Loading...
HomeMy WebLinkAboutPW St. Resurfacing Curb Ramps 2010-11 ProjectnC"ry 01�40tt . 1�vu -�- � Agenda Item No: 17 Meeting Date: September 7, 2010 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Public Works Prepared by: City Manager Approval: Director of Public Works (LB) !oil ww" SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE STREET RESURFACING CURB RAMPS 2010-2011 PROJECT, CITY PROJECT #11161, TO FBD VANGUARD CONSTRUCTION, INC. IN THE AMOUNT OF $159,636.00. (BID OPENING HELD ON TUESDAY, AUGUST 31, 2010) RECOMMENDATION: Staff recommends that the City Council adopt the resolution awarding the contract to FBD Vanguard Construction, Inc. in the amount of $159,636.00. BACKGROUND: The City plans to resurface approximately 40 roadways within San Rafael later this year. Per the Americans with Disability Act, resurfacing of street roadways is considered a roadway alteration and requires the installation of curb ramps, if none currently exists, on all corners at each roadway intersection. Resurfacing of the roadways planned for later this year requires installation of forty-one curb ramps and replacement of approximately 110 linear feet of existing curb and gutter. The design of the project was completed by City of San Rafael Department of Public Works engineering staff. On August 7, 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 11, 2010 and bids were publicly opened on August 31, 2010 at 10:00 AM and read aloud. The engineer's estimate was $214,300.00. The following four bids were received: NAME OF BIDDER AMOUNT FBD Vanguard Construction, Inc. $159,636.00 California Constructors $163,548.00 Ghilotti Brothers, Inc. $184,709.00 Ghilotti Construction Company, Inc. $228,552.00 ANALYSIS: The bid from FBD Vanguard Construction, Inc. was $159,636.00 and falls within the allocated project budget. FOR CITY CLERK ONLY File No.: 4 .x,62 3 Council Meeting: /�q /;:t 1—)o 1 a Disposition: 86501—Lrf (0A.) FP 13051 SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2 FISCAL IMPACT: On July 6, 2010, City Council approved the 5 year Capital Improvement Project list, allocating $1,500,000.00 for the street resurfacing project of which a portion was to be used to construction the associated curb ramps. To date, a total of $882.44 has been charged to this project for reproduction of the plans and specifications. The design was completed in house. The remaining project costs include construction work to be performed by FBD Vanguard Construction and a 15% construction contingency, resulting in a remaining project cost of $184,117.56 and a total project cost of $185,000.00. The following table summarizes the costs which are associated with this project: Category -Eden Expense Code Amount Note(s) Already Charged Expenses $882.44 reproduction Remaining Expenses Construction -02 $159,636.00 Contract Amount $24,481.56 Contingency (approximately 15% Remaining Expenses Sub Total $184,117.56 Total Project Cost $185,000.00 We therefore request that the Council approve a total project cost of $185,000.00 from the following funding sources: Source Amount Note(s) FY 2010/2011 Proposition 42 $185,000.00 Total Available Funds $185,000.00 OPTIONS: The Council can choose not to award the contract and direct Staff to rebid the project. ACTION REQUIRED: Adopt Resolution awarding contract to FBD Vanguard Construction in the amount of $159,636.00. Enclosures 1. Resolution 2. Agreement RESOLUTION NO. 13051 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE STREET RESURFACING CURB RAMPS 2010- 2011 PROJECT, CITY PROJECT #11161, TO FBD VANGUARD CONSTRUCTION, INC., IN THE AMOUNT OF $159,636.00. WHEREAS, on the 31" 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: "Street Resurfacing Curb Ramps 2010-2011" Project No. 11161 In accordance with the plans and specifications therefore on file in the office of said City Clerk; and WHEREAS, the bid of FBD Vanguard Construction, 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 FBD Vanguard Construction, Inc. is hereby accepted at said unit prices and that the contract for said work and improvements is hereby awarded to FBD Vanguard Construction, 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 FBD Vanguard Construction, 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. 