Loading...
HomeMy WebLinkAboutCC Resolution 10537 (Lucas Valley Off Ramp Traffic Signal)RESOLUTION NO. 10537 RESOLUTION AWARDING THE CONTRACT FOR THE LUCAS VALLEY ROAD/SOUTH 101 OFF RAMP TRAFFIC SIGNAL INSTALLATION PROJECT TO GHILOTTI BROTHERS CONSTRUCTION, INC. IN AN AMOUNT NOT TO EXCEED $183,550.25. WHEREAS, on the 91h day of November, 1999, pursuant to due and legal notice published in the manner provided by law, inviting sealed bids for 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: "LUCAS VALLEY ROAD/SOUTH 101 OFF RAMP TRAFFIC SIGNAL INSTALLATION" PROJECT NO. 047-4710-474-8000 in accordance with the plans and specifications therefore on file in the office of said City Clerk; and WHEREAS, the bid of Ghilotti Brothers Construction, 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 therefore; NOW, THEREFORE, IT IS HEREBY ORDERED AND RESOLVED that the bid of Ghilotti Construction Co. Inc. and the same is hereby accepted at said unit prices and that the contract for said work and improvements be and the same is hereby awarded to said Ghilotti Brothers Construction, Inc. at the unit prices mentioned in said bid. 64a E) �o� IT IS FURTHER ORDERED AND RESOLVED that the Mayor of said City be authorized and directed to execute a contract with Ghilotti Brothers Construction, Inc. for said work and to return the bidders bond upon the execution of said contract. BE IT FURTHER RESOLVED that the Director of Public Works 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, JEANNE M. LEONCINI, City 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 Council of said City held on the 6`h day of December, 1999, by the following vote, to wit: AYES: COUNCIL MEMBERS: Cohen, Heller, Miller and Mayor Boro NOES: COUNCIL MEMBERS: None ABSENT: COUNCIL MEMBERS: Phillips JEAPNE M. LEONCINI, City Clerk City of San Rafael - Department of Public Works Bid Summary Lucas Valley Road/South 101 Off Ramp Traffic Signal Installation Ghilotti Brothers Const., Inc. Maggiora & Ghilotti North Bay Construction, Inc. Ghilotti Construction Co. Project No. 047-4710-474-8000 Engineer's 525 Jacoby St. 555 Dubois St 431 Payron Street 246 Ghilotti Ave. Bid opening: November 9, 1999 Estimate San Rafael, CA 94901 San Rafael, CA 94901 Petaluma, CA 94955-6004 Santa Rosa, CA 95407 ITEM I MIT ECT T TTnT 1TG'KA 1 TATIT 1TCKA 1 my!I i-rc�A t nrt-r -1.1 -• ..... ....... ...... ....... v.... •.v... va�a .-11. - i 11 a:lvl -1.1 11 ZW1 NO. ITEM QTY PRICE, $ TOTAL, $ PRICE, $ TOTAL, $ PRICE, $ TOTAL, $ PRICE, $ TOTAL, $ PRICE, $ TOTAL, $ ........ ...................................................................... txcavatlon _..............,............................... CY 100 . 20.00 2,1100.6.......... '10.00` 1,000.00 38.0U ............................................ 3,800.00 36.50 ..v,446.36 -W ........ ... 3,5DU.�6 2 Embankment CY 100 20.00 2,000.00 10.00 1,000.00 43.00 4,300.00 52.00 5,200.00 55.00 5,500.00 3 Pavement Grinding SY 440 4.00 1,760.00 9.00 3,960.00 18.00 7,920.00 16.50 7,260.00 20.00 8,800.00 4 Remove Concrete Sidewalk & Island CY 60 20.00 1,200.00 10.00 600.00 55.00 3,300.00 47.00 2,820.00 100.00 6,000.00 5 Remove Concrete Curb & Dike LF 186 3.00 558.00 7.00 1,260.00 8.50 1,530.00 5.00 930.00 9.50 1,767.00 6 Aggregate Base CY 40 55.00 2,200.00 20.00 800.00 69.00 2,760.00 59.00 2,360.00 105.00 4,200.00 7 Asphalt TON 240 55.00 13,200.00 70.00 16,800.00 80.00 19,200.00 84.00 20,160.00 120.00 28,800.00 8 Pavement Reinforcing Fabric SY 2,050 1.00 2,050.00 1.68 3,444.00 2.50 5,125.00 2.00 4,100.00 2.00 4,100.00 9 Asphalt Prime Coat / Binder GAL 515 30.00 15,450.00 0.35 180.25 4.00 2,060.00 1.00 515.00 10.00 5,150.00 10 Type Al -6 