Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Du Bois CMP ReplacementCITY OF SAN RAFAEL
Department of Public Works
111 Morphew Street
San Rafael, CA 94901
Public Works Contract for Projects up to $200,000
This public works contract ("Contract") is entered into by and between the City of San Rafael ("City") and
Maggiora & Ghilotti, Inc. ("Contract 'r"l. a corporation for work on the City's Du Bois CMP Replacement
("Project"), and is effective on 1 20�(11
Effective Date").
The parties agree as follows
1. Scope of Work. Contractor will perform and provide all labor, materials, equipment, supplies,
transportation, and any and all other items or services necessary to perform and complete the work
required for the Project ("Work"), as specified in Exhibit A, Scope of Work, and according to the terms
and conditions of this Contract, including all attachments to the Contract and any other documents and
statutes incorporated by reference. To the extent that any attachment contains provisions that conflict or
are inconsistent with the terms set forth in the body of this Contract, the Contract terms will control. This
Project requires a valid California contractor's license for the following classification(s): A
2. Contract Documents. The Contract Documents incorporated into this Contract include and are
comprised of all of the documents listed below:
2.1 Notice Inviting Bids;
2.2 Contract;
2.3 Addenda, if any;
2.4 Exhibit A — Scope of Work;
2.5 Exhibit B — Payment, Performance, and Bid Bonds;
2.6 Exhibit C — Noncollusion Declaration;
2.7 Exhibit D — Bid Schedule;
2.8 Exhibit E — Subcontractor List.
3. Contract Price. As full and complete compensation for Contractor's timely performance and .
completion of the Work in strict accordance with the terms and conditions of the Contract Documents, City
will pay Contractor $49,710 (the "Contract Price") for all of Contractor's direct and indirect costs to
perform the Work, including all labor, materials, supplies, equipment, taxes, insurance, bonds and all
overhead costs, in accordance with the payment provisions contained herein.
3.1 Payment. Contractor must submit an invoice on the first day of each month during the
Contract Time, defined in Section 4 below, and/or upon completion, for the Work performed during the
preceding month, itemizing labor, materials, equipment and any incidental costs incurred. Contractor
warrants that title to all work, materials and equipment incorporated into the Work will pass to City free of
any claims, liens, or encumbrances upon payment to Contractor.
3.2 Payment and Performance Bonds. If the Contract Price is over $25,000, then Contractor
must provide City with a payment bond and a performance bond using the bond forms included in this
Contract as Exhibit B, Bond Forms, and submit the bonds with the executed Contract. Each bond must
be issued by a surety admitted in California. If an issuing surety cancels a bond or becomes insolvent,
Contractor must provide a substitute bond from a surety acceptable to City within seven days after written
notice from City. If Contractor fails to substitute an acceptable surety within the specified time, City may,
in its sole discretion and without prior notice to Contractor, purchase such bond(s) at Contractor's
expense and deduct the cost from payments otherwise due to Contractor, or terminate the Contract.
Du Bois CMP Replacement Up to $200,000 Contract
City Project #:11459-02 Page 1
Approved by City Attorney, dated 03/28/2022
4. Time for Completion. Contractor will fully complete the Work within 15 working 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 $2,800 per day for each day of unexcused
delay in completion.
6. Standard of Care. All Work must be provided in a manner that meets or exceeds the standard of
care applicable to the same type of work in the City of San Rafael. Contractor must promptly correct, at
Contractor's sole expense, any Work that the City determines is deficient or defective.
7. Permits and Licenses. Contractor, at its sole expense, must obtain and maintain during the
term of this Contract, all appropriate permits, certificates and licenses including, but not limited to, the
required California contractor's license and a City business license.
8. Indemnification. Contractor will indemnify, defend with counsel acceptable to City, and hold
harmless to the full extent permitted by law, City, its governing body, officers, agents, employees, and
volunteers (the "Indemnitees") from and against any and all liability, demands, loss, damage, claims,
settlements, expenses, and costs (including, without limitation, attorney fees, expert witness fees, and
costs and fees of litigation) (collectively, "Liability") of every nature arising out of or in connection with the
acts or omissions of Contractor, its employees, subcontractors, representatives, or agents in performing
the Work of failing to comply with any obligation of Contractor under this Contract, except such Liability
caused by the active negligence, sole negligence, or willful misconduct of an Indemnitee. This
indemnification obligation is not limited by any limitation on the amount or type of damages or
compensation payable under Workers' Compensation or other employee benefit acts, or by insurance
coverage limits, and will survive the expiration or early termination of this Contract. City will notify
Contractor of any third -party claim pursuant to Public Contract Code section 9201.
9. Insurance. Contractor will, at all times under this Contract, maintain the insurance coverage
required in this section to cover the activities of Contractor and any subcontractors relating to or arising
from performance of the Work. Each policy must be issued by a company licensed to do business in
California, and with a strength and size rating from A.M. Best Company of A-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 httus //w,,vv).pinsadvantage.com/ upon
request by the City, and before the City authorizes Contractor to proceed with the Work.
