Loading...
HomeMy WebLinkAboutCC Resolution 11230 (Peacock Gap Storm Water Pump Station; Michael Paul)RESOLUTION NO. 11230 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING CONTRACT FOR PEACOCK GAP STORM WATER PUMP STATION REHABILITATION TO MICHAEL PAUL COMPANY, INC. IN THE AMOUNT OF $589,848.00 WHEREAS, on the P day of December, 2002, 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: "PEACOCK GAP STORM WATER PUMP STATION REHABILITATION" PROJECT NO. 10736 in accordance with the plans and specifications therefor on file in the office of said City Clerk; and WHEREAS, the bid of Michael Paul Company, 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 that the bid of Michael Paul Company, 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 Michael Paul Company, Inc. at the unit prices mentioned in said bid. BE IT FURTHER RESOLVED that the Mayor and the City Clerk of said City be authorized and directed to execute a contract with Michael Paul Company, Inc. for said work and to return the bidders bond upon the execution of said contract. BE IT FURTHER RESOLVED that the Director of Public Works is hereby authorized to take any and all such actions and make changes as may be necessary to accomplish the purpose of this resolution. I, JEANNE M. LEONCINI, 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 on Monday, the 16`h day of December, 2002, by the following vote, to wit: AYES: COUNCILMEMBERS: Cohen, Heller, Miller, Phillips & Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None JE M. LEONdNI, City Clerk File No.: 08.06.55 City ur San Rafael - Department of Public vvorks Bid Summary Peacock Gap Storm Nater Pump Station Rehabilitation LS Michael Paul Company, Inc. Kirkwood-Bly. Inc. Project No. 10736 Engineer's 1200 Casa Grande Road 3345 Industrial Drive, Ste 10 Bid opening: December 3, 2002 Estimate Petaluma, CA 94954 Santa Rosa, CA 95403 ITEM EST UNIT UNIT ITEM UNIT ITEM UNIT ITEM NO. ITEM QTY PRICE, $ TOTAL. $ PRICE, $ TOTAL, $ PRICE, $ TOTAL, $ 1 Site Clearing and Preparation 2 Dewatering 3 Demolition a Existing Concrete Curbi Gutter & Sidewalk b Existing Pump Station Facilities c Existing AC Driveway 4 Earthwork 5 Furnish & Install Storm Drainage System a 18" PVC b 6" PVC c Modified Drop Inlet d 3'x3' Drop Inlet e 1.5'x1.5' Drop Inlet f Modified Type "D" V -ditch 6 Furnish & Install Site Work a AC Pavment, Including Base b Sawcut Existing AC c 2' High Concrete Retaining Wall d Type "A" Curb & Gutter e 4' Wide Concrete Sidewalk f 8' & 6' High Chain Link Fence g Type "E" Concrete Curb h Generator Pull-out Facility 7 Furnish & Install Existing Sump Rehabilitation a Chipping of Existing Surface b Repair Cracks c Repair Metal Embedments d Plug Existing Penetrations e Apply Corrosion Inhibitor f Apply Concrete Resurfacing g Place Dowels; Apply Bonding Agent h Concrete 8 Furnish & Install 1 1/2" Dia. Galvanized Railing 9 Furnish & Install Stainless Steel Ladders 10 Furnish & Install Fiberglass Grating 11 Install Manhole Frame and Lid 12 Bore 12" Holes in Existing Station Deck 13 Furnish & Install Electrical Equipment a Motor Control Center b Relocate Transformer c Electrical Conduit d Generator Receptacle e Ultra Sonic Level f Reconnect Power Leads for Pump Motors g Radio Antenna h Signage 14 Furnish & Install Gates and Actuators a 72"x60" Slide Gate b 36"x36" Slide Gate c Recondition Ex. 36" Pump Discharge Flap Gate S-15 Apply Elastomeric Coating 1 LS 20,000.00 20,000.00 20.000.00 20.000.00 20,000.00 20,000.00 1 LS 10,000.00 10,000.00 10,000.00 10,000.00 10.000.00 10,000.00 102 LF 11.00 1,122.00 41.00 4,182.00 21.00 2,142.00 1 LS 6,000.00 6,000.00 39,861.00 39,861.00 3.760.00 3,760.00 1 LS 2,000.00 2.000.00 5,615.00 5.615.00 1,250.00 1,250.00 1 LS 2,740.00 2,740.00 21,071.00 21.071.00 3,385.00 31385.00 30 LF 110.00 3,300.00 103.00 3,090.00 62.00 1,860.00 10 LF 99.00 990.00 84.00 840.00 52.20 522.00 3 EA 11,000.00 331000.00 3,061.00 9,183.00 6,200.00 18,600.00 2 EA 3,300.00 6,600.00 3,762.00 7,524.00 1,382.00 2,764.00 1 EA 2,750.00 2,750.00 2,362.00 2,362.00 1,300.00 1,300.00 40 LF 66.00 2,640.00 104.00 4,160.00 81.30 3,252.00 1,500 SF 3.30 4,950.00 5.00 7,500.00 8.10 12,150.00 280 LF 11.00 3,080.00 2.00 560.00 1.20 336.00 44 LF 66.00 2,904.00 126.00 5,544.00 167.00 7,348.00 45 LF 33.00 1,485.00 32.00 11440.00 73.00 3,285.00 180 SF 11.00 1,980.00 12.00 2.160.00 13.50 2,430.00 150 LF 66.00 9,900.00 77.00 11,550.00 54.50 8,175.00 180 LF 22.00 3,960.00 25.00 4,500.00 33.75 6,075.00 1 LS 17,000.00 17,000.00 31,282.00 31,282.00 18,100.00 18,100.00 4,550 SF 3.30 15,015.00 2.00 9,100.00 3.00 13,650.00 10 LF 120.00 1,200.00 285.00 2,850.00 113.00 1,130.00 100 EA 60.00 6,000.00 83.00 8,300.00 33.00 3,300.00 2 EA 550.00 1,100.00 601.00 1,202.00 520.00 1,040.00 5,500 SF 2.20 12,100.00 2.00 11,000.00 0.30 1,650.00 4,500 SF 4.40 19,800.00 2.00 9,000.00 14.40 64,800.00 1 LS 4,400.00 4,400.00 4,209.00 4,209.00 3,000.00 3,000.00 40 CY 500.00 20,000.00 822.00 32,880.00 450.00 18,000.00 1 LS 11,000.00 11,000.00 11,122.00 11,122.00 