Loading...
HomeMy WebLinkAboutPW SRTS Woodland Avenue Sidewalk Improvement Projectarrvo� Agenda Item No: 5 naopt Meeting Date: April 4, 2011 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Publics Prepared by: Public Works Director (IGVI) -City Manager Approval 1M File No.: 18.10.16 SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR WOODLAND AVENUE SIDEWALK IMPROVEMENTS FOR LAUREL DELL ELEMENTARY SCHOOL, A SAFE PATHWAYS TO SCHOOL PROJECT, PROJECT NO. 11124, TO GIHLOTTI BROTHERS, INC., IN THE AMOUNT OF $164,669.00 RECOMMENDATION: Staff recommends that the City Council adopt the resolution awarding the contract to Ghilotti Brothers, Inc. in the amount of $164,669.00. BACKGROUND: On February 190', 2008 the City Council adopted Resolution No. 12431 which approved an agreement with the Transportation Authority of Marin (TAM) for the safe pathways project at Laurel Dell Elementary School otherwise known as the Woodland Avenue Sidewalk Improvements for Laurel Dell Elementary School. This project includes the installation of more than 1,000 feet of sidewalk and the installation of curb ramps along Woodland Avenue between Lovell Avenue and Lindaro Street. The engineer's estimate was $220,000. The following twelve bids were received: NAME OF BIDDER AMOUNT Ghilotti Brothers, Inc. $164,669.00 Ghilotti Construction, Inc. $192,401.50 Able General Engineering, Inc. $198,150.13 Rosa Brothers Construction $199,524.00 Team Ghilotti, Inc $209,732.00 Fieldstone Construction Co. $218,253.00 Kat Construction $228,293.50 California Contractors $237,057.14 Coast Construction $239,864.00 NorCal Concrete Inc. $251,568.00 Two of the twelve submitted bids we filled out incorrectly and were not accepted as a compliant bid. In addition, the low bidder made a mathematical error in their bid such that the unit prices were used to calculate their total. FOR CITY CLERK ONLY File No.: 4 —I -&.?, 6 Council Meeting: 4I4% i Disposition: P6504.v-i-1veJ l_../�s SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2 This project which is funded through a Safe Routes to Schools Program (SR2S) utilizing Measure A funding addresses the installation of the sidewalk and ramps along this roadway. The existing crosswalks on Woodland Avenue do not meet current accessibility code requirements. Upgrading these crosswalks would require full reconstruction of the roadway and its drainage systems which would exceed the allocated budget. It is anticipated that the improvements to the roadway crosswalks and drainage systems in this area will be included in future Capital Improvement projects. ANALYSIS: The City has received a $250,000 allocation from Measure A through the Transportation Authority of Marin for this Safe Routes to School Project. The bid from Ghilotti Brothers, Inc. of $164,669.00 falls within the allocated project budget. A contingency greater than the normal 10% is recommended for this project based on the fact that there are many utilities within this roadway and that there exact location may conflict with the work. FISCAL fiNIPACT: To date, a total of $16,313.81 has been charged to this project for the project design. The remaining project costs include construction work to be performed by Ghilotti Brothers, Inc. a 15% construction contingency, and some plan and specification reproduction costs resulting in a remaining project cost of $233,686.19 and a total project cost of $250,000. The following table summarizes the costs which are associated with this project: Category -Eden Expense Code Amount Already Charged Expenses Surveying Design Printing Services Already Charged E.rpenses Subtotal Remaining Expenses Constriction Construction Management Remaining Expenses SubTotal Total Project Cost Note(s) $11,000.00 Phil Danskin & Associates 5,115.00 KimLey Horn Associates 1,989.81 ARC $16,313.81 $164,669.00 Base Bid Contract Amount 25,331.00 Contingency (approximately 15%) 43,686.19 $233,686.19 $250,000.00 We therefore request that