Loading...
HomeMy WebLinkAboutPW Fair Dr. Retaining Wall Replacement ProjectOITYOF� n OK Agenda Item No: 16 �/f/,` Meeting Date: September 7, 2010 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Public Works Prepared by: '— City Manager Approval: ,� Director of Public Works e(LB) File No.: 16.06.74 SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE 5 FAIR DRIVE RETAINING WALL REPLACEMENT PROJECT, CITY PROJECT #11160, TO HILLSIDE DRILLING, INC., IN THE AMOUNT OF $79,369.00. (BID OPENING HELD ON TUESDAY, AUGUST 31, 2010) RECOMMENDATION: Staff recommends that the City Council adopt the resolution awarding the contract to Hillside Drilling, Inc. in the amount of $79,369.00. BACKGROUND: During the rainy season of 2009/2010, the existing retaining wall located at 5 Fair Drive failed and a portion of the wall collapsed. The retaining wall was not engineered as the design consisted of sacks of concrete laid one of top of each other and did not consider any load bearing quantities. On December 16, 1963, the City of San Rafael obtained a slope easement and agreed to maintain the Fair Drive retaining wall. Replacement of the existing collapsed portion of the wall is required to maintain stability for the hillside and replacement of the remainder of the wall is recommended as it is anticipated that it will most likely collapse during the next rainy season. The proposed 5 Fair Drive Retaining Wall Replacement Project will remove the existing wall in its entirety and replace it with 320 linear feet of an engineered structural wood wall with concrete foundations containing steel piers. The design of the project was completed by City of San Rafael Department of Public Works engineering staff. On July 19, 2010 the City Council adopted the plans and specifications and authorized the City Clerk to call for bids. The project was advertised in accordance with San Rafael's Municipal code and policies on August 17, 2010 and bids were publicly opened on August 31, 2010 at 10:30 AM and read aloud. The engineer's estimate was $350,000.00. The following thirteen bids were received: NAME OF BIDDER AMOUNT Hillside Drilling, Inc. $79,369.00 Valentine Corporation $86,369.00 Harborth Enterprise $104,052.08 Greener Excavations & Construction $112,019.46 Ghilotti Construction Company, Inc. $120,570.00 W.R. Forde Associates $128,742.00 Maggiora & Ghilotti, Inc. $149,149.00 KCK Builders $171,240.00 FOR CITY CLERK ONLY File No.: Council Meeting: .;I x-11 210 / 0 Disposition: COGMU 110 J -F� /3050 SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2 NAME OF BIDDER (continued) AMOUNT Massa Construction Co. $178,088.00 Sonoma County Builders $240,438.00 Drill Tech Drilling & Shoring, Inc. $242,450.00 Pat Nelson Construction $276,180.00 Cowan & Thompson Construction, Inc. $290,200.00 ANALYSIS: The bid from Hillside Drilling, Inc. was $79,369.00 and falls within the allocated project budget. FISCAL IMPACT: On July 6, 2010, City Council approved the 5 year Capital Improvement Project list allocating $350,000.00 for this project. To date, a total of $6,096.22 has been charged to this project for geotechnical engineering consulting services and reproduction of the plans and specifications. The design was completed in house. The remaining project costs include construction work to be performed by Hillside Drilling, Inc. and an 18% construction contingency, resulting in a remaining project cost of $93,903.78 and a total project cost of $100,000.00. The following table summarizes the costs which are associated with this project: Category -Eden Expense Code Amount Note(s) Already Charged Expenses $6,096.22 Geotechnical engineering services and plan/specification reproduction Remaining Expenses Construction -02 $79,369.00 Contract Amount $14,534.78 Contingency (approximately 18%) Remaining Expenses Sub Total $93,903.78 Total Project Cost $100,000.00 We therefore request that the Council approve a total project cost of $100,000.00 from the following funding sources: Source Amount Note(s) Construction Vehicle Impact Fees $100,000.00 Total Available Funds $100,000.00 OPTIONS: The Council can choose not to award the