Loading...
2013/05/14 City Council Resolution 2013-075RESOLUTION NO. 2013 -075 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK APPROVING AND ADOPTING THE PLANS AND SPECIFICATIONS FOR THE 2013 VARIOUS STREETS PROJECT PHASE 1, PROJECT NO 2012 -01 AND AWARDING THE CONTRACT TO MCK SERVICES, INC. WHEREAS, the City of Rohnert Park Municipal Code Title 3 Chapter 3.04 provides that the city's purchasing functions shall be governed by the city's purchasing policy; and WHEREAS, consistent with City of Rohnert Park Purchasing Policy Section 3.6.6F Controcts for Public Projects which defers to the Uniform Construction Cost Accounting Procedures (UCCAP) set forth in the Uniform Public Construction Cost Account Act, an invitation to bid was posted /published on June 20, 2012; and WHEREAS, the plans and specifications for the 2013 Various Streets Phase 1 Project 2012 -01 were designed by City Staff, and approved by the Deputy City Engineer; and WHEREAS, the Project was advertised for bids and bids were opened on April 16, 2013; and WHEREAS, Development Services staff reviewed the lowest bid for responsiveness; and WHEREAS, Development Services staff determined that MCK Services, Inc., submitted the lowest cost bid and is the lowest responsive and responsible bidder. WHEREAS, the City Council determined that the Project is exempt from the requirements of the California Environmental Quality Act (CEQA) pursuant to the following authorities: 1. Section 15301.C. Existing Facilities, since the project consists of the repair and maintenance, and or minor alteration of existing public facilities within existing streets and involves no expansion of use in existing streets. 2. Section 15303 of the CEQA Guidelines, installation of small new equipment such as electrical utility extensions, including street improvements, of reasonable length to serve such construction is Categorically Exempt from the provisions of CEQA. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Rohnert Park that the plans and specifications for the 2013 Various Streets Phase 1 Project No. 2012 -01 are approved and adopted. BE IT FURTHER RESOLVED that the bid for the 2013 Various Streets Phase 1 Project No. 2012 -01 is accepted, and that MCK Services, Inc., was the lowest responsive and responsible bidder. 2013 -075 BE IT FURTHER RESOLVED THAT the contract is awarded to NICK Services, Inc., for the amount of Seven Hundred Eighty -eight Thousand Six Hundred Twenty -six Dollars and fifty cents ($788,626.50). NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Rohnert Park that it does hereby authorize and approve an agreement by and between MCK Services, Inc., a California Corporation, and the City of Rohnert Park, a municipal corporation, for the 2013 Various Streets Phase 1 Project No. 2012 -01. BE IT FURTHER RESOLVED that the City Manager is hereby authorized and directed to take all actions to effectuate this agreement for and on behalf of the City of Rohnert Park, including execution, if necessary, in substantially similar form to the agreement attached hereto as Exhibit "A," subject to minor modifications by the City Manager or City Attorney; and is also authorized to approve cumulative contract change orders up to fifteen percent (15 %) of the value of the original contract. DULY AND REGULARLY ADOPTED this 14t" day of May, 2013. ig ATTEST: Qp}1NHRT P., OF ROHNERT PARK � mp All ) r7:k a, ' JoAnne Buergler, Crty Clerk Attachments: Exhibit A, agreement (�z Pam Stafford, Mayor r AHANOTU: BI LFORTI : ,0VN. MACI ENZIE: r CALLINAN: '� � <' -STAFFORD: AYES: ( ) NOES: ( ) ABSENT: ( � ) ABSTAIN: (� ) 2013 -075 Exhibit "A" CONTRACT 2013 VARIOUS STREETS PREVENTIVE MAINTENANCE PROJECT NO. 2012-01 THIS AGREEMENT, made and entered into this day of , 2013, by and between MCK Services, Inc., hereinafter called "Contractor ", and the City of Rohnert Park, hereinafter called "City ". ; WITNESSETIIc'cl WHEREAS, the City Council of said City award�a contract to Contractor for performing the work hereinafter mentioned n ance with sealed proposal of said Contractor. %f NOW, THEREFORE, IT IS AGREED, I. S c o e of Work: The< ' p actor must peg ��all the work and fur ish all the labor, materials, equipment and all utility any p gation servie�equired to complete all of the work ��M of construction and installation of the it ve' t t more pa, arly described in the Resolution adopted by the City Council of said City��May 13, thes and quantities of which are more particularly set f �� ; Contracts y id th file ; the office of the City Clerk, except work to be p ed by ontracto f h ii ,ontractor's bid and for which the Contractor retains re s 'bilrty. 