Loading...
CC Resolution 13208 - Solicitation of Bids for the City Facilities Roof Replacement Project (No. 24-TT) RESOLUTION NO. 13208 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CAMPBELL 1) APPROVING THE PLANS AND SPECIFICATIONS, AND AUTHORIZING THE SOLICITATION OF BIDS, FOR THE CITY FACILITIES ROOF REPLACEMENT PROJECT (NO. 24-TT) AND ITS IMPLEMENTATION DURING FY 2025; 2) APPROVING THE SUBSEQUENT AWARD OF A SERVICE CONTRACT TO THE LOWEST, RESPONSIVE BIDDER, IN AN AMOUNT NOT TO EXCEED $335,000, PLUS AN ADDITIONAL 12% CONSTRUCTION CONTINGENCY OF $40,000; 3) AUTHORIZING THE CITY MANAGER TO EXECUTE SAID AGREEMENT AS SPECIFIED IN CAMPBELL MUNICIPAL CODE SECTION 3.20.100; AND 4) AUTHORIZING THE PUBLIC WORKS DIRECTOR TO NEGOTIATE AND EXECUTE CONTRACT CHANGE ORDERS UP TO AND WITHIN THE ALLOCATED CONSTRUCTION CONTINGENCY. WHEREAS, the City of Campbell owns a total of thirty-six buildings and structures that are maintained and operated by the Public Works Department Maintenance Division to meet the diverse needs of various programs and services available to members of the community; and WHEREAS, many of the buildings in the City's inventory are older in age — requiring frequent and costly repairs to address issues associated with their aging infrastructure and outdated roofing components; and WHEREAS, with regard to the roofs located at the Campbell Community Center, most were installed or previously replaced more than thirty years ago, and have required frequent and costly repairs in response to weather-related events or issues caused by prolonged exposure to the elements; and WHEREAS, separate assessments performed by Garland and Gordian (in 2021 and 2023, respectively) have provided information instrumental in prioritizing the City's roofing needs and assisting staff with developing improvement projects based on their current conditions and severity of issues identified; and WHEREAS, staff has determined that the complete replacement for many of these roofs was the more feasible option as it reduced the need for more frequent repairs and their long-term maintenance costs; and WHEREAS, in 2022, staff created a CIP project (City Facilities Roof Replacement Project, CIP Project No. 24-TT), to replace the roofs for various buildings over a five-year period with an allocation of funds programmed in each fiscal year to cover the costs of their implementation; and WHEREAS, in June 2023, the City Facilities Roof Replacement Project was approved with the adoption of the City's annual CIP budget for FY 2024; and WHEREAS, in July 2024, the City Council approved an allocation of $375k in remaining American Rescue Plan Act (ARPA) funds to the City's Capital Improvement Reserve to fund the Facilities Roof Replacement Project as programmed in the City's approved CIP for FY 2025; and WHEREAS, staff has identified Campbell Community Center Buildings D and H to be implemented for FY 2025 of the City Facilities Roof Replacement Project; and WHEREAS, based on the proposed scope of work, staff estimates that the project will cost approximately $335,000 to replace the roofs for both buildings; and WHEREAS,with sufficient funds available in the project's approved CIP budget for FY 2025 ($375k), staff is requesting that the City Council approve the plans and specifications for the City Facilities Roof Replacement Project No. 24-TT at the Campbell Community Center Buildings D and H and authorize staff to solicit bids from qualified contractors for services to facilitate their implementation; and WHEREAS, in accordance with the City's purchasing guidelines, staff will complete a comprehensive evaluation of the bids received by 2:00 pm on Wednesday, October 16, 2024, and select a contractor based on the results from the lowest, responsive bidder and their qualifications to perform the work; and WHEREAS, pending the bid results, staff is also requesting the City Council's approval to award a service contract to the lowest, responsive bidder, in an amount not to exceed $335,000, plus an additional 12% construction contingency ($40,000), for any costs incurred as a result of unforeseen work and/or services that may be required during project implementation; and WHEREAS, staff requests that the City Council authorize the City Manager to execute said agreement as specified in Campbell Municipal Code Section 3.20.100 and authorize the Public Works Director to negotiate and execute contract change orders up to and within this allocated construction contingency amount. NOW, THEREFORE, BE IT RESOLVED, that the City Council of the City of Campbell hereby: 1) approve the plans and specifications, and authorize the solicitation of bids, for the City Facilities Roof Replacement Project(No. 24-TT) and its implementation during FY 2025; 2) approve the subsequent award of a service contract to the lowest, responsive bidder, in an amount not to exceed $335,000, plus an additional 12% construction contingency of $40,000; 3) authorize the City Manager to execute said agreement as specified in Campbell Municipal Code Section 3.20.100; and 4) authorize the Public Works Director to negotiate and execute contract change orders up to and within the allocated construction contingency amount. BE IT FURTHER RESOLVED, should the lowest, responsive bidder propose a total contract amount that is less than the amount approved for award by the City Council ($335,000), the executed services agreement will reflect the contractor's final award amount, with the construction contingency to be adjusted accordingly as to not exceed the project's total CIP budget amount of$375k. PASSED AND ADOPTED this 17th day of September, 2024, by the following roll call vote: AYES: Council Members: Bybee, Furtado, Scozzola, Lopez, Landry NOES: Council Members: None ABSENT: Council Members: None APPROVED: \--12400/n 4 Susan M. Landry, M or ATTEST: a., .0,n, Andrea Sanders, Cii/Clerk CONTRACT BETWEEN CITY OF CAMPBELL AND FOR CONSTRUCTION OF CITY FACILITIES ROOF REPLACEMENT, PROJECT NO. 24-TT (FY 2025)— CAMPBELL COMMUNITY CENTER BUILDINGS D,,ANDH THIS AGREEMENT made and concluded in duplicate, this_day of , 20_by and between hereinafter referred to as "CONTRACTOR", and the City of Campbell, a Municipal Corporation, hereinafter referred to„as"CITY"=City and Contractor are also referred to individuallyas a "Party" or collective) h '"y, as the Parties WITNESSETH, that the parties hereto do mutually�agreeas follows: ,h" ".