HomeMy WebLinkAboutCC Resolution 12034 (SRTS 2006; Ghilotti Bros.)RESOLUTION NO. 12034
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN
RAFAEL AWARDING CONTRACT FOR 2006 SAFE ROUTES TO
SCHOOL IMPROVEMENTS, PROJECT NO. 21036, TO GHILOTTI
BROS., INC., FOR THE BASE BID PLUS ALTERNATE #2 IN THE
AMOUNT OF $334,076.00.
BE IT RESOLVED by the Council of the City of San Rafael as follows:
WHEREAS, on the 24th day of August, 2006, pursuant to due and legal
notice published in the manner provided by law, inviting sealed bids or proposals for the
work hereinafter mentioned, as more fully appears from the Affidavit of Publication
thereof on file in the office of the City Clerk of the City of San Rafael, California, the City
Clerk of said City did publicly open, examine, and declare all sealed bids or proposals for
doing the following work in said City, to wit:
"2006 SAFE ROUTES TO SCHOOL IMPROVEMENTS"
PROJECT NO. 21036
In accordance with the plans and specifications therefore on file in the office of said City
Clerk; and
WHEREAS, the bid of Ghilotti Bros., Inc., at the unit prices stated in its
bid was and is the lowest and best bid for said work and said bidder is the lowest
responsible bidder therefor;
NOW, THEREFORE, BE IT RESOLVED by the Council of the City of
San Rafael, that the bid of Ghilotti Bros., Inc., and the same is hereby accepted at said unit
prices and that the contract for said work and improvements be and the same is hereby
awarded to said Ghilotti Bros., Inc. at the unit prices mentioned in said bid.
IT IS FURTHER ORDERED AND RESOLVED that the Mayor and the
City Clerk of said City be authorized and directed to execute a contract with Ghilotti
Bros., Inc., for said work and to return the bidders bond upon the execution of said
contract.
RESOLVED, FURTHER, that the Council does hereby authorize the
Public Works Director to take any and all such actions and make changes as may be
necessary to accomplish the purpose of this resolution.
I, JEANNE M. LEONCINI, Clerk of the City of San Rafael, hereby certify that
the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of
the Council of said City held on the 5`h day of September, 2006 by the following vote, to wit:
AYES: COUNCILMEMBERS• Cohen, Heller, Miller, Phillips & Mayor Boro
NOES: COUNCILMEMBERS: None
ABSENT: COUNCILMEMBERS: None
'q7 .
JEANNE E M EONCI&I, City Clerk
File No.: 18. 10.11
City of San Rafael - Department of Public Works
Bid Summary
Safe Routes to School Improvments
Project No. 21036
Bid opening :August 24, 2006
Engineer's
Estimate
Ghilotti Bros., Inc.
525 Jacoby Street
San Rafael, CA 94901
Forde Associates
ensley Street
L84ond, CA 94801
ITEM
EST
UNIT
UNIT ITEM
UNIT
ITEM
UNIT ITEM
NO.
ITEM
QTY
PRICE, $ TOTAL, $
PRICE, $
TOTAL, $
PRICE, $ TOTAL, $
1
Mobilization
1
LS
29,000.00
29,000.00
15,000.00
15,000.00
2
Traffic Control System
1
LS
7,500.00
7,500.00
15,000.00
15,000.00
3
Construction Staking
I
LS
3.000.00
31000.00
8.500.00
8.500.00
4
Removals
I
LS
23.330.00
23.330.00
85.488.00
85,488.00
5
Cold Planing AC Pavement (2" Max Depth)
4,140
SF
1.40
5,796.00
2.00
8,280.00
6
AC Pave (a " AC Overlay & 12" AC Pave Sec)
110
TON
170.00
18,700.00
250.00
27,500.00
7
Asphalt Concrete raised Crosswalk
I
LS
19,000.00
19,000.00
8,500.00
8,500.00
8
Minor Concrete (Curb & Gutter -Type A)
345
LF
40.00
13,800.00
40.00
13,800.00
9
Minor Concrete (Sidewalk -Type B)
2,440
SF
11.00
26,840.00
8.00
19,520.00
10
Minor Concrete (Curb Ramp -Case A)
