Loading...
HomeMy WebLinkAboutPW Pavement Maintenance Program Additional Striping ModificationsCITY OF SAN RAFAEL Department of Public Works 111 Morphew Street San Rafael, CA 94901 Public Works Contract for Projects up to $220,000 This public works contract ("Contract") is entered into by and between the City of San Rafael ("City") and Chrisp Company ("Contractor"), a California corporation, for work on the City's Pavement Maintenance Program Additional Striping Modifications ("Project"), and is effective on ("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 class ification(s): A / C-32 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 $35,365 (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. Pavement Maintenance Program Additional Striping Modifications Up to $220,000 Contract City Project #11454 Page 1 Approved by City Attorney, dated 03/28/2022 4. Time for Completion. Contractor will fully complete the Work within four (4) months 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 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. Pavement Maintenance Program Additional Striping Modifications Up to $220,000 Contract City Project #11454 Page 2 Approved by City Attorney, dated 03/28/2022 9.6 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 Pavement Maintenance Program Additional Striping Modifications Up to $220,000 Contract City Project #11454 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 Pavement Maintenance Program Additional Striping Modifications Up to $220,000 Contract City Project #11454 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. Pavement Maintenance Program Additional Striping Modifications Up to $220,000 Contract City Project #11454 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: 415-256-5501 Attn: Grey Melgard, Associate Civil Engineer Email: grey.melgard@cityofsanrafael.org Contractor: Name: Chrisp Company Address: 43650 Osgood Road City/State/Zip: Fremont, CA 94538 Phone: 916-549-8368 Attn: Joe Fini Email: jfini@chrispco.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 Pavement Maintenance Program Additional Striping Modifications Up to $220,000 Contract City Project #11454 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.] Pavement Maintenance Program Additional Striping Modifications Up to $220,000 Contract City Project #11454 Page 7 Approved by City Attomey, dated 03/28/2022 The parties agree to this Contract as witnessed by the signatures below: CITY: Approve s form: s/ s/ k-1 APRW/ MILLER, Public Works Director ANDREA VISVESHWARA, Chief Assistant City Attorney Dater7- %Z "Z5 Date: f Attest: �{ / s/ �' , v�L, I v' LINDSAY RA, City Clerk Date: CONTRACTOR: CI ) i I PQ J� Business Name s/ Seal: Mark Chrisp, Vice President Name/Title Date: < < r s Robert Bilotti, CFO / Controller Name/Title Date: SIPS 374600 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 END OF CONTRACT Pavement Maintenance Program Additional Striping Modifications City Project #11454 Approved by City Attorney, dated 03/28/2022 Up to $220,000 Contract Page 8 Exhibit A SCOPE OF WORK Pavement Maintenance Program Additional Striping Modifications Up to $220,000 Contract City Project # 11454 Scope of Work Approved by City Attorney, dated 03/28/2022 Exhibit A Woodland Office 1805 East Beamer St. Woodland, CA. 95776 Phone: (530) 406-2220 Fax: (530) 406-2221 CL No. 374600 DIR No.1000000306 A General Engineering C-13 Fence, Wire, Wood C-32 Highway Improvement Union Contractor / No Minority Status Band Rate 1.2% To: City Of San Rafael Contact: Grey Shankel Melgard Address: 111 Morphew St Phone: (415) 485-3355 San Rafael, CA 94901 MARI N Fax: Project Name: City Of San Rafael Highlands Neighborhood Bid Number: 68532 Project Location: Marin, San Rafael Bid Date: 2/7/2025 Revised Item # Item Description Estimated Quantity Unit Unit Price Total Price A. General Items A01 MOBILIZATION 1.00 LS $7,500.00 $7,500.00 A02 TRAFFI C CONTROL 1.00 LS $4, 500.00 $4, 500.00 Total Price for above A. General Items Items: $12,000.00 B. Ridgewood Dr & Elizabeth Wy Intersection B01 REMOVE & SEAL