Curb CY 1 300.00 300.00 751.00 751.00 1,200.00 1,200.00 650.00 650.00 650.00 650.00 11 Extruded Type A Dike LF 76 15.00 1,140.00 35.00 2,660.00 8.50 646.00 11.00 836.00 20.00 1,520.00 12 Sidewalk SF 550 6.00 3,300.00 2.00 1,100.00 6.00 3,300.00 3.50 1,925.00 3.50 1,925.00 13 Curb Ramp EA 2 1,200.00 2,400.00 1,500.00 3,000.00 1,800.00 3,600.00 1,020.00 2,040.00 1,700.00 3,400.00 14 18" CMP Culvert LF 24 60.00 1,440.00 150.00 3,600.00 63.00 1,512.00 125.00 3,000.00 80.00 1,920.00 15 Inlet Modification EA 1 2,500.00 2,500.00 3,500.00 3,500.00 1,450.00 1,450.00 1,620.00 1,620.00 1,600.00 1,600.00 16 New Type GO Inlet EA 1 3,000.00 3,000.00 5,000.00 5,000.00 2,200.00 2,200.00 1,725.00 1,725.00 2,500.00 2,500.00 17 Universal Connector EA 1 100.00 100.00 500.00 500.00 540.00 540.00 370.00 370.00 80.00 80.00 18 Remove Traffic Stripe LF 700 1.50 1,050,00 1.00 700.00 1.35 945.00 2.10 1,470.00 2.50 1,750.00 19 Remove Pavement Markings SF 200 3.00 600.00 3.00 600.00 3.20 640.00 13.20 2,640.00 5.00 1,000.00 20 12" White Thermoplastic Traffic Stripe LF 270 2.00 540.00 3.50 945.00 3.10 837.00 4.00 1,080.00 5.00 1,350.00 21 8" White Thermoplastic Traffic Stripe LF 370 2.00 740.00 2.00 740.00 2.20 814.00 2.35 869.50 4.00 1,480.00 22 4" White Thermoplastic Traffic Stripe LF 460 1.00 460.00 1.00 460.00 1.00 460.00 1.30 598.00 2.00 920.00 23 4" Yellow Thermoplastic Traffic Stripe LF 790 1.00 790.00 1.00 790.00 4.50 3,555.00 1.40 1,106.00 2.00 1,580.00 24 Pavement Markers EA 60 4.00 240.00 5.00 300.00 4.25 255.00 5.30 318.00 8.00 480.00 25 Thermoplastic Pavement Marking SF 335 3.50 1,172.50 4.00 1,340.00 5.00 1,675.00 6.30 2,110.50 6.00 2,010.00 26 Roadside Signs EA 5 150.00 750.00 250.00 1,250.00 280.00 1,400.00 235.00 1,175.00 350.00 1,750.00 27 Remove Roadside Sign EA 6 75.00 450.00 50.00 300.00 122.00 732.00 100.00 600.00 100.00 600.00 28 Relocate Roadside Sign EA 4 150,00 600.00 200.00 800.00 183.00 732.00 160.00 640.00 225.00 900.00 29 Pedestrian Barricade EA 6 350.00 2,100.00 600.00 3,600.00 457.00 2,742.00 400.00 2,400.00 800.00 4,800.00 30 Signal & Lighting LS 1 147,000.00 147,000.00 68,500.00 68,500.00 83,000.00 83,000.00 85,000.00 85,000.00 109,000.00 109,000.00 31 Maintain Traffic LS 1 20,000.00 20,000.00 30,180.00 30,180.00 8,000.00 8,000.00 16,900.00 16,900.00 14,000.00 14,000.00 32 Construction Staking LS 1 5,000.00 5,000.00 3,000.00 3,000.00 3,660.00 3,660.00 3,200.00 3,200.00 4,500.00 4,500.00 33 Mobilization LS 1 50,000.00 50,000.00 22,000.00 22,000.00 11,346.00 11,346.00 27,000.00 27,000.00 11,000.00 11,000.00 Grand Total 286,090.50 183,550.25 185,185.00 206,268.00 238,532.00 City of San Rafael Bid Summary Lucas Valley Road/South 101 Off Ramp Traffic Signal Installation Project No. 047-4710474-8000 Bid opening : November 9, 1999 Steiny and Company 27 Sheridan Street Vallejo, CA 94590 ITEM UNIT EST UNIT ITEM NO. ITEM QTY PRICE, $ TOTAL, ...... ....................... ................. . . . . . . . . . . .... ........ . . . . . . . . . . . . . . . . . . . . . . . . . . .. .... .................. ...... ........ ................................ .. ....... .............................. ..... ................................. .. .................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ........ ............ ................................. . ........... ...................... ................... ....... .............. . . . . . . . . . . . . . . . . . . . . ................ .............. ... ... ............ .... ..... . . ............................. ............... ... ...... I Excavation CY 100 10.50 .. ............. 