Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Rossi Storm Water Pump Station Rehabilitation ProjectAgenda Item No: 4_a
Meeting Date: November 16, 2015
SAN RAFAEL CITY COUNCIL AGENDA REPORT
Department: Public Works
Prepared by: Director of Public Works (LB) City Manager Approval:
File No.: 08.06.62
TOPIC: ROSSI STORMWATER PUMP STATION REHABILITATION PROJECT
SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AWARDING A CONTRACT FOR CONSTRUCTION OF THE ROSSI
STORMWATER PUMP STATION REHABILITATION PROJECT, CITY
PROJECT NO. 11191, TO VALENTINE CORPORATION IN THE AMOUNT OF
$1,348,369 AND AUTHORIZING THE EXPENDITURE OF UP TO $162,000
(APPROX. 12%) FOR PROJECT CONTINGENCIES.
RECOMMENDATION: Staff recommends that the City Council adopt the resolution awarding the
construction contract to Valentine Corporation in the amount of $1,348,369 with an additional
contingency of approximately $162,000.
BACKGROUND: The Rossi Stormwater Pump Station, located adjacent to 555 Francisco Boulevard
East, was originally constructed in 1952 by the California Department of Transportation (Caltrans). In
1998 Caltrans constructed the North Francisco Pump Station, resulting in a significant reduction in the
Rossi Pump Station watershed area, from 197 acres to 50 acres.
The Rossi Stormwater Pump Station structure was operational last winter. However, the main concrete
structure has deteriorated to a point where the entire system could fail at any time. The failure of this
pump station could result in significant flooding on Francisco Boulevard East.
During a study session held in June, 2010, staff presented photos of the pump station to the City Council
and recommended that reconstruction of the station be included in the 5 -Year Capital Improvement
Program. In March 2014, the City advertised the project for bid, however, the cost for the construction
exceeded the budget at that time. The pump station rehabilitation is included in the 3 -Year Capital
Improvement Program for Fiscal Years 2015/16 through 2017/18 which was approved by City Council on
March 16, 2015.
FOR CITY CLERK ONLY
File No.: 4-1-673
Council Meeting: 11/16/2015
Disposition: Resolution 14036
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Pa2e: 2
On December 20, 2010, City Council accepted a proposal from CSW/Stuber-Stroeh Engineering Group
(CSW/ST2) for the design of the project for an amount not to exceed $178,163.00 for design,
environmental document preparation and construction support services.
This project will widen the sidewalk in front of the pump station from 4 feet to 6.5 feet to provide a buffer
from adjacent vehicular traffic as well as provide additional space for bicyclists and pedestrian fronting
the pump station. Public Works performed a multi -modal study of the project area on September 28,
2015, to ensure that access is maintained through this corridor.
The Rossi Pump Station Rehabilitation Project has been determined to have no significant effect on the
environment and is therefore categorically exempt from California Environmental Quality Act (CEQA)
requirements.
A coffer dam is required to make the necessary modifications to this pump station. Permits from the
California Department of Fish and Wildlife, San Francisco Regional Water Quality Control Board, and
the U.S. Army Corps of Engineers have been obtained. The Fish and Wildlife permit requires that work
not occur prior to March 15, 2016 and the permit expires on December 31, 2016. There is an 8 -month
lead period to obtain the pumps and electrical equipment. Moving forward with the construction contract
at this time will allow sufficient time to order equipment and be ready to perform the construction after
this year's rainy season.
The project was advertised in accordance with San Rafael's Municipal Code on August 21, 2015, with an
engineer's estimate of $875,000.00. However, during the bidding period, the design engineers discovered
an error in their estimate such that the engineer's estimate was amended to be $1,255,000.00. Based on
limited funding, an addendum to the bid package was forwarded to all plan holders requesting that a bid
alternative be provided which incorporated a different pump manufacturer. Contractors were required to
submit bids for ITT Flygt pumps with tungsten mechanical seals, which is the City's preferred pump type
for this project. In addition, contractors were required to submit an alternative pump manufacturer which
utilized silicon mechanical seals. The revised bidding documents were structured so that the lowest
responsible and responsive bidder shall be selected based upon the City's preferred pumps which are the
Flygt pumps. The bid documents reserved the right for the City to select the bid alternative after award of
the contract.
On October 6, 2015, the following bids were received and read aloud: the Base Bid plus the Flygt pumps:
NAME OF BIDDER
BASE BID AMOUNT
(Fivet Pumps)
Valentine Corporation
$1,348,369.00
Thompson Builders
$1,363,500.00
Maggiora & Ghilotti
$1,505,505.00
The low bidder's alternative bid, which did not utilize Flygt Pumps, was $1,418,369, which is higher than
the base bid and as such we do not recommend moving forward with this alternative.
ANALYSIS: The referenced bids have been reviewed by Public Works staff and found to be both
responsive and responsible. The low Base Bid from Valentine Corporation in the amount of $1,348,369
falls within the allocated project budget.
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Pa2e: 3
Since the Flygt pumps are the City's preferred manufacturer and the prices for this pump manufacturer is
less than the alternative proposals, we recommend proceeding with accepting the base bid amount from
the low bidder.
PUBLIC OUTREACH: During the design of the project, staff informed the nearby businesses of the
proposed project. In addition, in May, 2015, the City of San Rafael Public Works Department hosted a
series of public information sessions to inform residents of upcoming projects on Francisco Boulevard
East and Grand Avenue, including the Rossi Pump Station Rehabilitation project. Other projects included
the Francisco Boulevard East Street Repairs, Francisco Boulevard East Sidewalk Widening Project,
Grand Avenue Bicycle/Pedestrian Bridge, and Second Street/Grand Avenue Intersection Improvements.
In order to accommodate all interested parties, the City varied the location and time of these events. The
events were an open forum type, enabling interested parties to attend as long as they desired. City staff
was available to discuss the projects and answer questions. Spanish translation services were available at
all events. Informational flyers were distributed in both English and Spanish.
