Loading...
HomeMy WebLinkAboutPW ADA Curb Ramps 2014-15 ProjectC1TY OF SAN RAFAEL Agenda Item No: 3.k Meeting Date: April 20, 2015 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Public Works Prepared by: Acting Director of Public Works City Manager Approval: File No.: 16.01.275 SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE ADA -DOJ CURB RAMPS 2014-2015 PROJECT, CITY PROJECT NO. 11249, TO COASTSIDE CONCRETE IN THE AMOUNT OF $269,890.00. RECOMMENDATION: Staff recommends that the City Council adopt the resolution awarding the contract to Coastside Concrete in the amount of $269,890.00. BACKGROUND: In August of 2004, the City of San Rafael entered into a Settlement Agreement with the Federal Department of Justice (DOJ) to address a lack of compliance with the Americans with Disabilities Act (ADA) and related accessibility issues in City -owned facilities and the public right-of- way. A section of the Agreement calls for the City of San Rafael to construct curb ramps or sloped areas at any intersection to provide access for pedestrians. In 2004, Public Works identified a backlog of 797 curb ramps requiring construction. The proposed project includes construction of sixteen new ADA compliant curb ramps and storm drainage improvements in the Terra Linda area. Thirteen of the sixteen locations are specifically included in the backlog of 797 ramps required by the DOJ Settlement Agreement. The remaining three ramps are located immediately adjacent to or on the pedestrian path of travel to the other proposed ramp locations. A study of the project area was conducted to ensure that the most reasonable facilities for all modes of travel are included in the project design. The study was completed March 19, 2015. The ADA -DOJ Curb Ramp 2014-2015 project has been determined to have no significant effect on the environment and is categorically exempt from environmental documents. A Notice of Exemption was filed at the Marin County Clerk's Office on January 22, 2015. The project was advertised in accordance with San Rafael's Municipal Code on March 9, 2015, and sealed bids were publicly opened and read aloud on April 1, 2015, at 10:00 AM. The engineer's estimate was $230,000.00. Contractors submitted the following two bids: NAME OF BIDDER AMOUNT Coastside Concrete $269,890.00 Vanguard Construction $270,347.50 FOR CITY CLERK ONLY File No.: 4-1-664 Council Meeting: 04/20/2016 Disposition: Resolution 13911 SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2 ANALYSIS: The referenced bids have been reviewed by Public Works staff and found to be both responsive and responsible. The low bid from Coastside Concrete in the amount of $269,890.00 falls within the allocated project budget. FISCAL IMPACT: To date, a total of $15,650.00 has been charged to this project for topographic surveying, and recordation of the environmental document. The remaining project expenditures include the cost of document reproduction, the construction to be performed by Coastside Concrete, and a recommended contingency of approximately 10%, bringing the total project budget to $315,000.00 which is supported by the Gas Tax Fund (#206) and Community Development Block Grant (CDBG) finds. The following tables summarize the revenue and expenses associated with this project: 111 1JAM le[M-191IRT-SI X Project Funding Sources Gas Tax Fund (Fund #206) Community Development Block Grant Total Funding Available EXPENSES: Category Already Charged Expenses Subtotal Remaining Expenses Supplies and Services Construction Contract Construction Contingency (Approx. 10%) Total Project Cost Allocation $299,400.00 $15,600.00 $315,000.00 Amount Notes Environmental document, topographic $15,650.00 survey $1,300.00 Estimated cost for document reproduction $269,890.00 Base bid contract amount $28,160.00 $315,000.00 The project design was completed by Department of Public Works engineering staff at a cost of approximately $60,000.00. Construction inspection and management will be performed by engineering staff. These costs are not shown in the tables above. OPTIONS: 1. Adopt the resolution awarding the contract to Coastside Concrete., the lowest responsive and responsible bid, in the amount of $269,890.00. 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 the fall of 2015. 