SAN RAFAEL CITY COUNCIL AGENDA REPORT

Similar documents
SAN RAFAEL CITY COUNCIL AGENDA REPORT

SAN RAFAEL CITY COUNCIL AGENDA REPORT

AWARD CONSTRUCTION CONTRACT FOR NAVE DRIVE MULTI USE PATH (MUP) AND ADOPT A RESOLUTION AMENDING CIP BUDGET

SAN RAFAEL CITY COUNCIL AGENDA REPORT

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

PRESENTER: Christopher J. Blunk, Deputy Public Works Director / City Engineer

SUBJECT: ADOPT RESOLUTIONS TO APPROVE STREET RESURFACING, CITY PROJECT NO :

SAN RAFAEL CITY COUNCIL AGENDA REPORT

Both bids are substantially higher than the engineer s estimate of $362, The attached Bid Abstract shows the bid details.

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL

ADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO

SUBDIVISION IMPROVEMENTS AGREEMENT

MVMCC CAPITAL IMPROVEMENT PROGRAM (CIP) UPDATE AND ADOPTING A RESOLUTION APPROVING A MVMCC CAPITAL BUDGET ALLOCATION AMENDMENT

CITY OF SIGNAL HILL Cherry Avenue Signal Hill, CA

Crushed Surfacing Base Course, per ton. Pages 8-8, Special Provisions Section , Materials. This Section is supplemented with the following:

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

SOLANO COMMUNITY COLLEGE DISTRICT GOVERNING BOARD AGENDA ITEM

COUNTY OF SAN MATEO STATE OF CALIFORNIA NOTICE TO CONTRACTORS

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

CITY OF CHINO ENGINEERING COST ESTIMATE. Quantity Unit Item Unit Total Cost Price Per Item. LS Traffic Control (5% of construction cost) 5% $

INSTRUCTIONS TO BIDDERS

Finance & Technology Administrator (815) ext 223

DORAN STREET AND BROADWAY/BRAZIL SAFETY AND ACCESS PROJECT PROJECT STUDY REPORT (EQUIVALENT) Appendix I Cost Estimates

CONSTRUCTION CONTRACT

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

CITY OF DEERFIELD BEACH Request for City Commission Agenda

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

INSTRUCTIONS TO BIDDERS

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

SAN RAFAEL CITY COUNCIL AGENDA REPORT COMPENSATION FOR THE ELECTED CITY CLERK AND ELECTED PART-TIME CITY ATTORNEY

Sunset Street West Sidewalk Projects Opinion of Anticipated Construction Costs March 12, 2012 Project Summary. Project List

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADDENDUM NO. 1. ADDENDUM NO. 1 for the above referenced project hereby modifies the RPF documents, as follows:

Bids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to:

69889/AV/lm. Recipients of C-TRAN ITB # Fourth Plain BRT Maintenance Facility Expansion. DATE: June 25, SUBJECT: Addendum #11

CITY OF YUBA CITY PUBLIC WORKS DEPARTMENT 1201 CIVIC CENTER BOULEVARD YUBA CITY, CALIFORNIA 95993

Job No Wastewater Collection System Small Main Rehabilitation at Focus Areas Pipebursting Method BID PROPOSAL. Dollars Cents $ $ Dollars

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

CITY OF ROHNERT PARK CITY COUNCIL AGENDA REPORT

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid.

City of Newnan, Georgia

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

Rapid City, South Dakota

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

CONSTRUCTION CONTRACT EXAMPLE

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

Bid No.: PO Box Cone Rd Asphalt Ave th Ave. E. Dunedin, FL Tampa, FL Tampa, FL Palmetto, FL 34221

SECTION AGREEMENT BETWEEN OWNER AND CONTRACTOR

City of Palmer Action Memorandum No

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

SECTION 8 - MEASUREMENT AND PAYMENT TABLE OF CONTENTS

Agenda Item B.5 CONSENT CALENDAR Meeting Date: November 19, 2013

CITY OF DEERFIELD BEACH Request for City Commission Agenda

THE CONSTRUCTION MANAGEMENT ASSOCIATION OF AMERICA, INC. CMAA Document CMAR-2 (2013 Edition)

