Loading...
2025/10/28 City Council Resolution 2025-076 Docusign Envelope ID:CB4E9F64-AAF7-479B-A5B8-7BE506D2F88D RESOLUTION NO. 2025-076 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ROHNERT PARK FOR THE BUILDING ACCESS CONTROL SYSTEM REPLACEMENT PROJECT NO. 2021-03 APPROVING THE PLANS AND SPECIFICATIONS,AWARDING THE CONSTRUCTION CONTRACT TO FIRST ALARM IN THE AMOUNT OF$412,730, AUTHORIZING THE CITY MANAGER TO APPROVE UP TO $61,909.50 (15%) IN CONSTRUCTION CONTRACT CHANGE ORDERS,APPROVING A BUDGET AMENDMENT IN THE AMOUNT OF$220,000,AND FINDING THE PROJECT EXEMPT FROM THE CALIFORNIA ENVIRONMENTAL QUALITY ACT (CEQA) PURSUANT TO CEQA GUIDELINES SECTIONS 15301 (EXISTING FACILITIES) AND 15302 (REPLACEMENT OR RECONSTRUCTION) (14 CAL. CODE REGS. §§ 15301 AND 15302) WHEREAS;the City's building security access control system is a legacy/proprietary system that has reached the end of its service life and is currently failing with no means of repair or replacement; WHEREAS, in Fiscal Year 2020-2021 the Building Access Control System Replacement Project CIP2103 (Project)was identified to replace the access control system at five(5)essential City facilities; City Hall, Public Works, West Side Fire Station No.3, Public Safety Main, and the Senior Center Annex Server Room; and WHEREAS, the plans and specifications for the Project were prepared by Triad Consulting & Design System Group, LLC, and approved by the Acting City Engineer; and WHEREAS, consistent with the Public Contract Code, an Invitation for Bids was posted on August 13, 2025 and published on August 15, 2025 and August 22, 2025 for the Project; and WHEREAS, one (1) sealed bid was received at the bid opening on September 24, 2025, and was publicly opened; and WHEREAS, Public Works staff reviewed the bid and determined First Alarm submitted the lowest responsive and responsible bid in the amount of$412,730; and WHEREAS,the original Project budget is$362,000 and is funded by F2110 IT Fund;and WHEREAS, there is insufficient funding in the Project to proceed with award of the construction contract to First Alarm including a 15%contingency; and WHEREAS, staff recommends that the City Council authorize the Finance Director to execute budget amendments in the amount of $220,000 from General Fund, Fund Balance Assigned for Infrastructure, that would transfer funds to the Capital Improvement Fund F7109, and appropriate the additional funds to the Project CIP2103 to fund the shortfall needed to proceed with construction of the Project. NOW,THEREFORE,BE IT RESOLVED by the City Council of the City of Rohnert Park that it does hereby authorize and approve as follows: 1. The above recitals are true and correct and material to this Resolution. 2. The City Council finds that the Project is categorically exempt from the requirements of Docusign Envelope ID:CB4E9F64-AAF7-479B-A5B8-7BE506D2F88D the California Environmental Quality Act ("CEQA") pursuant to CEQA Guidelines sections 15301 (Existing Facilities) and 15302 (Replacement or Reconstruction), (14 Cal. Code Regs. §§ 15301, 15302), and directs staff to file a notice of exemption with the Sonoma County Clerk—Recorder. 3. The plans and specifications for the Project, on file with the City Clerk, are hereby approved and adopted. 4. The Finance Director is hereby authorized to appropriate funds and approve budget amendments in the amount of $220,000 General Fund, Fund Balance Assigned for Infrastructure, that would transfer funds to the Capital Improvement Fund F7109, and appropriate the additional funds to Project CIP2103 to fund the shortfall needed to proceed with construction of the Project. 5. 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. 6. In accordance with California Public Contract Code Section 20160 and any other applicable laws, the City Council of the City of Rohnert Park hereby finds the bid of First Alarm for the Project to be the lowest, responsive bid and waives any irregularities in such bid in accordance with applicable law. 7. The City Manager is hereby authorized and directed to execute the contract with First Alarm in substantially similar form to Exhibit A,which is attached hereto and incorporated by this reference,for the sum of four hundred twelve thousand,seven hundred thirty dollars and no cents ($412,730.00) for construction of the Project in accordance with the bid documents and applicable law upon submission by First Alarm of all documents required pursuant to the Project bid documents. 8. The City Manager is hereby authorized to approve up to $61,909.50 (15%) in construction contract change orders. 9. City staff is hereby directed to issue a Notice of Award to First Alarm, for this Project. BE IT FURTHER RESOLVED that the City Manager, or her designee is authorized and directed to execute documents pertaining to same for and on behalf of the City of Rohnert Park. BE IT FURTHER RESOLVED that the Finance Director is authorized and directed to make all budget amendments to accounts necessary to carry out this action. DULY AND REGULARLY ADOPTED BY THE CITY COUNCIL OF THE CITY OF ROHNERT PARK ON this 28th day of October, 2025. CITY OF ROHNERT PARK r—Signed by: ATTEST: Ger .rct MiliEeMayor LSigned by: S E36 Uevas, City Clerk Resolution 2025-076 Page 2 of 3 Docusign Envelope ID:CB4E9F64-AAF7-479B-A5B8-7BE506D2F88D APPROVED AS TO FORM: Signed by: MklieFB 9R9 &hyon, City Attorney Attachments: Exhibit A ADAMS: Aye ELWARD: Aye RODRIGUEZ:Absent SANBORN: Aye GIUDICE: Aye AYES: ( 4 ) NOES: ( 0 ) ABSENT: ( 1 ) ABSTAIN: ( 0 ) Resolution 2025-076 Page 3 of 3 Building Access Control System Replacement Page 1 Rohnert Park City Proj. No. 2021-03 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 C O N T R A C T