Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Hillside Retaining Wall Improvement ProjectCITY OF
Agenda Item No: 12
Meeting Date: August 16, 2010
SAN RAFAEL CITY COUNCIL AGENDA REPORT
Department: Public Works
Prepared by - City Manager Approval: .
Public Works Director (LB)
File No.: 16.01.253
SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN
RAFAEL AWARDING A CONTRACT FOR THE 60 HILLSIDE AVENUE
RETAINING WALL IMPROVEMENTS PROJECT, CITY PROJECT #11147,
TO MAGGIORA & GHILOTTI, INC., IN THE AMOUNT OF $71,016.00.
RECOMMENDATION:
Staff recommends that the City Council adopt the resolution awarding the contract to Maggiora &
Ghilotti, Inc. in the amount of $71,016.00.
BACKGROUND:
During the rainy season of 2009/2010, the existing slope adjacent to 60 Hillside Avenue failed and
consequently a portion of the adjacent retaining wall collapsed. In order to stabilize the hillside,
replacement of the collapsed portion of the wall and slope with 87 linear feet of a new retaining wall is
required. This project proposes to install an engineering structural wood wall with concrete foundations
containing steel piers.
The project was advertised in accordance with San Rafael's Municipal code and policies on July 29, 2010
and bids were publicly opened on August 10, 2010 at 10:30 AM and read aloud. The engineer's estimate
was $100,000.00. The following ten bids were received:
NAME OF BIDDER
AMOUNT
Maggiora & Ghilotti, Inc.
$71,016.00
Massa Construction Co., Inc.
$74,808.00
Infinity Engineering Contractor's Corp.
$78,659.00
Hillside Drilling Inc.
$93,369.00
W.R. Forde Associates
$94,985.00
CF Contracting
$97,672.00
KCK Builders
$103,910.00
Cowan & Thompson Construction Inc.
$111,905.00
J.A. Gonsalves & Son Construction, Inc.
$148,010.00
Ghilotti Bros., Inc.
$171,937.00
FOR CITY CLERK ONLY
File No. 14-, 1- 60;10
Council Meeting: t'
Disposition: 11 ", i" t:xe
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2
ANALYSIS:
The bid from Maggiora & Ghilotti, Inc. was $71,016.00 and falls within the allocated project budget. The
bid total submitted by Maggiora & Ghilotti, Inc. was listed as $63,636.00. Upon evaluation, the actual
sum of the unit prices was $71,016.00. The total has been corrected and the contractor has been notified.
The revised total remains the low bid for this project.
FISCAL IMPACT:
On July 6, 2010, City Council approved the 5 year Capital Improvement Project list, allocating
$100,000.00 for this project.
To date, a total of $7,086.83 has been charged to this project for the land survey, geotechnical sampling
and reproduction of the plans and specifications. The design and public outreach was completed in house.
The remaining project costs include construction work to be performed by Maggiora & Ghilotti, Inc. and
a 15% construction contingency, resulting in a remaining project cost of $82,016.00 and a total project
cost of $89,102.83. The following table summarizes the costs which are associated with this project:
Category -Eden Expense Code
Amount
Note(s)
Already Charged Expenses
FY 10/11 Proposition 42
$14,102.83
Total Available Funds
$7,086.83
Land survey, geotechnical sampling and
reproduction
Remaining Expenses
Construction -02
$71,016.00
Contract Amount
$11,000.00
Contingency (approximately 15%
Remaining Expenses Sub Total
$82,016.00
Total Project Cost
$89,102.83
We therefore request that the Council approve a total project cost of $89,102.83 from the following
funding sources:
Source
Amount Note(s)
Refuse Vehicle Registration Fees
$75,000.00
FY 10/11 Proposition 42
$14,102.83
Total Available Funds
$89,102.83
OPTIONS:
The Council can choose not to award the contract and direct Staff to rebid the project.
ACTION REQUIRED:
Adopt Resolution awarding contract to Maggiora & Ghilotti, Inc. in the amount of $71,016.00.
Enclosures
1. Resolution
2. Agreement
RESOLUTION NO. 13030
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AWARDING A CONTRACT FOR THE 60 HILLSIDE AVENUE RETAINING WALL
IMPROVEMENTS PROJECT, CITY PROJECT NO. 11147, TO MAGGIORA &
GHILOTTI, INC., IN THE AMOUNT OF $71,016.00.
