Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Parking Box Safety ProjectCITY OF SAN RAFAEL
Department of Public Works
111 Morphew Avenue
San Rafael, CA 94901
Public Works Contract for Projects up to $175,000
This public worl-s contract ("Contract") is entered into by and between the City of San Rafael ("City'') and
Bayside Stripe and Seal, Inc. ("Contractor"), a California corporation, for work on the City's Parking Box
Safety Project ("Project"), and is effective on 2022 ("Effective Date").
The parties agree as follows:
1. Scope of Work. Contractor will perform and provide all labor, materials, equipment, supplies,
transportation, and any and all other items or services necessary to perform and complete the work
required for the Project ("Work"), as specified in Exhibit A, Scope of Work, and according to the terms
and conditions of this Contract, including all attachments to the Contract and any other documents and
statutes incorporated by reference. To the extent that any attachment contains provisions that conflict or
are inconsistent with the terms set forth in the body of this Contract, the Contract terms will control. This
Project requires a valid California contractor's license for the following classification(s): C-37,22
... Contract Documents. The Contract Documents incorporated into this Contract include and are
cc,mprised of all of the documents listed below:
2.1 4ice Inviting Bids;
2.2 Contract;
2.3 Addenda, if any;
2.4 Exhibit A — Scope of Work;
2.5 Exhibit B — Bond Forms
2.6 Exhibit C — Noncollusion Declaration;
2.7 Exhibit D — Bid Schedule:
3. Contract Price. As full and complete compensation for Contractor's timely performance and
completion of the Work in strict accordance with the terms and conditions of the Contract Documents, City
will pay Contractor up to $91,732 (the "Contract Price") for all of Contractor's direct and indirect costs to
perform the Work, including all labor, materials, supplies, equipment, taxes, insurance, bonds and all
overhead costs, in accordance with the payment provisions contained herein.
3.1 Payment. Contractor must submit an invoice on the first day of each month during the
Contract Time, defined in Section 4 below, and/or upon completion, for the Work performed during the
preceding month, itemizing labor. materials, equipment and any incidental costs incurred. Contractor
warrants that tit', ';) all work, materials and equipment incorporated into the Work will pass to City free of
any claims, liens, or encumbrances upon payment to Contractor.
3.2 Payment and Performance Bonds. If the Contract Price is over $25,000, then Contractor
must provide City with a payment bond and a performance bond using the bond forms included in this
Contract as Exhibit B, Bond Forms, and submit the bonds with the executed Contract. Each bond must
be issued by a surety admitted in California. If an issuing surety cancels a bond or becomes insolvent,
Contractor must provide a substitute bond from a surety acceptable to City within seven days after written
notice from City. If Contractor fails to substitute an acceptable surety within the specified time, City may,
in its sole discretion and without prior notice to Contractor, purchase such bond(s) at Contractor's
expense and deduct the cost from payments otherwise due to Contractor, or terminate the Contract.
<enter project name> Up to $175,000 Contract
City Project #: <enter proj no.> Page 1
Approved by City Attorney, dated 0312812022
4. Time for Completion. Contractor will fully complete the Work within 40 days from the date the
City authorizes Contractor to proceed with the Work ("Contract Time").
5. Liquidated Damages. If Contractor fails to complete the Work within the Contract Time,
Contractor must pay liquidated damages in the amount of $500 per day for each day of unexcused delay
in completion.
6. Standard of Care. All Work must be provided in a manner that meets or exceeds the standard of
care applicable to the same type of work in the City of San Rafael. Contractor must promptly correct, at
Contractor's sole expense, any Work that the City determines is deficient or defective.
7. Permits and Licenses. Contractor, at its sole expense, must obtain and maintain during the
term of this Contract, all appropriate permits, certificates and licenses including, but not limited to, the
required California contractor's license and a City business license.
8. Indemnification. Contractor will indemnify, defend with counsel acceptable to City, and hold
harmless to the full extent permitted by law, City, its governing body, officers, agents, employees, and
volunteers (the "Indemnitees") from and against any and all liability, demands, loss, damage, claims,
settlements, expenses, and costs (including, without limitation, attorney fees, expert witness fees, and
costs and fees of litigation) (collectively, "Liability") of every nature arising out of or in connection with the
hots or omissions of Contractor, its employees, subcontractors, representatives, or agents in performing
t ie Work of failing to comply with any obligation of Contractor under this Contract, except such Liability
caused by the active negligence, ,.:ie negligence, or willful misconduct of an Indemnitee. This
indemnification obligation is not lirnited by any limitation on the amount or type of damages or
cot-ipensation pa�,able under Workers' Compensation or other employee benefit acts, or by insurance
coverage limits, and will survive the expiration or early termination of this Contract. City will notify
Contractor of any third -party claim pursuant to Public Contract Code section 9201.
9. Insurance. Contractor will, at all times under this Contract, maintain the insurance coverage
required in this section to cover the activities of Contractor and any subcontractors relating to or arising
from performance of the Work. Each policy must be issued by a company licensed to do business in
California, and with a strength and size rating from A.M. Best Company of A -VIII or better. Contractor
must provide City with certificates of insurance and required endorsements as evidence of coverage with
the executed Contract, or through the PINSAdvantage website https://www.pinsadvantage.cam/ upon
request by the City, and before the City authorizes Contractor to proceed with the Work.
9.1 Workers' Compensation. Statutory coverage is required by the California Workers'
Compensation Insurance and Safety Act. If Contractor is self-insured, it must provide its duly authorized
Certificate of Permission to Self -Insure. In addition, Contractor must provide employer's liability insurance
with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease.
9.2 Liability. Commercial General Liability ("CGL") insurance issued on an occurrence basis,
including coverage for liability arising from Contractor's or its subcontractor's acts or omissions in
performing the Work, including Contractor's protected coverage, blanket contractual, products and
completed operations, broad form property damage, vehicular coverage, and employer's non -ownership
liability coverage, with limits of at least $1,000,000 per occurrence and $2,000,000 general aggregate.
9.3 Automotive. Commercial automotive liability coverage for owned, non -owned and hired
vehicles must provide coverage of at least $1,000,000 combined single limit per accident for bodily injury,
death, or property damage.
9.4 Subrogation Waiver. Each required policy must include an endorsement that the insurer
waives any right of subrogation it may have against the City or the City's insurers.
<enter project name> Up to $175,000 Contract
City Project #: <enter proj no.> Page 2
Approved by City Attorney, dated 03/28/2022
9.5 Required Endorsements. The CGL policy and the automotive liability policy must include
the following specific endorsements:
(1) The City, including its Council, officials, officers, employees, agents, volunteers and
consultants (collectively, "Additional Insured") must be named as an additional insured for all
liability arising out of the operations by or on behalf of the named insured, and the policy
must protect the Additional Insured against any and all liability for personal injury, death or
property damage or destruction arising directly or indirectly in the performance of the
Contract.
(2) The inclusion of more than one insured will not operate to impair the rights of one
insured against another, and the coverages afforded will apply as though separate policies
have been issued to each insured.
(3) The insurance provided is primary and no insurance held or owned by City may be
called upon to contribute to a loss ("primary and non-contributory").
(4) Any umbrella or excess insurance must contain or be endorsed to contain a provision
that such coverage will also apply on a primary or non-contributory basis for the benefit of
City before the City's own insurance or self-insurance will be called upon to protect it as a
named insured.
(5) 'his policy doe:• not exclude explosion, collapse, underground excavation hazard, or
removal of lateral support.
10. Labor Code Compliance. Unless the Contract Price is $1,000 or less, the Contract is subject to
all applicable requirements of Chapter 1 of Part 7 of Division 2 of the Labor Code, beginning at section
1720, and the related regulations, including but not limited to requirements pertaining to wages, working
hours and workers' compensation insurance. Contractor must also post all job site notices required by
laws or regulations pursuant to Labor Code section 1771.4.
10.1 Prevailing Wages. Each worker performing Work under this Contract that is covered under
Labor Code section 1720 or 1720.9, must be paid at a rate not less than the prevailing wage as defined in
sections 1771 and 1774 of the Labor Code. The prevailing wage rates are on file with the City Engineer's
office and are available online at http://www.dir.ca.gov/DLSR. Pursuant to Labor Code section 1775,
Contractor and any subcontractor will forfeit to City as a penalty up to $200 for each calendar day, or
portion of a day, for each worker paid less than the applicable prevailing wage rate, in addition to paying
E ach worker the difference betweF-n the applicable wage rate and the amount actually paid.
10.2 We -king Day. Pursuant to Labor Code section 1810, eight hours of labor consists of a
legal day's work. Pursuant to Labor Code section 1813, Contractor will forfeit to City as a penalty the sum
of $25 for each day during which a worker employed by Contractor or any subcontractor is required or
permitted to work more than eight hours during any one calendar day, or more than 40 hours per
calendar week, unless such workers are paid overtime wages under Labor Code section 1815. All Work
must be carried out during regular City working days and hours unless otherwise specified in Exhibit A or
authorized in writing by City.
