Loading...
HomeMy WebLinkAboutPW Fifth & Lootens Parking Lot Improvement Project■ Agenda Item No: 3 * j Meeting Date: August 18, 2014 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Public Works '000111 - Prepared by: anagen Approval: Director of Public Works SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE FIFTH AVENUE AND LOOTENS PLACE PARKING LOT IMPROVEMENTS PROJECT, NO. 111819 TO COASTSIDE CONCRETE IN THE AMOUNT OF $2819763.00. RECOMMENDATION: Staff recommends that the City Council adopt the resolution awarding the construction contract to Coastside Concrete in the amount of $281, 763.00. BACKGROUND: The parking lot located at the intersection of Fifth Avenue and Lootens Place was originally constructed in 1974 and is striped to accommodate 29 parking spaces. This parking lot is located on a slight hillside with sloping parking spaces. It is heavily used and is showing significant signs of deterioration to the point that a complete resurfacing of the lot is needed. Under the Americans with Disability Act (ADA), resurfacing triggers improvements to make the facility fully accessible to the public including a path of travel from the sidewalk. In addition to resurfacing, this project addresses the following issues: Americans with Disability Act Compliant Parking Spaces Reconstruction includes installation of two accessible parking spaces, as required by the ADA. One of the spaces will be van accessible. Safety Lighting Reconstruction includes installation of a new light emitting diode (LED) safety lighting fixture to replace existing high pressure sodium lighting. This change is in accordance with program BU5 of San Rafael's Climate Change Action Plan (CCAP) which states: "Develop a program to achieve energy savings in existing buildings with a goal of decreasing energy us by 20 percent as of the year 2020.1' In addition, a second LED safety light will be added to the east side of the lot to increase lighting levels at night. I Rile No.: r 4 Coundl Meebing: Effow��� K 0 0 SAN RAFAEL CITY COUNCIL AGENDA REPORT / Palie: 2 Electric Vehicle Charging Station Reconstruction includes installation of an electric vehicle charging station that will be available at no charge to the public. This improvement is in accordance with program LF 8 of San Rafael's CCAP which states: "Encourage ownership of plug-in electric vehicles, as they become available and in use, by providing charging stations in City garages and parking lots, consider requirements for charging stations in newly constructed private parking facilities, and participate in regional efforts to encourage widespread .2-vailability of charging stations." Landscapingor Based on the geometry of the reconstruction of the parking lot, four trees must be removed. Reconstruction includes replantithree trees to mitigate the remova ng ls. Other Improvements The parking lot improvements will include resurfacing the entire parking lot, reconstruction of the driveway approach from Fifth Avenue, installation of an ADA compliant curb ramp on the northwest comer near the parking lot entrance, drainage improvements, installation of a retaining wall, and replacement of the existing pay station. The project was advertised in accordance with San Rafael's Municipal Code on July 9, 2014, and seale bids were publicly opened and read aloud on August 4, 2014 at 10:00 AM. The engineer's estimate wa� $317,000. The following bids were received: NAME OF BIDDER Coastside Concrete Ghilotti Brothers!, Inc. Ghilotti Construction Co. Bel ANALYSIS: The referenced bids have been reviewed by Public Works staff and found to be both responsive and responsible. The low bid of $281,763.00 was received from Coastside Concrete and falls within the allocated project budget. a total of $6 246.01 has been chamyed to this project for topographic FISCAL INWACT: To date , survey, Pacific Gas & Electric service connection fees, and document reproduction. The remaining project expenditures include construction by i. •` Concrete and a recommended contingency of approximately 18%, bringing the total project budget and appropriations to $340,000.00 in the Parking Services enterprise fund. The following tables summarize the revenue and expenses associated with this project: _40 Wilimils"W arking Services Fund $340,000.00 LMVMPIOI� W S340,000.00 SAN RAFAEL CITY COUNCIL AGENDA REPORT Pas! 3 EXPENSES: Cats gory -Edey Expense code Amount Notes, Topographic Survey, Electrical Service Connection Fees and Document Already Charged Expenses Subtotal -07 $6,246.01 Reproduction Remaining Ex eases Construction -02 $281,763.00 Base Bid Contract Amount Construction -02 $2,000.00 Materials Testing and Sampling Construction -02 $49,990.99 Contingency (Approx. 