Loading...
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