10.3 Payroll Records. Contractor and its subcontractors must maintain certified payroll records
in compliance with Labor Code sections 1776 and 1812, and all implementing regulations promulgated by
the Department of Industrial Relations ("DIR"). For each payroll record, Contractor and its subcontractors
must certify under penalty of perjury that the information in the record is true and correct, and that it has
complied with the requirements of Labor Code sections 1771, 1811, and 1815. Unless the Contract Price
is under $25,000, Contractor must electronically submit certified payroll records to the Labor
Commissioner as required under California law and regulations.
<enter project name> Up to $175,000 Contract
City Project #: <.__r:rer proj no.> Page 3
Approved by City Attorney, dated 03/28/2022
10.4 Apprentices. If the Contract Price is $30,000 or more, Contractor must comply with the
apprenticeship requirements in Labor Code section 1777.5.
10.5 DIR Monitoring, Enforcement, and Registration. This Project is subject to compliance
monitoring and enforcement by the DIR pursuant to Labor Code section 1725.5, and, subject to the
exception set forth below, Contractor and any subcontractors must be registered with the DIR to perform
public works projects. The registration requirements of Labor Code section 1725.5 do not apply if the
Contract Price is for under $25,000.
11. Workers' Compensation Certification. Under Labor Code section 1861, by signing this
Contract, Contractor certifies as follows: "I am aware of the provisions of Labor Code section 3700 which
require every employer to be insured against liability for workers' compensation or to undertake self-
insurance in accordance with the provisions of that code, and I will comply with such provisions before
commencing the performance of the Work on this Contract."
12. Termination.
12.1 Termination for Convenience. City reserves the right to terminate all or part of the
Contract for convenience upon written notice to Contractor. Upon receipt of such notice, Contractor must:
immediately stop the Work, including under any terms or conditions that may be specified in the notice;
co�.Iply with Citv'C instructions to protect the completed Work and materials; and use its best efforts to
minimize further costs. In the event of City's termination for convenience, Contractor waives any claim for
damages, including for loss of anticipated profits from the Project. If City terminates the Contract for
convenience, City will only owe Contractor payment for the Work satisfactorily performed before Contract
termination, as well as five percent of the total value of the Work performed as of the date of notice of
termination or five percent of the value of the Work yet to be completed, whichever is less, which is
deemed to cover all overhead and profit to date.
12.2 Termination for Default. The City may terminate this Contract for cause for any material
default. Contractor may be deemed in default for a material breach of or inability to perform the Contract,
including Contractor's refusal or failure to supply sufficient skilled workers, proper materials, or equipment
to perform the Work within the Contract Time; refusal or failure to make prompt payment to its employees,
subcontractors, or suppliers or to correct rejected work; disregard of laws, regulations, ordinances, rules,
or orders of any public agency with jurisdiction over the Project; lack of financial capacity to complete the
`:'fork within the Contract Time; or responsibility for any other material breach of the Contract
requirements. If City terminates the Contract for cause, City will only owe Contractor payment for the
Work satisfactorily performed before Contract termination.
13. Dispute Resolution. Any dispute arising under or related to this Contract is subject to the
dispute resolution procedures of Public Contract Code sections 9401 and 20104 et. seq., which are
incorporated by reference.
14. Waiver. A waiver by City of any breach of any term, covenant, or condition in this Contract will
not be deemed a waiver of any subsequent breach of the same or any other term, covenant, or condition
contained herein, regardless of the character of any such breach.
15. Warranty. Contractor guarantees and warrants the Work and the materials used or provided for
the Project for a period of one year, beginning upon City's acceptance of the Work for the Project as
complete ("Warranty Period"). During the Warranty Period, upon notice from the City of any defect in the
Work or the materials, Contractor must, at its sole expense, promptly repair or replace the defective Work
or materials, including repair or replacement of any other Work or materials that is or are displaced or
damaged during the warranty work, excepting any damage resulting from ordinary wear and tear.
<enter project is _v:, 3> Up to $175,000 Contract
City Project #: <enter proj no.> Page 4
Approved by City Attorney, dated 03/28/2022
16. Worksite Conditions.
16.1 Clean and Safe, Contractor must maintain the Work site and staging and storage areas in
a clean and neat condition and must ensure it is safe and secure. On a daily basis the Contractor must
remove and properly dispose of debris and waste materials from the Work site.
16.2 Inspection. Contractor will make the Work accessible at all times for inspection by the City.
16.3 Hazardous Materials. Unless otherwise specified in the Contract documents, this Contract
does not include the removal, handling, or disturbance of any asbestos or other hazardous materials, as
identified by any federal, state, or local law or regulation. If Contractor encounters materials on the
Project site that Contractor reasonably believes to be asbestos or other hazardous materials, and the
asbestos or other hazardous materials have not been rendered harmless, Contractor may continue Work
in unaffected areas reasonably believed to be safe, but must immediately cease Work on the area
affected and report the condition to City. No asbestos, asbestos -containing products or other hazardous
materials may be used in performance of the Work.
16.4 Utilities, Trenching and Excavation. As required by Government Code section 4215, if,
during the performance of the Work, Contractor discovers utility facilities not identified by City in the
Contract documents, Contractor must immediately provide written notice to City and the utility. In
performing any, :�x-:-avations or trenching work, Contractor must comply with all applicable operator
requirements in Government Code sections 4216 through 4216.5. If the trenching or excavation extends
dee,)er than four feet below the surface, then it must also comply with Public Contract Code section 7104.
17. Records. Unless otherwise specified in Exhibit A, Contractor must maintain and update a
separate set of as -built drawings while the Work is being performed, showing changes from the Work as
planned in Exhibit A, or any drawings incorporated into this Contract. The as -built drawings must be
updated as changes occur, on a daily basis if necessary.
18. Conflicts of Interest. Contractor, its employees, subcontractors and agents, may not have,
maintain or acquire a conflict of interest in relation to this Contract in violation of any City ordinance or
policy or in violation of any California law, including under Government Code section 1090 et seq. and
under the Political Reform Act as set forth in Government Code section 81000 et seq. and its
ccompanying regulations. Any violation of this Section constitutes a material breach of the Contract.
16. Non -Discrimination. No discrimination will be made in the employment of persons under this
Contract because of the race, color, national origin, ancestry, religion, gender or sexual orientation of
such person.
20. Independent Contractor. City and Contractor intend that Contractor will perform the Work under
this Contract as an independent contractor. Contractor is solely responsible for its means and methods in
performing the Work. Contractor is not an employee of City and is not entitled to participate in health,
retirement or any other employee benefits from City.
21. Assignment of Unfair Business Practice Claims. Under Public Contract Code section 7103.5,
Contractor and its subcontractors agree to assign to City all rights, title, and interest in and to all causes
of action it may have under section 4 of the Clayton Act (15 U.S.C. section 15) or under the Cartwright
Act (Chapter 2 (commencing with section 16700) of Part 2 of Division 7 of the Business and Professions
Code), arising from purchases of goods, services, or materials pursuant to the Contract or any
subcontract. This assignment will be effective at the time City tenders final payment to Contractor,
v!ithout further acknowledgement by the parties.
22. Notice. Any notice, billing, or payment required by or pursuant to the Contract documents must
be made in writing, signed, dated and sent to the other party by personal delivery, U.S. Mail, a reliable
<enter project name> Up to $175,000 Contract
City Project #: <enter proj no.> Page 5
Approved by City Attorney, dated 03/28/2022
overnight delivery service, or by email as a PDF (or comparable) file. Notice is deemed effective upon
delivery unless otherwise specified. Notice for each party must be given as follows:
City:
Address: 1375 Fifth Avenue
City/State/Zip: San Rafael, CA 94901
Phone: (415) 485-3025
Attn: Mary Ellen Skramstad, Wildfire Mitigation Project Manager
Email: mary.skramstadic`�r cityofsanrafael.orq
Contractor:
Name:
Address:
City/State/Zip:
Phone:
Attn:
Email:
Bayside Stripe and Seal
P.O. Box 703
Petaluma, CA 94953
(707) 765-2871
Ramy Mughannam
ramy(d)bays idessi.com
23. General "rovisions.
23.1 Compliance with All Laws. Contractor will comply with all applicable federal, state, and
iocai laws and regulations including, but not limited to, unemployment insurance benefits, FICA laws,
conflict of interest laws, and local ordinances. Work may only be performed by qualified and experienced
workers who are not employed by the City and who do not have any contractual relationship with City,
with the exception of this Contract.