18%) Total Project Cost $340,000.00 The project design was completed by Department of Public Works engineering staff at a cost of approximately $15,000. Additional construction inspection by Public Works staff is required to review and manage the construction work, at an estimated cost of $25,000. The total estimated staff cost of $40,000 is not shown in the tables above. OPTIONS: I Adopt the resolution awarding the contract to Coastside Concrete, the lowest responsive and responsible bid, in the amount of $281,763.00. If this option is chosen, construction will commence as soon as possible. 2. Do not award the contract and direct staff to rebid the project. If this option is chosen, rebidding will delay construction until summer 2015. 3. Do not award the contract and direct staff to stop working on this project. ACTION REQUIRED: Adopt resolution awarding a contract to Coastside Concrete in the amount of $28 1 763.00 and appropriate funds in the project. Enclosures: Resolution Agreement A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE FIFTH AVENUE AND ii '1' PLACE PARKING LOT IMPROVEMENTS PROJECT, NO. 11181, TO COASTSIDE CONCRETE IN THE AMOUNT OF $281,763*009 WHEREAS, on the 4th day of August, 2014, 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: "Fifth Avenue and Lootens Place Parking Lot Improvements" City Project No. 11181 In accordance with the plans and specifications therefore on file in the office of said City Clerk; and WHEREAS, the bid of Coastside Concrete 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; and WHEREAS, there are sufficient funds in the Parking Services fund to support this 1. The bid of Coastside Concrete is hereby accepted at said unit prices and that the contract for said work and improvements is hereby awarded to Coastside Concrete at the unit prices mentioned in said bid. 2. The Public Works Director and the City Clerk of said City are authorized ani directed to execute a contract with Coastside Concrete in a form approved by the City Attorney, for said work and to return the bidder's bond upon the execution of M 3. Funds totaling $340,000 will be appropriated for City Project No. 11181 in the Parking Services Fund. 4. The Public Works Director is hereby authorized to take any and all such action�l- and make changes as may be necessary to accomplish the purpose of this resolution. 1, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certifv that the 01 foregoing Resolution was duly and regularly introduced and adopted at a regular meeting of the City Council of said City held on Monday, the 18th day of August, 2014 by the following vote, to wit: AYES: COUNCILMEMBERS: Bushey, Collin, Connolly, McCullough & Mayor Phillips NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None ESTHER C. BEIRNE, City Clerk File No.: 06.08.12 • i L Form of Contract Agreement fo r 5 th Avenue and Lootens Place Parking Lot Improvements City Project No. 11181 This Agreement is made and entered into this 18th day of August 2014 by and between the City of San Rafael (hereinafter called City) and Coastside Concrete, a Partnership (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 described in the plans and specifications for the project entitled: 5t" Avenue and Lootens Place Parking Lot Improvements, City Project No. 11181, 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. 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) "Notice to Proceed" will signify the beginning of the 3 -week lead period to obtain materials. (c) All work shall be completed, including all punchlist work, within THIRTY (30) WORKING DAYS and with such extensions of time as are provided for in the General Provisions. See Section 17-1 of the Special Provisions for more information on working days. 