Loading...
HomeMy WebLinkAboutPW City Council Chambers ADA Ramp ProjectCITY OF SAN RAFAEL Department of Public Works 111 Morphew Avenue San Rafael, CA 94901 Public Works Contract for Projects up to $175,000 This public works contract ("Contract") is entered into by and between the City of San Rafael ("City") and John Pope Inc. ("Contractor"), a corporation authorized to do business in California, for work on the City's San Rafael City Council Chambers ADA Ramp project ("Project"), and is effective on Z. 2W("Effective Date"). The parties agree as follows: 1. Scope of Work. Contractor will perform and provide all labor, materials, equipment, supplies, transportation, and any and all other items or services necessary to perform and complete the work required for the Project ("Work"), as specified in Exhibit A, Scope of Work, and according to the terms and conditions of this Contract, including all attachments to the Contract and any other documents and statutes incorporated by reference. To the extent that any attachment contains provisions that conflict or are inconsistent with the terms set forth in the body of this Contract, the Contract terms will control. This Project requires a valid California contractor's license for the following classification(s): A 2. Contract Documents. The Contract Documents incorporated into this Contract include and are comprised of all of the documents listed below: 2.1 Notice Inviting Bids; 2.2 Contract; 2.3 Addenda, if any; 2.4 Exhibit A — Scope of Work; 2.5 Exhibit B — Payment, Performance, and Bid Bonds; 2.6 Exhibit C — Noncollusion Declaration; 2.7 Exhibit D — Bid Schedule; 2.8 Exhibit E — Subcontractor List. 3. Contract Price. As full and complete compensation for Contractor's timely performance and completion of the Work in strict accordance with the terms and conditions of the Contract, City will pay Contractor $33,155 (the "Contract Price") for all of Contractor's direct and indirect costs to perform the Work, including all labor, materials, supplies, equipment, taxes, insurance, bonds and all overhead costs, in accordance with the payment provisions contained herein. 3.1 Payment. Contractor must submit an invoice on the first day of each month during the Contract Time, defined in Section 3 below, and/or upon completion, for the Work performed during the preceding month, itemizing labor, materials, equipment and any incidental costs incurred. Contractor warrants that title to all work, materials and equipment incorporated into the Work will pass to City free of any claims, liens, or encumbrances upon payment to Contractor. 3.2 Payment and Performance Bonds. If the Contract Price is over $25,000, then Contractor must provide City with a payment bond and a performance bond using the bond forms included in this Contract as Exhibit B, Bond Forms, and submit the bonds with the executed Contract. Each bond must be issued by a surety admitted in California. If an issuing surety cancels a bond or becomes insolvent, Contractor must provide a substitute bond from a surety acceptable to City within seven days after written notice from City. If Contractor fails to substitute an acceptable surety within the specified time, City may, Up to $175,000 Contract Page 1 Approved by City Attomey, dated 02/27/2020 in its sole discretion and without prior notice to Contractor, purchase such bond(s) at Contractor's expense and deduct the cost from payments otherwise due to Contractor, or terminate the Contract. 4. Time for Completion. Contractor will fully complete the Work within one year from the date the City authorizes Contractor to proceed with the Work ("Contract Time"). 5. Liquidated Damages. If Contractor fails to complete the Work within the Contract Time, Contractor must pay liquidated damages in the amount of $500 per day for each day of unexcused delay in completion. 6. Standard of Care. All Work must be provided in a manner that meets or exceeds the standard of care applicable to the same type of work in the City of San Rafael. Contractor must promptly correct, at Contractor's sole expense, any Work that the City determines is deficient or defective. 7. Permits and Licenses. Contractor, at its sole expense, must obtain and maintain during the term of this Contract, all appropriate permits, certificates and licenses including, but not limited to, the required California contractor's license and a City business license. 8. Indemnification. Contractor will indemnify, defend with counsel acceptable to City, and hold harmless to the full extent permitted by law, City, its governing body, officers, agents, employees, and volunteers from and against any and all liability, demands, loss, damage, claims, settlements, expenses, and costs (including, without limitation, attorney fees, expert witness fees, and costs and fees of litigation) (collectively, "Liability") of every nature arising out of or in connection with Contractor's acts or omissions with respect to this Contract, except such Liability caused by the active negligence, sole negligence, or willful misconduct of the City. This indemnification obligation is not limited by any limitation on the amount or type of damages or compensation payable under Workers' Compensation or other employee benefit acts, or by insurance coverage limits, and will survive the expiration or early termination of this Contract. City will notify Contractor of any third -party claim pursuant to Public Contract Code section 9201. 9. Insurance. Contractor will, at all times under this Contract, maintain the insurance coverage required in this section to cover the activities of Contractor and any subcontractors relating to or arising from performance of the Work. Each policy must be issued by a company licensed to do business in California, and with a strength and size rating from A.M. Best Company of A -VIII or better. Contractor must provide City with certificates of insurance and required endorsements as evidence of coverage with the executed Contract, or through the PINSAdvantage website httos://www.oinsadvantage.com/ upon request by the City, and before the City authorizes Contractor to proceed with the Work. 9.1 Workers' Compensation. Statutory coverage is required by the California Workers' Compensation Insurance and Safety Act. If Contractor is self-insured, it must provide its duly authorized Certificate of Permission to Self -Insure. In addition, Contractor must provide employer's liability insurance with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease. 9.2 Liability. Commercial General Liability ("CGL") insurance issued on an occurrence basis, including coverage for liability arising from Contractor's or its subcontractor's acts or omissions in performing the Work, including Contractor's protected coverage, blanket contractual, products and completed operations, broad form property damage, vehicular coverage, and employer's non -ownership liability coverage, with limits of at least $1,000,000 per occurrence and $2,000,000 general aggregate. 9.3 Automotive. Commercial automotive liability coverage for owned, non -owned and hired vehicles must provide coverage of at least $2,000,000 combined single limit per accident for bodily injury, death, or property damage. 