2 �� xa ~ of Pei " i Lr uidat dgDarri es: The Contractor must begin work within fi . N�- dar da , ei ofti�ia�` ��ce b' Ithe City Engineer to proceed with the work fli y pre they "� e to coin 'n within 90 calendar days of that Notice. The and m' y igentl p y Contrac�b' cknowledges gree � t tin is of the essence with respect to Contractor's work and that C fictor shall diligtly pui`erformance of the work. In the ev e Contrac1011t,111" Ooes not complete the work within the time limit so specified or within such further as said ' Council must have authorized, the Contractor must pay to the �r �„ x� City liquidated damag thgi�unt of $1,300 per day for each and every day's delay in finishing the work beyond the coin rl date so specified. Additional provisions with regard to said time of completion and liquidated ages 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 inanner provided in the specifications and at the unit prices stated in Contractor's bid. The award of the contract is for a total amount of $788,626.50. 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 and certifications e) Faithful Performance Bond f) Labor and Material Bond r p S ecial Provisions h) h) Standard Specifications i Design Standards A?gg, Y:N, , j) Plans, Profiles and Detailed Daah In the event of conflict between these di cents, the follovvi� der of precedence will YOR govern: this contract; change orders; suppler Ia1 agreements and app d revisions to plans and specifications; special conditions; standa� ecific�s; detail general plans; P P z� standard plans; reference specificati s. In the abs e =;° o ntrolling or cart'" ry provision in the foregoing, the Standard Spe �s (2010 e �� of the California'Department of Transportation shall apply to this prod 5. Inde endent Cont f=or. for As- � ill at all times remain as to City a wholly indepen� ctor. Ne �� Cit 1 '�'� � ; - -f its ` icers, employees, or agents will have control o.- „' ; e co of Con % �ntractor's officers, employees, y agents or subcontrac except xpressly. forth in the Contract Documents. Contractor may not at any time of i man represent kit or any of its officers, employees, agents, or subcontract any ., yplo}% agents or subcontractors of City. �� 6.� „ilin_ es. Copf�f the determination of the Director of the #. \ t_ Departn�t of Industria %; ation the prevailing rate of per diem wages for each craft, class ificatftfti type of wo need execute this Contract will be on file in, and available at, the office” e Director a Carm rive, Camarillo, California 93010. Contractor� t post a E e work site, or if there is no regular work site then at its principal office, for . rat's:;,; f the Contract, a copy of the determination by the Director of the Department of In du ions 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 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 2 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 any subcontractor fi•om employing properly registered apprentices in the execution of the Contract. Contractor is responsible for compliance with Labor Code section 1777.5 for all apprenticeable occupations. This statute requires that contractors and subcontractors must submit contract award information to the applicable joint apprenticeship committee, must employs occupations in a ratio of not less than one hour of apprenticea performed by a journeyman (unless an exception is gran, �" d the fund or funds in each craft or trade or a like amoun. and that contractors and subcontractors must n, crime "; employees as apprentices solely on the ground.... " ex, race, ancestry or color. Only apprentices defined or Code se under apprenticeship standards and who have en apprentice public works in apprenticeable I'll AMIN&, If federal funds are used to comply, as applicable, with the lab USC § 276a -7), the Copeland Act ( Hours and Safety Standards Act (40 7. Hour sections 1810 and fo forfeit as a penalty to Contract by Gontkctc require a mIT,% �worxq ;� % one ca r week in fz ftion 8 �` pprentices. 1411, Statute s::968) and 17 the Contractor o -:' m Subcontri the Work, and I 27 rentices in apprenticeable for every five hours of labor 1777.5), must contribute to •nia Apprenticeship Council, among otherwise qualified A n, creed, national origin, 77, who are in training 1 r ay be employed on and any subcontractor agree to .s of the Davis -Bacon Act (40 § 874), and the Contract Work ractod ®' t under California Labor Code rs of 1a3: nstitutes a`�gal day's work. Contractor will $25.00 t- ch worker employed in the execution of this %n' for calendar day during which such worker is our any one calendar day and 40 hours in any M m rovisionslamabor Code section 1810. �tioC�,irected to the provisions in Sections 1777.5 (Chapter of the �or Code concerning the employment of apprentices by under him. Section 1777 :5 '`IM m , "3'; - -, requires the Contractor or Subcontractor employing tradesmen in any apprenticeable occi"h apply to the joint apprenticeship committee nearest the site of the public works project a 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: 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 or locally, or D. When the assignment of an apprentice to any work performed under a public works