Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Lifeline Transportation Program; Canal StreetCITY OF
Agenda Item No: 8
Meeting Date: December 20, 2010
SAN RAFAEL CITY COUNCIL AGENDA REPORT
Department: Public Works
Prepared by: `/� ity Manager Approval:
Public Works Director (KM)
File No.: 18.10.14
SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN
RAFAEL AWARDING A CONTRACT FOR THE LIFELINE
TRANSPORTATION PROGRAM, CANAL STREET PEDESTRIAN
ACCESS AND SAFETY IMPROVEMENT PROJECT, CITY PROJECT
#11122, TO ABLE GENERAL ENGINEERING, INC., IN THE AMOUNT OF
$258,324.48.
r1olwel70M iwili7Tl o 1@30
Staff recommends that the City Council adopt the resolution awarding the contract to Able General
Engineering, Inc. in the amount of $258,324.48.
BACKGROUND:
The Lifeline Transportation Program (LTP) is a federal funding program that funds projects to improve
mobility of low-income communities. The project incorporates improvements based on the high-priority
transportation needs identified in the Canal neighborhood's Community Based Transportation Plan
(adopted in 2006) and applied for the federal grant in 2007. This project includes access and intersection
improvements on Canal Street. The plans and specification for this project were approved by the City
Council on October 4, 2010. Approximately 75% of the total budget for this project is supported through
the federal LTP program.
The project was advertised in accordance with San Rafael's Municipal code and policies on November
24, 2010 and the engineer's estimate for the construction is $317,767.00. On December 15, 2010 at 10:30
a.m. the following bids were received by the City Clerk and read aloud:
NAME OF BIDDER
AMOUNT
Able General Engineering, Inc.
$258,324.48
Rosas Brothers Construction.
$293,762.00
Ghilotti Brothers, Inc.
$297,529.00
Lister Construction, Inc.
$299,910.00
Fieldstone Construction, Inc.
$313,140.00
Maggiora & Ghilotti, Inc.
$343,343.00
Northwest General Engineering
$347,966.73
FEDCO Construction Inc.
$360,755.00
Team Ghilott, Inc.
$368,367.50
Redgwick Construction Co.
$398,390.00
Ghilotti Construction Company
$399,474.00
W.R. Forde Associates
$486,115.00
G . NE�9iti6: �11�fli2.olo
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2
ANALYSIS:
The bid from Able General Engineering, Inc. was $258,324.48 and falls within the allocated project
budget. The bid submitted by Able General Engineering, Inc. was reviewed by staff and determined to
meet the requirements of the bid specifications. The construction award at this time is crucial to the
success of the project based on the fact that the LTP Program funding will not be available for
construction after January 1, 2011.
FISCAL IMPACT:
The total project budget for this project is $451,000, of which $336,000 will be funded by the federal LTP
program through Caltrans and $115,000 will be funded through a required City match.
To date, a total of $53,950.90 has been charged to this project for the Design preparation 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 Marin Municipal Water District (MMWD)
and Able General Engineering, Inc. and approximately IVIo construction contingency, resulting in a
remaining project cost of $301,049.10 and a total project cost of $355,000.00. The following table
summarizes the costs and revenue for this project:
Category -Eden Expense Code
Amount Note(s)
Already Charged Expenses
Design
$50,781.15 Alta Plannin +Desi n
Printing Char es
$3,169.75
Subtotal Already charged
Expenses
$53,950.90
Remaining Expenses
$90,521.07
Utility Relocation (MMWD)
$15,608 Contract Amount
Construction (Able General En r.)
