Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Repair Storm Water Pumps 2015CITY OF�
Agenda Item No: 3. h
Meeting Date: October 5, 2015
SAN RAFAEL CITY COUNCIL AGENDA REPORT
Department: Public Works
Prepared by: Dean Allison City Manager Approval: (O
Director of Public Works
File No.: 08.03.11
TOPIC: STORM WATER PUMP REPAIR/REPLACEMENT AGREEMENT
SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
WAIVING COMPETITIVE BIDDING REQUIREMENTS AND AUTHORIZING
THE DIRECTOR OF PUBLIC WORKS TO ENTER INTO AN AGREEMENT
WITH PUMP REPAIR SERVICE COMPANY TO REPLACE AND/OR REPAIR
SIX STORM WATER PUMPS, IN AN AMOUNT NOT TO EXCEED $250,000
FROM THE STORM WATER FUND.
RECOMMENDATION: Authorize the Director of Public Works to enter into an agreement with Pump
Repair Service Company of San Francisco to replace and/or repair six storm water pumps.
BACKGROUND: With its July 20, 2015 approval of resolution #13970, the City Council authorized the
Acting Director of Public Works to execute a $150,000 agreement with Pump Repair Service of San
Francisco for the repair of six storm water pumps.
These pumps are among the City's network of 33 pumps located within 12 storm water pumps stations.
Public Works operates and maintains the system, which has the capacity to discharge 2,000,000 gallons of
water per minute during rain events. Except for the Lindaro and North Francisco pump stations (rebuilt in
1997 and 2001 respectively), this system was constructed in the 50's and 60's and continues to rely on
original equipment.
At the time of the July 201h report, Pump Repair Service and staff assumed the housing, impeller and main
shaft portion of all six pumps could be repaired. We have carried out similar repairs numerous times over
the years. However, upon closer analysis of internal mechanisms, staff and the consultant observed
significant damage to the Kerner #2 and Montecito #1 pumps and determined that repairing these 1960's
era devices was no longer a viable option. A third pump, San Quentin #2, requires additional, albeit
minor, repairs. These issues were identified before the agreement for $150,000 was fully executed so
staff is now seeking a new agreement, to replace the prior approval, for the full amount of $250,000.
FOR CITY CLERK ONLY
File No.: 14-1-(:0
Council Meeting: f D s
Disposition: K�'GV&U fIOAJ IU02-3
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Paee: 2
The following table describes the original estimates and the proposed revised estimates:
ANALYSIS: Given the critical nature of the City's storm water system and the advanced age of the
Kerner, Montecito and San Quentin pumps, Public Works has determined that the repair/replacement
activity described above is the most cost effective way to assure functionality for the coming rainy season
and beyond. In the future, analysis of pump repairs will be performed earlier in the summer. Doing so
will provide sufficient time to report to the City Council and to proceed with needed work prior to our
traditional winter storms.
Staff continues to recommend the waiver of competitive bidding for this service, as described in section
2.55.070D of the San Rafael Municipal Code:
"If limitations on the source of supply, necessary restrictions in specifications, necessary
standardization, quality considerations, or other valid reasons for waiving competition
appears, then purchases may be made without recourse to the competitive bidding
provisions of this chapter."