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 $1,900 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 IESTITNIATED I DESCRIPTION QUANTITY UNIT I UNIT PRICE TOTAL PRICE 1. Mobilization I LS 4 $191,659.00 $19,659.00 2. Signs and Traffic Control I LS Ca,, $ 1000.00 $ 1000.00 3. Clearing and Grubbing I LS $25,000.00 $2500.00 4. Full Width Grinding I LS a $1000.00 $10,000.00 5. Aggregate Base (Class 2) 315 TON $65.00, $20,475.00 6. Minor Concrete —Minor Stni Wres a. Type A Curb and Gutter 80 LF $8.00 $3040.00 b. Type B Curb and Gutter 270 LF Caj $38.00 $ 1 o.2 0.00 C. 6 -inch Thick PCC Driveway* 1,000 SF $13.001— $13,000.00 ORI�%'G11i 1J. LIJ ITEM DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE TOTAL PRICE d. 4 -inch Thick PCC Sidewalk" 730 SF $11.00 �,0.00 $8,030.00 e. Valley Gutter" 512 SF $12.00 $6144.00 , f Curb Ramp — Case A I EA $31,500.00 $31500.00 g. ADA Truncated Domes" 51 SF $30.00 = $11)530.00 h. Retaining Curb 30 LF $30.00 = $900.00 i. Minor Retaining Wall 16 LF g $50.00 = $800.00 j. Planter Wall 5 LF $75.00 = $375.00 k. Catch Basin I EA $1,000.00 = $11000.00 7. Hot Mix Asphalt 210 TON @ $185.00 = $38,850.00 8. Storm Drain Pipee (15" SDR 26) 48 LF @ $125.00 = $6)000.00 9. Wood Retaining Wall" 96 LF $200.00 = $195200.00 10. Electrical Systems I LS $62,000.00 = $621-000.00 11. Signs and Striping I LS $9,000.00 $9,000.00 12. Landscape Improvements I LS $13,000.00 $1300.00 "Final Pay Item GRAND TOTAL BID S 281,1763.00 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). As soon as possible after the preparation of the estimate, the City shall, after deducting previous payments made, pay to the Contractor 95% 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 Contractor, shall be valued by the City's Finance Director, whose decision on valuation of the securities shall be final. I �Lw lop a M B 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- ,179yqE"X Esther C. Beirne City Clerk APPROVED AS TO FORM: 4-0 Robert F. Epstein City Attorney CITY OF SAN RAFAEL: Nader Mansourian Public Works Director COASTSIDE CONCRETE: Bv:,.X.7', Pr' d Name: e itle SUBJECT: I Denartmento- X_ Pub lic Worksli MAYOR Gary 0. Phillips VICE MAYOR Damon Connolly COUNCIL MEMBERS Maribeth Bushey Kate Colin Andrew Cuyugan McCullough COMMERCIAL GENERAL LIABILITY, AUTOMOBILE AND WORKERS' COMPENSATION INSURANCE (MAJOR 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 commercial general liability, automobile, and workers' compensation insurance. The Contractor and Subcontractors shall insure the City, its elective and appointive Boards, Commissions, Officers, Agents and Employees, as follows: Minimum of $1,000,000 per occurrence and $2,000,000 aggregate coverage. Statutory coverage. The required commercial general liability insurance policy shall provide or shall b endorsed to provide that the City, its officers, employees, agents and volunteers ar additional named insureds under the policy, that such policy shall be primary and non] contributory and will not seek contribution from the City's insurance or self-insuranc The primary and non-contributory coverage shall be at least as broad as CG 20 01 0 13. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City (if agreed to in a written contractor or agreement) before City's own insurance or self-insurance shall be called upon to protect it as a named insured. The insurance policies shall be specifically endorsed to provide that the insurance carrie shall 'not cancel, terminate, or otherwise modify the terms and conditions of sai insurance policies except upon ten (10) days written notice to the City. It shall be a requirement under the contract that,any available insurance proceed broader than or in excess of the specified minimum insurance coverage requirement and/or limits shall be available to City or any other additional insured party. Furthermor t the requirements for coverage and limits shall be: (1) the minimum coverage and limil •A. Ak A01 . 0 W 0 0 w#" 0 Aft Alb ♦ 10, Ak Ak Aft AM Ak 441P 40 w w ®r tv 4p dp 4w 411k " All • Ab i i•dip do Am go All 10 AM Im 40M AM Ak, Ab OF NO 40 w V• sow so 40 • w W # AV dp w apt tv • 4w • aw w 0 0 0I 9w w a Am 41b Aft duk A% Ah ww40 P OF Am 41P IM Ab iw Am 4w Ab Alb ap dk Ab so Ah 4ft Ak Ab AV 40 dh AM Ift 40 41P q American Contractors Indemnity Company 601 S. Fiqueroa Stmet, S040 1600, Los Anqe i Catifornia 90017 C C main 310 649 0990 faccim,te31064P(1,416 Public Works — Performance Coastside Concrete Bond No. 1001030740 Premium.