9.4 Subrogation Waiver. Each required policy must include an endorsement that the insurer waives any right of subrogation it may have against the City or the City's insurers. Up to $175,000 Contract Page 2 Approved by City Attomey, dated 02/27/2020 9.5 Required Endorsements. The CGL policy and the automotive liability policy must include the following specific endorsements: (1) The City, including its Council, officials, officers, employees, agents, volunteers and consultants (collectively, "Additional Insured") must be named as an additional insured for all liability arising out of the operations by or on behalf of the named insured, and the policy must protect the Additional Insured against any and all liability for personal injury, death or property damage or destruction arising directly or indirectly in the performance of the Contract. (2) The inclusion of more than one insured will not operate to impair the rights of one insured against another, and the coverages afforded will apply as though separate policies have been issued to each insured. (3) The insurance provided is primary and no insurance held or owned by City may be called upon to contribute to a loss ("primary and non-contributory"). (4) Any umbrella or excess insurance must contain or be endorsed to contain a provision that such coverage will also apply on a primary or non-contributory basis for the benefit of City before the City's own insurance or self-insurance will be called upon to protect it as a named insured. (5) This policy does not exclude explosion, collapse, underground excavation hazard, or removal of lateral support. 10. Labor Code Compliance. Unless the Contract Price is $1,000 or less, the Contract is subject to all applicable requirements of Chapter 1 of Part 7 of Division 2 of the Labor Code, beginning at section 1720, and the related regulations, including but not limited to requirements pertaining to wages, working hours and workers' compensation insurance. Contractor must also post all job site notices required by laws or regulations pursuant to Labor Code section 1771.4. 10.1 Prevailing Wages. Each worker performing Work under this Contract that is covered under Labor Code section 1720 or 1720.9, must be paid at a rate not less than the prevailing wage as defined in sections 1771 and 1774 of the Labor Code. The prevailing wage rates are on file with the City Engineer's office and are available online at http://www.dir.ca.gov/DLSR. Pursuant to Labor Code section 1775, Contractor and any subcontractor will forfeit to City as a penalty up to $200 for each calendar day, or portion of a day, for each worker paid less than the applicable prevailing wage rate, in addition to paying each worker the difference between the applicable wage rate and the amount actually paid. 10.2 Working Day. Pursuant to Labor Code section 1810, eight hours of labor consists of a legal day's work. Pursuant to Labor Code section 1813, Contractor will forfeit to City as a penalty the sum of $25 for each day during which a worker employed by Contractor or any subcontractor is required or permitted to work more than eight hours during any one calendar day, or more than 40 hours per calendar week, unless such workers are paid overtime wages under Labor Code section 1815. All Work must be carried out during regular City working days and hours unless otherwise specified in Exhibit A or authorized in writing by City. 10.3 Payroll Records. Contractor and its subcontractors must maintain certified payroll records in compliance with Labor Code sections 1776 and 1812, and all implementing regulations promulgated by the Department of Industrial Relations ("DIR"). For each payroll record, Contractor and its subcontractors must certify under penalty of perjury that the information in the record is true and correct, and that it has complied with the requirements of Labor Code sections 1771, 1811, and 1815. Unless the Contract Price is under $25,000, Contractor must electronically submit certified payroll records to the Labor Commissioner as required under California law and regulations. Up to $175,000 Contract Page 3 Approved by City Attomey, dated 02/27/2020 10.4 Apprentices. If the Contract Price is $30,000 or more, Contractor must comply with the apprenticeship requirements in Labor Code section 1777.5. 10.5 DIR Monitoring, Enforcement, and Registration. This Project is subject to compliance monitoring and enforcement by the DIR pursuant to Labor Code section 1725.5, and, subject to the exception set forth below, Contractor and any subcontractors must be registered with the DIR to perform public works projects. The registration requirements of Labor Code section 1725.5 do not apply if the Contract Price is for under $25,000. 11. Workers' Compensation Certification. Under Labor Code section 1861, by signing this Contract, Contractor certifies as follows: "I am aware of the provisions of Labor Code section 3700 which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the Work on this Contract." 12. Termination. 12.1 Termination for Convenience. City reserves the right to terminate all or part of the Contract for convenience upon written notice to Contractor. Upon receipt of such notice, Contractor must: immediately stop the Work, including under any terms or conditions that may be specified in the notice; comply with City's instructions to protect the completed Work and materials; and use its best efforts to minimize further costs. In the event of City's termination for convenience, Contractor waives any claim for damages, including for loss of anticipated profits from the Project. If City terminates the Contract for convenience, City will only owe Contractor payment for the Work satisfactorily performed before Contract termination, as well as five percent of the total value of the Work performed as of the date of notice of termination or five percent of the value of the Work yet to be completed, whichever is less, which is deemed to cover all overhead and profit to date. 12.2 Termination for Default. The City may terminate this Contract for cause for any material default. Contractor may be deemed in default for a material breach of or inability to perform the Contract, including Contractor's refusal or failure to supply sufficient skilled workers, proper materials, or equipment to perform the Work within the Contract Time; refusal or failure to make prompt payment to its employees, subcontractors, or suppliers or to correct rejected work; disregard of laws, regulations, ordinances, rules, or orders of any public agency with jurisdiction over the Project; lack of financial capacity to complete the Work within the Contract Time; or responsibility for any other material breach of the Contract requirements. If City terminates the Contract for cause, City will only owe Contractor payment for the Work satisfactorily performed before Contract termination. 13. Dispute Resolution. Any dispute arising under or related to this Contract is subject to the dispute resolution procedures of Public Contract Code sections 9401 and 20104 et. seq., which are incorporated by reference. 