8
EA
4,500.00
36,000.00
1,950.00
15,600.00
11
Minor Concrete (Curb Ramp -Case C)
I
EA
5,000.00
5,000.00
1,950.00
1,950.00
12
Catch Basin (TypeD)
8
EA
4,000.00
32,000.00
4,500.00
36,000.00
13
Reinforced Concrete Pipe -12"
254
LF
130.00
33,020.00
275.00
69,850.00
14
Manhole (Type A)
I
EA
4,000.00
4,000.00
8,500.00
8,500.00
15
Manhole (Type B)
I
EA
8,000.00
8,000.00
8,500.00
8,500.00
16
Convert Catch Basin to Manhole
2
EA
1,500.00
3,000.00
2,400.00
4,800.00
17
Extend Sidewalk Underdrain to New Face of Cu
I
EA
800.00
800.00
1,200.00
1,200.00
18
Install Sidewalk underdrain to New Catch Basin
I
EA
1,500.00
1,500.00
1,500.00
1,500.00
19
Adj Valve Cover/Fire Hydrant Valve Cover to G
2
EA
500.00
1,000.00
850.00
1,700.00
20
Adj Utility Box/Water meter Box and Lid to Gr
4
EA
300.00
1,200.00
850.00
3,400.00
21
Relocate fire Hydrant
1
LS
5,000.00
5,000.00
4,500.00
4,500.00
22
Install Thermoplas Crosswalk Pavement Markin
460
SF
14.00
6,440.00
6.00
2,760.00
23
Install Thermoplas "Xing/Stop" Pave Word Mar
64
SF
25.00
1,600.00
6.00
384.00
24
Install Roadway Sign and Post
6
EA
650.00
3,900.00
300.00
1,800.00
25
Relocate R1-1 Sign to New Post
1
EA
500.00
500.00
200.00
200.00
26
Remove & Salvage Existing Roadway Sign and
3
EA
50.00
150.00
200.00
600.00
27
Rem & Sal S4-3 Sign & Inst New W 16-7 Sign
4
EA
525.00
2,100.00
150.00
600.00
Grand Total 295,578.00 292,176.00 365,432.00
ALTERNATE BID #1 ---In Pavement Lighting 41,400.00 41,400.00 50,000.00
(ALTERNATE BID #2 ---Speed Feedback Signs 20,950.00 41,900.00 50,000.00
City of San Rafael - Department of Public Works
Bid Summary
Safe Routes to School Improvments J. A. Gonsalves & Son Constructio Maggiora & Ghilotti
Project No. 21036 1100 Soscol Ferry Road, Suite 2 555 DuBois Street
Bid opening :August 24, 2006 Napa, CA 94558 San Rafael, CA 94901
ITEM
EST
UNIT
UNIT
ITEM
UNIT
ITEM
NO.
ITEM
QTY
PRICE, $
TOTAL, $
PRICE, $
TOTAL, $
......
1
..............................
Mobilization
_.....
l
...........
LS
7,500.00
7.500.00
33,273.00
33,273.00
2
Traffic Control System
1
LS
75.000.00
75,000.00
18,750.00
18,750.00
3
Construction Staking
1
LS
15.500.00
15,500.00
5.500.00
5.500.00
4
Removals
I
LS
25.000.00
25.000.00
63.400.00
63.400.00
5
Cold Planing AC Pavement (2" Max Depth)
4,140
SF
4.00
16,560.00
7.00
28,980.00
6
AC Pave (d " AC Overlay & 12" AC Pave Sec)
110
TON
195.00
21,450.00
260.00
28,600.00
7
Asphalt Concrete raised Crosswalk
1
LS
39,750.00
39,750.00
8,500.00
8,500.00
8
Minor Concrete (Curb & Gutter -Type A)
345
LF
69.95
24,132.75
30.00
10,350.00
9
Minor Concrete (Sidewalk -Type B)
2,440
SF
9.50
23,180.00
8.00
19,520.00
10
Minor Concrete (Curb Ramp -Case A)
8
EA
4,100.00
32,800.00
4.000.00
32,000.00
11
Minor Concrete (Curb Ramp -Case C)
I
EA
5,000.00
5,000.00
4,000.00
4,000.00
12
Catch Basin (TypeD)
8
EA
4,510.00
36,080.00
4,000.00
32,000.00
13
Reinforced Concrete Pipe -12"
254
LF
175.00
44,450.00
180.00
45,720.00
14
Manhole (Type A)
I
EA
9,500.00
9,500.00
6,000.00
6,000.00
15
Manhole (Type B)
I
EA
11,500.00
11,500.00
6,000.00
6,000.00
16
Convert Catch Basin to Manhole
2
EA
8,100.00
16,200.00
6,000.00
12,000.00
17
Extend Sidewalk Underdrain to New Face of Cu
1
EA
750.00
750.00
3,000.00
3,000.00
18
Install Sidewalk underdrain to New Catch Basin
1
EA
3,100.00
3,100.00
3,000.00
3,000.00
19
Adj Valve Cover/Fire Hydrant Valve Cover to C
2
EA
750.00
1,500.00
600.00
1,200.00
20
Adj Utility Box/Water meter Box and Lid to Gr
4
EA
750.00
3,000.00
