Loading...
HomeMy WebLinkAboutPW Lifeline Transportation Program; Canal StreetCITY OF Agenda Item No: 8 Meeting Date: December 20, 2010 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Public Works Prepared by: `/� ity Manager Approval: Public Works Director (KM) File No.: 18.10.14 SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE LIFELINE TRANSPORTATION PROGRAM, CANAL STREET PEDESTRIAN ACCESS AND SAFETY IMPROVEMENT PROJECT, CITY PROJECT #11122, TO ABLE GENERAL ENGINEERING, INC., IN THE AMOUNT OF $258,324.48. r1olwel70M iwili7Tl o 1@30 Staff recommends that the City Council adopt the resolution awarding the contract to Able General Engineering, Inc. in the amount of $258,324.48. BACKGROUND: The Lifeline Transportation Program (LTP) is a federal funding program that funds projects to improve mobility of low-income communities. The project incorporates improvements based on the high-priority transportation needs identified in the Canal neighborhood's Community Based Transportation Plan (adopted in 2006) and applied for the federal grant in 2007. This project includes access and intersection improvements on Canal Street. The plans and specification for this project were approved by the City Council on October 4, 2010. Approximately 75% of the total budget for this project is supported through the federal LTP program. The project was advertised in accordance with San Rafael's Municipal code and policies on November 24, 2010 and the engineer's estimate for the construction is $317,767.00. On December 15, 2010 at 10:30 a.m. the following bids were received by the City Clerk and read aloud: NAME OF BIDDER AMOUNT Able General Engineering, Inc. $258,324.48 Rosas Brothers Construction. $293,762.00 Ghilotti Brothers, Inc. $297,529.00 Lister Construction, Inc. $299,910.00 Fieldstone Construction, Inc. $313,140.00 Maggiora & Ghilotti, Inc. $343,343.00 Northwest General Engineering $347,966.73 FEDCO Construction Inc. $360,755.00 Team Ghilott, Inc. $368,367.50 Redgwick Construction Co. $398,390.00 Ghilotti Construction Company $399,474.00 W.R. Forde Associates $486,115.00 G . NE�9iti6: �11�fli2.olo SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2 ANALYSIS: The bid from Able General Engineering, Inc. was $258,324.48 and falls within the allocated project budget. The bid submitted by Able General Engineering, Inc. was reviewed by staff and determined to meet the requirements of the bid specifications. The construction award at this time is crucial to the success of the project based on the fact that the LTP Program funding will not be available for construction after January 1, 2011. FISCAL IMPACT: The total project budget for this project is $451,000, of which $336,000 will be funded by the federal LTP program through Caltrans and $115,000 will be funded through a required City match. To date, a total of $53,950.90 has been charged to this project for the Design preparation and reproduction of the plans and specifications. The design and public outreach was completed in house. The remaining project costs include construction work to be performed by Marin Municipal Water District (MMWD) and Able General Engineering, Inc. and approximately IVIo construction contingency, resulting in a remaining project cost of $301,049.10 and a total project cost of $355,000.00. The following table summarizes the costs and revenue for this project: Category -Eden Expense Code Amount Note(s) Already Charged Expenses Design $50,781.15 Alta Plannin +Desi n Printing Char es $3,169.75 Subtotal Already charged Expenses $53,950.90 Remaining Expenses $90,521.07 Utility Relocation (MMWD) $15,608 Contract Amount Construction (Able General En r.) $258,324.48 $27,116.62 Contingency (approximate y 10%) Remaining Expenses Sub Total $301,049.10 Total Project Cost $355,000.00 We therefore request that the Council approve a total project cost of $355,000.00 from the following funding sources: Source Amount Note(s) Amount Previously Received LTP Program (CalTrans) $48,000.00 CalTrans Project ID # 5043(029) Amount to be Billed LTP Pro ram (CalTrans) $216,478.93 CalTrans Project ID # 5043(029) ... Local Match Funding $90,521.07 Total Revenue Funds $355,000.00 OPTIONS: The Council can choose not to award the contract and direct Staff to rebid the project; however, the LTP program funding for construction will not be available for the project after January 1, 2010. ACTION REQUIRED: Adopt Resolution awarding contract to Able General Engineering, Inc. Inc. in the amount of $258,324.48. Enclosures 1.Resolution 2.Agreement 3.Contract A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE LIFELINE TRANSPORTATION PROGRAM, CANAL STREET PEDESTRIAN ACCESS AND SAFETY IMPROVEMENTS, CITY PROJECT NO. 11122, TO ABLE GENERAL ENGINEERING, INC. IN THE AMOUNT OF $258,324.48. WHEREAS, on the 15`h day of December, 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: "Lifeline Transportation Program, Canal Street Pedestrian Access and Safety Improvements" Project No. 11122 In accordance with the plans and specifications therefore on file in the office of said City Clerk; and WHEREAS, the bid of Able General Engineering, 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 Able General Engineering, Inc. is hereby accepted at said unit prices and that the contract for said work and improvements is hereby awarded to Able General Engineering, Inc. at the unit prices mentioned in said bid. IT IS FURTHER ORDERED AND RESOLVED that the Interim City Manager and the City Clerk of said City be authorized and directed to execute a contract with Able General Engineering, Inc., in a form approved by the City Attorney, for said work and to return the bidder's bond upon the execution of said contract. City of San Rafael ♦ California Form of Contract Agreement for Lifeline Transportation Program, Canal Street Pedestrian Access and Safety Improvements Project No. 11122 This Agreement is made and entered into this 20°i day of December, 2010 by and between the City of San Rafael (hereinafter called City) and Able General Engineering, 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: Lifeline transportation Program, Canal Street Pedestrian Access and safety Improvements, Project No. 11122, 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) CALENDAR DAYS after the date of written notice by the City to the Contractor to proceed. (b) All work shall be completed within 40 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 $1,000 for each and every working day 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. ' FORM OF CONTRACT AGREEMENT PROJECT NO. 11122 ITEM EST UNIT ITEM UNIT NO. ITEM QTY PRICE, $ TOTAL, $ r Mobilization (39`omax of total bid) I LS $4,075.58 $4,075.58 2 Traffic Control I LS $10,927.69 $10,927.69 3 Curb Reconstruction at Canal & Larkspur Streets 209 LF $38.04 $7,950.36 4 Curb Reconstruction at Canal & Novato Streets 263 LF $35.03 $9,212.89 5 Curb Reconstruction at Canal & Fairfax Streets 217 LF $36.43 $7,905.31 6 Curb Reconstruction at Canal & Sonoma Streets 425 LF $32.84 $13,957.00 Sidewalk Reconstruction at Canal & Larkspur 7 Streets 1515 SF $10.02 $15,180.30 Sidewalk Reconstruction at Canal & Novato 8 Streets 2135 SF $8.88 $18,958.80 Sidewalk Reconstruction at Canal & Fairtax 9 Streets 1610 SF $9.00 $14,490.00 Slnewalk Keconstructron at Lanai & Jonoma 10 Streets 3465 SF $921 $31,912.65 worm Uram Monrcatrons at Lanai & Larkspur 11 Streets 1 LS $16,861.82 $16,861.82 Storm Drain Modlcations at Canal & Novato 12 Streets I LS $14,270.41 $14,270.41 Storm Drain Modtcations at Canal & harfax 13 Streets 1 LS $16,347.84 $16,347.84 Storm Drain Modications at Canal & Sonoma 14 Streets 1 LS $16,333.98 $16,333.98 15 Channel Drain 58 LF $153.31 $8,891.98 Jatety Lrgnnng improvements at (,anal & 16 Larkspur -Streets I LS $2511.75 $2,511.75 aatety Lrgntrng improvements at Lanai & Novato 17 Streets I LS $4,666.03 $4,666.03 Satety Lighting Improvements at Canal & Nairtax 18 Streets I LS $4,368.85 $4,368.85 Safety Lighting Improvements at Canal & Sonoma 19 Streets I LS $5,028.78 $5,028.78 20 AC Pavement - Restoration 2500 SF $8.11 $20,275.00 21 Adjust Facilities to Grade 6 EA $286.35 $1,718.10 22 Traffic Signs - Relocation 8 EA $31727 $2,538.16 23 Traffic Signs -New 12 EA $343.71 $4,124.52 24 Pavement Striping, Marking and Curb Painting 1 LS $5,816.68 $5,816.68 Grand Total 1 $258,324.481 Page 2 of 4 FORM OF CONTRACT AGREEMENT PROJECT NO. 11122 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 working days make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed, he/she 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 509/0 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. Page 3 of 4 FORM OF CONTRACT AGREEMENT PROJECT NO. 11122 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: C •l�e.t 1Qrc..t Esther C. Beirne City Clerk APPROVED AS TO FORM: CITY OF S RAFAEL: Jun chutz CTOR: ...Robert F.Epstein City Attorney For -Able General Engineering, Inc. File No.: 18.10.14 Page 4 of 4 CUP Rn CERTIFICATE OF LIABILITY INSURANCE OP ID AA 01/11/11 ABLEG-1 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Sheppard & Assoc Ins Agency HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 970 Reserve Drive Suite #170 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Roseville CA 95678 Phone:916-784-9292 Fax:916-784-0202 INSURERS AFFORDING COVERAGE NAIL# 24SURED INSURLRA Financial Pacific 31453 INSURERB Everest National Able General Engineering Inc TJ Williams INSURERc Hartford 29424 5715 Sebastopol Ave INSURERD Sebastopol CA 95472 I INSURER E COVERAGES THE. POLCIES OF INSURANCE l CST ED BELOW HAVE BEEN ISSUED TO THE: INSURED NAMED ABOVE::' FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REOUIRLMENT, TERM OR CONE) TION OF ANY CONTRACT OR OTHER DOCUMENT WITH RE::SEE I:CT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PEi:RTAIN, THEINSURANCE AFF'ORDE.iD BY THE: POI IC ES DESCRIBED HEREIN IS SUBJE':ICTTO ALL THE:: TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIIES. AGCRFGATE:v L..IMITS SHOWN MAY HAVE. BE:tEN REDUCED BY PAID CIL AIMS --VOLICY EFFECTIVE PDLLV-E'XfrHjA7=­r1 ........ .. ... _ ...... ......w..._ ....... LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MMIDDIYYYY) DATE MWDDNYYY) LIMITS GENERAL LIABILITY EACH OCCURRE NCE: $ 1, 00 0,000 A X X COMMFIRC"!AL.CFNFRAI.I.IABI'LITY 179596B 06/01/10 06/01/11 "TII'RFIViTTJ' _.._.... _ PREMISES(Ea®aurence) .. ......_ .......... .... $ 50,000 CLAIMS MADI X� OCCUR MED „EXP (Any one person) $ 5, 000 ........., ... _ .,..,.. ....,. PERSONAL .BADV INJURY $ 1, 000,000 GFNFRAL AGGREOATI s 2, 000, 000 GF N L AGGRI GATE.: LIMIT APPLE S PE R PRODUCTS COMP/OP AGG $ 2, 000,000 X POL..CY PHOT .. LOC W AUTOMOBILE LIABILITY COMBINEDSINGII".LIMIT $ 1, 000, 000 ANYAUTO (La assl�ornl) ALL OWNS D AUTOS BODII Y INJURY $ A X SC,HFDULL ;DAUTOS 179596B 06/01/10 06/01/11 '(Por person) X_. IARC:.0 AUIOS BODILY INJURY s X NON OWNS D AUl OS i. � PROP[ RTY DAMAGE $ (Pnr RP.rinnnLI .mom. GARAGE LIABILITY Y AUTO ONI Y -PA ACCIDENT $ OT Ell R IAN I AUTO ON ONLY AGC $ ...... .. ......_ . _ ......