Loading...
HomeMy WebLinkAboutCC Resolution 10229 (SRCC ADA Bathroom Remodel)and RESOLUTION NO. 10229 RESOLUTION OF AWARD OF CONTRACT FOR B STREET RECREATION CENTER ADA TOILET ROOMS REMODEL TO JAMES E. THOMPSON GENERAL CONTRACTOR IN THE AMOUNT OF $93,315.00 BE IT RESOLVED by the Council of the City of San Rafael as follows: WHEREAS, staff began design work on the above-mentioned project in 1996; WHEREAS, on the 8`h day of June, 1998, pursuant to due and legal notice published in the manner provided by law, inviting sealed bids for proposals for the work hereinafter mentioned, as more fully appears from the Affidavit of Publication thereof on file in the office of the City Clerk of the City of San Rafael, California, the City Clerk of said City did publicly open, examine, and declare all sealed bids or proposals for doing the following work in said City, to wit: "B STREET RECREATION CENTER ADA TOILET ROOMS REMODEL" PROJECT NO. 011-1820-182-8000 in accordance with the plans and specifications therefor on file in the office of said City Clerk; and WHEREAS, the bid of JAMES E. THOMPSON GENERAL CONTRACTOR, at the lump sum price stated in its bid was and is the lowest and best bid for said work and said bidder is the lowest responsible bidder therefore; NOW, THEREFORE, IT IS HEREBY ORDERED AND RESOLVED that the bid of JAMES E. THOMPSON GENERAL CONTRACTOR and the same is hereby accepted at said lump sum price and that the contract for said work improvements be and the same is hereby awarded to said JAMES E. THOMPSON GENERAL CONTRACTOR at the lump sum price mentioned in said bid. BE IT FURTHER ORDERED AND RESOLVED that the Mayor and the City Clerk of said City be authorized and directed to execute a contract with JAMES E. THOMPSON GENERAL CONTRACTOR for said work and to return the bidders bond upon the execution of said contract. BE IT FURTHER RESOLVED that the Director of Public Works take any and all such actions and make changes as may be necessary to accomplish the purpose of this resolution. I, Jeanne M. Leoncini, City Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the Council of said City held on the 15h day of June, 1998, by the following vote, to wit: AYES: COUNCIL MEMBERS: Cohen, Heller, Miller, Phillips and Mayor Boro NOES: COUNCIL MEMBERS: None ABSENT: COUNCIL MEMBERS: None ��tc-.►cam /1� JEAP4IE M. LEONCI&I, City Clerk -2- O I O � O � � en M 6 T o � c1 O v G y w U N O O v 0 w � N O 1rQ I -r 6 T MORRIS NEIL r INISY AIA ARCHITECT PO BOY 150714 SAN RAFAEI., CA 94915-0714 Citv of San Rafael DPW San Rafael, Ca Attn: Mr Andy Preston Dear Andy, (415) 453-4733 9 June 1998 Re: B Street Rec Center Toilet Rms-Bid Results In Apr 98 we estimated the project construction cost as follows: Base Bid $ 91,884 Add Alternate $-4.633 Total $ 96.517 [Alternate was for built in as opposed to wall mounted lays] Bid of J. E. Thompson: Base Bid $89,900 Alternate $ 3.415 Total $ 92,415 about 4% below estimate That only one bid was received is due. I think, to the unusually heavy construction activity in the Bay Area compared to recent years. The single bidder did not know of course he was the only bidder & his bid reflected a competitive enviormnent. James E. Thompson of Windsor. Ca holds a current & active "B" license (General Building Contractor): expires 12/31/99. Mr Thompson has furnished the names of eight architect references & one office building manager. Those reached, so far, have been very positive about his performance. If the other aspects of his bid are in order. I believe accepting Thompson's bid is appropriate. Morris Neil Finisy Al City of San Rafael • California Form of Contract Agreement for B STREET RECREATION CENTER TOILET ROOMS ADA REMODEL - 1998 This Agreement is made and entered into this 15th day of June, 1998 by and between the City of San Rafael (hereinafter called City) and James E. Thompson, General Contractor (hereinafter called Contractor). Witnesseth, that the City and the Contractor, for the considerations hereinafter named, agree as follows: II - Scope of the Work The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in the specifications for the project entitled: B Street Recreation Center Toilet Rooms ADA Remodel - 1998, all in accordance with the requirements and provisions of the Contract Documents as defined in the General Conditions which are hereby made a part of this Agreement. 