23.2 Provisions Deemed Inserted. Every provision of law required to be inserted in the
Contract is deemed to be inserted, and the Contract will be construed and enforced as though such
provision has been included. If it is discovered that through mistake or otherwise that any required
provision was not inserted. or not correctly inserted, the Contract will be deemed amended accordingly.
23.3 Assignment and Successors. Contractor may not assign its rights or obligations under
Lhis Contract, in part or in whole, without City's written consent. This Contract is binding on Contractor's
and City's lawful heirs, successors and permitted assigns.
23.4 Th -d Party Beneficiaries. There are no intended third -party beneficiaries to this Contract.
23.5 Governing Law and Venue. This Contract will be governed by California law and venue
will be in the Superior Court of Marin County, and no other place.
23.6 Amendment. No amendment or modification of this Contract will be binding unless it is in a
writing duly authorized and signed by the parties to this Contract.
23.7 Integration; Severability. This Contract and the Contract documents incorporated herein,
including authorized amendments or change orders thereto, constitute the final, complete, and exclusive
terms of the agreement between City and Contractor. If any provision of the Contract documents, or
portion of a provision, is determined to be illegal, invalid, or unenforceable, the remaining provisions of
the Contract documents will remain in full force and effect.
23.8 Authorization. Each individual signing below warrants that he or she is authorized to do so
by the party that he or she represents, and that this Contract is legally binding on that party. If Contractor
is a corporation, signatures from two officers of the corporation are required pursuant to California
Corporation Cod:; section 313.
<enter project name>
City Project #: <enter proj no.>
Approved by City Attorney, dated 03/28/2022
Up to $175,000 Contract
Page 6
<enter project name>
City Project #: <enter proj no.>
[Signatures are on the following page.]
Approved by City Attorney, dated 03/2812022
Up to $175,000 Contract
Page 7
The parties agree to this Contract as witnessed by the signatures below:
CITY: pro _ -d. as to form:
s/-
IIM S UTZ City Manage ROB T F. EPSTEIN, City A orney
Date: ''!`�r Date:�/-
Attest: /{
LINDSAY i_ARA, Ci y Clerk
Da_ -a 1 q -
CQhIT + P: Bayside Stripe and Sea[. Inc.
Business Name
�r�,i�� �rr,ir► -
P iame/Title+ J
'.gate: l ] 5
s,''
Narna/Title
Date: I I (d 1•
Contractor's California Lice a Number(s) and Expiration Date(s)
Exhibit A: Scope of Work
"-xhibit B: Bond Forms
F,xhibit C: Noncollusion Declaration
Exhibit D: Bid Schedule
E: hibit E: Subcontractor List
END OF CONTRACT
<enter project name> Up to $175,000 Contract
City Project #: <enter proj no.> Page 8
Approved by City Attorney, dated 0312812022
Exhibit A
SCOPE OF WORK
<enter project name> Up to $175,000 Contract
City Project #: <enter proj no> Scope of Work
Approved by City Attorney, dated 0312812022
P.O. Box 703 I i Date 6/28/2022 Page 1 of 2
I f
I I Petaluma, CA. 94953 Project Name San Rafael Parking Box Safety Project
I STRIPE & SEAL 707-765-2871 Phone Project No.
707-765-2773 Fax Location: San Rafael, CA Revised
ramv@bayside__ _gm Estimator: Ramy Mughannam
C-32,27lk#883985,DIR#Sa0001757, Bonding rate@2.0%.Under$5Million inGrossSales Quotation
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
Notf
Item I Description
UOM
Quantity
Price Per
Total
New Poles: Furnish & Install new 2" Galvanized pole w/ sleeve (106+68)
EA
174
$ 225.00
$
39,150.00
12" x 18" single sided sign (109+45)
EA
154
$ 75.00
$
11,550.00
12" x 18" double sided sign (17+1)
EA
18
$ 100.00
$
1,800.00
18" x 24" single sided sign (17+14)
EA
31
$ 100.00
$
3,100.00
18" x 24" double sided sign (17+35)
EA
52
$ 125.00
$
6,500.00
W14-2 Sign:
EA
1
$ 225.00
$
225.00
Sign removal & Discard (36+9)
EA
45
$ 10.00
$
450.00
Pole Removal
EA
7
$ 50.00
$
350.00
4" parking boxes (2622+1840)
LF
4462
$ 1.50
$
6,693.00
Red curb painting (368+29)
LF
397
$ 3.50
$
1,389.50
Install New sign onto existing pole (49+26)
EA
75
$ 75.00
$
5,625.00
Install new sign onto new pole (106+68)
EA
174
$ 25.00
$
4,350.00
Install new double sided sign w/ L bracket on pale (34+36)
EA
70
$ 125.00
$
8,750.00
Bonds (Payment & Performance Bonds)
LS
1
$ 1,800.00
$
1,800.00
Posting for "No Parking" by city
I
This Proposal is per plans & specs.
ITotal
$
91,732.50
• Quote includes all Comments, Stipulations & Exclusions found on Page #2
• Any alteration or deviations from the above specifications involving extra cost will be executed only
upon written orders & will be an extra charge (CCO)
1 P.O. Bcx 703 Page 2 of 2
1 Petaluma, CA. 94953
I
707-765-2871 Phone
STRIPE & SEAL 707-765-2773 Fax
Stipulations & Comments
• We are Signatory to Laborers Union
• Twenty 20 WORKING days minimum notice needed with each move -in. Schedule will be mutual!y agreed upon based
on our existing scheduled work backlog., There are no guarantees that we'll be able to meet GC's schedule. Preliminary
schedule is required prior to contract execution. BSSI WILL NOT BE CHARGED Liquidated Damages due to scheduling
issue or time over -run that were not caused by BSSi, especially when schedule is not agreed upon. If BSSI is scheduled
or she final counted work day. BSSI will not be liable if Lor some pnForeseen reason the single day becomes two. if our
scheduled move -in iE-ancelled due to weather, we will only return on our next available opening.
■ BSSI will not be responsible for LD's due to weather re -scheduling,
• Note: Thispropasal will Eye valid for 30 Days & be All-inclusive unless agreed upon prior to bid time. BSSI
RESERVES THE RIGHT TO WITHDRAW PROPOSAL IF WRITTEN ACCEPTANCE IS NOT RECEIVED WITHIN THE
TIME ALLOWED 30 DAYS), NO EXCEPTIONSI
• Payment for Work Performed shall be made within 40 Days, or it will constitute our legal right to cease
all operations until paid.
• Above proposal includes Traffic Control for our portion only unless specifically stated otherwise.
• Work areas with -in project striping limits, are to be clean, clear & have unobstructed access for BSSI work
• Proposal is based One (1) move-in(s). Additional move -ins will be billed at $3,500.00 each. Reducin
mive-ins does not change pricing. increasing does pricing
**40 RETENTION TO BE TAKEN ON CONTRACTS LESS THAN $6,000.00
EXCLUSIONS
• Pern,its, Fees, or Bonds
• Surveying
■ Crack Sealing, Herbicide, Asphalt patching Rolling, or post sweeping
• Heavy Cleaning, Pressure Washing, Dirt Removal
• Traffic Control Plans, Traffic Police, Detours or CMS
■ Sealing of asphalt (or concrete) after striping removal
• SWPPP/WPCP
• Temp. Striping after paving or slurry sealing or another operations unless specifically agreed upon
• Construction area signs
• Parking restriction Signage (Posting). BSSI to inform if needed prior to move -in
• Primary Liability Ins. Greater than $2,000,000, Railroad or Hoz. Insurance
• OCIP/WRAP Insurance & associated fees/cost
• Notifying or any form of residential/business outreach
• Removal of concrete curing material prior to Thermoplastic/Paint/Marking installation
• Removal of Temporary tape or Floppies that do not interfere with permanent striping
■ All Safety Training, Roilroad Training, Badging, Orientation Training, or Drug testing. If required, shall be paid on T & M
• Mast -Arm Signage, illuminated signage
• GC to provide existing striping grindings stockpile location if striping is removed for testing. No exceptions
• Existing Striping removal.
• Lead Compliance Plan
• BSSI will use existing crew members for all work. BSSI exempts our work from hiring goals.
Quotation (including inclusions & Exclusions) MUST become part of any contract or purchase order, and
cannot be superseded by any other terms of the agreement
Verbal or Electronic _Agreement _to pricing above, binds Contractor or owner to terms & conditions of this
Quote.
Exhibit B
BONDFORMS
Required fof• contracts over $25, 000.
<enter project name>
City Project #: <enter proj no.>
Approved by City Attorney, dated 0312812022
Up to $175,000 Contract
Payment Bond
Exhibit C
NONCOLLUSION DECLARATION
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
The undersigned declares
I am the President [title] of Bayside Stripe and Seal. Inc. [business name], the party making the foregoing
bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company,
association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has
not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has
not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in
a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by
agreement, communication, or conference with anyone to fix the bid price of the bidder or any other
bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All
statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid
price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to
any corporation, partnership, company, association, organization, bid depository, or to any member or
agent thereof, to effectuate a collusive or sham bid, and has not paid and will not pay, any person or
entity for such purpose.