� ARTICLE I. That for and in consideration of the payments and agreements hereinafter,mentioned, to be made and performed by CITY, and under they'conditions expressed in the two (2) bonds, bearing even date with these presents, and hereunto annexed, the CONTRACTOR agrees with the CITY, at its own proper cost an expense, to do�all the Work and furnish all plant, labor, services, tools, equipment, supplies, transportation, utilities and materials, except such as are mentioned in the Contract Documents to be furnished by the'CITY, necessary to construct and complete to the satisfaction of the Engineer, in accordance with °Contract Documents for: CITY FACILITIES ROOFzF EPLACE�11tIH T, PROJECT theNO. 24-TT (FY 2025)— CAMPBELL COMMUNITY CENTER BUILDINGS D AND H , hereinafter referred tows the "Project or the "Work" in strict conformity and compliance with the Contract Documents,°and to i o ever. rating required by said Contract Documents as hereinafter,defired ARTICLE II. It is expressly agreed and understood by each and every party to this Agreement that the:„following documents are hereby incorporated and made a part of this Agreement (hereinafter the "Contract Documents"): 1. All applicable Laws and Regulations 2. Duly issued Agreement modifications, and allowance authorization(s) signed by the City, in chronological orderby effective date of each 3. This Agreement, including all exhibits 4. Labor and Material Bond (Payment Bond) 5. Performance Bond 6. Maintenance Bond (if required) 7. Insurance Certificate 8. Invitation for Bids for [Project Name] [Project Number], including the Project Specifications, drawings, and plans, all Exhibits, and all Addenda in the reverse order of issuance 9. Project Specifications, including all drawings 10. Standard Specifications, as hereinafter defined The parties to this Agreement do hereby expressly acknowledge that they have read, understand, and promise to comply with each and every provision of Contract Documents.There are no Contract Documents other than those indicated above. In the event inconsistencies, conflicts, or ambiguities between and among the Contract Documents are discovered, the parties shall attempt to resolve any ambiguity, conflict, or inconsistency informally, recognizing that the Contract Documents shall take precedence in the order in which they are listed above. Inclusion of an order of precedence herein does not in any way negate or reduce Contractor's obligation to report conflicts, discrepancies, apparent omissions, and similar matters to the City. ARTICLE III. It is expressly agreed and understood by the Contractor that the "Standard Specifications" consists of the documents on file at the Public WorksADepartment of the City of Campbell, entitled: p° � 1. The City of Campbell General Provisions, dated March 200; 2. The City of Campbell Standard Specifications and-Details-for`Public Works Construction (CCSS), dated July 1994 � A_, 3. The City of San Jose Standard Specifications (SJSS) and Standard Details (SJSD), dated July 1992 � ' 4. Standard Specifications of the State *California, Department of Transportation, dated 2018 ("State Specifications"); and � a` � `_ 5. State of California /Caltrans: California`Manual on Uniform Traffic Control Devices (CA MUTCD) (2014 Revision 8). Where conflicts arise between the Standard Specifications, the parties agree that the Standard Specifications shall take precedence in the.orderin which they re listed above. Inclusion of an order of precedence herein does not in any way negaterorEreduce°Contractor's obligation to report conflicts, discrepancies, apparent omissions, and similar matters tothe City. ARTICLE IV. The CITY 'promises promises and agrees with the CONTRACTOR to employ, and does hereby employ,th,e'CONTRA CTOR to provide the materials and to do the Work according to the terms and conditions herein contained and referred to, for the price aforesaid, and hereby contracts to pay the same,at the.ti e, and in the manner and upon the conditions herein set forth; and the CITY and the CONTRACTOR for themselves, their heirs, executors, administrators, successors 'and assigns, 'doghereby agree to=,.the full performance of the covenants herein contained.,. ' ARTICLE V. The CONTRACTOR agrees to receive and accept the prices indicated in the Contractor's,signed Bid as full compensation for furnishing all materials and for doing all the Work contemplated and embraced inthis Contract; also for all loss or damage, arising out of the nature of the Work aforesaid, or fromthe action of the elements, or from any unforeseen difficulties or obstructions which'may arise,or be encountered in the prosecution of the Work until its acceptance by the CITY, and for all risks connected with the Work; also for all expenses incurred by or in consequence of the suspension or discontinuance of Work and for well and faithfully completing the Work, and the whole thereof, in the manner and according to the Contract Documents