$258,324.48
$27,116.62 Contingency (approximate y 10%)
Remaining Expenses Sub Total
$301,049.10
Total Project Cost
$355,000.00
We therefore request that the Council approve a total project cost of $355,000.00 from the following
funding sources:
Source
Amount Note(s)
Amount Previously Received
LTP Program (CalTrans)
$48,000.00 CalTrans Project ID # 5043(029)
Amount to be Billed
LTP Pro ram (CalTrans)
$216,478.93 CalTrans Project ID # 5043(029)
... Local Match Funding
$90,521.07
Total Revenue Funds
$355,000.00
OPTIONS:
The Council can choose not to award the contract and direct Staff to rebid the project; however, the LTP
program funding for construction will not be available for the project after January 1, 2010.
ACTION REQUIRED:
Adopt Resolution awarding contract to Able General Engineering, Inc. Inc. in the amount of $258,324.48.
Enclosures
1.Resolution 2.Agreement 3.Contract
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AWARDING A CONTRACT FOR THE LIFELINE TRANSPORTATION PROGRAM,
CANAL STREET PEDESTRIAN ACCESS AND SAFETY IMPROVEMENTS, CITY
PROJECT NO. 11122, TO ABLE GENERAL ENGINEERING, INC. IN THE AMOUNT
OF $258,324.48.
WHEREAS, on the 15`h day of December, 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:
"Lifeline Transportation Program, Canal Street Pedestrian Access and Safety
Improvements"
Project No. 11122
In accordance with the plans and specifications therefore on file in the office of said City Clerk;
and
WHEREAS, the bid of Able General Engineering, 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 Able General Engineering, Inc. is hereby accepted at said unit prices and that the
contract for said work and improvements is hereby awarded to Able General Engineering, Inc. at
the unit prices mentioned in said bid.
IT IS FURTHER ORDERED AND RESOLVED that the Interim City Manager and
the City Clerk of said City be authorized and directed to execute a contract with Able General
Engineering, Inc., in a form approved by the City Attorney, for said work and to return the
bidder's bond upon the execution of said contract.
City of San Rafael ♦ California
Form of Contract Agreement
for
Lifeline Transportation Program, Canal Street Pedestrian Access and Safety
Improvements
Project No. 11122
This Agreement is made and entered into this 20°i day of December, 2010 by and between the City of
San Rafael (hereinafter called City) and Able General Engineering, 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: Lifeline transportation Program, Canal Street Pedestrian Access and safety Improvements,
Project No. 11122, 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 FIVE (5) CALENDAR
DAYS after the date of written notice by the City to the Contractor to proceed.
(b) All work shall be completed within 40 CALENDAR DAYS after the date of such notice to proceed
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 $1,000 for each and every working day 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. '
FORM OF CONTRACT AGREEMENT
PROJECT NO. 11122
ITEM
EST
UNIT
ITEM
UNIT
NO.
ITEM
QTY
PRICE, $
TOTAL, $
r
Mobilization (39`omax of total bid)
I
LS
$4,075.58
$4,075.58
2
Traffic Control
I
LS
$10,927.69
$10,927.69
3
Curb Reconstruction at Canal & Larkspur Streets
209
LF
$38.04
$7,950.36
4
Curb Reconstruction at Canal & Novato Streets
263
LF
$35.03
$9,212.89
5
Curb Reconstruction at Canal & Fairfax Streets
217
LF
$36.43
$7,905.31
6
Curb Reconstruction at Canal & Sonoma Streets
425
LF
$32.84
$13,957.00
Sidewalk Reconstruction at Canal & Larkspur
7
Streets
1515
SF
$10.02
$15,180.30
Sidewalk Reconstruction at Canal & Novato
8
Streets
2135
SF
$8.88
$18,958.80
Sidewalk Reconstruction at Canal & Fairtax
9
Streets
1610
SF
$9.00
$14,490.00
Slnewalk Keconstructron at Lanai & Jonoma
10
