Loading...
2013/04/09 City Council Resolution 2013-067RESOLUTION NO. 2013 - 067 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK ADOPTING THE PLANS & SPECIFICATIONS AND AWARDING THE CONTRACT TO DESILVA GATES CONSTRUCTION, LP FOR THE WILFRED AVENUE IMPROVEMENT PROJECT CITY PROJECT NO. 2010-05 WHEREAS, the plans and specifications for the Wilfred Avenue Improvement Project No. 2010 -05 was designed by Kimley -Horn & Associates, and approved by the Deputy City Engineer; and WHEREAS, the Project was advertised for bids on February 8, 2013 and four (4) City Staff opened bids for the Wilfred Avenue Improvement Project No. 2010 -05 on March 27, 2013; and WHEREAS, the project utilized the A +B bid method, also referred to as cost plus time bidding. A +B bidding is a method of determining the lowest responsible bidder and the number of working days for a project by requiring the contractor to bid competitively with respect to both the construction cost and project duration. WHEREAS, three (3) bid proposals were received for the Wilfred Avenue Improvement Project No. 2010 -05 ranging in price from $10,845,757.00 to $14,196,195.00 and Working Days ranging from 90 to 95 for work east of Langner Avenue; and WHEREAS, the City engaged Vali Cooper & Associates, Inc. to review all bids for responsiveness; and WHEREAS, Vali Cooper & Associates, Inc. determined that DeSilva Gates Construction, LP submitted the lowest A +B bid and is the lowest responsive and responsible bidder; and WHEREAS, on April 9, 2013, a duly noticed public meeting was held on the approval of the plans and specifications and the award of the contract; and WHEREAS, the Wilfred Avenue Improvement Project was previously approved by the City pursuant to a Notice of Exemption on September 25, 2012. The City filed a notice of exemption with the County Clerk on September 26, 2012, who posted it that same day through October 29, 2012. NOW, THEREFORE, the City Council of the City of Rohnert Park does hereby resolve, determine, find and order as follows: SECTION 1. Findings. The City Council hereby finds as follows: 1. The above recitals are true and correct and are hereby incorporated into this Resolution as findings of the City Council of the City of Rohnert Park. 2. In making its findings the City Council relied upon and hereby incorporates by reference all of the bid materials, correspondence, staff reports and all other related materials. 3. The plans and specifications for the Wilfred Avenue Improvement Project No. 2010 -05 are hereby approved and adopted. 4. The award of the contract for the Wilfred Avenue Improvement Project is not subject to CEQA because the Wilfred Avenue Improvement was previously found by the City Council to be categorically exempt from CEQA and this award is a subsequent action on and implementation of that Project. Awarding the contract does not involve any substantial changes to the Project, nor would such award cause new or more severe environmental impacts. For those reasons, neither the obligation to comply with nor is the statute of limitations on that prior are re- triggered by this toward implementing the project. SECTION 2. Award of Contract. The City Council hereby resolves as follows I . In accordance with California Public Contract Code Section 20160 and following any other applicable laws, the City Council of the City of Rohnert Park hereby finds the bid of DeSilva Gates Construction, LP, for the Wilfred Avenue Improvement Project No. 2010 -05 to be the lowest, responsive bid and waives any irregularities in such bid in accordance with applicable law including, but not limited to, the lack of designation by DeSilva Gates Construction of the name of the bridge manufacturer in its bid. 2. The City Manager is hereby authorized and directed to execute a contract, in substantially similar form to the Agreement attached hereto as Attachment 1 and incorporated by this reference, subject to final review, including non - substantive modification, by the City Attorney, with DeSilva Gates Construction, LP, for the amount of Ten Million Eight Hundred Forty -Five Thousand, Seven Hundred Fifty -Seven dollars ($10,845,757.00) and ninety five (95) Working Days for work east of Langner Avenue and one hundred eighty -five (185) Working Days for work west of Langner Avenue in accordance with the bid documents and applicable law upon submission by DeSilva Gates Construction, LP, of all documents required pursuant to the Project bid documents; and is also authorized to approve cumulative contract change orders up to fifteen percent (15 %) of the value of the original contract; and is also authorized to take such actions as are reasonably necessary to implement the contract with DeSilva Gates Construction, LP . 