Prior to construction, the City will post notices at the project site and distribute flyers in both English and
Spanish that will include construction commencement dates. During construction, City staff will keep
nearby businesses informed of construction activities and will maintain a project -specific website that will
be updated weekly to reflect changes in the project schedule.
Traffic control measures will need to be installed during the construction, which will affect vehicular and
pedestrian travel on Francisco Boulevard East. Public Works staff, as well as our construction inspection
consultant, will be addressing the access through the construction site daily to make sure it is functioning.
Coordination with adjacent businesses and signage will be important to provide safe access.
FISCAL IMPACT: To date, $166,366.27 has been charged to this project for consultant design,
permitting fees and document reproduction. The remaining project expenditures include construction by
Valentine Corporation, a recommended contingency of approximately 12%, consultant provided
construction inspection services, and consultant provided construction support and material testing and
sampling, bringing the total project budget to $1,810,000.00.
The following tables summarize funding sources and expenses:
FUNDING SOURCES
Project F nding Sources
Allocation
Notes
Stormwater Fund (Fund 9205)
$1,810,000.00
Total Available Funds
$1,810,000.00
CSW-Stuber Stroeh Consultant Design
EXPENSES
Category
Amount
Notes
Already Charged Expenses
Design
$158,973.75
CSW-Stuber Stroeh Consultant Design
Permits
$2,963.00
Various Regulatory Permits
Document Reproduction
$4,429.52
Already Charged Expenses Subtotal
$166,366.27
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Pa2e: 4
Remaining Expenses
Construction Contract
$1,348,369.00
Base Bid plus Flygt Pump Alternate Bid
Construction Contingency
$162,042.92
Contingency (approx. 12%)
Construction Design Support
$28,221.81
Remaining CSW/Stuber-Stroeh
Contract
Supplies and Services
$30,000.00
Materials Testing and Sampling
(anticipated)
Construction Inspection Services
$75,000.00
Consultant provided*
Remaining Expenses Subtotal
$1,643,633.73
Total Project Cost
$1,810,000.00
*The Department of Public Works will solicit proposals from various firms for inspection services. This
contract will be brought to City Council for award after this process is complete, but before construction
commences in the Spring of 2016.
OPTIONS:
1. Adopt the resolution awarding the contract to Valentine Corporation, the lowest responsive and
responsible bidder, in the amount of $1,348,369. If this option is chosen, construction will
commence as soon as possible.
2. Do not award the contract and direct staff to rebid the project.
3. Do not award the contract and direct staff to stop work on the project.
ACTION REQUIRED: Adopt the resolution awarding the construction contract to Valentine
Corporation in the amount of $1,348,369 and authorize the expenditure of approximately $162,000 for the
projects contingency.
Enclosures: Resolution
Agreement
RESOLUTION NO. 14036
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AWARDING A CONTRACT FOR CONSTRUCTION OF THE ROSSI STORMWATER
PUMP STATION REHABILITATION PROJECT, CITY PROJECT NO. 11191, TO
VALENTINE CORPORATION IN THE AMOUNT OF $1,348,369 AND AUTHORIZING
THE EXPENDITURE OF APPROXIMATELY $162,000 FOR PROJECT
CONTINGENCIES.
WHEREAS, on the 6 1 day of October, 2015, 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:
"Rossi Stormwater Pump Station Rehabilitation"
City Project No. 11191
In accordance with the plans and specifications on file in the office of said City Clerk; and
WHEREAS, the bid of Valentine Corporation at the unit prices stated in its $1,348,369
bid was and is the lowest and best bid for said work and said bidder is the lowest responsible
bidder; and
WHEREAS, City staff has recommended that a contingency amount of up to $162,000
(approximately 12%) will be required for said project.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
RESOLVES as follows:
1. The plans and specifications for the "Rossi Stormwater Pump Station
Rehabilitation", City Project No. 11191, on file in the office of the City Clerk, are
hereby approved.
2. The bid of Valentine Corporation is hereby accepted at the unit prices set forth
therein, and the contract for said work and improvements is hereby awarded to
Valentine Corporation at the unit prices mentioned in said bid.
3. The City Manager and the City Clerk are authorized and directed to execute a
contract with Valentine Corporation for said work, in a form approved by the City
Attorney, and to return the bidder's bond upon the execution of said contract.
4. Funds are authorized in the amount of up to $162,042.92 for project
contingencies.
5. Funds in the total amount of $1,810,000 will be appropriated from Stormwater
Fund Number 205.
6. The City Manager is hereby authorized to take any and all such actions and make
changes as may be necessary to accomplish the purpose of this resolution.
I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the
foregoing Resolution was duly and regularly introduced and adopted at a regular meeting of the
City Council of said City held on the Monday, the 16th day of November, 2015 by the following
vote, to wit:
AYES: COUNCILMEMBERS: Bushey, Colin, Gamblin & Vice -Mayor McCullough
NOES: COUNCILMEMBERS: None
ABSENT: COUNCILMEMBERS: Mayor Phillips
le
ESTHER C. BEIRNE, City Clerk
File No.: 08.06.62
City of San Rafael ♦ California
Form of Contract Agreement
For
Rossi Stormwater Pump Station Rehabilitation Project
City Project No. 11191
This Agreement is made and entered into this I(PU day of <V owar4Bg2 r? Ky and between the City of
San Rafael (hereinafter called "City") and Valentine Corporation (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 described in the plans and specifications for the project entitled: Rossi Stormwater Pump
Station Rehabilitation Project, City Project No. 11191, all in accordance with the Specifications and Contract
Documents dated August 2015, which are hereby made a part of this Agreement.
II- Time of Completion
(a) The work to be performed under this Contract shall be commenced within Five (5) Working Days after the
date of written notice by the City to the Contractor to proceed.
(b) "Notice to Proceed" will signify the beginning of the 8 -month lead period to obtain materials. However,
no field work shall commence, until the delivery of the equipment.
(c) All work shall be completed, including all punchlist work, within One Hundred Forty (140) Working
Days, and after the 8 -month lead period for acquisition of materials, and with such extensions of time as
are provided for in the Contract Documents.