600.00
2,400.00
21
Relocate fire Hydrant
I
LS
7,500.00
7,500.00
4,500.00
4,500.00
22
Install Thermoplas Crosswalk Pavement Markin
460
SF
14.00
6,440.00
14.00
6,440.00
23
Install Thermoplas "Xing/Stop" Pave Word Mar
64
SF
25.00
1,600.00
25.00
1,600.00
24
Install Roadway Sign and Post
6
EA
650.00
3,900.00
650.00
3,900.00
25
Relocate R1-1 Sign to New Post
I
EA
500.00
500.00
500.00
500.00
26
Remove & Salvage Existing Roadway Sign and
3
EA
50.00
150.00
50.00
150.00
27
Rem & Sal 54-3 Sign & Inst New W 16-7 Sign
4
EA
500.00
2,000.00
525.00
2,100.00
Grand Total
434,042.75
383,383.00
ALTERNATE BID #1 ---In Pavement Lighting
81,000.00
41,760.00
ALTERNATE BID #2 ---Speed Feedback Signs
69,000.00
42,240.00
City of San Rafael ♦ California
Form of Contract Agreement
for
2006 Safe Routes to Schools Improvements Project
Project No. 21036
This Agreement is made and entered into this 5f day of September 2006 by and
between the City of San Rafael (hereinafter called City) and Ghilotti Bros., Inc.,
(hereinafter called Contractor). Witnesseth, that the City and the Contractor, for the
considerations hereinafter named, agree as follows:
II - Scope of the Work
The Contractor hereby agrees to furnish all of the materials and all of the equipment
and labor necessary, and to perform all of the work shown on the plans and described
in the specifications for the project entitled: Safe Routes to Schools Improvements
Project, Project No. 21036 all in accordance with the requirements and provisions of
the Contract Documents as defined in the General Conditions which are hereby made a
part of this Agreement.
III- Time of Completion
(a) The work to be performed under this Contract shall be commenced within five (5)
calendar days after the date of written notice by the City to the Contractor to
proceed.
(b) "Notice to Proceed" will signify the beginning of the 4 -week lead period to obtain
materials. However, no field work shall commence, until the delivery of the signal
equipment.
(c) Complete the work within thirty (30) working days and after 4 -week lead period
for acquisition of materials and with such extension of time as are provided for in
the General Conditions.
IIII - Liquidated Damages
It is agreed that, if all the work required by the contract is not finished or completed
within the number of working days as set forth in the contract, damage will be
sustained by the City, and that it is and will be impracticable and extremely difficult to
ascertain and determine the actual damage which the City will sustain in the event of
and by reason of such delay; and it is therefore agreed that the Contractor will pay to
the City, the sum of $2000 for each and every calendar day's delay in finishing the
work in excess of the number of working days prescribed above; and the Contractor
agrees to pay said liquidated damages herein provided for, and further agrees that the
City may deduct the amount thereof from any moneys due or that may become due the
Contractor under the contract.
IV - The Contract Sum
The City shall pay to the Contractor for the performance of the Contract the
amounts determined for the total number of each of the units of work in the
following schedule completed at the unit price stated. The number of units
contained in this schedule is approximate only, and the final payment shall be
made for the actual number of units that are incorporated in or made necessary by
the work covered by the Contract.