14. Waiver. A waiver by City of any breach of any term, covenant, or condition in this Contract will not be deemed a waiver of any subsequent breach of the same or any other term, covenant, or condition contained herein, regardless of the character of any such breach. 15. Warranty. Contractor guarantees and warrants the Work and the materials used or provided for the Project for a period of one year, beginning upon City's acceptance of the Work for the Project as complete ("Warranty Period"). During the Warranty Period, upon notice from the City of any defect in the Work or the materials, Contractor must, at its sole expense, promptly repair or replace the defective Work or materials, including repair or replacement of any other Work or materials that is or are displaced or damaged during the warranty work, excepting any damage resulting from ordinary wear and tear. 16. Worksite Conditions. Up to $175,000 Contract Page 4 Approved by City Attomey, dated 02/27/2020 16.1 Clean and Safe. Contractor must maintain the Work site and staging and storage areas in a clean and neat condition and must ensure it is safe and secure. On a daily basis the Contractor must remove and properly dispose of debris and waste materials from the Work site. 16.2 Inspection. Contractor will make the Work accessible at all times for inspection by the City. 16.3 Hazardous Materials. Unless otherwise specified in the Contract documents, this Contract does not include the removal, handling, or disturbance of any asbestos or other hazardous materials, as identified by any federal, state, or local law or regulation. If Contractor encounters materials on the Project site that Contractor reasonably believes to be asbestos or other hazardous materials, and the asbestos or other hazardous materials have not been rendered harmless, Contractor may continue Work in unaffected areas reasonably believed to be safe, but must immediately cease Work on the area affected and report the condition to City. No asbestos, asbestos -containing products or other hazardous materials may be used in performance of the Work. 16.4 Utilities, Trenching and Excavation. As required by Government Code section 4215, if, during the performance of the Work, Contractor discovers utility facilities not identified by City in the Contract documents, Contractor must immediately provide written notice to City and the utility. In performing any excavations or trenching work, Contractor must comply with all applicable operator requirements in Government Code sections 4216 through 4216.5. If the trenching or excavation extends deeper than four feet below the surface, then it must also comply with Public Contract Code section 7104. 17. Records. Unless otherwise specified in Exhibit A, Contractor must maintain and update a separate set of as -built drawings while the Work is being performed, showing changes from the Work as planned in Exhibit A, or any drawings incorporated into this Contract. The as -built drawings must be updated as changes occur, on a daily basis if necessary. 18. Conflicts of Interest. Contractor, its employees, subcontractors and agents, may not have, maintain or acquire a conflict of interest in relation to this Contract in violation of any City ordinance or policy or in violation of any California law, including under Government Code section 1090 et seq. and under the Political Reform Act as set forth in Government Code section 81000 et seq. and its accompanying regulations. Any violation of this Section constitutes a material breach of the Contract. 19. Non -Discrimination. No discrimination will be made in the employment of persons under this Contract because of the race, color, national origin, ancestry, religion, gender or sexual orientation of such person. 20. Independent Contractor. City and Contractor intend that Contractor will perform the Work under this Contract as an independent contractor. Contractor is solely responsible for its means and methods in performing the Work. Contractor is not an employee of City and is not entitled to participate in health, retirement or any other employee benefits from City. 21. Assignment of Unfair Business Practice Claims. Under Public Contract Code section 7103.5, Contractor and its subcontractors agree to assign to City all rights, title, and interest in and to all causes of action it may have under section 4 of the Clayton Act (15 U.S.C. section 15) or under the Cartwright Act (Chapter 2 (commencing with section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the Contract or any subcontract. This assignment will be effective at the time City tenders final payment to Contractor, without further acknowledgement by the parties. 22. Notice. Any notice, billing, or payment required by or pursuant to the Contract documents must be made in writing, signed, dated and sent to the other party by personal delivery, U.S. Mail, a reliable overnight delivery service, or by email as a PDF (or comparable) file. Notice is deemed effective upon delivery unless otherwise specified. Notice for each party must be given as follows: Up to $175,000 Contract Page 5 Approved by City Attomey, dated 02/27/2020 City: Address: 111 Morphew Street City/State/Zip: San Rafael, CA 94901 Phone: (415)-720-9588 Attn: Faby Guillen-Urfer Email: FabiolaG(cD-cityofsanrafael.org Contractor: Name: John Pope, Inc. Address: 362 Forrest Ave. City/State/Zip: Fairfax, CA 94930 Phone: (415)-497-5948 Attn: John Pope, President Email: iohnDe-iohn000e.com 23. General Provisions. 23.1 Compliance with All Laws. Contractor will comply with all applicable federal, state, and local laws and regulations including, but not limited to, unemployment insurance benefits, FICA laws, conflict of interest laws, and local ordinances. Work may only be performed by qualified and experienced workers who are not employed by the City and who do not have any contractual relationship with City, with the exception of this Contract. 23.2 Provisions Deemed Inserted. Every provision of law required to be inserted in the Contract is deemed to be inserted, and the Contract will be construed and enforced as though such provision has been included. If it is discovered that through mistake or otherwise that any required provision was not inserted, or not correctly inserted, the Contract will be deemed amended accordingly. 23.3 Assignment and Successors. Contractor may not assign its rights or obligations under this Contract, in part or in whole, without City's written consent. This Contract is binding on Contractor's and City's lawful heirs, successors and permitted assigns. 23.4 Third Party Beneficiaries. There are no intended third -party beneficiaries to this Contract. 23.5 Governing Law and Venue. This Contract will be governed by California law and venue will be in the Superior Court of Marin County, and no other place. 23.6 Amendment. No amendment or modification of this Contract will be binding unless it is in a writing duly authorized and signed by the parties to this Contract. 