Loading...
HomeMy WebLinkAboutPW Traffic Signal Preventative MaintenanceAgenda Item No: 4, h Meeting Date: October 7, 2013 Department,: Public Works Prepared by it Manager pprov • Director of Public Works File No.-. 18.04.01.17 SUBJECT: REPORT OF BID OPENING AND RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A TWO-YEAR CONTRACT FOR THE TRAFFIC SIGNAL PREVENTIVE MAINTENANCE AND REPAIR PROGRAM 2013/2015, PROJECT NO. 001-44-33001-9231 TO DC ELECTRIC IN THE AMOUNT OF $126,969.00 ANNUALLY RECOMMENDATION: Staff recommends that the City Council adopt the resolution awarding the contract to DC Electric, Inc. in the amount of $126,969.00 annually for two fiscal years. BACKGROUND: The City of San Rafael owns and maintains 86 signalized intersections. Because of current traffic conditions in the City and the need for absolute dependability of the traffic signal system, a well maintained traffic signal system is essential. The City contracts services for the maintenance and repair of the traffic signal system from contractors that specialize in this field. In 2009, the City Council adopted a resolution awarding a contract to Republic ITS, Inc. (now Siemens) to perform traffic signal preventive maintenance and repair for each of the City maintained traffic signals. This contract was extended in 2011 for a two-year period and expired on June 30, 2013. The City has temporarily extended the contract again, on a month to month basis. The traffic signal preventive maintenance and repair program includes two types of work. - The routine maintenance program includes quarterly, semi-annual and annual inspections, preventive maintenance and repairs. The repair portion of the work includes all unanticipated items such as responding to emergency repair calls, knockdowns and troubleshooting. The contractor is required to respond to repair calls within thirty (30) minutes on weekdays between 7:00 AM and 6.00 PM and within sixty (60) minutes after hours (6:01 PM to 6:59 AM weekdays, weekends and holidays). On July 15), 2013, 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 bids were publicly opened and read aloud on Tuesday August 20, 2013. Bidders provided fixed costs for the routine File No.-. Council Meetings. lispositilow.' 0 070, / 1>,�v /.? 6.2 6 maintenance program and time and materials cost for the repair portion of the work. The award of the contract is based on the grand total bid for routine maintenance. The engineer's estimate for routine maintenance was $50,000. The following two bids were received: BASE BID NAME OF BIDDER AMOUNT Siemens Industry, Inc. $41,100.00 (Contractor Withdrew Bid) DC Electric $41,968.00 (Lowest Responsive Bidder) The time and material rates provided by the both firms for the repair portion of the work are competitive. The total contract amount will include the base bid amount for routine maintenance and additional budget for the unanticipated repair items. Historically, the cost for the unanticipated items has been approximately $80,000 per year. ANALYSIS: A bid from Siemens Industry, Inc. was received at the bid opening'; however this contracto has requested withdrawal of their bid proposal. The bid from DC Electric was reviewed and sta confirmed that they have met all the bid requirements and that the bid price is within industry standard Therefore, we recommend authorizing the Public Works Director to award the contract to the lowes responsive and responsible bidder, DC Electric. FISCAL IMPACT: The cost of the routine and preventative maintenance work is $41,968 annually. The contract period will begin as soon as possible and expire June 30, 2015. In addition, funds up to $85,001 will be required each fiscal year for emergency one time repair work. Repair costs vary from month to month based on the amount and type of worked performed . To the extent possible, emergency work arising from damage is billed to and reimbursed from the responsible party. 1! � M �a 1-0711 ab ski, L*VM At the discretion of the City, this contract can be renewed for up to three subsequent two year terms at the same total contract cost provided that adjustments may be made as warranted to the fixed maintenance portions of the contract by the consumer price index (CPI) and with Contractor consent. 0 OPTIONS. I Adopt the resolution awarding the contract to DC Electric, the lowest responsive and responsible bid, in the amount of $126,969 annually. 