Loading...
HomeMy WebLinkAboutPW St. Resurfacing 2010-11 ProjectDepartment: Agenda Item No: 8 Meeting Date: October 4, 2010 SAN RAFAEL CITY COUNCIL AGENDA REPORT Prepared y: /:% City Manager Approval: orks (LB) File No.: 16.06.74 SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE STREET RESURFACING 2010-2011 PROJECT, CITY PROJECT #11162, TO GHILOTTI BROTHERS, INC., IN THE AMOUNT OF $1,368,787.95. (BID OPENING HELD ON WEDNESDAY, SEPTEMBER 29, 2010) RECOMMENDATION: Staff recommends that the City Council adopt the resolution awarding the contract to Ghilotti Brothers, Inc. in the amount of $1,368,787.95. BACKGROUND: This project proposed to resurface 38 local streets which have a pavement condition index (a numerical index between 0 and 100 used to indicate the condition of a roadway) of 40 or lower. Previous experience has shown that resurfacing local streets presents many advantages to the community, residents and the City. Resurfacing of local streets significantly reduces maintenance costs, increases property values and provides residents with a better look and feel of their community. The design of the project was completed by City of San Rafael Department of Public Works engineering staff. On August 16, 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 September 14, 2010 and bids were publicly opened on September 29, 2010 at 10:00 AM and read aloud. The engineer's estimate was $1,570,000.00. The following five bids were received: NAME OF BIDDER AMOUNT Ghilotti Brothers, Inc. $1,368,787.95 Ghilotti Construction Co. Inc. $1,375,352.35 Argonaut Constructors $1,519,135.55 Interstate Grading & Paving, Inc. $1,542,032.70 Team Ghilotti $1,542,204.30 ANALYSIS: The bid from Ghilotti Brothers, Inc. was $1,368,787.95 and falls within the allocated project budget. FISCAL IMPACT: On July 6, 2010, City Council approved the 5 year Capital Improvement Project list allocating $1,540,000.00 for this project of which it was anticipated $615,000 may have to be borrowed. FOR CITY CLERK ONLY File No.: 14-I —6,;ty Council Meeting: lo4ololo Disposition: f e5ct. U ilam) 0 130 SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2 Due to the recent low bids on this and several previous construction contracts, borrowing of funds is no longer required. To date, a total of $1,359.99 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 Ghilotti Brothers, Inc. and an approximate 10% construction contingency, resulting in a remaining project cost of $1,448,640.01 and a total project cost of $1,450,000.00. The following table summarizes the costs which are associated with this project: Category -Eden Expense Code Amount Note(s) Already Charged Expenses $1,359.99 Plan/specification reproduction Remaining Expenses Construction -02 $1,368,787.95 Contract Amount $148,462.06 Approximate 10% Contingency -$68,610.00 Anticipated Reimbursement from various utility Companies Remainin Ex enses Sub Total $1,448,640.01 Total Project Cost $1,450,000.00 OPTIONS: The Council can choose not to award the contract and direct Staff to rebid the project. ACTION REQUIRED: Adopt Resolution awarding contract to Ghilotti Brothers, Inc. in the amount of $1,368,787.95. Enclosures 1. Resolution 2. Agreement A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE STREET RESURFACING 2010-2011, CITY PROJECT #11162, TO GHILOTTI BROTHERS INC., IN THE AMOUNT OF $1,368,787.95 WHEREAS, on the 291h day of September, 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 2010-2011" Project No. 11162 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 City Manager 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 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 4'h day of October, 2010 by the following vote, to wit: AYES: COUNCILMEMBERS: Brockbank, Connolly, Heller, Levine & Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None 111 DI 1 1111413 City of San Rafael ♦ California Form of Contract Agreement for Street Resurfacing 2010-2011 Proiect No. 11162 This Agreement is made and entered into this 4'h day of October, 2010 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: Street Resurfacing 2010-2011, Project No. 11162, 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 