the Council approve a total project cost of $250,000 from the following funding sources: Source Amount Note(s) Safe Routes to Schools Grant (SR2S) $250,000.00 Total Available Funds $250,000.00 OPTIONS: The Council can choose not to award the contract and direct Staff to rebid the project. If the project is rebid, loss of the SR2S funding is likely. ACTION REQUIRED: Adopt Resolution awarding contract to Ghilotti Brothers, Inc. in the amount of $164,669.00. hnclosures 1. Resolution 2. Agreement RESOLUTION NO. 13125 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE WOODLAND AVENUE SIDEWALK IMPROVEMENTS FOR LAUREL DELL SCHOOL, A SAFE PATHWAYS TO SCHOOLS PROJECT, PROJECT NO. 11124, TO GHILOTTI BROTHERS, INC., IN THE AMOUNT OF $164,669.00 WHEREAS, on the 171h day of March, 2011, 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: "Woodland Avenue Sidewalk Improvements for Laurel Dell School, a Safe Pathways to School Project" Project No. 11124 in accordance with the plans and specifications therefore on file in the office of said City Clerk; and WHEREAS, the bid of Ghilotti Brothers, Inc., at the unit prices stated in its bid was and is the lowest and best bid for said work and said bidder is the lowest responsible bidder. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Rafael, that the bid of Ghilotti Brothers, Inc. is hereby accepted at said unit prices and that the contract for said work and improvements is hereby awarded to Ghilotti Brothers, Inc at the unit prices mentioned in said bid. IT IS FURTHER ORDERED AND RESOLVED that the Public Works Director and the City Clerk of said City be authorized and directed to execute a contract with Ghilotti Brothers, Inc, in a form approved by the City Attorney, for said work and to return the bidders bond upon the execution of said contract. RESOLVED, FURTHER, that the Public Works Director is hereby authorized to take any and all such actions and make changes as may be necessary to accomplish the purpose of this resolution. City of San Rafael ♦ California Form of Contract Agreement for N),'oodland Avenue Sidewalk Improvements for Laurel Dell School, Project No. 11124 This Agreement is made and entered into this 4th day of April, 2011 by and between the City of San Rafael (hereinafter called City) and Ghilotti Brothers, Inc. (hereinafter called Contractor). Witnesseth, that the City and the Contractor, for the considerations hereinafter named, agree as follows: I - Scope of the Work The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in the specifications for the project entitled: Woodland Avenue Sidewalk Improvements for Laurel Dell Elementary School, Project No. 11124, all in accordance with the requirements and provisions of the Contract Documents as defined in the General Conditions which are hereby made a part of this Agreement. The liability insurance provided to City by Contractor under this contract shall be primary with respect to any other insurance available to the City. II - Time of Completion (a) The work to be performed under this Contract shall be commenced within SEVEN (7) CALENDAR DAYS after the date of written notice by the City to the Contractor to proceed. (b) "Notice to Proceed" will signify the beginning of the work. (c) All work shall be completed within 30 WORKING DAYS for the base bid items, and with such extensions of time as are provided for in the General Conditions. IIl - Liquidated Damages It is agreed that, if all the work required by the contract is not finished or completed within the number of calendar days as set forth in the contract, damage will be sustained by the City, and that it is and will be impracticable and extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by reason of such delay; and it is therefore agreed that the Contractor will pay to the City, the sum of $500 for each and every calendar day's delay in finishing the work in excess of the number of calendar days prescribed above; and the Contractor