Loading...
2013/09/10 City Council Resolution 2013-128RESOLUTION NO. 2013 - 128 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK APPROVING AND ADOPTING THE PLANS & SPECIFICATIONS AND AWARDING THE CONTRACT TO GHILOTTI CONSTRUCTION COMPANY, INC., FOR THE EASTSIDE TRUNK SEWER PHASE II PROJECT NO. 2007-02 WHEREAS, the plans and specifications for the Eastside Trunk Sewer Phase II Project No. 2007 -02 were designed by GHD, and approved by the Deputy City Engineer; and WHEREAS, the Project was advertised for bids and City Staff opened bids for the Eastside Trunk Sewer Phase II Project No. 2007 -02 on August 22, 2013; and WHEREAS, Six (6) bid proposals were received for the Eastside Trunk Sewer Phase II Project No. 2007 -02 ranging in price from $8,282,705.00 to $13,838,740.00; and WHEREAS, GHD reviewed all bids for responsiveness; and WHEREAS, GHD determined that Ghilotti Construction Co., Inc., submitted the lowest cost bid and is the lowest responsive and responsible bidder; and WHEREAS, Ghilotti Construction Co., Inc., submitted a bid price of $20,120.00 for Alternate Bid Item 41; and WHEREAS, on September 10, 2013 a duly noticed public meeting was held on the approval of the plans and specifications and the award of the contract; and WHEREAS, a California Environmental Quality Act (CEQA) Draft Mitigated Negative Declaration was prepared for the project on April 28, 2006 and the Notice of Determination was filed for the project with the Sonoma County Clerk on August 11, 2006. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Rohnert Park 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 Eastside Trunk Sewer Phase II Project No. 2007 -02 are hereby approved and adopted. 4. A California Environmental Quality Act (CEQA) Draft Mitigated Negative Declaration was prepared for the project on April 28, 2006 and the Notice of Determination was filed for the project with the Sonoma County Clerk on August 11, 2006. The Council has determined, based on substantial evidence in the record, that the Eastside Trunk Sewer Phase II Project was fully analyzed and approved in the aforementioned MND and NOD. This is a subsequent action in furtherance of the approved project and no further environmental review is required. Pursuant to CEQA Guidelines Section 15162, the 2013 -128 Council finds that (1) no substantial changes are proposed to the project, (2) no new significant environmental effects and no substantial increase in severity of effects will occur, (3) no new information of substantial importance shows that the project will have new significant or more severe effects, (4) that no previously infeasible mitigation measures or alternatives have become feasible, and (5) that no different mitigation measures or alternatives would substantially reduce a significant effect on the environment. 5. 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 Ghilotti Construction Co., Inc., for the Eastside Trunk Sewer Phase II Project No. 2007 -02 to be the lowest, responsive bid and waives any irregularities in such bid in accordance with applicable law. 6. The City Manager is hereby authorized and directed to execute the contract with Ghilotti Construction Co., Inc., for the sum of the base bid and alternate bid items, for the amount of Eight - Million- Three - Hundred- Two- Thousand - Eight- Hundred - Twenty -Five dollars ($8,302,825.00) for construction of the Project in accordance with the bid documents and applicable law upon submission by Ghilotti Construction Co., Inc., of all documents required pursuant to the Project bid documents. 7. City staff is hereby directed to issue a Notice of Award to Ghilotti Construction Co., Inc., for this project. 8. This Resolution shall become effective immediately. 9. 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 I0"' day of September 2013. ATTEST: rr t y �3 f f % I+ t.J Anne Buergler, City Clerk Attachment: Contract CITY OF ROHNERT PARK Pam Stafford, Mayor AHANOTU: AiLz BELFORTE: IN'-(E; MACKENZIE: MS CALLINAN: A(P- STAFFORD: AXe AYES: (!5 ) NOES: ( b ) ABSENT: ( D ) ABSTAIN: ( 6 ) 2013 -128 CONTRACT EASTSIDE TRUNK SEWER PHASE II PROJECT NO. 2007 -02 THIS AGREEMENT, made and entered into this and between Ghilotti Construction Co., Inc., hereinafter called Park, hereinafter called "City ". WHEREAS, the City Council of said City performing the work hereinafter mentioned in ac( Contractor. NOW, THEREFORE, IT IS AGREED, a` flyvs: , 20 , by the City of Rohnert a contract tov' for the sealed proposal of said 1. Scope of Work The Contracto mus jperf work and furnish all the labor, materials, equipment and a I ilt irty and transp4Wi n service�r oquired to complete all of the work of construction and instalatron offi improveme�s more particularly described in the Resolution adopted by the City,, of said City on Septei�b�er 10, 2013, the items and quantities of which are more particularly set fare in thin Contractor's bid'erefor on file in the office of the City Clerk, except work to be performed b�sibcanitc�s t forth in the Contractor's bid and for which the Contractor eirnssan AAV, Time of Ptimance andiquidated Damages: The Contractor must begin work within fife (15) calendar ,i aftericial notice by the City Engineer to proceed with the