Loading...
HomeMy WebLinkAboutCC Resolution 13344 - Approving Plans, Authorizing Soliciation of bids, Awarding and Approving Contract - Project 24-VVRESOLUTION NO. 13344 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CAMPBELL APPROVING THE PLANS AND SPECIFICATIONS, AUTHORIZING SOLICITATION OF BIDS, AWARDING AND APPROVING CONTRACT, AND OTHER ASSOCIATED ACTIONS FOR THE CAMPBELL CITY HALL — ADA COUNTER IMPROVEMENTS (PROJECT 24-VV) WHEREAS, since Campbell City Hall was constructed in the early 1970s, the City has implemented and funded several projects through its Capital Improvement Plan (CIP) to sustain the building's essential operations and address its structural and mechanical needs; and WHEREAS, in July 2023, local Assemblymember Marc Berman (D-Menlo Park) secured $500,000 in funding for the City of Campbell through the state's 2023- 2024 budget for City Hall improvements to ensure compliance with the latest Americans with Disabilities Act (ADA) standards; and WHEREAS, in June 2024, the City Hall Public Counters and Accessibility Enhancements (Project No. 24-W) was approved as a CIP project — with $220,000 in American Rescue Plan Act (ARPA) funds allocated to the project in the CIPR for implementation during FY 2024/25; and WHEREAS, on November 6, 2024, the City Council adopted Resolution No. 13222, approving and authorizing the execution of a grant agreement with the California Natural Resources Agency, to accept $500,000 in state grant funding intended for the project's construction costs; and WHEREAS, on November 12, 2024, the City issued a Request for Proposals (RFP) for the City Hall Accessibility project to the following design firms: Studio G Architects, Anderson Brule Architects, Group 4 Architecture, and ELS Architecture and Urban Design; and WHEREAS, on December 18, 2024, the City executed an agreement with ELS Architecture and Urban Design to provide the necessary design, services to implement accessibility upgrades to renovate specific locations within City Hall. WHEREAS, The design team took a holistic approach to achieve a cohesive design that addresses ADA deficiencies and staff needs while minimizing major changes and cost for all areas identified. WHEREAS, the final plans and specifications for the Campbell City Hall --ADA Counter Improvements (Project 24-VV) is now complete; and WHEREAS, Staff is seeking Council approval of the plans and specifications for the full project and authorization to bid the project into two phases to utilize the available funding to complete Phase 1 and proceed with Phase 2 when additional funding becomes available; and WHEREAS, the estimate for Phase 1 is $480,000 plus a 10% contingency of $48,000 for a total amount of $528,000. Staff is pursuing another grant opportunity for ADA improvements to fund Phase 2 later in 2026 (approximately $270,000 plus 10% contingency). NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Campbell does hereby 1) approves the plans and specifications for the Campbell City Hall - ADA Counter Improvements (Project No. 24-VV); 2) authorizes the solicitation of bids; 3) awards and approves the subsequent construction contracts to the lowest, responsive bidder for Phase 1 in an amount not to exceed $480,000, plus a 10% contingency of $48,000 and Phase 2 in an amount not to exceed $270,000, plus a 10% contingency of $27,000 (pending funding availability); 4) authorizes the City Manager to execute said contracts as specified in Campbell Municipal Code Section 3.20.100; 5) authorizes the City Engineer to negotiate and execute contract change orders up to and within the allocated construction contingency; and 6) authorizes the Public Works Director to reject bids and rebid the project, should bids received have unamenable irregularities. PASSED AND ADOPTED this 4th day of November, 2025 by the following roll call vote: AYES: Councilmembers: Bybee, Hines, Furtado, Lopez NOES: Councilmembers: None ABSENT: Councilmembers: Scozzola APP 3,QV. f3.:-? Sergio Lope , ayor ATTEST: �Z"Q Andrea Sa ers, City Clerk CONTRACT FOR CONSTRUCTION OF THE CAMPBELL CITY HALL ADA IMPROVEMENTS PROJECT NO. 24-VV THIS AGREEMEN T, concluded in I m e and c lud8l in ltate, this day of 1. 20 �QZn,A Y1 5 CW�ET. 60� r inAfter referred to as "CONTRACTOR-sancl the YJ 5 �� T� el , )� a by and between r City of Campbell, a Municipal Corporation, hereinafter referred to as "CITY". City and Contractor are also referred to individually as "Party" or collectively, as the "Parties". WITNESSETH, that the parties hereto do mutually agree as foflows: ARTICLE I- That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by CITY, and under the 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 and 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 the Contract Documents for: - IIIIIIEZI Z1431 _X" 2 M-WE P% TTAATT, hereinafter referred to as the "Prcjecr" or the "Work" in strict conformity and compliance with the Contract Documents, and to do everything required by said Contract Documents as hereinafter defined. ARTICLE 11, 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-): I . All applicable Laws and Regulations Z Doly issued Agreement modifications, and allowance authorization (s) signed by the City, in chronological order by 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. Notice of Inviting Bids for the Campbell City Hall ADA Improvements Project No. 24-VV, including the Project Specifications, drawings, and plans, all Exhibits, and all Addenda in Contract C-1 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 anyway negate o ' r reduce Contractor's obligation to report conflicts, discrepancies, apparent omissions, and similar matters to the City. ARTICLE 111. It is