Loading...
HomeMy WebLinkAboutPW Fire Station 55 Site WorkCITY 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 Michael Paul Company, Inc. ("ContrR;;- poration, for work on the City's Fire Station No. 55 Site Work ("Project"), and is effective on 2023 ("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 or B 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 Documents, City will pay Contractor $174,297 (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 4 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, 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. Fire Station No. 55 Site Work Up to $175,000 Contract City Project #: 11395 Page 1 Approved by City Attomey, dated 03/28/2022 4. Time for Completion. Contractor will fully complete the Work within 30 calendar days 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 $1,000 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 (the "Indemnitees") 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 the acts or omissions of Contractor, its employees, subcontractors, representatives, or agents in performing the Work of failing to comply with any obligation of Contractor under this Contract, except such Liability caused by the active negligence, sole negligence, or willful misconduct of an Indemnitee. 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-Vill 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 https://www.pinsadvantage.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 $1,000,000 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. Fire Station No. 55 Site Work Up to $175,000 Contract City Project #: 11395 Page 2 Approved by City Attorney, dated 03/28/2022 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 Fire Station No. 55 Site Work Up to $175,000 Contract City Project #: 11395 Page 3 Approved by City Attomey, dated 03/28/2022 is under $25,000, Contractor must electronically submit certified payroll records to the Labor Commissioner as required under California law and regulations. 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 Fire Station No. 55 Site Work Up to $175,000 Contract City Project #: 11395 Page 4 Approved by City Attomey, dated 03/28/2022 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. 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. Fire Station No. 55 Site Work Up to $175,000 Contract City Project #: 11395 Page 5 Approved by City Attorney, dated 03/28/2022 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: City: Address: 111 Morphew Street City/State/Zip: San Rafael, CA 94901 Phone: 415-720-9588 Attn: Fabiola Guillen Email: fabiolag@cityofsanrafael.org Contractor: Name: Michael Paul Company, Inc. Address: 1200 Casa Grande Rd. City/State/Zip: Petaluma, CA 94954 Phone: (707)769-1006 Attn: Julia Maher Email: mpc.jmaher@gmail.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 Fire Station No. 55 Site Work Up to $175,000 Contract City Project #: 11395 Page 6 Approved by City Attomey, dated 03/28/2022 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.] Fire Station No. 55 Site Work City Project #: 11395 Approved by City Attomey, dated 03/28/2022 Up to $175,000 Contract Page 7 The parties agree to this Contract as witnessed by the signatures below: C sl D Attest: n s/ LINDSAY LARA, City Date: CONTRACTOR: RUM Approvn form: sl ROBERT PSTEIIIN, C9 Attorney Date: I 111"k I I -72 v Business Name n s/ Seal: A Name/Title Date: / �A s/ Name/Title Date: Lt 3-BbbDl �1 L I- 1-01 2& L( Contractor's California License Number(s) and Expiratidn Date(s) Exhibit A: Scope of Work Exhibit B: Bond Forms Exhibit C: Noncollusion Declaration Exhibit D: Bid Schedule Exhibit E: Subcontractor List Fire Station No. 55 Site Work City Project #: 11395 END OF CONTRACT Approved by City Attorney, dated 03/28/2022 Up to $175,000 Contract Page 8 Exhibit A SCOPE OF WORK Fire Station No.55 is located on 955 Point San Pedro Rd., San Rafael, CA 94901. The construction of the new building is complete. However, site