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 Council of said City held on the 7"' day of September, 2010 by the following vote, to wit: AYES: COUNCILMEMBERS: Brockbank, Heller, Levine & Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: Connolly ESTHER C. BEIRNE, City Clerk City of San Rafael ♦ California Form of Contract Agreement for Street .Resurfaciniz Curb damps 2010-2011 Project Project No. 11161 This Agreement is made and entered into this 7"' day of September, 2010 by and between the City of San Rafael (hereinafter called City) and FBD Vanguard Construction 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: Street Resurfacing Curb Ramps 2010-2011, Project No. 11161, 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 30 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 $800 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 Traffic Control 1 LS $4,000.00 $4,000.00 2 Type `A' Curb and Gutter 177 LF $68.00 $12,036.00 3 PCC Sidewalk 109 SF $12.00 $1,308.00 4 PCC Driveway 198 SF $14.00 $2,772.00 5 JPortland Cement Concrete Curb Ramp, Case B 1 EA 1 $4,000.00 1 $4,000.00 Page 1 ITEM UNIT ITEM NO. ITEM QTY UNIT PRICE TOTAL 6 Portland Cement Concrete Curb Ramp, Case C 36 EA $3,470.00 $124,920.00 7 Portland Cement Concrete Curb Ramp, Case F 3 EA $2,600.00 $7,800.00 8 Adjust Existing Structures to Grade 6 EA $200.00 $1,200.00 9 Remove and Reset Sign 3 EA $400.00 $1,200.00 10 Remove Under Curb Drain and Install Sidewalk 1 EA $400.00 $400.00 Underdrain Grand Total $159,636.00 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. 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 lie 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 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, frill 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: ' • � ?�v Esther C. Beirne ... City Clerk APPROVED AS TO FORM: 7 Pi.4 "'Izs Le Robert F. Epstein City Attorney File No.: 16.06.74 CITY OF SAN RAFAEL: Ken iolf City Manager CONTRACTOR: For: FBD Vanguard Construction, Inc. Page 3 CITY OF SAN RAFAEL MAYOR Albert J. Boro Department of 10 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, Street Resurfacing Curb Ramps 2010-2011, Proiect No. 11161. 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 FBD VANGUARD CONSTRUCTION, INC. CERTIFICATE OF SECRETARY AS TO ELECTION AND AUTHORITY OF OFFICERS Effective August 31, 2010 Barbara Welch certifies that: 1. She is the Secretary of FBD Vanguard Construction, Inc., a California corporation ("Corporation"). 2. The directors of the Corporation have authorized the following resolution in the Action by Written Consent of the Board of Directors of FBD Vanguard Construction, Inc. dated August 31, 2010: Election of Officers RESOLVED, that the following persons are elected to the offices as set forth below to serve until the next annual meeting of the Board of Directors, or until their removal, resignation, or death, or until the election and qualification of their successors, whichever shall first occur. Ni President Billie Sposeto Vice President, Operations Dominic Sposeto Chief Financial Officer Barbara Welch Secretary Barbara Welch Therefore, it is RESOLVED that the officers of the Corporation, and each of them, are authorized and directed to execute all documents on behalf of the Corporation. „. Dated August 31, 2010. By: Barbara Welch, Secretary AAC"R" CERTIFICATE OF LIABILITY 9/13/2(010 PRODUCER NourseInsurance J. � Brokers/Arthur rl w f 4Co. I A � Lennon'�� "! Walnut �. 94598 f 1 590 , 0726293 925-935-0545 ,www.nourseinsurance.com 925-935-0486 INSURERS AFFORDING COVERAGE INSURED 'r r Vanguard Construction, dba: Vanguard Construction INSURER B: Valle Finni 1nqijrRi (' ��20508 651 Enterprise , r Livermore,94550-5200 INSURER D: Zurich American Insurance Co. 116535 COVERAGES • ._� "' � 1 ;; !� + :L f • '7777 N it +'+ • ... • ...� • ,., • 1 + IL ! + 4 . •rs � - ., it S . 2�" w` 4 C., ,;• ,.� !: ., ,ru flAl4� as f. :1u12*f�#>AI� 1 1 �EACH OCCURRENCE 1,000,006 DAMAGE O RENTED 1111 E OCCUR 1,000,000i +. .i .b «, 111111! "ae• " •#► "��Til� 111111, AUTOMOBILEI 1 . 1 13/25/2011 COMBINED (Ea ANY AUTOala 000,000 ALL OWNED , D II BODI person) SCHEAUTOS D, BODILY NON -OWNED AUTOS (Peraccident) ilform CA 0001 03 1, PROPERTYDAMAGE (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT in ANY AUTO 7777.. OTHER THAN 'aAUT7777 O EXCESS I UMBRELLA LIABILITY 111 7 .44495 10,000,000 OCCUR CLAIMS MADE� 10,000,000 DEDUCTIBLE © O 1 , .: I f OF EMB U t D (Mandatory In NH) If yes, • 1 111 describe under SPECIAL PROVISIONS below *i If1 111 � , . r s ♦• � � � � -iia : ��, s i SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of San Rafael BATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL Q. DAYS WRITTEN its officers, agents and employees NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Department of Public Works IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR 1 1 1 Morphew Street REPRESENTATIVES. ® 10 Days for Non -Payment of Premium. San Rafael CA 94901 AUTHORIZED REPRESENTATIVE Vatican dvt Jamie Yaudes AC RD 25 (2009/01) ©1989®2009 ACORD CORPORATION. pall rights reserved. CERT NO.: 8242222 CLIENT CODE: 1997-02-03 15.55:28.803 Jamie Yaudes 9/13/2010 10-01:13 AM Page 