AGREEMENT 9 1
ar� '% -,I'
fl. � M-
ITEM
NO. ITEM
EST UNIT UNIT TOTAL
QTY PRICE PRICE
1
Mobilization
1
LS
29,000.00
29,000.00
2
Traffic Control System
1
LS
7,500.00
7,500.00
3
Construction Staking
1
LS
3,000.00
3,000.00
4
Removals
1
LS
23,330.00
23,330.00
5
Cold Planing AC Pavement (2" Max
4,140
SF
1.40
5,796.00
Depth)
6
AC Pave (@" AC Overlay & 12" AC Pave
110
TON
170.00
18,700.00
Sec)
7
Asphalt Concrete raised Crosswalk
1
LS
19,000.00
19,000.00
8
Minor Concrete (Curb & Gutter -Type A)
345
LF
40.00
13,800.00
9
Minor Concrete (Sidewalk -Type B)
2,440
SF
11.00
26,840.00
10
Minor Concrete (Curb Ramp -Case A)
8
EA
4,500.00
36,000.00
11
Minor Concrete (Curb Ramp -Case C)
1
EA
5,000.00
5,000.00
12
Catch Basin (TypeD)
8
EA
4,000.00
32,000.00
13
Reinforced Concrete Pipe -12"
254
LF
130.00
33,020.00
14
Manhole (Type A)
1
EA
4,000.00
4,000.00
15
Manhole (Type B)
1
EA
8,000.00
8,000.00
16
Convert Catch Basin to Manhole
2
EA
1,500.00
3,000.00
17
Extend Sidewalk Underdrain to New Face
1
EA
800.00
800.00
of Curb
18
Install Sidewalk underdrain to New Catch
1
EA
1,500.00
1,500.00
Basin
19
Adj Valve Cover/Fire Hydrant Valve
2
EA
500.00
1,000.00
Cover to Gr
20
Adj Utility Box/Water meter Box and Lid
4
EA
300.00
1,200.00
to Grade
21
Relocate fire Hydrant
1
LS
5,000.00
5,000.00
22
Install Thermoplas Crosswalk Pavement
460
SF
14.00
6,440.00
Marking
23
Install Thermoplas "Xing/Stop" Pave Word
64
SF
25.00
1,600.00
Mark
24
Install Roadway Sign and Post
6
EA
650.00
3,900.00
25
Relocate R1-1 Sign to New Post
1
EA
500.00
500.00
26
Remove & Salvage Existing Roadway
3
EA
50.00
150.00
Sign and Post
27
Rem & Sal S4-3 Sign & Inst New W 16-7
4
EA
525.00
2,100.00
Sign
Grand Total 292,176.00
--]ALTERNATE BID #2 ---Speed FeedbackI 41,900.00
Signs
AGREEMENT • 2
V - Progress Payments
(a). On not later than the 6th day of every month the Public Works Department shall
prepare and submit an estimate covering the total quantities under each item of
work that have been completed from the start of the job up to and including the
25th day of the preceding month, and the value of the work so completed
determined in accordance with the schedule of unit prices for such items together
with such supporting evidence as may be required by the City and/or Contractor.
(b). On not later than the 15th day of the month, the City shall, after deducting
previous payments made, pay to the Contractor 90% of the amount of the estimate
as approved by the Public Works Department.
(c). Final payment of all moneys due shall be made within 15 days after the expiration
of 35 days following the filing of the notice of completion and acceptance of the work
by the Public Works Department.
(d). The Contractor may elect to receive 100% of payments due under the contract from
time to time, without retention of any portion of the payment by the public agency,
by depositing securities of equivalent value with the public agency in accordance
with the provisions of Section 4590 of the Government Code. Such securities, if
deposited by the Contractr, shall be valued by the City's Finance Director, whose
decision on valuation of the securities shall be final.
VI - Acceptance and Final Payment
(a) Upon receipt of written notice that the work is ready for final inspection and
acceptance, the Engineer shall within 5 days make such inspection, and when he
finds the work acceptable under the Contract and the Contract fully performed, he
will promptly issue a Notice of Completion, over his own signature, stating that the
work required by this Contract has been completed and is accepted by him under
the terms and conditions thereof, and the entire balance found to be due the
Contractor, including the retained percentage, shall be paid to the Contractor by
the City within 15 days after the expiration of 35 days following the date of
recordation of said Notice of Completion.
(b) Before final payment is due the Contractor shall submit evidence satisfactory to the
Engineer that all payrolls, material bills, and other indebtedness connected with
work have been paid, except that in case of disputed indebtedness or liens the
Contractor may submit in lieu of evidence of payment a surety bond satisfactory to
the City guaranteeing payment of all such disputed amounts when adjudicated in
cases where such payment has not already been guaranteed by surety bond.
(c) The Contractor shall provide a "Defective Material and Workmanship Bond" for 50%
of the Contract Price, before the final payment will be made.