work is required to finish the project. Contractor will perform the scope of work outlined in Exhibit D, Bid Schedule, including but not limited to all necessary demolition, excavation, and off -haul, paving, curbs, and gutters. Joint trench, electrical, installation of lighting bases, standards, and electric vehicle station. Signage, pavement striping as reflected on the attached plans. The City will provide the following items that have already been procured, for this contractor to install: 3 ea. light poles and standards, 1 ea. Electric vehicle charging station. Scope of Work includes Additive Alternates #1, #2, & #3 as noted on the plans. Plans and Specifications forming the basis of Contractor's Bid Schedule are included in the Notice Inviting Bids. Fire Station No. 55 Site Work City Project #: 11395 Up to $175,000 Contract Scope of Work Approved by City Attomey, dated 03/28/2022 Exhibit B BONDFORMS Required for contracts over $25, 000. Fire Station No. 55 Site Work City Project #: 11395 Approved by City Attorney, dated 03/28/2022 Up to $175,000 Contract Bond Forms Bond # GRCA60333 Payment Bond City of San Rafael ("City") and Michael Paul Company, Inc. ("Contractor') have entered into a contract, dated , 20 23 ("Contract") for work on the Fire Station No. 55 Site Work ("Project"). The Contract is incorporated by reference into this Payment Bond ("Bond"). General. Under this Bond, Contractor as principal and Granite Re Inc dba Granite Surety Insurance Company its surety ("Surety"), are bound to City as obligee in an amount not less than $ 174,297.00 under California Civil Code sections 9550, et seq. 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. 5. 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: Claims Department Address: 14001 Quailbrook Drive City/State/Zip: Oklahoma City, OK 73134 Phone: 405-752-2600 Fax: 405-749-6800 Email: staff@granitere.com 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. Fire Station No. 55 Site Work City Project #: 11395 Approved by City Attorney, dated 03/28/2022 Up to $175,000 Contract Payment Bond 7. Effective Date; Execution. This Bond is entered into and is effective on 2023. Three identical counterparts of this Bond, each of which is deemed an original for all purposes, are hereby executed and submitted. SURETY: Granite Re, Inc. dba Granite Surety Insurance Company Business Name Kenneth D. Whittington, Attorney -In -Fact Name/Title (Attach Acknowledgment with Notary Seal and Power of Attorney) CONTRACTOR: Michael Paul Companv. Inc. Business Name s/ + �� VCiS Ic e r " Name/Title s/ Name/Title APPROV BY CITY: s/ IL ROBER . EP IN C� Attorney D to Fire Station No. 55 Site Work City Project #: 11395 END OF PAYMENT BOND Approved by City Attorney, dated 03/28/2022 Up to $175,000 Contract Payment Bond 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. accuracv. or validitv of the document. ACKNOWLEDGMENT OF PRINCIPAL State of County of On this day of , 20 , before me appeared Here n+ ,'mne and Title of Officer who proved to on the basis of satisfactory evidence to be the person Name of Signer whose name is subscribed to the within instrument and ack edged to me that he/she executed the same in his/her authorized capacity, and that by his/her signature on the instrume a person, or the entity upon behalf of which the person acted, executed the instrument. State of Oklahoma County of Oklahoma 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. Signature Signature of Notary Public ACKNOWLEDGMENT OF SURETY On this 11 day of April, 2023 before me personally come(s) Kenneth D. Whittington, Attorney in -Fact of Granite Re, Inc. dba Granite Surety Insurance Company with whom I am personally acquainted, and who, being by me duly sworn, says that he reside(s) in Oklahoma City, Oklahoma that he is the Attorney in Fact of Granite Re, Inc. dba Granite Surety Insurance Company, the company described in and which executed the within instrument; that he know(s) the corporate