Loading...
HomeMy WebLinkAboutCC Resolution 12265 (Street Resurfacing)RESOLUTION NO. 12265 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING THE CONTRACT FOR STREET RESURFACING 2006/2007 REVISED BID, PROJECT NO. 11068, TO TEAM GHILOTTI, INC., IN THE AMOUNT OF $1,077,060.83 AND APPROVING THE STREETS DESIGNATED FOR RESURFACING TO BE PARTIALLY FUNDED UTILIZING LOCAL MEASURE A FUNDS. WHEREAS, on the 22°a day of May, 2007, 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: "STREET RESURFACING 2006/2007 REVISED BID" PROJECT NO. 11068 in accordance with the plans and specifications therefore on file in the office of said City Clerk; and WHEREAS, the streets designated for resurfacing are eligible to be funded utilizing Local Measure A funds; and WHEREAS, the bid of Team Ghilotti, Inc. at the unit prices 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 Council approved the streets designated for resurfacing to be partially funded utilizing Local Measure A funds; and ON RESOLVED FURTHER, that the bid of Team Ghilotti, Inc. and the same is hereby accepted at said unit prices and that the contract for said work and improvements be and the same is hereby awarded to said Team Ghilotti, Inc. at the unit prices mentioned in said bid. RESOLVED FURTHER, that the Vice -Mayor of said City be authorized and directed to execute a contract with Team Ghilotti, Inc. for said work and to return the bidders bond upon the execution of said contract. RESOLVED FURTHER, that the 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, 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 4th day of June, 2007, by the following vote, to wit: AYES: COUNCIL MEMBERS: Heller, Miller, Phillips and Vice -Mayor Cohen NOES: COUNCIL MEMBERS: None ABSENT: COUNCIL MEMBERS: Mayor Boro 1_11�5*cam-'-' G ��" E'C_C_c JEANNE M. LEONCINI, City Clerk File No. 16.06.60 Streets to be Resurfaced Note: Streets are listed in alphabetical order and not in the order in which they will be resurfaced. Street Name 1 Alpine Street 2 Bayview Street 3 Blossom Court 4 Blossom Drive 5 Bret Harte Road 6 Corte Almaden 7 Corte La Paz 8 Corte San Benito 9 Corte Saratoga 10 Glenaire Drive 11 Golden Gate Drive 121 Humboldt Street 13 Las Colindas Road 14 Montecillo Road 15 Nevada Street 16 Park Ridge Road 17 Solano Avenue 18 Spring Grove Avenue 19 Terrace Avenue 20 Woodland Avenue 21 Woodland Avenue From end of street 90 Bayview Street Rose Street Rose Street Near La Loma Las Gallinas Avenue Las Gallinas Avenue Park Ridge Road Las Gallinas Avenue West End of Drive Simms Street K Street Patricia Way Nova Albion Way Alpine Street Las Gallinas Avenue K Street Hillside Avenue Spring Grove Avenue Lindaro Street Woodland Place To Nevada Street 139 Bayview Street End of Court End of Street End of Street End of Court End of Court End of Court End of Court East End of Drive End of Court Nevada Street 50'W of Wintergreen Trellis Drive Humboldt Street End of Road Nevada Street Greenfield Avenue City Limits Lovell Avenue Bayview Street City of San Rafael • California Form of Contract Agreement For Street Resurfacing 2006/2007 Project No. 11068 This Agreement is made and entered into this 4th day of June, 2007 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: 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: Street Resurfacing 2006/2007, Project No. 11068, 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. III- 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 within forty-five (45) working days after the date of such notice and with such extensions of time as are provided for in the General Conditions. IV - 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 $500.00 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. V - 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. AGRE EN�"! �� 1. ITEM UNIT I EST UNIT ITEM NO. I ITEM QTY PRICE, $ TOTAL, $ 1 Mobilization LS 1 30,000.00 30,000.00 2 Asphalt Concrete Overlay (Type A) TON 6,275 79.69 500,054.75 (includes AC plug on Woodland) 3 Cold Planing SY 33,572 3.20 107,430.40 4 Concrete Cap Removal LS 1 15,000.00 15,000.00 5 Fabric Reinforcement Sy 9,212 1.89 17,410.68 6 Thermoplastic Traffic Stripes & LS 1 30,000.00 30,000.00 Pavement Markings 7 A.C. Berm/Dike LF 200 12.50 2,500.00 8 Adjust Manhole Castings to Grade a. Sanitary Sewer EA 42 425.00 17,850.00 b. Storm Drain EA 43 425.00 18,275.00 9 Adjust Castings to Grade a. Sewer Rodhole EA 12 375.00 4,500.00 b. Monuments EA 20 375.00 7,500.00 10 Traffic Control LS 1 30,000.00 30,000.00 11 Curb Ramp Installation Type A EA 23 4,300.00 98,900.00 