Loading...
HomeMy WebLinkAboutCC Resolution 9203 (Merrydale Overcrossing Project)RESOLUTION NO. 9203 RESOLUTION OF AWARD OF CONTRACT WHEREAS, on the 15th day of July, 1994, pursuant to due and legal notice published in the manner provided by law, inviting sealed bids or 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: MERRYDALE OVERCROSSING PROJECT NO. 047-4710-478-8000 in accordance with the plans and specifications therefor on file in the office of said City Clerk; and WHEREAS, after reviewing staff reports, listening to presentation at the Council meeting, and due consideration, the City Council overrules any written or verbal protests based upon these findings: 1) the items raised on the protest are deemed minor irregularities and are in accordance with industry standards; 2) the irregularities did not provide any competitive advantage to the low bidder; WHEREAS, the bid of Ghilotti Brothers Construction, Inc., at the unit prices stated in its bid was and is lowest and best bid for said work and said bidder is the lowest responsible bidder therefor; NOW, THEREFORE, IT IS HEREBY ORDERED AND RESOLVED that the bid of Ghilotti Brothers Construction, Inc., is hereby accepted at said unit prices and that the contract for said work and improvements be and same is hereby awarded to said Ghilotti Brothers Construction, Inc., at the unit prices mentioned in said bid; IT IS FURTHER ORDERED AND RESOLVED that any and all certified checks, cash, or bond accompanying the bids of unsuccessful bidders be forthwith returned to them respectively; IT IS FURTHER ORDERED AND RESOLVED that the City Engineer is hereby authorized to extend the time for completion of the contract as set forth herein upon showing of good cause by the Contractor; ORIGINAL �9�� RESOLUTION NO. 9 2 0 3 IT IS FURTHER ORDERED AND RESOLVED that the Mayor and the City Clerk of said City be authorized and directed to execute a contract with Ghilotti Brothers Construction, Inc., for said work and to return the bidders bond upon the execution of said contract. I. JEANNE. M. LEONCINI, 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 on Tuesday, the 6th day of September, 1994, by the following vote, to wit: AYES: COUNCILMEMBERS: Cohen, Heller, Thayer, Zappetini & Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None 6 '�CiClerk_ JEt�A M. LEONC City of San Rafael, California Form of Contract Agreement for Merrydale Overcrossing This Agreement is made and entered into this 6th day of September 1994 by and between the City of San Rafael (hereinafter called City) and Ghilotti Brothers Construction, Inc. (hereinafter called Contractor). Witnesseth, that the City and the Contractor, for the considerations hereinafter named, agree as follows: I - Scope of the Work The Contractor hereby agrees to fumish 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: Merydale Overcrossing, 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. II- Time of Completion (a) The work to be performed under this Contract shall be commenced within 10 calendar days after the date of written notice by the City to the Contractor to proceed. (b) The work shall be completed within 465 calendar days after the date of such notice and with such extensions of time as are provided for in the General Conditions. III - 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 $3,000.00 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 - Payment (a) 