3. City staff is hereby directed to issue a Notice of Award to DeSilva Gates Construction, LP, for this project. 4. This Resolution shall become effective immediately. SECTION 3. Severability. All portions of this resolution are severable. Should any individual component of this Resolution be adjudged to be invalid and unenforceable by a body of competent jurisdiction, then the remaining resolution portions shall continue in full force and effect, except as to those resolution portions that have been adjudged invalid. The City Council of the City of Rohnert Park hereby declares that it would have adopted this Resolution and each section, subsection, clause, sentence, phrase and other portion thereof, irrespective of the fact that one or more section, subsection, clause sentence, phrase or other portion may be held invalid or unconstitutional. DULY AND REGULARLY ADOPTED by the City Council of the City of Rohnert Park this 9"' day of April 2013. r "'s ATTEST: s,. "t JoAnne Buergler, City Clerk Ci Attachment: Draft Contract CITY OF ROHNERT PARK Pain Stafford, Mayor AHANOTU: BELFORTE: hyt MACKENZIE: Pjy -- CALLINAN: /ViL STAFFORD: ia'lc; AYES: ( ) NOES: ( 0 ) ABSENT: ( 0 ) ABSTAIN: ( CJ ) Attachment 1 CONTRACT WILFRED AVENUE IMPROVEMENTS PROJECT NO. 2010 -05 THIS AGREEMENT, made and entered into this day of , 2013, by and between DeSilva Gates Construction, hereinafter called "Contractor ", and the City of Rohnert Park, hereinafter called "City ". WITNESSETH: WHEREAS, the City Council of said City performing the work hereinafter mentioned in a Contractor. x NOW, THEREFORE, IT IS AGREED; 1. Scope of Work: The Q9 materials, equipment and all utility a IRANI of construction and installation of the adopted by the City Council of said Ct more particularly set forth in, the Conti except work done or to b;'zced by r, . .,.,,... 2. Time bMertbrmari` rand_ 1 within (3) three calendar des after bficia g p �, and must d��r � tj� t osecut� the �ct�`tp` schedule,f bxd prictlmittedh the C' AN that tarn ts` of the essengzt- Ith h§ pw to pursue formance of the irk �5 a contract to Contractor for the sealed proposal of said e o 11, all�ihe work and f`�rnlsh all the labor, ,1,f- ;etjges required to complete all of the work roiN&cularly described in the Resolution 2013 ' T N96tems and quantities of which are ;fir on IL'`1k1, the office of the City Clerk, damages' he Contractor must begin work the City Engineer to proceed with the work within the number of working days bid on the d. The Contractor acknowledges and agrees 's work and that Contractor shall diligently In the eve t the Contractor doesVt complete the work, except work west of Langner Avenue, within the pumber of days; bid or within such further time as said City Council must have authorized, the Conti or must ` ",to the City liquidated damages in the amount of Nine Thousand C� i Six Hundred Dollars O)� �t ay for each and every day's delay in finishing the work beyond 95 working days. In the""""" he Contractor does not complete all the work, within 185 working days or within such further time as said City Council must have authorized, the Contractor must pay to the City liquidated damages in the amount of Eight Thousand Three Hundred Dollars ($8300) per day for each and every day's delay in finishing the work beyond the completion date so specified. Additional provisions with regard to said time of completion and liquidated damages are set forth in the specifications, which provisions are hereby referred to and incorporated herein by reference. 3. Payments: Payments will be made by City to the Contractor for said work performed at the times and in the manner provided in the specifications and at the unit prices stated in Contractor's bid. Attachment 1 The award of the contract is for a total amount of $10,845,757.00. 