SOLANO COMMUNITY COLLEGE DISTRICT GOVERNING BOARD AGENDA ITEM

ADDITIONS, MODIFICATIONS, AND/OR DELETIONS TO THE PROPOSAL

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

EXHIBIT P CONSULTANT S APPLICATION FOR PAYMENT *INSTRUCTION SHEET*

CITY OF SAN MARCOS ENGINEERING DIVISION

PLATINO LANE AND ORO DRIVE INTERSECTION DRAINAGE IMPROVEMENTS PROJECT NO. PW

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

2015 Financial Assurance 8/6/2015 Estimate Form (with pre-plat construction)

HAYCRAFT AREA NEIGHBORHOOD IMPROVEMENTS PHASE 4 CITY OF ELIZABETHTOWN ENGINEERING DEPARTMENT ELIZABETHTOWN, KY

SAN RAFAEL CITY COUNCIL AGENDA REPORT

PORT OF EVERETT SECTION Insert Project Name in CAPS

ADVERTISEMENT FOR BIDS CSD NO. 158 BID # B CONSOLIDATED SCHOOL DISTRICT # ELEMENTARY SCHOOLS CARPET INSTALLATION

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County,

INVITATION TO BID Retaining Wall

PRESENTER: Christopher Blunk, Deputy Public Works Director/City Engineer

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

Proposal and Agreement for Construction on Purchaser s Lot

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

NEVADA IRRIGATION DISTRICT. Appendix B

NOTICE TO CONTRACTORS

Jim SChutz,~~ Assistant City Manager

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

SEWER LATERAL REPAIR APPLICATION

DOUGLAS S. STACK, DIRECTOR OF PUBLIC WORKS /CITY ENGINEER ADVERTISEMENT FOR BIDS FOR THE MOFFETT DRIVE ( CIP 70224)

ADDENDUM NO. 1 SCHOOL BOARD OF LEON COUNTY, FLORIDA

OWNER/PROFESSIONAL SERVICES CONSULTANT AGREEMENT PROJECT TITLE UNIVERSITY OF ILLINOIS

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

Addendum 1 13 TH Street Streetscape. September 1, 2017

CDBG/HOME CONTRACT DOCUMENTS NEW HOUSING CONSTRUCTION

ADVERTISEMENT FOR BIDS WATER SERVICE LINE REPAIR & METER BOX REPLACEMENT CITY / COUNTY UTILITIES

Mainelli Wagner & Associates, Inc.

Project Name, Improvement District No. Improvement District Number

Merritt College Science Building Site Paving

City of Charlevoix ADVERTISEMENT FOR BIDS. Tree Trimming

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide

CONTRACT DOCUMENTS FOR Fire Department Training Center Paving Project No

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

For Reference Only - Not for the Purpose of Bidding BP-1. Azucena Street 30-Inch Sewer Project Job No Solicitation No.

CITY OF ELK GROVE CITY COUNCIL STAFF REPORT

SAN RAFAEL CITY COUNCIL AGENDA REPORT

Staff Report. Andrea Ouse, Director of Community and Economic Development Abhishek Parikh, Transportation Manager

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

Transcription:

Agenda Item No: 4.g Meeting Date: March 6, 2017 Department: Public Works SAN RAFAEL CITY COUNCIL AGENDA REPORT Prepared by: Bill Guerin, Director of Public Works TOPIC: ADA-DOJ CURB RAMPS 2016-2017 City Manager Approval: File No.: 16.01.282 SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE CITY MANAGER TO AWARD A CONSTRUCTION CONTRACT FOR THE ADA-DOJ CURB RAMPS 2016-2017 PROJECT #11297 TO QUIMU CONTRACTING, INC., IN THE AMOUNT OF $182,675. RECOMMENDATION: Adopt the resolution authorizing the City Manager to award the construction contract to Quimu Contracting, Inc. BACKGROUND: In August 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 to construct curb ramps or sloped areas at various intersections to provide access for pedestrians. In 2004, Public Works identified a backlog of 797 curb ramps requiring construction. In 2014, the DOJ agreed to our request to temporarily waive construction of 32 of the original 797 ramps, reducing the City s target to 765 (797-32=765), and to extend the Settlement Agreement expiration date to February 2019. To date, the City has installed 453 of the 765 curb ramps. In June 2016, the DOJ agreed to no longer require the City to complete all the curb ramps by February 2019 and has closed its file under the condition that the City will complete its obligation to perform all remedial actions under the Settlement Agreement, including the completion of the 312 curb ramps that remain to be constructed over time, and to continue to allocate a specific amount of funding each year for that purpose. The proposed project includes construction of 12 new ADA compliant curb ramps and related storm drainage improvements along Peacock Drive in the Peacock Gap Neighborhood. In keeping with our standard practices, Public Works staff conducted a multi-modal study of the locations specific to this project to ensure that the most reasonable facilities for all modes of travel were included in the project design. The study was completed on December 30, 2016. FOR CITY CLERK ONLY File No.: Council Meeting: Disposition:

SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2 The ADA-DOJ Curb Ramps 2016-2017 project has been determined to have no significant environmental effect. A Notice of Exemption was filed at the Marin County Clerk s Office on January 9, 2017. The project was advertised in accordance with San Rafael s Municipal Code on January 12, 2017. The engineer s estimate was $210,000. The following bids were received and read aloud on February 8, 2017, at 11:00 AM: NAME OF BIDDER AMOUNT Quimu Contracting, Inc. $182,675.00 FBD Vanguard Construction $182,686.00 Coastside Concrete and Construction, Inc. $182,780.00 Ghilotti Bros., Inc. $207,097.00 Kerex Engineering $213,000.00 W.R. Forde Associates $222,215.00 J.J.R. Construction, Inc. $234,807.00 Maggiora & Ghilotti, Inc. $277,000.00 ANALYSIS: The referenced bids have been reviewed by Public Works staff and the bid from Quimu Contracting, Inc. was found to be both responsive and responsible. The low bid from Quimu Contracting, Inc. in the amount of $182,675 falls within the project budget. Constructing curb ramp work at this time of year is challenging due to the potential for weather-related delays. However, the CDBG grant requires completion of the majority of the construction by April 1, 2017. Staff therefore recommends awarding the contract at this time in order to complete construction within the time frame dictated by the grant. PUBLIC OUTREACH: Prior to commencement of construction, Public Works staff will send letters to property owners and residents of adjacent properties notifying them of the upcoming construction, providing a link to the project website listing a detailed construction schedule, and providing a phone number to call with any questions. FISCAL IMPACT: The following tables summarize funding sources and expenses: Funding Source: Project Funding Sources Allocation Community Development Block Grant $95,937 Gas Tax Fund (Fund #206) [16/17 CIP] $150,000 Total Available Funds $245,937 Expenses: Design Costs Amount Environmental Document and Topographic Survey $5,650.76 Design Subtotal $5,650.76 Construction Costs Construction Contract $182,675.00 Construction Contingency (Approx. 12%) $21,921.00

SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 3 Materials Testing and Sampling $2,000.00 Construction Subtotal $206,596.00 Total Project Cost* $212,246.76 *Construction management and inspection of this project will be managed by Public Works engineering staff which is estimated to cost $33,690. OPTIONS: 1. Adopt the resolution awarding the contract to Quimu Contracting, Inc., in the amount of $182,675. 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 2017. 3. Do not award the contract and direct staff to stop work on the project. ACTION REQUIRED: Adopt the resolution awarding the construction contract to Quimu Contracting, Inc. in the amount of $182,675. ATTACHMENTS: 1. Resolution

RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONSTRUCTION CONTRACT FOR THE ADA-DOJ CURB RAMPS 2016-2017 PROJECT TO QUIMU CONTRACTING. INC., IN THE AMOUNT OF $182,675 WHEREAS, on the 8 th day of February, 2017, 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 2016-2017 City Project No. 11297 in accordance with the plans and specifications therefore on file in the office of said City Clerk; and WHEREAS, the bid of $182,675 from Quimu Contracting, Inc., at the unit prices stated in its bid, was and is the lowest and best bid for said work and said bidder is the lowest responsible bidder. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF SAN RAFAEL RESOLVES as follows: 1. The plans and specifications for the ADA-DOJ Curb Ramps 2016-2017 Project, City Project No. 11297, on file in the office of the City Clerk, are hereby approved. 2. The bid of Quimu Contracting, Inc., is hereby accepted at the unit prices stated in its bid, and the contract for said work and improvements is hereby awarded to Quimu Contracting, Inc., at the stated unit prices.