2. Do not award the contract and direct staff to rebid the project. If chosen, the City will utilize the existing on-call services contract with DC Electric for emergency response only and routine and preventative maintenance will not occur until the rebid contract is awarded. ZA 18 Traffic \ 18.04 Maintenance\ 18.04.01.17 Traffic Signal Maintenance 13-14\Council & Agreement -10-07 - Award\Staff Report - Award.doc SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 3 3. Do not award the contract and direct staff to stop working on this project. Due to the sensitivity of the City's signal system, if chosen, this option will likely result in additional congestion and delay on the City's streets and an increase in cost of emergency response in the future. ACTION REQUIREM Adopt resolution awarding this maintenance contract to DC Electric in th amount of $126,969 annually. i ZA 18 Traffic\ 18.04 Maintenance\ 1 8-04D 1 . 17 Traffic Sianal Maintenance 13-14\lcouncil & Agreenients\2013-10-07 ® Award \Staff Report - Award.doc Im Im A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A TWO-YEAR CONTRACT FOR THE TRAFFIC SIGNAL PREVENTIVE MAINTENANCE AND REPAIR PROGRAM 2013/2015, PROJECT NO, 001-44-33001- 9231 TO DC ELECTRIC IN THE AMOUNT OF $126,969,00 ANNUALLY WHEREAS, on August 20, 2013, pursuant to due and le,.4,al 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: "Traffic Signal Preventive Maintenance and Repair Program 2013/2015" City Project No. 001-44-33001-9230 In accordance with the plans and specifications therefore on file in the office of said City Clerk; WHEREAS, the City recognizes that the apparent low bidder Siemens Industries, Inc. has withdrawn their bid; and 0 stated in its bid was the lowest responsible and responsive bid for said work; anj • WHEREAS, there are sufficient balances in the Department of Public Works operating 0 1. The Public Works Director is authorized to execute a renewable two year contract with DC Electric in a form approved by the City Attorney, for said work and to return the bidder's bond upon the execution of said contract. 2. At the discretion of the Public Works Director and with the contractor"s consent, this contract can be renewed up to three additional two year terms at the same ■ total contract cost provided that adjustments may be made as warranted to the fixed maintenance portions of the contract by the consumer price index (CPI) and ��MIIU 3. Funds will be appropriated in the Department of Public Works operating budget to support the activity performed under this contract. 4. The Public Works Director is hereby authorized to take any and all such actions and make changes as may be necessary to accomplish the purpose of thil 1, ETHER. C. BEI E, 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 City Council of said City held on the Monday, the 7 th day of October, 2013 by the following vote, to wit: AYES: COUNCILMEMBERS: Colin, Connolly, Heller, McCullough & Mayor Phillips NOES: COUNCILMEMBERS.- None ABSENT: COUNCILMEMBERS: None File No.: 18.04.01.17 ■ City of San Rafael *California Form of Contract Agreement for PROGRAM 2013/2015 This Agreement is made and entered into this day of 2013 by and between the City of San Rafael (hereinafter called City) and Don Caramagno, dba DC Electric (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 fumish all of the materials and all of the equipment and labor necessa and to perform all of the work described in the specifications for the project entitled: Traffic Signa Preventive Maintenance and Repair Program 2013/2015, all in accordance with the requirements an al ,n provisions of the Contract Documents as defined in the General Conditions which are hereby made a part o. I this Agreement. The liability insurance provided to City by Contractor under this contract shall be prima and excess of any other insurance available to the City. I 11 - 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) The work shall be completed between October 2013 and June 30, 2015, and after the date of such notice and with such extensions of time as are provided for in the General Conditions. (c) At the discretion of the City, this contract can be renewed for up to three subsequent two year terms at the same total contract cost provided that adjustments may be made as warranted to the fixed maintenance portions of the contract by the consumer price index (CPI) and with Contractor consent. III - Liquidated Damages It is agreed that liquidated damages shall apply as specified in Section 17-4.03 of the Special Provisions. IV - The Contract Sum The total annual contract amount shall not exceed $126,969. 