1,050.00 2 Embankment CY 100 10-00 1,000.00 3 Pavement Grinding SY 440 9.00 3,960.00 4 Remove Concrete Sidewalk & Island CY 60 10.00 600.00 5 Remove Concrete Curb & Dike LF 186 7.50 1,395.00 6 Aggregate Base CY 40 20.00 800.00 7 Asphalt TON 240 70.00 16,800.00 8 Pavement Reinforcing Fabric SY 2,050 1.68 3,444.00 9 Asphalt Prime Coat / Binder GAL 515 0.35 180.25 10 Type Al -6 Curb CY 1 751.00 751.00 11 Extruded Type A Dike LF 76 35.00 2,660.00 12 Sidewalk SF 550 2.00 l'I00.00 13 Curb Ramp EA 2 1,500.00 3,000.00 14 18" CMP Culvert LF 24 150.00 3,600.00 15 Inlet Modification EA 1 3,500.00 3,500.00 16 New Type GO Inlet EA 1 5,000.00 5,000.00 17 Universal Connector EA 1 500.00 500.00 18 Remove Traffic Stripe LF 700 2.00 1,400.00 19 Remove Pavement Markings SF 200 4.00 800.00 20 12" White Thermoplastic Traffic Stripe LF 270 4.00 1,080.00 21 8" White Thermoplastic Traffic Stripe LF 370 3.00 1,110.00 22 4" White Thermoplastic Traffic Stripe LF 460 1.75 805.00 23 4" Yellow Thermoplastic Traffic Stripe LF 790 1.75 1,382.50 24 Pavement Markers EA 60 7.00 420.00 25 Thermoplastic Pavement Marking SF 335 5.00 1,675.00 26 Roadside Signs EA 5 290.00 1,450.00 27 Remove Roadside Sign EA 6 80.00 480.00 28 Relocate Roadside Sign EA 4 180.00 720.00 29 Pedestrian Barricade EA 6 750.00 4,500.00 30 Signal & Lighting LS 1 133,665.00 133,665.00 31 Maintain Traffic LS 1 36,950.00 36,950.00 32 Construction Staking LS 1 3,000.00 3,000.00 33 Mobilization LS 1 9,000.00 9,000.00 247,634.75 City of San Rafael . California Form of Contract Agreement for Lucas Valley Road/South 101 Off Ramp Traffic Signal Installation This Agreement is made and entered into this 6th day of December, 1999 by Ghilotti Brothers Construction, Inc. (hereinafter called Contractor). Witnesseth, that the City and the Contractor, for the considerations hereinafter named, agree as follows: II - Scope of the Work The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in the specifications for the project entitled: Lucas Valley Road/South 101 Off Ramp Traffic Signal Installation , 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. III- Time of Completion (a) The work to be performed under this Contract shall be commenced within (5) five calendar days after the date of written notice by the City to the Contractor to proceed. (b) The work shall be completed within (60) sixty working days after the date of such notice and with such extensions of time as are provided for in the General Conditions. IIII - 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 $500 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. 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. AGREEMENT • 1 ITEM UNIT EST UNIT ITEM UNIT ITEM NO. ITEM QTY PRICE, $ TOTAL, $ PRICE, $ TOTAL, $ 1 Excavation CY 100 20.00 2,000.00 10.00 1,000.00 2 Embankment CY 100 20.00 2,000.00 10.00 1,000.00 3 Pavement Grinding SY 440 4.00 1,760.00 9.00 3,960.00 4 Remove Concrete Sidewalk & Island CY 60 20.00 1,200.00 10.00 600.00 5 Remove Concrete Curb & Dike LF 186 3.00 558.00 7.00 1,260.00 6 Aggregate Base CY 40 55.00 2,200.00 20.00 800.00 7 Asphalt TON 240 55.00 13,200.00 70.00 16,800.00 8 Pavement Reinforcing Fabric SY 2,050 1.00 2,050.00 1.68 3,444.00 9 Asphalt Prime Coat / Binder GAL 515 30.00 15,450.00 0.35 180.25 10 Type Al -6 Curb CY 1 300.00 300.00 751.00 751.00 11 Extruded Type A Dike LF 76 15.00 1,140.00 35.00 2,660.00 12 Sidewalk SF 550 6.00 3,300.00 2.00 1,100.00 13 Curb Ramp EA 2 1,200.00 2,400.00 1,500.00 3,000.00 14 18" CMP Culvert LF 24 60.00 1,440.00 150.00 3,600.00 15 Inlet Modification EA 1 2,500.00 2,500.00 3,500.00 3,500.00 16 New Type GO Inlet EA 1 3,000.00 3,000.00 5,000.00 5,000.00 17 Universal Connector EA 1 100.00 100.00 500.00 500.00 18 Remove Traffic Stripe LF 