FISCAL IMPACT: Following the detailed assessment of the pumps removed from the Montecito,
Kerner and San Quentin Pump Stations, staff has determined that the funding authorized on July 201h is
not sufficient to accommodate replacement costs. An additional allocation of funds is needed. The
following tables describe available revenue and projected expenses:
Revenue
Expenses
Fund Source Amount Available Comments
Storm Water Fund (205) $150,000.00 Original Agreement
Storm Water Fund (205) $100,000.00 Revised Agreement
Total Proiect Allocation $250,000.00
Description Cost
Revised Repair/Replacement Parts $218,810.24
Contingency $ 31,189.76
Total Expense $250,000.00
Original
Additionally
Storm Water Pump Station
Estimate of
Required
Repairs
Repairs
Final Cost
San Quentin Pump Station Pump #2 -Repair
$28,357.03
$6,640.97
$34,998.00
San Quentin Pump Station Pump #3 -Repair
$7,123.10
$0
$7,123.10
Kerner Pump Station Pump #2 -formerly
$31,793.41
$30,598.59
$62,392.00
Repair/now Replace
Lindaro Pump Station Pump #3 -Repair
$8,794.63
$0
$8,794.63
Montecito Pump Station Pump #1 -formerly
$27,791.11
$46,874.89
$74,666.00
Repair/now Replace
North Francisco Pump Station Pump #5-
$30,836.51
$0
$30,836.51
Repair
Contingency
$15,304.21
$15,885.55
$31,189.76
Total
$150,000.00
$100,000.00
$250,000.00
ANALYSIS: Given the critical nature of the City's storm water system and the advanced age of the
Kerner, Montecito and San Quentin pumps, Public Works has determined that the repair/replacement
activity described above is the most cost effective way to assure functionality for the coming rainy season
and beyond. In the future, analysis of pump repairs will be performed earlier in the summer. Doing so
will provide sufficient time to report to the City Council and to proceed with needed work prior to our
traditional winter storms.
Staff continues to recommend the waiver of competitive bidding for this service, as described in section
2.55.070D of the San Rafael Municipal Code:
"If limitations on the source of supply, necessary restrictions in specifications, necessary
standardization, quality considerations, or other valid reasons for waiving competition
appears, then purchases may be made without recourse to the competitive bidding
provisions of this chapter."
FISCAL IMPACT: Following the detailed assessment of the pumps removed from the Montecito,
Kerner and San Quentin Pump Stations, staff has determined that the funding authorized on July 201h is
not sufficient to accommodate replacement costs. An additional allocation of funds is needed. The
following tables describe available revenue and projected expenses:
Revenue
Expenses
Fund Source Amount Available Comments
Storm Water Fund (205) $150,000.00 Original Agreement
Storm Water Fund (205) $100,000.00 Revised Agreement
Total Proiect Allocation $250,000.00
Description Cost
Revised Repair/Replacement Parts $218,810.24
Contingency $ 31,189.76
Total Expense $250,000.00
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Paye: 3
OPTIONS:
1. Adopt the resolution as presented, waiving competitive bidding requirements and authorizing
the Director of Public Works to enter into an agreement with Pump Repair Service Company
of San Francisco, to replace and/or repair the six storm water pumps in an amount not to
exceed $250,000, superseding any previous agreements authorized by the City Council in
Resolution No. 13970.
2. The Council may choose not to authorize the Director of Public Works to enter into the
agreement, in which case these six pumps will not be operational for the next rain event.
RECOMMENDED ACTION: Adopt the resolution as presented.
Enclosures: Resolution
Draft Agreement
RESOLUTION NO. 14023
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL WAIVING
COMPETITIVE BIDDING REQUIREMENTS AND AUTHORIZING THE DIRECTOR OF
PUBLIC WORKS TO ENTER INTO AN AGREEMENT WITH PUMP REPAIR SERVICE
COMPANY TO REPLACE AND/OR REPAIR SIX STORM WATER PUMPS, IN AN
AMOUNT NOT TO EXCEED $250,000 FROM THE STORM WATER FUND.
WHEREAS, the majority of the City's storm water pump stations were
constructed in the 1950's and 1960's and therefore require routine maintenance due to their age,
and normal wear and tear; and
WHEREAS, the City Council adopted Resolution #13970 on July 20, 2015,
waiving bidding and authorizing the Acting Director of Public Works to enter into an agreement
with Pump Repair Service Company to repair six individual pumps; and
WHEREAS, following initial analysis of the pumps, Pump Repair Service
Company determined that additional repair work would be needed on San Quentin Pump Station
Pump #2, and that Kerner Pump Station Pump #2 and Montecito Pump Station Pump #1 could
not be repaired and needed replacement; and
WHEREAS, the additional cost to repair San Quentin Pump Station Pump #2,
and to replace instead of repair Kerner Pump Station Pump #2 and Montecito Pump Station
Pump #1 exceeds by $100,000 ($84,115 plus $15,885 contingency) the contract amount
approved by Council on July 20, 2105 via Resolution #13970, thereby necessitating a revised
agreement, superseding any agreements entered into pursuant to Resolution #13970; and
WHEREAS, Pump Repair Service Company is familiar with the City's older
pumps and has the unique expertise and proven ability to repair and/or replace the pumps in
question; and
WHEREAS, section 2.55.070D of the San Rafael Municipal Code allows for the
waiver of competitive bidding in circumstances such as these; and
WHEREAS, there are sufficient funds in the City's Storm Water Fund (#205) to
accommodate this proposed expenditure.
NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of
San Rafael hereby waives competitive bidding for, and authorizes the Director of Public Works
to enter into an agreement with Pump Repair Service Company in a form to be approved by the
City Attorney, in an amount not to exceed $250,000.
NOW, THEREFORE, BE IT FURTHER RESOLVED that the City Council
of the City of San Rafael authorizes an appropriation of $250,000 from the Storm Water Fund to
support this agreement and project contingencies.
IT IS FURTHER ORDERED AND RESOLVED, 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, 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
Council of said City on the 5`h day of October 2015, by the following vote, to wit:
AYES: COUNCILMEMBERS: Bushey, Colin, Gamblin, McCullough & Mayor Phillips
NOES: COUNCILMEM 3ERS: None
ABSENT: COUNCILMEMBERS: None
ESTHER C. BEIRNE, City Clerk
File No.: 08.03.11
City of San Rafael ♦ California
Form of Contract Agreement
for
Pump Station Maintenance/Repair or Replacement
This Agreement is made and entered into this .S1'14 day of OCi odEQ 2015 by and between the
City of San Rafael (hereinafter "City") and Pump Repair Service Company, a California corporation
(hereinafter "Contractor"), and shall supersede any agreements entered into betewen the parties pursuan
to City Council Resolution No. 13970 adopted on July 20, 2015. 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 necessary to repair or replace the storm water pumps as specified below.
The Contractor shall comply with the Insurance Requirements Sheet which is attached hereto as Exhibit I.
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 the time period as specified in
the SCHEDULE in Section III hereafter, with such extensions of time as are provided for in the
General Provisions.
III - 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.
ITEM
DESCRIPTION
SCHEDULE
ESTIMATED
QUANTITY
UNIT
UNIT PRICE
TOTAL
PRICE
I
San Quentin Pump Station Pump #2 -
8 seeks
1
LS
@
$34,998.37
= $34,998.37
Repair
2
San Quentin Pump Station Pump #3 -
8 seeks
1
LS
@
$7,123.10
= $7,123.10
Repair
3
Kerner Pump Station Pump #2 -
8 weeks
1
LS
@
$62,392.18
= $62,392.18
Replacement
4.
Lindaro Pump Station Pump #3 - Repair
6 weeks
1
LS
@
$8,794.63
= $8,794.63
5
Montecito Pump Station Pump #1 -
8 seeks
1
LS
@
$74,665.66 =
$74,665.66
Replacement
6
North Francisco Pump Station Pump #5
16 weeks
1
LS
@
$30,836.51 =
$30,836.51
- Repair
7.
Contingency
$31,189.55
TOTAL
$250,000.00
oR Ullid
IV - Payments
The Contractor shall invoice the City as material is received and as work is performed.
V — Indemnification
Contractor will indemnify, release, defend and hold harmless City, its officers, and employees, against
any claim, demand, suit, judgement, loss, liability or expense of any kind, inlcuding attorney's fees,
arising out of or resulting in any way, in whole or in part, from any acts or omissions, intentional or
negligent, of Contractor or Contractor's officers, agents and employees in the performance of their duties
and obligations under this contract.
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 SAN RAFAEL:
,!f, e . 0 tv,
a MA�
Esther C. Beirne Dean Allison
City Clerk Public Works Director
APPROVED AS TO FORM:
r
Robert F. Epstein
City Attorney
File No.: 08.03.11
Pump Repair Services Company:
n �c By: !G .. , .G
Printed Na . , M 141 ,rz,
y
Title:
A� " CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDD/YYYY)
to/Dz/zols
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Willie Insurance Services of California, Inc.