This declaration is intended to comply with California Public Contract Code § 7106 and Title 23 U.S.0 §
12.
1 declare p
r of perjury under the laws of t e ate of California that the foregoing is true and
correct anh , i. of
is executed on 3 -*I- [date], at Petaluma [city], CA [state].
_Ram Mug nnam �� 1
Name [print]
END OF NONCOLLUSION DECLARATION
<enter project name> Up to $175,000 Contract
City Project #: <enter proj no.> Noncollusion Declaration
Approved by City Attorney, dated 3/28/2022
Exhibit D
BID SCHEDULE
This Bid Schedule must be completed in ink and included with the sealed Bid Proposal. Pricing must be
provided for each Bid Item as indicated. Items marked "(SW)" are Specialty Work that must be performed
by a qualified Subcontractor. The lump sum or unit cost for each item must be inclusive of all costs, whether
direct or indirect, including profit and overhead. The sum of all amounts entered in the "Extended Total
Amount" column must be identical to the Base Bid price entered in Section 1 of the Bid Proposal form.
AL = Allowance CF = Cubic Feet CY = Cubic Yard EA = Each LB = Pounds
LF = Linear Foc.. LS = Lump Sum SF = Square Feet TON = Ton (2000 lbs.)
BID
ITEM
NO.
ITEM DESCRIPTION
EST. QTY.
UNIT
UNIT
COST
EXTENDED
TOTAL AMOUNT
1
New poles
174
EA
$225.00
$39,150.00
2
12" x 18" single sided sin
154
EA
$75.00
$11.550.00
3
12" x 18" single sided si n
18
EA
$100.00
$1,800.00
4
18" x 24" single sided sin
31
EA
$100.00
$3,100.00
5
18" x 24" single sided sin
52
EA
, $125.00
$6,500.00
6
W14-2 sin
1
EA
$225.00
$225.00
7
Sign P,,moval and Disposal
45
EA
$10.00
$450.00
a
Pole Removal
7
EA
$50.00
$350.00
9
4" parking boxes
4462
LF
$1.50
$6,693.00
10
Red Curbing painting
397
LF
$3.50
$1,389.50
11
Install new sign onto existing
pole
75
EA
$75.00
$5,625.00
12
Install new si n onto new pole
174
EA
$25.00
$4,350.00
13
Install new double sided sign
w/ L bracket on pole
70
EA
$125.00
$8,750.00
Bonds mt &performance)
1
LS
$1,800.00
$1,800.00
TOTAL BASE BID: Items 1 through 13 inclusive: $ 91,732.50
Note. The amount entered as the "Total Base Bid" should be identical to the Base Bid amount entered in
Section 1 of the Bid Proposal form.
'enter project name>
City Project #: <enter proj no.>
%pproved by City Attorney, dated 3/28/2022
Up to $175,000 Contract
Subcontractor List
TI -
s/
s/
Bayside Stripe and Seal Inc.
Company Name
P.O. BOX 70
Address
Petaluma, CA. 94953
City, State, Zip
Ramy Mughannam
Contact Name
3, 2022
Name id Titl
1� � IfcLL �1j�1GtnVi�Vk- G' fKl��"-'
Name and Titie
_883985 5-31-24C32
License #, Expiration Date, and Classification
1000001757
DIR Registration #
707-765-2871
Phone
ramy@baysideessi.com
Contact Email
Addenda. Bidder agrees that it has confirmed receipt of or access to, and reviewed, all addenda issued
for this Bid. Bidder waives any claims it might have against the City based on its failure to receive,
access, or reviP,, -Rny addenda for any reason. Bidder specifically acknowledges receipt of the following
add,mda:
Addendum: Date Received:
#01
#02
#03
#04
-.enter project name>
City Project #: <enter proj no.>
Addendum:
#05
#06
#07
#08
END OF BID SCHEDULE
Approved by City Attorney, dated 3/28/2022
Date Received:
Up to $175,000 Contract
Subcontractor List
Performance Bond
Bond Number:14L000497
Premium: $3,500.00
City of 6an Rafael ("City") and Bayside Stripe & Seal, Inc. �("Contractor") have entered into a contract, dated
7 S 20rt
��Contract") for work on the $ arkEng Box ("Project"). The Contract is
incorporated by reference into this Performance Bond ("Bond").
1. General. Under this Bond, Contractor as Principal and The Ohio Casualty Insurance Company its surety ("Surety"), are
bound to City as obligee for an amount not less than $ 175,000.00 . By executing this Bond, Contractor
and Surety bind themselves and their respective heirs, executors, administrators, successors and assigns, jointly
and severally, to the provisions of this Bond.
2. Surety's Obligations; Waiver. If Contractor fully performs its obligations under the Contract, including its warranty
obligations under the Contract, Surety's obligations under this Bond will become null and void upon City's
acceptance of the Project, provided Contractor has timely provided a warranty bond as required under the Contract.
Otherwise Surety's obligations will remain in full force and effect until expiration of the one year warranty period
under the Contract. Surety waives any requirement to be notified of and further consents to any alterations to the
Contract made under the applicable provisions of the Contract documents, including changes to the scope of Work
or extensions of time for performance of Work under the Contract. Surety waives the provisions of Civil Code
sections 2819 and 2845.
3. Application of Contract Balance. Upon making a demand on this Bond for completion of the Work prior to
acceptance of the Project, City will make the Contract Balance available to Surety for completion of the Work under
the Contract. For purposes of this provision, the Contract Balance is defined as the total amount payable by City to
Contractor as the Compensation minus amounts already paid to Contractor, and minus any liquidated damages,
credits, or backcharges to which City is entitled under the terms of the Contract.
4. Contractor Default. Upon written notification from City that Contractor is in default under the Contract, time being
of the essence, Surety must act within seven calendar days of receipt of the notice to remedy the default through
one of the following courses of action:
4.1 Arrange for completion of the Work under the Contract by Contractor, with City's consent, but only if
Contractor is in default solely due to its financial inability to complete the Work;
4.2 Arrange for completion of the Work under the Contract by a qualified contractor acceptable to City, and
secured by performance and payment bonds issued by an admitted surety as required by the Contract
documents, at Surety's expense; or
4.3 Waive its right to complete the Work under the Contract and reimburse City the amount of City's costs to
have the remaining services completed.
5. Surety Default. If Surety defaults on its obligations under the Bond, City will be entitled to recover all costs it incurs
due to Surety's default, including legal, design professional, or delay costs.
6. Notice. Notice to Surety must be given or made in writing and sent to the Surety via personal delivery, U.S. Mail, or
a reliable overnight delivery service, or by email as a PDF (or comparable) file. Notice is deemed effective upon
delivery unless otherwise specified. Notice for the Surety must be given as follows:
<enter project name> Up to $175,000 Contract
City Project #: <enter proj no.> Performance Bond
Approved by City Attorney, dated 03/2812022
Attn: Liberty Mutual Surety - Claims Dept
Address: 1001 4th Ave Ste 3800
City/State/Zip: Seattle WA 98154
Phone: 206-473-6210
Fax: 866-548-6837
Email: hoscl@libertymutual.com
7. Law and Venue. This Bond will be governed by California law, and any dispute pursuant to this Bond will be
venued in the Superior Court of Marin County, and no other place. Surety will be responsible for City's attorneys'
fees and costs in any action to enforce the provisions of this Bond.
8. Effective Date; Execution. This Bond is entered into and effective on July 15 20 22. Three
identical counterparts of this Bond, each of which is deemed an original for all purposes, are hereby executed and
submitted.
SURETY: The Ohio Casualty Insurance Company
Business Name
s/
Jill Seymour, Attorney -In -Pact
Name/Title [print]
(Attach Acknowledgment with Notary Seal and Power of Attorney)
CONT OR: Bayside Stripe & Seal, Inc.
i Business Name
1
s/
Ramy Mughannam, President
Namip/Title
s/
Name/Title
APPROVED BY CITY:
s/ OW -Ji 0"
ROBEPT F. EPSTEIN, City Attorney
Date
END OF PERFORMANCE BOND
<enter project name> Up to $175,000 Contract
City Project #: <enter proj no.> Performance Bond
Approved by City Attorney, dated 03/28/2022
This Power of Attorney limits the acts of those named herein, and they have no authority to
bind the Company except in the manner and to the extent herein stated.