23.7 Integration; Severability. This Contract and the Contract documents incorporated herein, including authorized amendments or change orders thereto, constitute the final, complete, and exclusive terms of the agreement between City and Contractor. If any provision of the Contract documents, or portion of a provision, is determined to be illegal, invalid, or unenforceable, the remaining provisions of the Contract documents will remain in full force and effect. 23.8 Authorization. Each individual signing below warrants that he or she is authorized to do so by the party that he or she represents, and that this Contract is legally binding on that party. If Contractor is a corporation, signatures from two officers of the corporation are required pursuant to California Corporation Code section 313. [Signatures are on the following page.] Up to $175,000 Contract Page 6 Approved by City Attomey, dated 02/27/2020 The parties agree to this Contract as witnessed by the signatures below: CITYa,.City s/n.� Jim S Manager Date: Attest: i Lindsay Lara, C'ty CI rk Date: U CONTRACTOR: John Pope, Inc. Business Name Approve as to form: s/ bV11obert F. Epstein, City Attorney Date: li // Z/V Z/ s/ Seal: John Pope President Name/Title Date: 3 f26 /7-/ S/ C"V, 7,0p-c— Ann Pope Secretary Name/Title Date: 5,/2.6 467171 3/31/23 Contractor's California License Number(s) and Expiration Date(s) Exhibit A: Scope of Work Exhibit B: Bond Forms Exhibit C: Noncollusion Declaration Exhibit D: Bid Schedule Exhibit E: Subcontractor List END OF CONTRACT Up to $175,000 Contract Page 7 Approved by City Attomey, dated 02/27/2020 Exhibit A SCOPE OF WORK Up to $175,000 Contract Scope of Work Approved by City Attomey, dated 02/27/2020 Exhibit A Notice Inviting Bids 1. Bid Submission. The City of San Rafael ("City") will accept sealed bids for its City Council Chambers ADA Ramp project at City Hall ("Project"), by or before February 17, 2021 at 1:00 PM, at which time the bids will be publicly opened and read aloud on a Zoom Meeting. Information including the project documents and a how-to guide for first-time Bid Express users can be found on the San Rafael Bid Express home page at www.bidexr)ress.com/businesses/39341/home. Please note that you will have to register for a free Bid Express account to view project solicitations and download documents. 2. Project Information. 2.1 Location and Description. This project is located at San Rafael City Hall at 1400 Fifth Ave., San Rafael, CA 94901 2.2 Time for Completion. The Project must be completed within 15 working days from the start date set forth in the Notice to Proceed. City anticipates that the Work will begin on or about March 2021, but the anticipated start date is provided solely for bidding purposes and the convenience of the City and is neither certain nor binding. 2.3 Estimated Cost. The estimated construction cost is $30,000. 3. License and Registration Requirements. 3.1 License. This Project requires a valid California contractor's license for the following classification (s): Class B, General Contractor. 3.2 DIR Registration. City may not accept a Bid Proposal from or enter into the Contract with a bidder, without proof that the bidder is registered with the California Department of Industrial Relations ("DIR") to perform public work pursuant to Labor Code § 1725.5, subject to limited legal exceptions. 4. Contract Documents. The plans, specifications, bid forms, and contract documents for the Project, and any addenda thereto ("Contract Documents") can be found on the Bid Express San Rafael home page at https://www.bidexpress.com/businesses/39341/home under the project solicitation's Attachment List. A how-to guide for first time Bid Express users can also be found on the home page. Please note that you will have to register for a free Bid Express account to view project solicitations and download documents. Copies of the Contract Documents are not available from the City. 5. Prevailing Wage Requirements 5.1 General. Pursuant to California Labor Code § 1720 et seq., this Project is subject to the prevailing wage requirements applicable to the locality in which the Work is to be performed for each craft, classification or type of worker needed to perform the Work, including employer payments for health and welfare, pension, vacation, apprenticeship and similar purposes. 5.2 Rates. These prevailing rates are on file with the City and are available online at http://www.dir.ca.gov/DLSR. Each Contractor and Subcontractor must pay no less than the specified rates to all workers employed to work on the Project. The schedule of per diem wages is based upon a working day of eight hours. The rate for holiday and overtime work must be at least time and one-half. 5.3 Compliance. The Contract will be subject to compliance monitoring and enforcement by the DIR, under Labor Code § 1771.4. 6. Performance and Payment Bonds. The successful bidder will be required to provide performance and payment bonds, each for 100% of the Contract Price, as further specified in the Contract Documents. 7. Substitution of Securities. Substitution of appropriate securities in lieu of retention amounts from progress payments is permitted under Public Contract Code § 22300. 8. Subcontractor List. Each Subcontractor must be registered with the DIR to perform work on public projects. Each bidder must submit a completed Subcontractor List form with its Bid Proposal, including the name, location of the place of business, California contractor license number, DIR registration number, and percentage of the Work to be performed (based on the base bid price) for each Subcontractor that will perform Work or service or fabricate or install Work for the prime contractor in excess of one-half of 1 % of the bid price, using the Subcontractor List form included with the Contract Documents. 9. Instructions to Bidders. All bidders should carefully review the Instructions to Bidders for more detailed information before submitting a Bid Proposal. The definitions provided in Article 1 of the General Conditions apply to all of the Contract Documents, as defined therein, including this Notice Inviting Bids. 10. Retention. By: 10.1 Percentage. The percentage of retention that will be withheld from progress payments is 5%. Fabiola Guillen-Urfer, Senior Project Manager END OF NOTICE INVITING BIDS Date: 01/28/2021 M ead view of future ram in CH Chambers — APPROXIMATE r SYMBOLS LEGEND GENERALNOTES CONCRETE-NOTES FOUNDATIONNOTESgwnen+a 4 ;� e� � � 1'— o _ __ r� KnN..P n NprtNx,m �LiuOo[f°°Ee..FrP�swMm�crux wnaero ooEPtewMsa�snn.Lvo�FwnxFrav louhE[mauvnuwoxanrnounotmmauntrttaasanL iemravawurNmm[NPavi. _ M t aprtPm ar tNa NEL Ntl no w[.rt[x ][:,ea �Wmrtf NaLnma,a. air wnNn�mm.m;[NN.xwr�menpaN.tL[�axa.mnaamp,ma Wu.��axm'�a¢cv.aurmIX n.uw[u.orooMxru[N no U~vW�ii "�muc[ N n[,,� �'�°"J"mi _� roL ��vmmmnn[nvAe[a]aar''hmt'ry su`r`afsnrai�Naems[xvMrau T IS TO BE USED ONLY THIS SHEEaAS RELATES TO THE ADA RAMP WORK y ^.^ _- IT �x, aEnY.aP = na = � �� _ M ataY»a Nam[m:P.n� Yrn NNpmn en.�aapP..aNam "° "]n mLxm,r, ,aW ,� F ui[arvue:, Auo A[s'nXGuim iui:iuBEnoH aan n uuMFexvrxx[rtvEn m aP[mri a;vmocorarwcml McvrtMnP wrm,: c�a owsrimMuaa waMFina wo t.r IM sw.eE-1 mrt.