contract and direct Staff to rebid the project. ACTION REQUIRED: Adopt Resolution awarding contract to Hillside Drilling, inc. in the amount of $79,369.00. Enclosures 1. Resolution 2. Agreement RESOLUTION NO. 13050 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE 5 FAIR DRIVE RETAINING WALL REPLACEMENT PROJECT, CITY PROJECT #11160, TO HILLSIDE DRILLING INC., IN THE AMOUNT OF $79,369.00. WHEREAS, on the 3151 day of August, 2010, pursuant to due and legal notice published in the manner provided by law, inviting sealed bids or proposals for the work hereinafter mentioned, as more fully appears from the Affidavit of Publication thereof on file in the office of the City Clerk of the City of San Rafael, California, the City Clerk of said City did publicly open, examine, and declare all sealed bids or proposals for doing the following work in said City, to wit: 115 Fair Drive Retaining Wall Replacement" Project No. 11160 In accordance with the plans and specifications therefore on file in the office of said City Clerk; and WHEREAS, the bid of Hillside Drilling, 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 Hillside Drilling, Inc. is hereby accepted at said unit prices and that the contract for said work and improvements is hereby awarded to Hillside Drilling, Inc. at the unit prices mentioned in said bid. IT IS FURTHER ORDERED AND RESOLVED that the City Manager and the City Clerk of said City be authorized and directed to execute a contract with Hillside Drilling, Inc. in a form approved by the City Attorney, for said work and to return the bidders bond upon the execution of said contract. RESOLVED, FURTHER, that the Director of Public Works is hereby authorized to take any and all such actions and make changes as may be necessary to accomplish the purpose of this resolution. City of San Rafael ♦ California Form of Contract Agreement for 5 Fair Drive Retaining Wall Replacement Proiect Proiect No. 11160 This Agreement is made and entered into this 7°i day of September, 2010 by and between the City of San Rafael (hereinafter called City) and Hillside Drilling 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: 5 Fair Drive Retaining Wall Replacmeent Project, Project No. 11160, all in accordance with the requirements and provisions of the Contract Documents as defined in the General Conditions which are hereby made a part of this Agreement. The liability insurance provided to City by Contractor under this contract shall be primary and excess of any other insurance available to the City. II - Time of Completion (a) The work to be performed under this Contract shall be commenced within SEVEN (7) CALENDAR DAYS after the date of written notice by the City to the Contractor to proceed. (b) All work shall be completed within 45 CALENDAR DAYS after the date of such notice to proceed and with such extensions of time as are provided for in the General Conditions. III - Liquidated Damages It is agreed that, if all the work required by the contract is not finished or completed within the number of calendar days as set forth in the contract, damage will be sustained by the City, and that it is and will be impracticable and extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by reason of such delay; and it is therefore agreed that the Contractor will pay to the City, the sum of $500 for each and every calendar day's delay in finishing the work in excess of the number of calendar days prescribed above; and the Contractor agrees to pay said liquidated damages herein provided for, and further agrees that the City may deduct the amount thereof from any moneys due or that may become due the Contractor under the contract. IV - The Contract Sum The City shall pay to the Contractor for the performance of the Contract the amounts determined for the total number of each of the units of work in the following schedule completed at the unit price stated. The number of units contained in this schedule is approximate only, and the final payment shall be made for the actual number of units that are incorporated in or made necessary by the work covered by the Contract. ITEM NO. ITEM QTY UNIT UNIT PRICE