Liberty Liberty Mutual Insurance Company
Mutual. The Ohio Casualty Insurance Company Certificate No: 8205618-976005
SURETY West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, 136anna
Ramatici; Jenny Hagemann; Jill Seymour; Paul Ramatici; Tom Griffith
all of the city of Petaluma state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 20th day of May 2021
Liberty Mutual Insurance Company
P4 tusuRR �-,V IHS&, IxsuR� The Ohio Casualty Insurance Company
r 9y VPS°�POf�r �C, West American Insurance Company
3a sn $ �a m a b 1n
1912 0 D 1919 0 1991 0
D / N
tL� 'gACM�SC i� 'hRMP`� da YS �N(11AriP da, ((( W 0
C: 017 * �� Hyl * ?N 3,14 * t BY
M David M. Carey, Assistant Secretary
W State of PENNSYLVANIA
F County of MONTGOMERY ss
0
oF6
a`> >
a� m
_-a
0(D
Qj O
O a)
C: co
0) N
t>3 �
O.
C
E 6
o �
U
ca c
> O
L
O`
Z0
On this 20th day of May 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance I U r:tr
Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes'rL
therein contained by signing on behalf of the corporations by himself as a duly authorized officer. @�
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
;�` PAST
Fe Commonwealth of Pennsylvania - Notary Seal
ti C� Teresa Pastella, Notary Public
OF — Montgomery County
My commission expires March 28, 2025
By.
Commission number 1126044
Membcr, PennsMnia A%sxip4on of Notarms
�aRY PVA
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV — OFFICERS: Section 12. Power of Attorney.
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in -
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked. ��yy
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this �'6ay of _J
P4 tN5[rgq p�,XV INS& � IHSUZ
r+a c°Rror�q� yCs o -i`1 cpav°ry�r y2 -VP4°Rv0 yCr
Fa v °a M3 Ra sn
Y 1912 g 0 o y 1919 0 1991 0
rds+�'8acauab s° ��yaMvg'' aa� By: Renee C. Llewellyn, Assistant Secreta
8j7 * �[; dy1 t•� * �� yn• ry
LMS -12873 LMIC OCIC WAIC Multi Cc 02/21
IN•
E E
O �
O
o
O N
ao
0 N
l M
�00
00
n�
c�
�CU
O U
C
om
Q�
`ov
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Sonoma
On before me, Melissa Martinoni - Notary Public
(insert name and title of the officer)
personally appeared Sill Seymour
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hapd and official seal. MEI.153A MARIE AiARriNdNl
COMM. #2355892 Z
t a ;"` Notary Public - California X
5anoma County
117 Comm, Ex ires Apr. 28, 2025
Signature (Seal)
Bond Number: 14L000497
Premium Included in Performance Bond
Payment Bond
City of San Rafael ("Ci ") and Bayside Stripe & Seal, Inc. ("Contractor") have entered into a
contract, dated , 20,L,�-4 Contract") for work on the City's Parking Box Safety Project
("Project"). The Contract is incorporated by reference into this Payment Bond ("Bond").
1. General. Under this Bond, Contractor as principal and The Ohio Casualty Insurance Company,
its surety ("Surety"), are bound to City as obligee in an amount not less than
$ 17.5,000.00 , under California Civil Code sections 9550, et seq.
2. Surety's Obligation. If Contractor or any of its subcontractors fails to pay any of the
persons named in California Civil Code section 9100 amounts due under the
Unemployment Insurance Code with respect to work or labor performed under the
Contract, or for any amounts required to be deducted, withheld, and paid over to the
Employment Development Department from the wages of employees of Contractor and its
subcontractors, under California Unemployment Insurance Code section 13020, with
respect to the work and labor, then Surety will pay for the same.
3. Beneficiaries. This Bond inures to the benefit of any of the persons named in California
Civil Code section 9100, so as to give a right of action to those persons or their assigns in
any suit brought upon this Bond. Contractor must promptly provide a copy of this Bond
upon request by any person with legal rights under this Bond.
4. Duration. If Contractor promptly makes payment of all sums for all labor, materials, and
equipment furnished for use in the performance of the Work required by the Contract, in
conformance with the time requirements set forth in the Contract and as required by
California law, Surety's obligations under this Bond will be null and void. Otherwise,
Surety's obligations will remain in full force and effect.
5. Waivers. Surety waives any requirement to be notified of alterations to the Contract or
extensions of time for performance of the Work under the Contract. Surety waives the
provisions of Civil Code sections 2819 and 2845. City waives requirement of a new bond
for any supplemental contract under Civil Code section 9550. Any notice to Surety may be
given in the manner specified in the Contract and delivered or transmitted to Surety as
follows:
Attn- Liberty Mutual Surety - Claims Dept
Address: 1001 4th Street Ste 950
City/State/Zip: San Francisco CA 94111
Phone: 206-473-6210
Fax: 866-548-6837
Email: hosc! libert mutual.com
6. Law and Venue. This Bond will be governed by California law, and any dispute pursuant
to this Bond will be venued in the Superior Court of Marin County, and no other place.
Surety will be responsible for City's attorneys' fees and costs in any action to enforce the
provisions of this Bond.
<enter project name> Up to $175,000 Contract
City Project #: <enter proj no.> Payment Bond
Approved by City Attorney, dated 03/28/2022
7. Effective Date; Execution. This Bond is entered into and is effective on July 15, ,
20 22. Three identical counterparts of this Bond, each of which is deemed an original for all
purposes, are hereby executed and submitted.
SURETY: The Ohio Casualty Insurance Company
Business Name
s/
Jill Seymour, Attorney -In -Fact
Name/Title
(Attach Acknowledgment with Notary Seal and Power of Attorney)
Bayside Stripe & Seal, Inc.
Business Name
s/
Ramy Mughannam, President
Name/Title
s/
Name/Title
APPR VED BY CITY:
s/ 0 J A� I
ROBE T F. EPSTEIN, City Attorney
<enter project name>
City Project #: <enter proj no.>
END OF PAYMENT BOND
u 1�4 ( zz-
Date
Approved by City Attorney, dated 03/28/2022
Up to $175,000 Contract
Payment Bond
This Power of Attorney limits the acts of those named herein, and they have no authority to
bind the Company except in the manner and to the extent herein stated.
- Libe+rtx Liberty Mutual Insurance Company
Mutual. The Ohio Casualty Insurance Company Certificate No: 8205618-976005
SURETY West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Mianna
Ramatici; Jenny Hagemann; Jill Seymour; Paul Ramatici; Tom Griffith
all of the City of Petaluma state of CA each individually if there be more than one named, its true and lawful attorney-in-fact to make,
execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 20th day of May 2021
Liberty Mutual Insurance Company
4 Irtstl� 4qY INSO INs[I�o9The Ohio Casualty Insurance Company
�JA�a1xPO+�,q'yc y�4�aaPORvr�y �Aan`�ORPr.C+ West American Insurance Company
as sp `a a �q m tu
1912 a 1919 0 19 1991
� �a1 SAC HSS ,dD p SHA raP`�a db� Ys '�+°intra da� � N O
David M. Carey, Assistant Secretary
t`>s State of PENNSYLVANIA ss
r County of MONTGOMERY c E
On this 20th day of May 2021 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance m
a Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes 72
therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. O
o 4`'A 0
24W CommowreallhOfFemmsylvam�e-Notayseal d
�oaw
�e r Teresa Paslella, Notary Public O FU
p] OF Montgomery County
My commission expires March 28, 2025 By. ��Q O d
Commission number 1126044 -- = -
a7 Man',W. Pemnayl"rflj AgSptYy *n of NotVes ere5a Fastetla, NOlary Public Q O
CRY P o 0
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3
E •S Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: 0 N
Cl)
L .9? ARTICLE IV—OFFICERS: Section 12. Power of Attorney. °O
Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the -0 o
President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety CO
any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall -0 �
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such v m
Z U instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the
provisions of this article may be revoked at any time by the Beard, the Chairman, the President or by the officer or officers granting such power or authority. 0.2
ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in -
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 16!�day of
IHSUrp4 �vSY IN$v lN5U�
a°pPDgy �yCi
1912 -0 1919 1991 n
g, �ICNvg�aaD ��y�hA MA`+�,aL �S M'111Am� .fib Renee C. Llewellyn, Assistant Secretary
LMS -12873 LMIC OCIC WAIC Multi Cc 02/21
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Sonoma
Orl -J(l_LA 1 �20a-a _ before me, Melissa Martinoni - Notary Public
C (insert name and title of the officer)
personally appeared Jill Seymour
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official se .
Signature (Seal)
MELISSA MARIE MARTINONI
COMM. #2355892 z
,%
ids Notary Public - California z
z " Sonoma County o
MX Comm. Expires Apr. 28, 2025 i
A , a DATE/YYYY)
�"• CERTIFICATE OF LIABILITY INSURANCE 7/15/2015/zo22
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
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 riglits to the certificate holder in lieu of such endorsement(s).
