Loading...
HomeMy WebLinkAboutPW FY24-25 Sidewalk Repair Program Sidewalk ShavingCITY 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 Precision Emprise, LLC DBA Precision Concrete Cutting ("Contractor"), a Limited Liability Company, for work on the City's FY24-25 Sidewalk Repair Program Sidewalk Shaving ("Project"), and is effective on kAAa r(,h ("Effective Date"). The parties agree as follows: 1. Scope of Work. Contractor will perform and provide all labor, materials, equipment, supplies, transportation, and any and all other items or services necessary to perform and complete the work required for the Project ("Work"), as specified in Exhibit A, Scope of Work, and according to the terms and conditions of this Contract, including all attachments to the Contract and any other documents and statutes incorporated by reference. To the extent that any attachment contains provisions that conflict or are inconsistent with the terms set forth in the body of this Contract, the Contract terms will control. This Project requires a valid California contractor's license for the following classification(s): C-61 / D06 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; 2.6 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 $60,000 (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, FY24-25 Sidewalk Repair Program Sidewalk Shaving Up to $220,000 Contract Page 1 Approved by City Attorney, dated 03/28/2022 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. 4. Time for Completion. Contractor will fully complete the Work within six 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 $100 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 corn/ 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. FY24-25 Sidewalk Repair Program Sidewalk Shaving Up to $220,000 Contract Page 2 Approved by City Attorney, dated 03/28/2022 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. 9.5 Required Endorsements. The CGL policy and the automotive liability policy must include the following specific endorsements: (1) The City, including its Council, officials, officers, employees, agents, volunteers and consultants (collectively, "Additional Insured") must be named as an additional insured for all liability arising out of the operations by or on behalf of the named insured, and the policy must protect the Additional Insured against any and all liability for personal injury, death or property damage or destruction arising directly or indirectly in the performance of the Contract. (2) The inclusion of more than one insured will not operate to impair the rights of one insured against another, and the coverages afforded will apply as though separate policies have been issued to each insured. (3) The insurance provided is primary and no insurance held or owned by City may be called upon to contribute to a loss ("primary and non-contributory"). (4) Any umbrella or excess insurance must contain or be endorsed to contain a provision that such coverage will also apply on a primary or non-contributory basis for the benefit of City before the City's own insurance or self-insurance will be called upon to protect it as a named insured. (5) This policy does not exclude explosion, collapse, underground excavation hazard, or removal of lateral support. 10. Labor Code Compliance. Unless the Contract Price is $1,000 or less, the Contract is subject to all applicable requirements of Chapter 1 of Part 7 of Division 2 of the Labor Code, beginning at section 1720, and the related regulations, including but not limited to requirements pertaining to wages, working hours and workers' compensation insurance. Contractor must also post all job site notices required by laws or regulations pursuant to Labor Code section 1771.4. 