_... .... ..........._.._. . ._ „ , ... _ ..,..m......w,.a....,. ,.............. EXCESS I UMBRELLA LLABILIFY !:.... .. EACH OCCURRE . $ 5,000,000 A X �' OCCUR CLAIMS MADE: 923780E 06/01/10 06/01/11 AGGREGATE $ 5,000,000 DEDUCTIBL.E'. I IS .. RE'!TENTION $ $ WORKERS COMPENSATIONI .....� _77I GIN AND EMPLOYERS' LIABILITYYIN TORY LIMITS FR B ANY PROPR-. ETORPPARTNFRPEXF'i CUTIVF.(' 7600003842101 10/01/10 10/01/11 E L FACHACCIDFNT $ 1000000 U7 (Mandatory Mes 1000000 EICY II describeunder below owf oiesc.ROVe oder _ w OTHER _.,...... �. F L D Sf ASF' POI .... MITrOYf $ 1000000 C Equipment Floater 57MS PC5350 06/01/10 06/01/11 Leas&Rent 250,000 Deductibl 1,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECUIL PROVISIONS CANCELLATION EXCEPTION: 10 DAY NOTICE FOR NON PAYMENT OF PREMIUM. The City and County, its elective and appointive Boards, Commissions, Officers, Agents, and Employees are named as additional insured per the attached endorsement. Job #11122; Lifeline Transportation Program Canal St. Pedestrian Access & Safety Improvements Project CERTIFICATE HOLDER CANCELLATION 0 C� -" SHOULD ANY OF THE ABOVE DESCRIBED PI�C11kB CE BEFOF&HF. EXPIRATIC SANRAFA DATE THEREOF, THE ISSUING INSURER WILL-01036611kM MAIL 310 _ YS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMEEbjy �E LEFT, B�RXOCHE XMW XMX)3BQ11 =XII K)L','CYI�]CWZ1XWXWK A&A® "z N� K= SDRX CITY OF SAN RAFAEL )MVXXXQ)01�tXU X DEPT OF PUBLIC WORKS P.O. BOX 151560 AN RAFAEL CA 94915 �.. ACORD 25 (2009/01) reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABLILTY POLICY NUMBER: 179596B CG 20 10 Blanket Additional Insured 02 10 R THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (WITH LIMITED COMPLETED OPERATIONS COVERAGE) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART BUSINESSOWNERS COVERAGE FORM SCHEDULE NAME OF PERSON OR ORGANIZATION: Any person or organization to whom or to which the named insured is obligated by a virtue of a written contract to provide insurance that is afforded by this policy. Where required by contract the officers, officials, employees, directors, subsidiaries, partners, successors, parents, divisions, architects, surveyors and engineers are included as additional insureds. All other entities, including but not limited to agents, volunteers, servants, members and partnerships are included as additional insureds, if required by contract, only when acting within the course and scope of their duties controlled and supervised by the primary (first) additional insured. If an Owner Controlled Insurance Program is involved, the coverage applies to off- site operations only. If the purpose of this endorsement is for bid purposes only, then no coverage applies WHO IS AN IN SURED: (Section II) This section is amended to include as an insured the person or organization shown on the Certificate of Insurance, but only to the extent that the person or organization is held liable for your acts or omissions in the course of "your work" for that person or organization by or for you. The "products -completed operations hazard" portion of the policy coverage does not apply to any work involving or related to properties intended for residential or habitational occupancy (other than apartments). WAIVER OF SUBROGATION: We waive any right of recovery, when required by written contract, that we may have against the person or organization shown in the Certificate of Insurance because of payments we make for injury. LOCATION OF JOB: DESCRIPTION OF WORK: The type of work performed must be that as described under classifications in the CGL \.