Loading...
CC Resolution 13138 - CCC Building M Roof Replacement Rejection of bids, revised plans, solicitations to rebid RESOLUTION NO. 13138 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CAMPBELL: 1) AUTHORIZING THE REJECTION OF ALL BIDS RECEIVED FOR THE CCC — BUILDING M ROOF REPLACEMENT PROJECT (NO. 24-SS); 2) APPROVING THE PROJECT'S REVISED PLANS AND SPECIFICATIONS WITH MINOR SCOPE MODIFICATIONS; 3) AUTHORIZING SOLICITATIONS TO REBID THE PROJECT; 4) APPROVING THE SUBSEQUENT AWARD OF A SERVICE CONTRACT TO THE LOWEST, RESPONSIVE BIDDER, IN AN AMOUNT NOT TO EXCEED $350,000, PLUS AN ADDITIONAL CONSTRUCTION CONTINGENCY AMOUNT OF $50,000; 5) AUTHORIZING THE CITY MANAGER TO EXECUTE SAID AGREEMENT AS SPECIFIED IN CAMPBELL MUNICIPAL CODE SECTION 3.20.100; AND 6) AUTHORIZING THE PUBLIC WORKS DIRECTOR TO NEGOTIATE AND EXECUTE CONTRACT CHANGE ORDERS UP TO AND WITHIN THE ALLOCATED CONSTRUCTION CONTINGENCY. WHEREAS, on January 22, 2024, the City Council adopted Resolution No. 13099, approving the plans and specifications for the CCC — Building M Roof Replacement project (No. 24-SS) and authorizing staff to solicit bids and award a contract to the lowest, responsive bidder, in an amount not to exceed $300,000; and WHEREAS, on January 24, 2024, the project's construction specifications were advertised for bidding on the QuestCDN website; and WHEREAS, on February 26, 2024, a total of eight (8) proposals were opened for the Building M project, with the lowest base bid amount of$410,860 submitted by Courtney Waterproofing, Roofing & Concrete Restoration; and WHEREAS, despite being the lowest, responsive bidder, their proposed total had exceeded the project's budgeted contract amount by approximately $110,860 (or 27% above staff's final cost estimates); and WHEREAS, the award of contract was temporarily postponed pending the results of staff's post-bid analysis to address any discrepancies and identify a timely and cost-effective solution; and WHEREAS, staff's post-bid analysis revealed a significant price increase to one of the materials that was included in the project's construction specifications and recent bid opening; and WHEREAS,with these findings, staff identified an alternative type of material and application method whose inclusion could reduce the project's estimated total costs with minimal impact on its existing scope of work; and WHEREAS, staff has incorporated this alternative material and application method into the project's existing specifications by updating the base bid and alternate item descriptions and adding a section to the Special Provisions for those details relevant to their inclusion during the project's installation phase; and WHEREAS, to apply these changes and their anticipated cost-savings, staff will need to reject the current bids and rebid the project with the revised specifications; and WHEREAS, staff is requesting that the City Council authorize the rejection of all bids received for the Building M Roof Replacement project (No. 24-SS) and approve the revised specifications with authorization to rebid the project and solicit proposals from qualified contractors; and WHEREAS, in accordance with the City's purchasing guidelines, staff will complete a comprehensive evaluation of the bids received and select a contractor based on the results from the lowest, responsive bidder and their qualifications to perform the work; and WHEREAS, pending those 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 $350,000, plus an additional construction contingency of$50,000 for any unforeseen work or services required during its 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) authorize the rejection of bids received for the Building M — Roof Replacement project (No. 24-SS); 2) approve the project's revised plans and specifications with minor scope modifications; 3) authorize solicitations to rebid the project; 4) approve the subsequent award of a contract to the lowest, responsive bidder, in an amount not to exceed $350,000, plus a construction contingency amount of$50,000; 5) authorize the City Manager to execute said agreement as specified in Campbell Municipal Code Section 3.20.100; and 6) 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 ($350,000), the contract services agreement will reflect the contractor's final contract amount, with the construction contingency amount to remain the same ($50,000). PASSED AND ADOPTED this 2nd day of April, 2024, by the following roll call vote: AYES: Council Members: Bybee, Furtado, Scozzola, Lopez, Landry NOES: Council Members: None ABSENT: Council Members: None APPROVED: Susan M. Land , ayor ATTEST: Andrea Sanders, y Clerk CONTRACT BETWEEN CITY OF CAMPBELL AND TBD FOR CONSTRUCTION OF CAMPBELL COMMUNITY.CENTER BUILDING M ROOF REPLACEMENT, PROJECT 24-SS THIS AGREEMENT, made and concluded in duplicate, this TBD , day of , 2024 by and between TBD hereinafter referred:°to{jas "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, and hereunto annexed, the CONTRACTOR agrees with the CITY; at his own proper and expense, to do all,the.work and furnish all plant, labor, services, tools, equipment,suppliestransportation, utilities,and materials, except such as are mentioned in the Specifications.to Abe furnished by the CITY, necessary to construct and complete to the satisfaction ofthe'City Engineer, in accordance.with this Contract, the Notice Inviting Bids, the accepted Bid Proposal, the Plans, the`�Special'Provisions, the City of Campbell Standard Specifications and�Details'`fo,�r`�Public Works 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 Standard Plans, and the Equipment Rental Rates of the California Department of;Transportation and the General Prevailing Wage Rates, each of which documents are on`file in the-�office`of the City Clerk and all of which are hereby specifically referred to�and,7by,such reference�made a-part hereof. The work to be done is shown uponithe'project plans and specifications entitled, CAMPBELL COMMUNITY CENTER BUILING M ROOFx1'REPLACEMENT, PROJECT 24-SS , which said project plans, specifications, andreferenced`specifications are hereby made a part of this Contract. ARTICLE„II. The CITY,hereby promisesxand 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 contractsxto paysthe 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. ARTICLE III. The CONTRACTOR 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 theterms of this instrument and the Bid or Proposal of CONTRACTOR, then this instrument shallcontrol 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) whichtstates: A contractor°or subcontractor 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'ofany 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 rtof tt# a 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 1,725.5 at the Time the contract is awarded. ARTICLE IX. Contractor,and any subcontractors under the Constructor shall comply with Section 1775 of the 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 XI II. Contractor's attention is directed to Section 7-1.01 E 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 compensationthat would exceed the recovery allowed pursuant to Section 7 of the Special Provisions. ARTICLE XVI. 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. IN WITNESS WHEREOF, the parties oath se,present;have hereunto set their hands the year and date first above written and having fully read understood the terms and conditions of this contract, acknowledge their agreement to be'boundthereby.,N CONTRACTOR Title: kg d 4 "y its (Attach Contractor's Notary Acknowledgment) ki CITY OF CAMPBELL By: Title: ATTEST: Andrea Sanders, City Clerk