(d) The making and acceptance of the final payment shall constitute a waiver of all
claims by the City, other than those arising from any of the following: (1) unsettled
liens; (2) faulty work appearing within 12 months after final payment; (3)
requirements of the specifications; or (4) manufacturers' guarantees. It shall also
constitute a waiver of all claims by the Contractor, except those previously made
and still unsettled.
(e) If after the work has been substantially completed, full completion thereof is
materially delayed through no fault of the Contractor, and the Engineer so certifies,
the City shall, upon certificate of the Engineer, and without terminating the
Contract, make payment of the balance due for that portion of the work fully
completed and accepted.
Such payment shall be made under the terms and conditions governing final payment,
except that it shall not constitute a waiver of claims.
AGREEMENT • 3
IN WITNESS WHEREOF, City and Contractor have caused their authorized
representatives to execute this Agreement the day and year first written above.
ATTEST:
J anne M. Leoncirli`
City Clerk
APPROVED°A 7T I/:
Gai�Rag hriti
City Attorney
CITY OF SAN RAFAEL:
qf��'7 4^
Alh�rt $ ro — --- _
Mayor
CONTRACTOR:
for
GInOYR BROS., INC.
AGREEMENT • 4
BOND EXECUTED IN TRIPLICATE
FAITHFUL PERFORMANCE BOND Bond N, 08446256
PUBLIC WORK
The premium charged on this bond is $ 2,411.00
KNOW ALL MEN BY THESE PRESENTS:
THAT, WHEREAS the CITY OF SAN RAFAEL
State of California, entered into a contract dated SEPTEMBER 5 2006 , with
GHILOTTI BROS., INC.
hereinafter designated as the "Principal,"
for the work described as follows: 2006 SAFE ROUTES TO SCHOOLS Rv PROVEMENTS PROJECT
PROJECT NO. 21036
; and
WHEREAS, the said Principal is required under the terms of said contract to famish a bond for the faithful
performance of said contract.
NOW, THEREFORE, We, the Principal, anei FIDELITY AND DEPOSIT COMPANY OF MARYLAND a
corporation organized and existing under the laws of the State of MARYLAND and duly authorized to transact
business under the laws of the State of California, as Surety, are held and firmly bound unto
CITY OF SAN RAFAEL in the penal sum of
THREE HUNDRED THIRTY-FOUR THOUSAND SEVENTY-SIX & N0/100S- Dollars ($ 334,076.00 ),
lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our
heirs, executors, administrators, and successors, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, That, if the above bounden Principal, his or its heirs,
executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and
perform the covenants, conditions and agreements in the said contract and any alteration thereof made as therein
provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all
respects according, to their true intent and meaning, and shall indemnify and save harmless the
CITY OF SAN RAFAEL
its officers and agents, as therein stipulated, then this obligation
shall become null and void; otherwise it shall be and remain in full force and virtue.
And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration
or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying
the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the contract or to the work or to the specifications.
IN WITNESS WHEREOF, We have hereunto set our hands and seals thia 15TH day of SEPTEMBER 2006
GHILOTTI BROS., INC.
By Principal
MICHAEL M. G40TTI/ President/Treasurer
FIDELIfTY AND DEPOSIT
/COMPANY OF MARYLAND
PRF71001CA0201f BY
KELLY HQLTEMANN _4tto7-ney-in-Fact
ACKNOWLEDGMENT
State of California
County of Marin
On September 15, 2006 before me, Lori J. Nelson, Notary Public
(here insert name and title of the officer)
personally appeared Michael M. Ghilotti
President/Treasurer, Ghilotti Bros., Inc.
personally known to me (or proved to me on the basis of satisfactory evidence) to be
the person(sj whose name( -a) is/a;:& subscribed to the within instrument and
acknowledged to me that he/s#ae/they executed the same in his/her/t#f authorized
capacity(+es), and that by his/he4thek-signature(e�on the instrument the person(*,
or the entity upon behalf of which the persons)acted, executed the instrument.
WITNESS my hand and official seal.