III - Liquidated Damages
It is agreed that, if all the work required by the contract is not finished or completed within the number of working
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 $1,900 for each
and every calendar day's delay in finishing the work in excess of the number of working 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.
,A IA
Page 1 of 4
ITEM
DESCRIPTION
ESTIMATED
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
BASE BID
Site Preparation: Includes mobilization, traffic control,
I
construction fencing, storage, and material handling.
I
LS
@
$64,000.00
=
$64,000.00
Dewatering: Includes coffer dam and dewatering
design plan, California Department of Fish and Wildlife
(CDFW), National Marine Fisheries Service (NMFS),
and Regional Water Quality Control Board (RWQCB)
requirements, installation and removal of temporary
2.
dewaterin assembly (coffer dam) and gluggin_& at inlet.
I
LS
@
$200,000.00
=
$200,000.00
Demolition: Includes removal of fencing, all
equipment, delivery of existing equipment as required
by specifications, excavation, sidewalk, curb/gutter,
portions of retaining walls and levee, portions of sump
and its appurtenances (gates, grating, misc. metal),
generator pad, generator, fuel, and transformer as shown
3.
on the drawings.
I
LS
@
$98,369.00
=
$98,369.00
Furnish and Install Structure: Includes forming, form
liners, new concrete within the pump station, existing
concrete repair and recoating, plugging of existing
openings, removal of formwork, access hatches,
backfill, discharge grates, railings, fencing, signing,
elastomeric coating, and all other appurtenances
pertaining to the structure and its operation as shown on
the drawings. Also includes construction of a pile
supported retaining wall along the existing levee as
4.
shown on the drawings.
I
LS
@
$363,000.00
=
$363,000.00
Furnish and Install Electrical Equipment: Includes
motor control center complete, conduit, pull boxes,
wiring, connections, lighting, outlets, level controls,
alarms, telemetry, power supply connections and all
other appurtenances and operations pertaining to the
successful installation and operation of the pump
6.
station.
I
LS
@
$260,000.00
=
$260,000.00
Furnish and Install Site Improvements: Includes
final site grading, aggregate base, hot mix asphalt, new
concrete sidewalk, curb, and gutter, irrigation pipe,
7.
adjust existing structures to grade, reestablishment of
existing benchmark, final inspection, testing and clean-
up and all other appurtenances pertaining to the
successful installation and operation of the pump
station.
I
LS
@
$43,000.00
=
$43,000.00_
SUBTOTAL BASE BID: $1,028,369.00
ALTERNATE BID ITEM NO. 5a
Furnish and Install Pumping Units: Includes all
pumps, barrels, mounting materials, testing and all other
appurtenances and operations pertaining to the
successful installation and operation of all pump units
based upon the materials and equipment described for
5a.
Alternate Bid Item No. 5a.
I
LS
@
$320,000.00
=
$320,000.00
SUBTOTAL ALTERNATIVE BID ITEM NO. 5A $320,000.00
GRAND TOTAL BID $ 1,348,369.00
Page 2 of 4
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) As soon as possible after the preparation of the estimate, the City shall, after deducting previous payments
made, pay to the Contractor 95% 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 Contractor, shall be valued by the City's Finance Director, whose decision on valuation of
the securities shall be final.
VI - Acceptance and Final Payment
(a) Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer shall
within 5 days make such inspection, and when he finds the work acceptable under the Contract and the
Contract fully performed, he will promptly issue a Notice of Completion, over his own 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) Contractor shall provide a "Defective Material and Workmanship Bond" for 50% of the Contract Price, before
the final payment will be made.
(d) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than
those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after
final payment; (3) requirements of the specifications; or (4) manufacturers' guarantees. It shall also constitute
a waiver of all claims by the Contractor, except those previously made and still unsettled.
(e) If after the work has been substantially completed, full completion thereof is materially delayed through no
fault of the Contractor, and the Engineer so certifies, the City shall, upon certificate of the Engineer, and
without terminating the Contract, make payment of the balance due for that portion of the work fully completed
and accepted.
Such payment shall be made under the terms and conditions governing final payment, except that it shall not
constitute a waiver of claims.
VII - Assignment of Warranties; Waiver of Subrogation
(a) Contractor hereby assigns to City all warranties, guarantees, or similar benefits such as insurance, provided by
or reasonably obtainable from the manufacturers or suppliers of equipment, material or fixtures that Contractor
has installed or provided in connection with the work performed under this Agreement.
(b) Contractor hereby agrees to waive and arrange by contract for its subcontractors to waive any subrogation
rights which any insurer of Contractor or its subcontractors might otherwise acquire in connection with the
insurer's payment to Contractor or its subcontractors of any insured loss with respect to work performed under
this Agreement. Contractor further agrees to obtain and to arrange for its subcontractors to obtain for City's
benefit any endorsements from insurers that may be necessary to effect such waiver of subrogation.
Specifically, any worker's compensation insurance policies of the Contractor or its subcontractors shall be
endorsed with a waiver of subrogation in favor of City for any work performed by Contractor or its
Page 3 of 4
subcontractors under this Agreement, and copies of such endorsements shall be provided to City.
IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute
this Agreement the day and year first written above.
ATTEST:
Esther C. Beirne
City Clerk
APPROVED AS TO FORM:
_ ro
Robert F. Epstein
City Attorney
File No.: 08.06.62
Page 4 of 4
VALENTINE CORPORATION:
Printed Name: Robert 0. Valentine
Title: President
To Whom It May Concern:
I, Madeleine Valentine, Secretary of Valentine Corporation hereby attest that the
following action was taken at a regular meeting of the Board of Directors of the
Corporation on September 19, 2003.
That, effective immediately, the Board of Directors approve the naming of Robert
O. Valentine Jr. as President of Valentine Corporation.
As well as President, ROV, Jr. will assume the title of Chief Operating Officer
(COO).
Robert O. Valentine Sr. will assume the title of Chief Executive Officer (CEO) and
Chairman of the Board.