Type C EA 16 4,850.00 77,600.00 Type C w/ one 10' wing EA 3 5,000.00 15,000.00 Type C w/ two 10' wings EA 8 5,325.00 42,600.00 Type C w/ 10' and 17' wings EA 1 5,500.00 5,500.00 Type CM EA 5 8,450.00 42,250.00 Type D EA 1 4,600.00 4,600.00 12 Concrete Sidewalk to Remove and SF 305 18.00 5,490.00 Construct 13 Catch Basin to Construct EA 1 4,600.00 4,600.00 VI - Progress Payments (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 AGREEMENT • 2 deposited by the Contractr, shall be valued by the City's Finance Director, whose decision on valuation of the securities shall be final. VII - 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. IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement the day and year first written above. ATTEST: Jeanne M. Leoncini CITY ,SAN RAFAEL: Paul M Cohen 01 A4J7T • • 31 �4CORD CERTIFICATL JF LIABILITY INSURANL- OP ID DATE (MM/DDIYYYY) TEAMG-1 1 06/0607 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFOR ATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Don Ramatici Insurance, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 551 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Petaluma CA 94953 Phone: 707-782-9200 Fax: 707-782-9300 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURER A. Transportation Ins. Co. 20494 Team Ghilotti, Inc. and IINSURER Valley Forge Insurance 20508 Glen Ghilotti IINSURER C' DBA: Glen Rents 2531 Petaluma Boulevard South I INSURER D. Petaluma CA 94952 INSURER E. COVERAGES 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 POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSH 4DD'L POLICY NUMBER LTR NSRC TYPE OF INSURANCE POLICY EFFECTIVE POLICY EXPIRATION DATE (MMIDDIYY) DATE (MM/DD/YY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 $ X X COMMERCIAL GENERAL LIABILITY TCP2092965357 04/06/07 03/28/08 I PREMIUAMHIS'ESIU(EaKCoccurenceIVICU $ 10O ) ,000 CLAIMS MADE FX—] OCCUR I MED EXP (Any one person) s 5,000 X $1,000 GLPD Ded PERSONAL &ADV INJURY $ 1,000,000 Per OCC GENERAL AGGREGATE s2,000,000 _ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG s 2,000,000 POLICY ] PE0 n LOC AUTOMOBILE LIABILITY _ COMBINED SINGLE LIMIT $ 1,000,000 A X ANY AUTO BUA2093096564 03/28/07 03/28/08 (Ea accident) _ ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) H RED AUTOS BODILY INJURY $ NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE s 4,000,000 B X] OCCUR E CLAIMSMADE CUP2092965360 04/06/07 03/28/08 AGGREGATE s 4,000,000 $ DEDUCTIBLE $ RETENTION $10,000 s IH - WORKERS COMPENSATION AND (TORY LIMITS I ER EMPLOYERS' LIABILITY I E.L. EACH ACCIDENT $ ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? I E.L. DISEASE - EA EMPLOYEE $ If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE- POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE: Operations of the Named Insured for the Certificate Holder JOB: Street Resurfacing 2006/2007 Project No. 11068 *its officers, agents, and employees 30XG140331A99 CERTIFICATE HOLDER City of San Rafael* Dept. of Public Works P.O. Box 151560 San Rafael, CA 94915 ACORD 25 (2001/08) CANCELLATION SANRAF4 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL 30 DAYS WRITTEN ------------- NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, AUr RESE E a"" jo,.VV� v`[°7"QCORD CORPORATION' G -140331-A99 (Ed. 10/1) Policy no. TCP2092965357 CNA For All Commitments You Mahe* IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C.I. OF THIS ENDORSEMENT FOR THESE DUTIES. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR'S SCHEDULED AND BLANKET ADDITIONAL INSURED ENDORSEMENT WITH PRODUCTS — COMPLETED OPERATIONS COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Designated Project: City of San Rafael its officers, agents, and employees Street Resurfacing 2006/2007 Project no. 11068 (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) A. WHO IS AN INSURED (Section H) is amended to include as an insured any person or organization, including any person or organization shown in the schedule above, (called additional insured) whom you are required to add as an additional insured on this policy under a written contract or written agreement; but the written contract or written agreement must be: 1. Currently in effect or becoming effective during the term of this policy; and 2. Executed prior to the "bodily injury," "property damage," or "personal and advertising injury." B. The insurance provided to the additional insured is limited as follows: 1. That person or organization is an additional insured solely for liability due to your negligence and specifically resulting from "your work" for the additional insured which is the subject of the written contract or written agreement. No coverage applies to liability resulting from the sole negligence of the additional insured. 