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 UNIT ITEM NO. ITEM QTY UNIT PRICE TOTAL Quarterly Routine Maintenance Costs for 86 4 Quarters $7,353.00 $29,412.00 Intersections ....... ...... .......... .......... Semi-Annual Routine Maintenance Costs for 86 Semi - 2 Annual $946.00 $1,892.00 Intersections Periods ...... 3 - - -------- Annual Routine Maintenance Costs for 86 ......... 1 ally Annu $10,664. 00 1 $0,664.00 Intersections Annual Total $41,968.00 Payment shall be by hourly rate for emergency and non -routine Traffic Signal Maintenance as detailed in the specifications including rates for labor and equipment as noted. All equipment, tools, vehicles, materials, maintenance, labor and appurtenances required to perforni the jobs on a call i+ 24 hours a day, seven days a week; shall be covered by the unit rates for labor. Travel time to and from the job site is not included in the man-hour rate. Only actual hours at the job site will be credited towards actual payment. Item Description. Rate (Man-Hourl Routine Work (8AM-5PM M -F) Emergency "call -out" Work (Weekends, Night, Overtime, Holidays) I Electrician $97.06 $172.00 2 Laborer $67.00 $112.00 3 Material MarkUp 15% 4 Hydraulic Bucket Truck $28.00 5 15 Ton Crane $85.00 V - Payments The Contractor shall bill the City monthly for routine preventive maintenance and as performed for all other work. VI - Payments City will pay Contractor upon presentation of bills to the Department of Publc Works at 111 Morphew Street, San Rafael, CA for services performed under this contract. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. VII — Indemnification Z-1 %,ontractor will indemnify, release, defend and hold harmless City, its officers, and employees, against any claim, demand, suit, judgment, loss, liability or expense of any kind, including attorney's fees, arising out of or resulting in any way, in whole or in part, from any acts or omissions, intentional or negligent, of Contractor or Contractor's officers, agents and employees in the performance of their duties and obligations under this contract. IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement the day and year first written above. Esther C. Beirne City Clerk o Z-jl Robert F Epstein City Attorney File No.: 18.04.01.17 or Nader iVansourian Public Works Director Title - CERTIFICATE OF LIABILITY INSURANCE DATE D• 10/17/2013 �THIS CERTIFICATEi AS a MATTER OF i' a ! ONLY AND CONFERS NO RIGHTS UPONCERTIFICATE ! i ' . THIS CERTIFICATE DOES NOTAFFIRMATIVELY OR a AMEND, EXTEND OR ALTER THE COVERAGEAFFORDED POLICIES BELOW. a OF 'a DOES NOT! a CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE i• PRODUCER, i THE CERTIFICATEi i • IMPORTANT: If the certificate ADDITIONAL ' i the f• be f f • If SUBROGATION IS Wa i subjectto the terms fconditionsof policy, policies• f an endorsement.astatementon does fconferf to the certificate holder ofsuch endorsement(s). 'PRODUCER ".� CONTACT Wasson PHONE a a r/ iii !i .�- �.• ....41 5-391-2-1411- ® ' • # f r i 150 California Street, Flo 1 i� s Francisco 111 ' fE .r fII • . *l AFFORDINGa EACH OCCURRENCE $1,000,000 MarineSCO DCELECT-01 1 INSURER B.r ♦ • Mnv R INSURER C: DC Electric 8023 Gravenstein Cot.r ti 1 94931 INSURER f �- INSURER E: INS-URERF:_ GENERAL AGGREGATE $2,000,000 COVERAGES CERTIFICATE NUMBER: 493501696 iii NUMBER:REVISION THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO MICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR I_ TYPE OF INSURANCE ADD INSR SUBR WVD POLICY NUMBER POLICY EFF MMIDDIYYYY POLICY EXP MMIDDIYYYY LIMITS A GENERAL LIABILITY Y PPK1087164 10/11/2013 /0/2014 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE PR MSES(Ea occurrence) $100,000 CLAIMS -MADE X1 OCCUR MED EXP (Any one person) $5,000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $2,000,000 $ POLICY [ij PRO- LOC JErwTB AUTOMOBILE LIABILITY WPA103280200 /0/2013 /0/2014 Ea acciCOMBIdent SINGLEED $1,000,000 BODILY INJURY (Pet person) $ X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ Per accident NON -OWNED HIRED AUTOS AUTOS $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED RETENTION $ $ WORKERS COMPENSATION WC STATU- OTH- TORY LI AND EMPLOYERS' LIABILITY Y I N -511- ANY PROPRIETORIPARTNER/EXECUTIVE E.L. EACH ACCIDENT $ N 1 A OFFICER/MEMBER EXCLUDED? Li (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT : $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 901, Additional Remarks Schedule, if more space is required) Project leo. 001-44-3-30-01-9231 - Traffic Signal Preventative Maintenance and Repair Program 2013/2015. The City of Sari Rafael, its elective and appointive beards., commissions, officers, agents and employees are named additional insured per forms CG 20 33 07 04 and CIS 20 37 07 04 attached. Coverage is Primary and Non -Contributory per form Pl-MANu-1 01 00 attached. Policies contain a 30 day notice of cancellation and a 10 day notice of cancellation for non-payment of premium. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of San Rafael ACCORDANCE WITH THE POLICY PROVISIONS. Department of Public Works 1 1 1 Merphew Street AUTHORQED REPRESENTATIVE San Rafael CA 94901 1988-2010 ACORN CORPORATION. All riles reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD (a DCELE-1 OP ID; JD OF LIABILITY � 11Dx II ( Ii• �,CERTIFICATE CERTIFICATE1012312013 THIS D AS A MATTEROF i'+ i ONLY AND * O RIGHTS UPON THE CERTIFICATEHOLDER. DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES CERTIFICATECERTIFICATE BELOW. THIS OF + DOES iT CONSTITUTE + CONTRACTAUTHORIZED + OR - i AND + HOLDER. IMPORTANT: certificate holderan ADDITIONAL i i be endorsed. If SUBROGA11ONWAIVED,i ject to the terms a •conditionsof policy, r policiesarequire an i i +statementon r does iconferi to the certificate holder of such endorsement(s). PRODUCERCONTACT :1i i iii First Fi 800-591-18451 �Lic. f i+ J+ Inc.r. Don Smith •xICiNE xtj: •• i i i l+ 800-591-1845 1215 Estates #E-MAIL_ Ste. 1 'Roseville, + 95678 i ADDRESS- COM AFFORDING • x INSURER A: Insurance papy INSURED DINSURER 8023 • • Highway,South # Cotati, 94931 B: INSURER C: PERSONAL & ADV INJURY $ INSURER D: INSURER E: ff �iT 2, � : Ei = : #►► ► 61 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERAS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1�TR TYPE OF INSURANCE INSR WVD POLICY NUMBER MMiDDIYY MMIDDIYYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 0 OCCUR PREM R N PREMTE ISES Ea occurrence MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER. PRODUCTS- COMP/OP AGG $ POLICY PRO- JECT LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ NON -OWNED HIRED AUTOS AUTOS PROPERTY DAMAGE Per accident $ UMBRELLA LIAR OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE AGGREGATE $ DED DETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER CUTIVE Y 1 N OFFICER/MEMBER EXCLUDED` N ! A CC7018052 0310912013 0310912014 Xr �C STATU- OTH- TORY LI1 ZITSR E.L. EACH ACCIDENT 11001 100 E.L. DISEASE - EA EMPLOYEE $ 10000,00 (Mandatary in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 11000,0 DESCRIPTION OF OPERATIONS 1 LOCATIONS t VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) Evidence of Insurance `cab. TS Maintenance and Repair Program 2013/2015. CERTIFICATE HOLDER CANCELLATION City of San • D•! +iPublicWorks t 111 Morphew St. SanRafael. w we i � 94915 lip! 11 1- 1• • r ii a .i i a i (�. M M POLICT'NUNMER: PPKI057164 COMMERCIAL GENERAL LIABILITY CG 20 33 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU A. Section 11 — Who Is An Insured is amended to include as an additional insured any person or or- ganization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an addi- tional insured on your policy. Such person or or- ganization is an additional insured only with re- spect to liability for "bodily injury I I 11property damage" or "personal and advertising injury' caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations for the additional insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are com- pleted. Z. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury"arising out of the render- ing of, or the failure to render, any professional architectural, engineering or surveying ser- vices, including: a. The preparing, approving, or failing to pre- pare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifica- tions; or b. Supervisory, inspection, architectural or engineering activities. 2. "Bodily injury' or "property damage" occurring after: a. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than ser- vice, maintenance or repairs) to be per- formed by or on behalf of the additional in- sured(s) at the location of the covered operations has been completed'; or b. 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 subcontrac- tor engaged in performing operations for a principal as a part of the same project. 