10.1 Prevailing Wages. Each worker performing Work under this Contract that is covered under Labor Code section 1720 or 1720.9, must be paid at a rate not less than the prevailing wage as defined in sections 1771 and 1774 of the Labor Code. The prevailing wage rates are on file with the City Engineer's office and are available online at http://www.dir.ca.gov/DLSR. Pursuant to Labor Code section 1775, Contractor and any subcontractor will forfeit to City as a penalty up to $200 for each calendar day, or portion of a day, for each worker paid less than the applicable prevailing wage rate, in addition to paying each worker the difference between the applicable wage rate and the amount actually paid. 10.2 Working Day. Pursuant to Labor Code section 1810, eight hours of labor consists of a legal day's work. Pursuant to Labor Code section 1813, Contractor will forfeit to City as a penalty the sum of $25 for each day during which a worker employed by Contractor or any subcontractor is required or permitted to work more than eight hours during any one calendar day, or more than 40 hours per calendar week, unless such workers are paid overtime wages under Labor Code section 1815. All Work must be carried out during regular City working days and hours unless otherwise specified in Exhibit A or authorized in writing by City. 10.3 Payroll Records. Contractor and its subcontractors must maintain certified payroll records in compliance with Labor Code sections 1776 and 1812, and all implementing regulations promulgated by the Department of Industrial Relations ("DIR"). For each payroll record, Contractor and its subcontractors must certify under penalty of perjury that the information in the record is true and correct, and that it has FY24-25 Sidewalk Repair Program Sidewalk Shaving Up to $220,000 Contract Page 3 Approved by City Attorney, dated 03/28/2022 complied with the requirements of Labor Code sections 1771, 1811, and 1815. Unless the Contract Price is under $25,000, Contractor must electronically submit certified payroll records to the Labor Commissioner as required under California law and regulations. 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, subjectto 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 FY24-25 Sidewalk Repair Program Sidewalk Shaving Up to $220,000 Contract 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. FY24-25 Sidewalk Repair Program Sidewalk Shaving Up to $220,000 Contract 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: 415-458-5006 Attn: Andrew Powell, Junior Engineer Email: Andrew.powell@cityofsanrafael.org Contractor: Name: Precision Emprise, LLC, DBA Precision Concrete Cutting Address: 417 Harrison Street City/State/Zip: Oakland, CA 94607 Phone: 650-576-4303 Attn: Joseph Ortega Email: jortega@pccnorcal.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 FY24-25 Sidewalk Repair Program Sidewalk Shaving Up to $220,000 Contract 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.] FY24-25 Sidewalk Repair Program Sidewalk Shaving Up to $220,000 Contract Page 7 Approved by City Attorney, dated 03/28/2022 The parties agree to this Contract as witnessed by the signatures below: CITY: Approved as to fqm APRK MILLER, Public Works Director ANDREA VISVESHWARA, Chief Assistant City Attorney Date: -3, I %/ Z--, Date: ' �✓� Attest: s/ LINDSAY LARA City Clerk Date: CONTRACTOR: Precision Empirse LLC DBA Precision Concrete Cutting Business Name Seal: Jogeph Ortega, Vice President Name/Title Date: 3/5/25 s/ _hftu C- JS'!;Sr 1c, i r CE o Name/Title Date: CSLB # 1032474 — Expiration 11/30/25 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 FY24-25 Sidewalk Repair Program Sidewalk Shaving Approved by City Attorney, dated 03/28/2022 Up to $220,000 Contract Page 8 Exhibit A SCOPE OF WORK FY24-25 Sidewalk Repair Program Sidewalk Shaving Up to $220,000 Contract Scope of Work Approved by City Attorney, dated 03/28/2022 Page 1 of 2 Date 1/14/24 PX IbIt A PROPOSAL FOR "NOT TO EXCEED" AGREEMENT BETWEEN CITY OF SAN RAFAEL AND PRECISION CONCRETE CUTTING (PCC) OVERVIEW Uneven sidewalks caused by ground settling and tree roots cause a potential hazard to pedestrians. Displaced sidewalks cause problems for both public and private entities in the form of trip and fall liability exposure. It is proposed that City of San Rafael and PCC enter into an agreement whereby PCC will assess, and repair sidewalks (horizontal concrete saw cutting) as identified and requested by staff. The price for these services shall not exceed the dollar amount and quantity defined in the "Proposal Detail" section below. BACKGROUND INFORMATION ON PRECISION CONCRETE CUTTING PCC has been assessing and repairing sidewalks since 1990. The company performs work throughout the United States and with dozens of cities in California. PCC is the leader in sidewalk asset management. We specialize in assessing sidewalk infrastructure and repairing uneven sidewalks. Our unique saw -cutting