11,000.00 11,000.00 I LS 11.000.00 11,000.00 11,939.00 11,939.00 16,400.00 16,400.00 1 LS 6,000.00 6,000.00 13,735.00 13,735.00 5,000.00 5,000.00 1 EA 2,750.00 2,750.00 867.00 867.00 875.00 875.00 4 EA 300.00 11200.00 553.00 2,212.00 220.00 880.00 1 LS 121,000.00 121,000.00 103,770.00 103,770.00 149,000.00 149,000.00 1 LS 11,000.00 11,000.00 3,138.00 31138.00 2,200.00 2,200.00 1 LS 11,000.00 11,000.00 24,248.00 24,248.00 58,000.00 58,000.00 1 LS 16,500.00 16,500.00 1,482.00 1,482.00 7,100.00 7,100.00 1 LS 1,650.00 1,650.00 1,482.00 1,482.00 675.00 675.00 1 LS 2,750.00 2,750.00 1.482.00 1,482.00 2,100.00 2.100.00 1 LS 1,650.00 1,650.00 1,482.00 1,482.00 3,250.00 3,250.00 1 LS 1,100.00 1,100.00 746.00 746.00 660.00 660.00 1 EA 28,000.00 28,000.00 34,723.00 34,723.00 16.224.00 161224.00 2 EA 16,500.00 33,000.00 17,220.00 34,440.00 10,200.00 20.400.00 2 EA 2,750.00 5,500.00 1,655.00 3,310.00 2,700.00 5,400.00 5,285 SF 3.90 20.611.50 13.00 68.705.00 12.48 65,956.80 Grand Total 501,727.50 589,848.00 598.424.80 City ur San Rafael - Department of Public vdorks Bid Summary Peacock Gap Storm Nater Pump Station Rehabilitation Maggiora & Ghilotti, Inc. Valentine Corporation Power Engineering Contract Project No. 10736 555 Dubois St P.O. Box 9337 1500 Ferry Point, Suite 200 Bid opening: December 3, 2002 San Rafael, CA 94901 San Rafael, CA 94912 Alameda, CA 94501 ITEM NO. ITEM 1 Site Clearing and Preparation 2 Dewatering 3 Demolition a Existing Concrete Curb'Gutter & Sidewalk b Existing Pump Station Facilities c Existing AC Driveway 4 Earthwork 5 Furnish & Install Storm Drainage System a 18" PVC b 6" PVC c Modified Drop Inlet d 3'x3' Drop Inlet e 1.5'.x1.5' Drop Inlet f Modified Type "D" V -ditch 6 Furnish & Install Site Work a AC Pavment, Including Base b Sawcut Existing AC c 2' High Concrete Retaining Wall d Type "A" Curb & Gutter e 4' Wide Concrete Sidewalk f 8'& 6' High Chain Link Fence g Type "E" Concrete Curb h Generator Pull-out Facility 7 Furnish & Install Existing Sump Rehabilitation a Chipping of Existing Surface b Repair Cracks c Repair Metal Embedments d Plug Existing Penetrations e Apply Corrosion Inhibitor f Apply Concrete Resurfacing g Place Dowels; Apply Bonding Agent h Concrete 8 Furnish & Install 1 1/2" Dia. Galvanized Railing 9 Furnish & Install Stainless Steel Ladders 10 Furnish & Install Fiberglass Grating I 1 Install Manhole Frame and Lid 12 Bore 12" Holes in Existing Station Deck 13 Furnish & Install Electrical Equipment a Motor Control Center b Relocate Transformer c Electrical Conduit d Generator Receptacle e Ultra Sonic Level f Reconnect Power Leads for Pump Motors g Radio Antenna h Signage 14 Furnish & Install Gates and Actuators a 72"x60" Slide Gate b 36"x36" Slide Gate c Recondition Ex. 36" Pump Discharge Flap Gate S-15 Apply Elastomeric Coating EST UNIT UNIT ITEM UNIT ITEM UNIT ITEM QTY PRICE. $ _...:..... TOTAL, $ ..... ..:.... PRICE, $ TOTAL, $ ...:....... PRICE. $ TOTAL, $ 1 LS 20,000.00 . 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 1 LS 10,000.00 10.000.00 10,000.00 10.000.00 10,000.00 10,000.00 102 LF 14.50 1,479.00 30.00 3,060.00 30.00 3,060.00 1 LS 18,000.00 18,000.00 17,000.00 17.000.00 15,000.00 15,000.00 1 LS 1,600.00 1.600.00 11100.00 1.100.00 1,500.00 1,500.00 1 LS 6,000.00 6.000.00 18,000.00 18,000.00 2.500.00 2.500.00 30 LF 100.00 3,000.00 170.00 5.100.00 55.00 1,650.00 10 LF 200.00 2,000.00 100.00 1,000.00 80.00 800.00 3 EA 8,500.00 25,500.00 12.000.00 36,000.00 3,000.00 9,000.00 2 EA 6,000.00 12,000.00 2,600.00 5,200.00 2,300.00 4,600.00 1 EA 3,500.00 3.500.00 1,400.00 1,400.00 2,300.00 2,300.00 40 LF 50.00 2,000.00 54.00 2,160.00 43.00 1,720.00 1,500 SF 7.00 10,500.00 10.00 15,000.00 5.00 7,500.00 280 LF 2.00 560.00 3.00 840.00 4.00 1,120.00 44 LF 235.00 10,340.00 250.00 11,000.00 160.00 7,040.00 45 LF 50.00 2,250.00 80.00 3,600.00 50.00 2,250.00 180 SF 12.00 2,160.00 15.00 2,700.00 25.00 4,500.00 150 LF 44.00 6,600.00 56.00 8,400.00 60.00 9,000.00 180 LF 40.00 7,200.00 15.00 2,700.00 30.00 5,400.00 1 LS 18,500.00 18,500.00 22,000.00 22,000.00 28,000.00 28,000.00 4,550 SF 6.00 27,300.00 6.00 27,300.00 5.00 22,750.00 10 LF 375.00 3,750.00 120.00 1,200.00 100.00 1,000.00 100 EA 72.00 7,200.00 100.00 10,000.00 40.00 4,000.00 2 EA 245.00 490.00 200.00 400.00 200.00 400.00 5,500 SF 6.24 34,320.00 1.90 10,450.00 2.00 11,000.00 4,500 SF 15.00 67,500.00 6.00 27,000.00 17.00 76,500.00 1 LS 6,250.00 6,250.00 4,500.00 4,500.00 7,500.00 7,500.00 40 CY 900.00 36,000.00 800.00 32,000.00 800.00 32,000.00 1 LS 6,400.00 6,400.00 7,700.00 7,700.00 12,500.00 12,500.00 1 LS 4,750.00 4,750.00 24.000.00 24,000.00 6,500.00 6,500.00 1 LS 15,250.00 15,250.00 9,700.00 9,700.00 6,300.00 6,300.00 1 EA 750.00 750.00 1,300.00 1,300.00 1,500.00 1,500.00 4 EA 145.00 580.00 325.00 1,300.00 250.00 1,000.00 1 LS 110,000.00 110,000.00 140,000.00 140,000.00 243,000.00 243.000.00 1 LS 100.00 100.00 600.00 600.00 1,000.00 1,000.00 I LS 51,235.00 51,235.00 63,000.00 63,000.00 5,000.00 5,000.00 I LS 4,025.00 4,025.00 5,200.00 