Loading...
CC Resolution 13123 - Authorizing Solicitation of Bids City Facilities Roof Replacement Project (No. 24-TT) RESOLUTION NO. 13123 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 2024 AS PROGRAMMED IN THE CITY'S APPROVED CIP; 2) APPROVING THE SUBSEQUENT AWARD OF A SERVICE CONTRACT TO THE LOWEST, RESPONSIVE BIDDER, IN AN AMOUNT NOT TO EXCEED $380,000, PLUS AN ADDITIONAL 20% CONSTRUCTION CONTINGENCY OF $76,000; 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 twenty-six buildings and structures which are maintained and operated to meet the diverse needs of various programs and services available to members of the community; and WHEREAS, among this inventory, several buildings are leased to outside organizations who utilize these facilities to provide programs or services, including the Sunnyoaks Fire Station which has been operated by Santa Clara County Fire Department (SCCFD) for over 40 years; 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older in age — requiring frequent and costly repairs to address issues associated with their aging infrastructure and outdated roofing components; and WHEREAS, between 2018 and 2023, the roof of the Sunnyoaks Fire Station, and-those located at the Community Center, have required multiple patch repairs to address leaks caused by severe winter rainstorms, which in turn, have exposed a severe degradation of the roofing material and water damage throughout its substructure; and WHEREAS, separately, in early 2021, the City hired an outside consultant firm, the Garland Company (Garland), to perform a roofing assessment on all City-owned buildings and structures for staff's planning and project development purposes; and WHEREAS, per Garland's assessment report, several deficiencies were identified throughout the City's buildings with recommendations to implement corrective action by 2022; and WHEREAS, staff ultimately 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, with $475k programmed in the project's CIP budget for FY 2024, staff has identified Campbell Community Center Buildings C and L, and the Sunnyoaks Fire Station building, as the locations for year one of the City Facilities Roof Replacement Project; and WHEREAS, based on the proposed scope of work, staff estimates that the project will cost approximately $380,000 to replace the roofs at these locations; and WHEREAS,with sufficient funds available in the project's approved CIP budget for FY 2024 ($475k), staff is requesting that the City Council approve the plans and specifications for the City Facilities Roof Replacement Project (No. 24-TT) and authorize staff to solicit bids (proposals) 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 on Thursday, April 18, 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 $380,000, plus an additional 20% construction contingency ($76,000), 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 2024 as programmed in the City's approved CIP; 2) approve the subsequent award of a service contract to the lowest, responsive bidder, in an amount not to exceed $380,000, plus an additional 20% construction contingency of $76,000; 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 at this time ($380,000), the executed services agreement will reflect the contractor's final award amount, with the construction contingency to be adjusted accordingly based on 20% of that final contract amount. PASSED AND ADOPTED this 5th day of March, 2024, by the following roll call vote: AYES: Council Members: Bybee, Furtado, Scozzola, Lopez, Landry NOES: Council Members: None ABSENT: Council Members: None APP OVED: Susan M. Landry, Mayor ATTEST: aldb° Andrea Sanders, ' y Clerk CONTRACT BETWEEN CITY OF CAMPBELL AND TBD FOR CONSTRUCTION OF CITY FACILITIES ROOF REPLACEMENT, PROJECT 24-TT (FY 2024) THIS AGREEMENT, made and concluded in duplicate, this TBD , day of , 2024 by and between TBD hereinafter referred(to as "CONTRACTOR", and the City of Campbell, a Municipal Corporation, hereinafter referred to'as "CITY": ARTICLE I. WITNESSETH: 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 event date with these' presents, ands hereunto annexed, the CONTRACTOR agrees with the CITY, at his own proper cost and expense,,to do all the work and furnish all plant, labor, services, tools, equipment,psupplies,transportation, utilities,an'd materials, except such as are mentioned in the Specificationsto gbe furnished by the CITY, necessary to construct and complete to the satisfaction of�the City Engineer, in'accordance with this Contract, the Notice Inviting Bids, the accepted Bid Proposal, the Plans, theeS,Special,Provisions, the City of Campbell Standard Specifications and Details for°Public �UVorks Construction dated July 1994, and by reference therein to the City of San Jose'Standard Specifications, the City of San Jose Standard Details,the State Standard Specifications,the State Standard Plans, and the Equipment Rental Rates of the California Department of Transportation and the General Prevailing Wage nts Rates, each of which docume are on fil"e in the office of the City Clerk and all of which are hereby specifically referred,;to,and by such reference made apart hereof. The work to be done is shown upon thea,iproject"'plans and specifications entitled, CITY FACILITIES ROOF REPLACEMENT, PRQJECT24-TT (FY 2024), which said project plans, specifications, and4referenc d specifications arelh,ereby made a part of this Contract. ARTICLE II. 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, for the 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 CITY4nd the CONTRACTOR, for themselves, their heirs, executors, administrators, successors and assigns, do�:hereby agree to the full performance of the covenants herein contained. r `a ARTICLE Ill. ThCONTRACTOR agrees to receive and accept the prices indicated in the Contractor's signed proposal as full compensation for furnishing all 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 Plans and Specifications, 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 agreement, and the contract documents. ARTICLE IV. 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. ARTICLE V. By my signature hereunder, as CONTRACTOR, I certify that I am 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 I will comply with such provisions before commencing the performance of the work of this Contract. ARTICLE VI. The improvement contemplated in the performance of this Contract is an 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 VII. 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 this,instrument and the Bid or Proposal of CONTRACTOR, then this instrument shall,tControl and nothing .herein shall be considered as an acceptance of said terms of said Proposal'conflicting herewith. ARTICLE VIII. Contractor shall be responsible for complying With the provisions of California Labor Code Section 1771.1(a) which states: A'contracto'r or subcontrablor shall not be qualified to bid on, be listed in a bid proposal,,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 70231 of the Business and``'Professions Code or by Section 10164 or 20103.5 of the Public Contract Code,'providedvthe contractor is registered to perform public work pursuant to Section 1725.5 at the;time the contract is awarded. ARTICLE IX. Contractor and anyisubcontractors under the Constructor shall comply with Section 1775 of they California.Labor Code regarding prevailing wages. ARTICLE X. 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 Section 7-1.01A(3) of the City of San./Jose Standard Specifications. ARTICLE Xl. 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,Section 7-1.01A(5) of the City of San Jose Standard Specifications. ARTICLE XII. 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 Section 7-1.01A(1) of the City of San Jose Standard Specifications. ARTICLE XIII. Contractor's attention is directed to Section 7-1.01E of the City of San Jose Standard Specifications, regarding trench excavation. ARTICLE XIV. In accordance with Section 8-1.07 of the City of San Jose Standard Specifications, the sum of Three Thousand Six Hundred Dollars and Zero Cents ($3,600.00) 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 for non-compliance with the requirements in Section 8 "Prosecution & Progress", and under Section 10-2 "Traffic Control and Public Safety". 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 XV. 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 Section 7 of the Special Provisions. ARTICLE XVI. The City of Campbell shall notify Contractor`ofthe 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 tofthis°contract at any time. „a*w� r tr ire .. 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. CONTRACTOR Title (Attach Contractor's Notary Acknowledgment) CITY OF CAMPBELL By: Title: ATTEST: Andrea Sanders, City Clerk