9.1 Workers' Compensation. Statutory coverage is required by the California Workers'
Compensation Insurance and Safety Act. If Contractor is self -insured, it must provide its duly authorized
Certificate of Permission to Self -Insure. In addition, Contractor must provide employer's liability insurance
with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease.
9.2 Liability. Commercial General Liability ("CGL") insurance issued on an occurrence basis,
including coverage for liability arising from Contractor's or its subcontractor's acts or omissions in
performing the Work, including Contractor's protected coverage, blanket contractual, products and
completed operations, broad form property damage, vehicular coverage, and employer's non -ownership
liability coverage, with limits of at least $1,000,000 per occurrence and $2,000,000 general aggregate.
9.3 Automotive. Commercial automotive liability coverage for owned, non -owned and hired
vehicles must provide coverage of at least $1,000,000 combined single limit per accident for bodily injury,
death, or property damage.
9.4 Subrogation Waiver. Each required policy must include an endorsement that the insurer
waives any right of subrogation it may have against the City or the City's insurers.
Du Bois CMP Replacement Up to $200,000 Contract
City Project #:11459-02 Page 2
Approved by City Attorney, dated 03/28/2022
9.5 Required Endorsements. The CGL policy and the automotive liability policy must include
the following specific endorsements:
(1) The City, including its Council, officials, officers, employees, agents, volunteers and
consultants (collectively, "Additional Insured") must be named as an additional insured for all
liability arising out of the operations by or on behalf of the named insured, and the policy
must protect the Additional Insured against any and all liability for personal injury, death or
property damage or destruction arising directly or indirectly in the performance of the
Contract.
(2) The inclusion of more than one insured will not operate to impair the rights of one
insured against another, and the coverages afforded will apply as though separate policies
have been issued to each insured.
(3) The insurance provided is primary and no insurance held or owned by City may be
called upon to contribute to a loss ("primary and non-contributory").
(4) Any umbrella or excess insurance must contain or be endorsed to contain a provision
that such coverage will also apply on a primary or non-contributory basis for the benefit of
City before the City's own insurance or self-insurance will be called upon to protect it as a
named insured.
(5) This policy does not exclude explosion, collapse, underground excavation hazard, or
removal of lateral support.
10. Labor Code Compliance. Unless the Contract Price is $1,000 or less, the Contract is subject to
all applicable requirements of Chapter 1 of Part 7 of Division 2 of the Labor Code, beginning at section
1720, and the related regulations, including but not limited to requirements pertaining to wages, working
hours and workers' compensation insurance. Contractor must also post all job site notices required by
laws or regulations pursuant to Labor Code section 1771.4.
10.1 Prevailing Wages. Each worker performing Work under this Contract that is covered under
Labor Code section 1720 or 1720.9, must be paid at a rate not less than the prevailing wage as defined in
sections 1771 and 1774 of the Labor Code. The prevailing wage rates are on file with the City Engineer's
office and are available online at http://www.dir.ca.gov/DLSR. Pursuant to Labor Code section 1775,
Contractor and any subcontractor will forfeit to City as a penalty up to $200 for each calendar day, or
portion of a day, for each worker paid less than the applicable prevailing wage rate, in addition to paying
each worker the difference between the applicable wage rate and the amount actually paid.
10.2 Working Day. Pursuant to Labor Code section 1810, eight hours of labor consists of a
legal day's work. Pursuant to Labor Code section 1813, Contractor will forfeit to City as a penalty the sum
of $25 for each day during which a worker employed by Contractor or any subcontractor is required or
permitted to work more than eight hours during any one calendar day, or more than 40 hours per
calendar week, unless such workers are paid overtime wages under Labor Code section 1815. All Work
must be carried out during regular City working days and hours unless otherwise specified in Exhibit A or
authorized in writing by City.
10.3 Payroll Records. Contractor and its subcontractors must maintain certified payroll records
in compliance with Labor Code sections 1776 and 1812, and all implementing regulations promulgated by
the Department of Industrial Relations ("DIR"). For each payroll record, Contractor and its subcontractors
must certify under penalty of perjury that the information in the record is true and correct, and that it has
complied with the requirements of Labor Code sections 1771, 1811, and 1815. Unless the Contract Price
Du Bois CMP Replacement Up to $200,000 Contract
City Project #:11459-02 Page 3
Approved by City Attorney, dated 03/28/2022
is under $25,000, Contractor must electronically submit certified payroll records to the Labor
Commissioner as required under California law and regulations.
10.4 Apprentices. If the Contract Price is $30,000 or more, Contractor must comply with the
apprenticeship requirements in Labor Code section 1777.5.
10.5 DIR Monitoring, Enforcement, and Registration. This Project is subject to compliance
monitoring and enforcement by the DIR pursuant to Labor Code section 1725.5, and, subject to the
exception set forth below, Contractor and any subcontractors must be registered with the DIR to perform
public works projects. The registration requirements of Labor Code section 1725.5 do not apply if the
Contract Price is for under $25,000.