ITEM TOTAL 1 Mobilization (3% Max. of Total Bid) 1 LS $2,000.00 ' $2,000.00 2 Traffic Control System 1 LS $6,429.00 $6,429.00 3 Remove Concrete Sack Retaining Wall 1 LS $9,000.00 $9,000.00 4 Type 'A' Curb & Gutter 18 LF $250.00 $4,500.00 5 Construct Four Foot High Retaining Wall 272 1 LF 1 $190.00 $51,680.00 Page 1 ITEM NO. ITEM QTY UNIT UNIT PRICE ITEM TOTAL 6 Construct Three Foot High Retaining Wall 48 LF $120.00 $5,760.00 Grand Total $79,369.00 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) On not later than the 15th day of the month, the City shall, after deducting previous payments made, pay to the Contractor 90% of the amount of the estimate as approved by the Public Works Department. (c) Final payment of all moneys due shall be made within 15 days after the expiration of 35 days following the filing of the notice of completion and acceptance of the work by the Public Works Department. (d) The Contractor may elect to receive 100% of payments due under the contract from time to time, without retention of any portion of the payment by the public agency, by depositing securities of equivalent value with the public agency in accordance with the provisions of Section 4590 of the Government Code. Such securities, if deposited by the Contracor, shall be valued by the City's Finance Director, whose decision on valuation of the securities shall be final. V1 - 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) 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. Page 2 (e) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer so certifies, the City shall, upon certificate of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement the day and year first written above. ATTEST: . Esther C. Beirne City Clerk APPROVED AS TO FORM: E Robert F. Epstein City Attorney File No.: 16.01.257 CITY OF SAN RAFAEL: City Matter CONTRACTOR: /4, 144&,-, v.,p For: Hillside Drilling, Inc. All, (.571-Z-04 Page 3 ACORD,. CERTIFICATE OF LIABILITY INSURANCEDATE 9/14/20 0 ) PRODUCER (707) 252-8822 FAX: (707) 253-8255 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ISU Sander Jacobs Cassayre Insurance Services ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 3200 Villa Lane ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Napa CA 94558 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURERA Travelers Prop Cas Co of 25674 Hillside Drilling Co., Inc. INSURER B. P.O. BOX 70130 INSURER C: INSURER D Pt. Richmond CA 94807 INSURER E. OVERAGES 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. INSR ADD'L TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM/DD/YY POLICY EXPIRATION DATE MM/DDIYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES Ea occurrence $ 300, 000 A X COMMERCIAL GENERAL LIABILITY CLAIMS MADE F_X] OCCUR DTEC094BOL590TIL10 1/1/2010 1/l/2011 MED EXP (Any oneperson) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 X $10,000 Deductible GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER POLICY X JECOT LOC PRODUCTS - MP/ AGG $ 2,000,000 AUTOMOBILE X LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 A X ALL OWNED AUTOS SCHEDULED AUTOS DT8109480LS90TIL10 1/1/2010 1/1/2011 BODILY INJURY (Per person) $ X X HIREDAUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA AC $ ANY AUTO AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY X OCCUR FICLAIMS MADE EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4,000,000 $ $ A DEDUCTIBLE RX DTSMCIP94BOL590TIL10 1/1/2010 1/1/2011 RETENTION 10,000 WORKERS COMPENSATION AND WC STATU- OTH- TORY LIMITS FR EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ ANY PROPRIETORIPARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ SPECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Re: Project No. 11160; 5 Fair Drive Retaining Wall Replacement Project. - City of San Rafael, County of Marin, its elective and appointive Boards, Commissions, officers, agents and employees are included as Additional Insureds per policy form CGD246 0805 attached. Coverage is primary and non-contributory per same form. *Except 10 days notice of cancellation for no -payment of pemium. 'KATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of San Rafael EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL MM(*X)KX MAIL Department of Public Works 30* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, %I 111 Morphew Street���� San Rafael, CA 94901 AUTHORIZED RERRESEbnATIVE ACORD 25 (2001108) @ A ORD CORPORATION 1988 INS025 piw) oaa Page 1 of 2 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. i�Uti „Uo1 INS025 (otoa) oea Page 2 of 2 Dlr(­oY46UL�90IILl0 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ [TCAREFULLY BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1 VVHOKS /\N <NSUREO-(Sadion 11) is amended c) The insurance to include'��"x person or you provided to the additional i »- a«»ed does ~agree in a oco'gan�atmnthat written contrt -`--'� 'n°"'="�= to include not zpp� to bodUy injury~ �prope�y damage" cau�ed ^your or as an edcUhura(i n nuure�cm ih�s Cover - hy »«or age Part, but and included in \he "products-completed a) Only with respect to liability for "bodily injury'`, er�ions hazard" unless the "written ` °p- requiring insurance" '1. PnoPe�ydarnaOe^or"personal injury^; and specifically requiresyou to Provide such coverage for that �"=� u - -~ on/ooa| b If, and only to the extent that, the injury o/ insured, and then the insurance a- provided to damage is caused by acts or omissions of the additional insured applies only'� to such "bodily You or your subcontractor in the performance injury" or "property damage"�^ that oc_ of ''your work" to which the "Written contract cum before the end of the period of time for requiring insurance" applies. The person or which the "writ -Lei) contract requiring inaur_ orQaniza6on does not qualify aman additional a»ue' requires you to provide such coverage insured with respect to the independent acts or the end ofthe policy period, whichever is oromissions ofsuch person ororganization. earlier. 2 The insurance provided to the additional insured 3 The insurance provided tothe additional insured by this endorsement is limited as follows: by this endorsement is excess over any valid and In the event that the Limits of Insurance of collectible "other insurance", insuronoe' ' whether primary,a) excess, contingent «ron any other basis, Cov�rage Par! shown in the Declarations that is1his available to the additional insurefor loss the limits of Uabi|i1y required by the ^ contract requiring insunance.` a wedexceed cover under this endorsement. However, if thevri�en the in- provided to the oddh\ona(insure° written contract nagu�inA insurance" specifically, requires that this insurance be limited to he limits of liability /e- apply on e primaryshall basis or aPnma'y and non-contributory by that "Written contract requiring i'' basis,quired this insurance "other surance^This endorsement shall not in -available /s primary to insurance" to the additional insured the limits of insurance described in which covers that person or organization Ul-LimUoOf|nsurance. « as a named insuredSention for such loss, and we will not sharewith that b) The insurance provided to the additional in_ ^ other in«uranoe''. But the insurance provided to aured does not apply tn "bodily injury", "prop- the additional insured by this endorsement s0| is ertY damage" or"personal injury" arising out excess over any valid and collectible "other in - of the rendering of, or failure to render, any s«mnce''.whether primary, exoeas, contingent or professional erohitec1uro{, engineering or sur- on any other basis, that is available to the addi- »eying services, including: tiona| insured when that person or organization is i' The preparing, approving. or f�i|�ng to anceddhi»ne| insured under such ~other insur- prepare or approve, mnpo, shop dravv inga, opinions, reports, surveys, field op 4' As a condition of coverage provided 10 the derm or change nndera, or the pr�pa preparing, approving, or failing to prepare or ap- a) The additional insured must give us written prove, drawings and specifications: and notice as soon as practicable of an "occur - ii. Super«isory, inspeotion, architectural or ra»«*^ or on offense which may result in a engineering activities. »|ain»' To the extent poaaib\e, such