Streets
3465
SF
$921
$31,912.65
worm Uram Monrcatrons at Lanai & Larkspur
11
Streets
1
LS
$16,861.82
$16,861.82
Storm Drain Modlcations at Canal & Novato
12
Streets
I
LS
$14,270.41
$14,270.41
Storm Drain Modtcations at Canal & harfax
13
Streets
1
LS
$16,347.84
$16,347.84
Storm Drain Modications at Canal & Sonoma
14
Streets
1
LS
$16,333.98
$16,333.98
15
Channel Drain
58
LF
$153.31
$8,891.98
Jatety Lrgnnng improvements at (,anal &
16
Larkspur -Streets
I
LS
$2511.75
$2,511.75
aatety Lrgntrng improvements at Lanai & Novato
17
Streets
I
LS
$4,666.03
$4,666.03
Satety Lighting Improvements at Canal & Nairtax
18
Streets
I
LS
$4,368.85
$4,368.85
Safety Lighting Improvements at Canal & Sonoma
19
Streets
I
LS
$5,028.78
$5,028.78
20
AC Pavement - Restoration
2500
SF
$8.11
$20,275.00
21
Adjust Facilities to Grade
6
EA
$286.35
$1,718.10
22
Traffic Signs - Relocation
8
EA
$31727
$2,538.16
23
Traffic Signs -New
12
EA
$343.71
$4,124.52
24
Pavement Striping, Marking and Curb Painting
1
LS
$5,816.68
$5,816.68
Grand Total 1 $258,324.481
Page 2 of 4
FORM OF CONTRACT AGREEMENT
PROJECT NO. 11122
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 working days make such inspection, and when he finds the work acceptable under the
Contract and the Contract fully performed, he/she will promptly issue a Notice of Completion, over
his own signature, stating that the work required by this Contract has been completed and is accepted
by him under the terms and conditions thereof, and the entire balance found to be due the Contractor,
including the retained percentage, shall be paid to the Contractor by the City within 15 days after the
expiration of 35 days following the date of recordation of said Notice of Completion.
(b) Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all
payrolls, material bills, and other indebtedness connected with work have been paid, except that in
case of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a
surety bond satisfactory to the City guaranteeing payment of all such disputed amounts when
adjudicated in cases where such payment has not already been guaranteed by surety bond.
(c) The Contractor shall provide a "Defective Material and Workmanship Bond" for 509/0 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.
Page 3 of 4
FORM OF CONTRACT AGREEMENT
PROJECT NO. 11122
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:
C •l�e.t 1Qrc..t
Esther C. Beirne
City Clerk
APPROVED AS TO FORM:
CITY OF S RAFAEL:
Jun chutz
CTOR:
...Robert F.Epstein
City Attorney For -Able General Engineering, Inc.
File No.: 18.10.14
Page 4 of 4
CUP Rn CERTIFICATE OF LIABILITY INSURANCE OP ID AA 01/11/11
ABLEG-1
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Sheppard & Assoc Ins Agency HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
970 Reserve Drive Suite #170 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Roseville CA 95678
Phone:916-784-9292 Fax:916-784-0202 INSURERS AFFORDING COVERAGE NAIL#
24SURED INSURLRA Financial Pacific 31453
INSURERB Everest National
Able General Engineering Inc
TJ Williams INSURERc Hartford 29424
5715 Sebastopol Ave INSURERD
Sebastopol CA 95472
I INSURER E
COVERAGES
THE. POLCIES OF INSURANCE l CST ED BELOW HAVE BEEN ISSUED TO THE: INSURED NAMED ABOVE::' FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING
ANY REOUIRLMENT, TERM OR CONE) TION OF ANY CONTRACT OR OTHER DOCUMENT WITH RE::SEE I:CT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PEi:RTAIN, THEINSURANCE AFF'ORDE.iD BY THE: POI IC ES DESCRIBED HEREIN IS SUBJE':ICTTO ALL THE:: TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIIES. AGCRFGATE:v L..IMITS SHOWN MAY HAVE. BE:tEN REDUCED BY PAID CIL AIMS
--VOLICY EFFECTIVE PDLLV-E'XfrHjA7=r1 ........ .. ... _ ...... ......w..._ .......
LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MMIDDIYYYY) DATE MWDDNYYY) LIMITS
GENERAL LIABILITY
EACH OCCURRE NCE:
$ 1, 00 0,000
A X X COMMFIRC"!AL.CFNFRAI.I.IABI'LITY 179596B
06/01/10
06/01/11
"TII'RFIViTTJ' _.._.... _
PREMISES(Ea®aurence)
.. ......_ .......... ....
$ 50,000
CLAIMS MADI X� OCCUR
MED „EXP (Any one person)
$ 5, 000
........., ... _ .,..,.. ....,.
PERSONAL .BADV INJURY
$ 1, 000,000
GFNFRAL AGGREOATI
s 2, 000, 000
GF N L AGGRI GATE.: LIMIT APPLE S PE R
PRODUCTS COMP/OP AGG
$ 2, 000,000
X POL..CY PHOT .. LOC
W AUTOMOBILE LIABILITY
COMBINEDSINGII".LIMIT $ 1, 000, 000
ANYAUTO
(La assl�ornl)
ALL OWNS D AUTOS
BODII Y INJURY $
A X SC,HFDULL ;DAUTOS 179596B
06/01/10 06/01/11
'(Por person)
X_. IARC:.0 AUIOS
BODILY INJURY s
X NON OWNS D AUl OS
i.
�
PROP[ RTY DAMAGE
$
(Pnr RP.rinnnLI
.mom.
GARAGE LIABILITY
Y
AUTO ONI Y -PA ACCIDENT $
OT Ell R IAN
I
AUTO ON
ONLY AGC $
...... .. ......_ . _ ......_... .... ..........._.._. . ._ „ , ... _ ..,..m......w,.a....,. ,..............
EXCESS I UMBRELLA LLABILIFY
!:....
..
EACH OCCURRE . $ 5,000,000
A X �' OCCUR CLAIMS MADE: 923780E
06/01/10 06/01/11
AGGREGATE $ 5,000,000
DEDUCTIBL.E'.
I
IS ..
RE'!TENTION $
$
WORKERS COMPENSATIONI
.....�
_77I GIN
AND EMPLOYERS' LIABILITYYIN
TORY LIMITS FR
B ANY PROPR-. ETORPPARTNFRPEXF'i CUTIVF.(' 7600003842101
10/01/10 10/01/11
E L FACHACCIDFNT $ 1000000
U7
(Mandatory
Mes
1000000
EICY II
describeunder below owf
oiesc.ROVe oder _ w
OTHER
_.,...... �.
F L D Sf ASF' POI ....
MITrOYf $ 1000000
C Equipment Floater 57MS PC5350
06/01/10 06/01/11
Leas&Rent 250,000
Deductibl 1,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECUIL PROVISIONS
CANCELLATION EXCEPTION: 10 DAY NOTICE FOR NON PAYMENT OF PREMIUM. The City
and County, its elective and appointive Boards, Commissions, Officers,
Agents, and Employees are named as additional insured per the attached
endorsement. Job #11122; Lifeline Transportation Program Canal St.
Pedestrian Access & Safety Improvements Project
CERTIFICATE HOLDER CANCELLATION 0 C� -"
SHOULD ANY OF THE ABOVE DESCRIBED PI�C11kB CE BEFOF&HF. EXPIRATIC
SANRAFA DATE THEREOF, THE ISSUING INSURER WILL-01036611kM MAIL 310 _ YS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMEEbjy �E LEFT, B�RXOCHE XMW
XMX)3BQ11 =XII K)L','CYI�]CWZ1XWXWK A&A® "z N�
K= SDRX
CITY OF SAN RAFAEL )MVXXXQ)01�tXU X
DEPT OF PUBLIC WORKS
P.O. BOX 151560
AN RAFAEL CA 94915 �..
ACORD 25 (2009/01) reserved.
