Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW St. Resurfacing 2012 Project Admin/Inspection ServicesCITY OFI.000:%
Department: Public Works
Agenda Item No: 3. f
Meeting Date: November 5, 2012
Prepared by: �;ity Manager ApprovaV'1
Director of Public Works (LB)
File No.: 16.06.78
SUBJECT: RESOLUTION ACCEPTING A PROPOSAL FROM GHIRARDELLI
ASSOCIATES, INC. FOR PROFESSIONAL SERVICES TO PROVIDE
PROJECT ADMINISTRATION AND INSPECTION SERVICES FOR THE
CITYWIDE STREET RESURFACING 2012 PROJECT, PROJECT NO.
11203 AND AUTHORIZING THE PUBLIC WORKS DIRECTOR TO
EXECUTE AN AGREEMENT IN THE AMOUNT OF $100,000.
RECOMMENDATION:
Staff recommends that the City Council adopt the resolution authorizing the Public Works Director
to execute an agreement with Ghirardelli Associates, Inc. for the Citywide Street Resurfacing 2012
Project in the amount of $100,000.
BACKGROUND:
On October 15, 2012, City Council adopted a resolution authorizing the Public Works Director to
enter into an agreement with Ghilotti Brothers, Inc. to construct the Citywide Street Resurfacing
2012 Project. The project is scheduled to start construction in November 2012.
The Citywide Street Resurfacing 2012 Project includes resurfacing five arterials with 7,000 to 30,000
vehicles travelling upon each roadway a day. In order to ensure that the City obtains the best
product, while at the same time keeping the roadway safe for all users (vehicles, pedestrians and
bicyclists), a full time inspector is needed. In addition, this project requires extensive coordination
with property owners and also includes work to be performed at night. Public Works is therefore
recommending to hire a construction inspection firm to inspect and help coordinate the work due to
the fact that insufficient staff is available at this time to cover this complex project as well as other
important public works projects.
ANALYSIS:
The City requested a proposal from Ghirardelli Associates for project administration and inspection
services for this project. The proposed project inspector has extensive experience in road right-of-
way construction. The scope of services is described in their proposal, attached to this report as
File No.:
Council Meeting: / If
Disposition: - �13 3 DL-
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Paye: 2
Exhibit "A". The cost proposal is described in detail in their proposal, attached to this report as
Exhibit "B."
FISCAL IMPACT:
The proposal received from Ghirardelli Associates, Inc for the Citywide Street Resurfacing 2012
Project provides an hourly rate for construction inspection. It is recommended to set the maximum
contract amount at $100,000 for this project.
The Citywide Street Resurfacing Project, approved by the City Council on October 15, 2012,
included the cost for this consultant assistance. The Citywide Street Resurfacing Project is supported
by a Cycle 1 STP/CMAQ (Surface Transportation Program/Congestion Mitigation and Air Quality)
and local Measure A and Refuse Vehicle Registration Fee funds. The not to exceed amount of
$100,000 for Ghirardelli's contract falls within the original approved budget and no additional
funding will be needed for construction inspection services for this project.
OPTIONS:
The Council may choose to reject the proposal from Ghirardelli Associates, Inc. and direct staff to
select a different consultant. Selecting a different consultant may result in the postponement of the
construction commencement date.
ACTION REQUIRED:
Staff recommends that the City Council adopt the Resolution accepting the proposal from Ghirardelli
Associates, Inc., and authorize the Public Works Director to execute an agreement with Ghirardelli
Associates for the Citywide Street Resurfacing 2012 Project with the contract amount not to exceed
$100,000.
Enclosures (4)
1. Resolutions
2. Professional Services Agreement
3. Scope of Services from the Consultant, Exhibit "A"
4. Cost Proposal from the Consultants, Exhibit "B"
RESOLUTION NO. 13432
RESOLUTION ACCEPTING A PROPOSAL FROM GHIRARDEL
FOR PROFESSIONAL SERVICES TO PROVIDE PROJECT AD
INSPECTION SERVICES FOR THE CITYWIDE STREET
PROJECT, PROJECT NO. 11203 AND AUTHORIZING TE
DIRECTOR TO EXECUTE AN AGREEMENT IN THE AMOUNT 4
WHEREAS, the City requires professional inspection for the Citywide Street Resurfacing
2012 Project; and
WHEREAS, the Construction Management firm of Ghirardelli Associates, Inc. was
selected as the best qualified for inspection services; and
WHEREAS, Ghirardelli Associates, Inc. has submitted a Proposal to provide such
services; and
WHEREAS, staff has reviewed the proposal from Ghirardelli Associates, Inc. and found it
to be within industry standards and acceptable.
NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Rafael that
the Ghirardelli Associates, Inc. proposal is accepted in an amount of $100,000; and
BE IT FURTHER RESOLVED, that the Council does hereby authorize the Public Works
Director to execute the Agreement for Professional Services in a form approved by the City
Attorney's office.
RESOLVED FURTHER that the Public Works Director of the City of San Rafael is
hereby authorized to take any and all such actions and make changes as may be necessary to
accomplish the purpose of this resolution.
1, 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`"
day of November, 2012, by the following vote, to wit:
AYES: COUNCIL MEMBERS: Connolly, Heller, Levine, McCullough & Mayor Phillips
NOES: COUNCIL MEMBERS: None
ABSENT: COUNCIL MEMBERS: None
At
V LATHER C. BEIR-NE, City Clerk
File No. 06.01. 191
AGREEMENT
FOR PROFESSIONAL SERVICES WITH GHIRARDELLI ASSOCIATES, INC.
FOR
CITYWIDE STREET RESURFACING 2012
PROJECT NO. 11203
This Agreement is made and entered into this 51'
day of November, 2012 by and between the
CITY OF SAN RAFAEL (hereinafter "CITY"), and GHIRARDELLI ASSOCIATES, INC. (hereinafter
"CONSULTANT")
RECITALS
WHEREAS, the CITY has determined that project administration and inspection services are
required for construction inspection services for the Citywide Street Resurfacing 2012, Project No.
11203 (hereinafter "PROJECT"); and
WHEREAS, the CONSULTANT has offered to render.certain specialized professional services
in connection with this Project.
AGREEMENT
NOW, THEREFORE, the parties hereby agree as follows:
1. PROJECT COORDINATION
A. CITY. The Public Works Director shall be the representative of the CITY for all
purposes under this Agreement. The Public Works Director is hereby designated the PROJECT
MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress
and execution of this Agreement.
B. CONSULTANT. CONSULTANT shall assign a single PROJECT DIRECTOR to
have overall responsibility for the progress and execution of this Agreement for CONSULTANT. Mr.
Jaemin Park is hereby designated as the PROJECT DIRECTOR for CONSULTANT. Should
circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT
DIRECTOR for any reason, the CONSULTANT shall notify the CITY within ten (10) business days of
the substitution.