BUILDING ACCESS CONTROL SYSTEM REPLACEMENT PROJECT NO. 2021-03 THIS AGREEMENT is made and entered into this 28th day of October, 2025, by and between First Alarm, (“Contractor”) License No. 430530, DIR No. 1000025780, DIR Expiration Date June 30, 2027, and the City of Rohnert Park, (“City”) (“Agreement”). WHEREAS, the City Council of said City has awarded a contract to Contractor for performing the work hereinafter mentioned in accordance with the sealed proposal of said Contractor. NOW, THEREFORE, IT IS AGREED, as follows: 1. Scope of Work: Contractor must perform all the work and furnish all the labor, materials, equipment and all utility and transportation services required to complete all of the work of construction and installation of the improvements more particularly described in the Resolution adopted by the City Council of said City on <<MONTH DAY, YEAR>>, the items and quantities of which are more particularly set forth in Contractor’s bid therefor on file in the office of the City Clerk, except work to be performed by subcontractors as set forth in Contractor’s bid and for which Contractor retains responsibility. 2. Time of Performance and Liquidated Damages: A. Contractor must begin work within fifteen (15) calendar days after official notice by the City Engineer to proceed with the work and must diligently prosecute the same to completion within one hundred (100) working days of that Notice. Contractor acknowledges and agrees that time is of the essence with respect to Contractor’s work and that Contractor shall diligently pursue performance of the work. B. In the event Contractor does not complete the work within the time limit so specified or within such further time as said City Council must have authorized, Contractor must pay to City liquidated damages in the amount of one thousand, one hundred fifty-six dollars and no cents ($1,156.00) 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: A. City will pay 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. B. The award of the contract is for a total amount not to exceed four thousand twelve hundred, seven hundred thirty dollars and no cents ($412,730.00). 4. Component Parts and Interpretation: A. This contract consists 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 (“Contract Documents”): Building Access Control System Replacement Page 2 Rohnert Park City Proj. No. 2021-03 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 1) This Agreement 2) Notice Inviting Sealed Proposals 3) Instruction and Information to Bidders 4) Accepted Proposal, with all attachments and certifications 5) Performance Bond 6) Payment Bond 7) Special Provisions 8) Standard Specifications 9) Technical specifications 10) Design Standards 11) Plans, Profiles and Detailed Drawings B. In the event of conflict between these documents, the following order of precedence will govern: this Agreement; change orders; supplemental agreements and approved revisions to plans and specifications; special conditions; standard specifications; detail plans; general plans; standard plans; and reference specifications. In the absence of a controlling or contrary provision in the foregoing, the Standard Specifications (2022 edition) of the California Department of Transportation shall apply to this Project. 5. Independent Contractor. Contractor is and will at all times remain as to City a wholly independent contractor. Neither City nor any of its officers, employees, or agents will have control over the conduct of Contractor or any of Contractor’s officers, employees, agents or subcontractors, except as expressly set forth in the Contract Documents. Contractor may not at any time or in any manner represent that it or any of its officers, employees, agents, or subcontractors are in any manner officers, employees, agents or subcontractors of City. 6. Prevailing Wages: A. Copies of the general prevailing rates of per diem wages for each craft, classification, or type of worker needed to execute the Contract, as determined by Director of the State of California Department of Industrial Relations, are on file at the City’s Public Works Department and may be obtained from the California DIR website [http://www.dir.ca.gov/OPRL/DPreWageDetermination.htm]. B. 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 Sec. 1773.2.) C. Contractor, and any subcontractor Contractor may engage may pay not less than the specified prevailing rate of per diem wages to all workers employed in the execution of the Agreement. (Labor Code § 1774.) Contractor is responsible for compliance with Labor Code Section 1776 relative to the retention and inspection of payroll records. D. Contractor must comply with all provisions of Labor Code section 1775. Under Section 1775, Contractor may forfeit as a penalty to City up to two hundred dollars ($200) Building Access Control System Replacement Page 3 Rohnert Park City Proj. No. 2021-03 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 for each worker Contractor or any subcontractor employs in the execution of the Contract 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. E. With each application for payment, Contractor shall also deliver certified payrolls to the City as set forth above in these General Conditions, and concurrently therewith (but in no event less frequently than monthly) directly to the Labor Commissioner in the format prescribed by the Labor Commissioner. F. If federal funds are used to pay for the Work, Contractor and any subcontractor agree to comply, as applicable, with the labor and reporting requirements of the Davis-Bacon Act (40 USC § 276a-7), the Copeland Act (40 USC § 276c and 18 USC § 874), and the Contract Work Hours and Safety Standards Act (40 USC § 327 et. seq.). 