notice oh�vWin�|ude� CG O2 46 Oa 05 Oc20OG The S1. Paul Travelers Companies, \nn page, 1 of 2 i How, when and where the ^ocounence^ oroffense took place: �i The names and addresses u(any injured persons and witnesses: and hi- The nature and location of any injury or damage ahs/ng oul ofthe ^ucourrence^ or offense, bl If e claim is made or "suit" is brought against the additional insured, the additional insured must: /. Immediately record the specifics of the c(oinn or "suit" and the date received; and ii Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the c|oinn or ^suit" as soon as Practicable. o) The addi\imnal insured nnust innnnedie1a|y sand us copies ufall legal papers received in connection with the claim or^aui1^ cooperate with um in the investigation ors 'tt|ernen1ui the claim or defense against the "Suit", and otherwise ounnp|yvvi1hall poUcy conditions. d0 The additional insured must tender the de- fense and indemnity of any claim or "suit" - any provider of"other insurance" vvhidl would cover the additional insured for a kooa u cover under this endomemenL Hovwexe� «»e condition does not affect whether the insur- ance ��(a providad to the additional insured this endorsement is primary tm"o\her ins once' available to the additional � un nu ur- which covers that person ororgmnizmUoned named insured as described in pans �s� above. paragraph 3 5 The following definition is added to SECTION —DEF|N<T|QNS: V "Written contract requiring insurance" rneans that part ufany written contract urmgree'nen1 under which you are required to include person or organization as on additional e «�»o| in sured on this Coverageag� Part provided the "bodily injury" and "property ` da..1he| curs and 'the "personal lnjury''�is cm"n��e oo- o�enaecummibed- ���u oyan a. After the signing and execution of the contract oragreement byyou: b' While that parl of the contract or agreement ksineffect; and c Uekzna the end of the pmhcy period P!go2�f� 102OO5The SLPaul Travelers CompaniesInc.' CG[)246 08135 Air,,., ®R Uf C I i CLIABILITY ' ® 16.�t' r 1 r h ♦NCE DATE (MMIDDNYYY) 9/14/2010 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 CONTACT NAME: Cheryl Jensen ISU Sander Jacobs Cassayre Insurance Services 3200 villa Lane IPA No . (707)252-8822 N No): (707)253-8255 E-MAIL Aa ensen@sander'acobs.com DDRESS: J GENERAL LIABILITY PRODUCER .00006692 Napa CA 94558 INSURERS AFFORDING COVERAGE NAICN INSURED INSURER A:Cypress Insurance Company INSURER B: Hillside Drilling Co., Inc. P. O. Box 70130 INSURER C: INSURER D: INSURER E: Pt. Richmond CA 94807 INSURER F: GUVERAGES CERTIFICATE NUMBERa0/11 WC REVISION Kill IMRFR- 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 INSR S BR D POLICY NUMBER POLICY EFF MMIDD/YYYY POLICY EXP MMIDD/YYYY LIMITS 111 Morphew Street GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL,,, LIABILITY DAMAGE TO RENTED PREMISES Ea occurrence $ MED EXP (Any one person) $ CLAIMS -MADE OCCUR PERSONAL 8 ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ GEN'L AGGREGATE LIMIT APPLIES PER POLICY PRO,JECT [7 LOC $ AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT $ (Ea accident) BODILY INJURY (Per person) $ ALL OWNED AUTOS BODILY INJURY (Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE (Per accident) $ HIRED AUTOS $ NON -OWNED AUTOS UMBRELLA LIAR HCLAIMS-MADE OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAR DEDUCTIBLE $ RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED7 ❑ (Mandatory in NH) If yes, describe under N I A 3300055580101 8/1/2010 8/1/2011 X I WC STATU- OTH- I TORY LIMITS ER E .L EACH ACCIDENT $ 1,000,000 EL DISEASE - EA EMPLOYE $ 1,000,000 E L DISEASE -POLICY LIMIT 1 $ 1,000,000 DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) Re: Project No. 11160; 5 Fair Drive Retaining Wall Replacement Project. *Except 10 days notice of cancellation for non-payment of premium. CERTIFICATE HOLDER CANCFI 1 ATInN1 AGURD 25 (20OW09) ©1988-2009 ACORD CORPORATION. All rights reserved. INS025 (200909) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of San Rafael ACCORDANCE WITH THE POLICY PROVISIONS. Department of Public Works AUTHORIZED REPRESENTATIVE 