Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Sewer Drainage Emergency ImprovementsCITY OF SAN RAFAEL
Department of Public Works
111 Morphew Avenue
San Rafael, CA 94901
Public Works Contract for Projects up to $175,000
This public works contract ("Contract") is entered into by and between the City of San Rafael ("City") and
Maggiora & Ghilotti ("Contractor"), a corporation authorized to do business in California, for work on the
Cls Miscellaneous Sewer Drainage Emergency Improvements ("Project"), and is effective on
294"Effective Date").
The parties agree as follows:
1. Scope of Work. Contractor will perform and provide all labor, materials, equipment, supplies,
transportation, and any and all other items or services necessary to perform and complete the specific
improvements designated as Projects 1 through 4 as specified in Exhibit A, Scope of Work ("Work"),
and according to the terms and conditions of this Contract, including all attachments to the Contract and
any other documents and statutes incorporated by reference. To the extent that any attachment contains
provisions that conflict or are inconsistent with the terms set forth in the body of this Contract, the
Contract terms will control. This Project requires a valid California contractor's license for the following
classification(s): A
2. Contract Documents. The Contract Documents incorporated into this Contract include and are
comprised of all of the documents listed below:
2.1 Notice Inviting Bids;
2.2 Contract;
2.3 Addenda, if any;
2.4 Exhibit A — Scope of Work;
2.5 Exhibit B — Payment, Performance, and Bid Bonds;
2.6 Exhibit C — Noncollusion Declaration;
2.7 Exhibit D — Bid Schedule;
2.8 Exhibit E — Subcontractor List.
3. Contract Price. As full and complete compensation for Contractor's timely performance and
completion of the Work in strict accordance with the terms and conditions of the Contract, City will pay
Contractor as follows: City and Contractor will agree in writing as to the specific compensation to be paid
by City for each of Projects 1 through 4 described in Exhibit A prior to Contractor performing any Work on
a specific Project. In no event shall the total compensation payable under this Contract exceed
$150,000.00 (the "Contract Price") for all of Contractor's direct and indirect costs to perform the Work,
including all labor, materials, supplies, equipment, taxes, insurance, bonds and all overhead costs, in
accordance with the payment provisions contained herein.
3.1 Payment. Contractor must submit an invoice on the first day of each month during the
Contract Time, defined in Section 3 below, and/or upon completion, for the Work performed during the
preceding month, itemizing labor, materials, equipment and any incidental costs incurred. Contractor
warrants that title to all work, materials and equipment incorporated into the Work will pass to City free of
any claims, liens, or encumbrances upon payment to Contractor.
3.2 Payment and Performance Bonds. If the Contract Price is over $25,000, then Contractor
must provide City with a payment bond and a performance bond using the bond forms included in this
Contract as Exhibit B, Bond Forms, and submit the bonds with the executed Contract. Each bond must
Miscellaneous Sewer Drainage Emergency Improvements Up to $175,000 Contract
City Project* 20644210019270 Page 1
Approved by City Attomey, dated 02127/2020
be issued by a surety admitted in California. If an issuing surety cancels a bond or becomes insolvent,
Contractor must provide a substitute bond from a surety acceptable to City within seven days after written
notice from City. If Contractor fails to substitute an acceptable surety within the specified time, City may,
in its sole discretion and without prior notice to Contractor, purchase such bond(s) at Contractor's
expense and deduct the cost from payments otherwise due to Contractor, or terminate the Contract.
4. Time for Completion. Contractor will fully complete the Work within one year from the date the
City authorizes Contractor to proceed with the Work ("Contract Time").
5. Liquidated Damages. If Contractor fails to complete the Work within the Contract Time,
Contractor must pay liquidated damages In the amount of $500 per day for each day of unexcused delay
in completion.
6. Standard of Care. All Work must be provided in a manner that meets or exceeds the standard of
care applicable to the same type of work in the City of San Rafael. Contractor must promptly correct, at
Contractor's sole expense, any Work that the City determines is deficient or defective.
7. Permits and Licenses. Contractor, at its sole expense, must obtain and maintain during the
term of this Contract, all appropriate permits, certificates and licenses including, but not limited to, the
required California contractor's license and a City business license.