4. Component Parts and Interpretation: This contract must consist of the following documents, each of which is on file in the office of the City Clerk and all of which are incorporated herein and made a part hereof by reference thereto: a) b) C) d) e) fl g) h) i) D k) m) This Agreement Notice Inviting Sealed Proposals Instruction and Information to Bidders Accepted Proposal, with all attachmen Faithful Performance Bond Labor and Material Bond Special Provisions Project Plans Revised Standard Speci Standard Specifications Revised Standard Plans In the event of conflict b govern: this contract, change o: RM and specifications; spef x specifications; revispowaidard the absence of a conf� ling or (20 10 edition) of the Calnia l City any 66"ily will ha onl agents or sp'q may not at aril subcontractors Department of Industi id classification or type of NA at, the office of the City California 94928. hef��y flowing order of precedence will cents aful� approved revisions to plans tsed stahlard specifications; standard plemental project information. In oreging, the Standard Specifications on shall apply to this project. eor „Contl'actor is and will at all times remain as to ether nor any of its officers, employees, or agents )ntractor or any of Contractor's officers, employees, sly set forth in the Contract Documents. Contractor 'ent that it or any of its officers, employees, agents, or employees, agents or subcontractors of City. 11111 es: Copies of the determination of the Director of the k.,161 ons of the prevailing rate of per diem wages for each craft, Ter needed to execute this Contract will be on file in, and available Clerk, Rohnert Park City Hall, 130 Avram Avenue, Rohnert Park, Contractor must post at the work site, or if there is no regular work site then at its principal office, for the duration of the Contract, a copy of the determination by the Director of the Department of Industrial Relations of the specified prevailing rate of per diem wages. (Labor Code § 1773.2.) Attachment 1 Contractor, and any subcontractor engaged by Contractor, may pay not less than the specified prevailing rate of per diem wages to all workers employed in the execution of the contract. (Labor Code § 1774.) Contractor is responsible for compliance with Labor Code section 1776 relative to the retention and inspection of payroll records. Contractor must comply with all provisions of Labor Code section 1775. Under Section 1775, Contractor may forfeit as a penalty to City up to $200.00 for each worker employed in the execution of the Contract by Contractor or any subcontractor for each calendar day, or portion thereof, in which the worker is paid less than the prevailing rates. Contractor may also be liable to pay the difference between the prevailing wage rates and thp ,,amount paid to each worker for each calendar day, or portion thereof, for which each worke was paid less than the prevailing wage rate. j Nothing in this Contract prevents Contracto or any �pbcontractor from employing properly registered apprentices in the execution ofe Contract' wmtractor is responsible for compliance with Labor Code section 1777 5 Pb X11 apprenticeabl' 6 'i ccupations. This statute requires that contractors and subcontractors rust submit contract `a�d information to the applicable joint apprenticeship committee, ,M,itst employ, apprenti �v in apprenticeable occupations in a ratio of not less than one hour of appntice ork for ever}v hours of labor performed by a journeyman der § 1777.5), mist contribute to the fund or funds in each craft or trade ortke amount t o�tfie California Apprenticeship Council, and that contractors and subcontract "is iipnot disciate among otherwise qualified employees as a apprentices solely on the^ round ti E x rac ii ion, creed, national origin, pP y� c ,� g ancestry or color. Onlyices define in Lab i %e sects 3077, who are in training under apprenticeshlptdards who ha`yr�tppr�Y contracts, may be employed on public works in appi0jigeable oedtipations. v If fedelads areen d t pay far the V��rkz Contractor and any subcontractor agree to comply, app scab e, with tie labor aril reportm �.equirements of the Davis -Bacon Act (40 �.., wv USC ,R "a 7), the Cx p land Act {40 USC §6c and 18 USC § 874), and the Contract Work Hours arfd safety Standard' ct (40 t1C § 327 afd following). . 7. z``�ours of Labor Contractt�`r acknowledges that under California Labor Code sections 1810 and t llowing, eiM hours of labor constitutes a legal day's work. Contractor will forfeit as a penalty,4 City the 4 of $25.00 for each worker employed in the execution of this Contract by Contract' and su contractor for each calendar day during which such worker is required or permitted toacc5re than eight hours in any one calendar day and 40 hours in any one calendar week in viola' of the provisions of Labor Code section 1810. . 