+UVOI O40 F(31l LJOU OI I]LI U I IJ. DRIVEWAY/PARKING... PAVING/REPAVING GRADING OF LAND CONTRACTORS PERMA- YARD-MAINT/STORAGE EXCAVATION SEWER MAINS/CONNECTI ONS CONSTRUCTION PRIMARY CLAUSE: When this endorsement applies and when required by written contract, such insurance as is afforded by the general liability policy is primary insurance and other insurance shal8 be excess and shall not contribute to the insurance afforded by this endorsement. EXCLUSION: The insurance provided to the additional insured does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of an architect's, engineer's or surveyor's rendering or failure to render any professional services, including: 1. The preparing, approving, or failing to prepare or approve, maps, designs, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications; and 2. Supervisory, inspection, architectural or engineering activities. Endorsement EFFECTIVE DATE: 06/01/2010 The job location must be within the Slate of domicile of the named insured, or within any Endorsement contiguous State thereto. EXPIRATION DATE: 06/01/2011 CG 20 10 Blanket Additional Insured 02 10 R Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission CITY OF SAN RAFAEL ROUTING SLIP / APPROVAL FORM INSTRUCTIONS: USE THIS FORM WITH EACH SUBMITTAL OF A CONTRACT, AGREEMENT, ORDINANCE OR RESOLUTION BEFORE APPROVAL BY COUNCIL / AGENCY. SRRA / SRCC AGENDA ITEM NO. 0 DATE OF MEETING: 12/20/2010 ICtvJ^1 FROM: -Keyam McGowan DEPARTMENT: Public Works DATE: 12/16/10 TITLE OF DOCUMENT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE LIFELINE TRANSPORTATION PROGRAM, CANAL STREET PEDESTRIAN ACCESS AND SAFETY IMPROVEMENT PROJECT, CITY PROJECT #11122, TO AISLE GENERAL ENG EERING, INC., IN THE AMOUNT OF $258,324.48. r � . For Nader Mansourian Department Head (signature) *** *** *** *** *** *** *** *** *** *** *** *** *** *** *** *** (LOWER HALF OF FORM FOR APPROVALS ONLY) APPROVED AS COUNCIL / AGENCY A <NITE ity nage (sig ature) NOT APPROVED REMARKS: APPROVED AS TO FORM: L j iw::�: �- z-�- City Attorney (signature) File No: 18.10.14 d PROFESSIONAL SERVICES AGREEMENT/CONTRACT COMPLETION CHECKLIST AND ROUTING SLIP A� Below is the process for getting your professional services agreements/contracts finalized and executed. Please attach this "Completion Checklist and Routing Slip" to the front of your contract as you circulate it for review and signatures. Please use this form for all professional services agreements/contracts (not just those requiring City Council approval). This process should occur in the order presented below. Step :responsible Description Completion Department Date 1 City Attorney Review, revise, and comment on draft agreement. 2 Contracting Department Forward final agreement to contractor for their signature. Obtain at least two signed originals from contractor. 3 Contracting Department Agendize contractor -signed agreement for Council approval, if Council approval 12- ;xo necessary (as defined by City Attorney/City Ordinance*). 4 City Attorney Review and approve forni of agreement; d !/ bonds, and insurance certificates and M -4 - endorsements. 5 City Manager / Mayor / or Agreement executed by Council authorized I Department Head official. 6 City Clerk City Clerk attests signatures, retains original agreement and forwards copies to the �11 contracting department. To be completed by Contracting Department: �1 '7 ,� i a.a�e., �, /�� �/fit% k,//o�� / i i J g �� i f �� Project Name., , o� l�% Project Manager: ._ //„ Agendized for Cit�,,/Council Meeting of (if necessary): 1>cce,,.1, , 2z� zr,C', 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. Marin Independent Journal 150 Alameda del Prado PO Box 6150 Novato, California 94948-1535 (415) 382-7335 legals@marinij.com SAN RAFAEL,CITY OF PO BOX 151560/CITY CLERK, DEPT OF PUBLIC WORKS, 1400 FIFTH AVE SAN RAFAEL CA 94915-1560 PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA County of Marin FILE NO. 0003769898 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: 11/24/2010 I certify (or declare) under the penalty of perjury that the foregoing is true and correct. Dated this 24th day of November. 