8. Indemnification. Contractor will Indemnify, defend with counsel acceptable to City, and hold
harmless to the full extent permitted by law, City, its governing body, officers, agents, employees, and
volunteers from and against any and all liability, demands, loss, damage, claims, settlements, expenses,
and costs (including, without limitation, attorney fees, expert witness fees, and costs and fees of litigation)
(collectively, "Liability") of every nature arising out of or in connection with Contractor's acts or omissions
with respect to this Contract, except such Liability caused by the active negligence, sole negligence, or
willful misconduct of the City. This indemnification obligation is not limited by any limitation on the amount
or type of damages or compensation payable under Workers' Compensation or other employee benefit
acts, or by insurance coverage limits, and will survive the expiration or early termination of this Contract.
City will notify Contractor of any third -party claim pursuant to Public Contract Code section 9201.
9. Insurance. Contractor will, at all times under this Contract, maintain the insurance coverage
required in this section to cover the activities of Contractor and any subcontractors relating to or arising
from performance of the Work. Each policy must be issued by a company licensed to do business in
California, and with a strength and size rating from A.M. Best Company of A -VIII or better. Contractor
must provide City with certificates of insurance and required endorsements as evidence of coverage with
the executed Contract, or through the PINSAdvantage website h_ttL)5.Kww.cinsadvantage.coni/ upon
request by the City, and before the City authorizes Contractor to proceed with the Work.
9.1 Workers' Compensation. Statutory coverage is required by the California Workers'
Compensation Insurance and Safety Act. If Contractor is self-insured, it must provide Its duly authorized
Certificate of Permission to Self -Insure. In addition, Contractor must provide employer's liability insurance
with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease.
9.2 Liability. Commercial General Liability ("CGL") insurance issued on an occurrence basis,
including coverage for liability arising from Contractor's or its subcontractor's acts or omissions in
performing the Work, including Contractor's protected coverage, blanket contractual, products and
completed operations, broad form property damage, vehicular coverage, and employer's non -ownership
liability coverage, with limits of at least $1,000,000 per occurrence and $2,000,000 general aggregate.
9.3 Automotive. Commercial automotive liability coverage for owned, non -owned and hired
vehicles must provide coverage of at least $1,000,000 combined single limit per accident for bodily injury,
death, or property damage.
Miscellaneous Sewer Drainage Emergency Improvements Up to $175,000 Contract
City Project #: 20644210019270 Page 2
Approved by Clty Attorney, dated 02/27/2020
9.4 Subrogation Waiver. Each required policy must include an endorsement that the insurer
waives any right of subrogation it may have against the City or the City's insurers.
9.5 Required Endorsements. The CGL policy and the automotive liability policy must include
the following specific endorsements:
(1) The City, including its Council, officials, officers, employees, agents, volunteers and
consultants (collectively, "Additional Insured") must be named as an additional insured for
all liability arising out of the operations by or on behalf of the named insured, and the policy
must protect the Additional Insured against any and all liability for personal injury, death or
property damage or destruction arising directly or indirectly in the performance of the
Contract.
(2) The inclusion of more than one insured will not operate to impair the rights of one
insured against another, and the coverages afforded will apply as though separate policies
have been issued to each insured.
(3) The insurance provided is primary and no insurance held or owned by City may be
called upon to contribute to a loss ("primary and non-contributory").
(4) Any umbrella or excess insurance must contain or be endorsed to contain a provision
that such coverage will also apply on a primary or non-contributory basis for the benefit of
City before the City's own insurance or self-insurance will be called upon to protect it as a
named insured.
(5) This policy does not exclude explosion, collapse, underground excavation hazard, or
removal of lateral support.
10. Labor Code Compliance. Unless the Contract Price is $1,000 or less, the Contract is subject to
all applicable requirements of Chapter 1 of Part 7 of Division 2 of the Labor Code, beginning at section
1720, and the related regulations, including but not limited to requirements pertaining to wages, working
hours and workers' compensation insurance. Contractor must also post all job site notices required by
laws or regulations pursuant to Labor Code section 1771.4.