-rsusaf[ruac[ aIv ••riwrzmpwPr•�vr�V�rM. Y [� WOOD NOTES inxM'nas[aew [nanvuar a ,i['^nsu r°c°`vnrtc mn� mmFvuaa.xatwvw mrw�nrY nm a;Ysrns.aeauxnrmPtlr[auWrrs x[vwmrosuESFxPsmonN rur[vwacvsaLhr�i..LEYxr�. s rua rrm.o ww: vunN' w.uc %iwrEow uu .—E > ABBREVIATIONS tmxmrt.rn,[ .mrteanurw ua.MPMEs. vu isMro a+rxFauroasu rnvvtlluauraar �Now�nL —T trrp[dNom ra��i47fita n V iia mN im _Palma cvrtr.crP nasnmv[urwwmtlnacnwmWnwsrnmromumuaa.vurwac a;[vrtr.crP wu av[SuvxxEt rPMu:LLpnwvr anaanunYSNM[mamcnm tvsaua munn.imnPm[[.wovcLrew orv[tlsMawmma:nucnnF atlmvuwnw..mP pammprMNvo[awr¢pnq[xvwPM mxn.'ip0p]nnsvlMPvlmermm.nl.cfol n ix wnulmanwwoaz ounvn � wtim �[tlsNMunmrsniinYo[an; Im.u[ mwS a.,artlaunPNpoPnnaYaxui nnnMxvma.N[xmvo[un Pi.�vsi ]� tz..lsrr�]emMnNLxnmorNt N; orersuuwv;a [prrncronru 6j0u psvFMwiom—aLai¢uwa Mcvan Ecn[su;ns.[w:mLas Mtsnw[eoxsmuenw n�e.a[vsPPxn[�mvNEFi[mv0 ona[up npmananf ��arvnFrmFan.viMw]romunL oro [tliitliv[[[o nLw��r.�[ a co[m wgraPNcm awvtin PP.][o wp xNM^ona""`tlwrPNNa FNMtP4 pamnm.umiaYLufnuarunNNx[enPF yfivNm timcM]MEuvua. n.evavn[r[nxm n[a •mPmmtl mamwrian pex[tl m[Ysv�W.iH Oomaum�osicPamiamwaFM VFa[ro Na s ax LN 0.J1El1�1L0.' ['v[vNrvua P.MSWn m[p[d4 nwaM➢vf�ia rur:a a.irauw..rv,wo a.0 r� xurPa nvawwf''rtoet mfamMtlin.aN _ nmur�nm xYrPirYnuronmxor.[iP]atl irumn.rawPu AJIIMNL PMbuaMiPwe[eC.xYSNM M59nwN rnwtvma[ Mev[prsmeo.sx.es or�mx.lvmxwreF � �m�mnwurmmrw ntn Mumuonua] MFmmossu'NrLii¢rins[onmyisu�wmvxn flu iEfmiM �_ _art--Fill. rm vu[itx�n ansm f iia r _ ric.tN wau._�v*tl txtss6imaRid7-'� — _ DESIGN CRITERIA ri wL.u�o mx au 1p;>°s'sor.n,ovutYam[omraumnsuomxP snurnaer �q.vcvonrt .v nwi.aua mmuvmm�srP emm�N.. miss• ioi�M v...asau.YimwmaP VEanc.;w rP xom m«cN:nxrcP ms irtio�i[i[ina irtuanp1imis w.uvo w�ira®nimao . awaaE unxoaavnNr;wrwnwuorM nan N.M M ,,. l[ao�nnuavrc. muawurciuPlmm� . am wMov°mr:MueaainuTwmsiaeu[ioamsau].P Q Ss v Q a .uR••� ,iF]Pr•v neiuvli.•issNy ea.mla.Y:y xi m rt. n>,.Lm . v�vv��a.Es.vam[Mvort, ms.av .o n ewcLLiou sotiLmvr.�a]..ei rrtunanmau atmvvrt.o>. wn sv�e¢Naf _ [InxIULVE of vaeinYMmYa[roe, mVir.viP w.eEita1[ 6Y�F�aa�i�Crilicwginic mf mNOism�.crnwlmm]MirmWiiia"m°ctls[s a[°4"rio.iMriPrlonnEamccrsnuo[st[mmNoava .mvwa NvvNml nm�tNtMEttN[lYmYaFrrtl�,aPMprt,EY MPlr.t MtOT[ur�vr SnieM4n ¢[b�if MmarxUCnvi.[nffi .cwn�ux LxnYY�� *[rc�1w[awhY.vanMnnm uNw.wwvEx.ro roou lvr iraYprtm f �.yJ m[ir.nP�nEm.vxxmnv.MmP�tlirtawaeevEaarmeruMrn..MrN wamrr�cxurr !a Fawo[xn ra mortaow[ anSliMv.btlNal.rMYnanvn Main �N aFM1NME Mvam[xFrE [vw] , uuxwrmurro e;wsmPtl� MvvuamortxEvaiomrturn[ert ntlwPw,cvxun a-CONCRETE �,°;,^aa P�^°i �ear„o<E, YP.tmlrtaPN,m xa[itu[iPl[un uV]P mMMeaipw[iFR ��� mm� uv"wivmMp1e[4rEu�uenl m�..rimmsmnTMm[ _ . ¢ V J Z W a NCUT LL S CZ:visustu'� w � m z (,J 2 m J= Eu Q L Q LL U Z Z = vat U FRAMING LUMBER SCHEDULE A� npm tpq w nMnw.¢ mM[wwrru mmLnP aaL a rPrni YnPemnm rPu[Na41mW .oasw•uiuluwr.MmwcnNnm.r[aruea agvnxmmmMPM[M uivasmunva Fw[[ecxnwaawset uramrta [l mmnmva°M avncvaPwrs �aM vn[P ormmwsxmcwmu+mrPMmrrx.ampamnlrncxro'rnatswrowswmvuiE M�fY1n.awmMrN MO[9YIUMMrP.Nmn[ft0[PMrc9racE [.•Nn.RP aw c v w MIX' TABLE _ aqe m Sn rm mnrL Nh AaO MOM I�M1mt': a mmrn f we eF uusrom �MwmFMWalitnwF59fE[IaFNarN nI�pIGSmNMWYNE TYPICAL WOOD MEMBER FA6TENPNG 6LHEDULE ' _gym' w.].aun II r<xM - NrOYfSxFxnnSatAaPs —_ — �'M111 Tit -- DEFERRED SUBMITTALS _ MI �nR NuvlwprtxtlamaaNraLn[snnur:n� �xFovEpvEN .r.s Sif m;NsnoP.vatsNUYaeWroun[cnv«mrwrvE,. .a' mwii eFu uulwr:n xn[mrm N[rnml nwmmavrmimMivaw NMmrtMviPd rm Yc[NM.evtt.rooeeari0..hsaMpg0..Ri mvcPn.ha N�aP.oWw.:asurimWiswus ncunnlMnoaauMPpuaa nuvnvtnm lrm rro u [lwvogm.nslN;Na NMYaIM [M:Nr[nnm[nr+FR<nYunnMlW N1N.pnn mYtlf W.Yatfv[vivcvWainnvn[rP w[rY t'NEaxvLlNrnLLnlM w[n nwv MOt�Yen[vwYMOmrtYpS .vaSirnuNtn[ttm.nvuP �caW�oU3f Y�[CE r afaRMPOSmIv:.nwi W [aTv wf i[�mr�NVYm� aaaxMPmMilnnrvrxLmx[vu¢eY Pnw , '� P ouM 1nY[r[MfPICN;M PYIas NE[MivmNvrrMpaux[vwpnrtaM lm;cru.[Wvw P1M[tprt M.t CvnllwSPl..MmrtNviP vlw Na xl pl[[rPIPYn]rEv[NM.lvc�ll. raM Fswunsrruotyaenxcrmrwucnnar[roawa[m e[�rertvrrn.sua unto rmcPmnrtuaPmmerss n.mo�'rm�oamm.rmnnstiMaibiw []atstrtaFIDN] mmo�m�rFCLNRIRN.h4YP.ULFN4MVFLYR¢Rmm� �Y; usErxEinn-xnunmExruaFu x]rmmYwL�rP mrnneuus .MSP0.lnISWn.YnMlrtlllPf WrtfM auasEW AWN WIOBC ­iv�bGWYFr[IrID.Vn MIGLYlm oartpii. WllRKiW UN1 mrAEtEYna mmNalal,4alDr�atlt0.r.]NnvEpp6 rP F.IY-]W1n4lnpvRlE➢iFAfwlaS. WDFBFaa,NamWa rWi 0.r.afmrtIXiPP3IMOLn0...fxGrvBortPmflrtlrga mnRh axll.MtlEtl9f[rin f.Noal lrtiID SSxpa'IN razaPfva;m.rN Ntt E]E0..¢➢B.wnn Wp.77F m�PFEW0.tW.®1l.10 /ay.h0.aRNi M iF�MeHA314[ulNFGiR g14Iro.Ua:MImPIm rrnw+r mmvi n n m[TMmW sKEwwimmaana � o � �wwLNnP4 xtl.nroemrt Pr[aMm MvrRVMN.Kvw.c[ fMnu.aa PEaenP.nomra Fs]mrtutlnmin mIl mL[Crlwtwo�M[rcfm Mvmv[nnMrreeurta nlaWSilirnva[gnSten[almflWREx.aAgm •t [vL[CTvaEN om nYxnrYNrry.'�tvrL'nwv�ft[EmiMLW.vir slM�ngptwr EQgdnal•LlmialalP[MSIVLUYfrm.[oYf:lL nn [lowr4l .n�rallaaNrl�nN�mxin[4 puwNP•YaSP nMCfly v r ' _ wme, [ImEtaNwP]IRP lannrtrnR POSTJNSTALI;MANCHOR NOTES ��, mPPr.NarP.0 oiMp�wngrPmi 'm"mC°aewraroanwvh 1w tPWmM P]maamProM[Prn�OrtlY r;nnLtl[wN3 a[Ln noal5 Pw�nrl-I HPsw�artTwwxi�N�M� ix..nowmJ:nvaua rP sr1 wt MPPmxnsavW.tNava M[rPMnaUTPN moM.i Yamlmromrearm rnrrVi.wtwYYarlFY[Pmabu UMCM NnrpN.h [v<rmxi xunPNSmm�vaaa [VMWnwYMirNPivq[nK NEcrlvt �� r.;Mrcm�vna�Nx�watlaeMan�smsra[n.[LeElvurmenPro .mma.v[PmnnaYsulm.ro �tlmrt'0. L..N ,pie Fx�p tM[apeeswwx osmo Ew�avawvricevriuroni4n'A'uioamirK;M[.v�i uv aw E o tlwrramEsrt;nmrurmiv r alrmEnu II.0­.r YrLh.vamnPmNMmaWri A­- r laiM.RWSMFWSmP o amxmmrcuMm unwrwmExMmw.i �a�NnsiLLo°a ia.n wn vmo[r�onmmv�u![mrrrPimMa�ouY vn [ .. GENEMLNOTFS mR w,[]Pea: ana MNaavxmnxNOFPM[[SP] Na YDNv.ntea. �nfunEr nn[an misnna c.puiu..srw[Lc[rP.m veunEmus REINFORCING YATETU#T'ASE' aesrP ahnah rxaerfuaru.wevcmnxmanM fNaSlN.lrWtPM iv Um.COrtMnP aSYSnhTmf vavL.SnvapMmLL'rM.ra=wMr smi.•roMmSnvrimugactrmMrntvarta4pomv[a NCL NnaunP umvP. P[n.h[w.LN[Pu4 hSSP.naE Ma wPrcatvnmir orM nua[apa cvaPmnvs M.pgarwlf lq raa.fO�ColfRlv.vt SUrrfYNa yi � Cv�6avUnIONINNfo.afmfp neimly [vwortaa wmNf .LapmrSnu�lTNEtN. �PramcrOli.ar nmxt Ymw n.vaprtiSmKr;aM npnlr[wa Mdrnse.sipMi Y ror Sgf MIMaYm �f pWalal LELlamiiv div [ u i SAO �p� N heal I Frn9 n�q aSrtN]s A'. WOOD SPECIAL INSPECIIGNS Fonar] neMJM � mIWJ Y IFN p6F]91YMry �00M1� e N FY �[LL �NFRW whir -e WOOD TESTING aoan � nwgew j ARF. xamY¢n . ln�u .FYaFwEmewYognl ntnEw m.KKowl W ttmE WUF[Fq IeMM.' fY>tY9a Gn Fwi[NC. IFiSv�HI mO LL WI�Ib.IM ��urJWYNk1fN vNMgRi Sll�ilf�"1 C WJYRi PfNRi[OKTn6nPFIWT. D nrt. [nRMKy u[ nIWhNItn:A[L4Fv5rYv'F taiW - IMFFF91MN61iE RAA[ vlufa 111n [nuK rtllarlM! - �iAA[F Oif NSiN4' FAW Yow CSFJRFVdt�%1�4u�Ra[l. 0.!¢C Ooh ImNJYYIwNwvmnY rRaurtFF fR CA NRnfl c .Ef tPOrt �R FgFCtliFF1CNF.�fl Sf Y1 IRNA I�vlM�iuOfgR[I il¢O°"wsmrnNx IRw ivl�.glC`m,Inq viJxJtal UM ANCNOR7REINFDRCING STEEL TESTING ��a io�lm ow,IF�iYr�Iui NeLnAmi. -STRUCTURAL CONCREiESPECIAL--INSPECTIONS QUALITY ASSURANCE GENERAL NOTES mevwlF t m[1 n j rtamuo j anew STATEMENT OF STRUCTURAL SPECIAL INSPECTIONS AND TESTING [ V. �ll���w��••"" EMa1 vSFA9 MY[IT' r 4�tlw YY)q ID.W MdipFME vl[MCY em WIFIDx9�FNo�[IrKM4`R� uuu[vURIFWTl50.eSldFlevtl FFM Yn♦[fue[[ Y CiIDIMw d dtaM]FiF0.