111- Time of Completion (a) The work to be performed under this Contract shall be commenced within five (5) calendar days after the date of written notice by the City to the Contractor to proceed. (b) The work shall be completed by October 12, 1998 said date includes approximately twenty-three (23) days lead time, and fifty (50) working days after the date of such notice and with such extensions of time as are provided for in the General Conditions. IIII - Liquidated Damages It is agreed that, if all the work required by the contract is not finished or completed within the number of working days as set forth in the contract, damage will be sustained by the City, and that it is and will be impracticable and extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by reason of such delay; and it is therefore agreed that the Contractor will pay to the City, the sum of $500 for each and every calendar day's delay in finishing the work in excess of the number of working days prescribed above; and the Contractor agrees to pay said liquidated damages herein provided for, and further agrees that the City may deduct the amount thereof from any moneys due or that may become due the Contractor under the contract. IV - The Contract Sum The City shall pay to the Contractor for the performance of the Contract the amounts determined for the total number of each of the units of work in the following schedule completed at the unit price stated. The number of units contained in this schedule is approximate only, and the final payment shall be made for the actual number of units that are incorporated in or made necessary by the work covered by the Contract. I NO. ITEM QUANTITY UNITS UNIT PRICE TOTAL PRICE 1. ( Sample Form of Schedule) Q = V - Progress Payments AGREEMENT • 1 r��v (a). On not later than the 6th day of every month the Public Works Department shall prepare and submit an estimate covering the total quantities under each item of work that have been completed from the start of the job up to and including the 25th day of the preceding month, and the value of the work so completed determined in accordance with the schedule of unit prices for such items together with such supporting evidence as may be required by the City and/or Contractor. (b). On not later than the 15th day of the month, the City shall, after deducting previous payments made, pay to the Contractor 90% of the amount of the estimate as approved by the Public Works Department. (c). Final payment of all moneys due shall be made within 15 days after the expiration of 35 days following the filing of the notice of completion and acceptance of the work by the Public Works Department. (d). The Contractor may elect to receive 100% of payments due under the contract from time to time, without retention of any portion of the payment by the public agency, by depositing securities of equivalent value with the public agency in accordance with the provisions of Section 4590 of the Government Code. Such securities, if deposited by the Contractr, shall be valued by the City's Finance Director, whose decision on valuation of the securities shall be final. VI - Acceptance and Final Payment (a) Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer shall within 5 days make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed, he will promptly issue a Notice of Completion, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the City within 15 days after the expiration of 35 days following the date of recordation of said Notice of Completion. (b) Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to the City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (c) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after final payment; (3) requirements of the specifications; or (4) manufacturers' guarantees. It shall also constitute a waiver of all claims by the Contractor, except those previously made and still