5,200.00 7,000.00 7,000.00 1 LS 500.00 500.00 650.00 650.00 1,500.00 1,500.00 1 LS 1,600.00 1,600.00 2,000.00 2,000.00 2,300.00 2,300.00 1 LS 2,500.00 2,500.00 3,200.00 3,200.00 3,200.00 3,200.00 1 LS 500.00 500.00 650.00 650.00 1,000.00 1,000.00 1 EA 25,000.00 25,000.00 20,000.00 20,000.00 29,000.00 29,000.00 2 EA 15,000.00 30,000.00 11,000.00 22,000.00 15,000.00 30,000.00 2 EA 11,000.00 22,000.00 6,400.00 12,800.00 10,000.00 20,000.00 5,285 SF 11.00 58,135.00 13.00 68,705.00 13.00 68,705.00 Grand Total 679,324.00 681,915.00 731,595.00 City of San Rafael - Department of Public Works Bid Summary Peacock Gap Storm Nater Pump Station Rehabilitation NCCI, Inc. Pacific Infrastructure Corp. Project No. 10736 Pier 26. The Embarcadero 239 Main Street, Suite E Bid opening : December 3, 2002 San Francisco, CA 94105 Pleasanton, CA 94566 ITEM NO. ITEM 1 Site Clearing and Preparation 2 Dewatering 3 Demolition a Existing Concrete Curb/Gutter & Sidewalk b Existing Pump Station Facilities c Existing AC Driveway 4 Earthwork 5 Furnish & Install Storm Drainage System a 18" PVC b 6" PVC c Modified Drop Inlet d 3 x3' Drop Inlet e 1.5:x1.5' Drop Inlet f Modified Type "D" V -ditch 6 Furnish & Install Site Work a AC Pavment, Including Base b Sawcut Existing AC c 2' High Concrete Retaining Wall d Type "A" Curb & Gutter e 4' Wide Concrete Sidewalk f 8'& 6' High Chain Link Fence g Type "E" Concrete Curb h Generator Pull-out Facility 7 Furnish & Install Existing Sump Rehabilitation a Chipping of Existing Surface b Repair Cracks c Repair Metal Embedments d Plug Existing Penetrations e Apply Corrosion Inhibitor f Apply Concrete Resurfacing g Place Dowels; Apply Bonding Agent h Concrete 8 Furnish & Install 1 1'2" Dia. Galvanized Railing 9 Furnish & Install Stainless Steel Ladders 10 Furnish & Install Fiberglass Grating 11 Install Manhole Frame and Lid 12 Bore 12" Holes in Existing Station Deck 13 Furnish & Install Electrical Equipment a Motor Control Center b Relocate Transformer c Electrical Conduit d Generator Receptacle e Ultra Sonic Level f Reconnect Power Leads for Pump Motors g Radio Antenna h Signage 14 Furnish & Install Gates and Actuators a 72"x60" Slide Gate b 36"x36" Slide Gate c Recondition Ex. 36" Pump Discharge Flap Gate 5-15 Apply Elastomeric Coating EST UNIT UNIT ITEM UNIT ITEM QTY PRICE. $ TOTAL, $ PRICE, $ TOTAL. $ 1 LS 20,000.00 20,000.00 20,000.00 20,000.00 1 LS 10,000.00 10,000.00 10,000.00 10.000.00 102 LF 18.00 1.836.00 105.00 10,710.00 1 LS 7,100.00 7,100.00 48,000.00 48,000.00 1 LS 3,000.00 3,000.00 11.500.00 11,500.00 1 LS 43,000.00 43,000.00 17,250.00 17,250.00 30 LF 197.00 5,910.00 250.00 7,500.00 10 LF 196.00 1,960.00 300.00 31000.00 3 EA 19,000.00 57.000.00 15,000.00 451000.00 2 EA 2,200.00 4,400.00 1,750.00 3,500.00 l EA 2,800.00 2,800.00 1,500.00 1,500.00 40 LF 40.00 1,600.00 25.00 1,000.00 1,500 SF 7.00 10,500.00 7.50 11,250.00 280 LF 6.00 1,680.00 12.00 3,360.00 44 LF 215.00 9.460.00 575.00 25,300.00 45 LF 85.00 3,825.00 30.00 1,350.00 180 SF 13.00 2,340.00 5.75 1,035.00 150 LF 46.00 6,900.00 50.00 7,500.00 180 LF 74.00 13,320.00 30.00 5,400.00 1 LS 43,000.00 43,000.00 53,500.00 53,500.00 4,550 SF 6.00 27,300.00 5.80 26,390.00 10 LF 400.00 4,000.00 100.00 1,000.00 100 EA 100.00 10,000.00 100.00 10,000.00 2 EA 9,500.00 19,000.00 500.00 1,000.00 5.500 SF 5.00 27,500.00 5.25 28,875.00 4,500 SF 16.00 72,000.00 17.25 77,625.00 1 LS 7,000.00 7,000.00 10,000.00 10,000.00 40 CY 800.00 32,000.00 2,500.00 100,000.00 1 LS 9,500.00 9,500.00 10,000.00 10,000.00 I LS 5,500.00 5,500.00 2,100.00 2,100.00 LS 9,500.00 9,500.00 6,000.00 6,000.00 1 EA 2,500.00 2,500.00 2.500.00 2,500.00 4 EA 500.00 2,000.00 650.00 2,600.00 1 LS 172,000.00 172,000.00 126,500.00 126.500.00 1 LS 1,000.00 1,000.00 1,000.00 1.000.00 I LS 64,000.00 64,000.00 52,000.00 52.000.00 1 LS 13.000.00 13,000.00 6,000.00 6,000.00 1 LS 1,200.00 1,200.00 1,300.00 1,300.00 1 LS 1,650.00 1,650.00 1,800.00 1,800.00 1 LS 2,200.00 2.200.00 2,600.00 2,600.00 1 LS 700.00 700.00 750.00 750.00 1 EA 29,000.00 291000.00 20,433.00 20,433.00 2 EA 17,000.00 34,000.00 11,734.00 23,468.00 2 EA 5,700.00 11,400.00 7,784.00 15,568.00 5,285 SF 12.00 63,420.00 11.60 61,306.00 Grand Total 871.001.00 878,470.00 City of San Rafael ♦ California Form of Contract Agreement for PEACOCK GAP STORM WATER PUMP STATION REHABILITATION This Agreement is made and entered into this 16th day of December, 2002, by and between the City of San Rafael (hereinafter called City) and Michael Paul Company, 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: Peacock Gap Storm Water Pump Station Rehabilitation, 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. lII- Time of Completion (a) Commence the procurement of material within five (51 calendar days after receipt of a written "Notice to Proceed with Procurement of Materials". Commence the construction work within five (51 calendar days of the receipt of written "Notice to Proceed with Construction". This date is estimated to be April 15, 2003 or a date to be determined by the City depending on weather conditions. (b) The work shall be completed within seventy (701 working days after the date of such notice, and with such extensions of time as are provided for in the General Conditions. 