11. Workers' Compensation Certification. Under Labor Code section 1861, by signing this
Contract, Contractor certifies as follows: "I am aware of the provisions of Labor Code section 3700 which
require every employer to be insured against liability for workers' compensation or to undertake self-
insurance in accordance with the provisions of that code, and I will comply with such provisions before
commencing the performance of the Work on this Contract."
12. Termination.
12.1 Termination for Convenience. City reserves the right to terminate all or part of the
Contract for convenience upon written notice to Contractor. Upon receipt of such notice, Contractor must:
immediately stop the Work, including under any terms or conditions that may be specified in the notice;
comply with City's instructions to protect the completed Work and materials; and use its best efforts to
minimize further costs. In the event of City's termination for convenience, Contractor waives any claim for
damages, including for loss of anticipated profits from the Project. If City terminates the Contract for
convenience, City will only owe Contractor payment for the Work satisfactorily performed before Contract
termination, as well as five percent of the total value of the Work performed as of the date of notice of
termination or five percent of the value of the Work yet to be completed, whichever is less, which is
deemed to cover all overhead and profit to date.
12.2 Termination for Default. The City may terminate this Contract for cause for any material
default. Contractor may be deemed in default for a material breach of or inability to perform the Contract,
including Contractor's refusal or failure to supply sufficient skilled workers, proper materials, or equipment
to perform the Work within the Contract Time; refusal or failure to make prompt payment to its employees,
subcontractors, or suppliers or to correct rejected work; disregard of laws, regulations, ordinances, rules,
or orders of any public agency with jurisdiction over the Project; lack of financial capacity to complete the
Work within the Contract Time; or responsibility for any other material breach of the Contract
requirements. If City terminates the Contract for cause, City will only owe Contractor payment for the
Work satisfactorily performed before Contract termination.
13. Dispute Resolution. Any dispute arising under or related to this Contract is subject to the
dispute resolution procedures of Public Contract Code sections 9401 and 20104 et. seq., which are
incorporated by reference.
14. Waiver. A waiver by City of any breach of any term, covenant, or condition in this Contract will
not be deemed a waiver of any subsequent breach of the same or any other term, covenant, or condition
contained herein, regardless of the character of any such breach.
15. Warranty. Contractor guarantees and warrants the Work and the materials used or provided for
the Project for a period of one year, beginning upon City's acceptance of the Work for the Project as
complete ("Warranty Period"). During the Warranty Period, upon notice from the City of any defect in the
Work or the materials, Contractor must, at its sole expense, promptly repair or replace the defective Work
Du Bois CMP Replacement Up to $200,000 Contract
City Project #:11459-02 Page 4
Approved by City Attorney, dated 03/28/2022
or materials, including repair or replacement of any other Work or materials that is or are displaced or
damaged during the warranty work, excepting any damage resulting from ordinary wear and tear.
16. Worksite Conditions.
16.1 Clean and Safe. Contractor must maintain the Work site and staging and storage areas in
a clean and neat condition and must ensure it is safe and secure. On a daily basis the Contractor must
remove and properly dispose of debris and waste materials from the Work site.
16.2 Inspection. Contractor will make the Work accessible at all times for inspection by the City
16.3 Hazardous Materials. Unless otherwise specified in the Contract documents, this Contract
does not include the removal, handling, or disturbance of any asbestos or other hazardous materials, as
identified by any federal, state, or local law or regulation. If Contractor encounters materials on the
Project site that Contractor reasonably believes to be asbestos or other hazardous materials, and the
asbestos or other hazardous materials have not been rendered harmless, Contractor may continue Work
in unaffected areas reasonably believed to be safe, but must immediately cease Work on the area
affected and report the condition to City. No asbestos, asbestos -containing products or other hazardous
materials may be used in performance of the Work.
16.4 Utilities, Trenching and Excavation. As required by Government Code section 4215, if,
during the performance of the Work, Contractor discovers utility facilities not identified by City in the
Contract documents, Contractor must immediately provide written notice to City and the utility. In
performing any excavations or trenching work, Contractor must comply with all applicable operator
requirements in Government Code sections 4216 through 4216.5. If the trenching or excavation extends
deeper than four feet below the surface, then it must also comply with Public Contract Code section 7104
17. Records. Unless otherwise specified in Exhibit A, Contractor must maintain and update a
separate set of as -built drawings while the Work is being performed, showing changes from the Work as
planned in Exhibit A, or any drawings incorporated into this Contract. The as -built drawings must be
updated as changes occur, on a daily basis if necessary.
18. Conflicts of Interest. Contractor, its employees, subcontractors and agents, may not have,
maintain or acquire a conflict of interest in relation to this Contract in violation of any City ordinance or
policy or in violation of any California law, including under Government Code section 1090 et seq. and
under the Political Reform Act as set forth in Government Code section 81000 et seq. and its
accompanying regulations. Any violation of this Section constitutes a material breach of the Contract.