10.1 Prevailing Wages. Each worker performing Work under this Contract that is covered under
Labor Code section 1720 or 1720,9, must be paid at a rate not less than the prevailing wage as defined in
sections 1771 and 1774 of the Labor Code. The prevailing wage rates are on file with the City Engineer's
office and are available online at http://www.dir.ca.gov/DLSR. Pursuant to Labor Code section 1775,
Contractor and any subcontractor will forfeit to City as a penalty up to $200 for each calendar day, or
portion of a day, for each worker paid less than the applicable prevailing wage rate, in addition to paying
each worker the difference between the applicable wage rate and the amount actually paid.
.10.2 Working Day. Pursuant to Labor Code section 11810, eight hours of labor consists of a
legal day's work. Pursuant to Labor Code section 1813, Contractor will forfeit to City as a penalty the sum
of $25 for each day during which a worker employed by Contractor -or any subcontractor is required or
permitted to work more than eight hours during any one calendar day, or more than 40 hours per
calendar week, unless such workers are paid overtime wages under Labor Code section 1815. All Work
must be carried out during regular City working days and hours unless otherwise specified in Exhibit A or
authorized in writing by City.
10.3 Payroll Records. Contractor and its subcontractors must maintain certified payroll records
in compliance with Labor Code sections 1776 and 1812, and all implementing regulations promulgated by
the Department of Industrial Relations ("DIR"). For each payroll record, Contractor and its subcontractors
Miscellaneous Sewer Drainage Emergency Improvements Up to $175,000 Contract
City Project* 20644210019270 Page 3
Approved by City Attorney, dated 02/27/2020
must certify under penalty of perjury that the information in the record is true and correct, and that it has
complied with the requirements of Labor Code sections 1771, 1811, and 1815. Unless the Contract Price
is under $25,000, Contractor must electronically submit certified payroll records to the Labor
Commissioner as required under California law and regulations.
10.4 Apprentices. If the Contract Price is $30,000 or more, Contractor must comply with the
apprenticeship requirements in Labor Code section 1777.5.
10.5 DIR Monitoring, Enforcement, and Registration. This Project is subject to compliance
monitoring and enforcement by the DIR pursuant to Labor Code section 1725.5, and, subject to the
exception set forth below, Contractor and any subcontractors must be registered with the DIR to perform
public works projects. The registration requirements of Labor Code section 1725.5 do not apply if the
Contract Price is for under $25,000.
11. Workers' Compensation Certification. Under Labor Code section 1861, by signing this
Contract, Contractor certifies as follows: "I am aware of the provisions of Labor Code section 3700 which
require every employer to be insured against liability for workers' compensation or to 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 on this Contract."
12. Termination.
12.1 Termination for Convenience. City reserves the right to terminate all or part of the
Contract for convenience upon written notice to Contractor. Upon receipt of such notice, Contractor must:
immediately stop the Work, including under any terms or conditions that may be specified in the notice;
comply with City's instructions to protect the completed Work and materials; and use its best efforts to
minimize further costs. In the event of City's termination for convenience, Contractor waives any claim for
damages, including for loss of anticipated profits from the Project. If City terminates the Contract for
convenience, City will only owe Contractor payment for the Work satisfactorily performed before Contract
termination, as well as five percent of the total value of the Work performed as of the date of notice of
termination or five percent of the value of the Work yet to be completed, whichever is less, which is
deemed to cover all overhead and profit to date.
12.2 Termination for Default. The City may terminate this Contract for cause for any material
default. Contractor may be deemed in default for a material breach of or inability to perform the Contract,
including Contractor's refusal or failure to supply sufficient skilled workers, proper materials, or equipment
to perform the Work within the Contract Time; refusal or failure to make prompt payment to its employees,
subcontractors, or suppliers or to correct rejected work; disregard of laws, regulations, ordinances, rules,
or orders of any public agency with jurisdiction over the Project; lack of financial capacity to complete the
Work within the Contract Time; or responsibility for any other material breach of the Contract
requirements. If City terminates the Contract for cause, City will only owe Contractor payment for the
Work satisfactorily performed before Contract termination.
13. Dispute Resolution. Any dispute arising under or related to this Contract is subject to the
dispute resolution procedures of Public Contract Code sections 9401 and 20104 et. seq., which are
incorporated by reference.