That. the Board of Directors enacts the following resolution in affirmation of
existing policy:
BE IT RESOLVED, that the President and/or the Chic, Executive Officer be
authorized to execute on behalf of the Corporation, agreements pertaining to
performing services for clients and for the finance or least of such items of
property upon such terms and conditions as the officers inhereafter authorized in
their discretion may deem necessary or advisable.
Signed:,
Madeleine Valentine
Secretary, Board of Directors
Valentine Corporation
Date:
r
CERTIFICATE OF LIABILITY INSURANCE Printed On: November 25, 2015
Agent: Insured:
Edgewood Partners Insurance Center (EPIC) Valentine Corporation
Sofia Ocegueda Lisa Davis
(415) 356-3900
requests@epicbrokers.com Idavis@valentinecorp.com
135 Main Street, 21st Floor
San Francisco, CA 94560
General Liability
Carrier Company: First Specialty Insurance Corporation
Common Gen Liability: checked Policy Number: IRG200274400 Each Occurrence: $2,000,000
Claims Made: Effective Date: 09/30/2015 Fire Damage (any one fire):
Occurrence: checked Expiration Date: 09/30/2016
Aggregate Limit Applies Per: Deductible:
Project
Retention:
mo
Carrier Company: zurich American Insurance Co
Any Auto Liability: checked Policy Number: BAP018504200
$100,000
Med.Exp (any one person):
Personal/adv Injury: $2,000,000
General (Aggregate): $4,000,000
Products-comp/op Agg:
$2,000,000
Combined Single Limit (Ea
Accident): $1,000,000
All Owned Autos:
Effective Date: 09/30/2015
Bodily Injury (Per Person):
Scheduled Autos:
Expiration Date: 09/30/2016
Bodily Injury (Per Accident):
Hired Autos: checked
Property:
Non -Owned Autos: checked
Workers Compensation
Carrier Company: zurich American Insurance Co
Policy Number: WC018504300
E.L. Each Accident: $1,000,000
Effective Date: 09/30/2015
E.L. Disease - Ea Employee:
$1,000,000
Expiration Date: 09/30/2016
E.L. Disease - Policy Limit:
$1,000,000
Loan/Job Number: 1164
Job Name: Rossi Stormwater Pump Station
Rehab Proiect
Description of operations, Locations/Vehicles/Special items:
Certificate Holder: Authorized Representative:
City of San Rafael so
Lawrence Moss
lawrence.moss@cityofsanrafael.org
(415) 485-3063
1400 Fifth Ave
San Rafael, CA 94901
A,CtIOR &CERTIFICATE OF LIABILITY INSURANCE
DATE
11/25/201/201 W)
11/25
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER LIC #OB29370 1-415-356-3989
Edgewood Partners Insurance Center (EPIC)
135 Main Street, 21st Floor
CONTACT Teri L. Koehlerr CIC
PAHONN Exit:o. q15-356-3965 FAX
No:415-284-9947
E-MAIL teri.koehler@epicbrokers.com
ADDRESS: p
_ INSURER(S) AFFORDING COVERAGE I NAIC p
A
INSURER A: FIRST SPECIALTY INS CORP 134916
San Francisco, CA 94105
INSURED
INSURER B: ZURICH AMER INS CO 16535
Valentine Corporation
INSURER C:
INSURER D: i
PO Box 9337
INSURER E
INSURER F:
San Rafael, CA 94901
LA JV F' "t, r-1 I -FW I1F11-n IF NIIM4lF N• 4s%nnSg9 mc\11e1A1.1 ---
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
ADDL
N
SUBR
WV
POLICY NUMBER
POLICY EFF
MMIDDfYYYY
I POLICY EXP
MMIDDIYYYY
LIMITS
A
X COMMERCIAL GENERAL LIABILITY
X
X
09/30/15
09/30/16
EACH OCCURRENCE S 2.000,000
a
�IR(3200274400
DAMAGE TO RENTED 100, 000
PREMISES We occurrence S
CLAIMS -MADE OCCUR
MED EXP (Any one person) S Excluded
PERSONAL 8 ADV INJURY S 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE j S 4,000,000
a JEC F-1
RPOLICY LOC
I
PRODUCTS - COMPIOPAGG I S 2,000,000
OTHER:
I
] S
B
AUTOMOBILE
LIABILITY
i
I
BAP018504200
09/30/15
09/30/16
COMBINED SINGLE LIMIT $
Ea accident 1,000,000
ANY AUTO
BODILY INJURY (Per person) I S
Ix
ALL OWNED SCHEDULEDBODILY
AUTOS AUTOS
INJURY Per accident S
( )HIREDAUTOS
X AUTOS
peoacclAenDAMAGE S
5
UMBRELLA LIAB
HCLAIMS-MADE
OCCUR
EACH OCCURRENCE S
AGGREGATE S
EXCESS LIAR
DED I I RETENTIONS
S
B
WORKERS EMPLOYCOMPENSATION ILIT
AND EMPLOYERS' LIABILITY
X
WC018504300
10/01/15
10/01/16
X PER
ERH
Y / N
ANY PROPRIETORIPARTNERIEXECUTIVE
E.L. EACH ACCIDENT S 1,000,000
OFFICERIMEMBER EXCLUDED? 1N
I A
E.L. DISEASE- EA EMPLOYE S 1,000,000
(Mandatory In NH)
If yes, describe under
E.L. DISEASE -POLICY LIMIT IS 1,000,000
DESCRIPTION OF OPERATIONS below
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required)
Re: Job #1164, Rossi Stormwater Pump Station Rehab Project
City of San Rafael is named as additional insured as respects General Liability on a primary and non-contributory basis
per endorsement attached. General Liability and Workers' Compensation waiver of subrogation applies in favor of the
additional insured listed above per endorsements attached.
City of San Rafael
IAttn: Lawrence Moss
1400 Fifth Ave
••jSan Rafael, CA 94901
ACORD 25 (2014/01)
socegueda
45500599
TION
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 ��,{ (.J�
USA `o-- �.