2. DUTIES OF CONSULTANT
CONSULTANT shall perform the duties and/or provide services outlined in the proposal
from CONSULTANT dated October 16, 2012, marked Exhibit *'A,* attached hereto, and incorporated
herein by this reference. The CONSULTANT agrees to be available and perform the work specified in
this agreement in the time frame as specified and as shown in Exhibit "B," cost estimate.
0 1
R. N ;SIN A L
FA
3. DUTIES OF THE CITY
CITY shall perform the duties as described in Exhibit "A" attached hereto and
incorporated herein.
4. COMPENSATION
For the full performance of the services described herein by CONSULTANT, CITY shall
pay CONSULTANT on a time and materials basis for services rendered in accordance with the rates
shown on the current fee schedule as described in Exhibit "B" attached and incorporated herein in an
amount not to exceed $100,000.
Payment will be made monthly upon receipt by PROJECT MANAGER of itemized
invoices submitted by CONSULTANT.
The term of this Agreement shall be from the date of execution until the Project is
complete.
6. TERMINATION
A. Discretionary. Either party may terminate this Agreement without cause upon
thirty (30) days written notice mailed or personally delivered to the other party.
B. Cause. Either party may terminate this Agreement for cause upon ten (10) days
written notice mailed or personally delivered to the other party, and the notified party's failure to cure or
correct the cause of the termination notice, to the reasonable satisfaction of the party giving such notice,
within thirty (30) days of the receipt of said notice.
C. - Effect of Termination. Upon receipt of notice of termination, neither party shall
incur additional obligations under any provision of this Agreement without the prior written consent of
the other.
D. Return of Documents. Upon termination, any and all CITY documents or
materials provided to CONSULTANT and any and all of CONSULTANT's documents and materials
prepared for or relating to the performance of its duties under this Agreement, shall be delivered to CITY
as soon as possible, but not later than thirty (30) days after termination.
E. The CITY shall pay CONSULTANT the amount due for services rendered and
expensed incurred through he date of termination.
The written documents and materials prepared by the CONSULTANT in connection with
the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may use
Agreement • 2
said property for any purpose, including projects not contemplated by this Agreement. Any use of
document by the City for projects outside the scope of this agreement shall be at the City's own risk.
8. INSPECTION AND AUDIT
Upon reasonable notice, CONSULTANT shall make available to CITY, or its agent, for
inspection and audit, all documents and materials maintained by CONSULTANT in connection with its
performance of its duties under this Agreement. CONSULTANT shall fully cooperate with CITY or its
agent in any such audit or inspection.
9. ASSIGNABILITY
The parties agree that they shall not assign or transfer any interest in this Agreement nor
the performance of any of their respective obligations hereunder, without the prior written consent of the
other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising
hereunder shall be void and of no effect.
10. INSURANCE
A. During the term of this Agreement, CONSULTANT, shall maintain, at no expense to
CITY, the following insurance policies:
1. A comprehensive general liability insurance policy in the minimum amount of
one million ($1,000,000) dollars per occurrence for death, bodily injury, personal injury, or property
damage;
2. An automobile liability (owned, non -owned, and hired vehicles) insurance
policy in the minimum amount of one million ($1,000,000) dollars per occurrence;
3. If any licensed professional performs any of the services required to be
performed under this Agreement, a professional liability insurance policy in the minimum amount of one
million ($1,000,000) dollars to cover any claims arising out of the CONSULTANT's performance of
services under this Agreement.
B. The insurance coverage required of the 'CONSULTANT by Section 10.A., shall
also meet the following requirements:
1. The insurance shall be primary with respect to any insurance or coverage
maintained by CITY and shall not call upon CITY's insurance or coverage for any contribution;
2. Except for professional liability insurance, the insurance policies shall be
endorsed for contractual liability and personal injury;
3. Except for professional liability insurance, the insurance policies shall be
specifically endorsed to include the CITY, its officers, agents, and employees as additionally named
insureds under the policies;
Agreement • 3
El
4. CONSULTANT shall provide to PROJECT MANAGER, (a) Certificates
of Insurance evidencing the insurance coverage required herein, and (b) specific endorsements naming
CITY, its officers, agents and employees, as additional insureds under the policies;
5. The insurance policies shall provide that the insurance carrier shall not
cancel, terminate or otherwise modify the terms and conditions of said insurance policies except upon
thirty (30) days written notice (except 10 days for non-payment of premium) to City's Project Manager;
6. If the insurance is written on a Claims Made Form, then, following
termination of this Agreement, said insurance coverage shall survive for a period of not less than three
years;
7. The insurance policies shall provide for a retroactive date of placement
coinciding with the effective date of this Agreement;
S. The insurance shall be approved as to form and sufficiency by PROJECT
MANAGER and the City Attorney.
C. If it employs any person, CONSULTANT shall maintain worker's compensation
and employer's liability insurance, as required by the State Labor Code and other applicable laws and
regulations, and as necessary to protect both CONSULTANT and CITY against all liability for injuries to
CONSULTANT's officers and employees.
D.' Any deductibles or self-insured retentions in CONSULTANT's insurance
policies must be declared to and approved by the PROJECT MANAGER and the City Attorney. At
CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or
eliminated to CITY's satisfaction, or CONSULTANT shall procure a bond guaranteeing payment of
losses and related investigations, claims administration, attorney's fees and defense expenses.
11. INDEMNIFICATION
CONSULTANT shall indemnify, release, defend and hold harmless CITY, its officers,
and employees, against any claim, demand, suit, judgment, loss, liability or expense of any kind,
including 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 CONSULTANT or CONSULTANT's officers, agents and
employees in the performance of their duties and obligations under this Agreement.
12. NONDISCRIMINATION
CONSULTANT shall not discriminate, in any way, against any person on the basis of
age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the
performance of its duties and obligations under this Agreement.
Agreement • 4
k..
13. COMPLIANCE WITH ALL LAWS
CONSULTANT shall observe and comply with all applicable federal, state and local
laws, ordinances, codes and regulations, in the performance of its duties and obligations under this
Agreement. CONSULTANT shall perform all services under this Agreement in accordance with these
laws, ordinances, codes and regulations. CONSULTANT shall release, defend, indemnify and hold
harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines
and all other consequences from any noncompliance or violation of any laws, ordinance, codes or
regulations.
14. NO THIRD PARTY BENEFICIARIES
CITY and CONSULTANT do not intend, by any provision of this Agreement, to create
in any third party, any benefit or right owed by one party, under the terms and conditions of this
Agreement, to the other party.
15. NOTICES
All notices and other communications required or permitted to be given under this
Agreement, including any notice of change of address, shall be in writing and given by personal delivery,
or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be
notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of
deposit with the United States Postal Service. Notice shall be given as follows:
TO CITY: Nader Mansourian, Public Works Director
City of San Rafael
111 Morphew Street
San Rafael, CA 94915-1560
TO CONSULTANT: Mr. Jaemin Park (Project Director)
Ghirardelli Associates, Inc.
1970 Broadway, Suite 920
Oakland, CA 94612
16. INDEPENDENT CONSULTANT
For the purposes, and for'the duration, of this Agreement, CONSULTANT, its officers,
agents and employees shall act in the capacity of an Independent CONSULTANT, and not as employees
of the CITY. CONSULTANT and CITY expressly intend and agree that the status of CONSULTANT, its
officers, agents and employees be that of an Independent CONSULTANT and not that of an employee of
CITY.