14. Waiver. A waiver by City of any breach of any term, covenant, or condition in this Contract will
not be deemed a waiver of any subsequent breach of the same or any other term, covenant, or condition
contained herein, regardless of the character of any such breach.
15. Warranty. Contractor guarantees and warrants the Work and the materials used or provided for
the Project for a period of one year, beginning upon City's acceptance of the Work for the Project as
complete ("Warranty Period"). During the, Warranty Period, upon notice from the City of any defect in the
Work or the materials, Contractor must, at its sole expense, promptly repair or replace the defective Wqrk
Miscellaneous Sewer Drainage Emergency Improvements Up to $175,000 Contract
City Project #: 20644210019270 Page 4
Approved by City Attorney, dated 02/27/2020
or materials, including repair or replacement of any other Work or materials that is or are displaced or
damaged during the warranty work, excepting any damage resulting from ordinary wear and tear.
16. Worksite Conditions.
16.1 Clean and Safe. Contractor must maintain the Work site and staging and storage areas in
a clean and neat condition and must ensure it is safe and secure. On a daily basis the Contractor must
remove and properly dispose of debris and waste materials from the Work site.
16.2 Inspection. Contractor will make the Work accessible at all times for inspection by the City
16.3 Hazardous Materials. Unless otherwise specified in the Contract documents, this Contract
does not include the removal, handling, or disturbance of any asbestos or other hazardous materials, as
identified by any federal, state, or local law or regulation. If Contractor encounters materials on the
Project site that Contractor reasonably believes to be asbestos or other hazardous materials, and the
asbestos or other hazardous materials have not been rendered harmless, Contractor may continue Work
in unaffected areas reasonably believed to be safe, but must immediately cease Work on the area
affected and report the condition to City. No asbestos, asbestos -containing products or other hazardous
materials may be used in performance of the Work.
16.4 Utilities, Trenching and Excavation. As required by Government Code section 4215, if,
during the performance of the Work, Contractor discovers utility facilities not identified by City in the
Contract documents, Contractor must immediately provide written notice to City and the utility. In
performing any excavations or trenching work, Contractor must comply with all applicable operator
requirements in Government Code sections 4216 through 4216.5. If the trenching or excavation extends
deeper than four feet below the surface, then it must also comply with Public Contract Code section 7104.
17. Records. Unless otherwise specified in Exhibit A, Contractor must maintain and update a
separate set of as -built drawings while the Work is being performed, showing changes from the Work as
planned in Exhibit A, or any drawings incorporated into this Contract. The as -built drawings must be
updated as changes occur, on a daily basis if necessary.
18. Conflicts of Interest. Contractor, its employees, subcontractors and agents, may not have,
maintain or acquire a conflict of interest in relation to this Contract in violation of any City ordinance or
policy or in violation of any California law, including under Government Code section 1090 et seq. and
under the Political Reform Act as set forth in Government Code section 81000 et seq. and its
accompanying regulations. Any violation of this Section constitutes a material breach of the Contract.
19. Non-DlscrimInation. No discrimination will be made in the employment of persons under this
Contract because of the race, color, national origin, ancestry, religion, gender or sexual orientation of
such person.
20. Independent Contractor. City and Contractor intend that Contractor will perform the Work under
this Contract as an independent contractor. Contractor is solely responsible for its means and methods in
performing the Work. Contractor is not an employee of City and is not entitled to participate in health,
retirement or any other employee benefits from City.
21. Assignment of Unfair Business Practice Claims. Under Public Contract Code section 7103.5,
Contractor and its subcontractors agree to assign to City all rights, title, and interest in and to all causes
of action it may have under section 4 of the Clayton Act (15 U.S.C. section 15) or under the Cartwright
Act (Chapter 2 (commencing with section 16700) of Part 2 of Division 7 of the Business and Professions
Code), arising from purchases of goods, services, or materials pursuant to the Contract or any
subcontract. This assignment will be effective at the time City tenders final payment to Contractor,
without further acknowledgement by the parties.