WHEREAS, on the I 01 day of August, 2010, 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:
"60 Hillside Avenue Retaining Wall Improvements"
Project No. 11147
in accordance with the plans and specifications therefore on file in the office of said City Clerk;
and
WHEREAS, the bid of Maggiora & 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.
NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Rafael,
that the bid of Maggiora & Ghilotti, Inc. is hereby accepted at said unit prices and that the
contract for said work and improvements is hereby awarded to Maggiora & Ghilotti, Inc. at the
unit prices mentioned in said bid.
IT IS FURTHER ORDERED AND RESOLVED that the City Manager and the City
Clerk of said City be authorized and directed to execute a contract with Maggiora & Ghilotti,
Inc., in a form approved by the City Attorney, 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, 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 held on the 16`h day of August, 2010 by the following vote, to wit:
AYES:
COUNCILMEMBERS:
Brockbank, Connolly, Heller, Levine & Mayor Boro
NOES:
COUNCILMEMBERS:
None
ABSENT:
COUNCILMEMBERS:
None
ESTHER C. BEIRNE, City Clerk
City of San Rafael • California
Form of Contract Agreement
for
60 Hillside Avenue Retaining Wall Improvements
Proiect No. 11147
This Agreement is made and entered into this 10h day of August, 2010 by and between the City of San
Rafael (hereinafter called City) and Maggiora & 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 shown on the plans and described in the specifications for the project
entitled: 60 Hillside Avenue Retaining Wall Improvements, Project No. 11147, 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 liability insurance provided to City by Contractor under
this contract shall be primary and excess of any other insurance available to the City.
II - Time of Completion
(a) The work to be performed under this Contract shall be commenced within SEVEN (7) CALENDAR
DAYS after the date of written notice by the City to the Contractor to proceed.
(b) All work shall be completed within 45 CALENDAR 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 within the number of
calendar 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 for each and every calendar day's delay in finishing the work in excess of the
number of calendar 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.
ITEM
NO.
ITEM
QTY
UNIT
UNIT
PRICE
ITEM
TOTAL
1
2
Mobilization (3% Max. of Total Bid)
iTraffic Control System (5% Max. of Total Bid)
1
1
LS
1 LS
$1,500.00
1 $1,500.00
$1,500.00
1 $1,500.00
Page 1
ITEM
UNIT
ITEM
NO.
ITEM
QTY
UNIT
PRICE
TOTAL
3
Noise Control Plan
1
LS
$1,500.00
$1,500.00
4
Construction Staking
1
LS
$3,000.00
$3,000.00
5
Clearing and Grubbing
1
LS
$6,500.00
$6,500.00
6
Excavation
34
CY
$120.00
$4,080.00
7
Remove AC Dike
40
LF
$5.00
$200.00
8
Remove Minor Concrete (Sidewalk)
63
SF
$5.00
$315.00
9
Asphalt Concrete Pavement (12" Full -Depth AC
6
Ton
$330.00
$1815.00
Section - 3/4" Max. Agg.)
'
10
Asphalt Concrete Pavement (12" Full -Depth AC
1
Ton
$330.00
$330.00
Section - 1/2" Max. Agg.)
11
Class 2 Drain Rock
21
CY
$255.00
$5,355.00
12
Geotextile Fabric
108
SY
$4.00
$432.00
13
Construct Minor Concrete (Sidewalk)
41
SF
$15.00
$615.00
14
Construct AC Dike
56
LF
$36.00
$2,016.00
15
Construct Retaining Wall
87
LF
$480.00
$41,760.00
16
Relocate Existing Mailbox
1
EA
$98.00
$98.00
Grand Total
$71,016.00
V - 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 deposited by the Contracor, 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 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
Page 2
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 Contractor shall provide a "Defective Material and Workmanship Bond" for 50% of the Contract
Price, before the final payment will be made.
(d) 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.
(e) 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:
A
Esther C. Beirne
City Clerk
APPROVED AS TO FORM:
Robert F. Epstein
City Attorney
CITY OF SAN RAFAEL:
Vordhoff
Manager
Presment
Page 3
555 DUBOIS STREET
SAN RAFAEL, CA 949014965
October 17, 1991
Ice
Gyvzolli
ENGINEERING CONTRACTORS
MARI N COUNTY
CALIF LIC. #226767
PHONE (415) 459-8640
ESTIMATING FAX (415) 459-2065
GENERAL FAX (415) 459.4884
The Board of Directors of Maggiore & Ghilotti, Inc., a California Corporation,
hereby, elected Gary Ghilotti as President of the Corporation with full authority to act in
all matters concerning the Corporation.