�nR Itx '� mm�Nn eualvmwnl Y SIReWt f�FlYanv[iJ10[rnvhnnENnMMY vf11F 11FCNRWYeINgot[Alf m lfllivmMSrto miM Ftllll an�Wna[agnmNnyurtyp Yy [ � �� 1R us wu[xdlCame �mY[t �m�uNn mC M[NIu . ...FIRKBE d9 aN0.1v.ID �w IR l'if�W 4yIiRAI[RnwIDRm.VYCMF mInTJ xlwl HudiO 6fiEV �mtrrawdwlrnFw.Ni mmNNminily IfofcRVIMNd1�1i>� vYturtciU r `un] u.[rtoai[afl Stp 0.1Q7aR wlFtYnNFv(ERI MMwvf olsluLnvl CCVWRsgv Yrtev �C�a cxlEfv - Plrwmnurtcnv[iYrwrt�nmidlnfwnart m[tlrvCtn® M�YtvYltv[CiddNd[[YgIGF 1469FRNImfcid et M[Sart N[K44 Wu[ nE wN[u1wJr[vamn .d[na+NiRuuwFYYURix -- -STRUCTURAL-CONCRETETESTING ntamlmr'Yur[<�ntvl nFul.ire meElv[nwerilF ixol. FL[ndCf gl[ertgrllVCNOa Y[vYNRCJd IXYlY Rd j FRRWn rtaawa j ortfgt m[rt NRI�RMVCtWINwLYYIC[ i1 Mmtt[�nmlorSW`CiWI I ortYllrwlrtvw.aFxi. Fa du M. r�. ®fry Nwvrtwlnnnauolms[do iJ0.J31�RII5NNi YY[t Mvalcv da®nYNNW[ nY rt KM¢lIDfimara cobl[�CNOflIR[J i[ rFrt1 rtFYl wr Mr[af�M.xvF ,Kam..-rmunmNq[travcm SYrtFrflliNvlRM ,sauonw [ ifrtvFnay.wua rdcow[rnh D_ 4a {s,[""m �F41� I�flir wu n .dIF.YtefedNFntlF mmvaoF � sYnF wl:aaun IwFiIJrJ on v.u�anp r'A� wo:F[ n¢iu q o vi�vfon < $ 5rtR© FJG ��� Io � dY9tt�NmfClph YartW'q Wci[vif MF Q fYAEF mUE1PCl _ otNi NRYrnwa Q G lEnm I.m ?� U uw`f:r�FE.'Ivt°-r..`n`�vtlN`r"nvraw`m�'mFJivr�n rtomiluY`uv w w mia'RE ntl! aM©wLLn MiWdquauYT du`olnQuwcainw mwiloNnrwadiavuu J Z Q IRnINIE Y i4a�dldni Naeevh �1[no�iwti®Crit otC� w'TTui gcvFmF4rn a InLU Q H•t KNOI IW 1vEbuFmw MlIn1YJIN�nith lrtsllq pTwtlKitovYwlmN`nw LU aQ' Anb FrPFaS1A.IS nF+IJ Wwnlb IQuw¢NNnY¢F vaf wv NOY/(YEt[C[Fn[d ICMF�E�h G%� N IFF�.I m �vlLjnF muwjFe6n4viFzisC rtmaS.ertl�nniFAnm n�agniwf ua0.Wn LL,�? MI�Rpeq RF'IR�aR.i WlrtieC�q � J S �uwIO 4Cvlrtl6l[TrndtfllwMm6EiE 9rtvll xClYLLtt➢K [¢F4S5 Z lL fd 6miIFSRhtiWIIGMiFSY WILLvvllYlilF FhIVWJYivwetlp diF6 = o �[ f1KNrtlCdip6 W91iE4iv111 YFPR CF9GI.�pnvmwFSTh Q C C [FACCECYRiFR Nro[WrtJ.tIMe Mrt41EfMY NOYM[[PDBVKM CnRM (n CJ Y6— u ATE THIS SHEET IS TO BE USED ONLY AS IT j RELATES TO THE ADA RAMP WORK ASSURANCE S-1 Ir RELATES TO THE ADA RAMP WORK �A� g ` o $ o"nweas OCOUNCIL CHAMBERS PLAN � mcwm�n�re�..,.ramwav«nonroxw:�,x Or x�wx t � eaa,wmcxana..,w,x.,t ro:aaauon �7}xlxc+c�uiucowvrwerx.wuwc ie p mmtranm.artuntw pp neratornn mnra.w.aurrow.wa p ooaurmnwn p �., ntaM xa tnanaa>o:e,<w.o.o j � p namE.nanrnKemn,u.a.ntnw,aou p ururoxt.a:>a, ramtnn«wnmwnana, ui WU < LL J •r- •--.. ,.._.-4_...., ....�.. • i I fig.fj}}— 'C.; .. r .... ... Q En U f THIS SHEET IS TO BE USED ONLY AS IT RELATES TO THE ADA RAMP WORK a ` o $ o"nweas OCOUNCIL CHAMBERS PLAN � mcwm�n�re�..,.ramwav«nonroxw:�,x Or x�wx t � eaa,wmcxana..,w,x.,t ro:aaauon �7}xlxc+c�uiucowvrwerx.wuwc ie p mmtranm.artuntw pp neratornn mnra.w.aurrow.wa p ooaurmnwn p �., ntaM xa tnanaa>o:e,<w.o.o j � p namE.nanrnKemn,u.a.ntnw,aou p ururoxt.a:>a, ramtnn«wnmwnana, a ` o $ o"nweas Q U 1 J Z w LLa _ En C m U �Q N ui WU < LL J Z Q En U _ C 7E 5 p3BE 36Ai THIS SHEET IS TO 9E USED ONLY AS R RELATES TO THE ADA RAMP WORK 9 airc�cuu"' - mwmewa - - a. Z o a a U W W PLATFORM SECTION J Z Irlr urr rat Clrwrr�ie - Q u) ;='T� _—y - Fnmwro.rFrcrevuamFvrrrt }} W F -m z N ��wor.rtu U ri Z LL w"irti ar rgrarun tur Q 0 Fau"rzr�Ka'y'"'0" rrrrlua om.Frz�Frccw. 3 I CFF '�'� •ra HANORAJL WALL ANCHORAGE % r rd WDODANCHORAGE n rerermm�xnaFw 4/tFwFVFrt w � aRF art,�e a,rar.�re , ro __- - -T@ enrurmrer a --- v EIEVAT)DN, rrwrur uFVFmxFavr SEC710N5,6 I _ DETAILS I — — — S-3 12 HANDRAIL FLOOR ANCHORAGE 8 a RAMP SECTION Feb. 17, 2021 Fabiola Guillen-Urfer City of San Rafael Dept. of Public Works 111 Morphew St. San Rafael, CA 94901 h' 7y 1, M��,�+i � t CONSTRUCTION, RE: Proposal - San Rafael City Council Chambers ADA Ramp project Fabiola, y% Jr •J L: f r .J JOHN POPE Feb. 17, 2021 Fabiola Guillen-Urfer City of San Rafael Dept. of Public Works 111 Morphew St. San Rafael, CA 94901 h' 7y 1, M��,�+i � t CONSTRUCTION, RE: Proposal - San Rafael City Council Chambers ADA Ramp project Fabiola, Please find below for your review our proposal for the ADA rainp at the San Rafael City Council Chambers: Joliu Pope Construction, Inc. proposes to complete the City Council Chambers ADA Rainp project at 1400 Fifth Ave., San Rafael per plans dated 4/27/18 for the suin of $33,155.00. Thank you for tine opportunity. Sincerely, John Pope DIR# 1000021525 362 Forrest Ave. Fairfax, CA 94930 415/497-5948 Contractors License No. 467171 y% Jr INC. Please find below for your review our proposal for the ADA rainp at the San Rafael City Council Chambers: Joliu Pope Construction, Inc. proposes to complete the City Council Chambers ADA Rainp project at 1400 Fifth Ave., San Rafael per plans dated 4/27/18 for the suin of $33,155.00. Thank you for tine opportunity. Sincerely, John Pope DIR# 1000021525 362 Forrest Ave. Fairfax, CA 94930 415/497-5948 Contractors License No. 467171 Exhibit C NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID The undersigned declares: I am the President [title] of John Pope Construction, Inc. [business name], the party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid and will not pay, any person or entity for such purpose. This declaration is intended to comply with California Public Contract Code § 7106 and Title 23 U.S.0 § 112. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 2/17/21 [date], at Fairfax [city], CA [state]. s/ -V / LAJ John Pope Name [print] END OF NONCOLLUSION DECLARATION City Council Chambers ADA Ramp City Project #: 11341 Approved by City Attomey, dated 2/27/2020 Up to $175,000 Contract Noncollusion Declaration N/A - no bid items listed Exhibit D BID SCHEDULE This Bid Schedule must be completed in ink and included with the sealed Bid Proposal. Pricing must be provided for each Bid Item as indicated. Items marked "(SW)" are Specialty Work that must be performed by a qualified Subcontractor. The lump sum or unit cost for each item must be inclusive of all costs, whether direct or indirect, including profit and overhead. The sum of all amounts entered in the "Extended Total Amount' column must be identical to the Base Bid price entered in Section 1 of the Bid Proposal form. AL = Allowance CF = Cubic Feet CY = Cubic Yard EA = Each LB = Pounds LF = Linear Foot LS = Lump Sum SF = Square Feet TON = Ton (2000 lbs.) BID ITEM UNIT EXTENDED NO. ITEM DESCRIPTION EST. QTY. UNIT COST TOTAL AMOUNT TOTAL BASE BID: Items 1 through inclusive Note: The amount entered as the "Total Base Bid" should be identical to the Base Bid amount entered in Section 1 of the Bid Proposal form. City Council Chambers ADA Ramp Up to $175,000 Contract City Project #: 11341 Bid Schedule Approved by City Attomey, dated 2/27/2020 This Bid Proposal is hereby submitted on 2/17 2021. s/ John Pope Construction, Inc. Company Name 362 Forrest Ave. Address Fairfax, CA 94930 City, State, Zip John Pope Contact Name John Pope President Name and Title Name and Title 467171 exp. 3/31/21 A,B and ASB certification License #, Expiration Date, and Classification 1000021525 DIR Registration # 415-497-5948 Phone johnp@johnpope.com Contact Email Addenda. Bidder agrees that it has confirmed receipt of or access to, and reviewed, all addenda issued for this Bid. Bidder waives any claims it might have against the City based on its failure to receive, access, or review any addenda for any