Miscellaneous Sewer Drainage Emergency Improvements Up to $175,000 Contract
City Project #: 20644210019270 Page 5
Approved by City Attorney, dated 02/27/2020
22. Notice. Any notice, billing, or payment required by or pursuant to the Contract documents must
be made in writing, signed, dated and sent to the other party by personal delivery, U.S. Mail, a reliable
overnight delivery service, or by email as a PDF (or comparable) file. Notice is deemed effective upon
delivery unless otherwise specified. Notice for each party must be given as follows:
City:
Address: 111 Morphew Street
City/State/Zip: San Rafael, CA 94901
Phone: (415) 720-6009
Attn: Alysia Reyes
Email: alysia.reyes@cityofsanrafael.org
Contractor:
Name:
Maggiora & Ghilotti
Address:
555 Dubois Street
City/State/Zip:
San Rafael, CA 94901
Phone:
(415) 308-8875
Attn:
Don Muns
Email:
don@magglora-ghilotti.com
23. General Provisions.
23.1 Compliance with All Laws. Contractor will comply with all applicable federal, state, and
local laws and regulations including, but not limited to, unemployment insurance benefits, FICA laws,
conflict of interest laws, and local ordinances. Work may only be performed by qualified and experienced
workers who are not employed by the City and who do not have any contractual relationship with City,
with the exception of this Contract.
23.2 Provisions Deemed Inserted. Every provision of law required to be inserted in the
Contract is deemed to be inserted, and the Contract will be construed and enforced as though such
provision has been included. If it is discovered that through mistake or otherwise that any required
provision was not inserted, or not correctly inserted, the Contract will be deemed amended accordingly.
23.3 Assignment and Successors. Contractor may not assign its rights or obligations under
this Contract, in part or in whole, without City's written consent. This Contract is binding on Contractor's
and City's lawful heirs, successors and permitted assigns.
23.4 Third Party Beneficiaries. There are no intended third -party beneficiaries to this Contract.
23.5 Governing Law and Venue. This Contract will be governed by California law and venue
will be in the Superior Court of Marin County, and no other place.
23.6 Amendment. No amendment or modification of this Contract will be binding unless it is in a,
writing duly authorized and signed by the parties:to this Contract. .
23.7. Integration; Severability. This Contract and the Contract documents incorporated herein,
including authorized amendments or change orders thereto, constitute the final, complete, and exclusive
terms of the agreement between City and Contractor. If any provision of the Contract documents, or
portion of a provision, is determined to be illegal, invalid, or unenforceable, the remaining provisions of
the Contract documents will remain in full force and effect.
23.8 Authorization. Each individual signing below warrants that he or she is authorized to do so
by the party that he or she represents, and that this Contract is legally binding on that party. If Contractor
Miscellaneous Sewer Drainage Emergency Improvements Up to $175,000 Contract
City Project #: 20644210019270 Page 6
Approved by City Attorney, dated 02/27/2020
is a corporation, signatures from two officers of the corporation are required pursuant to California
Corporation Code section 313.
[Signatures are on the following page.]
Miscellaneous Sewer Drainage Emergency Improvements Up to $175,000 Contract
City Project #: 20644210019270 Page 7
Approved by City Attorney, dated 02/27/2020
The parties agree to this Contract as witnessed by the signatures below:
CITY:
s/ �Ll
Jim Schutz, City Manager
Date: _ it 1 2;z-
Attest:
iZ
Attest:
s/ -AI
AZU 4 44,
Lindsay Lara, Pity CI rk
Date: O
Approvedasto form:
s/
Robert F. Epstein, City Attorney
Date: ID )-7J)
CONTRACTOR: M R 6 61 b R A 16H ) PC,
Busi ess Name
1
Scott hilotti
ice resident
Name/Title
Date: -2-1
Z 2
S/
Seal:
-►--� _ Cry`?-+��,�c.� s�►�'"'".�
Name/Title
Date: -]_ - t - -
# 11P C7
Contractor's California License Number(s) and Expiration Date(s)
Exhibit A: Scope of Work
Exhlblt B: Bond Forms
Exhibit C: Noncollusion Declaration
Exhibit D: Bid Schedule
Exhibit E: Subcontractor List
END OF CONTRACT
Miscellaneous Sewer Drainage Emergency Improvements;
City Project #: 20644210019270
Approved by City Attomey, dated 02/27/2020
Up to $175,000 Contract
Page 8
Project 1
Location: Intersection of A Street & 2"d Street
An 18" storm drain line that used to connect MH 204 and MH 931 has been blocked off with a concrete
plug inside both manholes by an unknown project that was recently discovered by city staff. The water
from A Street now has nowhere to go and currently fills up the catch basins and floods the street during
a storm.