work and must dilf�ently prosecute tae same to completion within 350 calendar days of that Notice. The Contractor acIMyv,,l ledges and agrees that time is of the essence with respect to Contractor's work and that Contractor all dildntly pursue performance of the work. In the event the Contractor does not complete the work within the time limit so specified or within such further th as said City Council must have authorized, the Contractor must pay to the City liquidated darnages in the amount of THREE THOUSAND DOLLARS ($3,000) 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 Ibr said work performed at the times and in the manner provided in the specifications and at the unit prices stated Page 1 Eastside Trunk Sewer Phase II Rohnert Park City Project No. 2007 -02 in Contractor's bid. The award of the contract is for a total amount of $8,302,825.00. 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) This Agreement b) Notice Inviting Sealed Proposals C) Instruction and Information to Bidders d) Accepted Proposal, with all attachments e) Faithful Performance Bond f) Labor and Material Bond g) Special Provisions h) Standard Specifications i) Design Standards t j) Plans, Profiles and Detailed Diav�s In the event of conflict between lest govern: this contract; change orders, sine and specifications; special conditions; sly standard plans; reference specifications. In' the foregoing, the Standard Specifications Transportation shall apply t,roject. 5;: City a wholly mdependAf will have contro) over the agents or hubcorttrs, ex may nott any time of trt a� sub c ctors are in any A � 1 Prevai Depart ment of Iltztrial classification or typef W? at, the office of the Dittor documents, the :following order of precedence will e,�tal agreements Ord, approved revisions to plans No M specifications; (�e� l plans; general plans; 5, ,e absent of a contr " mg or contrary provision in ( 0W'edittori sof the California Department of ontractor. Cr tractor is and will at all times remain as to r Neither Cit �o any of its officers, employees, or agents of GIbritractof or any of Contractor's officers, employees, expressry t forth in the Contract Documents. Contractor r :represent that it or any of its officers, employees, agents, or N totem employees, agents or subcontractors of City. E Wages: Copies of the determination of the Director of the Rations of the prevailing rate of per diem wages for each craft, Cer needed to execute this Contract will be on file in, and available at 601 Carmen Drive, Camarillo, California 93010. 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.) 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 Page 2 Eastside Trunk Sewer Phase II Rohnert Park City Project No. 2007 -02 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 the amount paid to each worker for each calendar day, or portion thereof, for which each worker was paid, less than the prevailing wage rate. Nothing in this Contract prevents Contractor or an properly registered apprentices in the execution of the Conk, compliance with Labor Code section 1777.5 for all aptnt requires that contractors and subcontractors must s'mit 'b applicable joint apprenticeship committee, must emplo, occupations in a ratio of not less than one hour ofK%6 ��,ntice's performed by a journeyman (unless an exception is gidted u the fund or funds in each craft or trade or a like; tb tie and that contractors and subcontractors must not discrr employees as apprentices solely on the "'Bond of sex, rac( ancestry or color. Only apprentices defittd2% labor Code under apprenticeship standards and who have writenti public works in apprenticeable occupations. booritractor from employing Contractor is responsible for le ONO tions. This statute ct award n formation to the apprentices .apprenticeable ark for every five �rs of labor .;§ 1777.5), m4."f contribute to lifornia Apprenticeship Council, ite among otherwise qualified religion, creed, national origin, trrt ;3077, who are in training eMracts, may be employed on If federal funds r usei tay for the Work, Contractor and any subcontractor agree to MY comply, as apphcalaeh the l01,"ibr and reporting requirements of the Davis -Bacon Act (40 USC § 276a-7), Copd Act 40 USC 276c and 18 USC § 874), and the Contract Work Hours and Safety St I I 3 7 and following). . Hoursf`�Labor �pntractor acknowledges that under California Labor Code sectio 810 and follow s eight pof labor constitutes a legal days work. Contractor will forf 7t a penalty to City tesum X25.00 for each worker employed in the execution of this Contract byntractor or atubcontractor for each calendar day during which such worker is required or permed to woil� ore than eight hours in any one calendar day and 40 hours in any one calendar weeviolatiQ�of the provisions of Labor Code section 1810. . 