reason. Bidder specifically acknowledges receipt of the following addenda: Addendum: Date Received: Addendum: Date Received: #01 #05 #02 #06 #03 #07 #04 #08 City Council Chambers ADA Ramp City Project #: 11341 END OF BID SCHEDULE Approved by City Attomey, dated 2/27/2020 Up to $175,000 Contract Bid Schedule N/A - no subcontractors Exhibit E SUBCONTRACTOR LIST For each Subcontractor that will perform a portion of the Work in an amount in excess of one-half of 1 % of the bidder's total Contract Price,' the bidder must list a description of the Work, the name of the Subcontractor, its California contractor license number, the location of its place of business, its DIR registration number, and the portion of the Work that the Subcontractor is performing based on a percentage of the Base Bid price. DESCRIPTION SUBCONTRACTOR CALIFORNIA LOCATION OF DIR REG. NO. PERCENT OF WORK NAME CONTRACTOR BUSINESS OF LICENSE NO. WORK END OF SUBCONTRACTOR LIST ' For street or highway construction this requirement applies to any subcontract of $10,000 or more. City Council Chambers ADA Ramp City Project* 11341 Approved by City Attomey, dated 2/27/2020 Up to $175,000 Contract Subcontractor List Exhibit B BONDFORMS Required for contracts over $25, 000. Up to $175,000 Contract Bond Forms Approved by City Attomey, dated 02/27/2020 Bond Number: RCB0028855 Bond Premium: $829.00 Performance Bond City of San Rafael ("City") and John Pope, Inc. ("Contractor') have entered into a contract, dated March 22.20_ ("Contract") for work on the Council Chambers ADA Ramp ("Project"). The Contract is incorporated by reference into this Performance Bond ('Bond"). 1. General. Under this Bond, Contractor as Principal and Contractors Bonding and insurance ComparWS surety ("Surety"), are bound to City as obligee for an amount not less than $ 33.155.00 By executing this Bond, Contractor and Surety bind themselves and their respective heirs, executors, administrators, successors and assigns, jointly and severally, to the provisions of this Bond. 2. Surety's Obligations; Waiver. If Contractor fully performs its obligations under the Contract, including its warranty obligations under the Contract, Surety's obligations under this Bond will become null and void upon City's acceptance of the Project, provided Contractor has timely provided a warranty bond as required under the Contract. Otherwise Surety's obligations will remain in full force and effect until expiration of the one year warranty period under the Contract. Surety waives any requirement to be notified of and further consents to any alterations to the Contract made under the applicable provisions of the Contract documents, including changes to the scope of Work or extensions of time for performance of Work under the Contract. Surety waives the provisions of Civil Code sections 2819 and 2845. 3. Application of Contract Balance. Upon making a demand on this Bond for completion of the Work prior to acceptance of the Project, City will make the Contract Balance available to Surety for completion of the Work under the Contract. For purposes of this provision, the Contract Balance is defined as the total amount payable by City to Contractor as the Compensation minus amounts already paid to Contractor, and minus any liquidated damages, credits, or backcharges to which City is entitled under the terns of the Contract. 4. Contractor Default. Upon written notification from City that Contractor is in default under the Contract, time being of the essence, Surety must act within seven calendar days of receipt of the notice to remedy the default through one of the following courses of action: 4.1 Arrange for completion of the Work under the Contract by Contractor, with City's consent, but only if Contractor is in default solely due to its financial inability to complete the Work; 4.2 Arrange for completion of the Work under the Contract by a qualified contractor acceptable to City, and secured by performance and payment bonds issued by an admitted surety as required by the Contract documents, at Surety's expense; or 4.3 Waive its right to complete the Work under the Contract and reimburse City the amount of City's costs to have the remaining services completed. 5. Surety Default. If Surety defaults on its obligations under the Bond, City will be entitled to recover all costs it incurs due to Surety's default, including legal, design professional, or delay costs. 6. Notice. Notice to Surety must be given or made in writing and sent to the Surety via personal delivery, U.S. Mail, or a reliable overnight delivery service, or by email as a PDF (or comparable) file. Notice is deemed effective upon delivery unless otherwise specified. Notice for the Surety must be given as follows: Up to $175,000 Contract Bid Bond Approved by City Attorney, dated 2/27/2020 Attn: Contractors Bonding and Insurance Company Address: 9025 No. Lindbergh Drive City/State/Zip: Peoria, IL 61615 Phone: Fax: Email: 7. Law and Venue. This Bond will be governed by California law, and any dispute pursuant to this Bond will be venued in the Superior Court of Marin County, and no other place. Surety will be responsible for City's attorneys' fees and costs in any action to enforce the provisions of this Bond. 8. Effective Date; Execution. This Bond is entered into and effective on March 23 20 21 . Three identical counterparts of this Bond, each of which is deemed an original for all purposes, are hereby executed and submitted. Sl s/ Richard Bolds, Attorney -In -Fact Name/Title [print] (Attach Acknowledgment with Notary Seal and Power of Attorney) CONTRACTOR: John Pope, Inc. Business Name s/ John P60 President Name/Title s/ OL, ;Pr -e— Ann Pope Secretary Name/Title APPROVED BY CITY: END OF PERFORMANCE BOND Up to $175,000 Contract Bid Bond Approved by City Attomey, dated 2/27/2020 Bond Number: RCB0028855 Bond Premium: Included in Performance Bond Payment Bond City of San Rafael ("City") and John Pope, Inc. ("Contractor") have entered into a contract, dated March 22 , 20_x, (°Contract") for work on the Council Chambers ADA Ramp (°Project°). The Contract is incorporated by reference into this Payment Bond ("Bond'). 