HomeMy WebLinkAbout2000-11-27 City CouncilCity of Palo Alto
City Manager’s Report
TO:HONORABLE CITY COUNCIL
FROM:CITY MANAGER DEPARTMENT: UTILITIES
DATE:NOVEMBER 27, 2000 CMR:412:00
SUBJECT:AWARD OF CONTRACT IN THE AMOUNT OF $3,784,000 WITH
K. J. WOODS CONSTRUCTION, INC. FOR PROJECT 10 SANITARY
SEWER REPLACEMENT CAPITAL IMPROVEMENT PROGRAM
PROJECTS 37811 AND 37814.
RECOMMENDATION
Staff recommends that Council:
1. Approve and authorize the Mayor to execute the attached contract with K. J. Woods
Construction, Inc. in the amount of $3,784,000 for Project 10 Sanitary Sewer
Replacement Capital Improvement Program projects 37811 and 37814.
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 $378,400.
DISCUSSION
Project Description
The work to be performed under the contract is for construction of approximately 9,975
lineal feet of various size sanitary sewer mains, by open trench method, on East Meadow
Circle, East Meadow Drive, Louis Road, Colorado Avenue, and E1 Camino Real.
CMR:412:00 Page 1 of 3
The Wastewater Collection Master Plan indicated that certain trunk main facilities were in
need of capacity increases to carry peak wastewater flows and recommended capital
improvements to correct these collection system deficiencies. Recent television inspection
has confirmed many defects in these sewer mains such as root intrusions and leaking pipe
joints. The replacement specified in the Project 10 Sanitary Sewer Replacement will provide
increased flow capacity and leak-free mains on the above mentioned streets. The work
recommended under this contract will reduce current and future maintenance problems.
Bid Process
A notice inviting formal bids for Project 10 Sanitary Sewer Replacement was sent on
September 21, 2000 to thirteen builders’ exchanges and eighteen contractors. The bidding
period was 27 calendar days. A non-mandatory pre-bid conference was held on September
27, 2000; zero bidders attended the meeting. Bids were received from four contractors on
October 17, 2000, as listed on the attached bid summary (Attachment "B"). Bids ranged
from a high of $5,146,500 to a low bid of $3,784,000. Contractors not responding indicated
that they did not submit a bid because they were too busy.
Staff has reviewed all bids submitted and recommends that the bid of $3,784,000 submitted
by K. J. Woods Construction, Inc. be accepted and that K. J. Woods Construction, Inc. be
declared the lowest responsible bidder. Its bid is 1.5 percent below the engineer’s estimate
of $3,843,412. The change order amount of $378,400, 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 previous work
performed and found no significant complaints. Staff also checked with the Contractor’s
State License Board and found that the contractor has an active license on file.
RESOURCE IMPACT ,
Funds for this project are available in the fiscal year 2000-01 Capital Improvement Program
budget For Wastewater Collection System Rehabilitation/Augmentation.
POLICY IMPLICATIONS
This report does not represent any change to existing City policies.
CMR:412:00 Page 2 of 3
ENVIRONMENTAL ASSESSMENT
This project is categorically exempt from the provisions of California Environmental Quality
Act and no further environmental review is necessary.
ATTACHMENTS
A: Contract
B: Bid Summary
C: Project Location Maps
PREPARED BY: Scott Bradshaw, Roger Cwiak, Edward Wu, Silvia Santos
DEPARTMENT HEAD:
ztor of Utilities
CITY MANAGER APPROVAL:
Assistant to the City Manager
CMR:412:00 Page 3 of 3
PART II - FORMAL CONTRACT
Attachment A
SECTION 500
CONTRACT NO.
(Public Works)
The Contract, number x dated x , 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 ("the provisions") of this Contract, City
and Contractor ("the parties") agree:
Term.. This Contract shall commence and be binding on the parties on the Date of Execution of
this Contract, and shall expire on the date of recordation of the Notice of Substantial Completion,
or, if no such notice is required to be filed, on the date that final payment is made hereunder,
subject to the earlier termination of this Contract.