1 of 4 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). ARNW-11r���r This Certificate of Insurance 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. CERT NO.: 9242222 CLIENT CODE: 1997-02-03 15:55,20.003 Jamie Yaudes 9/13/2010 10:01:13 AN Page 2 of 4 4014291109 FBD Vanguard Construction, Inc. 9/13/2010 G -140331-B (Ed. 1/09) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE (OPTIONAL) Name of Additional Insured Person(s) Or Organizations (As required by written contract/agreement per Paragraph A. below.) City of San Rafael its officers, agents and employees Department of Public Works San Rafael CA 94901 Location(s) of Covered Operations (As per the written contract/agreement, provided the location is within the "coverage territory" of this Coverage Part.) (Coverage under this endorsement is not affected by an entry or lack of entry in the Schedule above.) A. Section 11- Who Is An Insured is amended to include as an additional insured any person(s) or organization (s),, including any person or organization shown in the Schedule above, whom you are required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided: a. The written contract or written agreement was executed prior to: 1. The "bodily injury" or "property damage'; or 2. The offense that caused the "personal and advertising injury" for which the additional insured seeks coverage under this Coverage Part; and b. The written contract or written agreement pertains to your ongoing operations or "your work" for the additional insured(s). B. The insurance provided to the additional insured is limited as follows: 1. The person or organization is an additional insured only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf In the performance of your ongoing operations for the additional insured(s) or c. "Your work" that is included in the "products -completed operations hazard" and performed for the additional insured, but only if this Coverage Part provides such coverage, and only if the written contract or written agreement requires you to provide the additional insured such coverage. 2. However, we will not provide the additional insured any broader coverage or any higher limit of insurance than the least of those: a. Required by the written contract or written agreement; b. Described in B.1. above; or c. Afforded to you under this policy. 3. This insurance is excess of all other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, unless the written contract or agreement requires this insurance to be primary. In that event, this insurance will be primary relative to insurance which covers the additional insured as a named insured. We will not require contribution from such insurance if the written contract or written agreement also requires that this insurance be non-contributory. But with respect to all other insurance under which the additional insured qualifies as an insured or additional insured, this insurance will be excess. G -140331-B Includes copyrighted material of Insurance Services Office, Inc., with its permission (Ed. 01/09) CERT NO.: 8242222 CLIENT CODE: 1997-02-03 15:55:28.803 J=ie Yaudea 9/13/2010 10:01:13 AH Page 3 of 4 Page 1 of 2 4. The insurance provided to the additional insured terminates when your operations for the additional insured are complete. But if the written contract or written agreement specifies a date until which this insurance must apply, then this insurance terminates: a. On the date specified in the written contract or written agreement; or b. When this policy expires or is cancelled, whichever occurs first. C. With respect to the insurance afforded to the additional insured, the following additional exclusions apply. This insurance does not apply to: 1. "Bodily injury," "property damage," or "personal and advertising Injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and b. Supervisory, inspection, architectural or engineering activities. 2. "Bodily injury," "property damage," or "personal and advertising injury" arising out of any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. D. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: G -140331-B (Ed. 1/09) (1) Give us written notice of an "occurrence" or an offense which may result in a claim or "suit" under this insurance, and of any claim or "suit" that does result; (2) Tender the defense and indemnity of any claim or "suit" to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part; (3) Except as provided in Paragraph B.3 of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part; and (4) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or "suit". We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or "suit". 