I
Secretary and Chai f the Board
Elmo V. Maggiora
® I DATE (MM/DD/YYYY)
coRv CERTIFICi E OF LIABILITY INSURA 3E MAGG2 1 09/02/10
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
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 • 82-9200
�', INSURERS AFFORDING COVERAGE NAIC #
707-7,Fax :707-782-930 SU
� I _
INSURED INSURER Valley Forge Insurance 20508
qq - INSURER Natl Fire Ins. Co. of Hartford 20478
u....� 201 .wsuRFR c
Ma giora & Ghilotti , Inc.
555 Du Bois Street _ .. , __.
San Rafael CA 94901 INSURER D
PJBHC WORKS DE NSURER E
cnVFRAnFs (11Y OF SAN
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
DATE THEREOF, THE ISSUING INSURER WILL EN8EAYGAiG MAIL 3O „_, DAYS WRITTEN
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND COND&TIONS OF SUCH
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
WFINE
Department of Public Works
R _. ROUC EFFE E iPOL1UY"EXPIRATIO
MLTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YYYY 'DATE (MM/DD
LIMITS
GENERAL LIABILITY
San Rafael CA 94915-1560
EACH OCCURRENCE
$ 1,000,000
_...._
A X X COMMERCIAL GENERAL I.IAMfL.iTY GL2088538598 09/01/10
09/01/11
1JAMAUL 10 -REN FII
PREMasPs`Ea®ccUrenpe)
_
$ 300,000
.. _ .....
CLAIMS MADE X OCCUR
MED EXP (Any one person)
$ 5,000
X PD Ded $5,000 PER OCCURRENCE
AL & ADV INJURY
$ 1, 000 , 000
1
eAPLIES
-PERSON . 11
GFNERALAGGREGATF
$2,000,000
GEJJ
NT AGGREGATE LIMIT PER
PRODUCTS COMP/OP AGG
s2,000,000
POLICY X PRD- LOC
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT
$1,000,000
B X ANY AUTO BUA2086634993 09/01/10 0 9 / 01 / 11
(Ea accident)
_
_....
ALL OWNED AUTOS
BODILY INJURY
$
SCHEDULED AUTOS
(Per person)
_.
I HIRED AUTOS
BODILY INJURY
$
NON -OWNED AUTOS
(Per accident)
PROPERTY DAMAGE
$
(Per accident)
GARAGE LIABILITY
AUTO ONLY - EA ACCPDENT
1.
$
.$ ,
ANY AUTO
EA ACC
OTHER THAN
AUTO ONLY AGG
$
EXCESS I UMBRELLA LIABILITY
EACH OCCURRENCE
$ 5,000,000
B V X OCCUR CLAIMS MADE
CUP2091625109 09/01/10 09/01/11
AGGREGATE
$ 5,000 f 0
DEDUCTIBLE
$
X RETENTION $10,000
$
WORKERS COMPENSATION
TORY LIMITS 1 ER
AND EMPLOYERS' LIABILITY YIN
ANY PROPRIFTOR/PARTNFRIEXECUTIVE
E I EACH ACCIDENT
$
OFI-ICER/MIEMBER FXCLUDLD7
(Mandatory in NH) �
E L DISEASE • EA EMPLOYEE
$
If yes, describe under
SPECIAL PROVISIONS below
E L. DISEASE - POl ICY LIMIT
$
OTHER
' J
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS
RE: Operations of the Named Insured for the Certificate Holder
JOB: 60 Hillside Avenue Retaining Wall Improvements Project no. 11147;
M&G#4344
*and County of Marin, its officers, agents and employees
30XG14033IB(Ol/09)
!`c OTlcl!`A Tc ur11 nco r.ANC'FI I ATICIN
ACOR
ACORD 25 (2009/01) v Tyoo-cuutfiawrcu L,vrcrvrw r rvly. M11 nynw Iwclvou.
The ACORD name and logo are registered marks of ACORD
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
SANRAFP
DATE THEREOF, THE ISSUING INSURER WILL EN8EAYGAiG MAIL 3O „_, DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
City of San Rafael*
WFINE
Department of Public Works
P.O. BOX 151560
A ZED NTATIVE
San Rafael CA 94915-1560
71
ACOR
ACORD 25 (2009/01) v Tyoo-cuutfiawrcu L,vrcrvrw r rvly. M11 nynw Iwclvou.