PRODUCER CONTACT VIII Seymour
Don Ramatici Insurance, Inc. P"°NE 707-782-9200 ext 136 Fa No:707-782-9300
731A Southpoint Boulevard EMAIL `tXtl.
Petaluma CA 94954 ADDRESS: Jillramaticilns.COm
INSURER(S) AFFORDING COVERAGE NAIC #
INSURED
Bayside Stripe & Seal, Inc.
PO Box 703
Petaluma CA 94953
0449871INSURER
A: GuideOne National Insurance Co 14115t
BAYSSTR-01
INSURER B: GuideOne Mutual Insurance Camp 15032
Y
INSURER C; State Compensation Insurance F 35076
$
EACH OCCURRENCE $1,000.000
INSURER D: Tokio Marine Specialty Insuran 23850
INSURER E; Westchester Surplus Lines Insu 10172
E.L. DISEASE-POUCYLIMIT
INSURER F:
COVERAGES CERTIFICATE NUMBER: 800167847 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLI(:Y PERIUU
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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
SR ADDTYPE OF INSURANCE INSD SVBR PoLiCY NUMBER MMIDDY EFF POLICY
P LIMITS
TR
A X COMMERCIAL GENERAL LIABILITY Y Y 70KI01075-00 5/4/2022 5/4/2023 EACH OCCURRENCE $1,000,000
CLAIMS -MADE Fx� OCCUR PREMISES P Qccurcence1 $ 100,000
$5.000 PD Ded MED EXP [Anyone rson $ 5,000
per Occurrence PERSONAL & ADV INJURY $1,000,000
GEN'L AGGREGATE LIMITAPPLIES PER: GENERALAGGREGATE $ 2,00D,000
JECT
POLICY � PRO- LOC PRODUCTS - COMP/OP AGG $ 2.DDO. 000
P__..__ Lmted Pollution $ 100,000
B
AUTOMOBILE
X
LIABILITY
ANY AUTO
OWNED SCHEDULED
Y
Y
70K101075-00
$
EACH OCCURRENCE $1,000.000
AGGREGATE $ 1,000.00C
AUTOS ONLY AUTOS
E.L. DISEASE-POUCYLIMIT
51,000,000
5/4/2022
5/4/2023
X
HIREDX NON -OWNED
5/4/2022
5/4/2023
Each Condition/Aggr
2,000,000
AUTOS ONLY AUTOS ONLY
Pollution Ded
5,000
A
UMBRELLA LIAB X OCCUR
Y
70E100012-00
X
EXCESS LIAB CLAIMS MADE
OED I I RETENTION S
C
WORKERS COMPENSATION
Y
925351722
AND EMPLOYERS' LIABILITY Y I N
ANYPROPRIETORIPARTNEWEXECUTIVE
OFFICERIMEMBE R EXCLUDED? Y
NIA
(Mandatory In NH)
If yyes, dascnbe under
DESCRV[ON OF OPERATIONS below
D
2nd Layer Excess
PUBB13396
E
Pollution Llabiiity
G28317918 002
5/412022
5/4/2022
51412023
5/4/2023
COMBINED SINGLE LIMIT $ 1,000,000
Ea accident
BODILY INJURY (Per person) $
BODILY INJURY (Per accident) $
PROPERTY DAMAGE $
per accident)
$
EACH OCCURRENCE $1,000.000
AGGREGATE $ 1,000.00C
5/4/2022 1 5/4/2023
DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more apace is required)
Re: Public Works Projects Contract for Projects up to $175,000
It is agreed that The City of San Rafael, its Council, officials, officers, employees, agents, volunteers and consultants (Collectively, 'Additional Insured") are
listed as additional insureds on a primary & noncontribUtDry basis with regard to general liability performs CG2010(12119) CG2037(12/19) and with regard to
auto liability performs GOCAA12003(07/20) & CA0449(11116y-Primary & Nan -contributory CG2404 12/19 -GL Waiver CA0444 10/13 -Auto Waiver 10217
07114 -WC Waiver
PICEX001 5/13-Exess Add iticnat Insured
CERTIFICATE HOLDER CANCELLATION
City of San Rafael
111 Morphew Avenue
San Rafael CA 94901
USA
ACORD 25 (2016/03)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
©1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
E.L. EACH ACCIDENT
$ 1.000,000
E.L- DISEASE - EA EMPLOYEE
$1,000,ODD
E.L. DISEASE-POUCYLIMIT
51,000,000
5/4/2022
5/4/2023
Excess Limit
3,000,000
5/4/2022
5/4/2023
Each Condition/Aggr
2,000,000
Pollution Ded
5,000
DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more apace is required)
Re: Public Works Projects Contract for Projects up to $175,000
It is agreed that The City of San Rafael, its Council, officials, officers, employees, agents, volunteers and consultants (Collectively, 'Additional Insured") are
listed as additional insureds on a primary & noncontribUtDry basis with regard to general liability performs CG2010(12119) CG2037(12/19) and with regard to
auto liability performs GOCAA12003(07/20) & CA0449(11116y-Primary & Nan -contributory CG2404 12/19 -GL Waiver CA0444 10/13 -Auto Waiver 10217
07114 -WC Waiver
PICEX001 5/13-Exess Add iticnat Insured
CERTIFICATE HOLDER CANCELLATION
City of San Rafael
111 Morphew Avenue
San Rafael CA 94901
USA
ACORD 25 (2016/03)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
©1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
POLICY NUMBER: 70K10107500
COMMERCIAL GENERAL LIABILITY
CG 20 10 12 19 (Blkt)
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 Additional Insured Person(s)
Or Organization s Locations Of Covered O erations
Blanket as required by written contract and effective Primary Insurance applies: It is agreed that such
during the policy period as stated on the policy insurance as is afforded by this policy for the
declarations. benefit of the additional insured shown shall be
primary insurance, and any other insurance
maintained by the additional insured(s) shall be
excess and noncontributory as respects any
claim, loss or liability allegedly arising out of the
operations of the named insured or its
subcontractors, provided however that this
insurance will not apply to any claim loss or
liability which is determined to be solely the result
of the additional insured's negligence or solely
the additional insured's responsibility.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
A. Section II — Who Is An Insured is amended to 2. if coverage provided to the additional insured is
include as an additional insured the person(s) or required by a contract or agreement, the
organizations) shown in the Schedule, but only insurance afforded to such additional insured
with respect to liability for "bodily injury", "property will not be broader than that which you are
damage" or "personal and advertising injury" required by the contract or agreement to
caused, in whole or in part, by: provide for such additional insured.
1. Your acts or omissions; or
2. The acts or omissions of those acting on your
behalf;
in the performance of your ongoing operations for
the additional insured(s) at the location(s)
designated above.
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted by
law; and
B. With respect to the insurance afforded to these
additional insureds, the following additional
exclusions apply:
This insurance does not apply to "bodily injury" or
"property damage" occurring after:
1, All work, including materials, parts or
equipment furnished in connection with such
work, on the project (other than service,
maintenance or repairs) to be performed by or
on behalf of the additional insured(s) at the
location of the covered operations has been
completed; or
CG 2010 12 19 (Blkt) 0 Insurance Services Office, Inc., 2018 Page 1 of 2
2. That portion of "your work" out of which the
injury or damage arises has been put to its
Intended use by any person or organization
other than another contractor or subcontractor
engaged in performing operations for a
principal as a part of the same project.
C. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III — Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay on behalf of the additional insured is the
amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable limits of
insurance,
whichever is less.
This endorsement shall
applicable limits of insurance.
not increase the
Page 2 of 2 ® insurance Services Office, Inc., 2018 CG 2010 12 19 (Blkt)
POLICY NUMBER: 70K10107500 00 00 CA COMMERCIAL GENERAL LIABILITY
CG 20 37 12 19 (Blkt)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s)
Location And Description Of Completed Operations
Blanket as required by written contract and
Primary insurance applies: It is agreed that such
effective during the policy period as stated on the
insurance as is afforded by this policy for the
policy declarations.
benefit of the additional Insured shown shall be
primary insurance, and any other Insurance
maintained by the additional Insured(s) shall be
excess and noncontributory as respects any claim,
loss or liability allegedly arising out of the
operations of the named insured, provided
however that this insurance will not apply to any
claim loss or liability which is determined to be
solely the result of the additional insured's
negligence or solely the additional insured's
responsibility.
This insurance also does not apply to any structure
Intended to be occupied as a private residence, not
including apartments.
Information required to complete this Schedule, if not shown
above, will be shown in the Declarations.
A. Section II — Who is An Insured is amended to
include as an additional insured the person(s) or
organizationts) shown in the Schedule, but only
with respect to liability for "bodily injury" or
"property damage" caused, in whole or in part, by
"your work" at the location designated and
described in the Schedule of this endorsement
performed for that additional insured and included
in the "products -completed operations hazard".