19. Non -Discrimination. No discrimination will be made in the employment of persons under this
Contract because of the race, color, national origin, ancestry, religion, gender or sexual orientation of
such person.
20. Independent Contractor. City and Contractor intend that Contractor will perform the Work under
this Contract as an independent contractor. Contractor is solely responsible for its means and methods in
performing the Work. Contractor is not an employee of City and is not entitled to participate in health,
retirement or any other employee benefits from City.
21. Assignment of Unfair Business Practice Claims. Under Public Contract Code section 7103.5,
Contractor and its subcontractors agree to assign to City all rights, title, and interest in and to all causes
of action it may have under section 4 of the Clayton Act (15 U.S.C. section 15) or under the Cartwright
Act (Chapter 2 (commencing with section 16700) of Part 2 of Division 7 of the Business and Professions
Code), arising from purchases of goods, services, or materials pursuant to the Contract or any
subcontract. This assignment will be effective at the time City tenders final payment to Contractor,
without further acknowledgement by the parties.
Du Bois CMP Replacement Up to $200,000 Contract
City Project #:11459-02 Page 5
Approved by City Attorney, dated 03/28/2022
22. Notice. Any notice, billing, or payment required by or pursuant to the Contract documents must
be made in writing, signed, dated and sent to the other party by personal delivery, U.S. Mail, a reliable
overnight delivery service, or by email as a PDF (or comparable) file. Notice is deemed effective upon
delivery unless otherwise specified. Notice for each party must be given as follows:
City:
Address: 111 Morphew Street
City/State/Zip. San Rafael, CA 94901
Phone: 415-725-9264
Attn: Adeel Shaikh, Junior Engineer
Email: adeel.shaikh@cityofsanrafael org
Contractor:
Name: Maggiora & Ghilotti, Inc
Address: 555 Du Bois Street
City/State/Zip: San Rafael, CA, 94901
Phone: 415-459-8640
Attn: Don Muns, General Superintendent
Email: don@maggiora-ghilotti.com
23. General Provisions.
23.1 Compliance with All Laws. Contractor will comply with all applicable federal, state, and
local laws and regulations including, but not limited to, unemployment insurance benefits, FICA laws,
conflict of interest laws, and local ordinances. Work may only be performed by qualified and experienced
workers who are not employed by the City and who do not have any contractual relationship with City,
with the exception of this Contract.
23.2 Provisions Deemed Inserted. Every provision of law required to be inserted in the
Contract is deemed to be inserted, and the Contract will be construed and enforced as though such
provision has been included. If it is discovered that through mistake or otherwise that any required
provision was not inserted, or not correctly inserted, the Contract will be deemed amended accordingly.
23.3 Assignment and Successors. Contractor may not assign its rights or obligations under
this Contract, in part or in whole, without City's written consent. This Contract is binding on Contractor's
and City's lawful heirs, successors and permitted assigns.
23.4 Third Party Beneficiaries. There are no intended third -party beneficiaries to this Contract.
23.5 Governing Law and Venue. This Contract will be governed by California law and venue
will be in the Superior Court of Marin County, and no other place.
23.6 Amendment. No amendment or modification of this Contract will be binding unless it is in a
writing duly authorized and signed by the parties to this Contract.
23.7 Integration; Severability. This Contract and the Contract documents incorporated herein,
including authorized amendments or change orders thereto, constitute the final, complete, and exclusive
terms of the agreement between City and Contractor. If any provision of the Contract documents, or
portion of a provision, is determined to be illegal, invalid, or unenforceable, the remaining provisions of
the Contract documents will remain in full force and effect.
23.8 Authorization. Each individual signing below warrants that he or she is authorized to do so
by the party that he or she represents, and that this Contract is legally binding on that party. If Contractor
Du Bois CMP Replacement Up to $200,000 Contract
City Project #:11459-02 Page 6
Approved by City Attorney, dated 03/28/2022
is a corporation, signatures from two officers of the corporation are required pursuant to California
Corporation Code section 313.
[Signatures are on the following page.]