unsettled. (d) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer so certifies, the City shall, upon certificate of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. AGREEMENT 0 2 IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement the day and year first written above. ATTEST: CITY OF N FAE ,Letnev nne M. Leoncint vAlberl Boro City Clerk Mayor APPROVED. RM: JAMES E. THOMPSON, GENERAL CONTRACT / 7• f/f��j�, S� diary T a ghiand `f / City Attorney for Z� AGREEMENT • 3 PRICES OF ITEMS NOTE: In the event of error or conflict in the prices set forth below, the "Unit Price" will govern. In the event that the "Unit Price" is illegible or indistinguishable it shall be established by dividing the "Total Price" by the "Number of Units." NO. ITEM QUANTITY UNITS UNIT TOTAL PRICE i PRICE 1 1. All labor, materials, transportation, equipment and services for completion of work 1 LS @ 89,900. = 89,900. 2 Alternate One 1 LS Q 3,415. = 3,415. GRAND TOTAL BID $ 93,315.00 PROPOSAL • 3 -0 DATEAVAift" ACORD. �:CERT-IFICATTE"." F`UABILITYY�INS-. 06/23/90 rRDOyeEA THIS CERTL9CATE is w- 0 AS IMOF INFORMATION ONLY AND CONFEW NO RIGHTS UPON THE CERTIMCATE KXA Insurance Associates Inc. HOLDER. TM CEIITIFICATE DOES NOT AMEND, EXTEND OR 1601 New Stine Road, Suits 230 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Bakersfield CA 93309 COMPAMIFI!SAFFORDING COVERAGE John a. Pryor, CPCU. AM CoUlAw Pmn*No. A RAX= INSURANCE CO. COMPANY a WXGARD INSURANCE COMPANY James E. Thompson COMPANY General Contractor C P.O. Boz 821 COMPAW Windsor CA 93492-0922 COVERAGES :'.',,..,'.*:.":..'...�..,..,.,-: . . ...... . ..... .......... . . .. ...... THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED By THE POUCn DESCIMED "MEIN 15 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY NAVE BUN REDUCIEI� Bl/PAID CLAIML Lea I TVP§ Of WNWANCIII POUCV8`FECIM POLICY IOUPWAMON 7R DATE WMUXWM DATE NSMIDDIVII'll UMITS GINEMmu"" UAINUTY A X COMMEACIALGENMftUMWTY GLO676286 I CLAIMS MADE ox OCCUR X CVVhIWS & CONTRACTORS FFIOI 1 17 �--ZILE UAMUJrY ANY AUTO BA614392 ALL OWNED AUTOS X OC"WU=AWrO3 X HIND AUTOS X NON4PJMM AUTOS ORA"[ UASIUTY ANY #AffO FXCE" UASKM uwm o% #-arm OTHER THAN UM&MAA FORM wOmUM COMPENSATION ^up DAMOYM, UAMUTV THE PROPRIETOR/ INCL PAKTNM@1EXKUTP4E OPRCZRS ARE, EXCL GENERAL AGGREGATE �12.000,000 panown. courm" A= 08/20/97 08/20/96 1 11,000.000 PUMPM & ADV INJURY 11,000,000 me" OCCUMMCE 11.000,000 FIRE CAMA" Mw on Mal 450,000 "ED EXP Uww ww "rowd I5.000 08/10/97 08/10/98 COMBINED SINGLE LIMIT 01.000,000 1OOILv wSJURY I War poewd KIDLY *IjU1w I ww"amew PIPIOPPITY DAMAGE I AUTO ONLY - EA ACCIDENT I I OTMM THAN AUTO ONLY: EACH ACCIDENT S AQUOS"'M I EACH OCCUMMCE I AGOISDATE MPC 4►ATWJOIN. "ER EL EACH ACCIDENT EL DISEASE - POLICY LIMIT EL UNEASE - EA EMPLOYEE I DESCRIPTION OF OPUtAllONSILOCATION&NONCLUAPICIAL ITDM 13 St. Recreation center toilet rooms ADA remodel -1998 Prot'. #01119202928000. Cost $93 315.00 - Duration 4 months- City of San Rafael, I fo * . City Of ban Rafael, its officers, agents & employees are Additim"a Insureds ear attached endorsement C132010. 10 days notice for nonq p-vment of premium. CERTIFICATE HOLDER CANCEII A j... CXT". I UNIVILD ANY OP TNS Awn gnawutp 1111-:0ME THE EXPIRATION DATE TNIVAN. THK Wsumg COMPANY WILL MAIL CITY OF SAN RAFAEL 3 0 6 DAYS W411" SOME TO THE CWIRCATE MOLDER NAMED TO THE LIFT. DEPARTMENT OF PUBLIC WORKS P.O. Box 151560 SUCH w OWLAWOSINDOSUCANISIONUAINUTY SAN RAFAEL CA 94915-1560 OF ANY N INS COWANY. ITS AOMM OR AMQ&TATIVIUL AUTHIM-0 IL-11 John G RD CORPORATION 1988 POLICY NUMBER: GL0676286 INSURED: James E. Thompson General Contractor THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES, OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. Name of Person or Organization: CITY OF SAN RAFAEL ITS OFFICERS,AGENTS & EMPLOYEES P.O. BOX 151560 SAN RAFAEL. CA. 94915-1560 Who is an insured (Section II) is amended to include as an insured the person or organization shown in the schedule, but only with respect to liability arising out of "your work" for that insured by you or for you. CG2010 11 85 Copyright, Insurance Services Office, Inc. 1984