The ACORD name and logo are registered marks of ACORD
COMMERCIAL GENERAL LIABLILTY
POLICY NUMBER: 179596B CG 20 10 Blanket Additional Insured 02 10 R
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS
(WITH LIMITED COMPLETED OPERATIONS COVERAGE)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
BUSINESSOWNERS COVERAGE FORM
SCHEDULE
NAME OF PERSON OR ORGANIZATION:
Any person or organization to whom or to which
the named insured is obligated by a virtue of a
written contract to provide insurance that is
afforded by this policy. Where required by
contract the officers, officials, employees,
directors, subsidiaries, partners, successors,
parents, divisions, architects, surveyors and
engineers are included as additional insureds.
All other entities, including but not limited to
agents, volunteers, servants, members and
partnerships are included as additional insureds,
if required by contract, only when acting within
the course and scope of their duties controlled
and supervised by the primary (first) additional
insured. If an Owner Controlled Insurance
Program is involved, the coverage applies to off-
site operations only. If the purpose of this
endorsement is for bid purposes only, then no
coverage applies
WHO IS AN IN SURED: (Section II)
This section is amended to include as an insured
the person or organization shown on the
Certificate of Insurance, but only to the extent
that the person or organization is held liable for
your acts or omissions in the course of "your
work" for that person or organization by or for
you. The "products -completed operations
hazard" portion of the policy coverage does not
apply to any work involving or related to
properties intended for residential or habitational
occupancy (other than apartments).
WAIVER OF SUBROGATION:
We waive any right of recovery, when required
by written contract, that we may have against
the person or organization shown in the
Certificate of Insurance because of payments we
make for injury.
LOCATION OF JOB:
DESCRIPTION OF WORK:
The type of work performed must be that as
described under classifications in the CGL
\.+UVOI O40 F(31l LJOU OI I]LI U I IJ.
DRIVEWAY/PARKING... PAVING/REPAVING
GRADING OF LAND
CONTRACTORS PERMA- YARD-MAINT/STORAGE
EXCAVATION
SEWER MAINS/CONNECTI ONS CONSTRUCTION
PRIMARY CLAUSE:
When this endorsement applies and when
required by written contract, such insurance as
is afforded by the general liability policy is
primary insurance and other insurance shal8 be
excess and shall not contribute to the insurance
afforded by this endorsement.
EXCLUSION:
The insurance provided to the additional insured
does not apply to "bodily injury", "property
damage" or "personal and advertising injury"
arising out of an architect's, engineer's or
surveyor's rendering or failure to render any
professional services, including:
1. The preparing, approving, or failing to
prepare or approve, maps, designs, shop
drawings, opinions, reports, surveys,
field orders, change orders, or drawings
and specifications; and
2. Supervisory, inspection, architectural or
engineering activities.
Endorsement
EFFECTIVE DATE: 06/01/2010
The job location must be within the Slate of
domicile of the named insured, or within any Endorsement
contiguous State thereto. EXPIRATION DATE: 06/01/2011
CG 20 10 Blanket Additional Insured 02 10 R Page 1 of 1
Includes copyrighted material of Insurance Services Office, Inc., with its permission
CITY OF SAN RAFAEL
ROUTING SLIP / APPROVAL FORM
INSTRUCTIONS: USE THIS FORM WITH EACH SUBMITTAL OF A CONTRACT, AGREEMENT,
ORDINANCE OR RESOLUTION BEFORE APPROVAL BY COUNCIL / AGENCY.
SRRA / SRCC AGENDA ITEM NO. 0
DATE OF MEETING: 12/20/2010
ICtvJ^1
FROM: -Keyam McGowan
DEPARTMENT: Public Works
DATE: 12/16/10
TITLE OF DOCUMENT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN
RAFAEL AWARDING A CONTRACT FOR THE LIFELINE TRANSPORTATION
PROGRAM, CANAL STREET PEDESTRIAN ACCESS AND SAFETY
IMPROVEMENT PROJECT, CITY PROJECT #11122, TO AISLE GENERAL
ENG EERING, INC., IN THE AMOUNT OF $258,324.48.
r � .