agrees to pay said liquidated damages herein provided for, and further agrees that the City may deduct the amount thereof from any moneys due or that may become due the Contractor under the contract. IV - The Contract Sum The City shall pay to the Contractor for the performance of the Contract the amounts determined for the total number of each of the units of work in the following schedule completed at the unit price stated. The number of units contained in this schedule is approximate only, and the final payment shall be made for the actual number of units that are incorporated in or made necessary by the work covered by the Contract. Page 1 Total Base Bid = 164,669.00 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 90% of the amount of the estimate as approved by the Public Works Department. (c) Final payment of all moneys due shall be made within 15 days after the expiration of 35 days following the filing of the notice of completion and acceptance of the work by the Public Works Department. (d) The Contractor may elect to receive 100% of payments due under the contract from time to time, Without retention of any portion of the payment by the public agency, by depositing securities of equivalent value with the public agency in accordance with the provisions of Section 4590 of the Page 2 Unit Item Description Quantity Measure Unit Cost Total 1 Mobilization (Not to exceed 3% of the Base Bid) 1 LS 2,000 2,000.00 2 Signs and Traffic Control 1 — LS 3,000 3,000.00 3 Clearing and Grubbing 1 LS 6,100 6,100.00 4 Excavation 115 CY 150 17,250.00 5 Minor Concrete - Minor Structures - - a. Type A Curb and Gutter 113 LF 31 3,503.00 b. Type A Modified Curb and Gutter 161 LF 31 4,991.00 c. Curb and Gutter Transition 92 LF 30 2,760.00 d. 4 Inch Thick PCC Sidewalk 4269 SF 12 51,228.00 e. 6 Inch Thick PCC Sidewalk 524 SF 14 7,336.00 f. Curb Ramp - Case A 2 EA 1,200 2,400.00 g. Curb Ramp - Case C 1 EA 1,400 1,400.00 h. Curb Ramp - Case C Modified Downturn 1 EA 2,700 2,700.00 i. Curb Ramp - Case F 5 EA 900 4,500.00 j. Curb Ramp - Case G 3 EA 1,100 3,300.00 k. Curb Ramp - Case CM 2 EA 1,200 2,400.00 I. Cobblestone Hardscape 128 SF 35 4,480.00 Furnish and install ADA Truncated Domes on 6 Existing Curb Ramps 68 SF 20 1,360.00 7 Furnish and Install Trench Drains with Grates 1 LS 12,000 12,000.00 8 Furnish and Install Sidewalk Underdrain 1 LS _ 1,000 — 1,000.00 -- — 9 -- -- _....-........._...........__.. Asphalt Concrete - Full Depth AC section - 3/4" Max. Aggregate a. (10.5" thick) 112 Ton 170 19,040.00 _ Full Depth AC section - 1/2" Max. Aggregate (1.5" b. thick) 16 Ton 160 2,560.00 10 _ Wood Fence 24 LF 40 960.00 11 Furnish and Install Tree Root Guard 186 LF 16 2,976.00 12 Signs and Striping 1 LS 5,425 5,425.00 13 Pothole Existing PG&E utilities 1 LS - - Total Base Bid = 164,669.00 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 90% of the amount of the estimate as approved by the Public Works Department. (c) Final payment of all moneys due shall be made within 15 days after the expiration of 35 days following the filing of the notice of completion and acceptance of the work by the Public Works Department. (d) The Contractor may elect to receive 100% of payments due under the contract from time to time, Without retention of any portion of the payment by the public agency, by depositing securities of equivalent value with the public agency in accordance with the provisions of Section 4590 of the Page 2 Government Code. Such securities, if deposited by the Contracor, shall be valued by the City's Finance Director, whose decision on valuation of the securities shall be final. VI - Acceptance and Final Payment (a) Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer shall within 5 days make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed, lie 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 terns and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the City within 15 days after the expiration of 