The first step appears to be for M&G to remove the plugs on each side of the pipe and video the 18" line
to see if it has been compromised. This can be done during the day. Potentially, a lane can be closed on
A Street during the video inspection. If M&G doesn't discover a pipe or a piece of the pipe is missing,
there may need to be some potholing to determine what to do. If the section of pipe is compromised
the 18" pipe will need to be replaced. This will need to be night work as the intersection of A Street and
2nd Street has a high volume of traffic during the day.
808
80,E
�r
V cam
3C Missing SO line that
appears to be cut off
at each Manhole �v
Ox
12
Second St -
"Ca 8 ri St
0 0 1
742
L
5 +F��
A -CBM
Secon(J.
s MH831 "
1�
! REinstall 18" RCP or HOPE
_! pipe that someone removed
Location of storm drain line
Exhibit A
Project 2
Location: 5th Street and B Street
Both CMP pipes at this location need to be replaced. There is a concrete road underneath the existing
asphalt.
Existing pavement section: 4" -thick asphalt over 6" -thick concrete
First M&G needs to trench and replace the CMP with either RCP, HDP, or PVC pipe at 15" diameter. The
preferrable pipe is RCP and the pipe will be put back at the Y-connection. Fifth Street can be closed
during day construction.
Asphalt and concrete over CMP
c 3 `Aq'9
50
;A.P
.9
Diagram of CMPs
oV A - GMf
Project 3
Location: Southwest corner of Point San Pedro Road & Loch Lomond Drive
The existing catch basin trash capture device is causes flooding on the road and needs to be replaced
with a Marin County standard Type A catch basin. The section of curb and gutter near the catch basin
will also need to be replaced, since a Type A is smaller than the existing Floguard unit. The right turn
pocket on Point San Pedro Rd going to Loch Lomond Dr can be closed during construction.
Flooded storm drain
Storm drain in need of replacement
Ail . Mr. -r
VIM
Location of
mi,41-1 Catch Basin
L,
Location of storm drain
a
SIDEWALK
30"
NON.
rn
J�
3�
I
W
o
rn a
II
@ACK
CURB
4. RADIUS
OFA
N051NG
NO. 4BARS XT /
DEPRESSED GUTTER
NORMAL
_'
LINE SLOPE 296 MAX. (1:50)
Ir
1
2" MIN. i 4" RAD.
CLEARANCE
INSTALL STEPS
(PER DWG. NO.
215) AS 0. 0. CONDUIT
REQUIRED BY
AGENCY F
ENGINEER.
PLAN
7'_0"
EXPANSION JOINTS AT BOTH ENDS
W
� N
"TRANSITION TRANSITION
2' MIN.
(3' PREFERRED)
J
a
tl
GUTTER ELEVATION
NOTE:
a
1. SEE DWG. NO. 200 FOR GENERAL NOTES.
2. TOP SHALL BE CAST IN PLACE.
3. ADJACENT SIDEWALK SHALL BE POURED MONOLITHIC WITH TOP.
t
0. D. CONDUIT
NO. 4 BARS AT B' CA
BOTH WAYS
USE THIS SECTION WHEN 0. D.
OF CONDUIT EXCEEDS WALL WIDTH
MARCH
UNIFORM STANDARDS TYPE "A 2018
ALL CITIES AND CATCH BASIN DWG. NO.
COUNTY OF MARIN
REV.1 DATE BY 225
Project 4
Location: Intersection of 4th Street and B Street
Below is CCN inspection report of Storm drain MH at 4th and B St. The hole in the storm drain may be
causing the void. There is currently a metal plate on street level above the void.