Signature .4411&1-7-2--
J. NELSON
Commissbn #-16-607-46—
Notary Public - CaHfornla
16MVLORI
Morin County
Comm. Expires Apr 25, 2014
(Seal)
I
ACKNOWLEDGMENT
State of California
County of SONOMA
On 9/15/06 before me,
personally appeared
J. DeLUCA, NOTARY PUBLIC
(here insert name and title of the officer)
FELLY HOLTEMANN,
ATTORNEY-IN-FACT
personally known to me (or proved to me on the basis of satisfactory evidence) to be
the person(s) whose name(a) is/eFe subscribed to the within instrument and
acknowledged to me that4-4e/she/t#ey executed the same in hWherltl}sip authorized
capacity(+es,), and that by 4 s/herAhei-F signature(s) on the instrument the person( -S),
or the entity upon behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seas.
Signature
. J. DE LUCA
T �'= COMM #1521691
U NC1TAIiY r'UDLIC -CALIFORNIA n
6OWWA COUNTY j
My Cnmr + rrpires Oct. 24, 2008 ir
(Seal)
BOND M(',]JTED IN TRIPLICATE
Bond No. 08446256
PAYMENT BOND
PUBLIC WORK
Section 3247-3252 inclusive, Civil code)
(Premium included in Faithful Performance Bond)
KNOW ALL MEN BY THESE PRESENT:
That, Whereas
CITY OF SAN RAFAEL
has awarded to
GHILOTTI BROS., INC.
as Principal, a contract for the work described as follows: 2006 SAFE ROUTES TO SCHOOLS
IMPROVEMENTS PROJECT
PROJECT NO. 21.036
AND WHEREAS, said Principal is required ad to furnish a bond in connection with said contract, to secure the
payment of claims of laborers, mechanics, materialmen, and other persons as provided by law:
NOW, THEREFORE, We the undersigned Principal and Surety are held and firmly bound unto the
CITY OF SAN RAFAEL
in the amount required by law, the sum of
THREE HUNDRED THIRTY-FOUR THOUSAND SEVENTY-SIX AND NO/100THS ------------------------------
Dollars (S 334,076.00 ) for which payment well and truly be made we bind ourselves, our heirs,
executors and administrators, successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, That if said Principal, his or its heirs, executors,
administrators, successors or assigns, or subcontractors, shall fail to pay any of the persons named in Civil Code
Section 3181, or amounts due under the Unemployment's Insurance Act with respect to work or labor performed
by any such claimant, or for any amounts required to be deducted, withheld, and paid over the Employment
Development Department from the wages of employees of the principals and his subcontractors pursuant to
section 13020 of the Unemployment Insurance Code, with respect to such work and labor, that the Surety or
Sureties herein will pay for the same in the amount not exceeding the sum specified in this bond, otherwise the
above obligation shall be void. In case suit is brought upon this bond, the said surety will pay a reasonable
attorney's fee to be fixed by the court.
PAY71001 CA0202f
In witness Whereof, We have hereunto set our hand and seals this 15TH
day of SEPTEMBER 2006
GHILOTTI BROS., INC.
Principal
By:
MICHAEL M. GHILOITI, /PRESIDENT/TREASURER
FIDELITY AND DEPOSIT COMPANY OF MARYLANI
B -- � C C' i- -z L
y:
KELLY HOLTEMANN , Attorney -In -Fact
ACKNOWLEDGMENT
State of California
County of Marin
On September 15, 2006 before me, Lori J. Nelson, Notary Public
(here insert name and title of the officer)
personally appeared Michael M. Ghilotti
President/Treasurer, Ghilotti Bros., Inc.
personally known to me (or proved to me on the basis of satisfactory evidence) to be
the person(-s}whose name( is/ass subscribed to the within instrument and
acknowledged to me that he/614e/they executed the same in his/herMeif authorized
capacity(ies), and that by his/he4# ei�signature(ej on the instrument the person(-},
or the entity upon behalf of which the person (t) -acted, executed the instrument.
WITNESS my hand and official seal.
Signature /6't-1
LORI J. NELSON
_Commission #-16-60-746—
Notary Public - California
QMy
Marin County
Comm. Expires Apr 25, 20101
(Seal)
ACKNOWLEDGMENT
State of California
County of SONOMA
On 9/15/06 before me,
personally appeared
J. DeLUCA, NOTARY PUBLIC
(here insert name and title of the officer)
KELLY HOLTOPM,
ATTORNEY-IN-FACT
personally known to me (or proved to me on the basis of satisfactory evidence) to be
the person(s) whose name(&) is/aFe subscribed to the within instrument and
acknowledged to me that4-4e/she/tl;e executed the same in hWherA4&i4: authorized
capacity(ie&), and that by 4iws/herA#eif signature(&) on the instrument the person(s),
or the entity upon behalf of which the persons) acted, executed the instrument.