©1988-2014 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
POLICY NUMBER: IRG200274400
COMMERCIAL GENERAL LIABILITY
CG 20 10 11 85
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
Any person or organization for whom you are
perfomling operations when you and such person or
organization have agreed in writing in a contract
or agreement that such person or organization be
added as an additional insured on your policy.
(If no entry appears above, information required to complete this endorsement will be shown in the Declara-
tions as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the
Schedule, but only with respect to liability arising out of "your work" for that insured by or for you.
Hart Farms 8 Services
Reorder No. 14-9389
CG 20 10 11 85 Copyright, Insurance Services Office, Inc., 1984 Page 1 of 1
First Specialty Insurance Corporation
PRIMARY AND NON-CONTRIBUTING INSURANCE
(Third -Party)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the following:
COtNIMERCIAL GENERAL LIABILITY COVERAGE FORM
OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE FORM
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM
RAILROAD PROTECTIVE LIABILITY COVERAGE FORM
Section IV: Conditions, Other Insurance, and all subparts thereof, as contained in the policy is deleted in its
entirety and replaced with the following condition as respects the Third Party shown below:
Section IV: Conditions
Other insurance:
With respect to the Third Party shown below, the insurance provided by this policy shall be primary and
non-contributing insurance. Any and all other valid and collectible insurance available to such Third Party in
respect of work performed by you under written contractual agreements with said Third Party for a loss
covered by this policy, shall in no instance be considered as primary, co-insurance, or contributing insurance.
Rather, any such other insurance shall be considered excess over and above the insurance provided by this
policy.
The Third Party to whom this endorsement applies is:
Blanket as Required by Written Contract
Absence of a specifically named Third Party above means that the provisions of this endorsement apply "as
required by written contractual agreement with any Third Party for whom you are performing work."
All other terms and conditions of this policy shall remain unchanged.
This endorsement forms a part of the policy to which attached, effective on the inception date of the policy unless
otherwise stated herein.
Policy Number: IRG200274400
Named Insured: Valentine Corporation
Endorsement Effective Date: 09/30/15
FSIC 33513 0611 Includes copyrighted material of Insurance Services Office, Inc. with its pennission. Page I of I
POLICY NUMBER: IRG200274400
COMMERCIAL GENERAL LIABILITY
CG 24 04 05 09
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE
Name Of Person Or Organization:
Any person or organization when you and
such person or organization have agreed in
writing in a contract or agreement that you
will waive any right of recovery against
such person or organization.
I Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
The following is added to Paragraph 8. Transfer Of
Rights Of Recovery Against Others To Us of Sec-
tion IV — Conditions:
We waive any right of recovery we may have
against the person or organization shown in the
Schedule above because of payments we make for
injury or damage arising out of your ongoing
operations or "your work" done under a contract
with that person or organization and included in
the "products -completed operations hazard". This
waiver applies only to the person or organization
shown in the Schedule above.
CG 24 04 05 09 © Insurance Services Office, Inc., 2008
Page 1 of 1 TM
Wolters Kluwer Financial Services I Uniform Forms
WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY
WC 04 03 06 (Ed. 4-84)
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -
CALIFORNIA
This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a
different date is indicated below.
(The following "attaching clause' need be completed only when this endorsement is issued subsequent to preparation of the pelicy)
This endorsement, effective on
Policy No. WC018504300
of the Zurich American Insurance Company
issued to Valentine Corporation
Premium (if any) $
at 12:01 A.M. standard time, forms a part of
Authotized Representative
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not
enforce our right against the person or organization named in the Schedule. (This agreement applies only to the
extent that you perform work under a written contract that requires you to obtain this agreement from us.)
You must maintain payroll records accurately segregating the remuneration of your employees while engaged in
the work described in the Schedule.
The additional premium for this endorsement shall be % of the California workers' compensation pre-
mium otherwise due on such remuneration.
Schedule
Person or Organization
Blanket as Required by Written Contract
WC 252 (4-84)
WC 04 03 06 (Ed. 4-84)
Job Description
Page 1 of 'I
CERTIFICATE OF LIABILITY INSURANCE Printed On: November 25, 2015
Agent: Insured:
Edgewood Partners Insurance Center (EPIC) Valentine Corporation
Sofia Ocegueda Lisa Davis
(415) 356-3900
requests@epicbrokers.com Idavis@valentinecorp.com
135 Main Street, 21st Floor
San Francisco, CA 94560
Carrier Company: First Specialty Insurance Corporation
Common Gen Liability: checked Policy Number: IRG200274400
Claims Made: Effective Date: 09/30/2015
Occurrence: checked Expiration Date: 09/30/2016
Aggregate Limit Applies Per: Deductible:
Project
Each Occurrence: $2,000,000
Fire Damage (any one fire):
$100,000
Med.Exp (any one person):
Personal/adv Injury: $2,000,000
Il
Description of operations, Locations/Vehicles/Special items:
Certificate Holder: Authorized Representative:
City of San Rafael so
Lawrence Moss
lawrence.moss@cityofsanrafael.org
(415) 485-3063
1400 Fifth Ave
San Rafael, CA 94901
Retention:
General (Aggregate): $4,000,000
Products-comp/op Agg:
$2,000,000
Automobile Liability
Carrier Company: zurich American Insurance Cc
Any Auto Liability: checked
Policy Number: BAP018504200
Combined Single Limit (Ea
Accident): $1,000,000
All Owned Autos:
Effective Date: 09/30/2015
Bodily Injury (Per Person):
Scheduled Autos:
Expiration Date: 09/30/2016
Bodily Injury (Per Accident):
Hired Autos: checked
Property:
Non -Owned Autos: checked
Workers Compensation
Carrier Company: zurich American Insurance Co
Policy Number: WC018504300
E.L. Each Accident: $1,000,000
Effective Date: 09/30/2015
E.L. Disease - Ea Employee:
$1,000,000
Expiration Date: 09/30/2016
E.L. Disease - Policy Limit:
$1,000,000
Loan/Job Number: 1164
Job Name: Rossi Stormwater Pump Station
Rehab Proiect
Il
Description of operations, Locations/Vehicles/Special items:
Certificate Holder: Authorized Representative:
City of San Rafael so
Lawrence Moss
lawrence.moss@cityofsanrafael.org
(415) 485-3063
1400 Fifth Ave
San Rafael, CA 94901
ACOR"m CERTIFICATE OF LIABILITY INSURANCE °Ll/25/2015 '
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(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 LIC #OB29370 1-415-356-3989 CONTACT
NAME: Teri L. Koehler, CIC
Edgewood Partners Insurance Center (EPIC) PHONE q15-356-3965 FAX 415-284-9947
C N Ext• AIC No•
135 Main Street, 21St Floor
0
E-MAIL
ADDRESS:
teri.koehler@epicbrokers.com
P
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
1
�TR
....n,ym ,,........,,
INSURERS AFFORDING COVERAGE
_
NL #
AI,.m,,.,.,,,.