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 included 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. NO. ITEM QUANTITY UNITS UNIT PRICE TOTAL PRICE 1 CONSTRUCTION AREA SIGNS LS 1 10,000 10,000 2 TRAFFIC CONTROL SYSTEM(S) (CLOSURE SYSTEMS) LS 1 50,000 50,000 3 TYPE III BARRICADE EA 8 100 800 4 BARRICADE (LEFT -IN-PLACE) EA 1 500 500 5 TEMPORARY TRAFFIC STRIPE LF 6,410 0.40 2,564 6 CHANNELIZER(SURFACE MOUNTED) EA 15 39 585 7 TEMPORARY PAVEMENT MARKER EA 610 2.70 1,647 8 PORTABLE CHANGEABLE MESSAGE SIGN EA 2 15,000 30,000 9 TEMPORARY RAILING (TYPE K) LF 3,700 15 55,500 CnPy 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 TEMPORARY CRASH CUSHION MODULE REMOVE CHAIN LINK FENCE REMOVE METAL BEAM GUARD RAILING REMOVE PAINTED TRAFFIC STRIPE REMOVE PAVEMENT MARKER REMOVE ROADSIDE SIGN REMOVE SIGN STRUCTURE REMOVE REINFORCED CONCRETE PIPE REMOVE CORRUGATED METAL PIPE REMOVE PLASTIC PIPE REMOVE INLET REMOVE HEADWALL REMOVE REINFORCED CONCRETE BOX REMOVE MANHOLE REMOVE JUNCTION BOX RECONSTRUCT WOOD FENCE RECONSTRUCT CHAIN LINK FENCE ADJUST MANHOLE TO GRADE PLANE ASPHALT CONCRETE PAVEMENT REMOVE CONCRETE REMOVE CONCRETE BARRIER CLEARING & GRUBBING DEVELOP WATER SUPPLY ROADWAY EXCAVATION STRUCTURE EXCAVATION (BRIDGE) STRUCTURE EXCAVATION (SLOPE PROTECTION) STRUCTURE EXCAVATION (RETAINING WALL) STRUCTURE EXCAVATION (UTILITIES) SAND BEDDING (UTILITIES) STRUCTURE BACKFILL (BRIDGE) STRUCTURE BACKFILL (RETAINING WALL) STRUCTURE BACKFILL (UTILITIES) PERVIOUS BACKFILL MATERIAL PERVIOUS BACKFILL MATERIAL (RETAINING WALL) IMPORTED BORROW HIGHWAY PLANTING EROSION CONTROL (TYPE D) (AREA II) EROSION CONTROL (TYPE D) (AREA 1) PLANT ESTABLISHMENT WORK IRRIGATION SYSTEM 8" CORRUGATED STEEL PIPE CONDUIT (0.064" THICK) EXTEND IRRIGATION CROSSOVER CLASS 3 AGGREGATE BASE ASPHALT TREATED PERMEABLE BASE ASPHALT CONCRETE (TYPE A) PLACE ASPHALT CONCRETE (MISCELLANEOUS AREAS) PLACE ASPHALT CONCRETE DIKE (TYPE C) PLACE ASPHALT CONCRETE DIKE (TYPE E) ASPHALTIC EMULSION (PAINT BINDER) FURNISH 100 TON CONCRETE PILING DRIVE 100 TON CONCRETE PILE 16" CAST -IN -DRILLED -HOLE CONCRETE PILING FURNISH PILING (CLASS 70) DRIVE PILE (CLASS 70) EA LF LF LF EA EA EA LF LF LF EA EA LF EA EA LF LF EA SQYD LS LS LS LS CY CY CY CY CY CY CY CY CY CY CY TON LS SY SY LS LS LF LF CY CY TON SQYD 78 680 65 4,820 1,250 4 1 2,350 100 50 10 4 22 3 4 120 2,020 3 690 1 1 1 1 9,980 650 140 780 530 36 400 1,780 450 20 205 75,380 1 2,080 2,070 1 1 160 30 5,500 1,250 4,430 120 City of San Rafael Merrvdale Overcrossinq 350 2 7 1 1 100 2,200 14 100 15 300 400 100 500 300 15 6 300 8 100,000 23,000 18,000 30,000 9 50 23 35 20 48 40 35 35 60 50 0.01 27,802 0.65 0.57 4,150 45,400 20 40 40 75 60 25 27,300 1,020 455 3,374 750 400 2,200 32,900 10,000 750 3,000 1,600 2,200 1,500 1,200 1,800 12,625 900 5,520 100,000 23,000 18,000 30,000 89,820 32,500 3,220 27,300 10,600 1,728 16,000 62,300 15,750 1,200 10,250 754 27,802 1,352 1,180 4,150 45,400 3,200 1,200 220,000 93,750 265,800 3,000 LF 200 4 800 LF 250 4 1,000 TON 20 1 20 LF 380 10 3,800 EA 24 1,200 28,800 LF 300 26 7,800 LF 2,973 7 20,811 EA 108 850 91,800 2 64 FURNISH PILING (CLASS 45) 65 DRIVE PILE (CLASS 45) 66 PRESTRESSING CAST -IN-PLACE CONCRETE 67 STRUCTURAL CONCRETE, BRIDGE FOOTING 68 STRUCTURAL CONCRETE, BRIDGE 69 STRUCTURAL CONCRETE, RETAINING WALL 70 STRUCTURAL CONCRETE, APPROACH SLAB (TYPE EQ) 71 CLASS A CONCRETE (STRUCTURE) 72 CLASS A CONCRETE (BOX CULVERT) 73 MINOR CONCRETE (MINOR