- $ 5,622.00 as Principal, and AMERICAN CONTRACTORS INDEMNITY COMPANY, a corporation organized and existing under the laws of the State of California, and authorized to transact a general surety business in the State of CA V I as Surety, are held and fir.vly bound unto City of San Rafael , as Obligee, in the SLU'n of Two Hundred Eighty One Thousand, Seven Hundred and Sixty Three Dollars ($ 281,763.00 ), lawful money of the United States of America, for the payment whereof, well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. ne11 11 11111 NT ,11111111111is j WHEREAS, the above -bounden Principal has entered into a contract dated with said Obligee to do and perform the following work, to wit: 5th Avenue and Lootens Place Parking Lot Improvements- Project No. If 181 August 18,20 14 NOW, THEREFORE, if the above -bounden Principal shall well and truly perform or cause to be performed., ``the works under the contract," then this bond shall be null and void; otherwise it shall remain in full force and effect. Signed, sealed and dat�d this Coastside Concrete Principal BX/ era day of September — , 2014 Cl -UN, Beth, Attornev-ill-Fact HCC American Contractors Indemnity Company 601 S. Fiqueroa Street, Su to 1600, Loi. Angelos, California 90017 main 310 649 O99O 310 649 = 416 Public Works — Payment KNOW ALL MEN BY THESE PRESENTS, That we, r-1 Dond No. Premium: $ Incl. in Performance Bc , as Principal, and AMERICAN CONTRACTORS INDEMNITY COMPANY., a Corporation organized and existin F, under the laws of the State of Calift,-)rnia, and authorized to transact a general Surety business in the State of Ca fornia as Surety, are held and firmly bound unto City of San Rafael , as Obligee, In the SLIM Of Two Hundred Eighty One Thousand, Seven Hundred and Sixty Three Dollars ($ 281,761.00 , lawful money of the United States of America, for the payment whereof, well and truly to be :Wade, we hereby bind Ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the above -bounden Principal has entered into a contract dated with said Obligee to do and perforin the following work, to wit: 5th Avenue and Lootens Place Parking Lot Improvements- Project No. 11 18 1. AUgLISt 18, 2014 NOW, THEREFORE., if the above -bounden Principal shall faithfully pay all laborers, mechanics, subcontractors, materialmen and all persons who shall supply such person or persons, or subcontractors, with materials and Supplies for the carrying on of such work, then this bond shall be null and void; otherwise it shall remain in ful force and effect. Signed, sealed and dated this 4th day of Seprember , 2014 0 A ttorncN,'-in- Fact IF r POWER OF ATTORNET AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANYSPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, United State Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, thl- S'Companies"). do by these presents make, constitute and appoint: James Schieffer or Cindy Beth of Healdsburg, California its true and lawful Attorneys) -in -fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead., to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed *****Five Hundred Thousand***** Dollars ($ **500,000.0 This Power of Attorney shall expire without further action on December 08, 2016. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attornej7-in-Faet may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and scaled and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this I Oth day of December, 2012. AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY Corporate Seals Via 1 SEPT. 25, 1990 State of California County of Los Angeles SS: 0 01 U3 + 10Z Daniel P. Aguilar, Vice President On I Oth day of December, 2012, before me, Vanessa Wright, a notary public, personally appeared Daniel P. Aguilar, Vice President o, American Contractors Indemnity Company, United States Surety Company and U.S. Specialty Insurance Company who proved to in on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me tha he executed the same in his authorized capacity, and that by his signature on the instrument the person(s), or the entity upon behalf ol which the person(s) acted, executed the instrument. I I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS mv hand and official seal. moo^& v VW"ff NOW Signature (Seal) P*k CVWWA Yl Las AA#*#$ C _20 L Jeannie Lee, Assistant Secretary of American Contractors Indemnity Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certit�v that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore., the resolutions of the Boards of Directors, set out in the Power of Attomey are in full force and etTect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this dav of Corporate Seals twJ.