Contract would create a condition which would jeopardize his life or the life, safety, or property of fellow employees or the public at large, or if the specified task to which the apprentice is to be assigned is of such a nature that training cannot be provided by a journeyman, or /fin IV When the Contractor provides evidence of his Contracts on an annual averag journeymen. The Contractor is required to make of apprenticeship program if he employs re trade on such Contracts and if other C contributions. The Contractor and any Sub Section 1777.5 and 1777.6 in the emp Information relative obtained from the F San Francisco, Calif which Toys registered apprentices on all �s than one apprentice to eight is works for the administration Jn any apprenticeable are making such comply with the requirements of other requirements may be inistrator of Apprenticeship, ards and its branch offices. to Section 1735 of the Labor Code, 6Mst not discriminate in the employment of persons upon e subdivision (a) of Section 12940 of the Government ;d rections 12926 and 12926.1 of the Government Code, ;d in Section 12940 of the Government Code. Every who violates this section is subject to all the penalties chapter. " 10. Workmen's Mnpensation 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. 4 . 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 perfonnance of the work of this contract. 11. Indemnity and Insurance: To the fullest extent permitted by law, Contractor must indemnify, hold harmless, release and defend City, its officers, elected officials, employees, agents, volunteers, and consultants from and against any and all actions, claims, demands, damages, disability, losses, expenses including, but not limited to, attorney's fees and other defense costs and liabilities of any nature that may be asserted by any person or e including Contractor, in whole or in part, arising out of Contractor's activities hereunder, i g the activities of other persons employed or utilized by Contractor including subcontr hired by the Contractor in the performance of this Agreement excepting liabilities du ve negligence of the City. This indemnification obligation is not limited in any w b ny hi on on the amount or type of damages or compensation payable by or for Conn under Woik ompensation, disability or 4: other employee benefit acts or the terms, apIility or limitations . any insurance held or provided by Contractor and must continue to the parties after term" n /completion of this Agreement. v Contractor shall procure an under this Contract the insurance r Contractor procure and maintain insur duty to indemnify City as grvided in the Failure of C,, y mono` compliai obligations on City all m nod act as rough e time for performance of the work the Sperm rovisions. The requirement that o way' ' 0 strued to limit the Contractor's hes`.� =-�;rements imposes no additional of any ri is hereunder. and MW to Complete the Work. The City may tetmmat a .��Y�RIO'% M ens ►�ditions�e� 1. to during the work make it impossible or �f impra �e to proeM where, City is pr ted from proceeding with the Contract by act of God �.,: w or offRO ac l a public authority.. In addition, the occurrence of an of Y p Y y the fol low i a default by lg tract6MWer this Contract: Contractor fuses or fails to prosecute the Work or any part thereof with such diligence as tx� isure its pletion within the time specified or any permitted extension. � ME' B. ti�tcsr fails to complete the Work on time. C. Contractor is adjudged bankrupt, or makes a general assignment for the benefit of creditors, or a receiver is appointed on account of Contractor's insolvency. D. Contractor fails to supply enough properly skilled workers or proper materials to complete the Work in the time specified. E. Contractor fails to make prompt payment to any subcontractor or for material or labor. 5 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 Director will serve a written notice of default on Contractor specifying the nature of the default and the steps needed to correct the default. Unless Contractor cures the default within 10 days after the service of such notice, or satisfactory arrangements acceptable to City for the correction pr elimination of such default are "ER made, as determined by City, City may thereafter termm s Contract by serving written notice on Contractor. In such case, Contractor will entitled to receive any further payment, except for Work actually completed prior tO nmation in accordance with the provisions of the Contract Documents. In event of any such termination, City, termination upon Contractor's surety. The �� pursuant to this Contract; provided, however, of its intention to take over and perform this C of termination or does not commertg' form City may take over the Work and p method it may deem advisable for the o the surety will be liable to City for any all completing the Work. doing, take possess and other nronerty the