35 days following the date of recordation of said Notice of Completion. (b) Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, -except that in case of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to the City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (c) The Contractor shall provide a "Defective Material and Workmanship Bond" for 50% of the Contract Price, before the final payment will be made. (d) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after final payment; (3) requirements of the specifications; or (4) manufacturers' guarantees. It shall also constitute a waiver of all claims by the Contractor, except those previously made and still unsettled. (e) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer so certifies, the City shall, upon certificate of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work frilly 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: iz s7t"- Esther C. Beirne City Clerk c - . �9e, R,,,' APPROVED AS TO FORIM: — C,-- ) 9,.; A 'e"--c-&� Robert F. Epstein City Attorney File No.: 18.10.16 CITY OF SAN RAFAEL: ',`� -- -' Nader 11ansourian Public Works Director CONTRACTOR: GHILOTTI BROS., INC. MICHAEL k. GHIf0M KESIDEINTrI EASURER Page 3 —-"MON GHILO-1 OP ID: SD ACORO' I DATE (MM/DDnrYYY) �� CERTIFICATE OF LIABILITY INSURANCE 04/14/11 PRODUCER 707-782-9200 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Don Ramatici Insurance, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 51 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 5 Petaluma, 51 84953 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Paul Ramatici INSURERS AFFORDING COVERAGE NAIC # INSURED Ghilottl Bros. Inc. INSURER A National Union Fire Ins. of PA 19445 525 Jacoby Street San Rafael, CA 94901 I INSURER B. Granite State Insurance Co. 23809 INSURER c• Everest National Insurance Co. 0120 I INSURER D- Continental Insurance Company 5289 I INSURER E COVERAGES 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRpOD'1{ POLICY EFFECTIVE POLICY EXPIRATION LTR /NSRtTYPF OF INSURANnu POLICY NUMBER nATE IMM/OD/YYYY1 DATE fMMIDD/YYYY1 LIMITS GENERAL LIABILITY I EACH OCCURRENCE $ 2,000,00 A X COMMERCIAL GENERAL LIABILITY 4581591 10!01110 10/01111 I PREM SES Eecoccurence) S loo'wq =CLAIMS MADE rK OCCUR I MED EXP (Any one person) $ 6, X Brd Form PD $10,000 PD DED - PER OCC I PERSONAL 6 ADV INJURY s 2,000,00 X Cntrctl/XCU Incl. INDEP. CONTRACTORS INCL. I GENERAL AGGREGATE $ 4,000,00 GEN'L AGGREGATE LIMIT APPLIES PER I PRODUCTS - COMP/OP AGG $ 4,000,00 I Xl PFO �1 Empl Liab 1,000,00 POLICY Loc AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,00 B X ANY AUTO 8263687 10/01/10 10/01111 (Ea accident) ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) _ X HIRED AUTOS BODILY INJURY I 3 X NON-OWNED AUTOS (Per accident) X Ded. $1000 APD PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S ANY AUTO I OTHER THAN EA ACC AUTO ONLY: AGG $ S I 10,000,00 EXCESS / UMBRELLA LIABILITY EACH OCCURRENCE $ C _X]OCCUR EICLAIMS MADE 7107000453101 10/01/10 10/01/11 I AGGREGATE $ 10,000,00 I DEDUCTIBLE I $ RETENTION $ 10,000 $ WORKERS COMPENSATION X WC STATULIMS I IO R ANDYIN EMPLOYERS' LIABILITY A ANY PROPRIETOR/PARTNER/EXECUTIVF 014770860 10/01110 10/01/11 E.L. EACH ACCIDENT $ 1,000,00 OFFICEWMEMBER EXCLUDED? FN— (Mandatory In NH) E.L. DISEASE - EA EMPLOYEE $ 1,000,00C Kee, descnbe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT S 1,000,00 OTHER D InstallationFltr IM2090343506 10/01/10 10/01/11 At Site 100,00 Direct Phys. Loss Deduct 2,60 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE: Operations of the Named Insured for the Certificate Holder. Job: Woodland Ave. Sidewalk Improvements for Laurel Dell Elementary School, Project No. 11124 / GBI #11407 `Ten day notice would be sent on non payment. 