HomeMy WebLinkAboutPW SRTS Belle Ave at Coleman School ProjectnCrry 01 . 45aft Agenda Item No: 3 e. Meeting Date: April 2, 2012 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Public Works Prepared by: 'l- ) C!4 City Manager Approva Public Works Director (HY) File No.: 18.10.18 SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE BELLE AVENUE PEDESTRIAN IMPROVEMENTS AT COLEMAN ELEMENTARY SCHOOL, CITY PROJECT NO. 11175, TO COASTSIDE CONCRETE IN THE AMOUNT OF $176,190.00. I ILI014/707h0101019049[110 Staff recommends that the City Council adopt the resolution awarding the contract to Coastside Concrete in the amount of $176,190.00 for the base bid and alternate bid item 1. Safe Routes to School (SR2S) is a state funded program that is intended to improve the safety of children between kindergarten and twelfth grade, including those with disabilities, and encourage them to walk and bike to school. In August 2009, the City was notified that its proposal to construct pedestrian improvements on Belle Avenue in front of Coleman Elementary School was approved for funding. The City has coordinated with Coleman Elementary School representatives and officials to determine the improvements needed. The proposed improvements include construction of a raised crosswalk, ADA compliant curb ramps, sidewalk widening, installation of safety lighting, and installation of high visibility signing and striping. The bid alternative involves improvements to an existing drainage system. The design of the project was completed by City of San Rafael Department of Public Works engineering staff. On February 6, 2012, the City Council adopted the plans and specifications and authorized the City Clerk to call for bids. The project was advertised in accordance with San Rafael's Municipal Code and policies on February 13, 2012, and sealed bids were publicly opened and read aloud on March 20, 2012 at 10:30 AM. The base bid was used for comparison of prices and award of the contract. The engineer's estimate was $211,000 for the base bid. The engineer's estimate for alternate bid item I was $6,000. The following five base bids were received: FOR CITY CLERK ONLY File No.: Council Meeting: Disposition: Ra 5� D� &-,, r, SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2 NAME OF BIDDER AMOUNT Coastside Concrete $168,690.00 Team Ghilotti, Inc. $199,235.00 Ghilotti Brothers, Inc. $217,348.50 Ghilotti Construction Company $217,711.00 W.R. Forde Associates $224,325.00 ANALYSIS: The low base bid from Coastside Concrete of $168,690.00 plus the bid alternative of $7,500.00 falls within the allocated project budget. FISCAL IMPACT: To date, a total of $6,514.77 has been charged to this project to collect topographic survey and for plan and specification reproduction. The remaining project expenses include the construction to be performed by Coastside Concrete and a recommended contingency of approximately 14% for construction resulting in a total construction cost of $202,000 and a total project cost of $208,514.77. The following table summarizes the costs which are associated with this project: Cat gory -Eden Expense Code Amount Notes Already Charged Expenses Design and Consultation -01 $4,700.00 Topographic Survey Supplies & Services -07 $1,814.77 Reproduction of Plans and Specifications Already Charged Expenses Subtotal $6,514.77 Remaining Expenses Construction -02 $168,690.00 Base Bid Contract Amount $7,500.00 Alternate Bid Item I Contract Amount $25,810.00 Contingency Remaining Expenses Subtotal $202,000.00 Total Project Cost 1 $208,514.77 OPTIONS: The Council may choose not to award the contract and direct staff to rebid the project. ACTION REQUIRED: Adopt resolution awarding contract to Coastside Concrete in the amount of $176,190.00. Enclosures 1. Resolution 2. Agreement RESOLUTION NO. 13320 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE BELLE AVENUE PEDESTRIAN IMPROVEMENTS AT COLEMAN ELEMENTARY SCHOOL, CITY PROJECT NO. 11175, TO COASTSIDE CONCRETE IN THE AMOUNT OF $176,190.00. WHEREAS, on the 201h day of March, 2012, pursuant to due and legal notice published in the manner provided by law, inviting sealed bids or proposals for the work hereinafter mentioned, as more fully appears from the Affidavit of Publication thereof on file in the office of the City Clerk of the City of San Rafael, California, the City Clerk of said City did publicly open, examine, and declare all sealed bids or proposals for doing the following work in said City, to wit: "Belle Avenue Pedestrian Improvements at Coleman Elementary School" City Project No. 11175 In accordance with the plans and specifications therefore on file in the office of said City Clerk, and WHEREAS, the bid of Coastside Concrete at the unit prices stated in its bid was and is the lowest and best bid for said work and said bidder is the lowest responsible bidder. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Rafael, that the bid of Coastside Concrete is hereby accepted at said unit prices and that the contract for said work and improvements is hereby awarded to Coastside Concrete at the unit prices mentioned in said bid. IT IS FURTHER ORDERED AND RESOLVED that the Public Works Director and the City Clerk of said City be authorized and directed to execute a contract with Coastside Concrete in a form approved by the City Attorney, for said work and to return the bidder's bond upon the execution of said contract. RESOLVED, FURTHER, that the Public Works Director is hereby authorized to take any and all such actions and make changes as may be necessary to accomplish the purpose of this resolution. I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the Council of said City held on the 2nd day of April, 2012 by the following vote, to wit: AYES: COUNCILMEMBERS: Connolly, Heller, Levine, McCullough & Mayor Phillips NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None ESTHER C. BEIRNE, City Clerk File No.: 18.10.18 P % City of San Rafael ♦ California Form of Contract Agreement for Belle Avenue Pedestrian Improvements at Coleman Elementary School Citv Project No. 11175 This Agreement is made and entered into this 2nd day of April, 2012 by and between the City of San Rafael (hereinafter called City) and Coastside Concrete (hereinafter called Contractor). Witnesseth, that the City and the Contractor, for the considerations hereinafter named, agree as follows: I - Scope of the Work The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in the specifications for the project entitled: Belle Avenue Pedestrian Improvements at Coleman Elementary School, City Project No. 11175, all in accordance with the requirements and provisions of the Contract Documents as defined in the General Conditions which are hereby made a part of this Agreement. The liability insurance provided to City by Contractor under this contract shall be primary with respect to any other insurance available to the City. II - Time of Completion (a) The work to be performed under this Contract shall be commenced within FIVE (5) WORKING DAYS after the date of written notice by the City to the Contractor to proceed. (b) All work, including punchlist items, shall be completed within THIRTY (30) WORKING DAYS and with such extensions of time as are provided for in the General Conditions. III - Liquidated Damages It is agreed that, if all the work required by the contract is not finished or completed within the number of calendar days as set forth in the contract, damage will be sustained by the City, and that it is and will be impracticable and extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by reason of such delay; and it is therefore agreed that the Contractor will pay to the City, the sum of $1,000 for each and every working day's delay in finishing the work in excess of the number of working days prescribed above; and the Contractor agrees to pay said liquidated damages herein provided for, and further agrees that the City may deduct the amount thereof from any moneys due or that may become due the Contractor under the contract. IV - The Contract Sum The City shall pay to the Contractor for the performance of the Contract the amounts determined for the total number of each of the units of work in the following schedule completed at the unit price stated. The number of units contained in this schedule is approximate only, and the final payment shall be made for the actual number of units that are incorporated in or made necessary by the work covered by the Contract. ITEM NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE TOTAL PRICE BASE BID 1. Signs and Traffic Control j 1 LS 53,500.00 ( 53,500.00 