2010. 04g Signature PROOF OF PUBLICATION Legal No. 0003769898 CRY OF SAN RAFAEL DEPARTMENT OF PUBLIC WORKS NOTICE INVITING SEALED PROPOSALS FOR PUBLIC WORKS Notice is hereby given that the City of San Rafael Department of Public Works will receive bids for fumishing all labor, materials, equipment and services for Lifeline Transportation Program Canal Street Pedestrian Access and Safety Im- provements Project Pro ect no. 11122 F era/ Aid Project CML -5043(029) Project Is to be funded In part by Federal Lifeline Transportation Program and Involves pedestrian - related Improvements at four (4) existing Intersec- tions in San Rafael, California. c Larkspur Street at Canal Street 0 Novato Street at Canal Street o Fairfax Street at Canal Street o Sonoma Street -Portofino Road at Canal Street Improvements to Include installation of new con - curb and sidewalk extensions; related storm drain modifications; relocation of existing signs and fire hydrants; Installation of new signs, pave- ment striping, light poles, and bus shelters. Each bid shall be in accordance with the plans and specifications adopted by the City of San Rafael City Council on October 4, 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 Five Dol- lars ($5.00) per set Bidders are hereby notified that pursuant to Sec- tion 1770 of the Labor Code of the State of Califor- nia, the City of San Rafael has ascertained the gen- eral prevailing rate of per them wages and rates for legal holiday and overtime work in the locality where the work is to be performed for each craft or type of workmen or mechanics needed to exe- cute the contract which will be awarded the suc- cessful Bidder. The prevailing rates so determined by the Cityare on file In the office of the City Clerk copies of which are available to any Interested party on request. Each bid shall be made out on the form to be ob- tained at the Department of Public Works, 111 Mo rphew Street, San Rafael, California 94901 and shall be accompanied by cash, certified check or bidder's bond for ten percent d(109o)) of the amount Rafael shallpbe�sealedhand flied v Ith City San Clerk, 1400 Fifth Avenue, Room 209, City Hall, San R Wl, a fo is 94901 on or before 1000 Am, Do - 10. The Clty reserves the right to reject any or all bids or to we, any informality In a bid. Dated: November 24, 2010 /s/ Esther C. Belrne City CleESTHERrk' BEIRNE NO.2764 NOV. 24, 2010 Z o awri;m -2nQnnof3•A==m 459f rte._ �� �.Q °gym c. zo�m�z MR � c ^m =dam°mpufo o a ? mM. —� Pa rc m3D v9 -jag -„'a Wyr.� o m°N '�j�7Vd mIDD �DOGN o a ..Q 0 Na Riumn- CUT N 0- cm• DCLI-' f A f3�nm PEr am* o �' nm '&o.. gc'fm`m �0- cr N A O it In �an3 0000 �!m�� 11'CD r ��� aaaO tnmzr °Lu -aao a--3a�W 3 ° o a a 3sD 'K�' m�0 100. g^ao�� z rn a aw 1agc'GS X22 w<�� a�eT$� 'a. Al CrS 0 ll m 3 ?.0a° v^a*y m �� wc� p m gg^� e z A., Pqa W DD Fn.=�w a Aon '^=n Fres LA No0 a- vaiw R 907 D c 2 52 � 3 D m D� m r n 0 m (W A; K V `OF V N N O -up N N U3 V � O N O O � W g EL m CL 0 m Q o_ �i d m a E4 F� CL m 1 cD y m x a � o o T 0ar 69 La 3 fD o o v CD m CX C3 a 0 0. o O w V 0) m 2 ED 3 m I D O T m a 0 m 3 0 m aN m a a 69 _ m C N a o r C3 a 0 0. o O w V 0) m 2 ED 3 m I D O T Q aN a 3 o � o e CA to 3 m w o O to V W C) O C:) o � m m w 11/22/2010 17:46 FAX CITY CLERK SAN RAFAEL w uui --2 TX REPORT* TRANSMISSION OK TX/RX NO 4349 CONNECTION TEL 9 382 1535 SUBADDRESS m CONNECTION ID LEGAL ADS ST. TIME 11/22 17:46 USAGE T 00'20 PGS. SENT 1 RESULT OK --2 ao om a � � o 2 m m jr o � o a � � p L0 IW Q