(CONTACT
NAME:
c/o 26 Century Blvd
PH(O'NE FAX
Extl:1-877-945-7378 (AIC. No):1-888-467-2375
P.O. Box 305191
E-Mi11L
ADDRESS: certificates@willis. cam
Nashville, TN 372305191 USA
INSURER(S) AFFORDING COVERAGE NAC #
INSURERA:Valley Forge Insurance Company 20508
INSUREDPump Repair Service Co., Inc.
INSURERB:Cvpres a Insurance Company 10855
P.O. Box 34327
I INSURER C:
San Francisco, CA 94134
I INSURER D
INSURER E: I
INSURER F:
COVERAGES CERTIFICATE NUMBER W1121825
REVISION NUMBER:
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 POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE ADDL SUER
LTR INSn WVp POLICY NUMBER
POLICY EFF POLICY EXP
(MM/DD/YYYYI (MMIDDIYYYYI
LIMITS
X COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE $ 1,000,000
DAMAGE TO RENTED
CLAIMS -MADE � OCCUR
I PREMISES Ea occurrrencel $ 100,000
A
$1,000 Prop. Damage
I MED EXP (Any One person) $ 5,000
_ y y
Ded. Per Occ. 2053779521
08/21/2015 08/21/20161 PERSONAL &ADV INJURY $ 1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
I GENERAL AGGREGATE $ 2,000,000
PES
I 2,000,000
POLICY LOC
PRODUCTS-COMP/OPAGG $
OTHER:
$
AUTOMOBILE LIABILITY
_
COMBINED SINGLE LIMIT $
(Ea accident)
ANY AUTO
BODILY INJURY (Per person) $
_
ALL OWNED
SCHEDULED
BODILY INJURY $
_ AUTOS
AUTOS
(Per accident)
NON -OWNED
PROPERTY DAMAGE $
_ HIRED AUTOS
AUTOS
(Per accident)
$
UMBRELLA LIABHCLAIMS-MADE
OCCUR
EACH OCCURRENCE $
EXCESS LIAR
AGGREGATE $
DED I RETENTION $
$
WORKERS COMPENSATION
X I I ERH
AND EMPLOYERS' LIABILITY YIN
B
SPER
TATUTE
( 1, 000, 000
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED? NIA PUWC601926
E.L. EACH ACCIDENT $
04/01/2015 04/01/2016
(Mandatory In NH)
I E.L. DISEASE - EA EMPLOYEE $ 1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT $ 1, 000, 000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required)
This Voids and Replaces Previously Issued Certificate Dated 08/24/2015 WITH ID: W1069661.
City of San Rafael and County of Marin, its officers, agents and employees are included as Additional Insureds as respects to General Liability.
General Liability policy shall be Primary and Non-contributory with any other insurance in force for or which may be purchased by Additional
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
City of San Rafael AUTHORIZED REPRESENTATIVE
Department of Public works
P.O. Box 151560y�`t�NR.sL.LLh�
Pan Rafael, CA 94915-1560
©1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD
SR ID:10330885 BATCH:Batch #: 17485-'
AGENCY CUSTOMER ID:
LOC #:
ACCIOR" ® ADDITIONAL REMARKS SCHEDULE Page 2 Of 2
AGENCY (NAMED INSURED
Willie insurance Services of California, Inc. Pump Repair Service Co., Inc.
POLICY NUMBER P.O. Box 34327
See Page 1 San Francisco, CA 94134
CARRIER NAIC CODE I
See Page 1 I See Page 1 I EFFECTIVE DATE: See Page 1
ADDITIONAL REMARKS
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: 25 FORM TITLE: certificate of Liability insurance
Insureds.
Waiver of Subrogation applies in favor of Additional Insureds with respects to General Liability.
ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
10330885 Batch #: 174855 W1121B25
CNA G -140331-D
Pump Repair Service Co., Inc.
Eff. 08/21/2015 to 08/21/2016
Policy #2053779521 (Ed. 01/13)
BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS —
WITH PRODUCTS -COMPLETED OPERATIONS COVERAGE
It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE
PART as follows:
SCHEDULE (OPTIONAL)
Name of Additional Insured Persons Or Organizations
(As required by "written contract" per Paragraph A. below.)