-`;P� i�`�ii k �{� �y �if6 t Ak 0 Jeannie Lee, Msistant Secretary Bond No. I 5910 :Nc Agency No. 2168 r,14 County of 00*0 SA On 9 before me, :1L ti. bate Here- Insert Name and !*Xle of the Offloor �jersonally appeared who proved to me on the basis of satisfactQry evidence to be the person(s) whose name(s) Is/ are, subscribed. to the within Instrument and acknowledged to me- that he/she/they executed the same In his/her/their' authorized capacity(ies), and.that by his/her/their slgriature(s)--on the instrument the person(s), or the entity upon behalf � of which the person(s) acted, execvted'the Instrument, I I certify ander PENALTY 0-F PERJURY under the.laws of the State of California that the foregoing paragraph is true and correct. 0 WITNESS my d and officl sal,' my ?I s.al S'Ignature Place Notary,Seal Above Signature ©f Public OPTIONAL Though the Information below Is not required by law, it may proveZluable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Y'escription of Attached Document Title or Type of Document: i C aimed by Signer(sl apaelty(Iles),C11 I Signer's Name: 0 Individual C Corporate Officer Tltle(s): 7 Partnr mted 1 General Z e — 0 E 1:1 Attorney In -Fact P�� t elf I Top"'urrb 61 lh' 0 Trustee C Guardian or Conservator C Other: Signer 'is Representing. Signer's Name: E Individual E Corporate Officer — 71.1e(s) El Partner — El Limited E General C Attorney In Fact El Trustee El Guardian or Conservator E Other: Signer Is Representing: i DATE pi * !�r CERTIFI&ATE O LIABILITY 1 08/20/20 CERTIFICATETHIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS DOES NOTAFFIRMATIVELY OR r EXTEND OR ALTER THE COVERAGEAFFORDED POLICIES BETWEENBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT:REPRESENTATIVE !INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subjectt the terms •conditionsof policy, policies #endorsement.`statementon does #confer. to the certificate holder .such endorsement(s). ii - PRODUCER i 1 • • & SON E. • Center Street Box 515 * ♦ 95448- # # f t/ 7) 1 (707) 433-8456 mkz__C�Rw.a t NERiT, n-- in r` __ INSURER(S)AFFORDING MPOLICY EXP MIDDNYYY INSURED COASTSIDE CONCRETE 2160 HEARN AVE 'SANTAINSURER " ♦ a ! ki a «1 INSURANCE Y E ACP7820992990 Mw1w1T/;a:#_[C1;ZZ9 I1311WAIN0=ELI IIIky,I::1:3® •I- VJ1-4TnTT • THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1LICY �TR TYPE OF INSURANCE L POLICY NUMBER EFF MMIDDNYYY MPOLICY EXP MIDDNYYY LIMITS A GENERAL LIABILITY Y ACP7820992990 2/04%2013 12/04/2014 EACH OCCURRENCE $ 11000,000 7X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE Fx_]OCCUR / / / j j j / / DA A R 50 000 PREMISES Ea occurrence r MED EXP (Any one person) $ 51000 PERSONAL & ADV INJURY $ 11000,000 GENERAL AGGREGATE $ 21000,000 GEN'L AGGREGATE LIMIT APPLIES PER: -1 / j / / PRODUCTS - COMP/OP AGG $ 2 r 000 r 000 POLICY PRO- JECT F LOC / / / j $ B AUTOMOBILE LIABILITY 57UECZN4102 1/15/2014 1/15/2015 COMBINED SINGLE LIMIT Ea accident 21000,000 X ANY AUTO / / / / BODILY INJURY (Per person) $ X ALL OWNED SCHEDULED AUTOS AUTOS / / / / BODILY INJURY Per accident $ } XNON-OWNED HIRED AUTOS AUTOS j / j j PROPERTY DAMAGE Per accident $ UMBRELLA LIAR OCCUR / / / / EACH OCCURRENCE $ EXCESS LIAR CLAIMS -MADE j j / / AGGREGATE $ DEQ I I RETENTION $ $ / / / j C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? LJ (Mandatary in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N 1 A Y WWC3059522 5/01/2014 / / / / j / 5/01/2015 / /Ea / / / / XI TORY LIMITSWC STATU-F OTH- E.L. EACH ACCIDENT $ 1 000 000 E.L. DISEASE - EA EMPLOYE $ 11000,000 E.L. DISEASE - POLICY LIMIT 1 $ 1,100019 DESCRIPTION OF OPERATIONS l LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) THE CITY OF SAN RAFAEL, ITS ELECTIVE APPOINTIVE BOARDS, COMMISSIONS, OFFICERS, AGENTS AND EMPLOYEES ARE NAMED AS ADDITIONAL INSURED AS RESPECTS GENERAL LIABILITY PER ATTACHED FO S . INCLUDES PRIMARY AND NON-CONTRIBUTORY WORDING, 30 DAY NOTICE OF CANCELLATION. GEK I ltl(:A 1 t NULtJEK CANCELLATION CITY OF SAN RAFAEJ P.O. BOX 151560 y ! ' It 1 ! ACCORDANCESHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN POLICYPROVISIONS. w 1988"2010 ACORD CORPORATION. All rights reserved. The ACORD name and IOgO are registered marks Of ACORD a ■ 6 ACP720992990 POLICY NUMBER. 