method for correcting off -set sidewalk panels leaves behind ADA compliant results for a fraction of the cost of new concrete. Our clients benefit from detailed GIS maps that allow them to create a GIS database to cost effectively manage their sidewalk infrastructure. ASSESSMENT SERVICES PCC technicians will walk every panel in the project area and visually assess potential tripping hazards and damage. PCC will provide a GIS compatible report that lists each location identified including a photo, exact location, off -set height and square foot amount for replacement locations. PROPRIETARY MOBILE PHONE SOFTWARE PCC has developed proprietary mobile software usable across multiple platforms (Android, iPhone, iPad, Smart Phone, etc.) • Provides GPS Coordinates — Integrates with GIS systems • Mapping — Provides detailed location data plotted with Google Maps • Detailed Reporting — Provides specific and detailed data on measurements for every trip hazard • Addresses —The software gives the address and longitude / latitude of each trip hazard location • Additional Data - Records other data, e.g., spalling, cracks, replacements or other data you need • Sidewalk Asset Management — PCC offers complete sidewalk asset management PROPRIETARY AND PATENTED REPAIR METHOD To Date, PCC has been awarded 8 patents by the US Patent and Trademark Office on our trip hazard removal equipment and process. The following is each patent description and number where they can be reviewed on the US Patent office web site — www us Precision Emprise, LLC I CSLB # 1032474 1417 Harrison St, Oakland, CA 94607 1 Tel 650-867-8657 1 Fax 650-240-3866 1 contactOPCCNorCal.com Page 2 of 2 6,827,074 - Hub and blade combination patent 6,896,604 - Dust hood patent 7,000,606 - Cutting apparatus and broadening patent 7,143,760 - Method patent 7,201,644 - Variations and broadening patent 7,402,095 - Extended methods patent 9,759,559 - Stand up measuring gauge digitized readout 9,494,407 - Stand up measuring gauge PROPOSAL DETAILS Contract amount: Total charge for services rendered shall not exceed $60,000 Sidewalk Repair Billing Units: Services are billed in "Inch Feet". An inch foot is calculated by measuring the average height of the sidewalk off -set and multiplying this average by the length of the cut. Example: A sidewalk off -set on a 4-foot-wide sidewalk that consists of a 0.5" rise on one side, and tapers down to a zero rise on the other is calculated as follows: 0.5" +0" x 4ft = 1 inch -foot 2 Unit Price for sidewalk shaving: $55 per inch foot Streets with Sidewalks to be repaired: 96 addresses, Sidewalk Program List LIMITATIONS PCC removes only those trip hazards specifically requested or approved by customers, and therefore makes no guarantee or representation that areas are free of trip hazards after the work is completed. In addition, PCC only performs certain trip hazard repairs. Among other things, PCC does not remove and replace sidewalk slabs (R&Rs) and does not repair certain ATTNs (e.g. utility boxes). Furthermore, to preserve clients' budget, PCC typically does not perform any repair at and around any sidewalk slabs that require to be replaced. It is our customers' responsibility to provide proper access and PCC assumes no liability for trip hazards that cannot be repaired due to parked vehicles or other obstacles preventing safe and practical access. In such cases, PCC returns once to attempt completion of repairs that could not be completed the first time. Additionally, it is recognized that after completion of the work, the concrete trip hazards may and frequently do continue to move naturally over time due to roots, water, freezing, pipes, and other natural or man-made causes. PCC is not responsible for movement or changes in the sidewalk and is not liable for any related claims, losses, damages or liabilities thereto pertaining to it. Precision Concrete Cutting is committed to providing the highest quality service to our customers. Should you have any questions or comments, please do not hesitate to contact us. PCC REPRESENTATIVE: YOUR REPRESENTATIVE: Precision Emprise, LLC I CSLB # 10324741 417 Harrison St, Oakland, CA 94607 1 Tel 650-867-8657 1 Fax 650-240-3866 1 contact®PCCNorCal.com # Address Status 6 826 5TH AVE 9 1103 LINCOLN AVE 10 1125 LINCOLN AVE 14 1104 CLAR K ST 15 100 CLAR K ST 19 809 D ST 20 1223 