1. General. Under this Bond, Contractor as principal and Contractors Bonding and Insurange Company its surety ('Surety"), are bound to City as obligee in an amount not less than $ 33,155.00 , under California Civil Code sections 9550, at seq. 2. Surety's Obligation. If Contractor or any of its subcontractors fails to pay any of the persons named in California Civil Code section 9100 amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of Contractor and its subcontractors, under California Unemployment Insurance Code section 13020, with respect to the work and labor, then Surety will pay for the same. 3. Beneficiaries. This Bond inures to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon this Bond. Contractor must promptly provide a copy of this Bond upon request by any person with legal rights under this Bond. 4. Duration. If Contractor promptly makes payment of all sums for all labor, materials, and equipment furnished for use in the performance of the Work required by the Contract, in conformance with the time requirements set forth in the Contract and as required by California law, Surety's obligations under this Bond will be null and void. Otherwise, Surety's obligations will remain in full force and effect. S. Waivers. Surety waives any requirement to be notified of alterations to the Contract or extensions of time for performance of the Work under the Contract. Surety waives the provisions of Civil Code sections 2819 and 2845. City waives requirement of a new bond for any supplemental contract under Civil Code section 9550. Any notice to Surety may be given in the manner specified in the Contract and delivered or transmitted to Surety as follows: Attn: Contractors Bonding and Insurance Company Address: 9025 N. Lindbergh Drive City/State/Zip: Peoria, IL 61615 Phone: Fax: Email: 6. Law and Venue. This Bond will be governed by California law, and any dispute pursuant to this Bond will be venued in the Superior Court of Marin County, and no other place. Surety will be responsible for City's attorneys' fees and costs in any action to enforce the provisions of this Bond. Up to $175,000 Contract Payment Bond Approved by City Attomey, dated 02/27/2020 Effective Date; Execution. This Bond is entered into and is effective on March 23 , 20 21 Three identical counterparts of this Bond, each of which is deemed an original for all purposes, are hereby executed and submitted. SURETY: Contractors Bonding and Insurance Company Business Name s/ Richard Bolds, Attorney -In-Fact NamelTitle (Attach Acknowledgment with Notary Seal and Power of Attorney) CONTRACTOR: John Pope, Inc. iness Name sl r�— John Pope President Name/Title s/ a " Ann Pope Secretary Name/Title APPROVED BY CITY: I i5q , ,!I, MA�� _ END OF PAYMENT BOND Up to $175,000 Contract Payment Bond Approved by City Attorney, dated 02/27/2020 POWER OF ATTORNEY RLI Insurance Company Contractors Bonding and Insurance Company 9025 N. Lindbergh Dr. Peoria, IL 61615 Phone: 800-645-2402 Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each an Illinois corporation, (separately and together, the "Company") do hereby make, constitute and appoint: Joseph Sucatre. Michael Sinatra, Lynne L Wallace Karen O'Brien Teresa Sand Richard Bolds Josie Gaitan Jess Vaughn Jointly or severally in the City of San Rafael , State of California its true and lawful Agent(s) and Attomey(s) in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds and undertakings in an amount not to exceed Twenty Five Million Dollars ( $25.000.000.00 ) for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon the Company as if such bond had been executed and acknowledged by the regularly elected officers of the Company. RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of a Resolution adopted by the Board of Directors of each such corporation, and is now in force, to -wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." IN WITNESS WHEREOF, the RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable, have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 22nd day of July 2020 . ,,�� RLI Insurance Company 0��gl..... SG,, JApNCE Cl"" Contractors Bonding and Insurance Company =6 SEAL = SEAL <_ By: yo: :2 Barton W. Davis Vice President State of Illinois ;`,'"o;s,•0'',11 SS County of Peoria ))) CERTIFICATE On this 22nd day of July 2020 , before me, a Notary Public, personally appeared Barton W. Davis , who being by me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of the RLI Insurance Company and/or Contractors Bonding and Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. By: 0_0�t 4)L . - Catherine D. Glover Notary Public CATHERINE D. GLOVER . OFFICIAL SEAL aotwy Public - stet@ of u Minch 24.2024 I, the undersigned officer of RLI Insurance Company and/or Contractors Bonding and Insurance Company, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable; and furthermore, that the Resolution of the Company as set forth in the Power of Attorney, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company and/or Contractors Bonding and Insurance Company this day of RLI Insurance Company Contractors Bonding and Insurance Company By: 4iJdjnh til 10 : � Jeffrey DCYicku U 'J ..0Corporate Secretary 0479553020212 A0058D 19 A notary public 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. ALL PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF MARIN On 3/23/21 before me, personally appeared Diane Heller (stere insert name and title of the officer) Richard Bolds otary Public, 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 he/sh%key executed the same in his/herf &i -r authorized capacity(}es} and that by his/herAheir signature(e) on the instrument the person(s), or the entity upon behalf of which the person(s) 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. DIANE HELLER Notary Public - California a { .•ri Marin County Commission 112218055 My Comm. Expires Nov 10, 2021 Signature - (Seal) OPTIONAL Description of Attached Document Title or Type of Document: John Pope, Inc. - Bond Number of Pages: Document Date: Other: I niwd`tai�,ApostilleService autltcnin•rtwn k' ;tli::atinrt %.��� %['alt fornii.%posullt-.l S lei I-707-9111-5=iI -.0 V, KITH t CONTRACT ROUTING FORM INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below. TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER: Contracting Department: Public Works Project Manager: IKK for FG Extension: 3352 Contractor Name: John Pope, Inc. Contractor's Contact: Carey Sacksteder Contact's Email: caret's@johnpope.com ❑ FPPC: Check if Contractor/Consultant must file Form 700 Step RESPONSIBLE DESCRIPTION COMPLETED REVIEWER DEPARTMENT DATE Check/Initial 1 Project Manager a. Email PINS Introductory Notice to Contractor C lick_ here its ❑ C1iiCr 4E Cklt,2. b. Email contract (in Word) and attachments to City 3/17/2021 Attorney c/o Laraine.Gittens@cityofsanrafael.org ZIKK 2 City Attorney a. Review, revise, and comment on draft agreement 3/19/2021 ❑x LG and return to Project Manager 3/19/2021 ❑x LG f b. Confirm insurance requirements, create Job on PINS, send PINS insurance notice to contractor 3 Department Director Approval of final agreement form to send to 3/22/2021 ❑x BG contractor 4 Project Manager Forward three (3) originals of final agreement to 3/22/2021 D IKK contractor for their signature ! 5 Project Manager When necessary, contractor -signed agreement ❑x N/A agendized for City Council approval *City Council approval required for Professional Services ❑X IKK Agreements and purchases of goods and services that exceed Or $75,000; and for Public Works Contracts that exceed $175,000 Click here to Date of City Council approval titer a date PRINT CONTINUE ROUTING PROCESS WITH HARD COPY 6 Project Manager Forward signed original agreements to City 4/1/2021 IKK Attorney with printed copy of this routing form 7 City Attorney Review and approve hard copy of signed agreement ( �! 8 City Attorney Review and approve insurance in PINS, and bonds ] Y/jZ/ (for Public Works Contracts) �/ ZDu 9 City Manager/ Mayor Agreement executed by City Council authorized J official 10 City Clerk Attest signatures, retains original agreement and forwards copies to Project Manager �'%