Agreement • 5
17. ENTIRE AGREEMENT -- AMENDMENTS
A. The terms and conditions of this Agreement, all exhibits attached, and all
documents expressly incorporated by reference, represent the entire Agreement of the parties with respect
to the subject matter of this Agreement.
B. This written Agreement shall supersede any and all prior agreements, oral or
written, regarding the subject matter between the CONSULTANT and the CITY.
C. No other agreement, promise or statement, written or oral, relating to the subject
matter of this Agreement, shall be valid or binding, except by way of a written amendment to this
Agreement.
D. The terms and conditions of this Agreement shall not be altered or modified
except by a written amendment to this Agreement signed by the CONSULTANT and the CITY.
E. If any conflicts arise between the terms and conditions of this Agreement, and the
terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the
terms and conditions of this Agreement shall control.
18. SET-OFF AGAINST DEBTS
CONSULTANT agrees that CITY may deduct from any payment due to CONSULTANT
under this Agreement, any monies which CONSULTANT owes CITY under any ordinance, agreement,
contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts.
19. WAIVERS
The waiver by either party of any breach or violation of any term, covenant or condition
of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other
term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the
same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by
either party of any fee, performance, or other consideration which may become due or owing under this
Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of
any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation.
20. COSTS AND ATTORNEY's FEES
The prevailing party in any action brought to enforce the terms and conditions of this
Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs
(including claims administration) and attorney's fees expended in connection with such action.
21. CITY BUSINESS LICENSEI'OTHER TAXES
CONSULTANT shall obtain and maintain during the duration of this Agreement, a CITY
business license as required by the San Rafael Municipal Code. CONSULTANT shall pay any and all
state and federal taxes and any other applicable taxes. CONSULTANT's taxpayer identification number is
Agreement • 6
94-3395064, and CONSULTANT certifies under penalty of perjury that said taxpayer identification
number is correct.
22. APPLICABLE LAW
The laws of the State of California shall govern this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day,
month and year first above written.
CITY OF SAN RAFAEL
Nader Mansourian
Public Works Director
r"v80161"
CONSULTANT
GHIRARDELLI ASSOCIATES, INC.
APPROVED AS TO FORM:
ti
sther C. Beirne Robert F. Epstein
City Clerk City Attorney
File No.: 16.06.78
Agreement • 7
Ghirardelli
A 5 Ghirardelli
0 C? A T E 4
October 16, 2012
Leslie Blomquist, P.E.
Associate Civil Engineer
City of San Rafael
Department of Public Works
111 Morphew Street
PO Box 151560
San Rafael, CA 94915
Ref Proposal for Construction Management/Inspection Services for City Paving Projects
Dear Leslie:
Ghirardelli Associates, Inc. is pleased to submit our proposal to provide construction
management/inspection services to the City of San Rafael for the City's Paving Projects. As requested,
attached is a resume and fee schedule for our proposed construction manager/inspector Paul Chui. Paul will
provide the services required starting in November for the required duration in 2012. As discussed, when
the project resumes in the spring of 2013, we will provide resumes of an alternate candidate who will
support the City for the completion of the project.
Paul Chui, P.E. Construction Manager/Construction Inspector will provide the day-to-day construction
inspection on this project. Paul will report to the City and provide the needed quality assurance of the
contractor's activities. Paul will prepare daily diaries, assist with monthly pay estimates, assist with contract
administration and office engineering, keep photo documentation, perform employee interviews, review
certified payrolls and monitor labor compliance, and be the eyes and ears in the field for all construction
activities. He will keep a close eye on public and worker safety, traffic control, and make sure that the work
is completed in accordance with the approved plans and specifications.
I will be the Project Manager who will provide oversight of technical and quality control issues on this
project at no additional cost to the City. I will provide any needed coordination and technical support to
the City and will manage the consultant contract with the City.
Ghirardelli Associates, Inc. is a Caltrans and DGS certified small, woman -owned business enterprise.
If you have any questions or wish to discuss anything contained here, please do not hesitate to contact me
at (5 10) 451-4180 or cell phone (415) 717-2450.
Sincerely,
Jaemin Park, P.E.
Executive Vice President
Attachments
- -
e. trrot tom _ _ .di .., Zan" (Y Sr, ..
j1_1 4 225
wd 9 . �sr Jc.s A r_ 13
E. RESUMES OF KEY PERSONNEL PROPOSED FOR TAIS C011TRACT
(Complete one Section E for each key person,)
12. NAME 13, ROLE IN THIS CONTRACT 14, YEAR EXPERIENCE
Paul Chui, P.E. Lead Assistant Resident Engineer a. TOTAL r CURRENT FIRM
30 7
15. FIRM NAME AND LOCATION (City and State)
6hi/ard8|iAssociates, Inc. '
16. EDUCATION (DEGREE and SPECIALIZATION) 17, CURRENT PROFESSIONAL REGISTRATION (STATE and DISCIPLINE)
B.S. Civil Engineering, U.C. Berkeley, 1980 Registered Civil Engineering, California, Lie. No. C37992
M.S. Construction Management. Berkeley, 1981 CA Contractor License
18, OTHER PROFESSIONAL QUALIFICATIONS (Publications, Organizations, Training, Awards, etc.)
Mr. Chui has over 30 years experience in the engineering and construction fields. His work includes being oproject manager, quality
control manager, quality assurance engineer, civil design engineer and aproject coordinator. Work responsibilities included planning and
controlling team activities, approving change orders, supervising field construction personnel and developing and monitoring project
uuhodu|*o.
Skills: Extensive experience with CPM schedules, project controls and costs, quality control/quality assurance, preparing reports,
planning resource allocations on personnel and negotiating contract change orders. Hohas also supervised inspection staff, analyzed
construction claims, prepared claim reports and has partnered with outside agencies.
Technical Knowledge: Familiar with the Caltrans Standard Specifications, Standard Plans, Uniform Building Code and the "Greenbook"
Standard Specifications for Public Works Construction. His expertise and knowledge have had opositive impact nnprojects hoin
associated with through value engineering design changes, successful claims negotiations, partnering with the contractors and other
agencies. Mr. Chui has built his career on accepting and successfully completing challenging projects.
Certifications: XX
(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED
Buchanan Field Airport Runway 1L -19R Rehabilitation Project PROFESSIONAL SERVICES CONSTRUCTION (if applicable)
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE IXI Check if project performed with current firm
$2.8 M. Resident Engineer. Agency: Contra Costa County/Buchanan Field Airport. Scope: Construction management services provided
A on this runway rehabilitation project constructed to FAA standards. Approximately 3500 LF of runway. Over 9500 tons of HMA. Over
50,000 SY of runway grooving. AC /PFC pavement cold milling. Relocate airfield guidance signs. Install underground electrical conduits
and duct banks. Dedicated staging areas. PLA (Project Labor Agreement). Heavy traffic/traffic control. Over 30,000 SY of cold in place
recycled pavement. CIR recycling agent. Asphalt rejuvenating seal. FAA funding specific labor and material testing compliance.