2. The Limits of Insurance applicable to the additional insured are those specified in the written contract or written agreement or in the Declarations of this policy, whichever is less. These Limits of Insurance are inclusive of, and not in addition to, the Limits of Insurance shown in the Declarations. 3. The coverage provided to the additional insured by this endorsement and paragraph f. of the definition of "insured contract" under DEFINITIONS (Section V) do not apply to "bodily injury" or "property damage" arising out of the "products -completed operations hazard" unless required by the written contract or written agreement. 4. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any professional services including: G -140331-A99 (Ed. 10/01) G -140331-A99 (Ed. 10/1) a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and b. Supervisory, or inspection activities performed as part of any related architectural or engineering activities. C. As respects the coverage provided under this endorsement, SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS are amended as follows: 1. The following is added to the Duties In The Event of Occurrence, Offense, Claim or Suit Condition: e. An additional insured under this endorsement will as soon as practicable: (1) Give written notice of an occurrence or an offense to us which may result in a claim or "suit" under this insurance; (2) Tender the defense and indemnity of any claim or "suit" to us for a loss we cover under this Coverage Part; (3) Tender the defense and indemnity of any claim or "suit" to any other insurer which also has insurance for a loss we cover under this Coverage Part; and (4) Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. f. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit" from the additional insured. 1. Paragraph 4.b. of the Other Insurance Condition is deleted and replaced with the following: 4. Other Insurance b. Excess Insurance This insurance is excess over any other insurance naming the additional insured as an insured whether primary, excess, contingent or on any other basis unless a written contract or written agreement specifically requires that this insurance be either primary or primary and noncontributing to the additional insured's own coverage. This insurance is excess over any other insurance to which the additional insured has been added as an additional insured by endorsement. When this insurance is excess, we will have no duty under Coverages A or B to defend the additional insured against any "suit" if any other insurer has a duty to defend the additional insured against that "suit." If no other insurer defends, we will undertake to do so, but we will be entitled to the additional insured's rights against all those other insurers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (2) The total of all deductible and self-insured amounts under all that other insurance. We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. G -140331-A99 (Ed. 10/01) CERTHOLDER COPY STATE P.O. BOX 420807, SAN FRANCISCO,CA 94142-0807 COMPENSATION IC N S U FtA N C E FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 05-06-2007 GROUP: 000713 POLICY NUMBER: 0019160-2006 CERTIFICATE ID: 14 CERTIFICATE EXPIRES: 10-01-2007 04-11-2007/10-01-2007 CITY OF SAN RAFAEL DEPT. OF PUBLIC WORKS PO BOX 151560 SAN RAFAEL CA 94915-1560 NC JOB:STREET RESURFACING 2006-2007 This is to certify that we have issued a valid Workers' Compensation insurance pol'cy in a form approved by the California Insurance Commssioner to the employer named below for the policy period Indicated. This policy is not subject to cancellation by the Fund except upon30 days advance written notice to the employer. We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance Is not an insurance policy and does not amend, extend or alter the coverage afforded by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance afforded by the policy described herein is subject to ail the terms, exclusions, and conditions, of such policy. tTHORI�ZED REPRESENTAT. PRES'DENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT 112065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 04-18-2007 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. EMPLOYER TEAM GHILOTTI, INC 2531 PETALUMA BLVD S PETALUMA CA 94952 IREV.2.05) NC [810,N C] PRINTED : 06-06-2007 NC