GRAND AVE 21 607 BELLE AVE 22 1201 GRAND AVE 23 1207 GRAND AVE 24 1211 GRAND AVE 26 1120 NYE ST 27 11 HILLCREST DR 28 1414 NYE ST 29 250 ELIZABETH WAY 33 1471 LINCOLN AVE 34 1515 3RD ST 35 811 E ST 36 807 E ST 37 1009 E ST 49 184 TRELLIS DR 50 90 TRELLIS DR 51 411 MONTECILLO RD 52 66 TRELLIS DR 53 39 TRELLIS DR 54 147 TRELLIS DR 55 53 TRELLIS DR 56 404 MONTECILLO RD 57 408 MONTECILLO RD 59 240 ARIAS ST 60 1545 WAKEROBIN LN 61 539 WAKEROBIN LN 62 533 WAKEROBIN LN 63 515 WHITEWOOD DR 64 555 TARRAGON DR 65 1549 TARRAGON DR 66 543 TARRAGON DR 67 575 TARRAGON DR 68 583 TARRAGON DR 69 31 ARCANGEL WAY 70 127 ARCANGEL WAY 71 122 GOLDEN HINDE BLVD 72 134 GOLDEN HINDE BLVD 73 104 GOLDEN HINDE BLVD 74 100 GOLDEN HINDE BLVD 75 16 ESMEYER DR 76 8 ESMEYER DR 77 4 ESMEYER DR 78 3 LE CLAIRE CT 79 128 ESMEYER DR 80 32 ESMEYER DR 81 40 ESMEYER DR 82 44 ESMEYER DR 83 52 ESMEYER DR 89 196 WALLACE WAY 91 500 MONTECILLO RD 92 520 MONTECILLO RD 95 901 LAS PAVADAS AVE 96 597 TARRAGON DR 97 1600 TARRAGON DR 98 45 ESMEYER DR 99 49 ESMEYER DR 100 53 ESMEYER DR 101 607 THORNWOOD TER 102 1611 THORNWOOD TER 103 582 MONTECILLO RD 104 588 MONTECILLO RD 10S 630 MONTECILLO RD 106 717 MONTECILLO RD 107 1226 OLEANDER DR 108 313 C ST 109 1035 LEA DR 110 234 OLEANDER DR 111 620 MONTECILLO RD 112 1605 BAMBOO TER 114 1085 LAS OVEJAS AVE 115 805 LAS COLINDAS RD 116 811 LAS COLINDAS RD 117 817 LAS COLINDAS RD 11$ 1821 LAS COLINDAS RD 119 909 PATRICIA WAY 120 36 PARK RIDGE RD 121 40 PARK RIDGE RD 122 44 PARK RIDGE RD 123 145 MAPLE HILL DR 124 49 MAPLE HILL DR 125 37 MAPLE HILL DR 126 33 MAPLE HILL DR 127 14 PINE HILL CT 128 15 CORTE DEL REY Exhibit B BONDFORMS Required for contracts over $25, 000. FY24-25 Sidewalk Repair Program Sidewalk Shaving Up to $220,000 Contract Bond Forms Approved by Cfty Attorney, dated 03/2af2022 Bond No. 0267423 Performance Bond City of San Rafael ("City") and Precision Emprise, LLC DBA Precision Concrete Cutting ("Contractor") have entered into a contract, dated March 17 , 20 25 ("Contract") for work on the FY24-25 Sidewalk Repair Program Sidewalk Shaving ("Project"). The Contract is incorporated by reference into this Performance Bond ("Bond"). General. Under this Bond, Contractor as Principal and Berkley Insurance Company , its surety ("Surety"), are bound to City as obligee for an amount not less than $ 60,000.00 By executing this Bond, Contractor and Surety bind themselves and their respective heirs, executors, administrators, successors and assigns, jointly and severally, to the provisions of this Bond. 2. Surety's Obligations; Waiver, If Contractor fully performs its obligations under the Contract, including its warranty obligations under the Contract, Surety's obligations under this Bond will become null and void upon City's acceptance of the Project, provided Contractor has timely provided a warranty bond as required under the Contract. Otherwise Surety's obligations will remain in full force and effect until expiration of the one year warranty period under the Contract. Surety waives any requirement to be notified of and further consents to any alterations to the Contract made under the applicable provisions of the Contract documents, including changes to the scope of Work or extensions of time for performance of Work under the Contract. Surety waives the provisions of Civil Code sections 2819 and 2845. 3. Application of Contract Balance. Upon making a demand on this Bond for completion of the Work prior to acceptance of the Project, City will make the Contract Balance available to Surety for completion of the Work under the Contract. For purposes of this provision, the Contract Balance is defined as the total amount payable by City to Contractor as the Compensation minus amounts already paid to Contractor, and minus any liquidated damages, credits, or backcharges to which City is entitled under the terms of the Contract. 4. Contractor Default. Upon written notification from City that Contractor is in default under the Contract, time being of the essence, Surety must act within seven calendar days of receipt of the notice to remedy the default through one of the following courses of action: 4.1 Arrange for completion of the Work under the Contract by Contractor, with City's consent, but only if Contractor is in default solely due to its financial inability to complete the Work; 4.2 Arrange for completion of the Work under the Contract by a qualified contractor acceptable to City, and secured by performance and payment bonds issued by an admitted surety as required by the Contract documents, at Surety's expense; or 4.3 Waive its right to complete the Work under the Contract and reimburse City the amount of City's costs to have the remaining services completed. 