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted by
law; and
2. if coverage provided to the additional insured is
required by a contract or agreement, the
insurance afforded to such additional insured
will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
B. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III — Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay on behalf of the additional insured is the
amount of insurance:
1. Required by the contract or agreement; or
CG 20 37 12 19 (Blkt) 0 Insurance Services Office, Inc., 2018 Page 1 of 2
2. Available under the applicable limits of
insurance;
whichever is less.
This endorsement shall not increase the
applicable limits of insurance.
Page 2 of 2 0 Insurance Services Office, Inc., 2018 CG 20 37 12 19 (BlkQ
POLICY NUMBER: 70K10107500 00 00 CA COMMERCIAL GENERAL LIABILITY
CG 24 04 12 19 (Blkt)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US (WAIVER OF SUBROGATION)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
ELECTRONIC DATA LIABILITY COVERAGE PART
LIQUOR LIABILITY COVERAGE PART
POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES
POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
RAILROAD PROTECTIVE LIABILITY COVERAGE PART
UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS
SCHEDULE
Name Of Person(s) Or Organization(s):
Blanket as required by written contract
and effective during the policy period as stated on the policy declarations.
Information required to complete this Schedule if not shown above will be shown in the Declarations.
The following is added to Paragraph 8. Transfer Of
Rights Of Recovery Against Others To Us of
Section IV — Conditions:
We waive any right of recovery against the person(s)
or organization(s) shown in the Schedule above
because of payments we make under this Coverage
Part. Such waiver by us applies only to the extent that
the insured has waived its right of recovery against
such person(s) or organization(s) prior to loss. This
endorsement applies only to the person(s) or
organization(s) shown in the Schedule above.
CG 24 04 12 19 (Blkt) © Insurance Services Office, Inc., 2018 Page 1 of 1
POLICY NUMBER: 70K10107500 COMMERCIAL AUTO
GO CA All 2003 (07 20) (Blkt)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below.
Endorsement effective I GuideOne Mutual Insurance Company
flamed Insured
Bayside Stripe & Seal, Inc.
(Authorized Representative)
WHO IS AN INSURED (under Section II — Liability Coverage, A.1) is amended to include as an "insured" the person or
organization shown in the Schedule with respect to the operation, maintenance, or use of a covered "auto" you own if:
1) You are obligated to add that person or organization, as an additional insured to this policy by:
a. an expressed provision of an "insured contract", or written agreement; or
b. an expressed condition of a written permit issued to you by a governmental or public authority; and
2) The "bodily injury" or "property damage" is caused by an "accident" which takes place after:
a. You executed the "insured contract" or written agreement; or
b. The permit has been issued to you.
SCHEDULE
Blanket as required by an expressed provision of an "insured contract", or written agreement; or an
expressed condition of a written permit issued to you by a governmental or public authority and
effective during the policy period as stated on the policy declarations.
GO CA Al 2003 (07 20) (Blkt) Page 1 of 1
Policy Number: '701<10107500
COMMERCIAL AUTO
CA 04 49 11 16
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
PRIMARY AND NONCONTRIBUTORY -
OTHER INSURANCE CONDITION
This endorsement modifies insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by
the endorsement.
A. The following is added to the Other Insurance
Condition in the Business Auto Coverage Form and
the Other Insurance — Primary And Excess
Insurance Provisions in the Motor Carrier Coverage
Form and supersedes any provision to the contrary:
This Coverage Form's Covered Autos Liabiiity
Coverage is primary to and will not seek contribution
from any other insurance available to an "insured"
under your policy provided that:
1. Such "insured" is a Named Insured under such
other insurance; and
2. You have agreed in writing in a contract or
agreement that this insurance would be primary
and would not seek contribution from any other
insurance available to such "insured".
B. The following is added to the Other Insurance
Condition in the Auto Dealers Coverage Form and
supersedes any provision to the contrary:
This Coverage Form's Covered Autos Liability
Coverage and General Liability Coverages are primary
to and will not seek contribution from any other
insurance available to an "insured" under your policy
provided that:
1. Such "insured" is a Named Insured under such
other insurance; and
2. You have agreed in writing in a contract or
agreement that this insurance would be primary
and would not seek contribution from any other
Insurance available to such "insured".
CA 04 49 11 16 © Insurance Services Office, Inc., 2016 Page 1 of 1
'POLICY'NUMBER: 70K10107500
COMMERCIAL AUTO
CA 04 44 10 13 (AutoBlktWaiver)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US (WAIVER OF SUBROGATION)
This endorsement modifies insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by
the endorsement.
This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below.
Named Insured: Bayside Stripe & Seal, Inc.
Endorsement Effective Date: 05/04/2022
SCHEDULE
Name(s) Of Person(s) Or Organization(s):
Blanket where required by written contract.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
The Transfer Of Rights Of Recovery Against Others
To Us condition does not apply to the person(s) or
organization(s) shown in the Schedule, but only to the
extent that subrogation is waived prior to the "accident" or
the "loss" under a contract with that person or
organization.
CA 04 44 10 13 (AutoBlktWaiver) © Insurance Services Office, Inc., 2011 Page 1 of 1
POLICY NUMBER: PUB813396
PIC-EXS-001 (05/13)
(2) Our right and duty to defend ends when we have used up the applicable limit of
insurance in the payment of judgments or settlements under this policy. However, if the
policy of "controlling underlying insurance" specifies that limits are reduced by defense
expenses, our right and duty to defend ends when we have used rip the applicable limit
of insurance in the payment of defense expenses, judgments or settlements under this
policy.
b. This insurance applies to "injury or damage" that is subject to an applicable "retained limit." If
any other limit, such as a sublimit, is specified in the "controlling underlying insurance," this
insurance does not apply to "injury or damage" arising out of that exposure unless that limit is
specified in the Declarations under the Schedule of "controlling underlying insurance."
c. If the "controlling underlying insurance" requires, for a particular claim, that the "injury or
damage" occur during its policy period in order for that coverage to apply, then this insurance
will only apply to that "injury or damage" if it occurs during the policy period of this policy. If
the "controlling underlying insurance" requires that the "event" causing the particular "injury or
damage" takes place during its policy period in order for that coverage to apply, then this
insurance will apply to the claim only if the "event" causing that "injury or damage" takes
place during the policy period of this policy.
d. Any additional insured under any policy of "controlling underlying insurance" will automatically
be an additional insured under this policy. if coverage provided to the additional insured is
required by a contract or agreement, the most we will pay on behalf of the additional insured
is the amount of insurance required by the contract, less any amounts payable by any
"controlling underlying insurance." Additional insured coverage provided by this insurance will
not be broader than coverage provided by the "controlling underlying insurance."
e. This insurance applies to "Injury or damage" only if, prior to the policy period, no insured listed
under the WHO IS AN INSURED Section in any "controlling underlying insurance" and no
employee authorized by you to give or receive notice of an occurrence or claim, knew that
the "injury or damage" had occurred, in whole or in part. if such a listed insured or authorized
employee knew, prior to the policy period, that the "injury or damage" occurred, then any
continuation, change or resumption of such "injuryor damage" during or after the policy period
will be deemed to have been known prior to the policy period.
f. "Injury or damage" which occurs during the policy period and was not, prior to the policy
period, known to have occurred by any insured listed under the WHO IS AN INSURED
Section in any "controlling underlying insurance," or by any employee authorized by you to
give or receive notice of an occurrence or claim, includes any continuation, change or
resumption of that "injury or damage" after the end of the policy period.
g. "Injury or damage" will be deemed to have been known to have occurred at the earliest time
when any insured listed under the WHO IS AN INSURED Section in any "controlling
underlying insurance" or any employee authorized by you to give or receive notice of an
occurrence or claim:
(1) Reports all, or any part, of the "injury or damage" to us or any other insurer;
(2) Receives a written or verbal demand or claim for damages because of the "injury or
damage"; or
(3) Becomes aware by any other means that "injury or damage" has occurred or has begun to
occur.
Page 2 of 12
includes copyrighted material of Insurance Services Office, Inc., with permission.
ENDORSEMENT AGREEMENT
WAIVER OF SUBROGATION
BLANKET BASIS
BROKER COPY
HOME OFFICE
SAN FRANCISCO EFFECTIVE MAY 4, 2022 AT 12.01 A.M.
ALL EFFECTIVE DATES ARE AND EXPIRING MAY 4, 2023 AT 12.01 A.M.
AT 12:01 AM PACIFIC
STANDARD TIME OR THE
TIME INDICATED AT
PACIFIC STANDARD TIME
BAYSIDE STRIPE & SEAL INC
PO BOX 703
PETALUMA, CA 94953
WE HAVE THE RIGHT TO RECOVER OUR PAYMENTS FROM ANYONE
LIABLE FOR AN INJURY COVERED BY THIS POLICY. WE WILL
NOT ENFORCE OUR RIGHT AGAINST THE PERSON OR
ORGANIZATION NAMED IN THE SCHEDULE.