M&G would need to open and inspect the inside of the pipe what is causing the hole. There is a manhole
next to the metal plate at street level that can be dug around and backfilled to fill the void. This would
have to be nightwork as the intersection has a high volume of traffic during the day.
'U^:A,a MAW
0-7 W MU3z
� 1
A, i v'
Hole in storm drainpipe
1j
ftob6
T�
,, �T?�
4� -
5
\O T P
Diagram of storm drainpipe and void
Roy's Sewer Service Inc.
P.O. Box 763
Novato, CA 94948
(707)795-5656
Fax (707) 795-0959
SEWER SERVI
• SEWER CONTRACTOR
Project Name: Pipeline segment relf: city: Street:
City of San Rafael - 4th SRSD-1 San Rafael ` 4th St and B St
and BSt _ __-.___- ..
Sta rt date/time: Width: Height: Material: Location code; Weather:
8/17/2021 i _ 1� RCP _ 1
Direction; Length surveyed: Surveyed by: Additional Info:
UPSTREAM 54.2 John La Bare CITY OF SAN RAFAEL / STORM DRAIN AT
4TH AND B ST
A149 I fI9
TB - Top Break
FO1: CL - Crack Longitudinal
Category Slructuml
A123-5113/. +
S01 -CL. Crack Longitudinal
Category Slructural
■ A154311
STOP - In spectlen slopped
OOa
f A15420
AEP -Endol Pipe
END OF INSPECTION AREA
At49 t 113l
TB - UP Break-in
mail
2g0t1
AI I6 91112'.
CL -Crack Longaudlnal
Category Structural
1 A1031131
--- H - Holo 5009
Category, Slruelural
At 00it
MWL - Wafer Level
i At 0011
AM" - Manlloo
SO]M 4th Nr" 41h and B St
At OZIf
a= START AGAINST FLOW Start Inspetion Against the Flow
Main Inspection with Pipe -Run Tuesday, August 17, 2021 7:34 AM Page 1 01 1
INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below.
TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER:
Contracting Department: Public Works
Project Manager: Ashley Dohrmann for Alysia Extension: 3352
Contractor Name: Maggiora & Ghilotti
Contractor's Contact: Kristina Viado Contact's Email: kristina@maggiora-ghilotti.com
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step RESPONSIBLE
DEPARTMENT
1 Project Manager
2 City Attorney
3 Department Director
4 1 Project Manager
5 1 Project Manager
DESCRIPTION
COMPLETED
REVIEWER
DATE
Check/Initial
a. Email PINS Introductory Notice to Contractor
Click here to
❑
Project Manager
enter a date.
2/8/2022
b. Email contract (in Word) and attachments to City
Click here to
Attorney c/o Laraine.Gittens@cityofsanrafael.org
enter a date.
MAD
a. Review, revise, and comment on draft agreement
12/20/2021
❑X LG
and return to Project Manager
12/20/2021
❑X LG
b. Confirm insurance requirements, create Job on
agreement
1 „ /�D�
PINS, send PINS insurance notice to contractor
12/27/2021
Review and approve insurance in PINS andnds
Approval of final agreement form to send to
❑x BG
contractor
s� y
9-3_
Forward three (3) originals of final agreement to
12/27/2021
❑X
contractor for their signature
© N/A
When necessary, contractor -signed agreement
official
Attest signatures, retains original agreement and
agendized for City Council approval *
10
*City Council approval required for Professional Services
Agreements and purchases of goods and services that exceed
$75,000; and for Public Works Contracts that exceed $175,000
Or
_forwards copies to Project ManagerC71A44�—
Click here to
Date of City Council approval
CONTINUE ROUTING PROCESS WITH HARD COPY
enter a date.
PRINT
6
Project Manager
Forward signed original agreements to City
2/8/2022
AD
Attorney with printed copy of this routing form
7
City Attorney
Review and approve hard copy of signed
City Attorney
agreement
1 „ /�D�
8
Review and approve insurance in PINS andnds
(for Public Works Contracts)
s� y
9-3_
9
City Manager/ Mayor
Agreement executed by City Council authorize
v4/t( 112-2-
official
Attest signatures, retains original agreement and
10
City Clerk
_forwards copies to Project ManagerC71A44�—