3. Do not award the contract and direct staff to stop working on this project. If this option is chosen, the City will still be required to construct these ramps in the future as part of the DOJ Settlement Agreement. ACTION REQUIRED: Adopt resolution awarding a contract to Coastside Concrete in the amount of $269,890.00 and appropriating finds in the project. Enclosures: Resolution Agreement RESOLUTION NO. 13911 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE ADA -DOJ CURB RAMPS 2014-2015 PROJECT, CITY PROJECT NO. 11249, TO COASTSIDE CONCRETE IN THE AMOUNT OF $269,890.00. WHEREAS, on the 91h day of March, 2015, 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: "ADA/DOJ Curb Ramps 2014-2015 Project" City Project No. 11249 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 Gas Tax Fund #206 to support this contract. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF SAN RAFAEL RESOLVES as follows: 1. The bid of Coastside Concrete is hereby accepted at said unit prices and the contract for said work and improvements is hereby awarded to Coastside Concrete at the unit prices mentioned in said bid. 2. The Acting Public Works Director and the City Clerk of said City are authorized and 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 said contract. 3. Funds totaling $315,000.00 will be appropriated for City Project No. 11249. 4. The Acting 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 this resolution. I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the foregoing Resolution was duly and regularly introduced and adopted at a regular meeting of the City Council of said City held on Monday, the 20`h day of April, 2015 by the following vote, to wit: AYES: COUNCILMEMBERS: Bushey, Colin, Gamblin and Vice -Mayor McCullough NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: Mayor Phillips ESTHER C. BEIRNE, City Clerk File No.: 16.01.275 City of San Rafael ♦ California Form of Contract Agreement for ADA/DOJ Curb Ramns 2014-2015 Citv Proiect No. 11249 This Agreement is made and entered into this ,;WJ/! day of )APRIL- , 2015 by and between the City of San Rafael (hereinafter called City) and Coastside Concrete (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 ADA/DOJ Curb Ramps 2014-2015, City Project 11249, 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 required additional insured coverage for City under Contractor's liability insurance policy shall be primary with respect to any insurance or coverage maintained by City and shall not call upon City's insurance or self-insurance for any contribution. II- Time of Completion (a) The work to be performed under this Contract shall be commenced within FIVE (5) WORKING DAYS after the date of written notice by the City to the Contractor to proceed. (b) All work shall be completed, including all punchlist work, within THIRTY-FIVE (35) WORKING DAYS and with such extensions of time as are provided for in the General Provisions. 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 DESCRIPTION ESTIMATED UNIT UNIT PRICE TOTAL QUANTITY PRICE Signs and Traffic Control 1' I LS n (Includes Mobilization) $10,000 = $10,000 2. Clearing and Grubbing 1 LS @ $13,000 = $13,000 3. Minor Concrete — Minor Structures a. Type A Curb and Gutter 205 LF a $50 = $10,250 b. 4" PCC Sidewalk** 820 SF @ $12 = $9,840 c. Curb Ramp Case C 16 EA @ $5,000 = $80,000 ITEM DESCRIPTION ESTIMATED UNIT UNIT PRICE TOTAL QUANTITY PRICE d. Type E Catch Basin 5 EA to, $$7,500 = $37,500 e. Cap Existing Catch Basin (Per Detail #3) 2 EA @? $3,500 - $7,000 f. Modify Existing Catch Basin to Type E Catch Basin 4 EA "' $3,500 $14,000 g. Modified Type B Manhole (Golden Hinde Blvd at Del Haro Way - NW Corner) 1 E`4 `' $7,500 $7,500 h. Modified Type B Manhole (Devon Dr At Anchorage Ct-SW Corner) 1 EA @ $7„500 - $7,500 i. Modified Type B Manhole (Devon Dr at Dias Way - SW Comer 1 EA n $7,500 - $7,500 j. Modified Type B Manhole (Devon Dr At Malone Ln - SW Corner) 1 EA a $7,500 = $7,500 h. Modified Type B Manhole (Devon Dr At Wallace Way- NW Corner) 1 EA @ $7,500 = $7,500 4. Hot Mix Asphalt 130 TON a $250 = $32,500 5. Storm Drain Pipe 40 LF a $250 = $10,000 6. Roadside Sign and Post 3 EA @ $500 = $1,500 7. Traffic Stripes and Pavement Markings a. Pavement Markings 180 SF @ $25 - $4,500 b. Paint Curb Red 230 LF @ $10 $2,300 ** This bid item shall be a final pay item GRAND TOTAL BIDS 269,890.00 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. VI - Acceptance and Final Payment (a) Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer shall within 5 days make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed, he will promptly issue a Notice of