8. AA rpp W 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 apprenticeable 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 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: Page 3 Eastside Trunk Sewer Phase II Rohnert Park City Project No. 2007 -02 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 least 1/30 of its membership through apprenticeship training on an annual basis statewide o yaor D. When the assignment of an apprentice to any wor 5`pWined under a public works Contract would create a condition which wouldopardi e life, safety, or property of fellow employees or the p the alarge, ified task to which the apprentice is to be assigned roof such a nature that'fi ng cannot be provided by a journeyman, or s E. When the Contractor provides evidence fl e errp registered apprentices on all of his Contracts on an annual average o less than one apprentice to eight journeymen. The Contractor is required to make of apprenticeship program if he employs re, trade on such Contracts and if other G contributions. , The Contract awl any Si ontractor i Section 1777.5 and 1777. f,ti,the e a, ovment of to funds e'hed for the administration s orjoieymen in any apprenticeable AMan h���p blxc works site are making such must comply with the requirements of Information tat ve appren% p stand48c vage schedules, and other requirements may be obtained from the Di'i ectar�of lndi Eastside Trunk Sewer Phase II Rohnert Park City Project No. 2007 -02 (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 this contract. 11. Indemnity and Insurance: To the fullest extent perm indemnify, hold harmless, release and defend City, its officers, volunteers, and consultants from and against any and all disability, losses, expenses including, but not limited to, attort4 liabilities of any nature that may be asserted by any perso or in part, arising out of Contractor's activities me employed or utilized by Contractor including sJ*ntracto performance of this Agreement excepting liabilitiS dto the indemnification obligation is not limited in any way b` damages or compensation payable by or for Contractor un other employee benefit acts or the tert�,, applicability ors r �ylLr provided by Contractor and must contmu t+0,nd the parties Agreement. Contractor shall procure and mainta. under this Contract the,rn�r required Contractor procure an %r9 duty to indemnify City as Failure of City to obligations QdsCttyiduv ill m ., ay act shall K bylaw, Contractor must officials, employees, agents, ims, demands, damages, f fees Wther defense costs and tv inclucStGCc ng the actiAl [ hired by the ' tractor, in whole of other persons �'htractor in the I've negligence 6IM6'City. This fi tation on the am' nt or type of orker's Compensation, disability or �ations of any insurance held or IQWrm nation /completion of this hout`/ ire for performance of the work Specta" rovisions. The requirement that no way be construed to limit the Contractor's these requirements imposes no additional of any rights hereunder. City Righf<df Tertni���i� and Right to Complete the Work. The City may terminate the Contract wh �ondttltns encountered during the work make it impossible or impracticably o, proceed, or w n the City is prevented from proceeding with the Contract by act ve of God, by la, ar by official action of a public authority.. In addition, the occurrence of any of the following is a default by,bntractor under this Contract: A. �i Eastside Trunk Sewer Phase II Rohnert Park City Project No. 2007 -02 E. Contractor fails to make prompt payment to any subcontractor or for material or labor. F. Contractor fails to abide by any applicable laws, ordinances or instructions of City in performing the Work. G. Contractor breaches or fails to perform any obligation or duty under the Contract. Upon the occurrence of a default by Contractor, the irecto I serve a written notice of default on Contractor specifying the nature of the default and pt�teps needed to correct the default. Unless Contractor cures the default within 10 days thrvice of such notice, or satisfactory arrangements acceptable to City for the correctr of such default are made, as determined by City, City may thereafter terrt� his Conti by serving written notice on Contractor. In such case, Contractor //Wj not be entitled to r ve any further payment, except for Work actually completed przot,, o such termination in with the provisions of the Contract Documents. In event of any such termination, City will also rinrri ",iiately serve written notice of the termination upon Contractor's surety he surety will have4 e,right to take over and perform pursuant to this Contract; provided, however, that if the suret�� n give City written notice I, <5 of its intention to take over and perform this Contt�rvithin five � after service of the notice of termination or does not commence performance WV I0 da sf rom the date of such notice, City may take over the Works and prosecute the sae to Con by contract or by any other method it may deem adv .6 M, c r: the account ar�d at the ex rise of Contractor. Contractor and the surety will be lia�) to City fob any and all 6� pss costs or other damages incurred by City in completing the Wor If City takes over the Work as pt�ednnis Section, City may, without liability for so doing, take is�� s �f, and ttlrze in compl ing the Work, such materials, appliances, plant, and oth property belotagtg tontractor as may be on the site of the Work and necessary for the ccr aBAetion of the Work* 13. bstitution off' securities for Withheld Amounts: Pursuant to California Public Contracts Cod, ° -gion 2230' securities may be substituted for any moneys withheld by