STRUCTURE) 74 ARCHITECTURAL TREATMENT 75 WATERSTOP 76 12" NEOPRENE STRIP 77 JOINT SEAL ASSEMBLY (MR 4') 78 BAR REINFORCING STEEL 79 BAR REINFORCING STEEL (BRIDGE) 80 BAR REINFORCING STEEL (RETAINING WALL) 81 ASPHALT MEMBRANE WATERPROOFING 82 DAMPPROOFING 83 FURNISH SIGN STRUCTURE (BRIDGE MOUNTED WITH WALKWAY) 84 INSTALL SIGN STRUCTURE (BRIDGE MOUNTED WITH WALKWAY) 85 ROADSIDE SIGN - ONE POST 86 ROADSIDE SIGN -TWO POST 87 INSTALL SIGN (STRAP AND SADDLE BRACKET METHOD) 88 INSTALL SIGN (MAST -ARM HANGER METHOD) 89 12" ALTERNATIVE PIPE CULVERT 90 18" ALTERNATIVE PIPE CULVERT 91 24" ALTERNATIVE PIPE CULVERT 92 30" ALTERNATIVE PIPE CULVERT 93 12" REINFORCED CONCRETE PIPE 94 18" REINFORCED CONCRETE PIPE 95 24" REINFORCED CONCRETE PIPE 96 36" REINFORCED CONCRETE PIPE 97 54" REINFORCED CONCRETE PIPE 98 60" REINFORCED CONCRETE PIPE 99 66" REINFORCED CONCRETE PIPE 100 88" x 54" REINFORCED CONC. PIPE ARCH (CLASS V) 101 18" CORRUGATED STEEL PIPE 102 17' SLOTTED CORRUG. STEEL PIPE (0.109" THICK) 103 6" NESTABLE CORRUGATED STEEL PIPE 104 4' PLASTIC DRAIN PIPE 105 8" POLYVINYL CHLORIDE PIPE (UNDERDRAIN) 106 8" PERF. STEEL PIPE UNDERDRAIN (0.064" THICK) 107 8" NON -PERF. STEEL PIPE UNDERDRAIN (0.064" THICK) 108 3" PLASTIC PIPE (EDGE DRAIN) 109 PLASTIC PIPE (EDGE DRAIN OUTLET) 110 PERMEABLE MATERIAL (BRIDGE) 111 CLASS 3 PERMEABLE MATERIAL 112 8" CORRUGATED STEEL PIPE DOWNDRAIN (0.064" THICK) 113 24" CORRUGATED STEEL PIPE RISER (0.109" THICK) 114 24" WELDED STEEL PIPE (0.250" THICK) City of San Rafael Merrvdale Overcrossina LF 4,573 7 32,011 EA 165 775 127,875 LS 1 60,000 60,000 CY 247 250 61,750 CY 1,950 320 624,000 CY 855 350 299,250 CY 40 300 12,000 CY 31 350 10,850 CY 400 500 200,000 CY 105 550 57,750 SQFT 7,270 3 21,810 LF 123 16 1,968 LF 100 12 1,200 LF 110 120 13,200 LB 94,000 0.48 45,120 LB 510,000 0.48 244,800 LB 83,000 0.62 51,460 SQFT 470 4 1,880 SQFT 2,520 1 2,520 LB 2,680 3 7,665 LB 2,680 1 3,618 EA 45 200 9,000 EA 4 240 960 EA 3 100 300 EA 5 250 1,250 LF 480 22 10,560 LF 230 25 5,750 LF 740 35 25,900 LF 150 52 7,800 LF 215 33 7,095 LF 130 60 7,800 LF 52 55 2,860 LF 170 74 12,580 LF 120 128 15,360 LF 310 145 44,950 LF 110 200 22,000 LF 190 350 66,500 LF 140 35 4,900 LF 190 39 7,410 LF 6 200 1,200 LF 80 10 800 LF 36 48 1,728 LF 932 3 2,796 LF 12 14 168 LF 5,530 5 25,991 LF 366 25 9,150 CY 22 54 1,188 CY 79 46 3,634 LF 62 15 930 LF 5 90 450 LF 120 70 8,400 3 115 24" CONCRETE FLARED END SECTION 116 88" x 54" REINFORCED CONCRETE PIPE ARCH FLARED END SECTION 117 12" ALTERNATIVE FLARED END SECTION 118 18" ALTERNATIVE FLARED END SECTION 119 36" PRECAST CONCRETE PIPE INLET 120 48" PRECAST CONCRETE PIPE MANHOLE 121 36" PRECAST CONCRETE PIPE RISER 122 6" TYPE PSM POLYVINYL CHLORIDE (PVC) SEWER PIPE 123 PRECAST CONCRETE PIPE SEWER MANHOLE 124 ROCK SLOPE PROTECTION (FACING, METHOD B) 125 CONCRETE (GUTTER LINING) 126 SLOPE PAVING (CONCRETE) 127 GABION 128 ROCK SLOPE PROTECTION FABRIC 129 MINOR CONCRETE (MISCELLANEOUS CONSTRUCTION) 130 MINOR CONCRETE (GUTTER) 131 MISCELLANEOUS IRON AND STEEL 132 MISCELLANEOUS METAL (BRIDGE) 133 MISCELLANEOUS METAL (RESTRAINER) 134 ACCESS DOORS 135 CHAIN LINK FENCE (TYPE CL -3 VINYL CLAD) 136 CHAIN LINK FENCE (TYPE CL -6) 137 OBJECT MARKER (TYPE K) 138 OBJECT MARKER (TYPE N) 139 METAL BEAM GUARD RAIL (WOOD POST) 140 CHAIN LINK RAILING (TYPE 7) 141 METAL HANDRAILING 142 TUBULAR HANDRAILING (MODIFIED) 143 CONCRETE BARRIER (TYPE 25 AND 25A) 144 CONCRETE BARRIER (TYPE 26 AND 26A) 145 DOUBLE THRIE BEAM GUARD RAIL 146 CONCRETE BARRIER (TYPE 50C AND 50C MOD.) 147 CONCRETE BARRIER (TYPE 50E) 148 CABLE RAILING 149 CABLE ANCHOR ASSEMBLY (BREAKAWAY TYPE A) 150 TERMINAL CONNECTOR 151 TERMINAL SECTION (TYPE C) 152 CRASH CUSHION, FRANGIBLE CART.