2. Construction Staking r i 1 i LS S5,000.00 ; 55,000.00 3. Clearing and Grubbing 1 I LS 57,500.00 57,500.00 ITEM NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE TOTAL PRICE BASE BID (CONTINUED) 4. Minor Concrete — Minor Structures a. Type A Curb & Gutter 305 LF $30.00 $9,150.00 b. Type E Curb (6" Max. Height) 20 LF $28.00 $560.00 c. 4 -inch Thick PCC Sidewalk 2,100 SF $10.00 $21,000.00 d. Curb Ramp — Case A 5 EA $2,000.00 $10,000.00 e. Curb Ramp — Case CM 2 EA $2,500.00 $5,000.00 f. Curb Ramp — Case G 3 EA $2,250.00 $6,750.00 g. Valley Gutter 1,025 SF $10.00 $10,250.00 h. Type D Catch Basin 3 EA $1,000.00 $3,000.00 ` i. Type A Manhole I EA $3,000.00 $3,000.00 5. Asphalt Concrete 108 TON $185.00 $19,980.00 6. Asphalt Concrete Raised Crosswalk 1 LS $4,500.00 $4,500.00 7. Reinforced Concrete Pipe 155 LF $100.00 $15,500.00 8. Sanitary Sewer Improvements 1 LS $6,500.00 $6,500.00 9. Pipe Gate I LS $2,500.00 $2,500.00 10. Adjust Existing Facilities to Grade I LS $2,500.00 $2,500.00 H. Safety Lighting 1 LS $7,500.00 $7,500.00 12. Signs and Striping 1 LS $25,000.00 $25,000.00 SUBTOTAL BASE BID $168,690.00 ALTERNATE BID ITEM 1 1. Storm Drain Improvements 1 LS $7,500.00 $7,500.00 SUBTOTAL ALTERNATE BID ITEM 1 $7,500.00 $7,500.00 GRAND TOTAL $176,190.00 V - Progress Payments (a) On not later than the 6th day of every month the Public Works Department shall prepare and submit an estimate covering the total quantities under each item of work that have been completed from the start of the job up to and including the 25th day of the preceding month, and the value of the work so completed determined in accordance with the schedule of unit prices for such items together with such supporting evidence as may be required by the City and/or Contractor. (b) As soon as possible after the preparation of the estimate, the City shall, after deducting previous payments made, pay to the Contractor 95% of the amount of the estimate as approved by the Public Works Department. (c) Final payment of all moneys due shall be made within 15 days after the expiration of 35 days following the filing of the notice of completion and acceptance of the work by the Public Works Department. (d) The Contractor may elect to receive 100° of payments due under the contract from time to time, without retention of any portion of the payment by the public agency, by depositing securities of equivalent value with the public agency in accordance with the provisions of Section 4590 of the Government Code. Such securities, if deposited by the Contractor, shall be valued by the City's Finance Director, whose decision on valuation of the securities shall be final. im" VI - Acceptance and Final Payment (a) Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer shall within 5 days make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed, he will promptly issue a Notice of Completion, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the City within 15 days after the expiration of 35 days following the date of recordation of said Notice of Completion. (b) Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to the City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (c) The Contractor shall provide a "Defective Material and Workmanship Bond" for 50% of the Contract Price, before the final payment will be made. (d) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after final payment; (3) requirements of the specifications; or (4) manufacturers' guarantees. It shall also constitute a waiver of all claims by the Contractor, except those previously made and still unsettled. (e) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer so certifies, the City shall, upon certificate of the L, Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement the day and year first written above. ATTEST: ,4 Esther C Beirne City Clerk CITY OF SAN RAFAEL: Nader Mansourian Public Works Director APPROVED AS TO FORM: CONTRACTOR: LU Robert F. Epstein For: Coastside Concrete City Attorney File No.: 18.10.18 N H CC I I L Public Works — Payment COASTSIDE CONCRETE 1000908015 INCLD IN PERF. BOND - as Principal, and AMERICAN CONTRACTORS INDEMNITY COMPANY, a Corporation organized and existing under the laws of the State of California, and authorized to transact a general surety business in the State of CA as Surety, are held