FIVE (5) WORKING DAYS after the date of written notice by the City to the Contractor to proceed. (b) All work shall be completed within 35 WORKING DAYS after the date of such notice and with such extensions of time as are provided for in the General Conditions. III - Liquidated Damages It is agreed that, if all the work required by the contract is not finished or completed within the number of working days as set forth in the contract, damage will be sustained by the City, and that it is and will be impracticable and extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by reason of such delay; and it is therefore agreed that the Contractor will pay to the City, the sum of $1,000 for each and every working day's delay in finishing the work in excess of the number of working days prescribed above; and the Contractor agrees to pay said liquidated damages herein provided for, and further agrees that the City may deduct the amount thereof from any moneys due or that may become due the Contractor under the contract. IV - The Contract Sum The City shall pay to the Contractor for the performance of the Contract the amounts determined for the total number of each of the units of work in the following schedule completed at the unit price stated. The number of units contained in this schedule is approximate only, and the final payment shall be made for the actual number of units that are incorporated in or made necessary by the work covered by the Contract. ITEM NO. ITEM QTY UNIT UNIT PRICE ITEM TOTAL 1 Mobilization (Not to exceed 3% of Total Bid) 1 LS $200.00 $200.00 2 Traffic Control System 1 LS $1,168.00 $1,168.00 3 Deep Lift Patching 1,134 1 SF $7.50 $8,505.00 4 Full Width Grinding 65,855 1 SF $0.70 $46,098.50 Page 1 ITEM UNIT ITEM NO. ITEM QTY UNIT PRICE TOTAL 5 Cold Planing a. Edge Grind 6' 46,304 LF $2.90 $134,281.60 b. Conform Grind 10' 4,220 LF $5.25 $22,155.00 c. Special Grind 10' (Depth Varies) 780 LF $8.50 $6,630.00 6 Fabric Reinforcement 34,096 SY $1.50 $51,144.00 7 Asphalt Concrete Overlay (Type A) 9,875 TON $93.33 $921,633.75 8 Adjust Existing Facility to Grade a. Adjust Manhole Casting to Grade 129 EA $500.00 $64,500.00 b. Adjust Valve Cover to Grade 257 EA $30.00 $7,710.00 c. Adjust Monument to Grade 50 EA $330.00 $16,500.00 d. Adjust Vault to Grade 4 EA $850.00 $3,400.00 e. Adjust Rodhole to Grade 20 EA $275.00 $5,500.00 9 Reconstruct AC Dike 381 LF $19.50 $7,429.50 10 Install Medians on Northgate Drive 1 LS $30,000.00 $30,000.00 11 Remove and Reinstall Roadside Sign 2 EA $325.00 $650.00 12 Traffic Loop Installation a. Type A 7 EA $321.00 $2,247.00 b. Type D 2 EA $321.00 $642.00 13 Install Traffic Stripes a. Install 4" Yellow Stripe 178 LF $1.10 $195.80 b. Install Detail 9 Stripe 450 LF $0.80 $360.00 c. Install Detail 22 Stripe 5,096 LF $2.10 $10,701.60 d. Install Detail 25 Stripe 163 LF $1.25 $203.75 e. Install Detail 27B Stripe 239 LF $1.10 $262.90 f. Install Detail 29 Stripe 116 LF $4.25 $493.00 g. Install Detail 37B Stripe 206 LF $1.00 $206.00 h. Install Detail 38 Stripe 543 LF $2.10 $1,140.30 i. Install Pavement Marking 7,417 SF $3.25 $24,105.25 j. Remove Pavement Marking 290 SF $2.50 $725.00 Grand Total $1,368,787.95 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°x"0 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. Page 2 (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 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. (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: Robert F. Epstein City Attorney File No.: 16.06.74 CITY OF SAN RAFAEL: r en 01. Toff City N ager CONTRACTOR: For: Ghilotti Brothers, Inc. MICHAEL M. G ILa P SIDEN"I , SURER Page 3 ® I DATE (MMIDD/YYYY) coRU CERTIFICATE OF LIABILITY INSURANCE OP IDSP 1 10/12 10 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Don Ramatici Insurance, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 551 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Petaluma CA 94953 Phone:707-782-9200 Fax:707-782-9300 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A. National Union Fire In.. of PA 19445 INSURERS' Granite State Insurance Co. 13102 Ghilotti Bros., Inc. NSURERC Evereat National Insurance Co . 