Locations of Covered Operations
(As per the "written contract," provided the location is within the "coverage territory" of this Coverage Part.)
A. Section II -Who Is An Insured is amended to include as an additional insured:
1. Any person or organization whom you are required by "written contract" to add as an additional insured on
this Coverage Part; and
2. The particular person or organization, if any, scheduled above.
B. The insurance provided to the additional insured is limited as follows:
1. The person or organization is an additional insured only with respect to liability for "bodily injury," "property
damage," or "personal and advertising injury" caused in whole or in part by:
a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of
your ongoing operations specified in the "written contract'; or
b. "Your work" that is specified in the "written contract" but only for "bodily injury" or "property damage"
included in the "products -completed operations hazard," and only if:
(1) The "written contract" requires you to provide the additional insured such coverage; and
(2) This Coverage Part provides such coverage.
2. If the "written contract" specifically requires you to provide additional insurance coverage via the 10/01
edition of CG2010 (aka CG 20 10 10 01), or via the 10/01 edition of CG2037 (aka CG 20 37 10 01), or via
the 11/85 edition of CG2010 (aka CG 20 10 11 85), then in paragraph B.I. above, the words 'caused in
whole or in part by' are replaced by the words 'arising out of.
3. We will not provide the additional insured any broader coverage or any higher limit of insurance than:
a. The maximum permitted by law;
b. That required by the "written contract";
c. That described in B.1. above; or
d. That afforded to you under this policy,
whichever is less.
G -140331-D (Ed. 01/13)
Page 1 of 2
Copyright, CNA All Rights Reserved.
CNA G-140331
Pump Repair Service Co., Inc.
Eff. 08/21 /2015 to 08/21 /2016
Policy #2053779521 (Ed. 01/13)
4. Notwithstanding anything to the contrary in Condition 4. Other Insurance (Section IV), this insurance is
excess of all other insurance available to the additional insured whether on a primary, excess, contingent or
any other basis. But if required by the "written contract" to be primary and non-contributory, this insurance
will be primary and non-contributory relative to insurance on which the additional insured is a Named
Insured.
5. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or
"personal and advertising injury" arising out of:
a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying
services, including:
(1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports,
surveys, field orders, change orders or drawings and specifications; and
(2) Supervisory, inspection, architectural or engineering activities; or
b. Any premises or work for which the additional insured is specifically listed as an additional insured on
another endorsement attached to this Coverage Part.
C. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows:
1. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following
additional conditions applicable to the additional insured:
An additional insured under this endorsement will as soon as practicable:
(1) Give us written notice of an 'occurrence" or an offense which may result in a claim or "suit' under this
insurance, and of any claim or "suit' that does result;
(2) Except as provided in Paragraph B.4. of this endorsement, agree to make available any other insurance
the additional insured has for a loss we cover under this Coverage Part;
(3) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation,
defense, or settlement of the claim or "suit'; and
(4) Tender the defense and indemnity of any claim or "suit' to any other insurer or self insurer whose policy
or program applies to a loss we cover under this Coverage Part. But if the "written contract' requires
this insurance to be primary and non-contributory, this provision (4) does not apply to insurance on
which the additional insured is a Named Insured.
We have no duty to defend or indemnify an additional insured under this endorsement until we receive from
the additional insured written notice of a claim or "suit."
D. Only for the purpose of the insurance provided by this endorsement, SECTION V — DEFINITIONS is amended
to add the following definition:
"Written contract" means a written contract or written agreement that requires you to make a person or
organization an additional insured on this Coverage Part, provided the contract or agreement:
1. Is currently in effect or becomes effective during the term of this policy; and
2. Was executed prior to:
a. The "bodily injury" or "property damage"; or
b. The offense that caused the "personal and advertising injury,"
for which the additional insured seeks coverage under this Coverage Part.
All other terms and conditions of the Policy remain unchanged.
G -140331-D (Ed. 01/13)
Page 2 of 2
Material used with permission of ISO Properties, Inc.