111 Morphew Street San Rafael, CA 94901 AGURD 25 (20OW09) ©1988-2009 ACORD CORPORATION. All rights reserved. INS025 (200909) The ACORD name and logo are registered marks of ACORD CITY OF SAN RAFAEL MAYOR Albert J. Boro Ch Department of COUNCIL MEMBERS Greg Brockbank Public Works Damon Connolly Barbara Heller Marc Leuine INSURANCE REQUIREMENTS SHEET SUBJECT: WORKERS' COMPENSATION AND PUBLIC LIABILITY PROPERTY DAMAGE INSURANCE (PUBLIC WORKS CONTRACTS) The City of San Rafael requires that all Contractors and Subcontractors performing work under a Public Works contract with the City, carry workers' compensation insurance, public liability insurance and property damage insurance. The public liability insurance and property damage insurance shall insure the City, its elective and appointive Boards, Commissions, Officers, Agents and Employees, as follows: Public Liability: Not less than $1,000,000 per person and $5,000,000 for one occurrence. Property Damage: Not less than $1,000,000 for one occurrence. The required insurance may be provided by a separate policy insuring the City and County, its elective and appointive Boards, Commissions, Officers, Agents and Employees or, if the contractor already has insurance, he may provide the City with the required insurance by submitting a certificate of insurance and a standard form of additional insured endorsement. For this latter purpose, the City will accept the following: "IT IS HEREBY UNDERSTOOD AND AGREED THAT THE CITY OF SAN RAFAEL AND COUNTY OF MARIN, its officers, agents and employees, are additional insureds hereunder but only as respects liability arising out of the land and/or property and/or work described in the Public Works contract for the project entitled, 5 Fair Drive Retaining Wall Replacement Project, Project No. 11160, between the City of San Rafael and FBD Vanguard Construction, Inc. for the work and the improvements described therein." The contractor shall provide satisfactory evidence to the City that the required liability insurance is primary and excess of any other insurance available to the City. Evidence of satisfactory insurance must be furnished to the City at the time of the execution of the Public Works contract together with evidence that the insurance carrier will not cancel or reduce the coverage of the policy without first giving the City at least thirty (30) days prior notice. Such notice shall be sent to: CITY OF SAN RAFAEL DEPARTMENT OF PUBLIC WORKS 111 Morphew Street SAN RAFAEL, CA 94901 CITY OF Mayor 0 Members AUG 13 Council PH 12 8rockbank Damon Connolly Barbara Heller Marc Levine PUBLIC WORKS - ADMIN/ENGINEERING: (415) 485-3355 FAX: (415) 485-3334 FAXED, E-MAILED AND MAILED August 12, 2010 P. O. No. 00449 File No: 16.01.257 Independent Journal P.O. Box 6150 Novato, CA 94949 FAX NO: 382-1535 Attn: Donna Lazarus Re: NOTICE INVITING SEALED PROPOSALS - 5 FAIR DRIVE RETAINING WALL REPLACEMENT PROJECT NO: 11160 Enclosed is one copy of Notice Inviting Sealed Proposals for Public Works entitled: 5 FAIL, DRIVE RETAINING WALL REPLACEMENT PROJECT. Please publish the enclosed notice on August 17, 2010 and furnish us with Galley Proof and Proof of Publication in duplicate. Thank you for your cooperation in this matter. Sincerely yours, 1 LESLIE BLOMQUIST Associate Civil Engineer LB:gj Enclosure (1) cc: Esther C. Beirne, City Clerk (2 copies-w/encls.) Project Engineer (w/encl.) Secretaries (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 5 FAIR DRIVE RETAINING WALL REPLACEMENT PROJECT NO. 11160 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 sack retaining wall, installation of a new steel pier and timber retaining wall, replacement of existing curb and gutter and related work, located adjacent to 5 Fair Drive 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 July 19, 2010, and other contract documents, now on file with the City Clerk, City Hall, San Rafael, California; and may be examined and copies may be obtained at the Department of Public Works, 1 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, I I 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 August 31, 2010 at 10:30am. The City reserves the right to reject any or all bids or to waive any informality in a bid. ESTHER C. BEIRNE City Clerk Dated: AuHIISt 17. 