Du Bois CMP Replacement
City Project #:11459-02
Up to $200,000 Contract
Page 7
Approved by City Attorney, dated 03/28/2022
The parties agree to this Contract as witnessed by the signatures laelow:
CITY. 1 Appn
s/ s/—
ClRlstriqt/ALILLOVI�CH,,/City Manager ROI
Date: �/ /� /r / / Date:
v
Attest:
s/ 44 ,
lq LINDSAY LA A, Ci Clerk
I Date: d -(
rm:
F./EPSTEIV,, Pity Attorney
CONTRACTOR:
BBusin s ame
s/ Seal:
Name/rifle
Date: 0
s/
Name/Title
Date:
21CO-1 Ud r Vlu0: 0;3- 7,% -Zs
Contractor's California License Number(s) and Expiration Date(s)
Exhibit A: Scope of Work
Exhibit B: Bond Forms
Exhibit C: Noncollusion Declaration
Exhibit D: Bid Schedule
Exhibit E: Subcontractor List
Du Bois CMP Replacement
City Project #:11459-02
END OF CONTRACT
Up to $200,000 Contract
Page 8
Approved by City Attorney, dated 03/28/2022
Du Bois CMP Replacement
City Project #:11459-02
Exhibit A
SCOPE OF WORK
Approved by City Attorney, dated 03/28/2022
Up to $200,000 Contract
Scope of Work
Exhibit A
October 22, 2024
Attn: Adeel Shaikh
ENGINEERfNG CONTRACTORS
M A. 1 11 COY H T
G111 i1C I]I{1{)
Committed to Excellence
Maggiora & Ghilotti, Inc. 555 Du Bois Street, San Rafael, CA 94901 ph: (415) 459-8640 fax: (415) 459-2065
CA Lic #226767 A DIR: 1000007991
Rev 3
RFP for remove and replace storm drain inlet.
Email: Adeel.Shaikh@cityofsanrafael.org
Office: (415) 725-9264
Project: Remove and replace 1 each drainage inlet, stub out 1' x 24" HDPE storm, new C&G and side walk. 10 plus feet deep.
Location: San Rafael, 100 DuBois San Rafael
Plans: Mutually agreed per County standards
Addenda: 0
Proposal
ITEM
DESCRIPTION
QUANTITY
UOM
UNIT PRICE
TOTAL
1
Mobilization (Supervision, TCP's,Equip. moves,pot hole.)
1
LS
$ 7.850.00
2
Bonds and insurance
1
LS
$ 500.00
3
Excavation and shoring, includes flagging
50
CY
$ 12,010.00
4
FPS Type F drainage structure
1
EA
$ 8,900.00
5
Backfill pipe and structures
37
CY
$ 5,600.00
6
FSP curb and gutter, sidewalk
30
LF
$ 9,550.00
7
Paving trench and curb
5
TONS
$ 5,300.00
I ota I
$ 49,710.00
Conditions
Based on mutually agreeable schedule and sketch supplied 2/21/24
Work hours 8:00am - 5:00pm
No encroachment fee or no parking sign fee
One flagger for traffic control
One lane to be kept open with no delays over 10 minutes
Estimated duration 9 working days
Exclusions
Standard Exclusions
Survey; Engineering; Design; Soils Engineering; Field Testing; Inspections; Permits and fees; Utility Fees; Bonds; CQC; SWPPP or WPCP; QSP
Inspections; Handling and/or Removals of Hazardous Material; Over excavation
Specific Exclusions
Unidentified utilities
Relocation of utilities
Landscape restoration
Supporting sewer, will do on T&M if needed
Thank you for the opportunity to bid. Quote is good for 30 days
The above proposal is hereby accepted:
By:
By:
Name/Title: Name/Title:
Date:
Company:
License # NA
Date:
Company:
Dort xwd
Don Muns General Superintendent
October 22, 2024
Maggiora & Ghilotti, Inc
CA Lic 4226767-A DIR: 1000007991
page1 of 1
Du Bois CMP Replacement
City Project #:11459-02
Exhibit B
BONDFORMS
Required for contracts over $25, 000.
Approved by City Attorney, dated 03/28/2022
Up to $200,000 Contract
Bond Forms
Exhibit C
NONCOLLUSION DECLARATION
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
The undersigned declares:
am the [title] of [•;c ; La. << L� N . I r, , i ,�,
[business name], the party making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company,
association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has
not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has
not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in
a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by
agreement, communication, or conference with anyone to fix the bid price of the bidder or any other
bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All
statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid
price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to
any corporation, partnership, company, association, organization, bid depository, or to any member or
agent thereof, to effectuate a collusive or sham bid, and has not paid and will not pay, any person or
entity for such purpose.
This declaration is intended to comply with California Public Contract Code § 7106 and Title 23 U.S.0 §
112.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and
correct and that this declaration is executed on 1 t - I S - 2.J L4 [date], at
�i)-� 1 [city], LA [state].
Si
Name [print]
Du Bois CMP Replacement
City Project #:11459-02
END OF NONCOLLUSION DECLARATION
Up to $200,000 Contract
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 Foot LS = Lump Sum SF = Square Feet TON = Ton (2000 lbs.)
BID
ITEM UNIT EXTENDED
NO. ITEM DESCRIPTION EST. QTY. UNIT COST TOTAL AMOUNT
TOTAL BASE BID: Items 1 through inclusive: $
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.