General Scope of Proiect and Work. Contractor shall furnish labor, servicesr 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: Project 10 Sanitary Sewer Replacement, Invitation for Bid (IFB) Number 128722
Total Bid:$ 3,784,000.00
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.
ao This Contract.
Invitation for Bid.
Project Specifications.
Drawings.
Change Orders.
Bid.
Supplementary Conditions.
General Conditions.
Standard Drawings and Specifications (1992).
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 (1992).
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 (1992), or, if no time is stated, within thirty (30) Days of receipt of Contractor’s
invoices.
CITY OF PALO ALTO IFB 128722 PAGE 1 OF 7
PART II - FORMAL CONTRACT SECTION 500
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 takeout insurance on
Contractor’s personal property or the personal property of any person performing labor or
services or supplying materials or equipment under the Project. Contractor shall furnish City with
the certificates of insurance and with original endorsements affecting coverage required under
this Contract on or before the Date of Execution. The certificates and endorsements for each
insurance 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.
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 result from Contractor’s noncompliance with any Law respecting the
condition, use, occupation, or safety of the Project site, or any part thereof, or which arises from
Contractor’s failure to do anything required under this Contract or for doing anything which
Contractor is required not to do under this Contract, or which arises from conduct for which any
Law may impose strict liability on Contractor in the performance of or failure to perform the
provisions of this Contract, except as may arise from the sole willful acts or negligent acts or
omissions of City or any of its Council members, officers, employees, agents, or representatives.
This indemnification shall extend to any and all claims, demands, or liens made or filed by reason
of any work performed by Contractor under this Contract at any time during the term of this
Contract, or arising thereafter.
To the extent Contractor will use hazardous materials in connection with the execution of its
obligations under this Contract, Contractor further expressly agrees to protect, indemnify, hold
harmless and defend City, its City Council members, officers, and employees from and against
any and all claims, demands, liabilities, losses, damages, costs, expenses, liens, penalties, suits,
or judgments City may incur, arising, in whole or in part, in connection with or as a result of
Contractor’s willful acts or negligent acts or omissions under this Contract, under the
Comprehensive Environmental Response, Compensation and Liability Act (42 U.S.C. §§9601-
6975, as amended); the Resource Conservation and Recover Act (42 U.S.C. §§6901-6992k, as
amended); the Toxic Substances Control Act (15 U.S.C. §§2601-2692, as amended); the
Carpenter-Prestey-Tanner Hazardous Substance Account Act (Health & Safety Code, §§25100-
25250.25, as amended); the Safe Drinking Water and Toxic Enforcement Act (Health & Safety
Code, §§25249.5-25249.13, as amended); the Underground Storage of Hazardous Substances
Act (Health & Safety Code, §§25280-25299.7, as amended); or under any other local, state or
federal law, statute or ordinance, or at common law.
Assumption of Risk. Contractor agrees to voluntarily assume any and all risk of loss, damage, or
injury to the property of Contractor which may occur in, on, or about the Project site at any time
and in any manner, excepting such loss, injury, or damage as may be caused by the sole willful
act or negligent act or omission of City or any of its Council members, officers, employees,
agents, or representatives.
Waiver. The acceptance of any payment or performance, or any part thereof, shall not operate as
a waiver by City of its rights under this Contract. A waiver by City of any breach of any part or
provision of this Contract by Contractor shall not operate as a waiver or continuing waiver of any
subsequent breach of the same or any other provision, nor shall any custom or practice which
CITY OF PALO ALTO IFB 128722 PAGE 2 OF 7
PART II - FORMAL CONTRACT SECTION 500
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.
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 useor occupancy of the Project site, and all Laws pertaining to nondiscrimination in
employment and hazardous materials.
10.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.