30'X97838(04/08)/87837(04108)/90633(LF)/SPEC IAL CERTIFICATE HOLDER CANCELLATION SANRAF4 SHOULDANY OFTHEABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THEEXPIRATION DATE THEREOF, THE ISSUING INSURER WILL MAIL 30' DAYS WRITTEN City of San Rafael NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, FAIR I6A;R9N I OF UFNi *9 99 County of Marin, its officers, IMPON 110 9111 OR agents & employees � PO Box 151560 AUTHORIZED REPRESENTATIVE !San Rafael.. CA 94915 ACORD 25 (2008/01) ®1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD NOTEPAD: nc. HOLDER CODE SANRAF4 INSURED'S NAME Ghllottl Bros., Inc. nd aggr ed that the Cittvv of gap R nts a�ic�emDlovees. ark addition id County GHILO-1 OP ID: SD PAGE 2 DATE 04114111 This endorsement, effective 12:01 A.M. policy No. 4581591 by National Union Fire Ins. Co. of PA ENDORSEMENT 10/01110 forms a part of Issued to Ghliottl Bros., Inc, THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES, OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE NAME OF PERSON OR ORGANIZATION: As Required by Written Contract or Agreement (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) A. SECTION II — WHO IS AN INSURED 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 ongoing operations performed for that additional insured. B. With respect to the insurance afforded to these additional insureds, SECTION I - COVERAGES, COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. - Exclusions, Is amended to include the following additional exclusion; This insurance does not apply to "bodily injury" or "property damage" occurring after: (1) all work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional Insured(s) at the site of the covered operations has been completed; or, (2) that portion of "your work" out of which the injury or damage arises has been put to its Intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. All other terms and conditions remain unchanged. 97838 (4/08) Includes copyrighted materlal of Insurance Services office, Inc., with Its permission THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ENDORSEMENT This endorsement, effective 12:01 A.M. 10/01110 forms a part of Policy No. 4581591 issued to Ghilotti Bros., Inc, by National Union fire Ins. Co. of PA ADDITIONAL INSURED— OWNERS, LESSEES, OR CONTRACTORS — COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE NAME OF ADDITIONAL INSURED PERSON OR ORGANIZATION: As Required by Written Contract or Agreement LOCATION AND DESCRIPTION OF COMPLETED OPERATIONS: ADDITIONAL PREMIUM: (If No entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) SECTION II — WHO IS AN INSURED 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" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". All other terms and conditions remain unchanged. 97837 (4108) Includes copyrighted material of Insurance services Office, Inc., with its permission. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement, effective 12:01 A.M. 10101110 forms part of Policy No. 4581591 issued to Ghilotti Bros., Inc. by National Union Fire Ins. of PA PRIMARY COVERAGE FOR SPECIFIED PERSONS OR ORGANIZATIONS NAMED AS ADDITIONAL INSUREDS - ONGOING AND COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM The following paragraph is added to SECTION II — WHO IS AN INSURED and applies only to persons or organization we have added to your policy as additional insureds by endorsement to comply with insurance requirements of written contracts relative to: a) the performance of your ongoing operations for the additional insureds; or b) "your work" performed for the additional insureds and included in the "products -completed operations hazard": This insurance is primary over any similar Insurance available to any person or organization we have added to this policy as an additional insured. However, this insurance is primary over any other similar insurance only if the additional insured is designated as a named insured in the Declarations of the other similar insurance. We will not require contribution of limits from the similar insurance if the insurance afforded by this endorsement is primary. This insurance is excess