EXI STI NG OONFLI CTI NG STRI R NG AND 1.00 LS $16, 065.00 $16, 065.00 1 NSTALL NEW STRI PI NG & MARKERS AS SHOWN ON ATTACHED EXHIBIT B02 I NSTALL ROADS DE SI GN 5.00 EACH $550.00 $2, 750.00 Total Price for above B. Ridgewood Dr & Elizabeth Wy I ntersection Items: $18,815.00 C. Fairhills Dr & Twin Oaks Ave I ntersection 001 PLACE REFLECTIVE PAVEMENT MARKERS ON FAI RHI LLS 1.00 LS $1,200 00 $1,200.00 DR AS SHOWN ON ATTACHED EXHI BI T Total Price for above C. Fairhills Dr & Twin Oaks Ave I ntersection Items: $1,200.00 D. Ridgewood Dr & Crestwood Dr (Blind Hill Safety Improvements) D01 I NSTALL APPROX 260 LF OF SI NGLE YELLOW CENTERLI NE 1.00 LS $2,250.00 $2,250.00 SOLI D STRI PE ON RI DGEWOOD DR AT BLI ND HI LL D02 INSTALL ROADS DE SI GIN ON CRESTWOOD FOR BLIND 2.00 EACH $550.00 $1,100.00 HILL Total Price for above D. Ridgewood Dr & Crestwood Dr (Blind Hill Safety I mprovements) Items: $3,350.00 Total Bid Price: $35,365.00 2/7/2025 8:41:50 AM Page 1 of 3 Woodland office 1805 Fast Beamer St. Woodland, U. 95776 Phone: (530) 406-2220 Fag: (530) 406-2221 CL No. 374600 DIR No.1000000306 A General Engineering C-13 Fence, Wire, Wood C-32 Highway Improvement Union Contractor / No Minority Status Bond Rate 1.2% To: City Of San Rafael Contact: Grey Shankel Melgard Address: 111 Morphew St Phone: (415) 485-3355 San Rafael, CA 94901 MARI N Fax: Project Name: Oty Of San Rafael Highlands Neighborhood Bid Number: 68532 Project Location: Marin, San Rafael Bid Date: 2/7/2025 Notes: NO RETENTION TO BETAKEN ON CONTRACTS LESS THAN $5,000.00 1 Move- I n(s) included. Additional Move- I ns $6,000.00 Chrisp Company reserves the right to withdraw proposal if written acceptance is not received within 30 days of bid date Clean, clear and unobstructed access required for Chrisp Co. work Final PAY QTYS presented by owner MUST be agreed by Chrisp Co. After receiving contract 10 working days written notice required prior to scheduling of work EXCLUDE Special Insurance Requirements, (i.e. Railroad Insurance, ) This quotation excludes Primary Liability Insurance greater than $2,000,000. This quotation excludes all work associated with the project SVVPP and WPCP. ALL Bid items shall NOT be adjusted or removed without written / or verbal permission. Retainage percentage on monthly progress payments to be no greater than the percentage retained by the Owner on its payment to the Contractor. If Owner reduces the retainage percentages on payments to the Contractor, the Contractor shall likewise reduce the retainage percentage on payment to Chrisp Company. Full retention to be released no later than thirty-five, (35) Days after completion of Chrisp Companies work. Excessive or delinquent retainage will be subject to the highest interest rate allowed by law. Chrisp Company shall be reimbursed the full amount for bonds upon submission to General Contractor. Retention shall not be held from bond reimbursement. THI S QUOTATI ON I S BASED ON A STANDARD MONDAY THROUGH FRI DAY WORK WEEK ADDI TI ONAL COSTS WI LL OCCUR FOR WORK PERFORMED ON WEEKENDS CHRI SP COMPANY WI LL USE EXI STI NG EMPLOYEE POOL TO PERFORM ALL WORK ON THI S PROJECT. I F THERE ARE ANY HI RI NG GOALS FOR THI S PROJECT THI S VVI LL BE EXCLUDED EXCLUDE ALL Safety Training, Badging, Drug Testing and Orientation (To be paid at time and material Cal -Trans I NCLUDED: BLACK OUT OF USA MARKI NGS (If Required) General Contractor Shall Disclose and Update Chrisp Company on all project Milestone bonuses, Chrisp Company shall be awarded a percentage of Milestone bonus in proportion to Chrisp Company percentage of contract work to meet Milestone Deadlines. All work not specifically described in bid items is excluded EXCLUDE Removal of Concrete Curing Material and or Surface Prep prior to PAINT / THERMOPLASTIC / PAVEMENT MARKER Striping on Concrete Surfaces. Typical Surface Rep Methods on Concrete (Water Blasting, Sand Blasting, Shot Blasting, Bead Blasting) This quotation excludes installing permanent striping while other operations are in progress on jobsite. Chrisp Co. will remove contractors short