111I - Liquidated Damages It is agreed that, if all the work required by the contract is not finished or completed within the number of working days as set forth in the contract, damage will be sustained by the City, and that it is and will be impracticable and extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by reason of such delay; and it is therefore agreed that the Contractor will pay to the City, the sum of $500.00 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. 1V - The Contract Sum The City shall pay to the Contractor for the performance of the Contract the amounts determined for the total number of each of the units of work in the following schedule completed at the unit price stated. The number of units contained in this schedule is approximate only, and the final payment shall be made for the actual number of units that are incorporated in or made necessary by the work covered by the Contract. AGREEMENT • 1 ITEM EST UNIT UNIT ITEM NO. ITEM QTY PRICE, $ TOTAL, $ 1 Site Clearing and Preparation 1 LS 20,000.00 20,000.00 2 Dewatering 1 LS 10,000.00 10,000.00 3 Demolition a Existing Concrete 102 LF 41.00 4,182.00 Curb/ Gutter & Sidewalk b Existing Pump Station 1 LS 39,861.00 39,861.00 Facilities c Existing AC Driveway 1 LS 5,615.00 5,615.00 4 Earthwork 1 LS 21,071.00 21,071.00 5 Furnish & Install Storm Drainage System a 18" PVC 30 LF 103.00 3,090.00 b 6" PVC 10 LF 84.00 840.00 c Modified Drop Inlet 3 EA 3,061.00 9,183.00 d 3'x3' Drop Inlet 2 EA 3,762.00 7,524.00 e 1.5'x1.5' Drop Inlet 1 EA 2,362.00 2,362.00 fModified Type "D" V -ditch 40 LF 104.00 4,160.00 6 Furnish & Install Site Work a AC Pavment, Including Base 1,500 SF 5.00 7,500.00 b Sawcut Existing AC 280 LF 2.00 560.00 c 2' High Concrete Retaining 44 LF 126.00 5,544.00 Wall d Type "A" Curb & Gutter 45 LF 32.00 1,440.00 e 4' Wide Concrete Sidewalk 180 SF 12.00 2,160.00 f 8'& 6' High Chain Link 150 LF 77.00 11,550.00 Fence g Type "E" Concrete Curb 180 LF 25.00 4,500.00 h Generator Pull-out Facility 1 LS 31,282.00 31,282.00 7 Furnish & Install Existing Sump Rehabilitation a Chipping of Existing Surface 4,550 SF 2.00 9,100.00 b Repair Cracks 10 LF 285.00 2,850.00 c Repair Metal Embedments 100 EA 83.00 8,300.00 d Plug Existing Penetrations 2 EA 601.00 1,202.00 e Apply Corrosion Inhibitor 5,500 SF 2.00 11,000.00 f Apply Concrete Resurfacing 4,500 SF 2.00 9,000.00 g Place Dowels; Apply Bonding 1 LS 4,209.00 4,209.00 Agent h Concrete 40 CY 822.00 32,880.00 8 Furnish & Install 1 1/2" Dia. 1 LS 11,122.00 11,122.00 Galvanized Railing 9 Furnish & Install Stainless 1 LS 11,939.00 11,939.00 Steel Ladders 10 Furnish & Install Fiberglass 1 LS 13,735.00 13,735.00 Grating 11 Install Manhole Frame and 1 EA 867.00 867.00 Lid 12 Bore 12" Holes in Existing 4 EA 553.00 2,212.00 Station Deck AGREEMENT • 2 ITEM EST UNIT UNIT ITEM NO. ITEM QTY PRICE, $ TOTAL, $ 13 Furnish & Install Electrical Equipment a Motor Control Center 1 LS 103,770.00 103,770.00 b Relocate Transformer 1 LS 3,138.00 3,138.00 c Electrical Conduit 1 LS 24,248.00 24,248.00 d Generator Receptacle 1 LS 1,482.00 1,482.00 e Ultra Sonic Level 1 LS 1,482.00 1,482.00 f Reconnect Power Leads for 1 LS 1,482.00 1,482.00 Pump Motors g Radio Antenna 1 LS 1,482.00 1,482.00 h Signage 1 LS 746.00 746.00 14 Furnish & Install Gates and Actuators a 72"x60" Slide Gate 1 EA 34,723.00 34,723.00 b 36"x36" Slide Gate 2 EA 17,220.00 34,440.00 c Recondition Ex. 36" Pump 2 EA 1,655.00 3,310.00 Discharge Flap Gate S-15 Apply Elastomeric Coating 5,285 SF 13.00 68,705.00 Grand Total $589,848.00 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. AGREEMENT 9 3 (b) Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to the City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (c) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after final payment; (3) requirements of the specifications; or (4) manufacturers' guarantees. It shall also constitute a waiver of all claims by the Contractor, except those previously made and still unsettled. (d) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer so certifies, the City shall, upon certificate of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement the day and year first written above. ATTEST: anne M. Leoncin City Clerk APPRf l Gary T. Rag hianti l City Attorney CITY OF SAN RAFAEL: —�4 l""; Albert Boro Mayor MICHAEL PAUL COMPANY, INC.: AGREEMENT 0 4 (D BOND NO. 0326574 PREMUM: $7,970.00 "BOND EXECUTED IN TRIPLICATE" Document A312 Performance Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): MICHAEL PAUL COMPANY, INC. 1200 CASA GRANDE ROAD PETALUMA, CA. 94954 SURETY (Name and Principal Place of Business): International Fidelity Insurance Company One Newark Center Newark, New Jersey 07102 OWNER (Name and Address): CITY OF SAN RAFAEL 1400 FIFTH STREET