Copyright, CNA All Rights Reserved.
POLICY NUMBER: 2053779521
Pump Repair Service Co., Inc.
Eff. 08/21/2015 to 08/21/2016
CNA
G-1 5115-A
(Ed. 10/89)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CHANGES - NOTICE OF CANCELLATION
OR MATERIAL COVERAGE CHANGE
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
LIQUOR LIABILITY COVERAGE PART
OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART
POLLUTION LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
RAILROAD PROTECTIVE LIABILITY COVERAGE PART
In the event of cancellation or material change that reduces or restricts the insurance afforded by this Coverage Part
(other than the reduction of aggregate limits through payment of claims), we agree to mail prior written notice of
cancellation or material change to:
SCHEDULE
1. Number of days advance notice: 30 Days
10 Days Notice of Non -Payment
2. Name: City of San Rafael — Department of Public Works
3. Address: P.O. Box 151560, San Rafael, CA 94915-1560
G-1 5115-A Page 1 of 1
(Ed. 10/89)
® I DATE (MMJDD1YYYY)
CERTIFICATE OF LIABILITY INSURANCE
08/24/2015
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT
Willis Insurance Services of California, Inc. NAME:
c/o 26 Century Blvd
PHFAX
E.0-1-877-9415-73711I AIC, Noll -888-467-2378
P.O. Box 305191 M 1
Nashville, TH 372305191 ADDRESS: certificates awillis.core
INSURER(S) AFFORDING COVERAGE NAIC 9
INSURERA:Vallev Force Insurance Companv 20508
INSUREDPump Repair Service Co., Inc. INSURER B:Cvpress Insurance Companv 10855
P.O. Box 34327 I INSURER C:
San Francisco, CA 94134
I INSURER D
INSURER E:
II INSURER F:
COVERAGES CERTIFICATE NUMBER w1069661 REVISION NUMBER:
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 POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
ILTR TYPE OF INSURANCE m1p vnm POLICYNUMBER (MMIDDYIEFF /YYYYI (MM1DD1YYYYI
LIMITS
X COMMERCIAL GENERAL LIABILITY DAICA,T( - T? $ 1,000,000
� CLAIMS -MADE[ ] OCCUR PREMISES (Fa oocurrencel $ 100,000
A _$1,000 Prop. Damage Y y MED EXP (Any one person) S 5,000
Ded. Per Dec. 2053779521 '08/21/2015 08/21/20161 PERSONALS ADV INJURY $ 1,000,000
GEN'L AGGREGATE LIMIT APPLIES PER: I GENERAL AGGREGATE $ 2,000,000
POLICY N PRO -LOC (PRODUCTS-COMP/OPAGG $ 2,000,000
OTHER: JECT$
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S
_ (Ea acddenll
_ ANY AUTO BODILY INJURY (Par person) S
ALL OWNED SCHEDULED 1 BODILY INJURY (Paracddent) $
AUTOS AUTOS $
NON -OWNED I (Per
DAMAGE
HIRED AUTOS AUTOS I! accidentl
S
UTABRELLAUABHCLAIMS-MADE
OCCUR EACH OCCURRENCE $
EXCESS LIAB AGGREGATE S
DED I I RETENTIONS S
PER O -
WORKERS COMPENSATION 1 X 1 STATUTE I I ER
B AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNERIEXECUTIVE YIN
NIA PlJ[dC601926 04/01/2015 04/01/20101 EL EACH ACCIDENT S 1,000,000
/M
OFFICEREMBER EXCLUDED?
(Mandatory In NH) E.L. DISEASE - EA EMPLOYEE $ 1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS belan E.L. DISEASE -POLICY LIMIT S 1,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required)
City of San Rafael and County of Harin, its officers, agents and employees are included as Additional insureds as respects to General Liability.