over any other valid and collectible insurance, whether primary, excess, contingent or on any other basis, if it is not primary as defined in the paragraph above. All other terms and conditions of the policy are the same. 90633 (3/06) RECEIVED APR 21 2011 CITY ATTORNEY PROFESSIONAL SERVICES AGREEMENT/CONTRACT COMPLETION CHECKLIST AND ROUTING SLIP Below is the process for getting your professional services agreements/contracts finalized and executed. Please attach this "Completion Checklist and Routing Slip" to the front of your contract as you circulate it for review and signatures. Please use this form for all professional services agreements/contracts (not just those requiring City Council approval). This process should occur in the order presented below. Step Responsible Description Completion Department Date 1 City Attorney Review, revise, and comment on draft agreement. 2 Contracting Department Forward final agreement to contractor for their signature. Obtain at least two signed originals from contractor. 3 Contracting Department Agendize contractor -signed agreement for Council approval, if Council approval necessary (as defined by City Attorney/City Ordinance*). 4 City Attorney Review and approve form of agreement; �r� h-�-�✓. bonds, and insurance certificates and endorsements. 5 City Manager / Mayor / or Agreement executed by Council authorized Department Head official. 6 City Clerk City Clerk attests signatures, retains original agreement and forwards copies to the / contracting department. 11 LAI To be completed by Contracting Department: %-7 Project Manager: v �c e �r d vt'l G�7� Project Name: PJ/IC 6&6_4(IL Agendized for City Council Meeting o /(f 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. CITY OF SAN RAFAEL ROUTING SLIP / APPROVAL FORM INSTRUCTIONS: USE THIS FORM WITH EACH SUBMITTAL OF A CONTRACT, AGREEMENT, ORDINANCE OR RESOLUTION BEFORE APPROVAL BY COUNCIL / AGENCY. SRRA / SRCC AGENDA ITEM NO. DATE OF MEETING: 04/04/2011 FROM: NADER MANSOURIAN DEPARTMENT: PUBLIC WORKS R['C"OVED DATE: 03/21/2011 MAR 2 5 2011 TITLE OF DOCUMENT: CITY ATTORNEY A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE WOODLAND AVENUE SIDEWALK IMPROVEMENTS FOR LAUREL DELL ELEMENTARY SCHOOL, A SAFE PATHWAYS TO SCHOOL PROJECT, PROJECT NO. 11124, TO GHILOTTI BROTHERS, INC., IN THE AMOUNT OF $164,669.00. (BID OPENING HELD ON THURSDAY, MARCH 17, 2011. Department Head (signature) *** *** *** *** *** *** *** *** *** *** *** *** *** *** *** *** (LOWER HALF OF FORM FOR APPROVALS ONLY) APPROVED AS COUNCIL / AGENCY AGENDA ITEM: n,ic zt.6&I City Manager (signature) NOT APPROVED REMARKS: APPROVED AS TO FORM: LZ. )F., City Attorney (signature) File No.: 18.10.16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ENDORSEMENT REVISED This endorsement, effective 12:01 A.M. 10/01/10 forms a part of Policy No. 4581591 issued to Ghilotti Bros., Inc. by National Union fire Ins. Co. of PA ADDITIONAL INSURED- OWNERS, LESSEES, OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE NAME OF ADDITIONAL INSURED PERSON OR ORGANIZATION: As Required by Written Contract or Agreement LOCATION AND DESCRIPTION OF COMPLETED OPERATIONS: Woodland Ave. Sidewalk Improvements for Laurel Dell Elemetary School Project No. 11124 ADDITIONAL PREMIUM: (If No entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) SECTION II —WHO IS AN INSURED 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" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". All other terms and conditions remain unchanged. 