7. Hours of Labor: Contractor acknowledges that under California Labor Code sections 1810 and following, eight hours of labor constitutes a legal day’s work. Contractor will forfeit as a penalty to City the sum of twenty-five dollars ($25) for each worker employed in the execution of this Contract by Contractor or any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of the provisions of Labor Code Section 1810. 8. Apprentices: A. Contractor and any subcontractor under him must comply with the requirements of Labor Code Sections 1777.5 and 1777.6. Section 1777.5, as amended, requires Contractor or any 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: 1) When unemployment in the area of coverage by the joint apprenticeship committee has exceeded an average of fifteen percent (15%) in the ninety (90) days prior to the request for certificate, or 2) When the number of apprentices in training in that area exceeds a ratio of one (1) to five (5), or 3) When the trade can show that it is replacing at least one-thirtieth (1/30) of its membership through apprenticeship training on an annual basis statewide or locally, or 4) 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 5) When Contractor provides evidence that he employs registered apprentices on all of his contracts on an annual average of not less than one (1) apprentice to eight (8) journeymen. Building Access Control System Replacement Page 4 Rohnert Park City Proj. No. 2021-03 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 B. Contractor is required to make contributions to funds established for the administration of an apprenticeship program if he employs registered apprentices or journeymen in any apprenticeable trade on such contracts and if other contractors on the public works site are making such contributions. C. Contractor is responsible for making training fund contributions in the amount established in the prevailing wage rate – either to the applicable apprenticeship committee, or the California Apprenticeship Council (“CAC”). D. Contractor is required to submit contract award information for each craft required on the Project using the appropriate form prepared by the Division of Apprenticeship Standards (“DAS”) within the California Department of Industrial Relations (“DIR")—currently the “DAS 140 form.” A copy of the current DAS 140 form is available at https://www.dir.ca.gov/DAS/DASForm140.pdf . If Contractor is approved to train apprentices, Contractor must send the required information to its apprenticeship committee. If Contractor is not approved to train apprentices, Contractor must send the information to all apprenticeship committees that can supply apprentices to the site of the public works project. E. Contractor is required to contact the applicable apprenticeship committee to request apprentices for each craft or trade on the Project using the appropriate form DIR, currently the DAS 142 form. A copy of the current DAS 142 form is available at https://www.dir.ca.gov/DAS/DASForm142.pdf . The form must be submitted at least three business days before apprentices are required. F. Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, ex officio the Administrator of Apprenticeship, San Francisco, California, or from the Division of Apprenticeship Standards and its branch offices. 9. Labor Discrimination: Labor Code Section 1735 reads as follows: 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. 10. Workers’ Compensation Insurance: A. In accordance with the provisions of Labor Code Article 5, Chapter 1, Part 7, Division 2 (commencing with Section 1860) and Chapter 4, Part 1, Division 4 (commencing with Section 3700), Contractor is required to secure the payment of compensation to his employees and must for that purpose obtain and keep in effect adequate Worker’s Compensation Insurance. B. Contractor is aware of the provisions of Labor Code Section 3700 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 will comply with such provisions before commencing the performance of the work of this Agreement. 11. Indemnity and Insurance: Building Access Control System Replacement Page 5 Rohnert Park City Proj. No. 2021-03 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 A. To the fullest extent permitted by law (including without limitation California Civil Code Section 2782), 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 entity including Contractor, in whole or in part, arising out of Contractor’s activities hereunder, including the activities of other persons employed or utilized by Contractor including subcontractors hired by the Contractor in the performance of this Agreement excepting liabilities due to the sole negligence, intentional misconduct or active negligence of the City. This indemnification obligation is not limited in any way by any limitation on the amount or type of damages or compensation payable by or for Contractor under Worker’s Compensation, disability or other employee benefit acts or the terms, applicability or limitations of any insurance held or provided by Contractor and must continue to bind the parties after termination/completion of this Agreement. B. Contractor shall procure and maintain throughout the time for performance of the work under this Contract the insurance required by the Special Provisions. The requirement that Contractor procure and maintain insurance shall in no way be construed to limit the Contractor’s duty to indemnify City as provided in the paragraph above. C. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. 12. City Right of Termination and Right to Complete the Work. A. 