10120 -- ... _ ... 525 Jacoby Street INSURER D San Rafael CA 94901 - - 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 IINSR7MD' , LTR INSR TYPE OF INSURANCE POLICY NUMBER DATE 'MMIDD/YYYY. DATE MMIDD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE s2,000,000 A X X COMMERCIAL GENERALLIABILITY 4581591 _. .... ...-.m-. ... AGE ID REN t ED 10/01/10 10/01/11 PREMISEs(Eaoccurence) $ 100,000 CLAIMS MADF X OCCUR 9 MED EXP (Any one person) s5,000 X Brd Form PD $10,000 PO DED - PER OCC r I PERSONAL B ADV INJURY s2,000,000 X Cntrctl,/XCU Incl . INDEP. CONTRACTORS INCL. RALAGGREGATE S4,,000J000 I GENERAL GEN'L AGGREGATE LIMiTAPPL^ES(POEC PR £,... ODUCTS-COMPIOPAGG.4S4,000/OOO PRO- 9 POLICY X IJECT j�mpl Liab 1,000 000 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1 000 000 B X ANYAU10 � B263687 aaidanq I 10/01/10 10/01/11 (EaALL ED ALI ' OS 1 BODILY INJURY SCHEDU ED AUTOS (Per person)$ XHIRED AUTOS BODILY INJURY $ X NON -OWNED AUTOS (Par accident) X Ded . $1000 APD PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY .... AUTO ONLY . EA ACCIDENT $ I, e ANY AUTO OTHER THAN EA ACC S y .. ... AUTO ONLY. AGG $ EXCESS I UMBRELLA LIABILITY EACH OCCURRENCE $ 10,000,000 CLAIMS MADE I � C X OCCUR p 71C7000453101 10/01/10 10/01/11 - E ..mm - AGGREGATE $ 10,000,000 � DEDUCTIBLE ( $ X RETENTION $10,000 $ WORKERS COMPENSATION SAT Olh X TORY LIMITS AND EMPLOYERS' LIABILITY YIN A I ANY PROPRIETOR/PARTNER/EXECUTIVE�-� 014770860 10/01/10 10/01/11 EL EACH ACCIDENT $ 1,000 000 OFFICERIMEMBER EXCLUDED? (Mandatory in NH) 0 I` E L DISEASE - EA EMPLOYEE $l,l 000,000 If yes, descnbe under 5PEGIAL PROVISIONS below ...- .. E L DISEASE POLICY LIMIT $ 1, 00O 000 OTHER - e I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE: Operations of the Named Insured for the Certificate Holder. JOB: Street Resurfacing 2010-2011, Project #11162, GBI #1043 *Ten day notice would be sent on non payment **officers, agents & employees 30*X97838(04/08)97837(04/08)90533(LF)/SPECIAL CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION SANRAF4 DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR40 MAIL 30* DAYS WRITTEN City of San Rafael NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 1- S County of Marin, its** 'POP 1 ;R AGEII ITS OR SEE ADDENDUM ATTACHEDPRsseNTcc P.O. Box 151560 San Rafael, CA 94 915 A ZED REPR NTATIVE ACORD 25 (2009/01) ©1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD HOLDER CODE NOTEPAD. NSURED'S AME Ghilotti Bros., Inc. GHILO-1 PAGE 2 OP ID SP DATE 10/12/10 "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 2010-2011, Project No. 11162, between the City of San Rafael and Ghilotti Bros., Inc. for the work and the improvements therein." This endorsement, effective 12:01 A.M. policy No. 4581591 by National Union Fire Ins. Co. of PA ENDORSEMENT 10/01/10 forms a part of issued to Ghilotti 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 material 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. 10/01/10 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: 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. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement, effective 12:01 A.M. 10/01/10 forms part of Policy No. 4581591 issued to Ghilotti Bros., Inc. by National Union fire Ins. Co. 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 and 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. 90533 (3/06) CITY OF SAN RAFAEL OPENING OF SEALED BIDS RE: Street Resurfacing 2010-2011 PROJECT NO. 11162 Date of Bid Opening: Wednesday, September 29, 2010 @ 10:00 a.m. �... . _..... _......... �.. ....w. .. �... _... � _ .... ....... NAME OF BIDDER ! AMOUNT ENGINEER'S ESTIMATE: $1,570,000.00 PW Street Resurfacing Argonaut Constructors $1,519,135.55 A California Corporation P.O. Box 639 1236 Central Avenue Santa Rosa, CA 95402 __........._ ....... ........_...... _..... Ghilotti Bros., Inc. $1,368,787.95 525 Jacoby Street San Rafael, CA 94901 Ghilotti Construction Company $1,375,352.35 246 Ghilotti Avenue Santa Rosa, CA 95407 — - ..w... ......... _ ........... ... ....... .a......,_ ....__..... Interstate Grading &Paving, Inc $1,542,032.70 128 South Maple Avenue South San Francisco, 94080-6302 _.... ................. _. ..._.._. m ..... m. _... _ ........ .. _ ..M ...... _....,.m Team Ghilotti, Inc $1,542,204.30 2531 Petaluma Blvd., South Petaluma, CA 94952 ENGINEER'S ESTIMATE: $1,570,000.00 PW Street Resurfacing 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 2010-2011 PROJECT NO. 11162 This project consists of all the associated work described in the attached specifications and plans and the provisions of this document for resurfacing of various roadway segments, including deep lift patch repairs, full width grinding, traffic signal loop replacement, roadway striping median installation, etc. all located in the City of 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 16, 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 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, 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, Room 209, 1400 Fifth Avenue, San Rafael, California 94901 on or before 10:00 A.M., Wednesday, September 29, 2010. The City reserves the right to reject any or all bids or to waive any informality in a bid. Dated: September 14, 2010" ESTHER C. BEIRNE City Clerk CITY OF Mayor 60400 4:r V0 ;� fi��� 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 September 9, 2010 P. O. No. 00449 File No: 16.06.74 Independent Journal P. O. Box 6150 Novato, CA 94949 FAX NO: 382-1535 Attn: Donna Lazarus Re: NOTICE INVITING SEALED PROPOSALS - STREET RESURFACING 2010-2011 PROJECT NO: 11162 Enclosed is one copy of Notice Inviting Sealed Proposals for Public Works entitled: "STREET RESURFACING 2010-2011 ". Please publish the enclosed notice on Tuesday, September 14, 2010 and furnish us with Galley Proof and Proof of Publication in duplicate. Thank you for your cooperation in this matter. Sincerely yours, Leslie Blomquist Associate Civil Engineer LB:dw Enclosure (1) �• �trj cc: Esther C. Beirne, City Clerk (2 copies-w/encls.) C.") Project Engineer (w/encl.)C-3 Ze Secretaries (2) (w/encl.)cl�. 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 2010-2011 PROJECT NO. 11162 This project consists of all the associated work described in the attached specifications and plans and the provisions of this document for resurfacing of various roadway segments, including deep lift patch repairs, full width grinding, traffic signal loop replacement, roadway striping median installation, etc. all located in the City of 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 16, 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 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, 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, Room 209, 1400 Fifth Avenue, San Rafael, California 94901 on or before 10:00 A.M., Wednesday, September 29, 2010. The City reserves the right to reject any or all bids or to waive any informality in a bid. Dated: September 14. 2010 ESTHER C. BEIRNE City Clerk 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. SRCC AGENDA ITEM NO. S DATE OF MEETING: October 4, 2010 FROM: Parviz Mokhtari, P.E. DEPARTMENT: Public Works DATE: September 30, 2010 TITLE OF DOCUMENT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE STREET RESURFACING 2010-2011, CITY PROJECT #11162, TO GHILOTTI BROTHERS, INC., IN THE AMOUNT OF $1,368,787.95. (BID OPENING HELD ON WEDNESDAY, SEPTEMBER 29, 2010) *** *** *** *** *** *** *** *** *** *** *** *** *** *** *** (LOWER HALF OF FORM FOR APPROVALS ONLY) APPROVED AS COUNCIL / AGENCY AGEN��!M• ity r0a *ger (sic 0 ure) NOT APPROVED REMARKS: APPROVED AS TO FORM: City Attorney (signature) PROFESSIONAL SERVICES AGREEMENT/CONTRACT COMPLETION CHECKLIST AND ROUTING SLIP 201 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 EReview,vise, and comment on draft 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; oIL bonds, and insurance certificates and f A2— endorsements. e p 5 City Manager / Mayor / or Agreement executed by Council authorized Af//06De artment Head official. 6 City Clerk City Clerk attests signatures, retains original agreement and forwards copies to the contracting department. To be completed by Contracting Department: Project Manager: jU,14,k' . - Project Name: Agendized for City 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.