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: FY24-25 Sidewalk Repair Program Sidewalk Shaving Up to $220,000 Contract Performance Bond Approved by City Attorney, dated 03/28/2022 Attn: Berkley Surety Claims Address: 475 Steamboat Road City/State/Zip: Greenwich CT 06830 Phone: 203-542-3800 Fax: 203-542-3839 Email: bsgclaim(cbberkleysuretv.com 7. Law and Venue. This Bond will be governed by California law, and any dispute pursuant to this Bond will be venued in the Superior Court of Marin County, and no other place. Surety will be responsible for City's attorneys' fees and costs in any action to enforce the provisions of this Bond. 8. Effective Date; Execution. This Bond is entered into and effective on March 17 20 25. Three identical counterparts of this Bond, each of which is deemed an original for all purposes, are hereby executed and submitted. SURETY: Berklev Insurance Comp Business Name s/ William Reidinger. Attorney -in -Fact Name/Title [print] (Attach Acknowledgment with Notary Seal and Power of Attorney) isiness NaLoe— s/ 1 _ ti c. � Narne/Title s/ - r-L3 + �, C_ C- U vz c7 i C- Name/Title APPROV B CITY: s/ ROBERT F. EPSTEIN, City Attorney END OF PERFORMANCE BOND FY24-25 Sidewalk Repair Program Sidewalk Shaving Date Up to $220,000 Contract Performance Bond Approved by City Attorney, dated 03/28/2022 State of ...Illinois ...................... County of ,DuPag...................... ss.: On this 1?th........... day of.MuO........... 2025.., before me Surety personally appeared... William RPM49er, , , , , , , , , , , , , , I to be known, Company Acknowledgment: whom being by me duly sworn, did depose and say: that he/she resides at.... $cba141nbv9JL.......................................................... that he/she is the. Attorney In Fact .......o f .. ,Berkley Insurance Company ................................... the corporation described in and which executed the annexed instrument; that he/she knows the corporate seal of said corporation that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; that he/she signed his/her name thereto by like order; and that the liabilities of said corporation do not exceed its assets as ascertained in the manner provided by law. OFFICIAL SEAL ............... ......=ov ........................ ,lOSEPH HAIlERAN Notary Pu . 'c ' •d for e County and State. tQO ARY PUBLIC, STATE OF i l� OIL 7-24-27 My Corrmission Expi 5 My commission expires... 7- .......................... No. BI-TSBA-a POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing tinder the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: William Reidinger Surety Bond No.: 0267423 Principal: Precision Emprise LLC dba Precision Concrete Cutting Obligee: City of San Rafael its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.S50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney -in -fact and revoke any power of attorney previously granted; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 2nd day of May 2024 . �,SUGRNC ��p Attest: Berkley Insurance Company 5r coaaongre z (Seal) r SEAL ?t € BY BY 1 Philip S l elt Je --c iaf r Executive Vice President & Secretary Senior Vice President STATE OF CONNECTICUT ) ) ss: COUNTY OF FAIRFIELD ) Sworn to before me, a Notary Public in the State of Connecticut, this 2°d day of May 2024 , by Philip S. Welt and Jeffrey M. Hafter who are sworn to me to be the Executive Vice President and Secretary, and the Senior Vice President, respectively, of Berkley Insurance Company. �lJ MARLA C. RIJNDBAltHN — — -- Nouw PtIBUC Notary Public, State of Connecticut OONNECnCUT W COtA AGSION OUMM 04-30-2M CERTIFICATE I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company, this 17th day of March 2025 J Sl�sU R'l (Seal) -= Vincent P. forte m�sr:AL Y �=41 A,4 Bond No. 0267423 Payment Bond City of San Rafael ("City") and Precision Emprise, LLC DBA Precision Concrete Cutting ("Contractor") have entered into a contract, dated March 17 1 2025 ("Contract") for work on the FY24-25 Sidewalk Repair Program Sidewalk Shaving ("Project"). The Contract is incorporated by reference into this Payment Bond ("Bond"). 