewed the proposals. The committee carefully reviewed each firm’s
qualifications and submittal in response to the RFP.
Utility Constructors was selected because of its recent experience with related projects, full
understanding of the RFP, cost, and the foreman’s qualifications and experience. In addition,
Utility Constructors has been working under a similar contract with the City for the last three
years and has performed very well. Therefore, staff is recommending the selection of Utility
Constructors for this contract.
Staff checked references supplied by the contractor for previous work performed by Utility
Constructors and found no complaints. Staff also checked the contractor’s license with the
Contractor’s State License Board and found that the contractor has an active license on file.
RESOURCE IMPACT
Funds for this project ($1,898,747) are available in the fiscal year 2001-02 Electric Capital
Improvement Program Budget and Distribution Operation and Maintenance Budget.
Continued work under this contract for fiscal year 2002-03 and fiscal year 2003-04 will be
subject to satisfactory performance by the contractor and appropriation of required funds in
these fiscal years. This action has no impact on construction work forces since it is being
performed by an outside contractor.
POLICY IMPLICATIONS
The award of this contract does not represent any change to existing City policies. This
recommendation is consistent with the Council approved Utilities Strategic Plan to invest in
infrastructure to deliver reliable service.
CMR:315:01 Page 3 of 4
ENVIRONMENTAL REVIEW
This project is categorically exempt from California Environmental Quality Act.
ATTACHMENTS
A:Dock Crews Evaluation
B:Contract
PREPARED BY:
DEPARTMENT HEAD:
CITY MANAGER APPROVAL:
"~’ag~r F~t~a], Sen~or Power Er~neer
~or of Utilities
HARRISON
Assistant City Manager
CMR:315:01 Page 4 of 4
| "0=
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
UTILITY CONSTRUCTORS
FOR OVERHEAD CONSTRUCTION SERVICES
This Contract No.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
UTILITY CONSTRUCTORS, a Californiageneral partnership located at
7039 Ceres Ct., Redding, CA 96002 ("CONTRACTOR").
RECITALS:
WHEREAS, CITY desires certain overhead and underground
construction services ("Services"), as more fully described in
Exhibit "A"; and
WHEREAS, CITY desires to engage CONTRACTOR, including its
employees, if any, in providing the Services by reason of its
qualifications and experience in performing such Services, and
CONTRACTOR has offered to provide the Services on the terms and in
the manner set forth herein;
NOW, THEREFORE, in consideration of the covenants, terms,
conditions, and provisions of this Contract, the parties agree:
SECTION I. TERM
i.I This Contract will commence on the date of its
execution by CITY. The obligation of CONTRACTOR.to perform the
Services wil! commence in accordance with the time schedule set
forth in Exhibit ~A". Time is of the essence of this Contract. In
the event that the Services are not completed within the specified
time schedule on account of CONTRACTOR’s default, CITY’s city
manager will have the option of extending the time schedule for any
period of time. This provision will not preclude the recovery of
damages for delay caused by CONTRACTOR.
SECTION 2.
CONTRACTOR
QUALIFICATIONS, STATUS, AND DUTIES OF
2.1 CONTRACTOR represents and warrants that it has the
expertise and professional qualifications to furnish or cause to be
furnished the Services. CONTRACTOR further represents and warrants
that the project director and every individual~ charged with the
performance of the Services under this Contract are duly licensed
or certified by the State of California, to the extent such
licensing or certification is required by law to perform the
Services.
010713 sm 0072085
2.2 In reliance on the representation and warranty set
forth in Section 2.1, CITY hires CONTRACTOR to perform, and
CONTRACTOR covenants and agrees that it will furnish or cause to be
furnished, the Services.
2.3 CONTRACTOR will assign HOLLY SINGLETON asthe
project director to have supervisory responsibility forthe
performance, progress, and execution of the Services.If
circumstances or conditions subsequent to the execution of this
Contract cause the substitution of the project director for any
reason, the appointment of a substitute project director will be
subject to the prior written approval of the project manager.
2.4 CONTRACTOR represents and warrants that it wil!:
2.4.1 Procure al! permits and licenses, pay all
charges and fees, and give all notices which may be necessary and
incident to the_due and lawful prosecution of the Services;
2.4.2 Keep.itself fully informed of all existing and
future. Federal, State of California, and local laws, ordinances,
regulations, orders, and decrees which may affect those engaged or
employed under this Contract, any materials used inCONTRACTOR’s
performance under this Contract, or the performance of the
Services;
2.4.3 At all times observe and comply with, and cause
its employees and contractors (and consultants), if any, who are
assigned to the performance of thisContract to observe and comply
with, the laws, ordinances, regulations, orders and decrees
mentioned above; and
2.4.4 Will report immediately to the project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to any .plans, drawings, specifications or provisions of
this Contract.