expressly agreed and understood by the Contractor that the "Standard Specifications" consists of the documents on file at the Public Works Department of the City of Campbell, entitled: 1. The City of Campbell General Provisions, dated 'March 2002; 2. The City of Campbell Standard Specifications and Details for Public Works Construction (CCSS), dated July 1994 3. The City of San Jose Standard Specifications (SJSS) and Standard Details (SJSD), dated July 1992 4, Standard Specifications of the State of California, Department of Transportation, dated 2018 (SS); and 5. State of California /Caltrans-. California Manual on Uniform Traffic Control Devices (CA MUTCD) (2014 Revision 9). Where conflicts arise between the Standard Specifications, the parties agree that the Standard Specifications 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 IV. The CITY hereby promises and agrees with the CONTRACTOR to employ, and does hereby employ, the CONTRACTOR to provide the materials and to do the Work according to the terms and conditions herein contained and referred to, forthe price aforesaid, and hereby contracts to pay the same at the time, 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, do hereby agree to the full performance of the covenants herein contained. Contract C-2 ARTICLE V. The CONTRACTOR agrees to receive and accept the prices indicated in the Contractor's signed Bid as full compensation for furnishing aft materials and for doing all the Work contemplated and embraced in this Contract; also for all loss or damage, arising out of the nature of the Work aforesaid, or from the 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 VII. 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 370U 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 Vill. '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 rnade 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 this instrument and the Bid of CONTRACTOR, then this instrument shall control and nothing herein 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 qualified to bid on, be listed in a bid, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725:5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725-5 at the time the contract is awarded. ARTICLE XI. Contractor and any subcontractors under the Constructor shall comply with Section 1775 of the California Labor Code regarding prevailing wages. Contract C-3 ARTICLEXII. Contractor shall be responsible for complying with the provisions of Section 1776 of the California Labor Code concerning payroll records, as more specifically described in the City's Standard Specifications. ARTICLE X111. Contractor shall be responsible for complying with the provisions of California Labor Code Sections 1777.5 through 1777.7, inclusive, concerning apprentices, as more specifically described in the City's Standard Specifications. ARTICLE XJV. Contractor shall be responsible for complying with the provisions of California Labor Code Sections 1810 through 1815, inclusive, concerning working hours, as more specifically described in the 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 Four Thousand, Two Hundred Dollars and Zero cents ($4,200,00) 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 XVI I L 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 of Campbell reserves its full authority to compromise or otherwise settle any claim.relating to this contract at 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 serve to legally obligate their respective representatives., agents, successors, and assigns to comply with the provisions of this Contract. Contract C-4 IN WITNESS WHEREOF, the parties of these 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 bound thereby, CONTRA :OR By: Title: (Attach Contractor's Acknowledgment) CITY OF CAMPBELL Name: Brian Loventhal Title: City Manager ATTEST: Name, Arid/a Sanders Title: City Clerk Contract C-5 CALIFORMA ALL�PURPPSE ACKNOWLWGUIENT �CIVIIL OOC)E 11189 notaiy publk or other officer caropleting this verifies 001� thg'idp) o� lrfi� ifirlivinval WW signed tv* doomnatil to vMdi thj6 c.rfificati: is tifta%tled, and ailt the 11'iuiiiftifrjass, accuraft,pr V'a;Iidlty ofthat doOwft(W ;Mate of California County of 14TA CLARA 0n , - -�7 -it) — - esurehqIa. Mqtoft, pubIL-) Date, ins'. mt Name Ond Title, 6f, thp: qaiciar pa rfionally appeared & In Name. (t) of, S�grier� proved to nic or, the basis of satistaGtory evidence to,ba th6-p , orson(j) wose h, name* oss/aw �ubsc-t ibed to the within inFto in wfl� CJrdi aoknowWrjqd 3 at, hkaW*@Akwj exip,cuted" tile sai-fii, Riles authoiizt. capacity(Up, and thM4 byhis. Ww04**' " The , Iflabrument, the W#,ono, or ,ate etakyrpon tiefialf of whicti tfie pjroocieJ, actdthe'liptrnlanC I cdrtify under P� LT­Y,4' PERJURY under the ,fa ws Ail at the to 90h of tha stagr"C", fnrni�k J) p4 fig Para rAph is'L-ue and 0a�6qt' -01-171 AM '-02e ;I, 420,zi, VIV! I M ES,5, My,hand', -and -,ofIlroal saat - tur of Not an, puce Plabb Notary Seal Abow; OPTIONAL Though tnis section L* op6brial, corripipting fj,r� ;Fji0qnaf;op --an deier, 4iferntibri r)f �hi4 dorument or fraudulent reattachment of this foray to art tinjpfend,,�d rjoctjnxrsl. Dr-szcripion rat Atiarhed DC44-timent -5110� Or TYP(- Of DDIGUM811t: Dodum er), Njimher of Page-s: Signer-(t) Other Than Named AiKove: Capaaitv(ie;,) Claimed by Signer(s) Narile.- 1-1 Corpomir-, CifiiicTer — TiVeA(s): FlPafiner CUrnited CIC-leneral Pl�imV 0 Attorney iri Faot 0''i'MUee ID Curudiati or Cotwervator 4-1 Other: Sigr.,i:r "s Rnpre.sentinq- Signer's Nat-. If,-: GJ Atwney it) Fact r [TGOardiat'i of- Conserwitor 01 Otf or, $19tier Is tm'10 M -flonal Notary Asr,�dai` n • vAvwllatioriaiNotary.org - 1,800-US NOTAAY