WITNESS my hand and official seal.
Signature
. DE LRA�
T E` COMM. #1521691
V �e NOTAI4YPUBLIC -CALIFORNIA n
'1 .I SONOMA COUNTY 1
My Cumin. Expires Oct. 24, 2008
(Seal)
L
0
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by M. P. HAMMOND, Vice President, and ERIC D. BARNES, Assistant Secretary, in
pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, w ' set forth on the reverse
side hereof and are hereby certified to be in full force and effect on the date hereof d s ate, constitute and
appoint Goran G.E. RYN, Lawrence J. COYNE, Kelly HOLTEM C f Petaluma,
California, EACH its true and lawful agent and Attomey-in- to ° or, and on its behalf
as surety, and as its act and deed: any and all bon gs o such bonds or undertakings in
pursuance of these presents, shall be as b' ' ° om ly, to all intents and purposes, as if they
had been duly executed and ac a re o ers of the Company at its office in Baltimore, Md., in
their own proper pe p f Ao ssued on behalf of Bonnie K. Frymire, dated August 19,
1992. `-:5
The said Assistant ° es a eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI,
Section 2, of the By- s said Company, and is now in force.
IN WITNESS WHEREOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and
affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 27th day of June,
A.D. 2005.
ATTEST:
�a OEPps�
� t
_ O O
W w
4'wnl
State of Maryland
ss..
City of Baltimore
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
g" -
By:
F.Wgwwhw�
Eric D. Barnes Assistant Secretary M. P. Hammond
Vice President
On this 27th day of June, A.D. 2005, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came M. P. HAMMOND, Vice President, and ERIC D. BARNES, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being
by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid,
and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of
the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
o�aa\5 R. liq),
wro�aw.•
rrmne
Rpw
Dennis R. Hayden Notary Public
My Commission Expires: February 1, 2009
POA -F 016-3366
ACG'{RD,. CERTIFICAT, OF LIABILITY INSURAW GHCSR
ILO -1 DATE (MMIDDIYYYY)
09/15/06
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Don Ramatici Insurance, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P.O. Box 551 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Petaluma CA 94953
Phone : 707-782-9200 Fax: 707-782-9300 INSURERS AFFORDING COVERAGE NAIC #
INSURED INSURER A Valley Forge Insurance
INSURER B Transportation Ins. Co.
Ghilottl Bros., Inc.
INSURER C
State Compensation Ins. Fund
525 Jacoby Street
INSURERD
San Rafael CA 94901
INSURER E
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT
TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
IN5K 4UU'L
LTR NSRC TYPE OF INSURANCE POLICY NUMBER
POLICY EFFECTIVE
DATE (MM/DD/YY)
POLICY EXPIRATION LIMITS
DATE (MM/DD/YY)
GENERAL LIABILITY
EACH OCCURRENCE
$ 1,000,000
A X X COMMERCIAL GENERAL LIABILITY TCP2086959546
10/01/05
UAWLAbt I U KtN I CU
10/01/06 PREMISES (Ea occurence)
$ 100,000
CLAIMS MADE a OCCUR
I MED EXP (Any one person)
$ 5,000
X Contrctl/Brd Frm
I PERSONAL & ADV INJURY
$1,000,000
X XCU Incl. $10,000 PD DED - PER OCC
I GENERAL AGGREGATE
$ 2,000,000
GENT AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
s2,000,000
POLICY ] F—] LOC
JjECT
AUTOMOBILE LIABILITY
_
COMBINED SINGLE LIMIT
$1,000,000
B X ANY AUTO BUA2087746336
10/01/05
10/01/06 (Ea accident)
ALL OWNED AUTOS
BODILY INJURY
$
SCHEDULED AUTOS
(Per person)
X HIRED AUTOS
_
BODILY INJURY
$
X NON -OWNED AUTOS
(Per accident)
X Ded. $1000 APD
PROPERTY DAMAGE
$
(Per accident)
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
ANY AUTO
OTHER THAN EA ACC
AUTO ONLY: AGG
I $
$
EXCESS/UMBRELLA LIABILITY
EACH OCCURRENCE
$ 9,000,000
A XI OCCUR EICLAIMSMADE CUP2087746286
10/01/05
10/01/06 AGGREGATE
Is 9,000,000
I$
DEDUCTIBLE
I
I $
X RETENTION $10,000
I
$
WORKERS COMPENSATION AND
I X (TORY LIMITS I I ER
C EMPLOYERS' LIABILITY 667612405
10/01/05
10/01/06 E.L EACH ACCIDENT
1$1,000,000
ANY PROPRIETOR/PARTNER/EXECUTIVE
C OFFICER/MEMBEREXCLUDED? 767612405
10/01/05
10/01/06�E.L.DISEASE -EAEMPLOYEEI$1,000,000
If yes, describe under
SPECIAL PROVISIONS below
I E.L. DISEASE -POLICY LIMIT
I $1,000,000
OTHER
I
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS
RE: Operations of the Named Insured for the Certificate Holder.