seal of such Company; and that the seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of said company, and he signed said instrument as Attomey(s)-in-Fact of the said Company by like order. Notary Public #110� n7 _ — Dom• — ,. OF GR0392-14 Bond # GRCA60333 Performance Bond City of San Rafael ("City") and Michael Paul Company, Inc. ("Contractor") have entered into a contract, dated , 20 23 ("Contract") for work on the Fire Station No. 55 Site Work ("Project"). The Contract is incorporated by reference into this Performance Bond ("Bond"). Granite Re, Inc. dba 1. General. Under this Bond, Contractor as Principal and Granite Surety Insurance Company , its surety ("Surety"), are bound to City as obligee for an amount not less than $ 174,297.00 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. 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 terms 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. 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: Fire Station No. 55 Site Work City Project #: 11395 Approved by City Attorney, dated 03/28/2022 Up to $175,000 Contract Performance Bond 7 8. Attn: Claims Department Address: 14001 Quailbrook Drive City/State/Zip: Oklahoma City, OK 73134 Phone: 405-752-2600 Fax: 405-749-6800 Email: staff@granitere.com 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 Effective Date; Execution. This Bond is entered into and effective on 2023. Three identical counterparts of this Bond, each of which is deemed an original for all purposes, are hereby executed and submitted SURETY: Granite Re, Inc. dba Granite Surety Insurance Company Business Name s/ .Mc.r Kenneth D. Whittington, Attorney -In -Fact Name/Title [print] (Attach Acknowledgment with Notary Seal and Power of Attorney) CONTRACTOR: Michael Paul Company, Inc. s/ Name/Title APPROV ; CITY: ,::Ls//C) q a 3 ROBERT . N, !y ttorney Date Fire Station No. 55 Site Work City Project #: 11395 END OF PERFORMANCE BOND Approved by City Attorney, dated 03/28/2022 Up to $175,000 Contract Performance Bond 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. accuracv. or validitv of the document. ACKNOWLEDGMENT OF PRINCIPAL State of County of On this day of , 20 before personally appeared Here insert Name and Title of Officer wh roved to me on the basis of satisfactory evidence to be the person Name of Signer whose name is subscribed to the within instrume and acknowledged to me that he/she executed the same in his/her authorized capacity, and that by his/her signature on th ' strument the person, or the entity upon behalf of which the person acted, executed the instrument. State of Oklahoma County of Oklahoma 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. Signature Signature of Notary Public ACKNOWLEDGMENT OF SURETY On this 11 day of April, 2023 before me personally come(s) Kenneth D. Whittington, Attorney in -Fact of Granite Re, Inc. dba Granite Surety Insurance Company with whom I am personally acquainted, and who, being by me duly sworn, says that he reside(s) in Oklahoma City, Oklahoma that he is the Attorney in Fact of Granite Re, Inc. dba Granite Surety Insurance Company, the company described in and which executed the within instrument; that he know(s) the corporate seal of such Company; and that the seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of said company, and he signed said instrument as Attorneys) -in -Fact of the said Company by like order. `t11111IIiIll. 