700 1.50 1,050.00 1.00 700.00 19 Remove Pavement Markings SF 200 3.00 600.00 3.00 600.00 20 12" White Thermoplastic Traffic Stripe LF 270 2.00 540.00 3.50 945.00 21 8" White Thermoplastic Traffic Stripe LF 370 2.00 740.00 2.00 740.00 22 4" White Thermoplastic Traffic Stripe LF 460 1.00 460.00 1.00 460.00 23 4" Yellow Thermoplastic Traffic Stripe LF 790 1.00 790.00 1.00 790.00 24 Pavement Markers EA 60 4.00 240.00 5.00 300.00 25 Thermoplastic Pavement Marking SF 335 3.50 1,172.50 4.00 1,340.00 26 Roadside Signs EA 5 150.00 750.00 250.00 1,250.00 27 Remove Roadside Sign EA 6 75.00 450.00 50.00 300.00 28 Relocate Roadside Sign EA 4 150.00 600.00 200.00 800.00 29 Pedestrian Barricade EA 6 350.00 2,100.00 600.00 3,600.00 30 Signal & Lighting LS 1 147,000.00 147,000.00 68,500.00 68,500.00 31 Maintain Traffic LS 1 20,000.00 20,000.00 30,180.00 30,180.00 32 Construction Staking LS 1 5,000.00 5,000.00 3,000.00 3,000.00 33 Mobilization LS 1 50,000.00 50,000.00 22,000.00 22,000.00 Grand Total 286,090.50 183,550.25 V - Progress Payments (a). On not later than the 6th day of every month the Public Works Department shall prepare and submit an estimate covering the total quantities under each item of work that have been completed from the start of the job up to and including the 25th day of the preceding month, and the value of the work so completed determined in accordance with the schedule of unit prices for such items together with such supporting evidence as may be required by the City and/or Contractor. (b). On not later than the 15th day of the month, the City shall, after deducting previous payments made, pay to the Contractor 90% of the amount of the estimate as approved by the Public Works Department. (c). Final payment of all moneys due shall be made within 15 days after the expiration of 35 days following the filing of the notice of completion and acceptance of the work by the Public Works Department. AGREEMENT • 2 (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 Contractr, 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) 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. (d) 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. I'_t61*ts J nne M. Leoncini City Clerk 7-,-a CITY OF N RAFAEL: IbeTf koro Mayor APP,;�f M: j/ CONTRACTOR: 6 i ary T. R g. ianti Eva R. Gh i l.,ti, President/CEO City Attorn for Gh i I c)tt i Rrothers (ons truct i on , I nc. wa--,4 N Michael M. Ghilotti, Corporate Secretary AGREEMENT • 3 CONTRACTOR'S BOND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA FOR F=AITHFUL PERFORMANCE Hartford, Connecticut 06183 BOND NO. 005SB103239737BCM PREMIUM: $1,083.00 KNOW ALL MEN BY THESE PRESENTS: That we, GHILOTTI BROTHERS CONSTRUCTION, INC. as Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, a corporation organized under the laws of the State of Connecticut and duly authorized under the laws of the State of California to become sole surety on bonds and undertakings, as Surety, are held and firmly bound unto CITY OF SAN RAFAEL 1400 FIFTH STREET as Obligee, SAN RAFAEL, CA. 94915 in the full and just sum of ONE HUNDRED EIGHTY THREE THOUSAND FIVE HUNDRED FIFTY AND 25/10OTHS--------- Dollars, ($183,550.25 ), lawful money of the United States of America, to be paid to the said Obligee, successors or assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors, successors, administrators and assigns, jointly and severally, firmly by these presents. Sealed with our seals and dated this 15th day of DECEMBER , 19 99 THE CONDITION OF THE ABOVE OBLIGATION is such that whereas the said Principal has entered into a contract or is about to enter into a contract with the said Obligee LUCAS