8COMMERCIAL GENERAL LIABILITY CG 7156 0 9 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED PRIMARY AND NONwCONTRIBUTORY ENDORSEMENT J�J I I I I iiJJ I I I I 1 1 1 Jill COMMERCIAL GENERAL LIABILITY COVERAGE PART Name of Person or Organization: CITY OF SAN RAFAEL, ITS ELECTIVE AND APPOINTIVE BOARDS, COMMISSIONS, OFFICERS, AGENTS AND EMPLOYEES. (If no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to this endorsement.) A. Section 11 — Who Is An Insured is amended to include as an addonal insured f' or organ- ization shown in the Schedule for whom you are per- forming operations when you and such person or organization have agreed in a written contract or written agreement that such person or organization be added as an addonal insured on your policy, but only with respect to liability for "bodily injur"prop- erty damage" or "personal and advertising injury" arising out of, 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 op- erations for the additional insured(s) at the loca- tion(s) designated above. No such person or organization is an additional insured for liability arising out of the "products - completed operations hazard 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or re- pairs) to be performed by or on behalf of the additional insured(s) at the location of the cov- ered 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 thesame project. C. The following is added to SECTION III — LIMITS OF INSURANCE: 1. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: D. This insurance does not apply to "bodily injury" or "property damage" occurring after: The limits of insurance applicable to the additional insured are those speed in the written contract between you and the additional insured, or the limits available under ii whichever are less. These limits are part of and not in addition to the its of insurance under this policy. With respect to the insurance provided to the person or organization shown in the Schedule of the En- dorsement, Condition 4. Other Insurance of Sec- tion IV - Commercial General Liability Condons is replaced by the following: CG 7156 09 10 Includes copyrighted material of Insurance Services Office, Inc. Page I of 2 with its permission. 0 0 'we t '14 CG 71 56 09 10 11 11111 Jill i1p; illippill i��J qJ ��iiiii IL Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc. CG 7156 09 10 with its permission. two Zat 0 0 9 a two W 4 10 z 0 • • • 0 1w 11 11111 Jill i1p; illippill i��J qJ ��iiiii IL Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc. CG 7156 09 10 with its permission. COMMERCIAL AUTO CA 20 01 12 93 This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORJ With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective 08-20-14 Named Insured Countersigned By COASTSIDE CONCRETE COASTSIDE CONCRETE & CONSTRUCTION INC (Authorized Representative) SCHEDULE Insurance Company HARTFORD INSURANCE Policy Number 57UECZN4102 Effective Date 1-15-2014 Expiration Date 1-15-2015 Named Insured Address COASTSIDE CONCRETE 2160 W. Hearn Ave, Santa Rosa, CA 95407 Additional Insured (Lessor) CITY OF SAN RAFAEL, ITS ELECTIVE AND APPOINTIVE BOARDS, COMMISSIONS, OFFICERS, AGENTS AND EMPLOYEES Address P.O. BOX 151560 SAN RAFAEL, CA 94915-1560 Designation or Description of Leased "Autos" PER SCHEDULE ON FILE. Pri'maEl C I muse: It is understood and agreed that this insurance is primary insurance and any other insurance maintained t I by the additional insured shall be excess only and not contributing with this insurance,, t)ut only with respects to liabilitv arising out of"your work"' for that insured by or for you. Cancellation Clause-. It is hereby understood and agreed there will be no cancellation, reduction or modification of coverage without (30) days prior written notice. CA 20 01 120 93 (MODIFIED) Includes copyrighted material of Insurance Services Office, Inc., with its permission WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY Z t 1119A t�J 1116 !I [C] Eel !I Allml�&E WC 04 03 06 (Ed. 4-84) We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2% of the California workers' compensation premium otherwise due on such remuneration. Any person or organization as required by written contract. $282.00 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. Endorsement Effective 5/1/2014 Policy No. WWC3088015 Endorsement No. WC040306 Insured SOUSA, MARK (Partner) & SOUSA, BRETT (Partner) (A Premium $ 11616 Partnership) Insurance Company Wesco Insurance Company Countersigned by oI S A N oe bu� ■ M � j 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 I 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*). 