2.5 Any reports, information, data or other material
given to, or prepared or assembled by, CONTRACTOR or its
contractors, if any, under this Contract will become the property
of CITY and will not be made available to any individual or
organization by CONTRACTOR or its contractors, if any, without the
prior written approva! of the city manager.
2.6 CONTRACTOR will provide CITY with zero copies of the
final report~ if any, which may be ~required under this Contract,
upon completion and acceptance of each report by CITY.
2.7 If CITY requests additional copies of reports,
drawings, specifications or any other material which CONTRACTOR is
010713 sm 0072085
required to furnish in limited quantities in the performance of
the Services, CONTRACTOR will provide such additional copies and
CITY will compensate CONTRACTOR for its duplication costs.
2.8 CONTRACTOR will be responsible for employing .or
engaging all persons necessary to perform the Services. All
contractors of CONTRACTOR will be deemed to be directly controlled
and supervised by CONTRACTOR, which will be responsible for their
performance. If any employee or contractor of CONTRACTOR fails or
refuses to carry out the provisions of this Contract or appears to
be incompetent or to act in a disorderly or improper manner, the
employee or contractor wil! be discharged immediately from further
performance under this Contract on demand of the project manager.
SECTION~3. DUTIES OF CITY
3.1 CITY will furnish or cause to be furnished the
specified services set forth in Exhibit ~A" and such other.
information regarding its requirements as may be Zeasonably
requested by CONTRACTOR.
3.2 The city manager will represent CITY for all
purposes under this Contract. SAGER FARRAJ is designated as the
project manager for the city manager. The project manager will
supervise the performance, progress, and execution of the Services,
and.will be assisted by MEL LAFLAM, the Supervisor of Electrical
Construction.
3.3 If CITY observes or otherwise becomes aware of any
default in the performance of CONTRACTOR, CITY will use reasonable
efforts to give written notice thereof to CONTRACTOR in a timely
manner.
SECTION 4 - COMPENSATION
4.1 In consideration of the full performance of the
Services by CONTRACTOR, CITY will pay CONTRACTOR a total sum not to
exceed One Million Eight Hundred Ninety Eight Thousand Seven
Hundred Forty Seven Dollars ($1,898,747.00) payable within thirty
(30) days of submission by CONTRACTOR of its itemized billings, in
triplicate, in accordance with the following fee schedule set forth
in Exhibit ~B". Payment of services will be made in monthly
progress payments in proportion to the quantum of services
performed, as set forth in Exhibit ~A".
SECTION 5. .AUDITS
5.1 CONTRACTOR will permit’ CITY to audit, at any
reasonable time during the term of this Contract and for three (3)
years thereafter, CONTRACTOR’s records pertaining to matters
covered by this Contract. CONTRACTOR further agrees to maintain
010713 sm 0072085
and retain such records~ for at least three (3) years after the
expiration or earlier termination of this Contract.
SECTION 6. INDEMNITY
6.1 CONTRACTOR agrees to protect, indemnify, defend and
hold harmless CITY, its Council members, officers, employees and
agents from any and al! demands, claims, or liability of any
nature, including death or. injury to any person,-property damage or
any other loss, caused by or arising out of CONTRACTOR’s, its
officers’, agents’, subcontractors’ or employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONTRACTOR in the
performance of or failure to perform its obligations under this
Contract.
SECTION 7. WAIVERS
7.1 The waiver by either party of any breach or
violation of any covenant, term~ condition or provision of this
Contract, or of the provisions of any ordinance or law, will not be
deemed to be a waiver of any other term, covenant, condition,
provisions, ordinance or law, or of any subsequent breach or
violation of the same or of any other term, covenant, condition,
provision, ordinance or law. The subsequent acceptance by either
party of any fee or other money which may become due hereunder will
not be deemed to be a waiver of any preceding breach or violation
by the other party of any term, covenant, condition or provision of
this Contract or of any applicable law or ordinance.
7.2 No payment, partial payment, acceptance, or partial
acceptance by CITY will operate as a waiver on the part of CITY of
any of its rights under this Contract.
SECTION 8. INSURANCE AND BONDS
8.1 CONTRACTOR, at its sole cost and expense, will
obtain and maintain, in full force and effect during the term of
this Contract, the insurance coverage described in Exhibit "C",
insuring not only CONTRACTOR and its contractors, if any, but also,
with the exception of workers’ compensation, employer’s liability,
and professional liability insurance, naming CITY as an additional
insured concerning CONTRACTOR’s performance under this Contract.