SAN RAFAEL, CA. 94915-1560 CONSTRUCTION CONTRACT Date: DECEMBER 16th, 2002 8 8 Amount:FIVE nuivlip U ttEIGHTY NINE THOUSAND EIGHT tiurjj)hw FORTY EIGHT AND NO/100ths ($5 9, 48.0 Description (Name and Location): PEACOCK GAP STORM WATER PUMP STATION RE'E3ABILITATION PROJECT PROJECT NO. 10736 BOND Date: (Not earlier than Construction Contract Date): DECEMBER 16th, 2002 Amount: FIVE tiuivi)row EIGHTY NINE THOUSAND EIGHT HUNDRED FORTY EIGHT AND NO/100ths--- Modifications to this Bond: ($589,848.00) ® None ❑ See Page 3 CONTRACTOR AS PRINCIPAL Company: (Corporate Seal) MICHAEL P,UL CO� ,INC aA _ Signature. (( Name and Title: V - 1 (Any additional signatures appear on page 3) SURETY Company: (Corporate Seal) International Fidelity Insurance Company One Newark Center Newark, New Jersey 012 ? Signature: AT` 11111- Name and Title: LAWRENCE J•OYNE�RNEY--IN—FACT (FOR INFORMATION ONLY Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or USI Nuttl'tir:-w CALIFORNIA INSURANCE SERVICES other party): 2199 S. McDOWELL BLVD. N/S PETALUMA, CA. 94954 Printed in cooperation with the American Institute of Architects (AIA) by International Fidelity Insurance Company. International Fidelity Insurance Company vouches that the language in the document conforms exactly to the language used in AIA Document A312, February 1984 edition able to sureties as a defense in the jurisdiction of -the suit shall be applicable. 10 Notice to the Surety, the Owner of the Contractor shall be mailed or delivered to the address shown on the sig- nature page. 11 When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the construction was to be performed, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12 DEFINITIONS 12.1 Balance of the Contract Price. The total amount payable by the Owner to the Contractor under the Construction Contract after all proper adjustments have been made, including allowance to the Con - MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: NONE tractor of any amounts received or to be received by the Owner in settlement of insurance or other claims for damages to which the Contractor is entitled, re- duced by all valid and proper payments made to or on behalf of the Contractor under the Construction Con- tract. 12.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 12.3 Contractor Default: Failure of the Contractor, which has neither been remedied nor waived, to per- form or otherwise to comply with the terms of the Construction Contract 12A Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. (Space is provided below for additional signatures of added parties; other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) International Fidelity Insurance Company One Newark Center Newark, New Jersey 07102 Signature: Signature: Name and Title: Name and Title: Address: Address: Printed in cooperation with the American Institute of Architects (AIA) by International Fidelity Insurance Company International Fidelity Insurance Company vouches that the language in the document conforms exactly to the language used in AIA Document A312, February 1984 edition. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Nn - 6907 T.C.C/_'iG.r�r��X.c�Gc'i''�.r�d��%r.�C�'�iC.CC:G���.:JJC�LJ�Gt'._�v�..��:t�'r...ci�...�•.rir.�I,�GCr- �r�r.=rye. 1 State of CALIFORN2A i iCounty of SONOMA On 12-16-02 BONNIE g. u'R NOTARY PUBLIC 1 before me, = , DATE NAME, TITLE OF OFFICEn • F-M.-JANeOm. NOTAnY MUM - A personally appeared LAWRENCE J. CONE 1 NAME(S) of smen(s) ' i t personally known to me - OR - El Proved to me on tiTe basis of satisfactory evidence to be the p.ersol ) whose•name(4 IshoW subscribed to. [lie within fnstrume-iTt and ac- t knowledged to me that he/� 1� executed t • the same III fits authorized capecit.y ;); and that by his/busiNxidm signature(K) on lire instrument the person(g), OFFICIAL SEAL -1217287 or the entity upon behalf of which the BONNIE K.FRYMIRE z pet°so11 acted, executed the instrument. NOTARY PUBLIC - CALIF. 0 COUNTY OF SONOMA S My COMM. EiQ-Aprll28,2003I WITNESS iny-hand and Official seal. ,y SIONAT unE OF NO f �� ,.„,� .,�,..�,..• . .. u d M. . . i.e•..0 •ia 11 � OOPTIMAL.... �, Though the data below is not required by law, Il rnty prove valuable -lo persons relying oil the d-odumenl end could prevent 1 f eudulent reallachrnenl,of this loan.. 1 I CAPACITY CLAiMEi} UY SIGNER DESCRIPTiON OF ATTACIIEU-DOCUMENT i ❑ INDIVIDUAL ❑ CORPORATE OFFICER � 1 PE BORMANCF RQ�T TIiLE OR TYPE OF DOCUMENT � Tr1LE(S) 1� �1 ❑ PARTNERS) ❑ LIMITED ti l ❑ • GENERAL ONE ATTORNEY-IN-FACT NUMBEST OF PAGES ; ❑ TRUSTEE(S) ❑ GUAFIDIAN/CONSEFIVATOR w, A ❑OTHER:DECEMBER 16th, 2002 1r DATE OF DOCUMEN T 1 � SIGNER IS REPRESENTING: � mmE of r en9oo(gr on ENTIr Void NQS �• INTERNATIONAL FIDELITY INSURANCE COMPANY SiGNER(S) OTHER THAN NAV ED ABOVE t , �/.� �ll�l-%% �.Cr� -� � �c �' �-.r�.i.%�.r✓s.�.rs.��� r � .- � �i✓�� �✓ .. — _ r .