General Liability policy shall be Primary and Non-contributory with any other insurance in force for or which =y be purchased by Additional
Insureds.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
City of San Rafael AUTHORIZED REPRESENTATIVE
Department of Public Works
P.O. Box 151560 anjllwa&
Pan Rafael, CA 94915-1560
©1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD
SR ID:10008741 aATCR:Batch #: 165228
AGENCY CUSTOMER ID:
LOC #:
AC40REP ® ADDITIONAL REMARKS SCHEDULE Page 2 of 2
AGENCY NAMED INSUREO
Willis Insurance Services of California, Inc. Pump Repair Service Co., Inc.
POUCYNUMBER P.O. Box 34327
See Page 1 San Francisco, CA 94134
CARRIER I NAIL CODE
See Page 1 See Page 1 EFFECTIVE DATE: See Page 1
ADDITIONAL REMARKS
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance
Waiver of Subrogation applies in favor of Additional Insureds with respects to General Liability.
ACORD 101 (2008101) © 2008 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
10008741 Batch 9: 165228 W1069661
G -140331-D
Pump Repair Service Co., Inc.
Eff. 08/21/2015 to 08/21/2016
Policy #2053779521 (Ed. 01/13)
BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -
WITH PRODUCTS -COMPLETED OPERATIONS COVERAGE
It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE
PART as follows:
SCHEDULE (OPTIONAL)
Name of Additional Insured Persons Or Organizations
(As required by "written contract" per Paragraph A. below.)
Locations of Covered Operations
(As per the "written contract," provided the location is within the "coverage territory" of this Coverage Part.)
A. Section II - Who Is An Insured is amended to include as an additional insured:
1. Any person or organization whom you are required by "written contract" to add as an additional insured on
this Coverage Part; and
2. The particular person or organization, if any, scheduled above.
B. The insurance provided to the additional insured is limited as follows:
1. The person or organization is an additional insured only with respect to liability for "bodily injury," "property
damage," or "personal and advertising injury" caused in whole or in part by:
a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of
your ongoing operations specified in the "written contract'; or
b. "Your work" that is specified in the "written contract" but only for "bodily injury" or "property damage"
included in the "products -completed operations hazard," and only if.
(1) The "written contract" requires you to provide the additional insured such coverage; and
(2) This Coverage Part provides such coverage.
2. If the "written contract" specifically requires you to provide additional insurance coverage via the 10/01
edition of CG2010 (aka CG 20 10 10 01), or via the 10/01 edition of CG2037 (aka CG 20 37 10 01), or via
the 11/85 edition of CG2010 (aka CG 20 10 11 85), then in paragraph B.I. above, the words 'caused in
whole or in part by' are replaced by the words 'arising out of.
3. We will not provide the additional insured any broader coverage or any higher limit of insurance than:
a. The maximum permitted by law;
b. That required by the "written contract';
c. That described in B.1. above; or
d. That afforded to you under this policy,
whichever Is less.
G -140331-D (Ed. 01/13)
Page 1 of 2
Copyright, CNA All Rights Reserved.
G -140331-D
��A Pump Repair Service Co., Inc.
Eff. 08/21/2015 to 08/21/2016
Policy #2053779521 (Ed. 01/13)
4. Notwithstanding anything to the contrary in Condition 4. Other Insurance (Section IV), this insurance is
excess of all other insurance available to the additional insured whether on a primary, excess, contingent or
any other basis. But if required by the "written contract" to be primary and non-contributory, this insurance
will be primary and non-contributory relative to insurance on which the additional insured is a Named
Insured.
5. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or
"personal and advertising injury" arising out of:
a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying
services, including:
(1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports,
surveys, field orders, change orders or drawings and specifications; and
(2) Supervisory, inspection, architectural or engineering activities; or
b. Any premises or work for which the additional insured is specifically listed as an additional insured on
another endorsement attached to this Coverage Part.
C. SECTION IV— COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows:
1. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following
additional conditions applicable to the additional insured:
An additional insured under this endorsement will as soon as practicable:
(1) Give us written notice of an 'occurrence" or an offense which may result in a claim or "suit" under this
insurance, and of any claim or "suit" that does result;
(2) Except as provided in Paragraph B.4. of this endorsement, agree to make available any other insurance
the additional insured has for a loss we cover under this Coverage Part;
(3) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation,
defense, or settlement of the claim or "suit'; and
(4) Tender the defense and indemnity of any claim or "suit" to any other insurer or self insurer whose policy
or program applies to a loss we cover under this Coverage Part. But if the "written contract" requires
this Insurance to be primary and non-contributory, this provision (4) does not apply to insurance on
which the additional insured is a Named Insured.