3. The City Manager and the City Clerk are authorized and directed to execute the contract with Quimu Contracting, Inc., in a form approved by the City Attorney, and to return the bidder s bond upon the execution of the contract. 4. Community Development Block Grant Funds totaling $95,937 will be appropriated in Fund 206 for City Project No. 11297. 5. There are sufficient funds in the Gas Tax Fund (#206) to cover the remainder of expenses for this project. 6. The City Manager 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 6 th day of March, 2017 by the following vote, to wit: AYES: NOES: ABSENT: COUNCILMEMBERS: COUNCILMEMBERS: COUNCILMEMBERS: File No.: 16.01.282 ESTHER C. BEIRNE, City Clerk

City of San Rafael California Form of Contract Agreement for ADA-DOJ Curb Ramps 2016-2017 This Agreement is made and entered into this day of 2017 by and between the City of San Rafael (hereinafter called City) and Quimu Contracting, Inc. (hereinafter called Contractor). Witnesseth, that the City and the Contractor, for the considerations hereinafter named, agree as follows: l - 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 specifications for the project entitled: ADA-DOJ Curb Ramps 2016-2017, City Project No. 11297, all in accordance with the requirements and provisions of the Specifications and Contract Documents for ADA/DOJ Curb Ramps 2016/2017 dated January 2017, 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. li- 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 Forty (40) Working Days and with such extensions of time as are provided for in the General Provisions. lli - 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 calendar 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. lv - 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 QUANTITY UNIT UNIT PRICE TOTAL PRICE 1. Mobilization 1 LS @ $5,000.00 = $5,000.00 2. Signs and Traffic Control 1 LS @ $20,000.00 = $20,000.00 3. Clearing and Grubbing 1 LS @ $20,000.00 = $20,000.00 4. Minor Concrete Minor Structures a. Type A Curb and Gutter 430 LF @ $35.00 = $15,050.00 b. 4 PCC Sidewalk 1,100 SF @ $15.00 = $16,500.00 c. Curb Ramp Case A 2 EA @ $6,500.00 = $13,000.00 AGREEMENT 1

ITEM DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE TOTAL PRICE d. Curb Ramp Case B 3 EA @ $6,500.00 = $19,500.00 e. Curb Ramp Case C 6 EA @ $6,000.00 = $36,000.00 f. Curb Ramp Case D 1 EA @ $6,000.00 = $6,000.00 g. New Type E Catch Basin 2 EA @ $3,500.00 = $7,000.00 h. New Type A Manhole 1 EA @ $7,500.00 = $7,500.00 i. Under Sidewalk Drain 2 EA @ $1,000.00 = $2,000.00 5. Hot Mix Asphalt 55 TON @ $200.00 = $11,000.00 6. Storm Drain Pipe (12 PVC SDR 26) 14 LF @ $150.00 = $2,100.00 7. Pavement Striping and Markings a. Pavement Markings 110 LF @ $15.00 = $1,650.00 b. Red Curb 15 SF @ $25.00 = $375.00 GRAND TOTAL BID $182,675.00 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 City 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 City 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. AGREEMENT 2

(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 City Engineer so certifies, the City shall, upon certificate of the City 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. VII - Assignment of Warranties; Waiver of Subrogation (a) Contractor hereby assigns to City all warranties, guarantees, or similar benefits such as insurance, provided by or reasonably obtainable from the manufacturers or suppliers of equipment, material or fixtures that Contractor has installed or provided in connection with the work performed under this Agreement. (b) Contractor hereby agrees to waive and arrange by contract for its subcontractors to waive any subrogation rights which any insurer of Contractor or its subcontractors might otherwise acquire in connection with the insurer s payment to Contractor or its subcontractors of any insured loss with respect to work performed under this Agreement. Contractor further agrees to obtain and to arrange for its subcontractors to obtain for City s benefit any endorsements from insurers that may be necessary to effect such waiver of subrogation. Specifically, any worker s compensation insurance policies of the Contractor or its subcontractors shall be endorsed with a waiver of subrogation in favor of City for any work performed by Contractor or its subcontractors under this Agreement, and copies of such endorsements shall be provided to City. IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement the day and year first written above. ATTEST: CITY OF SAN RAFAEL: Esther C. Beirne City Clerk APPROVED AS TO FORM: Jim Schutz City Manager Quimu Contracting, Inc.: Rob Epstein City Attorney Printed Name: Title: Quimu Contracting, Inc.: Printed Name: Title: AGREEMENT 3