a public agency to ensure l under a contract. At the request and sole expense of the Contractor, securities equivalent'tp the amount withheld must be deposited with the public agency, or with a state or federally chartebank as the escrow agent, who must pay such moneys to the Contractor upon satisfactory completion of the contract. Securities eligible for substitution under this section must include those listed in the California Public Contracts Code Section 22300 or bank or savings and loan certificates of deposit. The Contractor must be the beneficial owner of any securities substituted for moneys withheld and must receive any interest thereon. Page 6 Eastside Trunk Sewer Phase II Rohnert Park City Project No. 2007 -02 Alternatively, the Contractor may request and the City shall make payment of retentions earned directly to the escrow agent at the expense of the Contractor. At the expense of the Contractor, the Contractor may direct the investment of the payments into securities and the Contractor shall receive the interest earned on the investments upon the same terms provided for in Section 22300 for securities deposited by the Contractor. Upon satisfactory completion of the Contract, the Contractor shall receive from the escrow agent all securities, interest, and payments received by the escrow agent from the City, pursuant to the terms of this section. Any escrow agreement entered into pursuant to this section must"contain as a minimum the following provisions: % a. The amount of securities to be deposited; b. The terms and conditions of conversion t ,the default of the Contractor; and C. The termination of the escrow ubon coiif�letion ofe contract< P, 14. General Provisions A Authority to Ex& Each Party cents and warrants that all necessary action has been taken by suchaz, tp authorize th�a rtdersigned to execute this Contract and to bind it to the performance of its obhgazaps. B Asstgppt Contractoz �;ay not as this Contract without the prior written consent of Cit � v i� � c nsent may e withheld4in City's sole discretion since the experience and qualt, raetor were ibaterial considerations for this Contract. C Bid��E t as Agre5m. ent is binding upon the heirs, executors, r adminishator � � , rs anY e mrtted a � gns o'fthe Parties. 'f� r s D Initated Cctact ;This Contract includin the Contract Documents is g the qt omplete, fi na exclusieXpression of the Parties with respect to the Work to be performMer this Conte ael'tand supersedes all other agreements or understandings, whether oral or writteftetween Con&' for and City prior to the execution of this Contract. E 9 y�.,Modi ,ation of Contract. No amendment to or modification of this Contract will be va' r s made in writing and approved by Contractor and by the City Council or City Mane r, as applicable. The Parties agree that this requirement for written modifications cannot 15e waived and that any attempted waiver will be void. F. Counterparts, Facsimile or other Electronic Signatures. This Contract may be executed in several counterparts, each of which will be deemed an original, and all of which, when taken together, constitute one and the same instrument. Amendments to this Contract will be considered executed when the signature of a party is delivered by facsimile or other electronic transmission. Such facsimile or other electronic signature will have the same effect as an original signature. Page 7 Eastside Trunk Sewer Phase II Rohnert Park City Project No. 2007 -02 G. Waiver. Waiver by any Party of any term, condition, or covenant of this Contract will not constitute a waiver of any other term, condition, or covenant. Waiver by any Party of any breach of the provisions of this Contract will not constitute a waiver of any other provision, or a waiver of any subsequent breach or violation of any provision of this Contract. Acceptance by City of any Work performed by Contractor will not constitute a waiver of any of the provisions of this Contract. H. Interpretation. This Contract will be interpreted, construed and governed according to the laws of the State of California. Each party has had the opportunity to review this Contract with legal counsel. The Contract will be construedrnpy, as a whole, and in accordance with its fair meaning. It will not be interpreted strictlyr or against either party. L Severability. If any term, eonditio��> covant of this Contract is declared or determined by any court of competent jurisdiction t#3 ,,die invalid, void or unenforceable, the remaining provisions of this Contr1 rt'ot be affdcted and the Contract will be read and construed without the invalid, void unenforceable provlslon,__,,,. J. Venue. In the event of liti' ' courts will be in the County of Sonoma. In the event will be in the Northern District of California. IN WITNESS WHEREOF, the executed by its officers, thereunto duly day and year first above written. CITY OF ROHNERT P City Manager Per Resolution No ,£,iii ,,-, MU &dopted by they City Council atifst`eetmg 4Sep�10, 201 A City Clerk Park Page 8 parties, vemi —, n state trial a U.S. District Court, venue Park `a ,ca4sed these presents to be ntractor��ssubscribed same, all on the CONSTRUCTION CO., INC. Name /Title APPROVED AS TO FORM: City Attorney Date