term temporary markers (Floppies) placed for lanelines and centerlines only (no edgelines or shoulders). No Tape removal. Short Term Temporary markers are to be placed so that striping may be placed before removal of temporary markers. This quotation Excludes furnishing or placing ALL detour signage for our operations. Encroachment Permit to be provided at No Cost to Chrisp Company Access / and or Accessibility by 1 Ton Vehicle required for Chrisp Company work EXCLUDE Red -Lined As -Built Drawings EXCLUDES: Decorative Pavement/Concrete Overlay, Decorative Stamped Asphalt/Concrete and Reform Thermo Stripe and Legends Changeable Message board if required to be provided by Owner for Chrisp Co. Use at no Charge to Chrisp Company EXCLUDE Traffic Control Ran Traffic Control INCLUDED for Chrisp Company work ONLY EXCLUDE Removal of Temporary Delineation EXCLUDE Installation of Temporary Delineaton After Paving/Resurfacing/Road Grinding or Rainning INCLUDED: Temporary Delineation After Stripe Removal INCLUDED: Seal Coat at stripe removal locations. This quotation excludes performing removal work while other operations are in progress on jobsite. This quotation excludes the removal & disposal of hazardous grindings & spoils from jobsite. EXCLUDE Lead Compliance Ran This quotation EXCLUDES removal of Yellow stripe and markings treated as hazardous. If Chrisp Co. is required to DI G BY HAND due to issues U.S.A., etc.an additional $20.00 per hole will be charged EXCLUDE ALL Solar Powered LED Signs to be Done By Others EXCLUDE: ALL HARD WI RED ELECTRI CAL SI GNS 2/7/2025 8:41:50 AM Page 2 of 3 Woodland Office 1805 Fast Beamer St. Woodland, CA. 95776 Phone: (530) 406-2220 Fag: (530) 406.2221 CL No. 374600 AIR No.1000000306 A General Engineering C-13 Fence, Wire, Wood C-32 Highway Improvement Union Contractor / No Minority Status Bond Rate 1.2% To: Qty Of San Rafael Contact., Grey Shankel Melgard Address: 111 Morphew St Phone: (415) 485-3355 San Rafael, CA 94901 MART N Fax: Project Name: City Of San Rafael Highlands Neighborhood I Bid Number: 68532 I Il Project Location: Marin, San Rafael Bid Date: 2/7/2025 ACCEPTED: The above prices, specifications and conditions are satisfactory and hereby accepted. Buyer: Signature: Date of Acceptance: 2/7/2025 8:41:50 AM CONFI RMED: Woodland Authorized Signature: Estimator: Joe Fni (916) 549-8368 jfini@chrispco.com Page 3of3 Exhibit B BONDFORMS Required for contracts over $25, 000. Pavement Maintenance Program Additional Striping Modifications Up to $220,000 Contract City Project # 11454 Bond Forms Approved by City Attorney, dated 03/28/2022 Bond No. 57BCSJH8369 Payment Bond Premium Included in Performance Bond Executed in Duplicate City of San Rafael ("City") and Chrisp Company ("Contractor") have entered into a contract, dated MAQcN Zq , 20Z 5 ("Contract") for work on the Pavement Maintenance Program Additional Striping Modifications ("Project"). The Contract is incorporated by reference into this Payment Bond ("Bond"). General. Under this Bond, Contractor as principal and Hartford Fire Insurance Company its surety ("Surety"), are bound to City as obligee in an amount not less than $35,365.00 Thirty Five under California Civil Code sections 9550, et seq.*Thousand Three Hundred Sixty Five and 00/100 Dollars 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. 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. 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: Jonathan Nelson Address: 2001 N. Main St., Suite 520 City/State/Zip: Walnut Creek, CA 94596 Phone: (415) 836-4810 Fax: 866-780-9956 Email Jonathan. Nelson@ithehartford.