Responsibilities: Quality assurance of contractor's work. Preparation of daily diaries. Assisting with monthly pay estimates. Contract
administration. Office engineering. Photo documentation. SWPPP management and BMPs
(1) TITLE AND LOCATION (City and State) (2) YEAR COMPLETED
Freeway Overhead Signs for 880/237 Connector ROFESSIONAL SERVICES CONSTRUCTION (if applicable)
(Milpitas, CA) 9/11 to 12111
'1 Check if project performed with current firm
(3) BRIEF DESCRIPTION (Brief scope, size, cost; etcJ AND SPECIFIC ROLE Fx
$2 M. Assistant Resident Engineer/Construction Inspector. Agency: Santa Clara VTA. Scope: Installation of freeway overhead signs to
Al alert motorists of the added HOV lane.
Responsibilities: Inspection of temporary barricades to establish work zones. Installed CIDH piers for the overhead signs, trenched
electrical conduits along shoulder and directional bored across freeway to supply power to the signs. Oversaw installation of crash
cushions and metal beam guardrails along the freeway shoulder. Assisted the Resident Engineer with progress payments and contract
change orders (CCO) and performed SWPPP inspections. Coordinated lane closures and ensured timely completion to re -open lanes to
morning commute traffic.
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM zmNmo04> pxns 1
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM zm(6/2ow) pxGc 2
(1) TITLE AND LOCATION (City and State)
(2) YEAR
COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (if applicable)
Oyster Point Ferry Terminal:
• Package Z Structures
• Package 3, Float and Gangway
2/11 to 6/11
(South San Francisco, CA)
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm
A
$20.9 M. Assistant Resident Engineer/Construction Inspector. Agency: Water Emergency Transportation Authority (WETA). Scope:
Provided inspection and administration support services for the construction of this new marine facility installation.
Responsibilities: For Package 2, Structures: Design and construct the shore side structures for the ferry terminal. Pile supported 150 ft
concrete viewing terrace with ramps to shore. Pile supported 200 ft concrete pier with tensioned fabric roof. Parking lot, bus pad,
electronic fair systems. Package 3, Float and Gangway: Design and construct floating portion of the ferry terminal including ramp
(gangway) to package 2 structures. Concrete float (115' x 45') with 4 guide piles. 4 dolphin piles driven to tip depths of approximately
110'. Fixed and hydraulically operated movable transfer ramps, Emergency generator; and Tensioned fabric roof.
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
2009 Pavement Rehabilitation
PROFESSIONAL SERVICES CONSTRI JCTION (if applicable)
(Richmond, CA)
2008 to Present
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc) AND SPECIFIC ROLE IXI Check if project performed with current firm
$4.3 M. Construction Manager. Agency: City of Richmond. Scope: Provided design management for the City's pavement management
plan and implementation of a pavement management program based on the plan. Rehabilitation of existing asphalt concrete pavement
throughout the City, which includes base failure repairs; crack sealing; chip sealing, slurry sealing, wedge and conform grinding; milling of
existing asphalt concrete; removal of surfacing and base; overlaying using conventional asphalt concrete and rubberized hot mix asphalt;
constructing concrete ADA curb ramp, driveway, curb and gutter; placement of striping and installing traffic signal detector loops.
Responsibilities: Ghirardelli Associates moderated during the design process, developed the procurement package, supported the City
through selection and bid protests and is managing the construction work through active involvement with day to day activities on the
project sites to ensure quality work and accurate billing in compliance with the contract documents.
A
Implemented weekly update meetings to assess and inform the City regarding project wellness. Contractor provides a 3 -week look
ahead schedule which alerts advance notice and allows us to review schedule impact to minimize disruption to project progress and
ultimately costs. Additionally, these meetings provide the City with accurate intelligence to post through Twitter for public outreach and
community awareness. Due to other City projects ongoing and upcoming we can minimize conflicts between various city departments
and their respective contracts.
Mr. Chui performed daily inspections of contractor's work to verify compliance with contract plans and specifications. Detailed records
and quantity calculations are tracked to verify contractor's requests for progress payments. All activities, throughout the life of the project,
are recorded and file. We utilize project documentation to generate weekly and monthly wellness reports in order to communicate
effectively with City Representatives and manage the project effectively. Over 80% of the efforts by the Construction Manager and
Inspector are direct quality assurance activities related to the contractor's work product in the field.
At this time there are no claims; however, if these services are required, Paul will review and negotiate all project claims, including
contractor correspondence, review project specification to determine if contractor's claim has merit and lead efforts to support the
agency's position.
Project scheduling support services, including development, review, maintenance and recommendations to accelerate or minimize delays
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM zm(6/2ow) pxGc 2
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM zm(6ou04) pxGs 3
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (if applicable)
On -Call Construction Management Services
(Richmond, CA)
2008 to Present
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm
$2 M. Project Management. Agency: City of Richmond. Scope: Manage a variety of deferred maintenance projects including, lighting
replacement, paving repairs, irrigation system replacement, rip rap replacement and reconstruction of concrete steps.
Responsibilities: Defining the scope, developing cost estimates and specifications, procurement management, construction management
and development of follow on maintenance programs. Further responsibilities include coordination between various city agencies,
regulatory agencies, design consultants and neighborhood organizations.
No claims; all potential project issues resolved before contract completion.
Project scheduling support services, including development, review, maintenance and recommendations to accelerate or minimize
(1) TITLE AND LOCATION (City and State)
2 YEAR OMPLETED
SFOBIB Self -Anchored Suspension (SAS) Span
PROFESSIONAL SERVICES CONSTRUCTION (if applicable)
(San Francisco, CA)
1/07 to 12/07
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm
$200 M & 1.4 B. Assistant Resident Engineer. Agency: Caltrans, D4. Scope: Responsible for renovations and new office projects. The
Control Center is an existing facility and the offices are comprised of new DOH approved modular custom-built units.
B
Responsibilities: Managed a $2 million budget for various construction activities. He coordinated work activities to minimize conflict with
different trades; monitored hazardous material removal, performed final walkthrough and established punch list items, performed periodic
field inspections and witnessed contractor tests to ensure compliance with plans and specs. He also monitored project costs and budget,
reviewed and approved invoices, reviewed and negotiated change orders, prepared meeting agenda and chaired weekly meetings with
internal staff and outside subcontractors.
No claims; all potential project issues resolved before contract completion
Project scheduling support services, including development, review, maintenance and recommendations to accelerate or minimize
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (if applicable)
Oakland International Airport Terminal 2 Construction, Port of Oakland
(Oakland, CA)
1/06 to 12/06
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE IXI Check if project performed with current firm
$100 M. Quality Control Manager. Agency: Port of Oakland. Scope: Renovation of the existing Terminal 2— added mechanical room,
C
installed new mechanical and electrical systems, put in a new baggage conveyor system. This project also expanded the existing
Southwest terminal. Work was divided into 13 sections with activities going on in different sections simultaneously.