8. Apprentices: Attention is directed to the provisions in Sections 1777.5 (Chapter 1411, Statutes of 1968) and 1777.6 of the Labor Code concerning the employment of apprentices by the Contractor or any Subcontractor under him. Section 1777.5, as amended, requires the Contractor or Subcontractor employing tradesmen in any apprcnticeable occupation to apply to the joint apprenticeship committee nearest the site of the public works project and which administers the apprenticeship program in that trade for a certificate of approval. The certificate will also fix the ratio of apprentices to journeymen that will 3 Attachment I be used in the performance of the Contract. The ratio of apprentices to journeymen in such cases must not be less than one to five except: A. When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of 15 percent in the 90 days prior to the request for certificate, or B. When the number of apprentices in training in that area exceeds a ratio of one to five, or C. When the trade can show that it is replacing at l6*` 1/30 of its membership through apprenticeship training on an annual basis stoteude or locally, or i ' D. When the assignment of an apprentice,t&�`a woi performed under a public works Contract would create a condition�W-0,b"tc' would jeoparte his life or the life, safety, or property of fellow employe�e��fhe public at large, tai if the specified task to which the apprentice is to be asned is of such a nature that training cannot be provided by a journeyman, or E. When the Contractor�ov "des evidence T * -he employs registered' egistered apprentices on all of his Contracts on a1O,,)M` la aaverage of dt less than one apprentice to eight Iff a bz journeymen. The Contractoret to make c°�'�tributt #`Itc nds estflished for the administration of apprenticeship pro if he�e`rloys regise`entic`es xourneymen in any apprenticeable trade on such Contracts and if Otfter Con c works site are making such contributions. T1ae bnttact and ati \psiki contr�aat tender him must comply with the requirements of Section '7'7.5 and 1777" the"" epoyment o entices. Information relative to appre 'eeship sMdards, wage schedules, and other requirements may be obtained fiojn�therDirector of Tndpstrial R-, ions, ex officio the Administrator of Apprenticeship, San Francisco, Ca taxnia, or frog,' e Division of Apprenticeship Standards and its branch offices. 9. Labor T which reads as follows: Attention is directed to Section 1735 of the Labor Code, "A contractor must not discriminate in the employment of persons upon public works on any basis listed in subdivision (a) of Section 12940 of the Government Code, as those bases are defined in Sections 12926 and 12926.1 of the Government Code, except as otherwise provided in Section 12940 of the Government Code. Every contractor for public works who violates this section is subject to all the penalties imposed for a violation of this chapter. " 4 Attachment I 10. Workmen's Compensation Insurance: In accordance with the provisions of Article 5, Chapter 1, Part 7, Division 2 (commencing with Section 1860) and Chapter 4, Part 1, Division 4 (commencing with Section 3700) of the Labor Code of the State of California, the Contractor is required to secure the payment of compensation to his employees and must for that purpose obtain and keep in effect adequate Workmen's Compensation Insurance. The undersigned Contractor is aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for workmen's 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 ths.contract. 11. Indemnity and Insurance: To the fullest indemnify, hold harmless, release and defend City, its of volunteers, and consultants from and against any and disability, losses, expenses including, but not Iii J,,' liabilities of any nature that may be asserted by yy eI or in part, arising out of Contractor's activities zeund employed or utilized by Contractor includin g sbcoi performance of this Agreement excepttng liabilities due. indemnification obligation is not limrt any damages or compensation payable by ox stir Gntractor other employee benefit acts or the tehft ap ptability provided by Contractor and must continua bind the Agreement. Contractor sl under this Contract Contractor pyg ;., re duty to intzf (q t actor must extent des� above. A. The and cc B. The F the extent'; permitted by law, Contractor must iers, ected officials, employees, agents, �a11 actlph,,,, claims, demands, damages, attorney's fee §land other defense costs and on or entity including Contractor, in whole er, including the aUMities of other persons ltlacto> hired by'��ontraetor in the ao tie :active negligence io, the City. This Y ary limitation on the amount or type of under Worker's Compensation, disability or yl or Itions of any insurance held or rties al