2010 1 ;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 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 JReview, revise, and comment on draft Bement. 2 Contracting Department Forward final agreement to contractor for their signature. Obtain at least two signed originals from contractor. 3 Contracting Department Agendize contractor -signed agreement for Council approval, if Council approval necessary (as defined by City Attorney/City Ordinance*). 4 City Attorney Review and approve form of agreement; Q bonds, and insurance certificates and 7- endorsements. g 5 City Manager / Mayor / or Agreement executed by Council authorized Department Head official. i7 6 City Clerk City Clerk attests signatures, retains original agreement and forwards copies to the contracting department. a�a� To be completed by Contracting Department: Project Manager:,.il Project Name: . Agendized for City Council Meetin of (if necessary):�.� If you have questions on this process, please contact the City Attorney's Office at 485-3080. * Council approval is required if contract is over $20,000 on a cumulative basis. 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 / AG O SRCC AGENDA ITEM NO. I DATE OF MEETING: September 7, 2010 FROM: Parviz Mokhtari, P.E. DEPARTMENT: Public Works DATE: September 1, 2010 TITLE OF DOCUMENT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE 5 FAIR DRIVE RETAINING WALL REPLACEMENT PROJECT, CITY PROJECT #11160, TO HILLSIDE DRILLING, INC., IN THE AMOUNT OF $79,369.00. (BID OPENING HELD ON TUESDAY, AUGUST 31, 2010) "................ . Department Head (signature) (LOWER HALF OF FORM FOR APPROVALS ONLY) APPROVED AS COUNCIL / AGENCY AGENDA ITEM:N A i Ci Manager (signature) NOT APPROVED REMARKS: APPROVED AS TO FORM: �" ) &-, / /1' le C - City Attorney (signature) 1 Marin Independent Journal 150 Alameda del Prada 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 N0. 5 FAIR DRIVE -0003622290 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: 8/17/2010 I certify (or declare) under the penalty of perjury that the foregoing is true and correct. Dated this 17th day of August, 2010. Signature Legal No. 0003622290 CITY OF SAN RAFAEL • DEPARTMENT OF PUBLIC WORKS NOTICE INVITING SEALED PROPOSALS FOR PUBLIC WORKS Notice Is herebyvan a e an Rafael Department of Publlc Works Will receo ive bids for furnishing all labor, materials, equipment and services for B FAIR DRIVE RETAINING WALL REPLACEMENT PROJECT NO.11160 This project consists of all the associated work de- scribed In the attached specifications and plans and the provisions of this document for excava- tion, removal of existing concrete sack retaining wall, installation of a new steel pier and timber re- taining wall, replacement of existing curb and gut- ter and related work, located adjacent to 5 Falr Drive In San Rafael, California. Each bid shall be in accorydance with the plans and CitylCouncil on July 19, 2010, andity otheroother contract documents, now on file with the City Clerk, City Hall, San Rafael, California; and may, 6e examined and copies may be obtained at the Department of Public Works, 111 Morphew Street, P. 0. Box 151560, San Rafael, CA 94901. Cost ;}tall 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 Sec- tion 1770 of the Labor Code of the State of Califor- Ztthe CKftKof San Rafael has ascertained the gen- prevaIn 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 0r mechanics needed to exe- cute the contract which will be awarded the suc- cessful Bldder. 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 Department of Public Works, 111 Mo hew Street, San Rafael, Californla 94901 and shah be accompanied by cash, certified check or bidder's bond for ten percent (1096) 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 August 31, 2010 aE 10:30am. The City reserves the right to reject any or all bids or to waive any informality in a bid. /s/Esther C. Belrne ESTHER C. BEIRNE City Clerk Dafed: August 17, 2010 No2030 AUGUST 17, 2010 PROOF OF PUBLICATION I `