33u��l NAMED INSURED: DC Electric POLICY NUMBER: PPK1057164 WAINT1 Ift I of THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY PRIMARY AND NON-CONTRIBLffORY INSURANCE This endorsement modifies insurance provided under the following: COMiMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SECTION IV COMMERCIAL GENERAL LIABILITY CONDITION, 4. 'Other Insurance, and all subparts thereof, as contained in the policy is deleted in its entirely and replaced with the following condition: If all of the other insurance permits contribution by equal shares, we will follow this method unless the insured is required by written contract signed by both parties, to provide insurance that is primary and noncontributory, and the "Insured contract" is executed prior to any loss. Where required by a written contract signed by both parties, this insurance will be primary non-contributing only when and to the extent as required by that contract. However, under the contributory approach each insurer contributes equal amounts until it has paid its applicable limit of Insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contributory by equal shares, we will contribute by limits. Under this method, each, insurer's share is based on the ratio of its applicable limit if insurance to the total applicable limits of insurance of all insurers. _r All other terms, conditions, and exclusions under the policy are applicable to this endorsement and remain unchanged. All other terms and conditions of this Policy remain unchanged. tot 0 fA;; ON Wo ®r I I tai'It 1111: 1111 f III moll II I I q I � ii I IH713Tr*1t= OIL= COMMERCIALGENERAL LIABILITY CG 20 37 07 04 A AAIKK Name Of Additional Insured Person(s) Or Organization (s): Location And Description Of Completed Operations Where required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section 11 —%r1ho Is An Insured is amended to in- clude as an additional insured the person(s) or or- ganization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage 11 caused, in whole or in part, by It your work" at the location designated and described in the schedule of this endorsement performed for that ad- ditional insured and included in the "products -com- pleted operations hazard". CG 20 37 07 04 Copyright, ISO Properties, Inc., 2004 Page I of I UNIFORM SA IF PROFESSIONAL SERVICES AGREEMENT/CONTRACT. COM PLETION CHECKLIST AND ROUTING SLIP Below is the process for getting your professional services agreements/contracts finalized and executed. Please attach this "Completion Checklist and Routing Slip" to the front of your contract as you circulate it for review and signatures. Please use this form for all professional services agreements/contracts (not just tho'se requiring City Council approval). This -process should occur in the order presented below. Step Responsible Description Completion Department Date I 'City Attorney Review, revise, and com M-ent on draft agreement. 2 Contracting Department Forward final agreement to contractor for their signature. Obtain at least two signed originals from contractor. 3 Contracting Department Agendize contractor -signed agreement for Council approval, if Council approval necessary (as defined by City Attorney/City Ordinance*). 4 City Attorney Review and approve form of agreement; bonds, and insurance certificates and f endorsements. 5 City Manager / Mayor or Agreement executed by Council authorized Department Head official. 6- City Clerk' City Clerk attests signatures, retains original agreement and forwards copies to the - contracting department. To be completed by Contracting Department.- X, 01 ProjectManager- Pr 'ect Name Agendized for City Council Meeting�of (ifn ssary).- If you have questions on this process, please contact the City Attorney's Office at 48,5-3080. Council approval is required if contract is over $20,000 on a cumulative basis. CITY OF SAN RAFAEL INSTRUCTIONS: USE THIS FORM WITH EACH SUBMITTAL OF A CONTRACT, AGREEMENT, ORDINANCE OR RESOLUTION BEFORE APPROVAL BY COUNCIL I AGENCY. SRRA 1 SRCC AGENDA ITEM NO. 4.h DATE OF MEETING: 10/7113 FROM: NADER MANSOURIAN flv,ATE: IXEPORT OF BID OPENING AND RESOLUTION OF THE CITY COUNCIL OF THE CITY OF a RAFAEL AWARDING aTWO—YEAR CONTRACT TRAFFIC SIGNAL PREVENTIVE MAINTENANCE AND REPAIR PROGRAM 2013/2015, PROJECT NO. 001-44-33001-9231 TO DC ELECTRIC IN THE AMOUNT $126,969.00 ` • Department Head (signature) *** *** *** *** *** *** *** *** *** *** *** *** *** *** *** *** (LOWER HALF OF FORM FOR APPROVALS ONLY) APPROVED AS COUNCIL /AGENCY AGENDA ITEM: City Manager (signature) APPROVED AS TO FORM: o City Attorney (sigPlature) I �