VALLEY ROAD/SOUTH 101 OFF RAMP TRAFFIC SIGNAL INSTALLATION PROJECT NO. 047-4710-474-8000 as is more specifically set forth in said contract, to which contract reference is hereby made. NOW, THEREFORE, if the said Principal shall well and truly do the said work, and fulfill each and every of the covenants, conditions and requirements of the said contract in accordance with the plans and specifications, then the above obligation to be void, otherwise to remain in full force and virtue. GRI L BR C UCTION, INC. BY: _ EVA R. GHILOTTI, PRESIDENT/CEO TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA By �4� ki &,-% �Y HOLTEMANN Attorney -in -Fact S-2359-1 (07-97) CALIFORMA ALL-PURPOSE WLEDGEM ENT State of CALIFORNIA County of S O N O M A On 12-15-99 before me, BONNIE K. FRYMIRE, NOTARY PUBLIC DATE NAME. TITLE OF OFFICER - E.G., JANE DOE, NOTARY PUBLIC _-- personally appeared KELLY HOLTEMANN -------------------------------------- NAW(S) OF SIGNER(5) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the personW whose nameW is/am subscribed to the within instrument and acknowledged to me that Wshe/I c executed the same in ler/' authorized capadt(j y, and that by >biff/her/th6w signature(* on the instrument the personal OFFICIAL SEAL - 1217287 It z or the entity upon behalf of which the BONNIE K. FRYMIRE ., NOTARY PUBLIC - CALIF. 9 person" acted, executed the instrument Z COUNTY OF SONOMA -• T1 My Comm, Exp. April 28,2003 ij WITNESS my hand and official seal ,a SIGNATURE OF NO;A-RY / OPTIONAI Though the data below is not required by law, it may prove valuable to persons relying on the document and prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE TITLE(s) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PEi:MWS) OR IIII I E5)Y TR_AV IFRS CASUALTY AND SURETY COMPANY OF AMERICA DESCRIPTION OF ATTACHED DOCUMENT PERFORMANCE BOND TITLE OR TYPE OF DOCUMENT ONE NUMBER OF PAGES DEGEMBER 15th, 1999 DATE OF DOCUMENT N/S SIGNER(S) OTHER THAN NAMED ABOVE , - .I v cry i DUNU - HUBLIC WC_ , SECTIONS 3247 - 3252, CIVIL CODE (CALIFORNIA) KNOW ALL MEN BY THESE PRESENTS: TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 Bond No. 005SB103239737BCM Premium $INCLUDED THAT WHEREAS, The State of California, acting by and through the CITY OF SAN RAFAEL has awarded to GHILOTTI BROTHERS CONSTRUCTION, INC. as Contractor, a contract for the work described as follows: LUCAS VALLEY ROAD/SOUTH 101 OFF RAMP TRAFFIC SIGNAL INSTALLATION, PROJECT NO. 047-4710-474-8000 AND WHEREAS, Said Contractor is required to furnish a bond in connection with said contract, to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law. NOW, THEREFORE, We the undersigned Contractor and Surety are held and firmly bound unto theTfQ�Califomia in the amount required by law, the sum of OI`IE HIED EIII iTY M'IiUJ AND FIVE a NIED FIFTY AND 9/ 1M ($ 183,550-25 ) Dollars, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That if said Contractors shall fail to pay (1) Any of the persons named in Civil Code Section 3181, (2) amounts due under the Unemployment Insurance Code for work or labor performed in connection with said contract by any such claimant, or (3) any amounts required to be deducted, withheld and paid over to the Employment Development Department from wages of the employees of Contractor and his sub -contractors with respect to such work and labor, pursuant to Section 13020 of the Unemployment Insurance Code, then the Surety or Sureties herein will pay for the same in an aggregate amount not exceeding the sum specified in this bond, and also in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the court, otherwise the above obligation shall