Responsibilities: Resolved an ongoing list of non -conformances on the project, some of them dated more than a year old. He worked
with the Owner's special inspector to make sure work was done per plans and specifications; and performed inspections, reinforcing for
concrete slabs and walls, structural steel, fireproofing , Cement -Treated Base (CTB) etc for quality control. Mr. Chui worked with the
general contractor superintendents to ensure the contractor testing and inspection plan was implemented properly-, and reviewed and
submitted the daily superintendent reports to the owner on a weekly basis.
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM zm(6ou04) pxGs 3
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM rm(6o004) pxss 4
(1) TITLE AND LOCATION (Co and State)
(2) YEAR
COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (if applicable)
Capital Improvement Projects
Wet Weather Phase 1, Sewer Line & Pump Station Upgrade, $20 M
Landslide Repair, Junipero Serra Blvd., $3.5 M
1/02 to 12105
Seismic Retrofit & Upgrade of Fire Stations, Approx. $1 M (per station)
(South San Francisco, CA)
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm
$4 M. Construction Inspection. Agency: City of South San Francisco. Scope: Wet Weather Phase 1, Sewer Line & Pump Station
Upgrade, $20 M, Landslide Repair, Junipero Serra Blvd., $3.5 M, and Seismic Retrofit & Upgrade of Fire Stations, ranging $1 M (per
Responsibilities: Resolving outstanding field issues with contractors; and overseeing on-site improvements of a residential subdivision,
pipeline replacement and pump station upgrade.
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (if applicable)
Sewer Replacement & Pump Station Upgrade
(South San Francisco, CA)
1/05 to 12/06
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm
$2.5 M. Construction Inspector/Construction Manager. Agency: City of South San Francisco. Scope: Coordinating testing and
construction management of a 15" sewer line replacement and pump station upgrade.
Responsibilities: Inspection and making sure the work was done in accordance with plans and specifications. He was also responsible
for heavy traffic control and ensured the general contractor was in compliance with OSHA safety regulations.
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (if applicable)
BART UPS (Uninterruptible Power Supply) Upgrade
(South San Francisco, CA)
1/01 to 12/02
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc,) AND SPECIFIC ROLE El Check if project performed with current firm
$11M. ProjectManager, Agency:BART. Scope: Replacing batteries and UPS at various stations.
Responsibilities: Worked under tight schedule and constraint. Provide project schedule, submittals, RFI. Procure and coordinate
material delivery. Submit progress payment and cost estimates, review and approve invoices. Attend progress meeting; negotiated
change orders. Supervise field crew and subs.
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (if applicable)
BART AATC( Advanced Automatic Train Control)
(South San Francisco, CA)
1/01 to 12/02
F
(3) BRIEF DESCRIPTION (Briel'scope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm
$2.1 M. Project Manager. Agency: BART. Scope: Installing telecom equipments along BART tracks during non -revenue hours.
Responsibilities: Work under tight schedule and constraint. Provide project schedule, submittals, RFI. Submit progress payment and
cost estimates, review and approve invoices. Attend progress meeting; negotiated change orders. Supervise field crew.
(1) TITLE AND LOCATION (Co and State) (2) YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION (if applicable)
HSQ Technology
(South San Francisco, CA) 1/00 to 12102
F
(3) BRIEF DESCRIPTION (Brief scope, size, cost, ctc.) AND SPECIFIC ROLE 0 Check if project performed wit, current firm
$XX M. Project Manager. Scope: Mr. Chui was responsible for various projects in the private and public sector.
Responsibilities: Planning and controlling team activities, overseeing project cash flow and expenditures, negotiating and approving
change orders, supervising field construction personnel and developing and monitoring project schedules.
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM rm(6o004) pxss 4
(1) TITLE AND LOCATION (City and State)
(2) YEAR COMPLETED
rROFESSIONAL SERVICES
CONSTRUCTION (if applicable)
Pacific, Gas & Electric (PG&E)
(San Francisco, CA)
1/83 to 12/00
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm
Mr. Chui was employed by Pacific Gas and Electric for 17 years. During his employment, Mr. Chui went from a civil design engineer up
to a major project manager. His activities included the following:
Major Project Manager, 1998 — 2000: As a major project manager, Mr. Chui was responsible for defining project scopes, budgets and
schedules, worked with the land department on utility assessments, coordinated with various municipalities on major relocation projects
and reviewed and approved contact documents.
Gas Planning Engineer, 1993 — 1998: As a gas planning engineer, Mr. Chui provided operational guidelines for pipeline operations,
custom designed a visual basic application program to minimize fuel consumption for gas compressors which resulted in an annual
savings of $500,000 to PG&E and performed technical analysis on curtailment issues.
Quality Assurance Engineer, 1991 — 1993: As a quality assurance engineer, Mr. Chui assumed a proactive role in identifying and
resolving compliance issues with interfacing organizations, revise testing procedures for quality control and reviewed technical problem
reports and performed root cause analysis on projects.
Civil Design Engineer, 1983 — 1991: As a civil design engineer, Mr. Chui performed a variety of structural calculations for company
facilities ranging from wood frame to steel and concrete structures. He also provided direction to drafters and junior engineers to produce
design drawings, reviewed and approved vendor and consultant drawings and conducted spill containment feasibility studies and
prepared cost summary reports.
(1) TITLE AND LOCATION (City and State)
(2) YEAR
COMPLETED
PROFESSIONAL SERVICES
CONSTRUCTION (if applicable)
Great Texas Development Co
(Plano,Texas)
1/82 to 12/82
(3) BRIEF DESCRIPTION (Brief scope, size, cost, etc.) AND SPECIFIC ROLE 0 Check if project performed with current firm
$XX M. Project Coordinator. Agency: XX. Scope: XX
Responsibilities: Supervised field construction personnel for shopping center projects, administered contracts and reviewed progress
payments, acted as a liaison between the developer and nearby residents and represented the company in public hearings.
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM zm(6mn04) pxmc 5
1970 Broadway, Suite 920
Oakland, CA 94612
(510) 4514180 fax (510) 451-4182
Cost Estimate
Construction Management/inspection Services for
City's Paving Project
City of San Rafael
r /►
NOTES:
1. Hourly rates include vehicle and cell phone.
To:. . Pagel of 8 2012-11-17 00:53:53 (GMT) 19256096550 From: Certificate Processing
Direct: (925) 609-6500 Toll -Free: (800) 877-4560 Fax: (925) 609-6550
2300 Clayton Road_ Suite 300, Concord, CA 94520
License: #0767776
FAX COVER SHEET
Date: 11/16/12
Company: City of San Rafael
Fax Number: (415) 485-3334
Subject: Certificate of Insurance for Ghirardelli Associates, Inc.
Please find the attached certificate of insurance as requested.
Sincerely,
Hub International Certificate Processing
A01
certrequest@17ubintemational.com
This transmission is only for the use of the individual named above. If the reader of this
message is not the intended recipient, you are hereby notified that any dissemination,
distribution or copying of this communication is strictly prohibited. If you have received this
communication in error, please immediately notify us telephone and return the original
document to the above address via U.S. mail. Thank you.
To:. Page 2 of 8 2012-11-17 00:53:53 (GMT) 19256096550 From: Certificate Processing
Client#: 319144 GHIRARDE
ACORD,. CERTIFICATE OF LIABILITY INSURANCE
DATE (MWODtYYYY)
F11/16/2012
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.
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(ies) 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
NAMTACT
E:
Hub InternationalPHONE
(A/C,No Ext): 925 609-6500 925 609-6550
A(C, No
HUB Int'i Insurance Serv. Inc.
E-MAIL
P.O. Box 4047
ADDRESS:
EACH OCCURRENCE
$1,000,000
INSURER(S) AFFORDING COVERAGE
NAIC I
Concord, CA 94524-4047
INSURERA: Hanover Insurance Company
22292
INSURED
---------------—---
INSURERB: Navigators Specialty Ins Co
36056--
Ghirardeili Associates, Inc.
TravelPCas Co of Amer
INSURER C : ers Prop
25674
2055 Gateway Place, Suite 410
INSURERD: Continental Casualty Company
20443
San Jose, CA 95110
INSURER EAllmerica Financial Benefit Ins
41840
GENERAL AGGREGATE
INSURER F:
COVERAGES CERTIFICATE NUMBER: 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 CONTRACTOR 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
LTR
TYpE OF INSURANCE
ADDL
INSR
SUBR
WVD
POLICY NUMBER
POLICY EFF
MMt001YYW
POLICY EXP
MMlDDlYYW
LIMITS
A
GENERAL LIABILITY
ZHF892721002
1/15/2012
1111512011
EACH OCCURRENCE
$1,000,000
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE X OCCUR
pG
AMA
PREMISTO RENTED
S Ea occurrence
MEQ EXP (Any one person)
$500 000
$10,000
PERSONAL & ADV INJURY
_
$ 1,000,000
GENERAL AGGREGATE
__s21000,000____
PRODUCTS - COMP/OP AGO
- $2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER.
$
POLICY JE X PROCT X LOC
E
AUTOMOBILE
LIABILITY
(
AWF976337500
1111512012
11115/2013
COM IMI
cadentlSING LIMIT--
ANY
ANY AUTO
BODILY INJURY (Per person)
$
X
ALL OWNED SCHEDULED
AUTOS AUTOS
HIRED AUTOS X NON -OWNED
AUTOS_'Per
(
j
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
accident'
$ _
$
B
UMBRELLALIA13 X I OCCUR
CH12EXC7175611C
1/15/2012
11/15/2013
EACH OCCURRENCE
! $10,000,000
AGGREGATE
i $10 000 000
X
EXCESSLIAB CLAIMS -MADE
DED X RETENTION $0
$
C
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
ANY PROPRIETOR/PARTNERIEXECUtIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
( N ! A
PJUB109D441012
0610112012
0610112013
'
X UJC STATU- OTH-
E.L. EACH ACCIDENT
$110001000
EL. DISEASE- EA EMPLOYEE
$1,000,000
if yes, describe under
DESCRIPTION OF OPERATIONS below
`
E . DISEASE - POLICY LIMIT
`
$1 000 000
D
Professional Liab
AEH288376164
6/01/2012
06/01/2013
Per Claim: $5,000,000
Aggregate: $5,000,000
Ded: $35,000
DESCRIPTION OF OPERATIONS ILOCATIONS i VEHICLES (Attach ACORD 101, Additional Remarks Schedule, ifmore space is required)
Re: Project #11203, Citywide Street Resurfacing 2012 Project (GAI Project #1231).
City of San Rafael, its officers, agents and employees, as additional Insured and Primary Wording applies
to General Liability and Auto Liability per attached 421-0778 0909, 421-0452 0607, CA2048 0299 & CA0001
0306. Professional Liability Prior Acts: Full Retro.
City of San Rafael
Department of Public Works
111 Morphew Street
San Rafael, CA 94901
ACORD 25 (2010/05) 1 of 1
#S1936935IM1933275
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
O 1988-2010 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
SK42
To:. Page 3 of 8 2012-11-17 00:53:53 (GMT) 19256096550 From: Certificate Processing
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
CALIFORNIA COMMERCIAL GENERAL LIABILITY SPECIA1
BROADENING ENDORSEMENT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SUMMARY OF COVERAGES
1. Additional Insured by Contract, Agreement or Pen-nA
2- Additional Insured - Broad Form Vendors
3. Aggregate Limit per Location
4. Alienated Premises
S. Bodily Injury Redefined
Broad Form Property Damage - Borrowed Equipment, Customers Goods &
Use of Elevators
7. Extended Property Damage
8. Incidental Malpractice (Employed nurses, EMTs & paramedics)
9. Knowledge of Occurrence
10. Liberalization Clause
11. Medical Payments - Increased Limit
12. Mobile Equipment Redefined
13. Newly Acquired or Formed Organizations - Covered unlit end or policy period
14. Non -owned Watercraft
16. Personal Injury - Broad Form
16� Product Recall Expense
- Each Occurrence Limit
- Aggregate Limit
17. Property Damage Legal Liability (Fire, Lighting, Explosion, Smoke or Leakage Damage)
18. Supplementary Payments Increased Limits
- Bail Bonds
- Loss of Earnings
19. Unintentional Failure to Disclose Hazards
20. Unintentional Failure to Notify
Included
Included
Included
Included
Included
Included
Included
Included
Included
Included
$ 10,000
Included
Included
S1 a.
Included
S 25.000
$ 50,000
$500,000
This endorsement amends coverages provided under the Commercial General Liability Coverage Form through new
coverages, higher limits and broader coverage grants.
1. Additional Insured by Contract, Agreement or
Permit
Under Section H - Who Is An insured, Paragraph 4.
is added as follows:
4. a. Any person or organization with whom you
agreed, because of a written contract, written
agreement or permit to provide insurance, is
an insured, but only with respect to:
(1) 'Your work" for the additional insured(s) at
the location designated In the contract,
agreement or permit: or
(2) Premises you own, rent, lease or occupy.
This insurance applies on a primary basis
if that is required by the written contract
written agreement or permit.
b. This provision does not apply.
(1) Unless the written contract or written
agreement has been executed or pen -rift
has been issued prior to the `bodily injury",
"property damage", "personal injury" or
"advertising injury".
Includes copyrighted material of ISO Insurance Services Office, Inc. with its per -mission.
421-0778 09 09
0921
To: . Page 4 of 8 2012-11-17 00:53:53 (GMT) 19256096550 From: Certificate Processing
(2) To any person or organization included as
an insured by an endorsement issued by
uaand made part o[this Coverage Part.
(3) To any person or organization included
as on insured under Item 2 of this
endorsement.
(4) Tnany lessor ofequipment:
(a) After the equipment lease expires, m/
(b) If the "bodily injury", "property dam-
age",
am-
a^ "personal injury" or "advertising
injury" arises out of sole negligence
of the lessor.
(5) To any:
(a) Owners -or other interests from whom
land has been leased which takes
place after the lease for the land ex-
p/reo;nr
(b) Managers or lessors ofpremises if
(D The occurrence takes place after
you cease to boo tenant in that
premises; or
(|i) The "bodily in/ ''. "property
damage", "personal injury" or
"advertising injury~ arises out of
structural a|bsraVons, new con-
struction or demolition
operations performed by or on
behalf ofthe manager orlessor.
2. Additional Insured - Broad Form Vendors
Under Section U'Who |sAmInsured, Paragraph S.
is added as follows:
5.a. Any person or organizationwith whom you
agreed, because of a written contract or
written agreement to provide insurance, but
only with respect to "bodily, injury" or
.property damage" arising out of 'your
products" which are distributed or sold in the
- regularcourse of the vendor's ""==ss,
subject tothe following additional exclusions:
b' The insurance afforded the vendor does not
apply to:
(1) "Bodily "property damage" for
which the vendor is obligated to pay dam-
ages by reasons of the assumption of li-
ability in a contract or agreement, This
exclusion does not apply to liability for
damages that the insured would have in
the absence of the contract or agreement;
(2) Any express warranty unauthorized by
you;
(3) Any phyo/oo| or chemical change in the
product made intentionally bythe vendor
(4) Repackaging, less unpacked solely for
the purpose of inspection,
demonstration, testing, or the substitution
of parts under instruction from the
manufacturer, and then repackaged in
the original container;
(5) Any failure to make
justments, tests or servicing as the
vendor has agreed to make or normally
undertakes to make |nthe usual course
o[business inconnection with the sale o[
the product;
(5)Demonstration, installation, servicing or
repair openg|ona, except such
operations performed at the vendor's
premises in connection with the sale of
the product;
(7) Products which, after distribution or sale
by you, have been labeled or relabeled or
used as a container, part or ingredient of
any thing or substance by or for the
vendor,
c. This Insurance does not apply to any insured
person or organization, from whom you have
acquired such products, or any ingredient,
part or container, entering Into, accompany-
ing or containing such products,
3. Aggregate Limit Per Location
(1) Under Section |O - Limits of Insurance the
General Aggregate Limit applies separately to
each of your ''|ncatiune" owned by or rented to
you.
(2) Under Section ~ Definitions, definition 23. is
added ayfollows:
23. "Location" mourm pnsmboo involving the
same or connecting |cdo or premises whose
connection is interrupted only by e atreei,
roadovoy, weienmey or right-ofmayo[a rail-
road,
4. Alionatod Premises
Under Section | -Cov—e--=�A�,-~^u~~h� Exclu-
sions, j. (2) in nap|h the
following;
p4 Premises you sell, if the
uproperty damage" arises out of any part of those
premises and occurred from hazards that were
known by you, or should have reasonably been
known by you, at the time the property was
transferred or abandoned,
5. Bodily Injury Redefined
Under Section V' Definitions, definition3."bodily
injury" isreplaced inits entirety with the following:
Page 2 of 6
Includes copyrighted material cfISO Insurance Services Office, Inc, with its permission,
To: . Page 5 of 8 2012-11-17 00:53:53 (GMT) 19256096550 From: Certificate Processing
POLICY NUMBER: AVVF976337500 COMMERCIAL AUTO
CA2U4882S9
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED INSURED
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GARAGE COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
TRUCKERS COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi-
fied bythis endorsement.
This endorsement identifies person(s) or orQanizadon(s)who are "insureds" under the Who Is An Insured Provi-
sion
This endorsement changes the policy effective on the inception date ofthe policy unless another date is indicated
Endorsement Effective: 11/15/2012
Named Insured:
GHIRARDELLI ASSOCIATES INC.
P191:11149111111114
Name of Person(s) or Organ ization(s):
ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE A WRITTEN CONTRACT, WRITTEN AGREEMENT
omPERMIT, ToPROVIDE INSURANCE SUCH 4o|aAFFORDED UNDER THIS POLICY.
`
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations
osapplicable tothe endursement)
Each person or organization shown in the Schedule is an "insured" for Liability Cuvensge, but only to the extent
that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section
Uofthe Coverage Form.
[A 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1of1
To: . Page 6 of 8 2012-11-17 00:53:53 (GMT) 19256096550 From: Certificate Processing
ZHF882721002
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY'
Other Insurance Primary amdNwn~ComNribwtory
(Additional Insured)
This endorsement modifies insurance provided under the follcwing�
COMMERCIAL GENERAL LIABILITY COVERAGE PART
The following isadded toSection KV—Commercial General Liability Conditions
4.Other Insurance
a. Additional Insureds
(a) That is Fine. Extended
|fyou agree inawhttvvh
written
Coverage, Buildersewoon�nac�.
agmome�orp�n ��Veim�mmm
-
Risk, Installation Risk or
'
provided to any parson o/orQanizaiion/work^�
similar coverage for
inc|udodayanAdditional Insured under
'-- '
Section UU — Who is An Insured, is
(b) That in Fire insurance
primary and non'conhibutory, the
for premises rented to
following applies:
the Additional Insured
or temporarily occupied
by the Additional
/f other valid and collectible insurance is
Insured with permission
available to the Additional Insured for a
ofthe mwnac
loss we cover under Coverages Aor B�
of this Coverage Part, our obligations
(o) That is insurance
are limited aafollows:
purchased by the
—
Additional Insured to
1'PrfnnaryUmsuramce
cover the Additional
This insurance is primary to other
|nnunad'o liability as a
insurance that is ava||eU|u to the
tenant for "property
Additional Insured which covers the
damage" to pnenninoa
Additional Insured an a Named
rented to the Additional
Insured. We will not seek
Insured or temporarily
contribution from any other
occupied by the
insurance available tothe Additional
Additional with
Insured except:
ponn|oa|on of the
L For the sole negligence
g�nce o� the
� or
Additional Insured;
(d) If the baa arises out of
ii when the Additional
oma| Insured is
maintenance or
|on�| Insured under
an Additional
��e�' "autos" or
another primary liability policy-,
watercraft to the ax1on|
or
not subject to Exclusion
g. of Section \ —
III. when 2.below applies.
Coverage ^u — Bodily
It this insurance is primary, our
Injury And Property
obligations are not affected unless
Damage Liability.
any of the other insurance is also
When this insurance is exceao, we will have
primary. Then, wewill share with all
nuduty under Coverages Ao,B tudefend the
that other insurance by the method
insured against any ^su|r' if any other insurer
described in 3. below.
has a duty to defend the mnu'eu against that
2- Excess Insurance
^uuir. V no who, insurer debnds, we who
Thiminaunano*imaxcananver� �
undertake m do au but we will be entitled /o
'
thuinou,ed's rights against all those other
(1) Any ofthe other insurance,
insurers.
whether primary, oxu*oa.
contingent or on any other
When this insurance is excess over m»ar
basis:
insurance, we will pay only our share of the
amount of the |ass, if any, that exceeds the
sum of:
Page 1of2
421-0452 06 07
Includes copyrighted material mInsurance Services Offices, mc,with its permission
ro: . Page 7 of 8 2012-11-17 00:53:53 (GMT) 19256096550 From: Certificate Processing
Q) The total amount that all such other
insurance would pay for the loss inthe
absence ofthis insurance; and
(2) The hatul of all deductible and self-
insured amounts under all that other
insurance.
We will share the remaining |oeo. if any,
with any other insurance that is not
described in this Emoaoa Insurance
provision and was not bought specifically
to apply in oxooam of the Limits of
Insurance shown in the Declarations of
this Coverage Part.
421-0452 06 07
3. Method Of Sharing
U all of the other insurance permits
contribution by equal shares. we will
follow this method also, Under this
mppnmaoA each insurer contributes equal
amounts until it has paid its applicable
limit of insurance or none of the loss
remains, whichever comes first.
If any of the other insurance does not
permit contribution by equal nhavac, we
will contribute by limits. Under this
.
method, each insurer's share iabased on
the ratio n1i\oe U b|oUmitof|neunanoo
to the total applicable limits of insurance
of all insurers.
*icmue^vnpywomeumaterial m/insurance Services Offices, Inc,with its permission
In
To: . Page 8 of 8 2012-11-17 00:53:53 (GMT) 19256096550 From: Certificate Processing
POLICY NUMBER: AWF976337500
b. The covered ^mw\o^
c. Your interest in the covered "auto"; or
6. Aclaim under this Coverage Form.
3' Liberalization
If we revise this [:overage Form to provide
more coverage without additional premium
chorga, your policy will automatically provide
the additional coverage oswfthe day the re-
vision is effective in your state.
4` No Benefit ToBm/lmm'Physical Damage
Coverages
We will not recognize any assignment or
grant any coverage for the benefit of any
person or organization holding. storing or
transporting property for a fee regardless of
any other provision of this Cove/age Form
o' Other Insurance
m- For any covered "auto" you own. this
Coverage Form provides primary insur-
ance.
nsuranoe. For any covered "auto" you don't
own, the insurance provided bythis Cov-
erage Form is excess over any other
collectible insuranceHovvavar, while o
covered "auto" which is a "trailer" is con-
nected to another vehicle, the Liability
Coverage this Coverage Form provides
for the "trailer" is:
(1) Excess while it is connected to mo-
tor vehicle you donot own.
' (2) Primary while it is connected to a
,covered ^autm^you own.
b. For Hired Auto Physical Damage Cover-
age. any covered "auto' you |naae' h|ra,
rent orborrow is deemed to be a covered
^auto°you own. Hmwever, any "auto" that
is |eowe6, hired, rented or borrowed with
odr|ver |mnot m covered -auto".
c. Regardless of the provisions of Para-
graph a. above. this Coverage Form's Li-
ability Coverage is primary for any|iabi|-
ity assumed under an "insured contract".
d. When this Cnxmrnga Form and any other
Coverage Form or policy covers on the
same bas|n, either excess or primory, we
will pay only our share. Our share is the
proportion that the Limit of Insurance of
our Coverage Form bears to the total of
the limits nfall the Coverage Forms and
policies covering onthe same basis.
The
Hanover
Insurance Group,.
6.Premium Audit
a' The estimated premium for this Coverage
Form is based on the exposures you told
us you would have when this policy be -
gen. We will compute the final premium
due when we determine your actual ex-
posures. The estimated total premium
will be credited against the final premium
due and the first Named Insured will be
billed for the ba|ance. K any. The due
duha for the final premium or retrospec-
tive premium Is the duby shown as the
due date on the bill. If the estimated 0o\u|
premium exceeds the final premium due.
the first Named Insured will get u refund,
b. If this policy is issued for more than one
year, the premium for this Coverage
Form will becomputed annually based on
our rates orpremiums in effect at the be-
ginning of each year of the policy.
a'ginninAofeachyamrofthcpoiicy.
7. Policy Period, Coverage Territory
Under this Coverage Form, we cover "acci-
dents" and "losses" occurring:
anci'donts^and^|oeoen"oocuning:
m' During the policy period shown /n the
Declarations-, and
b. YV|1h|n the coverage territory,
The coverage territory is:
a. The United States oYAmerica'
.
b. The territories and possessions of the
United States of America;
c. Puerto Rico;
d. Canado;and
a' Anywhere in the world if:
(1) A covered "auto" of the private pas-
senger type is |eooed, hired, rented or
borrowed without a driver for e period
oY3Odays or less; and
(2) The ^}nsuned'm" responsibility to pay
damages is determined in a "suit" on
the merits, in the United States of
Amerioo, the territories and posses-
sions of the United States of 8madca.
Puerto Rico, nrCanada or in msettle-
ment weagree to.
We also cover "|omw^ to. or "accidents" in-
volving, m covered "auto" while being trans-
ported between any oythese places.
KA 00 01 03 06 Copyright, ISO Properties, !nc,2005 Page gof12
CITY OF SAN RAFAEL
INSTRUCTIONS: USE THIS FORM WITH EACH SUBMITTAL OF A CONTRACT, AGREEMENT,
ORDINANCE OR RESOLUTION BEFORE APPROVAL BY COUNCIL/ AGENCY.
SRRA / SRCC AGENDA ITEM NO.
DATE OF MEETING: 11/5/12
FROM: Nader Mansourian
DEPARTMENT: PUBLIC WORKS
DATE: 10/26/12
TITLE OF DOCUMENT:
RESOLUTION ACCEPTING A PROPOSAL FROM GHIRARDELLI ASSOCIATES, INC. FOR
PROFESSIONAL SERVICES TO PROVIDE PROJECT ADMINISTRATION AND INSPECTION
SERVICES FOR THE CITYWIDE STREET RESURFACING 2012 PROJECT, PROJECT NO.
11203 AND AUTHORIZING THE PUBLIC WORKS DIRECTOR TO EXECUTE AN AGREEMENT
IN THE AMOUNT OF $100,000.
r
Department Head (signature)
*** *** *** ***
*** *** ***
*** *** *** *** *** ***
*** *** ***
(LOWER HALF OF FORM FOR APPROVALS ONLY)
APPROVED AS COUNCIL
/ AGENCY
APPROVED AS TO FORM:
AGENDA ITEM:
City Manager (signature)
City Attorney (signature)
� .... 154,01
1
PROFESSIONAL SEI
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.
Step
Responsible
Description
Completion
De artment
Date
I
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
necessary (as defined by City Attorney/City
Ordinance*).
4
City Attorney
Review and approve form of agreement;
bonds, and insurance certificates and
endorsements.
5
City Manager / Mayor I or
Agreement executed by Council authorized
De artment Head
official.
6,
City Clerk
City Clerk attests signatures, retains original
J;t/1 01[2 -
agreement and forwards copies to the
contracting department.
To be completed by Contracting Department:
tw
Project Manager:- "/,7 Name:
01 Project
Agendized for City Council Meetidg"' 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.