and firmly bound unto THE CITY OF SAN RAFAEL , as Obligee, in the sum of ONE HUNDRED SEVENTY SIX THOUSAND ONE HUNDRED NINETY & NO/100 Dollars ($ 170,1 X0.00 lawful money of the United States of America, for the payment whereof, well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors and assigns, Jointly and severally, firmly by these presents. APRIL 2_2012 BELLE AVENUTF PEDESTRIAN IMPROVEMENTS AT COLEMAN ELEI'IdENTARY SCHOOL - /2012 PROJECT NO. 11175 NOW, THEREFORE, if the above -bounden Principal shall faithfully pay all laborers, mechanics, subcontractors, materialmen and all persons who shall supply such person or persons, or subcontractors, with materials and supplies for the carrying on of such work, then this bond shall be null and void-, otherwise it shall remain in ful force and effect. Signed, sealed and dated this Principal By COPi.STSIDE CONCRETE 11TI-I day of 2012 AMERICAN CONTRACTORS INDEMNITY COMPANY 0 at(N 4, AEPI Attomev-in-Fact CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Sacramento 4-11-2012 On before me, VICKY TROYAN, NOTARY PUBLIC (Here insert name and title of the officer) personally appeared NHUNG H. SAEPHAN 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/thy, executed the same in his/her/thee authorized capacityO, and that by /her/thy signature(s) on the instrument the person(&), 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 of Notary P li VICKY TROY N 517 €1 I ImI E UNTY 0 f i p1 ES R , 201.4 (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) 9 Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v1210.07 800-873-4865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form f required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e, he/she/t#ey- is /a+e ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document Public Works — Performance 0 011111!ii jii111111111� 1�­1:159 Bond No, 1000908015 Premium: S 4,524M COASTSIDF CONCRETE . as Principal, and AMERICAN CONTRACTORS INDEMNITY COMPANY, a corporation organized and existing under the laws of the State of California, and authorized to transact a general surety business in the State of CA as Surety, are held and firmly bound unto THE CITY OF SAN RAFAEL , as Obligee, in the sum of ONE HUNDRED SEVENTY SIX'FH(-)IJS.A-ND ONE, HUNDRED NINETY& NO/100 Dollars ($ 176,190,00 l lawful money of the United States of America, for the payment whereof, well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors and assigns, Jointly and severally, firmly by these presents. APRIL 2, 2012 BELLE AVENUE PEDESTRIAN IMPROVEMENTS AT COLEMAN ELEMENTARY SCHOOL -20 12 PROJECT N.O. 11175 NOW, THEREFORE, If the above -bounden Principal shall -well and truly perform or cause to be performed, "the works under the contract," then this bond shall be null and void; otherwise it shall remain in full force and effect. Signed, sealed and dated this I ITH day of COASTSIDF', CONCRFTE Principal By MINN APRIL 2012 : A, NKIRSA W Attornev in Fact HCC57Z2NBG410 L CERTIFICATE OF ACKNOWLEDGMENT State of California County of Sacramento 4-11-2012 On before me, PICKY TROYAN, NOTARY PUBLIC (Here insert name and title of the officer) personally appeared NHUNG H. SAEPHAN 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/dwy executed the same in hi-s/herftck authorized capacity(ies), and that by hi-s/her/tl 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. ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER El Individual (s) El Corporate Officer (Title) CI Partner(s) fir Attorney -in -Fact 0 Trustee(s) ❑ Other 2008 Version CAPA 02.10.07 800-873-9865 wAvwNotar-vCiasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. heisheft4ey- is faire ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible_ Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Eric J. Fedors, Sheryl Smith, Elizabeth A. Juarez, Nhung H. Saephan, Katy Travis, Vicky Troyan, or Daren Eiseman of Sacramento, California its true and lawful Attomey(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed *****Three Million***** Dollars ($ **3,000,000.00** . This Power of Attorney shall expire without further action on March 18, 2015. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and on behalf ofthe Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 3rd day of October, 2011. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY Corporate Seals 9 T SEAQ L Daniel P. Aguilar, Vice President State of Californi of County of Los Angeles SS: , rd On this -) day of October, 2011, before me, Deborah Reese, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature 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. 0000H REESE I owriftostw# # 19"M Signature (Seal) kou" putift - cwonft Low Aftqfts C"atf 1, Jeannie Lee, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this -113-H-_ day of APRIL 2012 T Corporate Seals 3t'fig Bond No. 1000908015 Jeannie Lee, sistant Secretary Agency NO. 9010 XO CERTIFICATE OF LIABILITY INSURANCE DATE -ORP. 04/09/2012 PRODUCER ARTHUR E . SCHIEFFER & SON THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 338 Center Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE P.O.Box 515 Healdsburg CA 95448 - GENERAL LIABILITY INSURED I INSURER A. ALLIED INSURANCE INSURER B HARTFORD UNDERWRITERS INSURANCE COMPANY COASTSIDE CONCRETE INSURER C, 2160 W. HEARN AVE INSURER D INSURER E: SANTA ROSA CA 95407- C:()VFRAf.FC THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR TYPEOF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MM/DD1YY POLICY EXPIRATION DATE MM/DD/YY LIMITS A GENERAL LIABILITY ACP7800992990 12/04/2011 12/04/2012 EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (Any one fire) $ 50,000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE FX] OCCUR ( % / / / MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY JECOT LOC B AUTOMOBILE LIABILITY 57UFCZN4102 01/15/2012 01/15/2013 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,000 BODILY INJURY ALL OWNED AUTOS / / / / SCHEDULED AUTOS (Per person) $ BODILY INJURY HIRED AUTOS / / / / NON -OWNED AUTOS (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO / / / / AUTO ONLY: AGO $ EXCESS LIABILITY / / / / EACH OCCURRENCE $ AGGREGATE $ OCCUR CLAIMS MADE $ $ DEDUCTIBLE / % % / $ RETENTION $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY 57WECVV0751 05/01/2011 05/01/2012 TORYLIMITS OER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE -POLICY LIMIT $ 1,000,000 OTHER j j DESCRIPTION OF OPERATIONSiLOCATIONSNEHICLESiEXCLUSIONS ADDED BY ENDORSEMENTiSPECIAL PROVISIONS THE CITY OF SAN RAFAEL AND MARIN COUNTY, ITS OFFICERS, AGENTS AND EMPLOYEES ARE NAMED AS ADDITIONAL INSURED AS RESPECTS GENERAL LIABILITY. INCLUDES PRIMARY AND NON—CONTRIBUTORY WORDING, PROJECT: BELLE AVENUE PEDESTRIAN IMPROVEMENTS AT COLEMAN ELEMENTARY SCHOOL — PROJECT #11175 CFRTIFICATF HOI_DFR i X i AnnmriNAt INSt}RFn INCIIRFR I FTTFR CANCELLATION ACORD 25-S (7197) O ACORD CORPORATION 1988 0-1- INS025S (9910).05 ELECTRONIC LASER FORMS.. INC. - (800)327-0545 Page 1 of 2 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT CITY OF SAN RAFAEL FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE P.O. BOX 151560 INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHO ZED NTATIV SAN RAFAEL CA 94915-1560 ACORD 25-S (7197) O ACORD CORPORATION 1988 0-1- INS025S (9910).05 ELECTRONIC LASER FORMS.. INC. - (800)327-0545 Page 1 of 2 CG70 57 (03-96) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULED Name Of Person Or Organization: CITY OF SAN RAFAEL AND MARINE COUNTY, ITS OFFICERS, AGENTS AND EMPLOYEES Project Name: BELLE AVENUE PEDESTRIAN IMPROVEMENTS Project Location: COLEMAN ELEMENTARY SCHOOL (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (SECTION 11) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to acts or omissions of the named insured in connection with the named insured's ongoing operations. As respects coverage provided by this endorsement to the person or organization shown in the schedule, coverage does not apply to "bodily injury" to an "employee" of the named insured. Primary Clause: It is understood and agreed that this insurance is primary insurance and any other insurance maintained by the additional insured shall be excess only and not contributing with this insurance, but only with respects to liability arising out of "your work" for that insured by or for you. CG70 57 April 4, 2012 MAYOR GARY O. PHILLIPS VICE MAYOR MARC LEVINE COUNCILMEMBER DAMON CONNOLLY COUNCILMEMBER BARBARA HILLER COUNCILMER9BER ANDREW CUYUGAN MC:CL. LLOL GII PUBLIC WORKS DEPARTMENT: (415)485-3355 FAX: (415)485-3334 Nader A4ansourian, Director of Public Works File No.: 18.10.18 Coastside Concrete 2160 W. Hearn Avenue Santa Rosa, CA 95407 Re: BELLE AVENUE PEDESTRIAN IMPROVEMENTS AT COLEMAN ELEMENTARY SCHOOL - 2012 PROJECT NO: 11175 Gentlemen: The San Rafael City Council on April 2, 2012 awarded the referenced contract to your firm for the low bid of $176,190.00. Enclosed are the original and two copies of the project agreement which you are required to execute within five (5) days from receipt of this letter. Please take the following steps: AGREEMENT Execute all three copies. NOTE: If you are a corporation, two signatures are required; one by the Chairman of the Board, the President or any Vice President, AND one by the Secretary, Assistant Secretary, Chief Financial Officer or any Assistant Treasurer. Alternatively, you may provide a corporate resolution stating that the individual who signs is authorized to bind the corporation. 2. Return all three copies to us. You will receive a fully executed copy later. BONDS 1. Furnish a Faithful Performance Bond in the sum of $176,190.00. 2. Furnish a Labor and Materials Bond in the sum of $176,190.00. 3. Date the Bonds -- since the Agreement will be dated April 2.2012. 4. The description of work in both bonds should be "Belle Avenue Pedestrian Improvements at Coleman Elementary School". 5. The Obligee on both Bonds must be the City of San Rafael. I 1 I MORPHEW STREET - PO Box 151560, SAN RAFAEL, CA 94915-1560 bb'G4W.CITY0FSANR AFAEL.ORG Page Two 6. Please give your bonding company a copy of this letter as a guide. 7. Send the bonds in duplicate to our office. INSURANCE Furnish Certificates of Insurance as provided in the specifications and as described on the enclosed "Insurance Requirements Sheet", including Workers' Compensation, Public Liability, and Property Damage. The required insurance may be provided by a separate policy or certificate of insurance insuring the City for public liability and property damage. The required cross -liability endorsement MUST READ EXACTLY AS STATED on the enclosed Insurance Requirement Sheet. Be sure to attach the endorsement to your insurance certificate. That portion of the cancellation clause pertaining to "Failure of the insurance company to mail notice of cancellation imposing no obligation or liability upon the company" must be deleted from the certificate of insurance. Please cross out and initial the deleted portion. 2. Send the Insurance Certificates in duplicate to our office. 3. Please give your insurance nsurance carrier a copy of this letter as a guide. Should you, your bonding company, or your insurance carrier have any questions, please contact our Engineer at 485-3355. Sincerely yours, Leslie Blomquist Associate Civil Engineer LB:dw Enclosures (4): 3 Agreements I Insurance Requirements Sheet cc: Project Engineer PROFESSIONAL SERVICES AGREEMENT/CONTRACT COMPLETION CHECKLIST AND ROUTING SLIP Below is the process for getting your professional services agreements/contracts finalized and executed. Please attach this "Completion Checklist and Routing Slip" to the front of your contract as you circulate it for review and signatures. Please use this form for all professional services agreements/contracts (not Just those requiring City Council approval). This process should occur in the order presented below. Step Responsible Description Completion Department — , Date I City Attorney Review, revise, and comment on draft a regiment. 2 Contracting Department Forward final agreement to contractor for their signature. Obtain at least two signed originals from contractor. 3 Contracting Department Agendize contractor -signed agreement for Council approval, if Council approval necessary (as defined by City Attorney/City Ordinance*). 4 City Attorney Review and approve form of agreement; 7 2— bonds, and insurance certificates and endorsements. 5 City Manager / Mayor 1 or Agreement executed by Council authorized Dep irtment Head official. 6 City Clerk City Clerk attests signatures, retains original agreement and forwards copies to the contracting deoartment. To be completed by Contracting Department: Project Manager: Project Name: Agendized for City Council Meetlnc,,, of (if necessary): I If you have questions on this process, please contact the City Attorney's Office at 485-3080. * Council approval is required if contract is over 520,000 on a cumulative basis.