We have no duty to defend or indemnify an additional insured under this endorsement until we receive from
the additional insured written notice of a claim or "suit."
D. Only for the purpose of the insurance provided by this endorsement, SECTION V — DEFINITIONS is amended
to add the following definition:
"Written contract" means a written contract or written agreement that requires you to make a person or
organization an additional insured on this Coverage Part, provided the contract or agreement:
1. Is currently in effect or becomes effective during the term of this policy; and
2. Was executed prior to:
a. The "bodily injury" or "property damage'; or
b. The offense that caused the "personal and advertising injury,"
for which the additional insured seeks coverage under this Coverage Part.
All other terms and conditions of the Policy remain unchanged.
G -140331-D (Ed. 01/13)
Page 2 of 2
Material used with permission of ISO Properties, Inc.
Copyright, CNA All Rights Reserved.
ERVICES AGREEMENT/CONTRACT
"-HECKLIST AND ROUTING SLIP
WOMR
professional services agreements/contracts
1
letion Checklist and Routing Slip" to the
46?a-4— and signatures. Please use this form for all
services agreements/contracts (not just those requiring City Council approval).
This process should occur in the order presented below.
finalized and
front of your
professional
Step
Responsible
Description
Completion
Department
Date ,
1
City Attorney
Review, revise, and comment on draft
agreement.
2
Contracting Department
Forward final agreement to contractor for
their signature. Obtain at least two signed
originals from contractor.
3
Contracting Department
Agendize contractor -signed agreement for
01""1 44
Council approval, if Council approvalKcd
necessary (as defined by City Attorney.`City
A/5/1
Ordinance*).
f
4
City Attorney
Review and approve form of agreement;
v iC wL �r
bonds, and insurance certifcates and
e'6j�x�re t� r
endorsements.
VYs] r✓ L -+K -
5
City Manager / Mayor / or
Agreement executed by Council authorized
Department Head
official.
6
City Clerk
City Clerk attests signatures, retains original
agreement and forwards copies to the
y�t� -•
contracting department.
t S
To be completed by Contracting Department:
Project Manager: Dean Allison Project Name: Pump Station Maintenance/Repair or Replacement
Agendized for City Council Meeting of (if necessary): FPPC: ❑ , check if required
If you have questions on this process, please contact the City Attorney's Office at 485-3080.
* Council approval is required if contract is over $20,000 on a cumulative basis.
ROUTING SLIP / APPROVAL FORM
INSTRUCTIONS: Use this cover sheet with each submittal of a staff report before approval
by the City Council. Save staff report (including this cover sheet) along
with all related attachments in the Team Drive (T:) 4 CITY COUNCIL
AGENDA ITEMS 4 AGENDA ITEM APPROVAL PROCESS 4 [DEPT -
AGENDA TOPIC]
Agenda Item # 3.v)
Date of Meeting: 10/5/2015
From: Richard Landis
Department: Public Works
Date: 9/24/2015
Topic: SUPPLEMENTAL STORM WATER PUMP REPAIR AGREEMENT
Subject: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
WAIVING COMPETITIVE BIDDING REQUIREMENTS AND AUTHORIZING THE DIRECTOR
OF PUBLIC WORKS TO ENTER INTO AN AGREEMENT WITH PUMP REPAIR SERVICE
COMPANY TO REPLACE AND/OR REPAIR SIX STORM WATER PUMPS, IN AN AMOUNT
NOT TO EXCEED $250,000 FROM THE STORMWATER FUND.
Type: ® Resolution ❑ Ordinance
❑ Professional Services Agreement ❑ Other:
APPROVALS
❑ Finance Director
Remarks: Van
® City Attorney
Remarks: Approved Staff Report and Resolution with edits. ETD 9/29/15.
® Author, review and accept City Attorney / Finance changes
Remarks:
® City Manager