11.Representations and Warranties. In the supply of any materials and equipment and the rendering
of labor and services during the course and scope of the Project and Work, Contractor represents
and warrants:
Any materials and equipment which shall be used during the course and scope of the
Project and Work shall be vested in Contractor;
bo 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 Purchasing
Manager or Project Manager or any other person who has directly contributed to City’s
decision to award the contract to Contractor;
CITY OF PALO ALTO IFB 128722 PAGE 3 OF 7
PART II- FORMAL CONTRACT SECTION 500
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
Contractor has fully examined and inspected the Project site and has full knowledge of
the physical conditions of the Project site.
12.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.
13.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.
14.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 City.
15.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: Silvia Santos Project Manager
CITY OF PALO’ALTO IFB 128722 ........PAGE 4 OF 7
PART II - FORMAL CONTRACT SECTION 500
17.
To Contractor:Ko J. Woods Construction, Inc.
2625 Judah Street, No. 2
San Francisco, CA 94122
Attn: Kieran Woods, President
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 (11) at any time within a fiscal year in the event that funds are only appropriated for a portion of
the fiscal year and funds for this Contract are no longer available. This Section 16 shall control in
the event of a conflict with any other provision of this Contract.
Miscellaneous.
Bailee Disclaimer. The parties understand and agree that City does not purport to be
Contractorls bailee, and City is, therefore, not responsible for any damage to the personal
property of Contractor.
bo 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 b,,,
and in accordance with the Laws of the State of California.
Definitions. The definitions and terms set forth in Section 1 of the Standard Drawings
and Specifications (1992) of this Contract are incorporated herein by reference.
Force Majeure. Neither party shall be deemed to be in default on account of any delay or
failure to perform its obligations under this Contract which directly results from an Act of
God or an act of a superior governmental authority.
Headings. The paragraph headings are not a part of this Contract and shall have no
effect upon the construction or interpretation of any part of this Contract.
Incorporation of Documents. All documents constituting the Contract documents
described in Section 3 hereof and all documents which may, from time to time, be
referred to in any duly executed amendment hereto are by such reference incorporated in
this Contract and shall be deemed to be part of this Contract.
Integration. This Contract and any amendments hereto between the parties constitute
the entire agreement between the parties concerning the Project and work, and there are
¯ no other prior oral or written agreements between the parties that are not incorporated in
this Contract.
Modification of Agreement. This Contract shall not be modified or be binding upon the
parties, unless such modification is agreed to in writing and signed by the parties.
CITY OF PALO ALTO IFB 128722 PAGE 5 OF 7
PART II - FORMAL CONTRACT SECTION 500
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 successors 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
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, o.r any Day observed as a legal holiday by
City, the time for performance shall be extended to the following business day.
Venue. In the event that suit is brought by either party hereunder, the parties agree that
trial of such action shall be vested exclusively in the state courts of California in the
County of Santa Clara in the City of San Jose or in the United States District Court for the
Northern District of California in the City of San Jose.
Recovery of Costs. The prevailing party in any action brought to enforce the terms of this
Contract or arising out of this Contract may recover its reasonable costs, including
reasonable attorney’s fees, incurred or expended in connection with such action against
the non-prevailing party.
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.
ATTEST:CITY OF PALO ALTO
City Clerk By:
Its Mayor
CITY OF PALO ALTO IFB 128722 PAGE 6 OF 7
PART II - FORMAL CONTRACT
APPROVED:
SECTION 500
CONTRACTOR:
Assistant City Manager
Director of Utilities
Director of Administrative Services
Contract Manager (Insurance Review)
By:.
Name:
Title:
By:.
Name:
Title:
(Compliance with California
Corporations Code § 313 is required if
the entity on whose behalf this contract
is signed is a corporation. In the
alternative, a certified corporate
resolution attesting to the signatory
authority of the individuals signing in
their respective capacities is acceptable)
CERTIFICATE OF ACKNOWLEDGMENT
(Civil Code § 1189)
STATE
COUNTY OF
On , before me, , a
notary public in and for said County, personally appeared
, personally known to
me (or provided 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 (seal)
CITY OF PALO ALTO IFB 128722 PAGE 7 OF 7
I
r
ATTACHMENT C
ROSS CT
ATTACHMENT C