97837 (4/08) Includes copyrighted material of Insurance Services office, Inc, with its permission. CITY OF SAN RAFAEL OPENING OF SEALED BIDS RE: Woodland Avenue Sidewalk Improvements for Laurel Dell Elementary School PROJECT NO. 11124 Date of Bid Opening: Thursday, March 17, 2011@ 10:30 a.m. NAME OF BIDDER AMOUNT Able General Engineering, Inc. $198,149.94 5715 Sebastopol Avenue Sebastopol, CA 95472 California Constructors $237,057.14 319 Willard Avenue Richmond, CA 94801 Coast Construction $239,864.00 Fieldstone Construction Co. $218,253.00 5915 Faught Road Santa Rosa, CA 95403 Ghilotti Bros., Inc. $166,669.00 525 Jacoby Street San Rafael, CA 94901 Ghilotti Construction Company $192,401.50 246 Ghilotti Avenue Santa Rosa, CA 95407 J.J.R. Construction, Inc. 1120 Ninth Avenue San Mateo, CA 94402 KAT Construction, Inc. $214,063.50 P.O. Box 214265 Sacramento, CA 95821 Nor -Cal Concrete $251,568.00 P.O. Box 521 Suisun, CA 94585 Northwest General Engineering $197,156.00 P.O. Box 11099 Santa Rosa, CA 95406-1099 Rosas Brothers Construction $199,524.00 P.O. Box 7862 Oakland, CA 94601 Team Ghilotti, Inc. $209,732.00 2531 Petaluma Blvd., South Petaluma, CA 94952 ENGINEER'S ESTIMATE: $220,000.00 PW Woodland Avenue Sidewalk Improvements CITY OF Mayor Albert J. Boro Council Members Greg Brockbank Damon Connolly Barbara Heller Marc Levine PUBLIC WORKS - ADMIN/ENGINEERING: (415) 485-3355 FAX: (415) 485-3334 FAXED, E-MAILED AND MAILED January 24, 2011 P. O. No. 00449 File No: 18.10.16 Independent Journal P. O. Box 6150 Novato, CA 94949 FAX NO: 382-1535 Attn: Donna Lazarus Re: NOTICE INVITING SEALED PROPOSALS - WOODLAND AVENUE SIDEWALK IMPROVEMENTS FOR LAUREL DELL ELEMENTARY SCHOOL PROJECT NO: 11124 Enclosed is one copy of Notice Inviting Sealed Proposals for Public Works entitled: "Woodland Avenue Sidewalk Improvements For Laurel Dell Elementary School". Please publish the enclosed notice on January 28, 2011 and furnish us with Galley Proof and Proof of Publication in duplicate. Thank you for your cooperation in this matter. Sincerely yours, Kevin McGowan Assistant Public Works Director. City Engineer KM:dw Enclosure (1) cc: Esther C. Beirne, City Clerk (2 copies -w. encls.) Project Engineer (w/encl.) Administrative Assistants(2) (w./encl.) 111 Morphew Street, P. O. Box 151560, San Rafael, CA 94915-1560 CITY OF SAN RAFAEL - DEPARTMENT OF PUBLIC WORKS NOTICE INVITING SEALED PROPOSALS FOR PUBLIC WORKS Notice is hereby given that the City of San Rafael Department of Public Works will receive bids for furnishing all labor, materials, equipment and services for WOODLAND AVENUE SIDEWALK IMPROVEMENTS FOR LAUREL DELL ELEMENTARY SCHOOL PROJECT NO. 11124 Project Description: This project consists of all the associated work described in the attached specifications and plans and the provisions of this document for excavation, removal of existing concrete sidewalk, driveway, and curb and gutter and construction of new sidewalk, driveway, curb and gutter, and curb ramps located on Woodland Avenue between Lovell Avenue and Lindaro Street in San Rafael, California. Each bid shall be in accordance with the plans and specifications adopted by the City of San Rafael City Council on January 18, 2011, and other contract documents, now on file with the City Clerk, City Hall, San Rafael, California; and may be examined and copies may be obtained at the Department of Public Works, I I I Morphew Street, P. O. Box 151560, San Rafael, CA 94901. Cost shall be Fifty Dollars ($50.00) per set, non-refundable. Cost of mailing sets shall be an additional Ten Dollars ($10.00) per set. Bidders are hereby notified that pursuant to Section 1770 of the Labor Code of the State of California, the City of San Rafael has ascertained the general prevailing rate of per diem wages and rates for legal holiday and overtime work in the locality where the work is to be performed for each craft or type of workmen or mechanics needed to execute the contract which will be awarded the successful Bidder. The prevailing rates so determined by the City are on file in the office of the City Clerk, copies of which are available to any interested party on request. Each bid shall be made out on the form to be obtained at the Department of Public Works, 1 1 1 Morphew Street, San Rafael, California 94901 and shall be accompanied by cash, certified check or bidder's bond for ten percent (10%) of the amount of bid, made payable to the order of the City of San Rafael; shall be sealed and filed with said City Clerk, 1400 Fifth Avenue, City Hall, Room 209. San Rafael. California 94901 on or before March 17, 2011 at 10:30am. fhe City reserves the right to reject any or all bids or to waive any informality in a bid. ESTHER C. BEIRNE City Clerk Dated: Januar) 28. 