For Nader Mansourian
Department Head (signature)
*** *** *** *** *** *** *** *** *** *** *** *** *** *** *** ***
(LOWER HALF OF FORM FOR APPROVALS ONLY)
APPROVED AS COUNCIL / AGENCY
A <NITE
ity nage (sig ature)
NOT APPROVED
REMARKS:
APPROVED AS TO FORM:
L j iw::�: �- z-�-
City Attorney (signature)
File No: 18.10.14
d
PROFESSIONAL SERVICES AGREEMENT/CONTRACT
COMPLETION CHECKLIST AND ROUTING SLIP
A�
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.
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
Council approval, if Council approval
12- ;xo
necessary (as defined by City Attorney/City
Ordinance*).
4
City Attorney
Review and approve forni of agreement;
d !/
bonds, and insurance certificates and
M -4 -
endorsements.
5
City Manager / Mayor / or
Agreement executed by Council authorized
I
Department Head
official.
6
City Clerk
City Clerk attests signatures, retains original
agreement and forwards copies to the
�11
contracting department.
To be completed by Contracting Department:
�1 '7
,�
i a.a�e., �, /�� �/fit% k,//o��
/ i
i
J g �� i f �� Project Name., , o� l�%
Project Manager: ._ //„
Agendized for Cit�,,/Council Meeting of (if necessary): 1>cce,,.1, , 2z� zr,C',
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.
Marin Independent Journal
150 Alameda del Prado
PO Box 6150
Novato, California 94948-1535
(415) 382-7335
legals@marinij.com
SAN RAFAEL,CITY OF
PO BOX 151560/CITY CLERK, DEPT OF PUBLIC
WORKS, 1400 FIFTH AVE
SAN RAFAEL CA 94915-1560
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA
County of Marin
FILE NO. 0003769898
I am a citizen of the United States and a resident of the County
aforesaid: I am over the age of eighteen years, and not a party to
or interested in the above matter. I am the principal clerk of the
printer of the MARIN INDEPENDENT JOURNAL, a newspaper of
general circulation, printed and published daily in the County of
Marin, and which newspaper has been adjudged a newspaper of
general circulation by the Superior Court of the County of Marin,
State of California, under date of FEBRUARY 7, 1955, CASE
NUMBER 25566; that the notice, of which the annexed is a printed
copy (set in type not smaller than nonpareil), has been published in
each regular and entire issue of said newspaper and not in any
supplement thereof on the following dates, to -wit:
11/24/2010
I certify (or declare) under the penalty of perjury that the foregoing
is true and correct.
Dated this 24th day of November. 2010.
04g
Signature
PROOF OF PUBLICATION
Legal No. 0003769898
CRY OF SAN RAFAEL
DEPARTMENT OF PUBLIC WORKS
NOTICE INVITING SEALED PROPOSALS
FOR PUBLIC WORKS
Notice is hereby given that the City of San Rafael
Department of Public Works will receive bids for
fumishing all labor, materials, equipment and
services for
Lifeline Transportation Program
Canal Street Pedestrian Access and Safety Im-
provements Project
Pro ect no. 11122
F era/ Aid Project CML -5043(029)
Project Is to be funded In part by Federal Lifeline
Transportation Program and Involves pedestrian -
related Improvements at four (4) existing Intersec-
tions in San Rafael, California.
c Larkspur Street at Canal Street
0 Novato Street at Canal Street
o Fairfax Street at Canal Street
o Sonoma Street -Portofino Road at Canal Street
Improvements to Include installation of new con -
curb and sidewalk extensions; related storm
drain modifications; relocation of existing signs
and fire hydrants; Installation of new signs, pave-
ment striping, light poles, and bus shelters.