The ACORD name and logo are registered marks of ACORD
BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTACTORS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE OPTIONAL
Name of Additional Insured Person(s)
Or Organizations
(As required -by written contract/agreement per Paragraph A. below.)
Locations of Covered Operations
(As per the written contract/agreement, provided the location is within the "coverage territory" of this Coverage Part.)
(Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule a
A. Section II — Who Is An Insured is amended to
include as an additional insured any person(s) or
organization(s), including any person or organization
shown in the Schedule above, whom you are
required to add as an additional insured on this
Coverage Part under a written contract or written
agreement, provided:
a. The written contract or written agreement was
executed prior to:
1. The "bodily injury" or "property damage"; or
2. The offense that caused the "personal and
advertising injury"
for which the additional insured seeks coverage
under this Coverage Part; and
b. The written contract or written agreement
pertains to your ongoing operations or "your
work" for the additional insured(s).
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
b. The acts or omissions of those acting on
your behalf
in the performance of your ongoing operations for
the additional insured(s) or
c. "Your work" that is included in the "products -
completed operations hazard" and performed
for the additional insured, but only if this
Coverage Part provides such coverage, and
only if the written contract or agreement
requires you to provide the additional insured
such coverage.
2. However, we will not provide the additional
insured any broader coverage or any higher limit
of insurance that the least of those:
a. Required by the written contract or written
agreement;
b. Described in B.1. above; or
c. Afforded to you under this policy.
3. This insurance is excess of all other insurance
available to the additional insured, whether
primary, excess, contingent or on any other
basis, unless the written contract or agreement
requires this insurance to be primary. In that
event, this insurance will be primary relative to
insurance which covers the additional insured
as a named insured. We will not require
contribution from such insurance if the written
contract or written agreement also requires that
this insurance be non-contributory. But with
respect to all other insurance under which the
G140331 B(01/09) Page 1 of 2
f si
additional insured qualifies as an insured or
additional insured, this insurance will be excess.
4. The insurance provided to the additional insured
terminates when your operations for the
additional insured are complete. But if the
written contract or written agreement specifies a
date until which this insurance must apply, then
this insurance terminates.
a. On the date specified in the written contract
or written agreement; or
b. When this policy expires or is cancelled,
whichever occurs first.
C. With respect to the insurance afforded to the
additional insured, the following additional exclusions
apply.
This insurance does not apply to:
1. "Bodily injury," "property damage," or "personal
and advertising injury" arising out of the
rendering of, or the failure to render, any
professional architectural, engineering, or
surveying services, including:
a. The preparing, approving, or failing to
prepare or approve maps, shop drawings,
opinions, reports, surveys, field orders,
change orders or drawings and 2
specifications; and
b. Supervisory, inspection, architectural or
engineering activities.
G -140331-B
(Ed. 01/09)
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) 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;
(3) Except as provided in Paragraph B.3 of this
endorsement, agree to make available any
other insurance the additional insured has
for a loss we cover under this Coverage
Part; and
(4) Send us copies of all legal papers received,
and otherwise cooperate with us in the
investigation, defense, or settlement of the
claim or "suit."
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."
With respect only to the insurance provided by
this endorsement, the first sentence of
Paragraph 4.a. of the Other Insurance Condition
is deleted and replaced with the following:
2. "Bodily injury," "property damage," or "personal 4. Other Insurance
and advertising injury" arising out of any a. Primary Insurance
premises or work for which the additional
insured is specifically listed as an additional This insurance is primary and non-
insured on another endorsement attached to contributory except when rendered
this Coverage Part. excess by this endorsement, or when
D. SECTION IV — COMMERCIAL GENERAL Paragraph b. below applies.
LIABILITY CONDITIONS is amended as follows: E. The provisions of the written contract or written
1. The Duties In The Event of Occurrence, agreement do not in any way broaden or amend this
Offense, Claim or Suit condition is amended to Coverage Part.