9253517-22
RENEWAL
NA
7-37-59-07
PAGE 1 OF 1
THIS AGREEMENT APPLIES ONLY TO THE EXTENT THAT YOU
PERFORM WORK UNDER A WRITTEN CONTRACT THAT REQUIRES YOU
TO OBTAIN THIS AGREEMENT FROM US.
THE ADDITIONAL PREMIUM FOR THIS ENDORSEMENT SHALL BE
2.00% OF THE TOTAL POLICY PREMIUM.
SCHEDULE
PERSON OR ORGANIZATION
ANY PERSON OR ORGANIZATION
FOR WHOM THE NAMED INSURED
HAS AGREED BY WRITTEN
CONTRACT TO FURNISH THIS
WAIVER
JOB DESCRIPTION
BLANKET WAIVER OF
SUBROGATION
NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE
OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS
POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE
HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR
LIMITATIONS OF THIS ENDORSEMENT.
COUNTERSIGNED AND ISSUED AT SAN FRANCISCO: MAY 5, 2022
2 5 7 2 Af1THORIZED REPRESENT IVE PRESIDENT AND CEO
SCIF FORM 10217 (REV.7.2014)
OLD DP 217
P.O. Box 703 Date 6/28/2022 Page 1 of 2
P7 I Petaluma, CA. 94953 Project Name San Rafael Parking Box Safety Project 1R
707-765-2871 Phone Project No.
i
707-765-2773 Fax Location: San Rafael, CA Revised
ram 0baysidessi.com Estimator: RamyMughannam
C-32 27 tir #883985 DIR #1000001757, Bondin tute.P LI M6 Under $5 Million in Gross Sales
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
Not
Quotation
Item
Description
UOM Quantity
Price Per
Total
New Poles: Furnish & Install new 2" Galvanized pole w/ sleeve (106+68)
EA 174
$ 225.00
$ 39,150.00
12" x 18" single sided sign (109+45)
EA 154
$ 75.00
$ 11,550.00
12" x 18" double sided sign (17+1)
EA 18
$ 100.00
$ 1,800.00
18" x 24" single sided sign (17+14)
EA 31
$ 100.00
$ 3,100.00
18" x 24" double sided sign (17+35)
EA 52
$ 125.00
$ 6,500.00
W14-2 Sign:
EA 1
$ 225.00
$ 225.00
Sign removal & Discard (36+9)
EA 45
$ 10.00
$ 450.00
Pole Removal
EA 7
$ 50.00
$ 350.00
4" parking boxes (2622+1840)
LF 4462
$ 1.50
$ 6,693.00
Red curb painting (368+29)
LF 397
$ 3.50
$ 1,389.50
Install New sign onto existing pole (49+26)
EA 75
$ 75.00
$ 5,625.00
Install new sign onto new pole (106+68)
EA 174
$ 25.00
$ 4,350.00
Install new double sided sign w/ L bracket on pole (34+36)
EA 70
$ 125.00
$ 8,750.00
Bonds (Payment & Performance Bonds)
LS 1
$ 1,800.00
$ 1,800.00
Posting for "No Parking" by city
This Proposal is per plans & specs.
JTotal 91,732.50
• Quote includes all Comments, Stipulations & Exclusions found on Page #2
• Any alteration or deviations from the above specifications involving extra cost will be executed only
upon written orders & will be an extra charge (CCO)
P.O. Box 703 Page 2 of 2
Petaluma, CA. 94953
i I 707-765-2871 Phone
i 707-765-2773 Fax
Stipulations & Comments
• We are Signatory to Laborers Union
• Twenty 20 WORKING days minimum notice needed with each move -in. Schedule will be mutual!y agreed upon based
on our existing scheduled work backlo . There are no guarantees that we'll be able to meet GC's schedule. PrelfmFnnry
schedule is re uired rior to contract execution. BSSI WILL NOT BE CHARGED Liquidated Damages due to scheduling
issue or time over -run that were not caused by BSS!, especially when schedule is nota reed upon. if BSSI is scheduled
for the final counted work day. BSSI will not be liable if for some unforeseen reason the single day becomes two. If our
scheduled move -in is cancelled due to weather, we will only return on our next available opening.
• BSSI will not be responsible for LD's due to weather re -scheduling.
• Note: This proposal will be valid for 30 Days & be All-inclusive unless agreed upon prior to bid time. BSSI
RESERVES THE RIGHT TO WITHDRAW PROPOSAL IF WRITTEN ACCEPTANCE 15 NOT RECEIVED WITHIN THE
TIME ALLOWED 30 DAYS . NO EXCEPTIONS!
■ Payment for Work Performed shall be made within 40 Days, or it will constitute our legal right to cease
all operations until paid.
• Above proposal includes Traffic Control for our portion only unless specifically stated otherwise.
• Work areas with -in project striping limits, are to be clean, clear & have unobstructed access for BSSI work
• Proposal is based One Y move -ins . Additional move -ins will be billed at $3,500,00 each. Reducing
move -ins does not chane pricing. increasing does ricin
**NO RETENTION TO BE TAKEN ON CONTRACTS LESS THAN $6,000.00
EXCLUSIONS
■ Permits, Fees, or Bonds
• Surveying
• Crack Sealing, Herbicide, Asphalt patching Rolling, or post sweeping
• Heavy Cleaning, Pressure Washing, Dirt Removal
• Traffic Control Plans, Traffic Police, Detours or CMS
• Sealing of asphalt (or concrete) after striping removal
• SWPPP/WPCP
• Temp. Striping after paving or slurry sealing or another operations unless specifically agreed upon
• Construction area signs
■ Parking restriction Signage (Posting). BSSI to inform if needed prior to move -in
• Primary Liability Ins. Greater than $2,000,000, Railroad or Haz. Insurance
• OCIP/WRAP Insurance & associated fees/cost
• Notifying or any form of residential/business outreach
• Removal of concrete curing material prior to Thermoplastic/Paint/Marking installation
• Removal of Temporary tape or Floppies that do not interfere with permanent striping
• All Safety Training, Railroad Training, Badging, Orientation Training, or Drug testing. If required, shall be paid on T & M
• Mast -Arm Signage, illuminated signage
• GC to provide existing striping grindings stockpile location if striping is removed for testing. No exceptions
• Existing Striping removal.
• Lead Compliance Plan
• BSSI will use existing crew members for all work. BSSI exempts our work from hiring goals.
Quotation fincludin q Inclusions & Exclusionsi MUST become part of any contract or purchase order, and
cannot be superseded by any other terms of the agreement
Verbal or Electronic Agreement to pricing above binds Contractor or owner to terms & conditions of this
quote.
��� RAP q��
til
a z
s 0
F �.
C , WITH 0
CONTRACT ROUTING FORM
INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below.
TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER:
Contracting Department: Fire
Project Manager: Mary Ellen Skramstad and Calvin Shrader Extension: 3457
Contractor Name: Bayside Stripe and Seal
Contractor's Contact: Ramy Mughannam Contact's Email: ramy@baysidessi.com
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step RESPONSIBLE DESCRIPTION COMPLETED REVIEWER
DEPARTMENT DATE Check/Initial
1 Project Manager a. Email PINS Introductory Notice to Contractor 5/18/2022
6/6/2022
City Attorney
3 I Department Director
b. Email contract (in Word) and attachments to City
Attorney c/o Laraine.Gittens@cityofsanrafael.org
a. Review, revise, and comment on draft agreement
and return to Project Manager
b. Confirm insurance requirements, create Job on
PINS, send PINS insurance notice to contractor
Approval of final agreement form to send to
contractor
4 Project Manager Forward three (3) originals of final agreement to
contractor for their signature
5 Project Manager When necessary, contractor -signed agreement
agendized for City Council approval *
*City Council approval required for Professional Services
Agreements and purchases of goods and services that exceed
$75,000; and for Public Works Contracts that exceed $175,000
Date of City Council approval
PRINT CONTINUE ROUTING PROCESS WITH HARD COPY
6 Project Manager Forward signed original agreements to City
Attorney with printed copy of this routing form
7 City Attorney Review and approve hard copy of signed
agreement
8 City Attorney Review and approve insurance in PINS, and bonds
(for Public Works Contracts)
City Manager / Mayor Agreement executed by City Council authorized
_official
10 City Clerk Attest signatures, retains original agreement and
forwards copies to Project Manager
7/18/2022 MS
711x 1 I-tll (Ic.
6/16/2022
6/16/2022
© GC
® GC
7/7/2022
® �(
7/7/2022
❑ N/A
El
Or
Click here to
enter a date.
7/18/2022 MS
711x 1 I-tll (Ic.