Loading...
HomeMy WebLinkAboutCC Resolution 13925 (1309 Fifth Ave. Demolition)RESOLUTION NO. 13925 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE 1309 FIFTH AVENUE DEMOLITION AND PARKING LOT PROJECT, CITY PROJECT NO. 11258, TO TEAM GHILOTTI, INC., IN THE AMOUNT OF $169,690.00 (BID OPENING HELD ON THURSDAY, APRIL 30, 2015). WHEREAS, on the 30th day of April, 2015, 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: "1309 Fifth Avenue Demolition and Parking Lot Project" City Project No. 11258 in accordance with the plans and specifications therefore on file in the office of said City Clerk; and WHEREAS, the bid of Team Ghilotti, Inc., in the amount of $169,690.00 at the unit prices stated, was and is the lowest and best bid for said work and said bidder is the lowest responsible bidder; and WHEREAS, funds in the sum of $255,000.00 are available in the Capital Projects Fund (#401) to fund the contract with Team Ghilotti, Inc., and other tasks required for City Project No. 11258; and WHEREAS, there are sufficient funds in the Capital Projects Fund (#401) to support this contract. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF SAN RAFAEL RESOLVES as follows: 1. The bid of Team Ghilotti, Inc., is hereby accepted at said unit prices and that the contract for said work and improvements is hereby awarded to Team Ghilotti, Inc., at the unit prices mentioned in said bid. 2. The Acting Director of Public Works and the City Clerk of said City are authorized and directed to execute a contract with Team Ghilotti, Inc., in a form approved by the City Attorney, for said work and to return the bidder's bond upon the execution of said contract. 3. Funds totaling $255,000.00 are available in Capital Projects Fund (#401) and will be appropriated for City Project No. 11258. 4. The Acting Director of Public Works is hereby authorized to take any and all such actions and make changes as may be necessary to accomplish the purpose of this resolution. I, ESTHER C. BEIRNE, 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 City Council of said City held on Monday, the 18`h day of May, 2015 by the following vote, to wit: AYES: COUNCILMEMBERS: Bushey, Colin, Gamblin, McCullough & Mayor Phillips NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None �Sfi It 5 - Aegp" , ESTHER C. BEIRNE, City Clerk File No.: 06.01.226 4 City of San Rafael ♦ California Form of Contract Agreement for Informal Bids for 13095 th Ave Demolition and Parking Lot Project City Project No. 11258 This Agreement is made and entered into this lb-mday of . 2015 by and between the City of San Rafael (hereinafter called City) and Team Ghilotti, 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 furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work described in the specifications for the project entitled: 1309 51h Ave Demolition and Parking Lot Project, City Project No. 11258, 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. The Contractor further agrees to provide the insurance as specified in the Insurance Requirements Sheet attached hereto as Attachment A. The required additional insured coverage for City under Contractor's liability insurance policy shall be primary with respect to any insurance or coverage maintained by City and shall not call upon City's insurance or self-insurance for any contribution. II- Time of Completion (a) The work to be performed under this Contract shall be commenced within FIVE (5) WORKING DAYS after the date of written notice by the City to the Contractor to proceed. (b) All work shall be completed, including all punchlist work, within THIRTY-FIVE (35) WORKING DAYS 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 by the date 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 $1,900 for each and every working 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. NO. ITEM QUANTITY UNITS UNIT PRICE TOTAL PRICE 1. Mobilization 1 LS @ $ 19,429.00 $ 19,429.00 2. Demolition 1 LS @ $ 55,000.00 $ 55,000.00 3. Site Grading$,25,356.90 1 LS @ 25 $ ,356.00 4. Minor Concrete 1 LS @ $ 8,600.00 $ 8,600.00 ........... 5. Drainage System 1 LS @ $ 17,100.00 ............ $ 17,100.00 .........................................................................................._................. 6. Class 2 Aggregate Base 240 Ton @ $ 55.00 — $ 13,200.00 7. Hot Mix Asphalt 150 Ton @ $ 152.00$22,800.00 ....... _ ............................... 8, Pavement Delineation & Si s 1 LS @ $ 1,275.00 $ $ 1,275.00 9. Fencing & Gate 1 LS @ $ 6,930.00 $ 6,930.00 TOTAL BASE BID $169,690.00 V - Progress Payments (a) On no 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) As soon as possible after the preparation of the estimate, the City shall, after deducting previous payments made, pay to the Contractor 95% of the amount of the estimate as approved by the Public Works Department. (c) 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'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 five (5) working days make such inspection. (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 twelve (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. IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement the day and year first written above. ATTEST: Esther C. Beirne City Clerk APPROVEDfAS TO)FORM: , ...../_.. � 0 f f Rob Epstein City Attorney CITY OF SAN RAFAEL: Kevin McGowan Acting Public Works Director CONTRACTOR: Q�obmer�Gtd�ein2fiVice c. -T-te a rn E, h i I v+h, I n Seven \6. fnQCX SeCr2-�-Q,r� CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of SbnOrno_ On maL) aU, aDIS before me, 3-ennAr -9- N3oAa,ti PLLb►ic Date Here Insert Name and Title of the Officer personally appeared CLnc( `-f herfi E. Lep. Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person s) whose name(s)' re° subscribed to the within instrument and acknowledged to me that h ey executed the same in hie+fher/ ei uthorized capacity(ies), and that by-hisfher heir signatures) on t e instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. JENMIFER L. GHIH.OTni Signature Q (1 nA ; n, clic Commltsion # 1948729Sig ure of No a Public Nobxlr public - Cwftwo sononw County Mfr Comm Eraim Sop 1, 20151 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: Corporate Officer — Title(s): Partner — 4...i Limited .....i General i Individual I" I Attorney in Fact I Trustee Guardian or Conservator i Other: Signer Is Representing: t 02014 National Notary Association • www.NationaiNotary.org - 1 -800 -US NOTARY (1-800-876-6827) Item #5907