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. In addition, the occurrence of any of the following is a default by Contractor under this Contract: 1) Contractor refuses or fails to prosecute the Work or any part thereof with such diligence as will insure its completion within the time specified or any permitted extension. 2) Contractor fails to complete the Work on time. 3) 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. 4) Contractor fails to supply enough properly skilled workers or proper materials to complete the Work in the time specified. 5) Contractor fails to make prompt payment to any subcontractor or for material or labor. 6) Contractor fails to abide by any applicable laws, ordinances or instructions of City in performing the Work. 7) Contractor breaches or fails to perform any obligation or duty under the Contract. B. Upon the occurrence of a default by Contractor, 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 Contractor cures the default within 10 days after the service of such notice, or Building Access Control System Replacement Page 6 Rohnert Park City Proj. No. 2021-03 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 satisfactory arrangements acceptable to City for the correction or elimination of such default are made, as determined by City, City may thereafter terminate this Contract by serving written notice on Contractor. In such 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. C. In the 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 (5) days after service of the notice of termination or does not commence performance within ten (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 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. D. 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 Amounts: A. Pursuant to California Public Contracts Code Section 22300, securities may be substituted for any moneys withheld by a public agency to ensure performance under a contract. At the request and sole expense of the Contractor, securities equivalent to the amount withheld must be deposited with the public agency, or with a state or federally chartered bank as the escrow agent, who must pay such moneys to the Contractor upon satisfactory completion of the contract. B. Securities eligible for substitution under this section must include those listed in the Public Contracts Code Section 22300 or bank or savings and loan certificates of deposit. Contractor must be the beneficial owner of any securities substituted for moneys withheld and must receive any interest thereon. C. Alternatively, Contractor may request and the City shall make payment of retentions earned directly to the escrow agent at the expense of the Contractor. At Contractor’s expense, 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 Agreement, 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. Building Access Control System Replacement Page 7 Rohnert Park City Proj. No. 2021-03 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 D. Any escrow agreement entered into pursuant to this section must contain as a minimum the following provisions: 1) The amount of securities to be deposited; 2) The terms and conditions of conversion to cash in case of the default of the Contractor; and 3) 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 Agreement and to bind it to the performance of its obligations. B. Assignment. Contractor may not assign this Agreement 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 Agreement. C. Binding Effect. This Agreement is binding upon the heirs, executors, administrators, successors and permitted assigns of the parties. D. Integrated Contract. This Agreement, 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 Agreement and supersedes all other agreements or understandings, whether oral or written, between Contractor and City prior to the execution of this Agreement. E. Modification of Contract. No amendment to or modification of this Agreement will be valid unless made in writing and approved by Contractor and by the City Council, City Manager or Assistant City Manager, as applicable. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver will be void. F. Counterparts, Facsimile or other Electronic Signatures. This Agreement 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 Agreement 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. G. Waiver. Waiver by any party of any term, condition, or covenant of this Agreement will not constitute a waiver of any other term, condition, or covenant. Waiver by any party of any breach of the provisions of this Agreement will not constitute a waiver of any other provision, or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any Work performed by Contractor will not constitute a waiver of any of the provisions of this Agreement. H. Interpretation. This Agreement 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 Agreement 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. Building Access Control System Replacement Page 8 Rohnert Park City Proj. No. 2021-03 OAK #4883-4068-7264 v1 (Rev. 1-24) 4883-4068-7264 v2 I. Severability. If any term, condition or covenant of this Agreement is declared or determined by any court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions of this Agreement will not be affected, and the Agreement 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. 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 FIRST ALARM ____________________________________ Marcela Piedra, City Manager Date Name:_______________________ Date Per Resolution No. 2025-_________ adopted by the Rohnert Park City Council at its meeting of October 28, 2025. Title: ________________________ ATTEST: APPROVED AS TO FORM: ____________________________________ City Clerk City Attorney