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. Pavement Maintenance Program Additional Striping Modifications City Project # 11454 Approved by City Attorney, dated 03/28/2022 Up to $220,000 Contract Payment Bond 7. Effective Date; Execution. This Bond is entered into and is effective on 20_ Three identical counterparts of this Bond, each of which is deemed an original for all purposes, are hereby executed and submitted. SURETY: Hartford Fire Insurance Company Business Name Mistv R. Hemie. Attornev-In-Fact Name/Title (Attach Acknowledgment with Notary Seal and Power of Attorney) ame s/ Officer. Name/Title s/ 1005 Pes l 411r Name/Title APPROITY: s/ VE Y 1f� ROBERT F. EPSTEIN, City Attorney 4w-zf- Date END OF PAYMENT BOND Pavement Maintenance Program Additional Striping Modifications City Project # 11454 Approved by City Attorney, dated 03/28/2022 Up to $220,000 Contract Payment Bond 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 Contra Costa ) On ►q90 [ Zf Z0Z"s- before me, Brittany Kavan, Notary Public (insert name and title of the officer) personally appeared Misty R. Hemje 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 seal. Signature BRrTTANY KAVAN Notary Public - California 90my Contra Costa County Commission it 2508562 Comm. Expvcs Jan 2, 2029 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 State of California County of Alameda on March 19, 2025 Date personally appeared before me, KVmberli A Lipke. Notary Public Here Insert Name and Title of the Officer Robert Bilotti, Chief Financial Officer \ Controller >� KYMBERLIA.LIKE ` Notary Public . California - Alameda County Commission # 2473774 `• . a•�'�`My Comm. Expires Nov 25, 2027 Place Notary Seal Above Name(s) of Signer(s) 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 seal. Signature: � /'i, If t Q Signature of Notary Mblic OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: _ Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing. - 0 2013 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 State of California County of Alameda On March 19, 2025 before me, Kymberli A Upke, Notary Public Date Here Insert Name and Title of the Officer personally appeared Mark Chrisp, Vice President KYMBERLI A. LIPKE Notary Public • California lamy Alameda CountyCommission # 2473774 Comm. Expires Nov 25. 2027 Name(s) of Signer(s) 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 offic//i��al seal. Place Notary Seal Above Signature: 4( d ,t a Signature of Notary Public' OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: �C> . Ge �..... J 41ci3cz S�,icZ.^L'i7sZ a�'VY� GS _ _ �c75 : ii'eGSiCi£tiS Cy ilSty :4 V` c YLc SiGiiG3 0 2013 National Notary Association • www.NationalNotary.org a 1-800-US NOTARY (1-800-876-6827) Item #5907 Direct Inquiries, Bond Authenticity and Claims to: ORD POWER OF ATTORNEY One O Hartford, Connecticut 06155 Bond.Claimsta�thehartford.com call: 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: A J GALLAGHER RISK MGMNT SVCS LLC Agency Code: 57-554532 ® Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut ® Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana ® Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut ❑ Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited : Tina K. Nierenberg, Virginia L. Black, Brian F. Cooper, Susan Hecker, M. Moody, Maureen O'Connell, Kevin Re, Janet C. Rojo, Betty L. Tolentino, Robert P. Wrixon, K. Zerounian, Courtney Chew, Maria D. Reynoso, Susan M. Exline, Misty R. Hemje, Brittany Kavan, Thuyduong Le, Julia Ortega of SAN FRANCISCO, California their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. pf.• .G9 ..�Jt1.......SGg9., ,p J° .�,°try� ya,,.' ��Q•• '.7; Z0RFURft0 oe `�sCi�y S �� R►0 f�': � �y.c =~b' INDIANI, .y+a? g 1979 ' �pp�,� '4ip,��HaaP`� «fgRrow pAa '�pq MO'R11�`„p•� Phyllis A. Clark, Assistant Secretary Joel[ e L. LaPierre, Assistant Vice President STATE OF FLORIDA SS. Lake Mary COUNTY OF SEMINOLE On this 1st day of March, 2024, before me personally came Joelle L LaPierre, to me known, who being by me duly sworn, did depose and say: that (s)he resides in Seminole County, State of Florida that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority _ �O� '?°oc Mariluz Arce f �, My Commission HH 287363 Expires July 13, 2026 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of March 12, 2025 Signed and sealed in Lake Mary, Florida oF�REe f. ; . 'rr Ibs& M <�..•• ..9� ; Sty'-. t •`7 s;� Mouth .