(G.R.E.A.T.) 153 4" THERMOPLASTIC TRAFFIC STRIPE 154 6" THERMOPLASTIC TRAFFIC STRIPE 155 8" THERMOPLASTIC TRAFFIC STRIPE 156 12" THERMOPLASTIC TRAFFIC STRIPE 157 THERMOPLASTIC PAVEMENT MARKING 158 PAINT TRAFFIC STRIPE (2 -COAT) 159 PAVEMENT MARKER (NON REFLECTIVE) 160 PAVEMENT MARKER (REFLECTIVE) 161 SIGNAL AND LIGHTING (LOCATION 1) 162 SIGNAL AND LIGHTING (LOCATION 2) 163 LIGHTING AND SIGN ILLUMINATION 164 BRACING AND SHORING 165 WARRANTY 166 MOBILIZATION (b) Progress Payments. City of San Rafael Memidale Overcrossina EA 1 450 450 EA 1 2,900 2,900 EA 3 210 630 EA 1 230 230 LF 31 110 3,410 LF 24 120 2,880 LF 16 125 2,000 LF 250 29 7,250 EA 1 1,750 1,750 CY 21 105 2,205 CY 100 220 22,000 CY 24 365 8,760 CY 37 170 6,290 SQYD 30 5 150 CY 780 160 124,800 CY 16 250 4,000 LB 9,240 1 9,240 LB 500 6 3,000 LB 170 6 1,020 LS 1 9,000 9,000 LF 610 10 6,100 LF 600 8 4,680 EA 4 35 140 EA 2 35 70 LF 360 9 3,240 LF 603 29 17,487 LF 150 45 6,750 LF 659 22 14,795 LF 661 40 26,440 LF 605 60 36,300 LF 450 27 12,150 LF 1,146 68 78,329 LF 440 75 33,000 LF 670 10 6,633 EA 3 500 1,500 EA 1 75 75 EA 3 50 150 EA 1 11,000 11,000 LF 4,820 0.35 1,687 LF 250 0.55 138 LF 180 0.85 153 LF 290 2 580 SQFT 3,200 3 9,408 LF 16,100 0.28 4,508 EA 400 2 660 EA 650 3 1,885 LS 1 55,000 55,000 LS 1 71,000 71,000 LS 1 68,600 68,600 LS 1 5,000 5,000 LS 1 1 1 LS 1 480,000 480,000 4 City of San Rafael Menydale Overcrossinc 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. 2. 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. 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. 4. 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 Contractor, shall be valued by the City rs Finance Director, whose decision on valuation of the securities shall be final. V - 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 F 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. (e) The statement of prevailing wages appearing in the Equipment Rental Rates and General Prevailing Wage Rates is hereby specifically referred to and by this reference is made a part of this contract. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid or proposal of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of said terms of said proposal conflicting herewith. (f) By my signature hereunder, as Contractor, I certify that I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or City of San Rafael Menvdale Overcrossina undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. (g) The improvement contemplated in the performance of this contract is an improvement over which the State of California shall exercise general supervision. The State of California, therefore, shall have the right to assume full and direct control over this contract whenever the State of California, at its sole discretion, shall determine that its responsibility to the United States is so required. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement the day and year first written above. ATTEST: panne M. Leo cini City Clerk APF � .AS TO FORM: 7,Z 7.�.� , "GarY T Ngghianti City Attomey C17 -DF SA %FAEL: A/be Boro Mayor C NTRA TO : PRESIDENTICEO EVA R. GHILOTTI for GHILnTTI RRnTHFRS rnticTRUCTION, INC.