2. With respect only to the insurance provided by this endorsement, the first sentence of Paragraph 4.a. of the Other Insurance Condition is deleted and replaced with the following: 4. Other Insurance a. Primary Insurance This insurance is primary and non- contributory except when rendered excess by this endorsement, or when Paragraph b. below applies. E. The provisions of the written contract or written agreement do not in any way broaden or amend this Coverage Part. G -140331-B Includes copyrighted material of Insurance Services Office, Inc., with its permission Page 2 of 2 (Ed. 01/09) CERT NO.: 8242222 CLIENT CODE: 1997-02-03 15:55:28.803 Jamie Yaudee 9/13/2010 10:01:13 AN Page 4 of 4 H ��,d,� ���1lC�1�,�rrr��o�yr���rrryyy�yy��irrrrrirrryr�t���Ir/tri/rr�rrirrrr!!rrr✓��r�rrr�r�rrrrrrrrr���rrl�r�rr��r�rr�>rrrrr�rr�r�++rrrrr�rJ�� 651 ENTERPRISE CT LIVERMORE CA 94550 (925) 245-1300 OFFICE (925) 245-1007 FAX September 13, 2010 CITY OF SAN RAFAEL 111 Morphew St San Rafael, CA 94915 (415) 485-3355 office (415) 485-3334 fax Attn: Leslie Blomquist RE: Street Resurfacing Curb Ramps 201041 Leslie: Vanguard Construction will be using the pre -approved material submittals, Traffic Control Plans, and Water Pollution Control practices as submitted on the ADA DOJ Compliance Curb Ramps 2009-10. If you have any further questions or concerns, please call. Thank you, Kim Alexander-Camuso Project Coordinator Vanguard Construction State Cl Caliiornia CONTRACTORS STATE LICENSE BOARD ? -X—. ACTIVE LICENSE ' e Comma Affairs Lrn� 833032,,,,, CORP F B D VANGUARD CONSTRUCTION INC ABC -8 02/29/2012 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 August 5, 2010 P. O. No. 00449 File No: 16.06.74.02 Independent Journal P.O. Box 6150 Novato, CA 94949 FAX NO: 382-1535 Attn: Donna Lazarus Re: NOTICE INVITING SEALED PROPOSALS - STREET RESURFACING CURB RAMPS 2010-2011, PROJECT NO.: 11161 Enclosed is one copy of Notice Inviting Sealed Proposals for Public Works entitled: "STREET RESURFACING CURB RAMPS 2010-2011". Please publish the enclosed notice on August 11, 2010 and furnish us with Galley Proof and Proof of Publication in duplicate. Thank you for your cooperation in this matter. 17) Sincerely yours, o —r;! o `� C C C7 Leslie Blomquist� Associate Civil Engineer sir LB:dwN M Enclosure (1) cc: Esther C. Beime, 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 STREET RESURFACING CURB RAMPS 2010-2011 PROJECT NO. 11161 Project consists of all the associated work described in attached specifications and plans and the provisions of this document for the excavation and removal of sidewalk, roadway and a driveway approach and the construction of a driveway approach, curb and gutter and over forty handicap ramps and related work, all located 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 August 2, 2010, and other contract documents now on file with the City Clerk, City Hall, San Rafael, California; and may be examined and copies may be obtained at the Department of Public Works, 111 Morphew Street, P. O. Box 151560, San Rafael, CA 94901. Cost shall be One Hundred Dollars ($100.00) per set, non-refundable. Cost of mailing sets shall be an additional 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 Director of Industrial Relations, State of California, pursuant to the California Labor Code 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, 111 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, Room 209, City Hall, San Rafael, California 94901 on or before 10:00 AM., Tuesday August 31, 2010. The City reserves the right to reject any or all bids or to waive any informality in a bid. Dated: August 11. 2010 e ' 4e -r ESTHER C. BEIRNE City Clerk .TMa `'r 2 PRO`ESSIONAL 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 Pouting 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 forth of agreement; 09. bonds, and insurance certificates and f,7 �L— endorsements. L 5 City Manager / Mayor / or Agreement executed by Council authorized 4�h' Department Head official. Ito 6 City Clerk City Clerk attests signatures, retains original h� agreement and forwards copies to the f p contracting department. To be completed by Contracting Department:""� Project Manager: / Project Name: Agendized for Ci Council Meeting 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 / AGE Y. SRCC AGENDA ITEM NO. 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 STREET RESURFACING CURB RAMPS 2010-2011 PROJECT, CITY PROJECT #11161, TO FBD VANGUARD CONSTRUCTION IN THE AMOUNT OF $159,636.00. (BID OPENING HELD ON TUESDAY, AUGUST 31, 2010) ....................... ..... ........... . Ir Department Head (signature) (LOWER HALF OF FORM FOR APPROVALS ONLY) APPROVED AS COUNCIL/ AGENCY AC ENbA ITEM: 11 iia, ,. r (signature) NOT APPROVED REMARKS: 2 APPROVED AS TO FORM: m a City Attorney (signature)