Each bid shall be in accordance with the plans and
specifications adopted by the City of San Rafael
City Council on October 4, 2010, and other contract
documents now on file with the City Clerk, City
Hall, San Rafael, California; and may be examined
and copies may be obtained at the Department of
Public Works, 111 Morphew Street, P. O. Box
151560, San Rafael, CA 94901. Cost shall be One
Hundred Dollars ($100.00) per set, non-refundable.
Cost of mailing sets shall be an additional Five Dol-
lars ($5.00) per set
Bidders are hereby notified that pursuant to Sec-
tion 1770 of the Labor Code of the State of Califor-
nia, the City of San Rafael has ascertained the gen-
eral prevailing rate of per them wages and rates
for legal holiday and overtime work in the locality
where the work is to be performed for each craft
or type of workmen or mechanics needed to exe-
cute the contract which will be awarded the suc-
cessful Bidder. The prevailing rates so determined
by the Cityare on file In the office of the City Clerk
copies of which are available to any Interested
party on request.
Each bid shall be made out on the form to be ob-
tained at the Department of Public Works, 111
Mo rphew Street, San Rafael, California 94901 and
shall be accompanied by cash, certified check or
bidder's bond for ten percent d(109o)) of the amount
Rafael shallpbe�sealedhand flied v Ith City
San
Clerk, 1400 Fifth Avenue, Room 209, City Hall, San
R Wl, a fo is 94901 on or before 1000 Am, Do -
10.
The Clty reserves the right to reject any or all bids
or to we,
any informality In a bid.
Dated: November 24, 2010
/s/ Esther C. Belrne
City CleESTHERrk' BEIRNE
NO.2764 NOV. 24, 2010
Z o awri;m -2nQnnof3•A==m
459f rte._ �� �.Q °gym
c. zo�m�z MR � c ^m =dam°mpufo
o a
? mM.
—� Pa rc m3D v9 -jag -„'a Wyr.�
o m°N '�j�7Vd mIDD �DOGN o
a ..Q
0
Na Riumn- CUT N 0-
cm• DCLI-' f A f3�nm
PEr am*
o �' nm '&o.. gc'fm`m �0-
cr
N
A
O
it
In
�an3 0000 �!m�� 11'CD r ���
aaaO tnmzr °Lu -aao a--3a�W 3 ° o a
a 3sD 'K�' m�0 100.
g^ao�� z rn a
aw
1agc'GS X22 w<�� a�eT$� 'a. Al
CrS
0 ll m 3
?.0a° v^a*y m �� wc� p m
gg^� e
z
A., Pqa W DD
Fn.=�w a Aon '^=n Fres
LA
No0 a- vaiw
R 907
D c
2 52
� 3
D m
D�
m
r
n
0
m
(W
A;
K
V
`OF
V
N
N
O
-up
N N
U3 V
� O
N O
O �
W
g
EL
m
CL
0
m
Q
o_
�i
d
m
a
E4
F�
CL
m
1
cD
y
m
x
a
� o
o T
0ar
69
La 3
fD o
o
v
CD
m
CX
C3 a
0 0.
o O
w
V
0)
m 2
ED
3
m
I
D
O
T
m
a
0
m
3
0
m
aN
m
a
a
69
_
m
C
N
a
o r
C3 a
0 0.
o O
w
V
0)
m 2
ED
3
m
I
D
O
T
Q
aN
a
3
o
�
o
e
CA
to
3
m w
o
O
to V
W C)
O
C:)
o �
m
m
w
11/22/2010 17:46 FAX CITY CLERK SAN RAFAEL w uui
--2
TX REPORT*
TRANSMISSION OK
TX/RX NO
4349
CONNECTION TEL
9 382 1535
SUBADDRESS
m
CONNECTION ID
LEGAL ADS
ST. TIME
11/22 17:46
USAGE T
00'20
PGS. SENT
1
RESULT
OK
--2
ao
om
a
�
� o
2
m
m
jr
o �
o
a
�
�
p
L0
IW
Q