be void. This bond shall inure to the benefit of any of the persons named in Civil Code Section 3181 so as to give a right of action to such persons or their assigns in any suit brought upon this bond. This bond is executed and filed to comply with the provisions of the act of Legislature of the State of Califomia as designated in Civil Code, Sections 3247 - 3252 inclusive, and all amendments thereto. IN WITNESS WHEREOF, We have hereunto set our hands and seals on this 15thDECEMBERof DECEMBER 1999. GHILOTTI BROTHERS CONSTRUCTION, INC. BY: S -2061-B (07-97) EVA R. GHILOTTI, PRESIDENT/CEO Contracto r TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA By l KELLY HOLTEM. ANN Attomey-in-Fact CALYORIM ALL-PURPOSE ACKIV0WLEDGEMEN'1' State of CALIFORNIA County of S O N O M A On 12-15-99 before me, BONNIE K. FRYMIRE, NOTARY PUBLIC DATE NAME. TME OF OFFICER - E.G., JANE DOE. NOTARY PUBLIC personally appeared KELLY HOLTEMANN ------------------------------------------ NA►{E(S) OF SIGNERS) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(4 whose named is/tae( subscribed to the within instrument and acknowledged to me that Wshe/tom executed the same in hioOler/Akeir authorized capacit(JOy, and that by Aois/her/bio( OFFICIAL SEAL - 1217287 signature(b) on the instrument the personal BONNIE K. FRYMIRE n NOTARY {'UREIC -CALIF � Or the' entity upon behalf of which the COUNTY OF SONOMA - personW acted, executed the instrument OMYCOM m. Exp. April 28, 2003II WITNI-SS my hand and official seal. A-C� SIGNATURE OF NOTARY/ 7 OPTI ONAI Though the data below is not required by law, it may prove valuable to persons relying on the document and prevent fraudulent reattachment of thi9 form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE nnF(s) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAPE OF PEFMCMS) OR ENTME5)Y TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA DESCRIPTION OF ATTACHED DOCUMENT PAYMENT BOND (LABOR AND MATERIALS BOND) TITLE OR TYPE OF DOCUMENT ONE NUMBER OF PAGES December 15th, 1999 DATE OF DOCUMENT N/S SIGNER(S) OTHER THAN NAMED ABOVE IN WITNESS WHEREOF, TRAVELL . CASUALTY AND SURETY COMPANY .' AMERICA has caused this instrumer to be signed by its Vice President, and Its corporate seal to be hereto affixed this 1st day of July, 1997. .,A '0 sun f, STATE OF CONNECTICUT }SS. HartfordWUFOM �= 12 caHK COUNTY OF HARTFORD . TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA By George W. Thompson Vice President On this 1st day of July, 1997, before me personally came GEORGE W. THOMPSON to me known, who, being by me dul swom, did depose and say. that he/she. is Vice President of TRAVELERS CASUALTY AND SURETY COMPANY O AMERICA, the corporation described in and which executed the above instrument; that he/she knows the seal of sal corporation; that the seal affixed to the said instrument is such corporate seal; and that he/she executed the said instrumer on behalf of the corporation by authority of his/her office under the Standing Resolutions thereof. �G.TET� My commission expires June 30, 2001 Notary Public Marie C. Tetreault CERTIFICATE I. the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, a stoc corporation of the State of Connectictit.•DO HEREBY CERT1FYAW the foregoing and attached Power.bf-Attomey ar Certificate of Authority remains In full force and has not been revoked; and furthermore, that the Standing Resolutions of tt Board of Directors, as set forth in the Certificate of Authority, are now In force. Signed and Sealed at the Home Office of the Company. in the City of Hartford, State of Connecticut. Dated this 15th day of DECEMBER '1999 yip It ftl&4- HARTFMCOW 0 A Rose Gonsoulin Assistant Secretary S-2435 (7 95) CiientV 15858 1ILOBRO ,A O.RD,4 CERTIFICA i E OF LIABILITY INSURANCE DATE(MWDD/YY) 12/15/99 PRODUCER THIS CERTIFICATE IS ISSUED AS A MH I I 1:7F INFORMATION USI Northern California/HOS ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 2199 S. McDowell Blvd. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.0- Box 4409 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Petaluma, CA 94955--4409 INSURERS AFFORDING COVERAGE INSURED —`- INSURER A. Reliance_Ins _Co of Illinois (ECS) Ghilotti Brothers Construction, Inc. I_LN RB: General Accident _ 525 Jacoby Street %INSURER C: AIU Ins Co (Tri _ -Ci _ty) - --- San Rafael, CA 94901 IINSURER D: _ INSURER E: COVERAGES 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 AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTR DATE (MM/DD/YY) DATE (MM/DD/YY) LIMITS A GENERAL LIABILITY NTH2 517 8 8 5 10/01/99 10/01/00 EACH OCCURRENCE 1$1,000 000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE L11OCCUR -X_B-!-/PD D_ed: 1, 000 X OCP GEN'L AGGREGATE LIMITAPPLIES PERT POLICY n JE d n LOC B AUTOMOBILE LIABILITY BA017 62 71 ANY AUTO X ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS GARAGE LIABILITY ANY AUTO C EXCESS LIABILITY BE 7 01718 5 IOCCUR F� CLAIMS MADE DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OTHER FIRE DAMAGE (Any one lire) ! $5 0,000 MED EXP (Any one person) is PERSONAL & ADV INJURY 1$1,000 000 GENERAL AGGREGATE s2,000,000 PRODUCTS -COMP/OP AGG $1 , 0 0 0, 0 0 0 I 10/01/99 10/01/00 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 BODILY INJURY $ (Per person) BODILY INJURY $ (Per accident) PROPERTY DAMAGE $ (Per accident) 10/01/99 10/01/00 AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC I $ AUTO ONLY: AGG 1$ EACH OCCURRENCE I $4 , 000, 000 AGGREGATE I $4 , 000, 000 I$ LWC STATU- TOCULLMITS .- OTH- ER El EACH ACCIDENT 1 $ E L DISEASE - EA EMPLOYEE I $ E L DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Cancellation: Except for ten day notice for non-payment of premium. Re: Lucas Valley Road / South 101 Offramp Traffic Signal Installation Project No. 047-4710-474-8000 Additional Insured named per attached GL endorsement CERTIFICATE HOLDER I I AD DITIONAL INSURED: INSURER LFTTFR City of San Rafael Department of Public Works P.O. Box 151560 San Rafael, CA 94915-1560 CANCELLATION SHOULD ANY OFTH E ABOVE DESCRIBED POLICIE S B E CANCELLED B EFORE TH E EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL3MD09t)TXMAIL 3 0 DAYS WRITTEN NOTICETOTHE CERTIFICATE HOLDERNAMED TOTHE LEFTJUU;2X T$1{]VXL§MQ }{ Ir>s>e (ScorzaauaDa�s>ea>#ar�Bxxs€R AUTMe IZED TATIVE ACORD 25-S (7/97)1 of 2 # S 2 2 5 5 3/ M2 0 5 0 4 `�- TMD 0 ACORD CORPORATION 1988 Non -Premium Endorsement USI Northern California - Holtemann, Ord & Smith Division Issued by 0 Reliance Insurance Company of Illinois Policy No. Named Insured NTH2517885 Ghilotti Brothers Construction, Inc. Inception (Month -Day -Year) Expiration (Month -Day -Year) Effective Date of Endorsement Policy Period: 10-1-99 10-1-00 10/1/99 It is agreed that this policy is hereby amended as indicated. All other terms and conditions of this policy remain unchanged. BLANKET - ADDITIONAL INSURED ENDORSEMENT Any Person or organization that you are required in a written contract or agreement to include as an additional insured, provided the "bodily injury ", 'property damage " occurs subsequent to the execution of the written contract or agreement, but only to the extent that the "bodily injury ", "property damage " arises out of "your work" or "Contracting Services "for that additional insured by or for you. " P328CP (12/98) Reliance Insurance Company of Illinois