G140331B(01/09) Page 2 of 2
CITY OF SAN RAFAEL
MAYOR
Albert J. Boro
cl Department of
COUNCIL MEMBERS
Greg Brockbank
Public Works
Damon Connolly
Barbara Heller
Marc Levine
INSURANCE REQUIREMENTS SHEET
SUBJECT: WORKERS' COMPENSATION AND PUBLIC LIABILITY PROPERTY
DAMAGE INSURANCE (PUBLIC WORKS CONTRACTS)
The City of San Rafael requires that all Contractors and Subcontractors performing work under a
Public Works contract with the City, carry workers' compensation insurance, public liability
insurance and property damage insurance. The public liability insurance and property damage
insurance shall insure the City, its elective and appointive Boards, Commissions, Officers,
Agents and Employees, as follows:
Public Liability: Not less than $1,000,000 per person and
$5,000,000 for one occurrence.
Property Damage: Not less than $1,000,000 for one occurrence.
The required insurance may be provided by a separate policy insuring the City and County, its
elective and appointive Boards, Commissions, Officers, Agents and Employees or, if the
contractor already has insurance, he may provide the City with the required insurance by
submitting a certificate of insurance and a standard form of additional insured endorsement. For
this latter purpose, the City will accept the following:
"IT IS HEREBY UNDERSTOOD AND AGREED THAT THE CITY OF SAN
RAFAEL AND COUNTY OF MARIN, its officers, agents and employees, are
additional insureds hereunder but only as respects liability arising out of the land
and/or property and/or work described in the Public Works contract for the project
entitled, 60 Hillside Avenue Retaining Wall Improvements, Project No. 11147
between the City of San Rafael and Maggiora and Ghilotti, Inc. for the work and
the improvements described therein."
The contractor shall provide satisfactory evidence to the City that the required liability insurance
is primary and excess of any other insurance available to the City.
Evidence of satisfactory insurance must be furnished to the City at the time of the execution of
the Public Works contract together with evidence that the insurance carrier will not cancel or
reduce the coverage of the policy without first giving the City at least thirty (30) days prior
notice. Such notice shall be sent to:
CITY OF SAN RAFAEL
DEPARTMENT OF PUBLIC WORKS
111 Morphew Street
SAN RAFAEL, CA 94901
INSTRUCTIONS:
FROM:
DEPARTMENT:
DATE
CITY OF SAN RAFAEL
ROUTING SLIP / APPROVAL FORM
USE THIS FORM WITH EACH SUBMITTAL OF A CONTRACT, AGREEMENT,
ORDINANCE OR RESOLUTION BEFORE APPROVAL BY COUNCIL / AGENCY.
PARVIZ MOKHTARI, P.E.
PUBLIC WORKS
08/11/2010
TITLE OF DOCUMENT:
SRRA / SRCC AGENDA ITEM NO. La-=
DATE OF MEETING: 08/16/2010
AtIG 201111
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT
FOR THE 60 HILLSIDE AVENUE RETAINING WALL IMPROVEMENTS PROJECT, CITY PROJECT
#11147, TO MAGGIORA & GHILOTTI, INC., IN THE AMOUNT OF $71,016.00. (BID OPENING HELD ON
TUESDAY, AUGUST 10, 2010)
Department Head (signature)
*** *** *** *** *** *** *** *** *** *** *** *** *** *k* *** ***
(LOWER HALF OF FORM FOR APPROVALS ONLY)
APPROVED AS COUNCIL / AGENCY
GEN A IT�M:
lei .&/I I NJ
("Nana (signature)
NOT APPROVED
REMARKS:
APPROVED AS TO FORM:
a,.
City Attorney (signature)
File No.: 16.01.253
� t
,
Description
i3l m„
,
i'
Date
1
City Attorney
Review, revise, and comment on draft
,.0
PROFESSIONAL SERVICES AGREEMENT/CONTRACT
COMPLETION CHECKLIST AND ROUTING SLIP
Below is the process for getting your professional services agreements/contracts finalized and
executed. Please attach this "Completion Checklist and Routing Slip" to the front of your
contract as you circulate it for review and signatures. Please use this form for all professional
services agreements/contracts (not just those requiring City Council approval).
This process should occur in the order presented below.
Ste
Step
�...�. Responsible
Description
Completion
De artment
Date
1
City Attorney
Review, revise, and comment on draft
a Bement.
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
Council approval, if Council approval
necessary (as defined by City Attorney/City
Ordinance*).
4
City Attorney
Review and approve form of agreement;
bonds and insurance certificates and
J
endorsements.
4 4r .
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
contracting department.
To be completed by Contracting Department:
Project Manager: , Project Name: / L 4k,�
Agendized for Ci Council Meeting of (if necessary):
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.