ennination /completion of this "ghout the" e for performance of the work Special Provisions. The requirement that way be construed to limit the Contractor's harmless, release and defend the following to the same its officers, elected officials, employees, agents, volunteers eof Graton Rancheria, its officers, elected officials, employees, agents, consulta volunteers. C. Station Casinos, Inc., its officers, employees, agents and consultants and volunteers. D. Pacific Gas and Electric Company, its officers, employees, agents, and volunteers. E. AT &T, its officers, employees, agents, and volunteers. F. Comeast Cable, its officers, employees, agents, and volunteers. G. County of Sonoma, its officers, elected officials, employees, agents and volunteer. Attachment 1 12. City Right of Termination and Right to Complete the Work: The City may terminate the Contract at any time, with or without cause, upon 15 (fifteen) days written notice to the Contractor. The City may terminate the Contract when conditions encountered during the work make it impossible or impracticable to proceed; or when the City is prevented from proceeding with the Contract by act of God, by law, or by official action of a public authority; of if the governing board of the Federated Indians of Graton Rancheria (the "Tribe ") fails to transfer to the City in a timely manner the funds necessary to pay for the Work being performed by the Contractor under this Contract. The City may terminate the Contract upon defaulty the Contactor. The occurrence of any of the following is a default by Contactor under tlstrcty A. Contractor refuses or fails to diligence as will insure its completion within B. Contractor fails to complete the C. Contractor is ad creditors, or a receiver is appointed D. Contactor fails to complete the Work in the t;Y:pI E. ContMO, fails labor. F. in oeete the Workx any part thereof with such tat 5e specified or an} 1by, itted extension. TIC on tune.. t or ma� a general assignmentr the benefit of of ContrQ* insolvency. ly skld workers or proper materials to bcontractor or for material or le laws, ordinances or instructions of City Is to perform any obligation or duty under the Contract. Upon e occurrence o default* Contractor, the City will serve a written notice of default on Contractor specifying the nature of the default and the steps needed to correct the default. Unless tractor curd the default within 10 days after the service of such notice, or satisfactory arrangem f,,,s acc. le to City for the correction or elimination of such default are made, as determined b y may thereafter terminate this Contract by serving written notice on Contractor. Insuch case, Contractor will not be entitled to receive any further payment, except for Work actually completed prior to such termination in accordance with the provisions of the Contract Documents. In event of any such termination, City will also immediately serve written notice of the termination upon Contractor's surety. The surety will have the right to take over and perform pursuant to this Contract; provided, however, that if the surety does not give City written notice of its intention to take over and perform this Contract within five days after service of the notice of termination or does not commence performance within 10 days from the date of such notice, City may take over the Work and prosecute the same to completion by contract or by any other Attachment 1 method it may deem advisable for the account and at the expense of Contractor. Contractor and the surety will be liable to City for any and all excess costs or other damages incurred by City in completing the Work. If City takes over the Work as provided in this Section, City may, without liability for so doing, take possession of, and utilize in completing the Work, such materials, appliances, plant, and other property belonging to Contractor as may be on the site of the Work and necessary for the completion of the Work. 13. Substitution of Securities for Withheld Contracts Code Section 22300, securities may be subs agency to ensure performance under a contract. At the securities equivalent to the amount withheld must be c state or federally chartered bank as the escrow agent, Zw upon satisfactory completion of the contract. j Securities eligible for substitution uncT California Public Contracts Code Section 223 deposit. The Contractor must be the beneficial withheld and must receive any intere -s, n. Alternatively, the Contractor earned directly to the escrow agent at Contractor, the Contrac>gtal�rect