Completion, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the City within 15 days after the expiration of 35 days following the date of recordation of said Notice of Completion. (b) Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to the City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (c) Contractor shall provide a "Defective Material and Workmanship Bond" for 50% of the Contract Price, before the final payment will be made. (d) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after final payment; (3) requirements of the specifications; or (4) manufacturers' guarantees. It shall also constitute a waiver of all claims by the Contractor, except those previously made and still unsettled. (e) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer so certifies, the City shall, upon certificate of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement the day and year first written above. ATTEST: Esther C. Beirne City Clerk APPROVED AS TO FORM: CITY OF SAN RAFAEL: Kevin McGowan Acting Public Works Director COASTSIDE CONCRETE: L By Robert F. Epstein Printed Name: City Attorney Title: File No.: 16.01.275 Bond No. 1001030746 Premium: $ 5,408.00 Public Works -Performance KNOW ALL MEN BY THESE PRESENTS, That we, COASTSIDE CONCRETE, 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 CALIF as Surety, are held and firmly bound unto CITY OF SAN RAFAEL, as Obligee, in the sum of TWO HUNDRED TWO HUNDRER SIXTY NINE THOUSAND EIGHT HUNDRED NINETY ($269,890.00), 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. THE CONDITION OF THIS OBLIGATION IS SUCH, that WHEREAS, the above -bounden Principal has entered into a contract dated APRIL 2 0. 2 n i S with said Obligee to do and perform the following work, to wit: ADA/DOJ CURB RAMPS 2014-2015 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 dated this 29TH day of APRIL, 2015 COASTSIDE CONCRETE AMERICAN CONTRACTORS INDEMNITY COMPANY Principal By CINDY BETH Attorney-in-Fact American Contractors Indemnity Company 601 S. Figueroa Street, Suite 1600, Los Angeles, California 90017 main 310 649 0990 facsimile 310 649 0416 Public Works Payment Bond No. Premium: PERF. BOND KNOW ALL MEN BY THESE PRESENTS, That we, COASTSIDE CONCRETE , 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 CALIF as Surety, are held and firmly bound unto CITY OF SAN RAFAEL as Obligee, in the sum of TWO HUNDRED SIXTY NINE THOUSAND EIGHT HUNDRED NINETY Dollars ($269,890.00), lawful money of the United States of America, for the payment whereof, well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that WHEREAS, the above -bounden Principal has entered into a contract dated APRIL 20, 2015 with said Obligee to do and perform the following work, to wit: ADA/DOJ CURB RAMPS 2014-2015 NOW, THEREFORE, if the above -bounden Principal shall faithfully pay all laborers, mechanics, subcontractors, materialmen and all persons who shall supply such person or persons, or subcontractors, with materials and supplies for the carrying on of such work, then this bond shall be null and void; otherwise it shall remain in ful force and effect. Signed, sealed and dated this 29TH COASTSIDE CONCRETE Principal By day of APRIL 1 2015 AMERICAN CONTRACTORS INDEMNITY COMPANY CINDY BETH Attorney -in -Fact POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS- That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name_ of American Contactors Indemnity Company, United States Surety Company, aMaryland corporation and U.S. Specialty Insurance 'Company, a Texas corporation (collectively, the "Companies"), do by these -presents make, constitute and appoint: James Schieffer or Cindy Beth of Healdsburg, California its true and lawful Attorney(s)-in-fact, each in their separate capacity if more thanone is teamed above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge andeliver ani auk a bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed *****One Million***** Dollars ($ ***1,000,000.00*** ), This Power of Attorney shall expire without further action on December 20, 2017. 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 AssistanLYce-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 subjeat-tti the followm$ provisions-- Attorney-in-Fact rovisions:Attorney-in-Fact 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 Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Re 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 orTacsimile 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 1st day of December, 2014. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY Corporate Seals UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY A notary public or other officer completing this certificate verifies only the identity ofthe individual who signed the docurnient to which this certificate is attached, and not the truthfulness, accuracy, orvalidityofthat document State of California County of Los Angeles SS: On this 1 st day of December, 2014, before me, Maria G. Rodriguez -Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged tome that he exe autell the same in his authorized capacity, and that by his s gnaw- re on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MARIA G. RODRIGUM ONG Commission # 2019771 Signature Seal Notary Public California Dec 20, 2017 I, Michael Chalekson , Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify 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 Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affi d the seals of said Companies at Log Angeles, California his 2---qT day of APRIL 2015 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document STATE OF Cr—(i 4arr+; c - COUNTY OF So no,r-0, On �-I (3 0 I I S before me, Ja r,,rS s� c , .moo v`-� Pti 6 /i personally appeared who proved ' to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that helshe/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. JAMES SCHIEFFER,, r COMM. #1956111 m NOTARY PUBLIC - CALIFORNIA W SONOMA COUNTY -� r My Comm. Expires Nov. ■S, 2015 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNES y hand a='a {Sign of Notary Pub- P DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) THE CITY OF SAN RAFAEL, ITS ELECTIVE AND APPOINTIVE BOARDS, COMMISSIONS, OFFICERS, AGENTS AND EMPLOYEES ARE NAMED AS ADDITIONAL INSURED AS RESPECTS GENERAL LIABILITY PER ATTACHED FORMS. INCLUDES PRIMARY AND NON-CONTRIBUTORY WORDING, 30 DAY NOTICE OF CANCELLATION. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CITY OF SAN RAFAEL P.O. BOX 151560 AUTHORIZED REPRESENTATIVE SAN RAFAEL CA 94915-1560 ACORD 25 (2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025 (201005).01 The ACORD name and logo are registered marks of ACORD '4 CERTIF,%OATE OF LIABILITY INSk dIANCE DATE (MM/DD 04/23/2015015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: ARTHUR E. SCHIEFFER & SON PHONE F.e� (707) 433-3374 FAX 707) 433-8456 �s f41C. Nol: 338 Center Street IL E-MAIL ADDRE R: P . O . BOX 515 INSURERIS) AFFORDING COVERAGE NAIC # Healdsburg CA 95448- INSURERA ALLIED INSURANCE INSURED COASTSIDE CONCRETE INSURERBMESCO INSURANCE COMPANY COASTSIDE CONCRETE & CONSTRUCTION INC INSURERC:WESTCHESTER SURPLUS LINES IN CO 6050 CONNERCE BLVD STE 203 INSURER D:ZURICH/BUILDERSRISK. COM INSURER E: ROHNERT PARK CA 94928— INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: 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. INSR ADDL SUER LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER POLICY EFF POLICY EXP (MM/DD/YYYYI (MM/DD/YYYYI LIMITS A GENERALLIABILITY Y ACP7820992990 12/04/201412/04/2015 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY / / / / DAMAGE TO RENTED IPREMISES(Eaoccurrancel $ 50,000 1 CLAIMS-MADE Fx-] OCCUR / / / / I MED EXP (Any One person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 C X POLLUTION LIABILITY Y G27553047001 01/22/2015 01/22/2016jIGENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER PRO- 7 F] / / / / I PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY F1 LOC / / / / I POLLUTION Is 1,000,000 B AUTOMOBILE LIABILITY Y ACP780596971B 01/15/2015 01/15/20161 CO LIMITfEa I X ANY AUTO aBINEDISINGLE $ 2.000,000 / / / / I BODILY INJURY (Per person) I $ X ALL OWNED AUTOS SCHEDULED AUTOS / / / / BODILY INJURY Per accident $ I ( )I X HIRED AUTOS X NON-OWNED AUTOS / / / / I PROPERTY DAMAGE I $ (Per accident) / / / / I Is UMBRELLA LIAR OCCUR / / / / I EACH OCCURRENCE Is EXCESS LIAR CLAIMS-MADE / / / / I AGGREGATE i$ DED I I RETENTION $ / / / / I I $ B WORKERS COMPENSATION Y WWC3059522 05/01/2014 05/01/2015 WCSTATU-I IOTH-I I X ITf1RY AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N I IMITC _R I OFFICER/MEMBER N / A EL . L. EACH ACCIDENT $ 1,000,000 EXCLUDED? (Mandatory In NH) III E L. DISEASE - EA EMPLOYEq $ 1,000,000 It yes, describe under DESCRIPTION OF OPERATIONS below / / / / I E L DISEASE - POLICY LIMIT I $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) THE CITY OF SAN RAFAEL, ITS ELECTIVE AND APPOINTIVE BOARDS, COMMISSIONS, OFFICERS, AGENTS AND EMPLOYEES ARE NAMED AS ADDITIONAL INSURED AS RESPECTS GENERAL LIABILITY PER ATTACHED FORMS. INCLUDES PRIMARY AND NON-CONTRIBUTORY WORDING, 30 DAY NOTICE OF CANCELLATION. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CITY OF SAN RAFAEL P.O. BOX 151560 AUTHORIZED REPRESENTATIVE SAN RAFAEL CA 94915-1560 ACORD 25 (2010/05) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025 (201005).01 The ACORD name and logo are registered marks of ACORD POLICY NUMBER, COMMERCIAL GENERAL LIABILITY CG 71 56 09 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 99921 -111 -Mm i InSIM018MIN1.0 •' i•' This endorsement modifies insurance provided under the tollowmg COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE 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 II — Who Is An Insured is amended to include as an additional insured the person 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 additional insured on your policy, but only with respect to liability for "bodily injury "prop erty damage" or "personal and advertising njury° 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- tions) designated above. No such person or organization is an additional insured for liability arising out of the "products, completed operations hazard". S. With respect to the insurance afforded to these additional insureds, the following additional exclu sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, mcfudmg materials, parts or equipment furnished in connection with such work, on the project iother than service, maintenance or re- pairs) to be performed by or on behalf of the additional nsuredf 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 the same project. C. The following is added to SECTION III — LIMITS OF INSURANCE: The I,,mis of insurance applicable to the additional insured are those specified in the written contract between you and the additional insured. or the limits available under this policy, whichever are less. These limits are part of and not in addition to the lim its of insurance under this policy. D. With respect to the insurance provided to the person or organization shown in the Schedule of the Em dorsement. Condition 4. Other Insurance of Sec- tion IV - Commercial General Liability Conditions is replaced by the following CG 7156 09 10 Includes copyrighted material of Insurance Services Office. Inc. Pagel of 2 with its permission WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT—CALIFORNIA 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 Schedule Any person or organization as required by written contract $28200 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) 8 SOUSA, BRETT (Partner) (A Premium 5 11616 Partnership) Insurance Company Wesco Insurance Company Countersigned by PROFESSIONAL SERVICES AGREEMENT/CONTRACT COMPLETION CHECKLIST AND ROUTING SLIP Below is the process for getting your professional services agreements/contracts finalized and executed. Please attach this "Completion Checklist and Routing Slip" to the front of your contract as you circulate it for review and signatures. Please use this form for all professional services aLyreements/contracts (not just those requiring City Council approval). This process should occur in the order presented below. Step Responsible Description I Completion I Department Date 1 City AttorneyI 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 4 City Attorney Ordinance*). Review and approve form of agreement; bonds, and insuran a cues and z: endorsements.* 5 City Manager / Mayor / or Agreement executed by Council authorized Department Head I official. 6. City Clerk City Clerk attests signatures, retains original !a:, 13, agreement and forwards copies to the I I-, I , S contracting department. To be completed by Contracting Department: Protect Manager: ... .'�.Project Name:,1,J 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. �, 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. V DATE OF MEETING: April 20, 2015 FROM: DEPARTMENT: DATE Leslie Blomquist Public Works April 8, 2015 TITLE OF DOCUMENT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE ADA -DOJ CURB RAMPS 2014-2015 PROJECT, CITY PROJECT NO. 11249, TO COASTSIDE CONCRETE IN THE AMOUNT OF $269,890.00. Department Head (sigbature) (LOWER HALF OF FORM FOR APPROVALS ONLY) APPROVED AS COUNCIL / AGENCY AGENDA ITEM: City Manager (signature) NOT APPROVED REMARKS: APPROVED AS TO FORM: City Attorney (signature) File No.: 16.01.275