�'1979 �. SEAL Keith D. Dozois, Assistant Vice President Bond No. 57BCSJH8369 Performance Bond Premium: $329.00 Executed in Duplicate City of San Rafael ("City") and Chrisp Company ("Contractor") have entered into a contract, dated MA RGIA 24 , 2G 2 S ("Contract") for work on the Pavement Maintenance Program Additional Striping Modifications ("Project"). The Contract is incorporated by reference into this Performance Bond ("Bond"). 1. General. Under this Bond, Contractor as Principal and Hartford Fire Insurance Company. its surety ("Surety"), are bound to City as obligee for an amount not less than S 35,365.00 Thirty Five*. 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. *Thousand Three Hundred Sixty Five and 00/100 Dollars 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. 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. 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. 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: Pavement Maintenance Program Additional Striping Modifications City Project # 11454 Approved by City Attorney, dated 03/28/2022 Up to $220,000 Contract Performance Bond Attn: Jonathan Nelson Address: 2001 N. Main St., Suite 520 City/State/Zip: Walnut Creek, CA 94596 Phone: (415) 836-4810 Fax: 866-780-9956 Email: Jonathan. Nelson@thehartford.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 20_ Three identical counterparts of this Bond, each of which is deemed an original for all purposes, are hereby executed and submitted. SURETY: Hartford Fire Insurance Company Business Name s/ Misty R. Hemie. Attorney -In -Fact Name/Title [print] (Attach Acknowledgment with Notary Seal and Power of Attorney) Name/Title Name/Title APPROVE Y ITY: ROBERT F. EPSTEIN, City Attorney Date END OF PERFORMANCE BOND Pavement Maintenance Program Additional Striping Modifications City Project # 11454 Approved by City Attorney, dated 03/28/2022 Up to $220,000 Contract Performance Bond 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 Contra Costa On Ma Qk ( 2 r before me, Brittany Kavan, Notary Public (insert name and title of the officer) personally appeared Misty R. Hemje 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 seal. Signature (Seal) BRIMNY KAVAH Notary Public - California Contra Costa County � Commission Y 2508562 My Comm. Expires Jan 2, 2029 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 State of California County of Alameda On March 19. 2025 before me, KVmberli A Upke, Notary Public Date Here Insert Name and Title of the Officer personally appeared Robert Bilotti, Chief Financial Officer \ Controller *my KYMBERLI A. LIKENotary Public - California Alameda CountyCommission k 2473774 Comm. Expires Nov 25, 2027 Name(s) of Signer(s) 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 seal. Place Notary Seal Above Signature: j �Q Signature of NotaryP` ublic OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 2013 National Notary Association • www.NationalNotary.org 9 1-800-US NOTARY (1-800-876-6827) Item #5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 State of California County of - Alameda On March 19. 2025 Date personally appeared _ before me, Kymberli A Lipke, Notary Public Here Insert Name and Title of the Officer Mark Chrisp, Vice President KYMSIRLI A: L10KE Noi:/ry POPE : tatliornia AIMMi teuniv Caffift§1e6I i47' 774 `' • My CaMM, (*ieft Nov 25, 2027 Name(s) of Signer(s) 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 fhand and official seal. Place Notary Seal Above Signature: Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: L(:?y{Q%G»�<i'SFCr'iRi�Ci�'G�4`�i'�4`L�'G�'eL'�G�t:`�'dl��C'�Ci'SRi`g:�i C:��_C.�:`e4 • - _`�L•`�GS�"SiGLfii`�:`�`�GSeZi'�L'%�G�tSi <.