1"? 4 k City Attorney Review and approve form of agreement; bonds, and insurance certificates and 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. ee 7;, r. A Pr *ect Manager - Project Name 0 1 74 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. M MAYOR GARY 0. PHILLIPS VICE MAYOR DAMON CONNOLLY COUNCILMEMBER KATE COLrN COL NICILMEMBER MARIBETH BUSHEY BER TDREW CUYUGAN MCCULLOUGH COUNCILMEMAN PUBLIC WORKS DEPARTMENT. (415)485-3355 FAX: (415)485-333,4 Nader Mansourian, Director ofPublic Works Coastside Concrete 2160 W. Hearn Avenu;i Santa Rosal CA 95407 Attn: Mr. Brett Sousa Owner Re: 5 th Avenue and Lootens Place Parking Lot Improvements Project No. 11181 Dear Mr. Sousa: The San Rafael City Council on Monday, August 18, 2014, awarded the referenced contract to your firm for the low bid of $281,763.00 Enclosed are the original and two copies of the project agreement which you are required to execute within five (5) days from receipt of this letter. Please take the following steps: Execute all three copies. NOTE: If you are a corporation, two signatures are required; one by the Chairman of the Board, the President or any Vice President, AND one by the Secretary, Assistant Secretary, Chief Financial Officer or any Assistant Treasurer. Alternatively, you may provide a corporate resolution stating that the individual who signs is authorized to bind the corporation. X T 2. Return all three copies to us. Y ou will receive a fully executed copy latel MONNO I . Furnish a Faithful Performance Bond in the sum of $281 j763.0(1 2. Furnish a Labor and Materials Bond in the sum of $281,763.0(1 3. Date the Bonds August 18, 2014 since the Agreement will be dated August 18, 2014. I I I MORPHEW STREET - PO Box 151560 - SAN RAFAEL,,, CA 94915-1560 WrNNrkV.CITYOFSANRAFAEL.ORG 4. The description of work in both bonds should be "5th Avenue and Lootens Place Parking Lot Improvements." 5. The Obligee on both Bonds must be the City of San Rafael. Please give your bonding company a copy of this letter as a guidc! M 7. Send the bonds in duplicate to our office. TNJQ,sT TR ANCF 1. Furnish Certificates of Insurance as provided in the specifications and as described on the enclosed "Insurance Requirements Sheet", including Workers' Compensation, Public Liability, and Property Damage. The required insurance may be provided by a separate policy or certificate of insurance insuring the City for public liability and property damage. The required cross -liability endorsement MUST READ EXACTLY AS STATED on the enclosed Insurance Requirement Sheet. Be sure to attach the endorsement to your insurance certificate. That portion of the cancellation clause pertaining to "Failure of the insurance company to mail notice of cancellation imposing no obligation or liability upon the company" must be deleted from the certificate of insurance. Please cross out and initial the deleted portion. 2. Send the Insurance Certificates in duplicate to our office. 3. Please give your insurance carrier a copy of this letter as a guide. Should you, your bonding company, or your insurance carrier have any questions, please contact our Engineer at 4 8 5 -3 3 5 5. Sincerely yours, Hunter Young Assistant Civil Engineer HY-.dm Enclosures (4).- 3 Agreements 1 Insurance Requirements Sheet 0 0 CITY OF SAN RAFAEL INSTRUCTIONS: USE THIS FORM WITH EACH SUBMITTAL ITTAL OF A CONTRACT, AGREEMENT, ,ORDINANCE OR RESOLUTION BEFORE APPROVAL BY COUNCIL / AGENCY. SRRA / SRCC AGENDA ITEM NO. 3! FROM: Nader Mansourian 0 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE FIFTH AVENUE AND LOOTENS PLACE PARKING LOT IMPROVEMENTS PROJECT, NO. 111819 TO COASTSIDE CONCRETE IN THE AMOUNT OF $2819763.00. 1 Department Head (signature) (LOWER HALF OF FORM FOR APPROVALS ONLY) APPROVED CO NCIL /AGENCY APPROVED AS TO FORM: AGENDA M: City Maagei, (signatkre) City Attorney (signature) REMARKS-