and the requirements of the Engineer, and also for furnishing the required bonds and insurance, and for doing all other things mentioned, contemplated or embraced in this Contract, and the Contract Documents. ARTICLE VI. All activities of Contractor, its employees, agents, and/or subcontractors will be carried out in accordance with all applicable federal, state, and local laws and regulations. ARTICLE VI I. In accordance with the provisions of Section 3700 of the Labor Code,the Contractor will be required to secure the payment of worker's compensation to his employees. By its signature hereunder, CONTRACTOR certifies that it is aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or to undertake self-insurance in accordance with the provisions of that Code, and will comply with such provisions before commencing the performance of the Work of this Contract. ARTICLE VIII. The Project is a work of public improvement over which the CITY shall exercise general supervision. The CITY shall have the right to assume full and direct control over this Contract whenever the CITY, at its sole discretion, shall determine that its responsibility to the United States or the State of California so requires. ARTICLE IX. The general prevailing wage rates as heretofore specified<and any minimum wage rates indicated in the Special Provisions are hereby specifically referred to and by this reference are made a part of this Contract. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of t_his' nstrument and the Bid of CONTRACTOR, then this instrument shall control and nthing"heren shall be considered as an acceptance of said terms of said Bid conflicting herewith > ARTICLE X. Contractor shall be responsible for complying with the provisions of California Labor Code Section 1771.1(a) which states: A contractor or subcontractor shall not be qualifiedt,to'bid'on,,be listed in a bid, subject to the requirements of Section 4104 of the Public Contract Code,;Aor engage in the performance of any contract for public work, as defined in thischapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5, It is not<<Ga,Nviolation of this section for an unregistered contractor to submit a bid thatjs authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103 5 of t ieNPubliccContract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded. ny�"}�% . 4 dar ARTICLE XI. Contractor and any sbcontractorsunder the Constructor shall comply with Section 1775 of the California Labor Code regarding prevailing wages. a "'"�kr d I .• . ARTICLE XIL Contractor shall* responsible for complying with the provisions of Section 1776 of the California Labo, � ,r-Code concerning payroll records,as more specifically described in the City's ' Standard ARTICLEYXIII. Contractor`shll be responsible for complying with the provisions of California Labor Code;-Sections 1777,64 through 1777.7, inclusive, concerning apprentices, as more specifically described in the City's Standard Specifications. NWIN ARTICLE XIV. Contractor shall be responsible for complying with the provisions of California Labor Code Sections ,1,810 through 1815, inclusive, concerning working hours, as more specifically described irirthe City's Standard Specifications. ARTICLE XV. Contractor's attention is directed to the City's Standard Specifications regarding trench excavation. ARTICLE XVI. In accordance with the City's Standard Specifications, the sum of Two Thousand One Hundred Dollars ($2,100.00) will be assessed as liquidated damages for each and every calendar day's delay in finishing the work in excess of the number of working days prescribed. Liquidated damages shall also be assessed for non- compliance with the requirements stated in "Hours of Work" under Section 10-1, "General Construction Requirements", of these Special Provisions, and Section 10-2, "Traffic Control Requirements." The City further agrees that the Contractor shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of the City or the owner of the utility to move or relocate such utility facilities as set forth in California Government Code Section 4215. ARTICLE XVII. Contractor shall be responsible for complying with the provisions of California Public Contracts Code Section 7104 regarding trenching and excavations that extend deeper than four (4) feet below the surface. No change order issued pursuant to California Public Contracts Code Section 7104 shall provide for any increase in compensation that would exceed the recovery allowed pursuant to the"Claims" section of the Special Provisions. ARTICLE XVIII. The City of Campbell shall notify Contractor of the receipt of any third-party claim relating to this contract within 30 days of receipt. The City of Campbell may recover its reasonable costs incurred in providing such notification, pursuant to subdivision.(C) of Public Contract Code Section 9201. Notwithstanding this notification provision, the'City oftCampbell reserves its full authority to compromise or otherwise settle any claim relating to this contracttat any time. ARTICLE XIX. The signatories to this Contract warrant and represent that each is authorized to execute this Contract and that their respective signatures serveito legally obligate their respective representatives, agents, successors, and assigns to comply with,the provisions ofthis Contract. IN WITNESS WHEREOF, the partiesofthese present have hereunto set their hands the year and date first above written, and having fully read and understood the terms and conditions of this contract, acknowledge their agreement to°be boundthereby. 4 fs. CONTRACTOR,,) Name ° 'Title 4 k ,'(Attach Contractors Acknowledgment) CITY OF CAMPBELL Name: Title: ATTEST: Name: Title: City Clerk