201 1 Marin Independent Journal 150 Alameda del Prado PO Box 6150 Novato, California 94948-1535 (415) 382-7335 legals®marinij.com SAN RAFAEL,CITY OF PO BOX 151560/CITY CLERK, DEPT OF PUBLIC WORKS,1400 FIFTH AVE SAN RAFAEL CA 94915-1560 PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA County of Marin FILE NO. 0003843581 I am a citizen of the United States and a resident of the County aforesaid: I am over the age of eighteen years, and not a party to or interested in the above matter. I am the principal clerk of the printer of the MARIN INDEPENDENT JOURNAL, a newspaper of general circulation, printed and published daily in the County of Marin, and which newspaper has been adjudged a newspaper of general circulation by the Superior Court of the County of Marin, State of California, under date of FEBRUARY 7, 1955, CASE NUMBER 25566; that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil), has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates, to -wit: 1/2812011 I certify (or declare) under the penalty of perjury that the foregoing is true and correct. Dated this 31 t day of January: 2011 .;JV'k-S Signature PROOF OF PUBLICATION Legal No. 0003843581 CITY OF SAN RAFAEL - DEPARTMENT OF PUBLIC WORKS NOTICE INVITING SEALED PROPOSALS FOR PUBLIC WORKS Notice Is hereby given that the City of San Rafael Department of Public Works will receive bids for fumishing all labor, materials, equipment and services for WOODLAND AVENUE SIDEWALK IMPROVEMENTS FOR LAUREL DELL ELEMENTARY SCHOOL PROJECT NO. 11124 Protect Description: This project consists of all the associated work described In the attached specifications and plans and the provisions of this document for excava- tion, removal of existing concrete sidewalk, drive- way, and curb and gutter and construction of new sidewalk driveway, curb and gutter, and curb ramps located on Woodland Avenue between Lovell Avenue and Undaro Street in San Rafael, California. Each bld shall be in accordance with the plans and gecifications adopted by the City of San Rafael City Council on January 1B 2011, and other con- tract documents now on file with the City Clerk, City Hall San Rafael, California; and may be exam- ined ana copies may be obtained at the Deppart- ment of Public Works, 111 Morphew Street F. O. Box 151560, San Rafael, CA 94901. Cost shall be Flf- ty Dollars (550.00) per set, non-refundable. Cost of mailing sets shall be an additional Ten Dollars ($10.00) per set Bidders are hereby notified that pursuant to Sec- tion 1770 of the tabor Code of the State of Califor- nia, the City of San Rafael has ascertained the gen- eral prevailing rate of per them wages and rates for legal holiday and overtime work In the locality where the work Is to be performed for each craft or type of workmen or mechanhcs needed to exe- cute the contract which will be awarded the suc- cessful Bidder. The prevailing rates so determined by the City are on file In the office of the City Clerk copies of which are available to any interested party on request Each bid shall be made out on the form to be ob. tained at the De artment of Public Works, 111 Mo hew Street, San Rafael, California 94901 and shall be accompanied by cash, certified check or bidder's bond for ten percent 10% of the amount of bid made payable to the order of the City of San Rafael; shall be sealed and filed with said City Ralf t& California 1400 o9490Avenue, City before March 17 2011 at 10,30am. The City reserves the ri ht to reject any or all bids or to waive any informality in a bid. /s/Esther C. Belme ESTHER C. BEIRNE City Clerk Dated: January 28, 2011 no. 121 January 28, 2011 CA