8.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key Rating Guide ratings of
A:VII or higher which are admitted to transact insurance business
in the State of California. Any and all contractors of CONTRACTOR
retained to perform Services under this Contract will obtain and
maintain, .in full force and effect during the term of this
010713 sm 0072085
Contract,identical insurance coverage, naming CITY
additional insured under such policies as required above.
as an
8.3 Certificates of such insurance, preferably on the
forms provided by CITY, will be filed with CITY concurrently with
the execution of this Contract. The certificates will be subject
to the approva! of CITY’s risk manager and will contain an
endorsement stating that the-insurance is primary.coverage and will
not be canceled or altered by the insurer except after filing with
CITY’s city clerk thirty (30) days prior written notice of such
cancellation or alteration, and that the City of Palo Alto is named
as an additional insured except in policies of workers’
compensation, employer’s liability, and professional liability
insurance. Current certificates of such insurance will be kept on
file at all times during the term of this Contract with the city
clerk.
8.4 The procuring of such required policy or policies of
insurance will not be construed to limit CONTRACTOR’s liability
hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding the policy or policies of insurance,
CONTRACTOR will be obligated for the ful! and tota! amount of any
damage, injury, or loss caused by or directly arising as a result
of the Services performed under this Contract, including such
damage, injury, or loss arising after the Contract is terminated or
the term has expired.
8.5 CITY may require CONTRACTOR to furnish a Performance
Bond in advance of CONTRACTOR performing specific tasks, and
CONTRACTOR shall furnish the Bond as a condition of Performance.
The amount of the Bond shall be determined by CITY at the time CITY
requests CONTRACTOR to performsuch tasking and shall reflect the
cost of the task.
SECTION 9. WORKERS’ COMPENSATION
9.1 CONTRACTOR, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every employer to be insured against
liability for workers’ compensation or to undertake self-insurance
in accordance with the provisions of that Code, and certifies that
it wil! comply with such provisions, as applicable, before
commencing the performance of the Services.
SERVICES
SECTION I0. TERMINATION OR SUSPENSION OF CONTRACT OR
I0.I The city manager may suspend the performance of the
Services, in whole or in part, or terminate this Contract, with or
without cause, by giving thirty (30) days prior written notice
5
010713 sm 0072085
thereof to CONTRACTOR. Upon receipt of such notice, CONTRACTOR
will immediately discontinue its performance of the Services.
10.2 CONTRACTOR may terminate this Contract or suspend
its performance of the Services by giving thirty (30) days prior
written notice thereof to CITY, but only in the event of a
substantial-failure of performance by CITY or in the event CITY.
indefinitely withholds or withdraws its request for the initiation
or continuation of the Services to be performed.
10.3 Upon~ such suspension or termination by CITY,
CONTRACTOR will be paid for the Services actually rendered to CITY
on or before the effective date of suspension or termination;
provided, however, if this Contract is suspended or terminated on
account of a default by CONTRACTOR, CITY will be obligated to
compensate CONTRACTOR only for that portion of the Services which
are of direct and immediate benefit to CITY, as such determination
may be made by the city manager acting in the reasonable exercise
of her discretion.
10.4 Upon such suspension or termination, CONTRACTOR will
deliver to the city manager immediately any and all copies of
studies, sketches, drawings, computations, and other data, whether
or not completed, prepared by CONTRACTOR or its contractors, if
any, or given to CONTRACTOR or its contractors, if any, in
connection with this Contract. Such materials wil! become the
property of CITY.
10.5 The failure of CITY to agree with CONTRACTOR’s
independent findings, conclusions, or recommenda[ions, if the same
are called for under this Contract, on the basis of differences in
matters of judgment, will not be construed as a failure on the part
of CONTRACTOR to fulfill its obligations under this Contract.
SECTION II.ASSIGNMENT
II.I This Contract is for the personal services of
CONTRACTOR, therefore, CONTRACTOR will not assign, transfer,
convey, or otherwise dispose of this Contract or any right, title
or interest in or to the same or any part thereof without the prior
written consent of CITY: A consent to one assignment will not be
deemed to be a consent to any subsequent assignment. Any
assignment made without the .approval of the city manager will be
void and, at the option of the city manager, this Contract may be
terminated. This Contract will not be assignable by operation of
law.
SECTION 12. NOTICES
12.1 All notices hereunder will be given in writing and
mailed, postage prepaid, by certified mail, addressed as follows:
6
010713 sm 0072085
To CITY:Office of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alto, CA 94303
To CONTRACTOR: Attention of the project director
at the address of CONTRACTOR recited
above
SECTION 13. CONFLICT OF INTEREST
13.1 In accepting this Contract, CONTRACTOR covenants
that it presently has no interest, and will not acquire any
interest., direct~or indirect, financial or otherwise, which would
conflict in any manner or degree with the performance of the
Services.