- f nIq-27 i)AI VONA'L N 0 1 Ani. /.S SOVINT10N • B23t• rI^-InIC) l /w r., V.D. v_; 710- - Crinn(rn 11n S., Cf. Sr3or-7 1P BOND NO. 0326574 PREMIUM: INCLUDED "BOND EXECUTED IN TRIPLICATE" Document A312 Payment Bond Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business): MICHAEL PAUL COMPANY, INC. International Fidelity Insurance Company 1200 CASA GRANDE ROAD One Newark Center PETALUMA, CA. 94954 Newark, New Jersey 07102 OWNER (Name and Address): CITY OF SAN RAFAEL 1400 FIFTH STREET SAN RAFAEL, CA. 94915-1560 CONSTRUCTION CONTRACT Date: DECEMEER 16th, 2002 Amount: FIVE tiui4i) tW EffiY NINE THOUSAND EIGHT tnutvlittr u F= AND NO/1OD ha ($589,848J00") Description (Name and Location)pEACOCK GAP STORM WATER PUMP STATION REElABILITATION PROJECT PROJECT NO. 10736 BOND Date: (Not earlier than Construction Contract Date): DECEMIDR 16th, 2002 Amount= HIND EIGHTY NINE THOUSAND EIGHT HUDNRED FORTY EIGHT AND NO/100ths--($509,848.0 Modifications to this Bond: M None ❑ See Page 6 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) MI PAUL,[OMPANY, International Fidelity Insurance Company �'One Newark Center Newark, New Jersey D Signatu - , I _lam-�`i , t z�-" , Signature:-1-L-�-�— ^ •�� Name and Title: y Name and Title: LAWRENCE J. C, A�ORNEY-IN-FACT (Any additional signatures appear on page 6) (FOR INFORMATION ONLY Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or USI Nutunt tmv CALIFORNIA INSURANCE SERVICES other party): 2199 S. MCDOWELL BLVD. N/S PETALUMA, CA. 94954 Printed in cooperation with the American Institute of Architects (AIA) by International Fidelity insurance Company. International Fidelity Insurance Company vouches that the language in the document conforms exactly to the language used in AIA Document A312, February 1984 edition. Bond shall be construed as a statutory bond and not as a common law bond. 14 Upon request by any person or entity appearing to be a potential beneficiary of this Bond, the Contractor shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15 DEFINITIONS 15.1 Claimant: An individual or entity having a direct contract with the Contractor or with a subcontractor of the Contractor to furnish labor, materials or equip- ment for use in the performance of the Contract. The intent of this Bond shall be to include without limita- tion in the terms "labor, materials or equipment' that part of water, gas, power, light, heat, oil, gasoline, telephone servie or rental equipment used in the MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: Contruction Contract, architectural and engineering services required for performance of the work of the Contractor and the Contractor's subcontractors, and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were furnished. 15.2 Construction Contract: The agreement between the Owner and the Contractor identified on the sig- nature page, including all Contract Documents and changes thereto. 15.3 Owner Default: Failure of the Owner, which has neither been remedied nor waived, to pay the Con- tractor as required by the Construction Contract or to perform and complete or comply with the other terms thereof. NONE (Space is provided below for additional signatures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL Company: Signature: Name and Title: Address: SURETY (Corporate Seal) Company: International Fidelity Insurance Company One Newark Center Newark, New Jersey 07102 Signature: Name and Title: Address: (Corporate Seal) Printed in cooperation with the American Institute of Architects (AIA) by International Fidelity Insurance Company. International Fidelity Insurance Company vouches that the language in the document conforms exactly to the language used in AIA Document A312, February 1984 edition. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Nn:69o7 1��:%C.C�iC'lif.'r�+C:�iC:�G'.v.%.i�z:".:GiJ� I.JLIC.jL�C:C��rtL...J..�lli�yv.�t`G!:GCiC..GCl�GC%iC'•-••••��•+•-^'•"�r' r.rr- 1 State of CALIFORNIA County of SONOMA On 12-16-02 before me, BONNIE K. FRS, NOTARY PUBLIC DATE NAME, TITLE or ormcen . E.0JANE DOE, NOTAnY PUBLIC - personally appeared LAWEMCE J. COYNE ---- --------- - - • NAME(s) OF BIONEn(S) ba personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the p6rsoro) whose name(o is/ subscribed to the within instrument and ac- knowledged to me that he&kMg_�ff executed Ilia same in hIs&CM0Mbzk authorized capacity , and that by his/ signature(m) on the Instrument Ilia person(K), OFFICIAL SEAL -1z1rM or the entity upon behalf of which the BONNIE K.FRYMIRE z PersonW acted, executed the instrument. NOTgRYPUBLIC - CALIF. COUNTY OF SONOMA MvCOMM. EV, Aoril28,2003It WIT ESS my hand and official seal. slaNnrunE or• NolAnY ,,j, ,.., OPTIONAL Though the data below is not regtdred by law, it may prove valuable to persons lelying on ilio documonl end could prevent (raudulenl reallechrnent,of Ihis loan. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER 71 T LE(S) ❑ PARTNER(S) ❑ LIMITED ❑'GENERAL [9'. -ATTORNEY-IN-FACT ❑ TRUSTT=E(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING! tIAME Or PensoN(4) on ENTITYpE9) INTERNATIONAL FIDELITY INSURANCE COMPANY UESCRIKION OF ATTACHED DOCUMENT LABOR AND MAgERTATS PAn1ENT BOND TITLE OR TYPE'OF DOCUMENT ONE NUMBER OF PAGES DECEMBER 16th, 2002 DATE OF DOCUMENT NIS SIGNER(S) OTHER THAN NAM ED ABOVE 1 f-. I IMM NATILINAL NOT ATIY ASSOCIAT IOrI - n73E flernmal Am. 1'.0. ©ox 7 104 - Cnnv(Tn Vnrk, CA 91303-71 BA Tel (973) 624-7200 "OWER OF ATTORNE" INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE; ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL HIEN BY THESE PRESENTS; That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint GORAN G. E. RYN, BONNIE K. FRYMIRE, LAWRENCE J. COYNE, KELLY HOLTisMANN Petaluma, CA. its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or rmitted b9 law, stature nd reguladon, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INT&W TIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of Article 3 -Section 3, of the By -Laws adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February, 974. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority (1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time, any such attomey-in-fact and revoke the authority given. Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting duly called and held on the 29th day of April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or. any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. O TV /#F IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to be 0 signed and its corporate seal to be affixed by its authorized officer, this 31st day of August, A.D. 1998. SEAL��y INTERNATIONAL FIDELITY INSURANCE CO � y 1904 STATE OF NEW JERSEY County of Essex y Vice-Pident On this 31st day of August 1998, before me came the individual who executed the preceding instrument to me ppeersonally known, and, being by me duly sworn, said the he is the therein described and authorized officer of the INTERNATIONAL FIDELITY NSURANCE COMPANY; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. OAR IN IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, /O�Q►. �� at the City of Newark, New Jersey the day and year first above written. (NOTARY tr PUBLIC * A NOTARY PUBLIC OF NEW JERSEY CERTIFICATION My Commission Expires Nov. 21, 2005 I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy ofthe Power of Attorney and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the, said :Power of Attorney has not been revoked and is now in full force and effect IN TESTIMONY WHEREOF, I have hereunto set my hand this 16th day of DECII�ER 2002 AssistantSecretary %,I lei IL}h. Luo IU lV1l%1nMr MU ! DATE Ai,f) D. CERTIFICA-E OF LIABILITY INsur *XNCE 1 12/23/02o/rv> PRODUCER USI Northern California/HOS 2199 S. McDowell Blvd. P.O. Box 4409 Petaluma, CA 94955-4409 INSURED Michael Paul Company 1200 Casa Grande Road Petaluma, CA 94954 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A- Gemini Ins Co / Heath Ins. Brokers INSURER B Clarendon National / Am Com INSURER State Compensation Insurance Fund INSURER D: INSURER E' COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRT TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION I LIMITS LTA DATE (MM/DD/YY) DATE (MM/DD/YYI A GENERAL LIABILITY VCGP004884 11/10/02 11/10/03 EACH OCCURRENCE $1,000,000 X COMMERCIALGENERAL LIABILITY FIRE DAMAGE (Any one fire) $100,000 CLAIMS MADE a OCCUR MED EXP (Any one person) $1,000 PERSONAL &ADV INJURY $1,000,000 GENERAL AGGREGATE _ $2,000,000 GEN'L AGGREGATE LIMITAPPLIES PER. PRODUCTS -COMP/OP AGG $2000,000 I POLICYF-] PEO- LOC B AUTOMOBILE LIABILITY PA10105025 11/10/02 11/10/03 COMBINED SINGLE LIMIT $1,000,000 7 ANY AUTO (Ea accident) _ ALL OWNED AUTOS X SCHEDULED AUTOS X HIRED AUTOS X NON -OWNED AUTOS GARAGE LIABILITY I ANY AUTO EXCESS LIABILITY OCCUR CLAIMS MADE DEDUCTIBLE RETENTION $ C WORKERS COMPENSATION AND 315118702 EMPLOYERS' LIABILITY OTHER 10/01/02 10/01/03 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Cancellation: Except for ten day notice for non-payment of premium. RE: Peacock Gap Storm Water Pump Station Rehabilitation Project #10736. City of San Rafael, County of Marin, its officers, agents and employees are named as Additional Insureds hereunder but only as respects liability (See Attached Descriptions) CERTIFICATE HOLDER ADD RIONALINSURED: INSURER LETTER: CANCELLATION City of San Rafael P.O. Box 151560 San Rafael, CA 94915-1560 ACORD 25-S (7/97)1 of 3 #S51692/M51654 BODILY INJURY $ (Per person) BODILY INJURY $ (Per accident) PROPERTY DAMAGE $ (Per accident) AUTO ONLY - EA ACCIDENT S OTHER THAN EA ACC $ AUTO ONLY: AGG $ EACH OCCURRENCE S AGGREGATE $ Is is X WC STATU- OTH- (TORY LIMITS ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EAEMPLO_YEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 SHOULD ANYOFTH E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL 19J(dOMMX PMAIL30 DAYSWRI7TEN NOTICETOTHE CERTIFICATE HOLDER NAMED TOTHE LEFT, BgAtlX7Riixi�lQ7)7erARDClO�CXX �e�az �axarxaaer:xor�c7(xaryaxstxza�tx�amAe�sx�tMzacsterx LITHO I EPRESENTAT)NE R9S © ACORD CORPORATION 1988 If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD25-S(7/97)2 of 3 #S51692/M51654 DEF-RIPTIONS (Continued from r -ge 1) arising out of the land and/or property and/or work desribed in the Public Works contract for the project above between the City of San Rafael and Michael Paul Company for the work and the improvements described therein. AMS 25.3 (07/97) 3 of 3 #S51692/M51654 Insured: Michael Paul Co►._pany Policy Number: VCGP004884 Commercial General Liability CG 20 10 03 97 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of San Rafael County of Marin Their officers, agents and employees (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations perfonned for that insured. Such insurance as is afforded by the general liability policy is primary insurance and any other insurance shall be excess and not contribute to the insurance afforded by this endorsement. CG 20 10 03 97 Copyright, Insurance Services Office, In., 1996 Page 1 of 1 Company Profile Cit o �m�n� Insurance INTERNATIONAL FIDELITY INSURANCE COMPANY ONE NEWARK CENTER 20TH FL NEWARK, NJ 07102-5207 Agent for Service of Process KEVIN CHAMBERS, 1575 TREAT BLVD. SUITE 208 WALNUT CREED, CA 94598 Unable to Locate the Aunt for Service of Process? Reference Information NAIC #: NAIC Group #: California Company ID #: Date authorized in California: License Status: Company Type: State of Domicile: 11592 0000 4341-4 February 09, 1996 UNLIMITED -NORMAL Property & Casualty NEW JERSEY Dines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the Qlossarv. SURETY Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies http://www4.insurance.ca.gov/wu/idb_co—Prof utl.get_co_prof?p_EID-60972 01/03/2003 January 3, 2003 ambest.com 4 Ratings & Analysis News Publications * Products & Services o Insurance Resources Q About A.M Best 1 _r" 1 - 1 Rating Search Page 1 of 1 Wing Choose: I► All Companies_ ► Rated Companies ► Secure Rated S g A R C H Companies r Ratings (^ Company Information 1 Rated companies found, results sorted by Company Name Criteria Used: Company Name: Company names starting with International Fidelity Enter Company Name Insurance Company or A.M. Best Number To refine your search, please use our Ad_v_anced Search or view our Online -.Help for ' Flnd I more information. More Search Options Select the Company Name or Rating links below for additional information about each company, including access to reports, news and related products. CONTACT VS gg_Business ®AMB#Wype ®Company Name ®Rating ®Domicile `.,Where in the 00520 P International Fidelitv A- United States: New Jersey world is A.M. REST? Insurance Comt)anv Find our locations `Ratings as of 1/3/2003 11:09:13 AM E. S. T. What d1� . yet, thif** Send usvour comments Business Types: P = Property/Casualty (non -life) L = Life/Health Accessing the pages on ambest.com consagreement to ourers tutes the us ag View the Current Guide to Best's Ratings for an in-depth explanation of Best's terms of use; Ratings System and Procedures. Information collected via this Web site is protected by our Important Notice: Best's Ratings reflect our opinion based on a comprehensive privacy statement; p 9 p� p Comments or concerns quantitative and qualitative evaluation of a company's balance sheet strength, operating should be directed to performance and business profile. These ratings are not a warranty of an insurer's our customer service current or future ability to meet its contractual obligations. View our entire_ notice for a group; For other matters refer to our complete details. contact us page. Companies interested in placing a Best's Security Icons on their web site to promote their financial strength may reoister online. Copyright © 2002 by A.M. Best Company, Inc. ALL RIGHTS RESERVED No part of this report may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A -M. Best Company. Refer to our terms of use for additional details. http://www3.ambest.com/ratings/RatingsSearch.asp?SR=I&AItSrc=I0 01/03/2003 - care c+�f a e BiI DISCLAIMER: The information displayed here is current as of DEC 27, 2002 and is updated weekly. It is not a complete or certified record of the Corporation. Corporation (MICHAEL PAUL COMPANY, INC. Number: C1965726 I1Date Filed: 3/29/1996 IlStatus: active (Jurisdiction: California I Mailing Address 11200 CASA GRANDE RD 1PETALUMA, CA 94954 Agent for Service of Process (MARK RICE MCNEIL 155 PROFESSIONAL CENTER PKWY I SANTA ROSA, CA 94908 For information about certification of corporate records or for additional corporate information, please refer to Corporate Records. If you are unable to locate a corporate record, you may submit a request to this office for a more extensive search. Fees and instructions for requesting this search are included on the Corporate Records Order Form. Blank fields indicate the information is not contained in the computer file. If the status of the corporation is "Surrender", the agent for service of process is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. http://kepler.ss.ca.gov/corpdata/ShowAIlList?QueryCorpNumber=Cl965726&printer=yes 01/03/2003