1. General. Under this Bond, Contractor as principal and Berkley Insurance Company its surety ("Surety"), are bound to City as obligee in an amount not less than $ 60,000.00 . under California Civil Code sections 9550, et seq. 2. Surety's Obligation. If Contractor or any of its subcontractors fails to pay any of the persons named in California Civil Code section 9100 amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of Contractor and its subcontractors, under California Unemployment Insurance Code section 13020, with respect to the work and labor, then Surety will pay for the same. 3. Beneficiaries. This Bond inures to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon this Bond. Contractor must promptly provide a copy of this Bond upon request by any person with legal rights under this Bond. 4. Duration. If Contractor promptly makes payment of all sums for all labor, materials, and equipment furnished for use in the performance of the Work required by the Contract, in conformance with the time requirements set forth in the Contract and as required by California law, Surety's obligations under this Bond will be null and void. Otherwise, Surety's obligations will remain in full force and effect. 5. Waivers. Surety waives any requirement to be notified of alterations to the Contract or extensions of time for performance of the Work under the Contract. Surety waives the provisions of Civil Code sections 2819 and 2845. City waives requirement of a new bond for any supplemental contract under Civil Code section 9550. Any notice to Surety may be given in the manner specified in the Contract and delivered or transmitted to Surety as follows: Attn: Berkley Surety Claims Address: 475 Steamboat Road City/State/Zip: reenwic 6$30- Phone: 203-542-3800 Fax: 903-F42-�819 Email: bsgclaim berkleysuretv.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. FY24-25 Sidewalk Repair Program Sidewalk Shaving Up to $220,000 Contract Payment Bond Approved by City Attorney, dated 03/28/2022 7. Effective Date; Execution. This Bond is entered into and is effective on March 17 2025. Three identical counterparts of this Bond, each of which is deemed an original for all purposes, are hereby executed and submitted. SURETY: Berklev Insurance Company Business Name s/ / Zi, William Reidinger, Attorney -in -Fact Name/Title (Attach Acknowledgment with Notary Seal and Power of Attorney) CON RAC T R ecision Emprise, LLC dba Precision Concrete Cutting fB ness Na si t V Name/Title KARC G J SF>`I o f CEO Name/Title APPROVED BY CITY: s/ ROBERT F. EPSTEIN, City Attorney END OF PAYMENT BOND FY24-25 Sidewalk Repair Program Sidewalk Shaving 4- H'-,K Approved by City Attorney, dated 03/28/2022 Date Up to $220,000 Contract Payment Bond State of ...Illinois ..................... County of ,DuPage .. ss.: On this 17th........... day of.WrO........... 2025.., before me Surety personally appeared... William Reidinger„ , , , , .., to be known, Company Acknowledgment: whom being by me duly sworn, did depose and say: that he/she resides at....5cb9:uMbur9,.L.......................................................... that he/she is the. Attorney .. Fact .......o f ...Berkley Insurance Company ........ I .......................... the corporation described in and which executed the annexed instrument; that he/she knows the corporate seal of said corporation that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; that he/she signed his/her name thereto by like order; and that the liabilities of said corporation do not exceed its assets as ascertained in the manner provided by law. OFFICIAL SEAL i� Notary P • • i and for the above County and State. JOSEPH HALLERAN NOTARY PUBLIC, STATE OF ILLINOIS 7-24-27 My Commission Expires July 24, 2027 My commission expires ..... .......... .............. No. BI-TSBA-a POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted and appointed, and does by these presents make, constitute and appoint: William Reidinger Surety Bond No.: 0267423 Principal: Precision Emprise LLC dba Precision Concrete Cutting Obligee: City of San Rafael its true and lawful Attomey-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chaimian of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attomey-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attomey-in-fact and revoke any power of attorney previously granted; and fiallrer RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instnunents shall be issued. IN WTINESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 2nd day of May 2024 . °wuauAc Affect' Berkley Insurance Company F caPa4r a= _ (Seal) r m SEAI.r By By .