13.2 CONTRACTOR further covenants that, in the
performance of this Contract, it will not employ any contractor or
person having such an interest. CONTRACTOR certifies that no
person who has or will have any financial interest under this
Contract is an officer or employee of CITY; this provision will be
interpreted in accordance with the applicable provisions of the
Palo Alto Municipal Code and the Government Code of the State of
California.
SECTION 14. NONDISCRIMINATION
14.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made in the employment of any person under
this Contract because of the age, race, color, national origin,
ancestry, religion, disability, sexual preference or gender of that
person. If the value of this Contract is, or may be, five thousand
dollars ($5,000) or more, CONTRACTOR agrees to meet all
requirements of the Palo Alto Municipal Code pertaining to
nondiscrimination in employment, including completing the requisite
form furnished by CITY and set forth in Exhibit "D".
14.2 CONTRACTOR agrees that each contract for services
with an independent-provider will contain a provision substantially
as follows:
"[Name of Provider] will provide CONTRACTOR
with a certificate stating that [Name of
Provider] is currently in compliance with all
Federal and State of California laws covering
nondiscrimination in employment; and that
[Name of Provider] will not discriminate in
the employment of any person under this
contract because of the age, race, color,
national origin, ancestry, - religion,
7
010713 sm 0072085
disability, sexual preference or gender of
such person."
14.3 If CONTRACTOR is found in violation of the
nondiscrimination provisions of the State of California Fair
Employment Practices Act or similar provisions of Federa! law or
executive order in the performance of this Contract, it will be in
default of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
the sum of twenty-five dollars ($25) for each person for each
calendar day during which such person was subjected to acts of
discrimination, as damages for breach of contract, or both. Only
a finding of the State of~ California Fair Employment Practices
Commission or the equivalent federal agency or officer will
constitute evidence of a breach of this Contract.
SECTION 15. MISCELLANEOUS PROVISIONS
15.1 CONTRACTOR represents and warrants that it has
knowledge of the requirements of the Americans with Disabilities
Act of 1990, and the Government Code and the Health and Safety Code
of the State of California, relating to access to public buildings
and accommodations for disabled persons, and relating to facilities
for disabled persons. CONTRACTOR will comply with or ensure by its
advice that compliance with such provisions will be effected in the
performance of this Contract.
15.2 This Contract will be governed by the laws of the
State of California, excluding, its conflicts of law.
15~3 In the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the United States District Court
for the Northern District of California in the County of Santa
Clara, State of California.
15.4 The prevailing party in any action brought to
enforce the provisions of this Contract may recover its reasonable
costs and attorneys’ fees expended in connection with that action.
15.5 This document represents the entire and integrated
agreement between the parties and supersedes all prior negotia-
tions, representations, and contracts, either written or oral.
This document may be amended only by a written instrument, which is
signed by the parties.
15.6 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
15.7 The covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
010713 sm 0072085
8
executors, administrators, assignees, and Contractors, as the case
may be, of the parties.
15.8 If a court of competent jurisdiction finds or rules
that any provision of. this Contract or any amendment thereto -is
void or unenforceable, the unaffected provisions of this Contract
and any amendments thereto will remain in full force andeffect.
15.9 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time to
time, may be referred to in any duly executed amendment hereto are
by such reference incorporated in this Contract and will be deemed
to be a part of this Contract.
15.10 This Contract may be executed in any number of
counterparts, each of which willbe an origina!, but all of which
together will constitute one and the-same instrument.
15.11 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Palo Alto Municipa!
Code. This Contract will terminate without any penalty (a) at the
end of any fiscal year in the event that funds are not appropriated
for the following fiscal year, or (b) 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 15.11 shall take precedence in the event
of a conflict with any other covenant,term,condition, or-
provision of this Contract.
//
/!
/!
//
!/
//
!/
//
!/
!/
!/
010713 sm 0072085
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OF PALO ALTO
City .Clerk
APPROVED AS TO FORM:
City Attorney
Assistant City Manager
Director of Utilities
Acting Director of
.Administrative Services
Mayor
UTILITY CONSTRUCTORS
By:
Name:
Title:
Taxpayer I.D. No.68-0328862
Risk Manager
Attachments:
EXHIBIT "A":
EXHIBIT "B":
EXHIBIT "C":
EXHIBIT "D":
SCOPE OF PROJECT AND TIME SCHEDULE
PROPOSAL QUOTATION/FEE SCHEDULE
INSURANCE
CERTIFICATION OF NONDISCRIMINATION
i0
010713 sm0072085
CERTIFICATE OF ACKNOWLEDGEMENT
(Civil ~Code § 1189)
STATE OF )
COUNTY OF )
On , before me,,
a Notary Public in and for said County and State, personally
appeared , personally known to me
or proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her!their
signature(s) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature of Notary Public
ii
010713 sm 00?2085