2 I J, �i� NotaV Public ' #110 036 n7 �d�°i�I1111 GR0392-14 GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY GENERAL POWER OF ATTORNEY Know all Men by these Presents: That GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of MINNESOTA and having its principal office at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint: KENNETH D. WHITTINGTON; KYLE MCDONALD its true and lawful Attorney-in-Fact(s) for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said: KENNETH D. WHITTINGTON', KYLE MCDONALD may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its President and Assistant Secretary, this 3,d day of January, 2020. Kenneth D. Whittinc6n, President STATE OF OKLAHOMA ) SS COUNTY OF OKLAHOMA ) Kyle . McDonald, Assistant Secretary On this 3rd day of January, 2020, before me personally came Kenneth D. Whittington, President of the GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY and Kyle P. McDonald, Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said, that they, the said Kenneth D. Whittington and Kyle P. McDonald were respectively the President and the Assistant Secretary of GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their name thereto by like order as President and Assistant Secretary, respectively, of the Company. My Commission Expires: April 21 , 2027 Commission #: 11003620 GRANITE RE, INC. Certificate Notary Public THE UNDERSIGNED, being the duly elected and acting Assistant Secretary of GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY, a Minnesota Corporation, HEREBY CERTIFIES that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and effect. "RESOLVED, that the President, any Vice President, the Assistant Secretary, and any Assistant Vice President shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the Company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." IN WITNESS WHEREOF, the undersigned has subscribed this Certificate and affixed the corporate seal of the Corporation this day of 20 23 . SEAL Kyle P. McDonald, Assistant Secretary GRO800-1 Exhibit C NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID The undersigned declares: I am the `t' h� � iAy) [title] of [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 th St to of California that the foregoing is true and at h correct d thi declaration is executed on 7 �' [date], at [city], [state]. s/ Name [print] END OF NONCOLLUSION DECLARATION Fire Station No. 55 Site Work Up to $175,000 Contract City Project #:11395 Noncollusion Declaration Approved by City Attorney, dated 3/28/2022 CITY OF SAN RAFAEL Department of Public Works 111 Morphew Avenue San Rafael, CA 94901 Exhibit D BID SCHEDULE -Revised (Addendum #1) 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 Bidders Bid Proposal. Contractor is to refer to relevant information in drawings by all consultants for the work to be completed. 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 EXTENDED ITEM UNIT TOTAL NO. ITEM DESCRIPTION EST. QTY. UNIT COST AMOUNT 1 Demo Curb 41 LF 3'� .0a , `� 3� Demo AC (assume 4" thick, 3.'-7 (a 2- 2 verify) 342 SF 6 3 8" Tall concrete curb 53 LF 4 6" Tall concrete curb 112 LF 70• _70 ` 0 C Pavement per plan (see pg. `0 / /, 5 2 1787 SF CJ. Lights (use 3/E4.1 for concrete w 6 base) 3 EA % ;�(�'•� /��/ 7 Joint Trench 112 LF 9 SF Reinforced concrete pad 8 and AB (see pg. 2*) 9 SF 9 EV Station 1 EA G'J bJ —7� Graded swale behind curb (see �J 10 1 pg. 2*) 55 LF Graded swale across yard (see ) -7 11 2* and Section E, C2.1.1 62 LF , 12 New sin per C1.1.2 see pg 3**) 1 EA Red curb paint with white lettering (configuration indicated 13 on p . 3**) 114 LF < i White stall striping, 7 7 14 (configuration on p . 3**) 84 LF Driveway Entry Crosswalk indicated striping (configuration r 15 on pg.3**) 80 LF ` Parking Stall Emblems (indicated 16 on pg.3 2 EA Accessible path striping in accordance with accessibility e 17 1 standards 545 SF Fire Station No. 55 Site Work Up to $175,000 Contract City Project #:11395 Bid Schedule -Revised Approved by City Attorney, dated 3/28/2022 BID ITEM NO. ITEM DESCRIPTION Concrete for access to water 18 fountain see pg.2') Overflow curb (Assume Mann County UCS DWG No 105 Type 19 E Curb 20 Cobble Replace concrete to meet slope 21 requirements Demo AC walkway (assume 4" 22 thick; verify) 23 Demo AC berm MINIMUM AREA TO APPLY EROSION & SEDIMENT CONTROL BMPS FOR SITE PROTECTION AND FINAL STABILIZATION IN ACCORDANCE WITH C3.1.1 AND MCSTOPPP MINIMUM EROSION/SEDIMENT CONTROL MEASURES FOR SMALL CONSTRUCTION PROJECTS FACT SHEET. ALL