Du Bois CMP Replacement Up to $200,000 Contract
City Project #:11459-02 Bid Schedule
Approved by City Attorney, dated 3/28/2022
This Bid Proposal is hereby submitted on
s/
s/
Company Name
Address
City, State, Zip
Contact Name
20
Name and Title
Name and Title
License #, Expiration Date, and Classification
DIR Registration #
Phone
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 review any addenda for any reason. Bidder specifically acknowledges receipt of the following
addenda:
Addendum Date Received:
#01
#02
#03
#04
Du Bois CMP Replacement
City Project #:11459-02
Addendum
#05
#06
#07
#08
END OF BID SCHEDULE
Approved by City Attorney, dated 3/28/2022
Date Received
Up to $200,000 Contract
Bid Schedule
Exhibit E
SUBCONTRACTOR LIST
For each Subcontractor that will perform a portion of the Work in an amount in excess of one-half of 1 %
of the bidder's total Contract Price,' the bidder must list a description of the Work, the name of the
Subcontractor, its California contractor license number, the location of its place of business, its DIR
registration number, and the portion of the Work that the Subcontractor is performing based on a
percentage of the Base Bid price.
DESCRIPTIOOF WORK N SUBC NNATiACTOR CALIFORNIA CONTRACTOR ACTOR LOCATION BUS NESS F DIR REG. NO. I PERCENT
F LICENSE NO. WORK
END OF SUBCONTRACTOR LIST
'For street or highway construction this requirement applies to any subcontract of $10,000 or more
Du Bois CMP Replacement
City Project #:11459-02
Approved by City Attorney, dated 3/28/2022
Up to $200,000 Contract
Subcontractor List
CONTRACT ROUTING FORM
INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below.
TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER:
Contracting Department: Public Works
Project Manager: Shannon Mackle (for Adeel Shaikh) Extension: 3353
Contractor Name: Maggiora & Ghilotti, Inc
Contractor's Contact: Don Muns Contact's Email: don@maggiora-ghilotti.com
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step
RESPONSIBLE
DESCRIPTION
COMPLETED
REVIEWER
DEPARTMENT
a. Email PINS Introductory Notice to Contractor
DATE
Check/Initial
1
Project Manager
Click here to
❑
enter a date.
b. Email contract (in Word) and attachments to City
3/7/2024
Attorney c/o Laraine.Gittens@cityofsanrafael.org
X❑SM
2
City Attorney
a. Review, revise, and comment on draft agreement
3/14/2023
and return to Project Manager
3/14/2023
❑X NT
b. Confirm insurance requirements, create Job on
Department Director
PINS, send PINS insurance notice to contractor
❑X NT
3
Approval of final agreement form to send to
10/24/2024
❑X AM
contractor
4
Project Manager
Forward three (3) originals of final agreement to
10/24/2024
❑x
contractor for their signature
5
Project Manager
When necessary, contractor -signed agreement
© N/A
agendized for City Council approval *
*City Council approval required for Professional Services
Agreements and purchases of goods and services that exceed
Or
$75,000; and for Public Works Contracts that exceed $175,000
Click here to
Date of City Council approval
enter a date.
PRINT
CONTINUE ROUTING PROCESS WITH HARD COPY
6
Project Manager
Forward signed original agreements to City
11/1/24
SM
City Attorney
Attorney with printed copy of this routing form
Review and approve hard copy of signed
Z �I
7
t
agreement
Review and approve insurance in PINS, and bonds
I I
8
City Attorney
(for Public Works Contracts)
%
9
City Manager / Mayor
Agreement executed by City Council authorized
official
Attest signatures, retains original agreement and
10
City Clerk
forwards copies to Project Manager
Bond No. 0248173
Performance Bond
City of San Rafael ("City") and Haley & Aldrich, Inc. ("Contractor") have entered into a contract, dated
.20 ("Contract") for work on the Windward Way Landfill Well Installations
("Project"). The Contract is incorporated by reference into this Performance Bond ("Bond").
General. Under this Bond, Contractor as Principal and Berkley Insurance Company , its
surety ("Surety"), are bound to City as obligee for an amount not less than $ 200,000.00
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.
Surety's Obligations; Waiver. If Contractor fully performs its obligations under the Contract,
including its warranty obligations under the Contract, Surety's obligations under this Bond will
become null and void upon City's acceptance of the Project, provided Contractor has timely
provided a warranty bond as required under the Contract. Otherwise Surety's obligations will
remain in full force and effect until expiration of the one year warranty period under the Contract.
Surety waives any requirement to be notified of and further consents to any alterations to the
Contract made under the applicable provisions of the Contract documents, including changes to the
scope of Work or extensions of time for performance of Work under the Contract. Surety waives
the provisions of Civil Code sections 2819 and 2845.
Application of Contract Balance. Upon making a demand on this Bond for completion of the
Work prior to acceptance of the Project, City will make the Contract Balance available to Surety for
completion of the Work under the Contract. For purposes of this provision, the Contract Balance is
defined as the total amount payable by City to Contractor as the Compensation minus amounts
already paid to Contractor, and minus any liquidated damages, credits, or backcharges to which
City is entitled under the terms of the Contract.