���i ' PhiIipS, lilt Je"e iaf °r Executive Vice President & Secretary Senior Vice President STATE OF CONNECTICUT ) ) ss: COUNTY OF FAIRFIELD ) Sworn to before me, a Notary Public in the State of Connecticut, this 2°d day of May 2024 , by Philip S. Welt and Jeffrey M. Hafter who are sworn to me to be the Executive Vice President and Secretary, and the Senior Vice President, respectively, of Berkley Insurance Company. MAMA C. RtROBAKEN 1 — NOUM PU611C Notary Public, State of Connecticut CONNECTI= MAY CESSION EXPOES 04-30-2M CERTIFICATE I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and cozoplete copy of the original Power of Attorney: that said Power of Attorney has not been revoked or rescinded and that the :wii oriry of the At!onjey-in-Fact set forth therein. who executed the bond or undertaking to which this Power of Attorney is nttsched. is un full force ind effect as of this date. Giver! tinder my hand and sea! of the Company. this 17th day of March 2025 (Seal) as o�pF"e F =E Vincent P. forte !`SEAT. ., Exhibit C NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID The undersigned declares: I am the Vice President [title] of Precision Empirse LLC DBA Precision Concrete Cutting [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 cokrect ar�d hat this declaration is executed on 3/5r25 [date], at Bu ngame h I [city], CA [state]. Name [print] END OF NONCOLLUSION DECLARATION FY24-25 Sidewalk Repair Program Sidewalk Shaving Up to $220,000 Contract Noncollusion Declaration Approved by City Attomey, dated 3/28/2022 Exhibit D BID SCHEDULE This Bid Schedule must be completed in ink and included with the sealed Bid Proposal. Pricing must be provided for each Bid Item as indicated. Items marked "(SW)" are Specialty Work that must be performed by a qualified Subcontractor. The lump sum or unit cost for each item must be inclusive of all costs, whether direct or indirect, including profit and overhead. The sum of all amounts entered in the "Extended Total Amount' column must be identical to the Base Bid price entered in Section 1 of the Bid Proposal form. AL = Allowance CF = Cubic Feet CY = Cubic Yard EA = Each LB = Pounds LF = Linear Foot LS = Lump Sum SF = Square Feet TON = Ton (2000 lbs.) BID ITEM NO. ITEM DESCRIPTION EST. QTY. UNIT UNIT COST EXTENDED TOTAL AMOUNT TOTAL BASE BID: Items 1 through inclusive: S 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. FY24-25 Sidewalk Repair Program Sidewalk Shaving Approved by City Attomey, dated 3/28/2022 Up to $220,000 Contract Bid Schedule This laid Proposal is hereby submitted on , 20 u'_ Op s/ Joseph Ortega Name and Title s/ j1±9 c 6CE n Name and Title Precision Empirse LLC DBA Precision Concrete Cutting CSLB # 1032474 — Expiration 11/30/25 Company Name License #, Expiration Date, and Classification 335 Beach Road 1000053728 Address DIR Registration # Burlingame CA 94010 650-576-4303 City, State, Zip Phone Joseph Ortega jortega@pccnorcal.com Contact Name Contact Email Addenda. Bidder agrees that it has confirmed receipt of or access to, and reviewed, all addenda issued for this Bid. Bidder waives any claims it might have against the City based on its failure to receive, access, or review any addenda for any reason. Bidder specifically acknowledges receipt of the following addenda: Addendum: Date Received: Addendum: Date Received: #01 #05 #02 #06 #03 #07 #04 #08 END OF BID SCHEDULE FY24-25 Sidewalk Repair Program Sidewalk Shaving Up to $220,000 Contract Bid Schedule Approved by City Attorney, dated 3/28/2022 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 ` SUBCONTRACTOR OF WORK NAME CALIFORNIA LOCATION OF CONTRACTOR BUSINESS LICENSE NO. DIR REG. NO. PERCENT OF WORK END OF SUBCONTRACTOR LIST 1 For street or highway construction this requirement applies to any subcontract of $10,000 or more. FY24-25 Sidewalk Repair Program Sidewalk Shaving Up to $220,000 Contract Subcontractor List Approved by City Attorney, dated 3/28/2022