VEGETATED AREAS DENUDED IN THE COURSE OF CONSTRUCTION SHALL HAVE HYDROSEED APPLIED FOR FINAL 24 STABILIZATION EST. CITY. UNIT 33 SF 1 I I LF 17 I SF 97 SF 740 SF 47 LF 1 1 LS UNIT COST ^ 57, -- �e EXTENDED TOTAL AMOUNT -7, �G ram— LA - TOTAL BASE BID: Items 1 through 24 inclusive: $ �i)! Note: The amount entered as the "Total Base Bid" should be identical to the Base Bid amount entered in Bidder's Bid Proposal. Use Bidder's letterhead including Base Bid Amount and three alternates. (no bid form has been provided). EXTENDED BID EST. UNIT TOTAL ALTERNATE NO. ITEM DESCRIPTION CITY. UNIT COST AMOUNT GRIND 2" AND OVERLAY 2" PARKING LOT #1 (see pg. 2) 1,100 SF REMOVE 4" AC PAVEMENT SECTION ADD CLASS II AB TO RESTORE BASE. COMPACT BASE LAYER #2 PROVIDE 4" AC PAVEMENT (see pg. 2*) 3,080 SF l!i REMOVE 6" AC PAVEMENT SECTION. GRADE TO ACCOMMODATE ENTRY NEW SLOPE AND MAKE CROSSWALK CROSS SLOPE 2%, ADD AB AS NEEDED AND COMPACT AB LAYER TO RESTORE THE (� BASE LAYER. #3 PROVIDE 6" AC PAVEMENT (see pg. 2*) 755 SF J `See page 2 in Contractor Bid Drawings. **See page 3 in Contractor Bid Drawings. Up to $175,000 ContractBid Fire Station No. 55 Site Work Schedule -Revised City Project #: 11395 Approved by City Attorney, dated 3i28/2022 This Bid Proposal is hereby submitted on =� �� 20)� s/ Jof Ila LLLL,,ems/c� Name and Title 17l 6ief- Company Name 2-d Address City, State, Zip i(A� Contact ame Name and Title License #, Expiration Date, and Classification C f Z DIR Registration # O- . Phone /Mac I Contact mail t 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: #01 #02 #03 #04 Date Received: Fire Station No. 55 Site Work City Project #: 11395 Addendum: #05 #06 #07 #08 END OF BID SCHEDULE Approved by City Attorney, dated 3/28/2022 Date Received: Up to $175,000 Contract Bid Schedule 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 OF WORK SUBCONTRACTOR NAME CALIFORNIA CONTRACTOR LICENSE NO. LOCATION OF BUSINESS DIR REG. NO. PERCENT OF WORK G -fu END OF SUBCONTRACTOR LIST ' For street or highway construction this requirement applies to any subcontract of $10,000 or more. Fire Station No. 55 Site Work Up to $1 /0,000 Uoniract City Project #: 11395 Subcontractor List Approved by City Attorney, dated 3/28/2022 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: Nataly Torres (for Faby G.) Extension: 3353 Contractor Name: Michael Paul Company, Inc. Contractor's Contact: Julia Maher Contact's Email: mpc.jmaher@gmail.com ❑ FPPC: Check if Contractor/Consultant must file Form 700 Step T RESPONSIBLE DESCRIPTION COMPLETED REVIEWER DEPARTMENT DATE Check/Initial 1 Project Manager a. Email PINS Introductory Notice to Contractor Click here to ❑ enter a date. b. Email contract (in Word) and attachments to City 4/6/2023 Attorney c/o Laraine.Gittens@cityofsanrafael.org ❑X NT 2 1 City Attorney a. Review, revise, and comment on draft agreement 4/10/2023 and return to Project Manager 4/10/2023 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 contractor 4 Project Manager Forward three (3) originals of final agreement to contractor for their signature When necessary, contractor -signed agreement 5 Project Manager agendized for City Council approval * *City Council approval required for Professional Services Agreements and purchases of goods and services that exceed $75,000; and for Public Works Contracts that exceed $175,000 Date of City Council approval PRINT CONTINUE ROUTING PROCESS WITH HARD COPY 6 Project Manager Forward signed original agreements to City Attorney with printed copy of this routing form City Attorney Review and approve hard copy of signed 7 agreement City Attorney Review and approve insurance in PINS, and bonds 8 (for Public Works Contracts) 9 City Manager / Mayor Agreement executed by City Council authorized City Clerk official 10 Attest signatures, retains original agreement and forwards copies to Project Manager 4/10/2023 4/10/2023 ❑X N/A Or Click here to enter a date 4/18/2023 "ll,:,)7l ,2-3 ® NT ❑X NT AM EXI I& NT 6(L