San Francisco, CA 94105
INSURERA
FIRST SPECIALTY INS CORP
A
34916
INSURED
INSURERS
ZURICH A14ER INS CO
09/30/15
16535
Valentine Corporation
DAM AGE TO a REccNTrenceED 100,000
PREMISES EourS
MED EXP (Any one person) S Excluded
,,,, ........
INSURER C .
j
PO Box 9337
INSURER D:
I
INSURER E:
San Rafael, CA 94901
INSURER F:
GEN`LAGGREGATE LIMIT APPLIES PER:
COVERAGES CFRTIFICATF NIIMRFRr 45500599
RFVICInM NIIIMRI:R-
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
1
�TR
TYPE OF INSURANCE
I N DL SUER
POLICY NUMBER
M.POILIC .=1
POLICY EXP
JM.IDDIYYYY1LIMITS
A
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE L....X,X]OCOJR
X
X
�V
�IRG200274400
09/30/15
09/30/16
EACH OCCURRENCE S 2,000,000
DAM AGE TO a REccNTrenceED 100,000
PREMISES EourS
MED EXP (Any one person) S Excluded
,,,, ........
PERSONAL 8 ADV INJURY S 2,000,000
_...................................................................... ....._..__.__
GENERAL AGGREGATE S 4,000,000
GEN`LAGGREGATE LIMIT APPLIES PER:
X PRO
POLICY
ROTHER: JECT .......� LOC
PRODUCTS-COMP/OPAGG S 2.000, 000
V
Is
B
AUTOMOBILE
LIABILITY
'....
BAP018504200
09/30/15
09/30/16
COMBINED SINGLE LIMIT S
Ea accident 1,000,000
ANY AUTO
BODILY INJURY (Per person) 1 S
Ix
ALL OWNED SCHEDULEDBODILY
INJURY (Per accident) S
NON,OAUTOSAUTOSHIRED AUTOS X AUTOSWNED
P eOr accident) YDAMAGE S
S
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE S
AGGREGATE S
EXCESS LIAB
CLAIMS -MADE
DED I I RETENTIONS
S
B
WORKERS EMPLOY RS'LSAILITTION
ANO EMPLOYERS' LIABILITY Y / N
ANY PROPRIETOR/PARTNER/EXECUTIVEE.L.
OFFICERIMEMBER EXCLUDED7 �
N / A
X
WC018504300
10/01/15
10/01/16
PER
X STATUTE ER
EACH ACCIDENT S 1,000,000
E.L. DISEASE- EAEMPLOYEd S 1,000,000
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE- POLICY LIMIT I S 1, 000, 000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Addltlonal Remarks Schedule, may be attached If more space Is required)
Re: Job #1164, Rossi Stormwater Pump Station Rehab Project
City of San Rafael is named as additional insured as respects General Liability on a primary and non-contributory basis
per endorsement attached. General Liability and Workers' Compensation waiver of subrogation applies in favor of the
additional insured listed above per endorsements attached.
CERTIFICATE HOLDER CANCELLATION
City of San Rafael
Attn: Lawrence Moss
1400 Fifth Ave
ISan Rafael, CA 94901
ACORD 25 (2014/01)
socegueda
45500599
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
USA I �
©1988-2014 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
POLICY NUMBER: IRG200274400
COMMERCIAL GENERAL LIABILITY
CG 20 10 11 85
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
Any person or organization for whom you are
perfornling operations when you and such person or
organization have agreed in writing in a contract
or agreement that such person or organization be
added as an additional insured on your policy.
(If no entry appears above, information required to complete this endorsement will be shown in the Declara-
tions as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the
Schedule, but only with respect to liability arising out of "your work" for that insured by or for you.
Hart Forms & Services
Reorder No. 14-9389
CG 20 10 11 85 Copyright, Insurance Services Office, Inc., 1984 Page 1 of 1
First Specialty Insurance Corporation
PRIMARY AND NON-CONTRIBUTING INSURANCE
(Third -Party)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the following:
CONINIIERCIAL GENERAL LIABILITY COVERAGE FORM
OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE FORM
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM
RAILROAD PROTECTIVE LIABILITY COVERAGE FORK(
Section IV: Conditions, Other Insurance, and all subparts thereof, as contained in the policy is deleted in its
entirety and replaced with the following condition as respects the Third Party shown below:
Section IV: Conditions
Other Insurance:
With respect to the Third Party shown below, the insurance provided by this policy shall be primary and
non-contributing insurance. Any and all other valid and collectible insurance available to such Third Party in
respect of work performed by you under written contractual agreements with said Third Party for a loss
covered by this policy, shall in no instance be considered as primary, co-insurance, or contributing insurance.
Rather, any such other insurance shall be considered excess over and above the insurance provided by this
policy.
The Third Party to whom this endorsement applies is:
Blanket as Required by Written Contract
Absence of a specifically named Third Party above means that the provisions of this endorsement apply "as
required by written contractual agreement with any Third Party for whom you are performing work."
All other terms and conditions of this policy shall remain unchanged.