Job: 2006 Safe Routes to School -Improvement Project #21036/GBI #06426
*Ten day notice would be sent on non payment.
**its elective, appointive Boards & commissions
30*XG140331A99
CERTIFICATE HOLDER
City of San Rafael, its
officers, agents & emplys,
Dept. of Public Works**
P.O. Box 151560
San Rafael, CA 94915
ACORD 25 (2001/08)
CANCELLATION
SANRAF4 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL EW9EAY9Ri0 MAIL 30* DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BH;F0.44-A Ei- B9 Be SHfitt
IMPBSE 118 -_ III1i.TI It I
AU /ZED RESE E ���� ,,
�" v ��� U14At7ORD CORPORATION 1988
CERTHOLDER COPY
STATE P.O. BOX 420807, SAN FRANCISCO,CA 94142-0807
COMPENSATION
INSURANCE
FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
ISSUE DATE: 09-15-2006 GROUP:
POLICY NUMBER: 6676124-2005
CERTIFICATE ID: 202
CERTIFICATE EXPIRES: 10-01-2006
10-01-2005/10-01-2005
CITY OF SAN RAFAEL NC JOB:2006 SAFE ROUTES TO SCHOOL IMPR.
PROD. #21036 GBI #06426
PO BOX 151550
SAN RAFAEL CA 94915-1560
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the
California Insurance Commissioner to the employer named below for the policy period that will expire or did
expire as indicated above.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded
by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document
with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance
afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy.
tTHIRIZEI REPRESENTATI PRESIDENT
EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE.
ENDORSEMENT #1600 - MICHAEL GHILLOTI PRES,TRES - EXCLUDED.
ENDORSEMENT #1600 - DANTE GHILLOTI VPRES,SEC - EXCLUDED.
ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 03-03-2005 IS
ATTACHED TO AND FORMS A PART OF THIS POLICY.
EMPLOYER
GHILOTTI BROS INC AND/OR D & M EQUIPMENT
525 JACOBY ST
SAN RAFAEL CA 94901
IREV.2.05)
NC
(B10,NC)
PRINTED : 09-15-2005
NC
CERTHOLDER COPY
S'T'ATE P.O. BOX 420807, SAN FRANCISCO,CA 94142-0807
COMPENSATION
INSURANCE
FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
ISSUE DATE: 09-15-2008 GROUP:
POLICY NUMBER: 7676124-2005
CERTIFICATE ID: 247
CERTIFICATE EXPIRES: 10-01-2006
10-01-2005/10-01-2005
CITY OF SAN RAFAEL NC JOB:2006 SAFE ROUTES TO SCHOOL IMPR.
PROD. #21036 GBI #06426
PO BOX 151550
SAN RAFAEL CA 94915-1550
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the
California Insurance Comm;ssioner to the employer named below for the policy period that will expire or did
expire as indicated above.
This certificate of insurance :s not an insurance policy and does not amend, extend or alter the coverage afforded
by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document
with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance
afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy.
THORIZED REPRESENTATI PRESIDENT
EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE.
ENDORSEMENT #1600 - MICHAEL GHILOTTI PRES,TRES - EXCLUDED.
ENDORSEMENT #1600 - DANTE GHILOTTI VPRES,SEC - EXCLUDED.
ENDORSEMENT #2055 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 03-03-2006 IS
ATTACHED TO AND FORMS A PART OF THIS POLICY.
EMPLOYER
GHILOTTI BROS INC AND/OR D & M EQUIPMENT
525 JACOBY ST
SAN RAFAEL CA 94901
(REV.2.05)
NC
[B10,NC]
PRINTED : 09-15-2006
NC