Contractor shall receie ini e� in Section 22300 for°sd"p� tithes de 10 Contract, the Contractc;Pftll rece €i`""" i received by th:escxow aeh orx3lr ty escrow agheraeni en��r� following provisions: y a e amount of sriti b. The �ms anddi the iiif ®� irned o ed by tl from the r�ity pU into puI Amounts,. Pursuant to California Public tuted T ,", iy moneys withheld by a public eduest a'nd sole expense of the Contractor, pp,)t4w' ith the public agency, or with a Q T1Ustpa _uch moneys to the Contractor section must i those listed in the banker, savings and loan certificates of \of securities substt lted for moneys the G1,shall make payment of retentions e Contrac�t2t At the expense of the taymert into securities and the ;f z >hnefaon the same terms provided for ctor. Upoh satisfactory completion of the agent all securities, interest, and payments the terms of this section. to this section must contain as a minimum the deposited; of conversion to cash in case of the default of the C. The termination of the escrow upon completion of the contract. 14. General Provisions A Authority to Execute. Each Party represents and warrants that all necessary action has been taken by such Party to authorize the undersigned to execute this Contract and to bind it to the performance of its obligations. Attachment I B Assignment. Contractor may not assign this Contract without the prior written consent of City, which consent may be withheld in City's sole discretion since the experience and qualifications of Contractor were material considerations for this Contract. C. Binding Effect. This Agreement is binding upon the heirs, executors, administrators, successors and permitted assigns of the Parties. D Integrated Contract. This Contract, including the Contract Documents, is the entire, complete, final and exclusive expression of the Parties with respect to the Work to be performed under this Contract and supersedes all other agree»ents or understandings, whether oral or written, between Contractor and City prior to the execton of this Contract. E. Modification of Contract No, a eztdtjIent to or modification of this Contract will be valid unless made in writing and itoved byµ Contractor and by the City Council or City Manager, as applicable. The Patttcs` agree that ,Ihis requirement for written modifications cannot be waived and that any attempted waiver will b void. F. Counterparts, Facsimile cother Electioic Signature This Contract may be executed in several counterparts, each of which _611 be d, i ed an origi4 and all of which, when taken together, constitute one atl l the same instrlir b`ht Amendments Ofts Contract will be considered executed when the signature of a party is delivered by facsimile or other electronic transmission. Such facsimile or oth�eleettcic signaur will have the same effect as an original signature. G ver �,% rty aivei by any Pa cifr tetm condition, or covenant o this Contract will not co Ohte a w t of any' Er arm, coed tton, or covenant. Waiver by any Party of any breach IBD� e provisr`' of this C o tract will not constitute a waiver of any other provision, or a waiver of a breach of violation of any provision of this Contract. Acceptan ;X";f anyresrat ctor will not constitute a waiver of any of the provtsio s`ofthf&P -0-- tract.' H. Inter Cation 'phis Contract will be interpreted, construed and governed accordingna�e laws of the of C,��fbrnia. Each party has had the opportunity to review this Contract' i�h legal coun��l�� The Cbntract will be construed simply, as a whole, and in accordance wi ir meanin g t will not be interpreted strictly for or against either party. I. S` eralh lit. If any term, condition or covenant of this Contract is declared or determine d�ay� jany court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions of this Contract will not be affected and the Contract will be read and construed without the invalid, void or unenforceable provision. J. Venue. In the event of litigation between the parties, venue in state trial courts will be in the County of Sonoma. In the event of litigation in a U.S. District Court, venue will be in the Northern District of California. 8 Attachment 1 IN WITNESS WHEREOF, the City of Rohnert Park has caused these presents to be executed by its officers, thereunto duly authorized, and Contractor has subscribed same, all on the day and year first above written. CITY OF ROHNERT PARK DESILVA GATES CONSTRUCTION City Manager Date N Per Resolution No. 2013 -067 adopted by the Rohnert Park City Council at its meeting of April 9, 2013 Date