corn A agency to eiti "° securities equ i - state or federally upon satisfactory Securities eligible California Public Contracts Code Section 22300 or deposit. The Contractor must be the beneficial owner withheld and must receive any interest thereon. Mal21 11 so immediate eve written notice of the will have the righke over and perform h ,f the sureV does not City written notice z ont' wvrthae days after�� �'ce of the notice � "IM ance w ta-,,woa days from the da . of such notice, e same dxrp letion by contract or by any other kid at the erase of Contractor. Contractor and MW damages incurred by City in Sectcaity may, without liability for so Work, such materials, appliances, plant, on the site of the Work and necessary for Vft l eId Amounts: Pursuant to California Public y be substituted for any moneys withheld by a public A. At the request and sole expense of the Contractor, must be deposited with the public agency, or with a ✓ agent, who must pay such moneys to the Contractor under this section must include those listed in the bank or savings and loan certificates of of any securities substituted for moneys 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 to cash Contractor; and C. The termination of the escrow upon completion 41 14. General Provisions A Authority to Execute. necessary action has been taken by such P; Contract and to bind it to the performance of i B Assignment. Contractor '- O— not as written consent of City, which consent may be Gt . experience and qualifications of Co or were mat 6b C. Binding administrators, successors and D r, the entire, complete' > and performed under this „rac oral or written, between OEM dific Contraevill be valid s: Council ity Manager; modification nnot be wait/ be executed in sever' when taken together, 1 be considered executed transmission. Such f, original signature. in case of the default of the contract. is and warrants that all dersianed to execute this this Co without the prior :ity's sole "s-etion since the ;rations for thl' ontract. ent iading upon the heirs, executors, tract C�a udig °the Contract Documents, is ivyf ive exp AOf the with respect to the Work to be upersede other agreements or understandings, whether "ity prio `c;the execution of this Contract. of CC�1i � -L 'N' amendment to or modification of this in wntiff d approved by Contractor and by the City The Parties agree that this requirement for written th '4 attempted waiver will be void. 1 , Facsimile or other Electronic Signatures. This Contract may each of which will be deemed an original, and all of which, e and the same instrument. Amendments to this Contract will signature of a party is delivered by facsimile or other electronic or other electronic signature will have the same effect as an 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. 7 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 construed simply, as a whole, and in accordance with its fair meaning. It will not be interpreted strictly for or against either party. I. Severability. If any term, condition or covenant of this Contract is declared or determined by any 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 ob'�' %the parties, venue in state trial courts will be in the County of Sonoma. In the event of in a U.S. District Court, venue will be in the Northern District of California. IN WITNESS WHEREOF, the City of executed by its officers, thereunto duly authori day and year first above written. CITY OF ROHNERT PARK City Manager I N 1 0,1% Per Resolution No. 2013- adopted by the Rohnert Park 8 :rt Park h %�halh,,ibscribed sed these presents to be Contractor same, all on the N VICES, ED AS TO FORM: City Attorney Date ................ ..w'' .... ... ... ` - ® _ Z3 0 m i rn� . , ,. Holly ,Ave: - - — v a J J..1 T GraG�t � 9 Gary Ct Gretchen Ct .......................... .. Heartwood Dr' ' a� E m i E��een u; S '. C rIi `Camino Coronado @ , Camino Corto Capri Way 1 1 p a e ji I r\ \ Y Miramonte PI _ 8 Maria PI arigol PI ® > a r M I I \\ ` F� w ®\ ®® �- j o Mathias PI _..— V R A Mariner PI1 A NP \ � P two` d Gi ✓ / ® - cewoo ;1,500 750 0 1,500 Feet } i r i' y 2013 Various Streets N Project 2012 -01 DIG OUT & CRACK SEAL ROADS See project specifications for more information relating to this work uy� n i r i' y 2013 Various Streets N Project 2012 -01 DIG OUT & CRACK SEAL ROADS See project specifications for more information relating to this work uy� n ....._.__ a.......................... / 1 A Q ro I 840 420 0 840 Feet Z ,I N 2013 Various Streets W Project 2012 -01 Crack Seal Only Streets a See project specifications for more information relating to this work ky A M �r aL - - - -- ----------- p 1 Golf Course Blvd 1 m � � V v.. r. ,rfev.ev,.v..v /.Mllrttr.tlYillr T' 1 / � i ' r / pp , Rohnert Parfc Ex 1 840 420 0 840 Feet Z ,I N 2013 Various Streets W Project 2012 -01 Crack Seal Only Streets a See project specifications for more information relating to this work ky A M �r