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