� 0 2013 National Notary Association • www.NationalNotary.org 9 1-800-US NOTARY (1-800-876-6827) Item #5907 Direct Inquiries, Bond Authenticity and Claims to: POWER OF ATTORNEY PHARTFORD T4 One HBOND, artfo d laza Hartford, Connecticut 06155 Bond.Claims(c thehartford.com call: 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: A J GALLAGHER RISK MGMNT SVCS LLC A ency Code: 57-554532 ® Hartford Fire Insurance Company, a corporation duly organized under the laws ofthe State of Connecticut ® Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana ® Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut ❑ Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of Unlimited : Tina K. Nierenberg, Virginia L. Black, Brian F. Cooper, Susan Hecker, M. Moody, Maureen O'Connell, Kevin Re, Janet C. Rojo, Betty L. Tolentino, Robert P. Wrixon, K. Zerounian, Courtney Chew, Maria D. Reynoso, Susan M. Exline, Misty R. Hemje, Brittany Kavan, Thuyduong Le, Julia Ortega of SAN FRANCISCO, California their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. =s°•� a 'C •' o Phyllis A. Clark, Assistant Secret STATE OF FLORIDA ss. Lake Mary COUNTY OF SEMINOLE J�&IV 1HS4,a �pV:"VI�WO�rrp :nla: s 2�1{/ORAIfp :�,,: �': —•— ;= s a =o * of r6` rr01AA► :�a r9 �1 � �. 1979 ;�L`.' +y� bEAI ��"hq ulna"�� �.M•�rta'�o -�''iry �M0U11�„p``• iry Joelle . LaPierre, Assistant Vice President On this 1st day of March, 2024, before me personally came Joelle L. LaPierre, to me known, who being by me duly sworn, did depose and say: that (s)he resides in Seminole County, State of Florida that (s)he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that (s)he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that (s)he signed his/her name thereto by like authority. • • fir,?L r, �� _r � Mar luz Arce pF My Commission HH M7363 Expires July 13, 2026 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of March 12, 2025 Signed and sealed in Lake Mary, Florida. �NE1/S ,o ..G.;, r`a.....III.,,,,�tflNdV •oa `hy ,�`� ... 'cn_� : yyY � QQ IIg :•,GONORArf�_�� •'..,nronn�c��r^•� /•)Iln u Keith D. Dozois, Assistant Vice President Exhibit C NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID The undersigned declares. I am the Vice President [title] of Chrisp Company [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 o 081202,5 [date], at Fremont [city], CA [state]. --/ Mark Chrisp Name [print] END OF NONCOLLUSION DECLARATION Pavement Maintenance Program Additional Striping Modifications City Project # 11454 Approved by City Attorney, dated 3/28/2022 Up to $220,000 Contract Noncollusion Declaration Exhibit C - PMP Striping Contract Final Audit Report 2025-04-08 Created: 2025-04-03 By: Shannon Mackie (shannon.mackle@cityofsanrafael.org) Status: Signed Transaction ID: CBJCHBCAABAAs1v4FVoo2CTTuuerglzL117HwZD1ILif "Exhibit C - PMP Striping Contract" History Document created by Shannon Mackie (shannon.mackle@cityofsanrafael.org) 2025-04-03 - 6:48:07 PM GMT- IP address: 199.88.113.8 Document emailed to Mark Chrisp (mchrisp@chrispco.com) for signature 2025-04-03 - 6:50:36 PM GMT Email viewed by Mark Chrisp (mchrisp@chrispco.com) 2025-04-04 - 6:06:40 AM GMT- IF address: 146.75.154.0 Email viewed by Mark Chrisp (mchrisp@chrispco.com) 2025-04-08 - 7:57:59 PM GMT- IF address: 104.47.74.126 Gam Document e-signed by Mark Chrisp (mchrisp@chrispco.com) Signature Date: 2025-04-08 - 7:59:39 PM GMT - Time Source: server- IF address: 72.18.226.250 Agreement completed. 2025-04-08 - 7:59:39 PM GMT SAN RAFAEL Powered by ��� Adobe Acrobat Sign 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 NO. ITEM DESCRIPTION EST. QTY. UNIT - UNIT COST EXTENDED 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. Pavement Maintenance Program Additional Striping Modifications City Project # 11454 Up to $220,000 Contract 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 #01 #02 #03 #04 Date Received. Addendum. Date Received: #05 #06 #07 #08 END OF BID SCHEDULE Pavement Maintenance Program Additional Striping Modifications City Project # 11454 Approved by City Attorney, dated 3/28/2022 Up to $220,000 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. DESCRIPTION OF WORK SUBCONTRACTOR CALIFORNIA LOCATION OF NAME CONTRACTOR BUSINESS LICENSE NO. DIR REG. NO. PERCENT OF WORK END OF SUBCONTRACTOR LIST ' For street or highway construction this requirement applies to any subcontract of $10,000 or more. Pavement Maintenance Program Additional Striping Modifications Up to $220,000 Contract City Project # 11454 Subcontractor List Approved by City Attorney, dated 3/28/2022