This endorsement forms a part of the policy to which attached, effective on the inception date of the policy unless
otherwise stated herein.
Policy Number: IRG200274400
Named Insured: Valentine Corporation
Endorsement Effective Date: 09/30/15
FSIC 33513 0611 Includes copyrighted material of Insurance Services Office, Inc. with its pennission. Page 1 of 1
POLICY NUMBER: IRG200274400
COMMERCIAL GENERAL LIABILITY
CG 24 04 05 09
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE
Name Of Person Or Organization:
Any person or organization when you and
such person or organization have agreed in
writing in a contract or agreement that you
will waive any right of recovery against
such person or organization.
I Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
The following is added to Paragraph 8. Transfer Of
Rights Of Recovery Against Others To Us of Sec-
tion IV — Conditions:
We waive any right of recovery we may have
against the person or organization shown in the
Schedule above because of payments we make for
injury or damage arising out of your ongoing
operations or "your work" done under a contract
with that person or organization and included in
the "products -completed operations hazard". This
waiver applies only to the person or organization
shown in the Schedule above.
CG 24 04 05 09 © Insurance Services Office, Inc., 2008
Page 1 of 1 TM
Wolters Kluwer Financial Services I Uniform Forms
WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY
WC 04 03 06 (Ed. 4-84)
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -
CALIFORNIA
This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a
different date is indicated below.
(The following 'attaching clause' need be completed only when this endorsement is issued subsequent to preparation of the policy)
This endorsement, effective on
Policy No. WC018504300
of the 'Zurich American Insurance Company
issued to Valentine Corporation
Premium (if any) $
at 12:01 A.M. standard time, forms a part of
Aulhorize<J Repress entalive
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not
enforce our right against the person or organization named in the Schedule. (This agreement applies only to the
extent that you perform work under a written contract that requires you to obtain this agreement from us.)
You must maintain payroll records accurately segregating the remuneration of your employees while engaged in
the work described in the Schedule.
The additional premium for this endorsement shall be oto of the California workers' compensation pre-
mium otherwise due on such remuneration.
Schedule
Person or Organization
Blanket as Required by Written Contract
WC 252 (4-84)
WC 04 03 06 (Ed. 4-84)
Job Description
Page 1 of 1
PROFESSIONAL SERVICES AGREEMENT/CONTRACT
COMPLETION CHECKLIST AND ROUTING SLIP
Below is the process for getting your professional services agreements/contracts finalized and
executed. Please attach this "Completion Checklist and Routing Slip" to the front of your
contract as you circulate it for review and signatures. Please use this form for all professional
services a;;reements/contracts (not just those requiring City Council approval).
This process should occur in the order presented below.
Step
_Repons-ible
Responsible
Description
Completion
De .art
...........
Da
1
.
City Attorney
....
Review, revise, and comment on draft
agreement.
.
2
__......................................
Contracting Department
Forward final agreement to contractor for
AVNWN` _
their signature. Obtain at least two signed
ems^ .
originals from contractor.
......... �_._.
_...._
......
3
.......
Contracting Department
Agendize contractor -signed agreement for
1114 «--
Council approval, if Council approval
necessary (as defined by City Attorney/City
.�.
*)
Ordinance*).
_ ..........
form
4
Ci tyAttorney
Review and approve of agreement;
4vv „li,
bonds and insurance certificates andti•#�*
..........................................
endorsements.Yrp
......._......_........................................ ._......................................... ... .�....�......... �
r
, a �`'��s'
5
__.,...�
City Manager / Mayor / or
Agreement executed by Council authorized
Dep Head
official. ........._._........_...
_._..
6
..
City Clerk
_.....�.
City Clerk attests signatures, retains original
agreement and forwards copies to the
..
ty f •
PINSK
To be completed by Contracting Department:
Project Manager: 1f1Qn 'roject Name: 1 T ' M! raC,f pm�
Agendized for City Council Meeting of (if necesw ry):
If you have questions on this process, please contact the City Attorney's Office at 485-3080.
* Council approval is required if contract is over $20,000 on a cumulative basis.
ROUTING SLIP / APPROVAL FORM
INSTRUCTIONS: Use this cover sheet with each submittal of a staff report before approval
by the City Council. Save staff report (including this cover sheet) along
with all related attachments in the Team Drive (T:) 4 CITY COUNCIL
AGENDA ITEMS 4 AGENDA ITEM APPROVAL PROCESS 4 [DEPT -
AGENDA TOPIC]
Agenda Item # q -a
Date of Meeting: 11/16/2015
From: Dean Allison
Department: Public Works
Date: 11/5/2015
Topic: AWARD A CONTRACT FOR CONSTRUCTION OF THE ROSSI STORMWATER
PUMP STATION REHABILITATION PROJECT
Subject: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AWARDING A CONTRACT FOR CONSTRUCTON OF THE ROSSI STORMWATER PUMP
STATION REHABILITATION PROJECT, CITY PROJECT NO. 11191, TO VALENTINE
CORPORATION IN THE AMOUNT OF $1,348,369.00 AND AUTHROZING THE EXPENDITURE
OF UP TO $162,042.92 (APPROX. 12%) FOR PROJECT CONTINGENCIES FOR A TOTAL
AUTHORIZATION OF $1,810,000.
Type: ® Resolution ❑ Ordinance
❑ Professional Services Agreement ❑ Other:
APPROVALS
® Finance Director
Remarks: Van Bach
® City Attorney
Remarks: LG -Approved 11/5/15 with revisions and questions for Finance.
® Author, review and accept City Attorney / Finance changes
Remarks:
Z City Manager
Remarks:
FOR CITY CLERK ONLY
File No.:
Council Meeting:
Disposition:
City of San Rafael ♦ California
Form of Contract Agreement
for
Rossi Stormwater Pump Station Rehabilitation
City Proiect No. 11191
This Agreement is made and entered into this day of _ ............... 2015 by and between the City of San
Rafael (hereinafter called City) and Valentine Corporation (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 described in the plans and specifications for the project entitled: Rossi Stormwater Pump
Station Rehabilitation, City Project No. 11191, 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
Contractor shall furnish insurance as required in the "Insurance Requirements Sheet" attached hereto and
incorporated herein by reference. The required additional insured coverage for City under contractor's liability
insurance policy shall be primary with respect to any insurance or coverage maintained by City and shall not call
upon city's insurance or self-insurance for any contribution.