4. Contractor Default. Upon written notification from City that Contractor is in default under the
Contract, time being of the essence, Surety must act within seven calendar days of receipt of the
notice to remedy the default through one of the following courses of action:
4.1 Arrange for completion of the Work under the Contract by Contractor, with City's consent,
but only if Contractor is in default solely due to its financial inability to complete the Work;
4.2 Arrange for completion of the Work under the Contract by a qualified contractor
acceptable to City, and secured by performance and payment bonds issued by an admitted
surety as required by the Contract documents, at Surety's expense; or
4.3 Waive its right to complete the Work under the Contract and reimburse City the amount
of City's costs to have the remaining services completed.
5. Surety Default. If Surety defaults on its obligations under the Bond, City will be entitled to recover
all costs it incurs due to Surety's default, including legal, design professional, or delay costs.
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:
Windward Way Landfill Well Installations Up to $200,000 Contract
Performance Bond
Approved by City Attorney, dated 03/28/2022
Attn: BSG Claims
Address: 412 Mount Kemble Avenue, Suite 310N
City/State/Zip: Morristown, NJ 07960
Phone: 973.775.5042
Fax:
Email: bsgclaim@berkleysurery.com
Law and Venue. This Bond will be governed by California law, and any dispute pursuant to this
Bond will be venued in the Superior Court of Marin County, and no other place. Surety will be
responsible for City's attorneys' fees and costs in any action to enforce the provisions of this Bond.
Effective Date; Execution. This Bond is entered into and effective on November 13
20 24. Three identical counterparts of this Bond, each of which is deemed an original for all
purposes, are hereby executed and submitted.
SURETY: Berkley Insurance Company
Business Name
s/ \Jjv 0-4 Ay,64-4&
Shelly Andrade, Attomey-in-Fact
Name/Title [print]
(Attach Acknowledgment with Notary Seal and Power of Attorney)
CONTRACTOR: Haley & Aldrich Inc.
Business Name
s/
s/
Name/Title
APPROV BY
s/
ROBERT F. EPST �,ity Attorney
END OF PERFORMANCE BOND
z
'Date
CE CO
PORO
� S19�51./�
�FL4WP10-
Windward Way Landfill Well Installations Up to $200,000 Contract
Performance Bond
Approved by City Attorney, dated 03/2B/2022
Bond No. 0248173
Payment Bond
City of San Rafael ("City") and Haley & Aldrich, Inc. ("Contractor") have entered into a contract,
dated 20_ ("Contract") for work on the Windward Way Landfill Well
Installations ("Project"). The Contract is incorporated by reference into this Payment Bond
("Bond").
General. Under this Bond, Contractor as principal and Berkley Insurance Company
its surety ("Surety"), are bound to City as obligee in an amount not less than
S 200.000.00 , under California Civil Code sections 9550, et seq.
Surety's Obligation. If Contractor or any of its subcontractors fails to pay any of the
persons named in California Civil Code section 9100 amounts due under the
Unemployment Insurance Code with respect to work or labor performed under the
Contract, or for any amounts required to be deducted, withheld, and paid over to the
Employment Development Department from the wages of employees of Contractor and its
subcontractors, under California Unemployment Insurance Code section 13020, with
respect to the work and labor, then Surety will pay for the same.
3. Beneficiaries. This Bond inures to the benefit of any of the persons named in California
Civil Code section 9100, so as to give a right of action to those persons or their assigns in
any suit brought upon this Bond. Contractor must promptly provide a copy of this Bond
upon request by any person with legal rights under this Bond.
4. Duration. If Contractor promptly makes payment of all sums for all labor, materials, and
equipment furnished for use in the performance of the Work required by the Contract, in
conformance with the time requirements set forth in the Contract and as required by
California law, Surety's obligations under this Bond will be null and void. Otherwise,
Surety's obligations will remain in full force and effect.
5. Waivers. Surety waives any requirement to be notified of alterations to the Contract or
extensions of time for performance of the Work under the Contract. Surety waives the
provisions of Civil Code sections 2819 and 2845. City waives requirement of a new bond
for any supplemental contract under Civil Code section 9550. Any notice to Surety may be
given in the manner specified in the Contract and delivered or transmitted to Surety as
follows:
Attn: BSG Claims
Address: 412 Mount Kemble Avenue, Suite 310N
City/State/Zip: Morristown, NJ 07960
Phone: 973.775.5042
Fax:
Email: bsgclaim@,berkleysurety.com
Law and Venue. This Bond will be governed by California law, and any dispute pursuant
to this Bond will be venued in the Superior Court of Marin County, and no other place.
Surety will be responsible for City's attorneys' fees and costs in any action to enforce the
provisions of this Bond.
Windward Way Landfill Well Installations Up to S200,000 Contract
Payment Bond
Approved by City Attorney, dated 03/28/2022
Effective Date; Execution. This Bond is entered into and is effective on November 13
20 24 Three identical counterparts of this Bond, each of which is deemed an original for all
purposes, are hereby executed and submitted.
SURETY: Berkley Insurance Company
Business Name
s/ 01LS24
Q4 �%POP4 (�2
Shelly Andrade, Attorney -in -Fact W SEr!�I.
Name/Title 1975 r
�FL4WPR�'
(Attach Acknowledgment with Notary Seal and Power of Attorney)
CONTRACTOR: Haley & Aldrich Inc.
Business Name/
s/ Q� z
voma, yV, �2 c M, 6. Z 0 tAlri/ COcatfi //756� �'✓T �GGM
Name/Title
s/
Name/Title
APPROVED
( L
s/
ROBER, TV EE16TEIN, City orney Date
END OF PAYMENT BOND
Windward Way Landfill Well Installations Up to $200,000 Contract
Payment Bond
Approved by City Attorney, dated 03/28/2022
No. BI-TSBA-a
POWER OF ATTORNEY
BERKLEY INSURANCE CONIPAIN'Y
WILMINGTON, DELAWARE
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly
organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made. constituted
and appointed, and does by these presents make, constitute and appoint: Shelly Andrade
Surety Bond No.: 0248173
Principal: Haley & Aldrich Inc.
Obligee: City of San Rafael
its true and lavAbl Attorney -in -Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and
deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single
obligation shall exceed Fift N iillion and 00/100 U.S. Dollars (U.S.S50,000,000.00), to the same extent as if such bonds had
been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper
persons.
This Power of Attorney shall be construed and enforced in accordance with, and governed by. the laws of the State of Delaware,
without giving effect to the principles of conflicts of laws thereof. This Power of Attomey is granted pursuant to the following
resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010:
RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the allonney-in-fact named therein
to execute bonds, tindertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
attorney -in -fact and revoke any power of attorney previously granted; and further
RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recogtnizances.
or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the
manner and to the extent therein stated; and further
RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and
further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have
ceased to be such at the time when such instruments shall be issued.
IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
corporate seal hereunto affixed this 2nd day of May 2024 .
\\/asV Attest
6WpQO lv'
(Seal) � `SEAL !� By - ��
Philip 5. elt
nnr�a r
Execttti� a Vice President &Secretary
STATE OF CONNECTICUT )
) ss:
COUNTY OF FAIRFIELD )
Berkley Insurance Company
By
Je a at •r
Senior Vice President
Sworn to before me, a Notary Public in the State of Connecticut, this 2' day of May , 2024 , by Philip S. Welt and
Jeffrey M. Hafter who are sworn to me to be the Executive Vice President and Secretary, and the Senior Vice President,
respectively, of Berkley Insurance Company.
MARIA C. RUNDEAKEN
NOTARY PL43M
CONNECTI=
1"�)
Notary Public. State of Connecticut
W COMMMStON EKPGMB 04-30-2020 CERTIFICATE
I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a
true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded
and that the authority of the Attomey-in-Fact set forth thereat, who executed flip bond or undertaking to which this Power of
Attomey is attached, is in fitll force and effect as of this date.
Given under my hand and seal of the Company, this 13th day of November 2024
v�S NSVAIry�, H�
(Seal) �F
5 aoa°°"°'F
Vincent P. Forte
ar
of
State of l—�G7SsGi
County of Y'VaF��4�� Ss.
LEE SAMNANG
Notary Public
f Commonwealth of Massachusetts
My Commission Expires
October 11, 2030
On this [ 17 day of N cue.►, 2014, before me personally came
�• SW£ai et to be known,
and known to me to be the individual described in and who executed the foregoing instrument, and acknowledged to me that he executed the
same.
My commission expires j Q
Nota blic
State of
County of
On lhi
I ss.
day of
, 20 _ before me personally came
to be known to me
to be a member of the firm of
described in and who executed the foregoing instrument, and he thereupon acknowledged to me that he executed the same as and for the act
and deed of said firm.
My commission expires
Notary Public
State of
County of
On this
I SS.
day of
who being by me duly sworn, did depose and say that he is the
20 , before me personally came
to be known to me
of
the corporation described in and which executed the above instrument that he knows the seal of said corporation; the the seal affixed to said
instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said corporation, and that he signed his name
thereto by like order.
My commission expires
Massachusetts
State of
County of Hampden
On this 13th
Shelly Andrade
Ss.
day of November
Notary Public
20 24 , before me personally came
to be known, who, being by me duly sworn, did depose and say that
Berkley Insurance Company
he is attorney -in -fact of
the corporation described in and which executed the above instrument; that he knows the corporate seal of said corporation; that the seal affixed
to the within instrument is such corporate seal, and that he signed the said instrument and affixed the said seal as Attorney -in -Fact by authority
of the Board of Directors of said corporation and by authority of this office under the Standing Resolutions thereof.
My commission expires December 5, 2025
FORM # 13
GAIL M. PERRIN
Notary Public
COMMONWEALTH OF MAssnN
My Commission Expires
December S. 2025
Notary Public