II- Time of Completion
(a) The work to be performed under this Contract shall be commenced within Five (5) Working Days after the
date of written notice by the City to the Contractor to proceed.
(b) "Notice to Proceed" will signify the beginning of the 8 -month lead period to obtain materials. However,
no field work shall commence, until the delivery of the equipment.
(c) All work shall be completed, including all punchlist work, within One Hundred Forty (140) Working
Days, and after the 8 -month lead period for acquisition of materials, 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 working
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 $1,900 for each
and every working day's delay in finishing the work in excess of the number of working days prescribed above; and
the Contractor agrees to pay said liquidated damages herein provided for, and further agrees that the City may
deduct the amount thereof from any moneys due or that may become due the Contractor under the contract.
IV - The Contract Sum
The City shall pay to the Contractor for the performance of the Contract the amounts determined for the total
number of each of the units of work in the following schedule completed at the unit price stated. The number of
units contained in this schedule is approximate only, and the final payment shall be made for the actual number of
units that are incorporated in or made necessary by the work covered by the Contract.
ITEM
DESCRIPTION
ESTIMATED
QUANTITY
I UNIT
UNIT PRICE
TOTAL PRICE
BASE 8ID
Site Preparation: Includes mobilization, traffic control,
1
construction fencing, storage, and material handling.
1
LS
@
$64,000.00
—
$64,000.00
Dewatering: Includes coffer dam and dewatering
design plan, California Department of Fish and Wildlife
(CDFW), National Marine Fisheries Service (NMFS),
and Regional Water Quality Control Board (RWQCB)
requirements, installation and removal of temporary
2.
dewateringassembl (coffer dam) and plugging at inlet.
1
LS
@
$200,000.00
$200,000.00
ITEM
DESCRIPTION
ESTIMATED
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
Demolition: Includes removal of fencing, all
equipment, delivery of existing equipment as required
by specifications, excavation, sidewalk, curb/gutter,
portions of retaining walls and levee, portions of sump
and its appurtenances (gates, grating, misc. metal),
generator pad, generator, fuel, and transformer as shown
3.
on the drawings.
1
LS
@
$98,369.00
—
$98,369.00
Furnish and Install Structure: Includes forming, form
liners, new concrete within the pump station, existing
concrete repair and recoating, plugging of existing
openings, removal of formwork, access hatches,
backfill, discharge grates, railings, fencing, signing,
elastomeric coating, and all other appurtenances
pertaining to the structure and its operation as shown on
the drawings. Also includes construction of a pile
supported retaining wall along the existing levee as
4.
shown on the drawings.
1
LS
@
$363,000.00
=
$363,000.00
Furnish and Install Electrical Equipment: Includes
motor control center complete, conduit, pull boxes,
wiring, connections, lighting, outlets, level controls,
alarms, telemetry, power supply connections and all
other appurtenances and operations pertaining to the
successful installation and operation of the pump
6.
station.
1
LS
@
$260,000.00
=
$260,000.00
Furnish and Install Site Improvements: Includes
final site grading, aggregate base, hot mix asphalt, new
concrete sidewalk, curb, and gutter, irrigation pipe,
7.
adjust existing structures to grade, reestablishment of
existing benchmark, final inspection, testing and clean-
up and all other appurtenances pertaining to the
successful installation and operation of the pump
station.
1
LS
@
$43,000.00
=
$43,000.00
SUBTOTAL BASE BID: $1,028,369.00
ALTERNATE BID ITEM NO. 5a
Furnish and Install Pumping Units: Includes all
pumps, barrels, mounting materials, testing and all other
appurtenances and operations pertaining to the
successful installation and operation of all pump units
based upon the materials and equipment described for
5a.
I Alternate Bid Item No. 5a.
1
LS
@
1 $320,000.00
=
$320,000.00
SUBTOTAL ALTERNATIVE BID ITEM NO. 5A $320,000.00
GRAND TOTAL BID $ 1,348,369.00
V - Progress Payments
(a) On not later than the 6th day of every month the Public Works Department shall prepare and submit an
estimate covering the total quantities under each item of work that have been completed from the start of the
job up to and including the 25th day of the preceding month, and the value of the work so completed
determined in accordance with the schedule of unit prices for such items together with such supporting
evidence as may be required by the City and/or Contractor.
(b) As soon as possible after the preparation of the estimate, the City shall, after deducting previous payments
made, pay to the Contractor 95% 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 Contractor, 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 City Engineer
shall within 5 days make such inspection, and when he finds the work acceptable under the Contract and the
Contract fully performed, he will promptly issue a Notice of Completion, over his own 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 City 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) Contractor shall provide a "Defective Material and Workmanship Bond" for 50% of the Contract Price, before
the final payment will be made.
(d) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than
those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after
final payment; (3) requirements of the specifications; or (4) manufacturers' guarantees. It shall also constitute
a waiver of all claims by the Contractor, except those previously made and still unsettled.
(e) If after the work has been substantially completed, full completion thereof is materially delayed through no
fault of the Contractor, and the City Engineer so certifies, the City shall, upon certificate of the City Engineer,
and without terminating the Contract, make payment of the balance due for that portion of the work fully
completed and accepted.
Such payment shall be made under the terms and conditions governing final payment, except that it shall not
constitute a waiver of claims.
IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute
this Agreement the day and year first written above.
ATTEST:
Esther C. Beirne
City Clerk
APPROVED AS TO FORM:
Robert F. Epstein
City Attorney
File No.: 08.06.62
CITY OF SAN RAFAEL:
Jim Schutz
City Manager
VALENTINE CORPORATION:
Printed Name:
Title: