Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW H St. Roadway Improvement ProjectCITY OF10000::%�
Agenda Item No: 3 • J
Meeting Date: July 21, 2014
SAN RAFAEL CITY COUNCIL AGENDA REPORT
Department: Public Works
altPrepared _w__ Ci Manager Approv
Public Works Director
File No.: 08.02.245
SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AWARDING A CONTRACT FOR THE H STREET ROADWAY IMPROVEMENT
PROJECT, CITY PROJECT NO. 11206, TO GHILOTTI CONSTRUCTION INC., IN
THE AMOUNT OF $1,776,906.00 (BID OPENING HELD ON MONDAY, JULY 14,
2014).
RECOMMENDATION:
Staff recommends that the City Council adopt the resolution awarding the contract to Ghilotti Construction,
Inc. in the amount of $1,776,906.00 for the base bid.
BACKGROUND:
Over the last few years, the Department of Public Works has presented information to the City Council
regarding the condition of the City's drainage system. H Street is one of the older sections of San Rafael
with a drainage system dating back to the early 1900's.
The existing drainage system, composed of two 30 inch corrugated metal pipes, has deteriorated
significantly. The bottoms of the culverts have rotted away completely. Sinkholes are appearing in the
roadway. To complicate the repair of the drainage system and roadway, the San Rafael Sanitation District's
(SRSD) sewer main, which services the neighborhoods in the area, is located between these two culverts.
This project is composed of replacing the storm drain system, reconstruction of the roadway, installation of
new curb ramps as well as the relocation of SRSD's sanitary main away from the existing storm drain
system.
Public Works notified all utilities in October 2013 to examine, and upgrade if necessary, their facilities prior
to the City resurfacing the roadway. Marin Municipal Water District (MMWD) reconstructed a portion of
their systems within this roadway in March 2014. Pacific Gas and Electric (PG&E) is performing
hydrostatic testing of their facilities at this time and anticipate perform work in the sidewalk area after the
completion of this project. SRSD's existing sewer main must be relocated to repair the drainage system. On
May 19, 2014, the City Council approved the Memo of Understanding (MOU) with the SRSD to combine
the sanitary and drainage project in order to minimize disruption to the community and expedite the
reconstruction of the roadway.
On May 5, 2014, the Department of Public Works made a presentation to the City Council regarding the
extent and complexity of this specific project. Residents adjacent to H Street were notified of the meeting
and some were in attendance. Following the City Council's action regarding this item, a subsequent
FOR CITY CLERK ONLY
File No.: - -(- C:`-->
Council Meeting:--xeL-e='f
Disposition: Le °r 7, i- t
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2
notification will be forwarded to residents that front roadways in upper neighborhoods, which generally
access H Street and are affected by this construction.
On June 18, 2014, the City's Public Works Department initiated the bidding process for the project. The
project was advertised in accordance with San Rafael's Municipal Code and policies on June 23, 2014, and
sealed bids were publicly opened and read aloud on July 14, 2014 at 10:00 AM. The base bid was used for
comparison of prices and award of the contract. The engineer's estimate was $1,536,345 for the base bid
which included $413,890 for San Rafael Sanitation Districts work.
The following three base bids were received:
NAME OF BIDDER
AMOUNT
Ghilotti Construction, Inc.
$1,776,906.00
Maggiora & Ghilotti Inc.
$1,978,978.00
Ghilotti Brothers Inc.
$2,729,421.25
The project will remove a large section of the roadway to install the new sewer system as well as the new
storm drain system. Based on this disruption to the structural section of the roadway, a bid alternative to
remove and replace the entire roadway surface was requested of the bidders. The City may choose to accept
this bid alternative from the low bidder noted above at an additional cost of $505,360.00. Choosing this
alternative includes the removal and replacement of the entire road structural section. Based on the cost of
this alternative, we do not recommend proceeding with the alternative.
ANALYSIS:
The low base bid from Ghilotti Construction, Inc. of $1,776,906.00 includes a cost of $609,525.00 for
improving and replacing the existing sewer system. San Rafael Sanitary District has agreed to pay for this
portion of the cost leaving the remaining cost of $1,167,381.00 as the City's cost. This cost exceeds the
original project budget stated in the Capital Improvement Program. Since this is a vital connection to the
community, the Department of Public Works recommends reallocating additional Gas Tax funding (Fund
206) to support this project. The original allocation was $1,000,000 spread out over FY 2013/14 and FY
14/15.
FISCAL IMPACT:
This project is supported by the following revenue sources:
REVENUE
Project Funding Sources
Amount
Fund 206 (FY2013/14 Allocation)
$200,000
Fund 206 (FY201.4/15 Allocation)
$800,000
SRSD Estimated Allocation
$682,625
Additional Allocation Fund 206
$428,542
Total Available Funds
$2,111,167
The remaining project expenses include the construction by Ghilotti Construction, Inc., a recommended
contingency of approximately 12% for construction, construction management expenses and testing services,
which results in a total construction cost of $2,080,106.00. This total includes the cost for the Sanitary work
of $682,625 ($609,525+$73,100) and the City's drainage and road construction work of $1,307,481
($1,167,381+$140,100). The following table summarizes the expenses associated with this project:
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 3
EXPENSES
Category -Eden Expense `.Code
Amount
Notes
Already Charged Expenses
Design and Consultation -01
$30,061
Design Services (CSW Stuber Stroeh)
Supplies & Services -07
$1,000
Reproduction of Plans and Specifications
(Estimated)
Already Charged Expenses
Subtotal
$31,061
(*)
Remaining Expenses
Construction -02
$1,167,381
Base Bid Contract Amount—City Portion
$609,525
Base Bid Contract Amount - SRSD
$140,100
Contingency — City
$73,100
Contingency — SRSD
Construction Management
$80,000
Estimated Amount (Park Engineering)
Testing Services
$10,000
Estimated Amount (Testing Engineers)
Remaining Expenses Subtotal
$2,080,106
Total Project Cost
$2,111,167
_
M Current charges of $31,061 were charged to Project No. 11192 will be relocated to this project.
Since the City is acting as the lead for the project, the contractor will forward an invoice to the City for the
total amount of the work including the sanitary work and the City, in turn, will bill San Rafael Sanitation
District (SRSD) for their portion.
The cost of Construction Management and the testing services will be divided between SRSD and the City
per the bid amounts.
As a requirement of the project, the contractor is to complete the construction of the sewer installation,
drainage system installation and reconstruction of the road before the rainy season. With 75 working days
specified for the contract the intent this to complete the work by Thanksgiving of 2014. This short timeframe
and the large amount of work may also be a reason for the cost of the project to be slightly higher than the
engineer's estimate. This project will be disruptive to residents who live along H Street and the construction
will be inconvenient for residents living in upper neighborhoods that will be affected by the necessary traffic
detours.
OPTIONS:
The Council may choose not to award the contract and direct staff to rebid the project. Choosing this option
will delay the construction by a minimum of one year.
ACTION REQUIRED:
Adopt the resolution awarding contract to Ghilotti Construction, Inc. for the Base Bid amount of $1,776,906,
authorize a construction contingency of $213,200 and authorize the additional allocation of $428,542 from
fund 206 (Gas Tax) to support the project.
Enclosures
1. Resolution
2. Agreement
RESOLUTION NO. 13778
A RESOLUTION OF THE CITY COUNCIL, OF THE CITY OF SAN RAFAEL AWARDING A
CONTRACT FOR THE H STREET ROADWAY IMPROVEMENT PROJECT, CITY PROJECT
NO. 11206, TO GHILOTTI CONSTRUCTION INC., IN THE AMOUNT OF $1,776,906.00 (BID
OPENING HELD ON MONDAY, JULY 14, 2014).
WHEREAS, on the 14`h day of July, 2014, 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:
"H Street Roadway Improvement Project"
City Project No. 11206
In accordance with the plans and specifications therefore on file in the office of said City Clerk;
and
WHEREAS, the bid of Ghilotti Construction Inc. 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; and
WHEREAS, there are sufficient funds in the Gas Tax Fund to support this contract; and
WHEREAS, the San Rafael Sanitation District will fiend up to $682,625 to support this
project.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
RESOLVES as follows:
1. The bid of Ghilotti Construction Inc. is hereby accepted at said unit prices and.
that the contract for said work and improvements is hereby awarded to Ghilotti
Construction Inc. at the unit prices mentioned in said bid.
2. The Public Works Director and the City Clerk of said City are authorized and
directed to execute a contract with Ghilotti Construction Inc. in a form approved
by the City Attorney, for said work and to return the bidder's bond upon the
execution of said contract.
3. $428,542 of available Gas Tax Funds will be appropriated to provide total City
funding of $1,428,542.
4. $682,625 will be appropriated from the San Rafael Sanitation District Fund.
5. 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
City Council of said City held on Monday, the 21th day of July, 2014 by the following vote, to
wit:
AYES: COUNCILMEMBERS: Bushey, Colin, Connolly, McCullough & Mayor Phillips
NOES: COUNCILMEMBERS: None
ABSENT: COUNCILMEMBERS: None
«::: . .. r
ESTHER C. BEIRNE, City Clerk
File No.: 08.02.245
City of San Rafael ♦ California
Form of Contract Agreement
for
H Street Roadway Improvement Project
This Agreement is made and entered into this 21st day of July 2014 by and between the City of San Rafael
(hereinafter called City) and Ghilotti Construction Inc. (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 described in the specifications for the project entitled: H Street Roadway Improvement
Project, City Project No. 11206, 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 and excess of any other insurance available to
the City.
11- 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 shall be completed, including all punchlist work, within SEVETY FIVE (75) 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 working
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 $3,000 for each
and every 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
Description
Estimated
Unit of
uantity
I Measure
Unit Price Cost
A. GENERAL, ITEMS
Signs and Traffic Control I Subt tal A = 127,000 127, 00.00
1 g 0
000.00
Item
Description
Estimated
Unit of
Quantity
Measure
B. SANITARY SEWER
Unit Price Cost
Subtotal A = 1 127,000.00
C. STORM DRAIN
10
Demolition
4002,400.00
_...__........._....._._..__._...__.
_...... ........_._._..__.._......._.__
1,100
Abandon SS In Place, Fill with Grout
1292
LF
2....a.
_...._......__._.._..._._.......... ........__..__._____..._................-------- __.._.._.........._.._...._.__..__.._..........._.____.._......__.......___.._.........._.__.........._._...._.......__..._.......
210
16,800.00
175
b. Remove Existing SSMH
__.._.._.___...._..__._.._.__..___._.............._.__...__...._......_._._.___..........__._.__._..._..___........__.__.__._____.
6
EA
385
c. Abandon Existing SS MH Fill Bottom with Grout
1
EA
12
Manholes
5
EA
3
a. 48" SSMH
9
EA
b. 60" SSMI-I
2
.__ EA
13
Poly Vinyl Chloride (PVC) Pi�pe�����_._________
1800
LF
8
a. 6 inch PVC SS (C-900)
80 µ
LF mm
4
b. 8 inch PVC SS (C-900)117
LF
c. 10 inch PVC SS (C-900)
_ _._._......__...._...._..__.__.___._.._....__._.____..____._.__...__._..__..__.._._._..
. 1181 ...
LF
d. 15 inch PVC SS (C-905)20
__.._.___.
.............. _.._._
.__. ......
LF_
5
Sanitary Sewer Lateral
32
EA
C. STORM DRAIN
10
12,920.00
4002,400.00
_...__........._....._._..__._...__.
_...... ........_._._..__.._......._.__
1,100
1,100.00
7,500
67,500.00
8,500
17,000.00
210
16,800.00
175
20,475.00
230
271,630.00
385
7,7_00.00
_..__...._._ 6,000
_
192,000.00
Subtotal B = 1 609,525.00
6
Clearing and Grubbing
1
LS
26,000
Minor Concrete - Minor Structures
23,000
23,000.00
10
a. Type B Manhole
6
EA
-— �
_
b. Type Z Box____
1
EA.
7
c. Type Y Box
I
EA
12
d. Type E Catch Basin
5
EA
.._.
e. Control Density Fill
300
CY
High Density Polyethylene Pipe (HDPE)
855
Ton
13
a. 36 inch diameter IIDPE Pipe
1800
LF
8
b. 15 inch diameter HDPE Pipe (Forbes) - ._. _.
_.
38
LF
c. 12 inch diameter HDPE Pipe (H Street)
173
L,F
Subtotal C =
D. ROADWAY IMPROVEMENTS
9
Clearing and Grubbing
1
LS
26,000
Minor Concrete – Minor Structures
23,000
23,000.00
10
a. Concrete Curb Ramps16
w
�
EA
-— �
b. _Type A Curb and Gutter _..u_______.___
350
_ LF
11
11
Edge Grinding (4' width)
1460
SY
12
Class LI Aggregate Base (11 ")
1420
Ton
.._.
Asphalt Concrete ._�
_ _
a-� 8" h Asphalt Section over Trench
855
Ton
13
b. 14 inch Deep Lift Asphalt (Digouts)
_.._..................._.__...___._.._...._..........__.............._..._.._....__........_._._............_..........__.___............._............__._._._....._.......__...._.........._.._.....
140
"Ton
....... ._............_
c. 2 inch Asphalt Resurfacing w/fabric
850 _
_ mmTon
28,000
28,000.00
7,500
45,000._00
26,000
26,000.00
23,000
23,000.00
4,000
20,000.00
90
27,000.00
250
_ 450,000.00
300
11,400.00
260
44,980.00
675,380.00)
5,000
5,000.00
4,700
75,200.00
60
21,000.00
8.00
11,680.00
48
68,160.00
90
76950.00
180 25,200.00
85� 72,250.00
tJnit Price
Cost
Estimated
Unit of
Item
Description
1.00
1.00
45.00
6601,980.00
_.. ..._..._..__ __...._.._..
Quantity
Measure
300---.-.----9.0..0.00-
00_._.____900.0075
Pavement Markings and Striping
75
150.0_0
150
a _Double Yellow Centerline Stripe DT22
� �. . _ _
1_5_00 _
— --
_ LF
14
b. ll 3 8
"I'
2 00
LF
c. DT2713
45
LF
d. Ladder Crosswalks3
__......._.._._...._.......__._.._._._.__.._..___..._._..__..._..........__.................._._..._._...................._......._........ __........._....._.._
...... _._._...._................._........_....,..._
EA _....._._..
14
e. 12" Thermoplastic Crosswalk Stripe
___._....._.....__.___..._......._.._..__.__._..__ .._ ...____.._.__W..
700
_._....._____..._._......._....._........._____.__
LF
f. "STOP"
3
_ EA_
g_ Arrows Type IV(R) _ _
_2
EA
_
h. _Arrows Type VIII(L) ____...
.. 2
� EA
i. Ked Curb..._......_..
_ w
5_50
LF
j. Blue Fire Hydrant Buttons
4�
EA
tJnit Price
Cost
1.65
2,475.00
1.90
380.00
1.00
1.00
45.00
6601,980.00
_.. ..._..._..__ __...._.._..
3.502,450.00
.__
__...-._....___..__._...._...__..___..__
300---.-.----9.0..0.00-
00_._.____900.0075
75
150.0_0
150
300.00
1.50
_ __..._ _.._ 825.00
14
56.00
Subtotal D = 1 365,001.00
Total Base Bid (A+B+C+D) = 1,776,906.00
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) 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.
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 five (5) working days make such inspection.
(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 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 twelve (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.
(d) 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 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:
Esther C. Beirne
City Clerk
APPROVED AS TO FORM:
Rob Epstein
City Attorney
File No: 08.02.245
CITY OF SAN RAFAEL:
1
Nader Mansourian
Public Works Director
CONTRACTOR:,11
r
_ __
Gh ott Con t�ucf n Inc. `�
CONSTRUCTION
COMPANY
Corporate Resolution to Execute Contracts
Resolved that this Corporation, Ghilotti Construction Company, hereby approves and
appoints Richard W. Ghilotti, President of Ghilotti Construction Company, Brian
Ongaro, Vice President of Ghilotti Construction Company, Ali Yazdi, VP, General
Manager of Ghilotti Construction Company, and Stacy L. Magill, Secretary of Ghilotti
Construction Company for the purpose of executing in the name of this corporation, all
bid documents, contract documents and contract bonds.
Resolved further, that any and all actions taken by Richard W. Ghilotti, Brian Ongaro,
Ali Yazdi and Stacy L. Magill in executing said bid documents, contract documents,
contract bonds and any other required documents be, and they hereby are, ratified and
approved, and all such Contracts and bonds and documents are hereby adopted as binding
obligations of this corporation.
I, Stacy L. Magill, Secretary of Ghilotti Construction Company, a corporation
incorporated under the laws of the State of California, do hereby certify that the
foregoing is a full, true and correct copy of resolutions of the Board of Directors of the
said corporation, duly and regularly passed and adopted at a special meeting of the Board
of Directors of the said corporation which was duly and regularly called and held in all
respects as required by law, and by the bylaws of the said corporation, at the office
thereof on the 21st day of August, 2001, at which special meeting a majority of the board
of Directors of the said corporations was present and voted in favor of said resolutions.
IN WITNESS WHEREOF, I have hereto set my hand as such Secretary and affixed the
corporate seal of the said corporation, this 27th day of August, 2012.
Stacy L. Mill
Secretary
— Engineering Contractor —
246 GHILOTTI AVENUE ® SANTA RGSA, CA 95407 m 707-585-1221 e FAX: 707-585-0129
STATE CONTRACTORS LICENSE #644515
CON STR UCTI ON
I
- COMPAHY -ffM--
LETTER OF TRANSMITTAL
TO: CITY OF SAN RAFAEL
111 MORPHEW STREET
SAN RAFAEL, CA 94915
FWA'd K10= 24, 1W 1 U •i
WE ARE SENDING YOU: El ENCLOSED
THE FOLLOWING ITEMS:
El CONTRACTS ❑ SOILS REPORT
❑ COPY OF LETTER ❑ PLANS
DATE: 7/28/14
JOB/PROJECT: H STREET ROADWAY
IMPROVEMENT PROJECT (CITY #11206
/ GCC #5572)
❑ UNDER SEPARATE COVER VIA: —Fed Ex
—
❑ SPECIFICATIONS ❑ DBE SUBMITTALS
❑ SAMPLES ❑
COPIES DATE NUMBER
DESCRIPTION
3 7/21/14 -1
SIGNED CONTRACTS
3 7/21/14 t 070018565
PERFORMANCE & PAYMENT BONDS
3 7/24/14
INSURANCE CERTIFICATES
3
CORPORATE RESOLUTION AUTHORIZING
CONTRACT SIGNER TO BIND CORPORATION
THESE ARE TRANSMITTED as indicated below
❑
For your approval
0
For your use
❑
As requested
❑
Approved as submitted
❑
Approved as noted
❑
Returned for corrections
❑
Resubmit for approval
❑
For review and comment
❑
For quotation
❑
For bids due
❑
For Your Signature
Please let me know if you need anything further.
Thank you,
BY:
Laura'Hidal
Contract Adminis
If enclosures are not as noted, kindly notify the above as soon as possible.
.— Engineering Contractor ----
246
246 GHILOTTI AVENUE e SANTA ROSA, CA 95407 «-707-585-1221 ® FAX: 707-585-0129
STATE CONTRACTORS LICE NSE #644515
- Abei
� Mutual.
SURETY
CONTRACT BOND - CALIFORNIA Executed in Triplicate Bond #070018565
FAITHFUL PERFORMANCE - Initial premium charged for this bond is
PUBLIC WORK
$15,569.00 subject to
adjustment upon completion of contract
at applicable rate on final contract price.
KNOW ALL BY THESE PRESENTS, That Ghilotti Construction Company, Inc.
of 246 Ghilotti Avenue, Santa Rosa, CA 95407 as Principal,
and the Liberty Mutual Insurance Company a corporation organized and existing
under the laws ofthe State of Massachusetts and authorized to transact surety business in the State of California, as
Surety, are held and firmly bound unto City of San Rafael
in the sum of One Million Seven Hundred Seventy-six Thousand Nine Hundred Six Dollars And Zero Cents
Dollars ($1,776,906.00
for the payment whereof, well and truly to be made, said Principal and Surety bind themselves, their heirs, administrators, successors and
assigns, jointly and severally, firmly by these presents.
TI -11" CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That WHEREAS, the above -bounden Principal has entered into a
Conti -act, dated July 21 12014 with the City of San Rafael
to do and perform the following work, to -wit:
H Street Roadway Improvement Project, City Project No. 11206
NOW, THEREFORE, if the above -bounden Principal shall faithfully perform all the provisions of said Contract, then this obligation shall
be void; otherwise to remain in full force and effect.
PROVIDED F'URTHE'R THAT, Any suit under this bond must be instituted before the expiration of two (2) years from the date of
substantial completion of the work to be performed under the Contract.
Signed and sealed this 24th day of" July 2014
Ghilotti Construction Company, Inc.
Principal
19 11 0 __�jl I
0
C H Liberty Mutul Insura
By
—
Jn B. Pilgard, IAttorney-in-Fact
MS -10815 10/99
State of California
County of Placer
On July 24, 2014
ACKNOWLEDGMENT
before me, Kathy Rangel, Notary Public
(insert name and title of the officer)
personally appeared Jana B. Pilgard
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
~
bert
'SURETY
Bond #070018565
CONTRACT BOND -CALIFORNIA
PAYMENT BOND Executed in Triplicate
KNOW ALL BYTHESE PKCS8NTS`7hmwe, Ghi|ottiConstruction Company, Inc.
and the Liberty Mutual ICompany ,ocorporation organized and existing under the laws ofthe State o[
Muaaucboaettu and authorized m transact surety business in the State ofCalifornia, oa Surety, are held and firmly hound unto
City ofSan Rafael
,nsObligee,
in the suni of One Million Seven Hundred Seventy-six Thousand Nine Hundred Six Dollars And Zero Cents
Dollars ( $1,776,906.00
for the poywndwhereof, 'Well ouJ\nUywbe made, said Principal and Surety bind themselves, their heirs, administrators, successors
and assigns, joinUyand severally, firmly bythese presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That WHEREAS, the above -bounden Principal has entered into a
contract, dated 21m( day J , 2O14 ,vvkhdnObligee mdoand perKxmthe |6Uov/iug
____ ______
°o,k.to'vit: HStreet RoadwoyImprovement Project, City Project No. 11206
NOW, T1 I BK8FOKE, Jthe o6ovclboundcn Principal o,his/her subcontractors &J| to pay any of the persons named in Section 9100 of
the O,i| Code of the 3mm of California, or amounts due under the Unemployment lnauomoc Code with respect to work or labor
performed Under the Contract, Surety Will pay for the numu, in an amount not exceeding the muoom upcciOcJ in this hnod, and also. in
Case Suit ixbrought upon this bond, ureasonable attorney's fee, |nbofixodbythe court.
This bond shall inure to the benefit of any and all persons, companies or corporations entitled to file clairns under Section 9100 ofthe
Signed, sealed and dated this 24th
No preinit,1111 is charged Im- this bond. It is executed in
connection with a bond for the performance of the
contracL
JAS -MIG 10/99
Liberty Mutual Insurance Com)Dany_
By
ACKNOWLEDGMENT
State of California
County of Placer
On July 24, 2014 before me,
personally appeared Jana B. Pilgard
Kathy Rangel, Notary Public
(insert name and title of the officer)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
d �
Signaturew�...��_,n. ��"..�..,"�� (Seal)
THIIS POWER OF ATTORNEY IS NOT VALID UNLESS IT PRINTED ON RED BACKGROUND.
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated.
Certificate No. 6536278
American Fire and Casualty Company Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of
the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company
is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute
and appoint, Dona Lisa Buschmann; J. Buschmann Jana B. Pilgard; Kathy Rangel; Robert D. Laux
all of the city of Roseville state of CA each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge
and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall
be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 21st day of April 1 2014
American Fire and Casualty Company
The Ohio Casualty Insurance Company
Liberty Mutual Insurance Company
WestAmerican Insurance Company
By:
David M. Care Assistant Secretary
On this 21st day of April , 2014 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and
Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company; and West American Insurance Company, and that he, as such, being authorized so to do,
execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written.
Teresa Pasteila , Notary Public
This Power of Attomey is made and executed pursuant to andby authority of the following By-laws and Authorizations ofAmerican Fire and Casualty Company, The Ohio Casualty Insurance
Company, Liberty Mutual Insurance Company, and`WestAmencan Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV - OFFICERS - Section 12. Power ofAttomey. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject
to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal,
acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obliga#ions. Such attomeys-in-fact, subject to the limitations set forth in their respective
powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so
executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under
the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,
and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute,
seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their
respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so
executed such instruments shall be as binding as if signed by the president and attested by the secretary.
Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-m-
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety
obligations.
Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
1, Gregory W. Davenport, the undersigned, Assistant Secretary. of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and
West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attomey executed by said
Companies, is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companios this Loth day of
July
20 14,__
i
By
Gregory W. Davenport, Assistant Secretary
LMS_12873_122013 218 of 250
to
N
rn
m
c
.N
tC
C
cC O
v
d W
c E
�O Q
Q M
o4
L
3
of
LM
00
.o
O C
ry
"p 3
N
>=
C)
et
04
N
co
y� co
06
v T-
o
'ACORO� CERTIFICATE OF LIABILITY INSURANCEDATE(MM/DD/YYYY)
7/24/2014
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Woodruff -Sawyer & CO.
50 California Street, Floor 12
San Francisco CA 94111
NT ACT
NAME: Valerie Porter -Browne
PHONENI a/X No
EMAIL
ADDRESS: -
INSURER(S) AFFORDING COVERAGE NAIC #
Y
INSURER A:01d Republic General Insurance Corp 24139
AlCG37541410
INSURED GHILCON-01
INSURER B:
INSURER C:
Ghilotti Construction Company, Inc.
246 Ghilotti Avenue
Santa Rosa CA 95407
INSURER D:
INSURER E:
INSURER F:
PREAGE SESOEa occurrence) $100,000_
COVERAGES CERTIFICATE NUMBER: 95610112 REVISION NUMBER:
THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
I TYPE OF INSURANCE
ADDL
INSR
SUBR
WVD
POLICY NUMBER
POLICY EFF
MM/DD/YYYY
POLICY EXP
MM/DD/YYYY
LIMITS
A
GENERAL LIABILITY
Y
AlCG37541410
/31/2014
/31/2015
EACH OCCURRENCE $2,000,000
X COMMERCIAL GENERAL LIABILITY
PREAGE SESOEa occurrence) $100,000_
CLAIMS -MADE a OCCUR
MED EXP (Any one person) $5,000
PERSONAL & ADV INJURY $2,000,000
GENERALAGGREGATE $4,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS -COMP/OP AGG $2,000,000
17 POLICY X PRO- LOC
$
A
AUTOMOBILE
LIABILITY
AlCA37541410
/31/2014
/31/2015
COMBINED SINGLE LIMI I
Ea accident 1,000,000
BODILY INJURY (Per person) $
X
ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
BODILY INJURY (Per accident) $
PROPERTY DAMAGE $
Per accident
X
HIRED AUTOS X NON -OWNED
AUTOS
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE $ _
AGGREGATE $
EXCESS LIAB
CLAIMS -MADE
DED I I RETENTION $
$
A
WORKERS COMPENSATION
AlCW94681411
/2/2014
1212015
X WC STATU- I OTH-
TORY LIMITS ER
AND EMPLOYERS' LIABILITY Y / N
ANY PROPRIETOR/PARTNER/EXECUTIVE
E.L. EACH ACCIDENT $1,000,000
OFFICER/MEMBER EXCLUDED?
N / A
E.L. DISEASE - EA EMPLOYE $1,000,000
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
E. L. DISEASE -POLICY LIMIT 1 $1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
GCC Job #5572, City Project No. 11206, H Street Roadway Improvement Project. It is herby understood and agreed that the City of San
Rafael its officers, agents, employees are additional insured hereunder but only as respects liability arising out of the land &/or property &/or
work described in the Public Works contract for the project entitled H Street Roadway Improvement Project City project #11206 between the
City of San Rafael and Ghilotti Construction co, for the work & improvements described therein. Forms CG 20 10 04 13, CG 20 37 04 13
attached. Coverage is Primary and Non -Contributory per form CG EN GN 0029 09 06 attached.
U"Rie112Pfal;7iLei III •1ai1
City of San Rafael
111 Morphew Street
San Rafael CA 94915
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTH0RIZEP REPRESENTATIVE
©1988-2010 ACORD CORPORATION. All rights reserved.
ACORD 26 (2010/05) The ACORD name and logo are registered marks of ACORD
POLICY NUMBER: AlCG-17541410
COMMERCIAL GENERAL LIABILITY
CG 20 10 04 13
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
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s) Location(s) Of Covered Operations
AS REQUIRED BY WRITTEN CONTRACT
Information required to complete this Schedule, if not shown above will be shown in the Declarations.
A. Section 11 — Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for 'bodily injury", "property
damage" or "personal and advertising injury"
caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your
behalf;
in the performance of your ongoing operations for
the additional insured(s) at the location(s)
designated above.
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted by
law; and
2. If coverage provided to the additional insured is
required by a contract or agreement, the
insurance afforded to such additional insured
will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
B. With respect to the insurance afforded to these
additional insureds, the following additional
exclusions apply:
This insurance does not apply to 'bodily injury" or
"property damage" occurring after:
1. All work, including materials, parts or
equipment furnished in connection with such
work, on the project (other than service,
maintenance or repairs) to be performed by or
on behalf of the additional insured(s) at the
location of the covered operations has been
completed; or
2. That portion of "your work" out of which the
injury or damage arises has been put to its
intended use by any person or organization
other than another contractor or subcontractor
engaged in performing operations for a
principal as a part of the same project.
CG 20 10 0413 © Insurance Services Office, Inc., 2012 Page 1 of 2
C. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III — Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay on behalf of the additional insured is the
amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable Limits of
Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the
applicable Limits of Insurance shown in the
Declarations.
Page 2 of 2 O Insurance Services Office, Inc., 2012 CG 20 10 0413
POLICY NUMBER: A1CG37541410
COMMERCIAL GENERAL LIABILITY
CG 20 37 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following -
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Or-qanization(s) Location And Description Of Completed Operations'
AS REQUIRED BY WRITTEN CONTRACT, BUT
ONLY WHEN COVERAGE FOR COMPLETED
OPERATIONS IS SPECIFICALLY REQUIRED
BY THAT CONTRACT.
,Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
A. Section If — Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for "bodily injury" or
"property damage" caused, in whole or in part, by
"your worts" at the location designated and
described in the Schedule of this endorsement
performed for that additional insured and
included in the "products -completed operations
hazard".
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted
by law; and
2. If coverage provided to the additional insured
is required by a contract or agreement, the
insurance afforded to such additional insured
will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
B. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III — Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay on behalf of the additional insured is the
amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable Limits of
Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the applicable
Limits of Insurance shown in the Declarations_
CG 20 37 0413 O insurance Services Office, Inc., 2012 Page 1 of 1
CHANGES ADDITIONAL INSURED PRIMARY WORDING SCHEDULE
11111KIRY401 Ills] MIM kh 1:4 01 11111115M MW F -Al 1,21 Lel w�m 2114
THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
Name of Additional Insured Person(s)
Or Organization(s):
As required by written contract
Location(s) of Covered Operations:
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
The insurance provided by this endorsement is primary insurance and we will not seek contribution from
any other insurance of a like kind available to the person or organization shown in the schedule above
unless the other insurance is provided by a contractor other than the person or organization shown in the
schedule above for the same operation and job location. If so, we will share with that other insurance by
the method described in paragraph 4.c. of Section IV — Commercial General Liability Conditions.
All other terms and conditions remain unchanged.
Named Insured
Ghilotti Construction Company, Inc.
Policy Number
AlCG37541410
Endorsement No.
Policy Period
3/31/14-3/31/15
Endorsement Effective Date:
3/31/14
Producer's Name:
Producer Number:
CG EN GN 0029 09 06
3/28/14
DATE
CITY OF SAN RAFAEL - DEPARTMENT OF PUBLIC WORKS
NOTICE INVITING SEALED PROPOSALS FOR PUBLIC WORKS
Notice is hereby given that the City of San Rafael Department of Public Works will receive bids
for furnishing all labor, materials, equipment and services for
H Street Roadway Improvement Project
City Project No. 11206
Project Description:
This project consists of all associated work involved with the removal and replacement of storm
drain and sanitary sewer, reconstruction of ADA curb ramps and overlay of the existing street,
constructing concrete structures, and abandoning pipes.
Each bid shall be in accordance with the plans and specifications dated June 18, 2014, and other
contract documents, now on file with the City Clerk, City Hall, San Rafael, California; and may
be examined and copies may be obtained at the Department of Public Works, 111 Morphew
Street, P. O. Box 151560, San Rafael, CA 94901. Cost shall be Fifty Dollars ($50.00) per set,
non-refundable. Cost of mailing sets shall be an additional Ten Dollars ($10.00) per set.
Bidders are hereby notified that pursuant to Section 1770 of the Labor Code of the State of
California, the City of San Rafael has ascertained the general prevailing rate of per diem wages
and rates for legal holiday and overtime work in the locality where the work is to be performed
for each craft or type of workmen or mechanics needed to execute the contract which will be
awarded the successful Bidder. The prevailing rates so determined by the City are on file in the
office of the City Clerk, copies of which are available to any interested party on request.
Each bid shall be made out on the form to be obtained at the Department of Public Works, 111
Morphew Street, San Rafael, California 94901 and shall be accompanied by cash, certified check
or bidder's bond for ten percent (10%) of the amount of bid, made payable to the order of the
City of San Rafael; shall be sealed and filed with said City Clerk, 1400 Fifth Avenue, City
Hall, Room 209, San Rafael, California 94901 on or before Jul y9; 2014 at 10:00 am.
III
The City reserves the right to reject any or all bids or to waive any informality in a bid.
/s/Kevin McGowan
Kevin McGowan
City Engineer
Dated: June 18, 2014
Marin Independent Journal
150 Alameda del Prado
PO Box 6150
Novato, California 94948-1535
(415) 382-7335
legals@marinij.com
SAN RAFAEL,CITY OF
PO BOX 151560/CITY CLERK, DEPT OF PUBLIC
WORKS, 1400 FIFTH AVE
SAN RAFAEL CA 94915-1560
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA
County of Marin
FILE NO. 0005219222
I am a citizen of the United States and a resident of the County
aforesaid: I am over the age of eighteen years, and not a party to
or interested in the above matter. I am the principal clerk of the
printer of the MARIN INDEPENDENT JOURNAL, a newspaper of
general circulation, printed and published daily in the County of
Marin, and which newspaper has been adjudged a newspaper of
general circulation by the Superior Court of the County of Marin,
State of California, under date of FEBRUARY 7, 1955, CASE
NUMBER 25566; that the notice, of which the annexed is a printed
copy (set in type not smaller than nonpareil), has been published in
each regular and entire issue of said newspaper and not in any
supplement thereof on the following dates, to -wit:
6/23/2014
I certify (or declare) under the penalty of perjury that the foregoing
is true and correct.
Dated this 23th day of June, 2014.
Signature
PROOF OF PUBLICATION
Legal No. 0005219222
CITY OF SAN RAFAEL-
DEPARTMENT OF PUBLIC WORKS
NOTICE INVITING SEALED PROPOSALS FOR
PUBLIC WORKS
Notice is hereby given that the City of San Ra-
fael Department of Public Works will receive
bids for furnishing all labor, materials, equip-
ment and services for
H Street Roadway Improvement Project
City Project No. 11206
Project Description:
This project consists of all associated work in-
volved with the removal and replacement of
storm drain and sanitary sewer, reconstruction
of ADA curb ramps and overlay of the existing
street. constructing concrete structures, and
abandoning pipes.
Each bid shall be in accordance with the plans
and specifications dated lune 18, 2014, and oth-
er contract documents, now on file with the
City Clerk, City HSan Rafael, California: and
may be examined al
copies may be obtained
at the Department of Public Works. 111
Morphew Street, P. 0. Box 151560. San Rafael,
CA 94901. Cost shall be Fifty Dollars ($50.00) per
set, non-refundable. Cost of mailing sets shall
be an additional Ten Dollars ($10.00) per set.
Bidders are hereby notified that pursuant to
Section 1770 of the Labor Code of the State of
California, the City of San Rafael has ascer-
tained the general prevailing rate of per diem
wages and rates for legal holiday and overtime
work in the locality where the work is to be per-
formed for each craft or type of workmen or
mechanics needed to execute the contract
which will be awarded the successful Bidder.
The prevailing rates so determined by the City
are on file in the office of the City Clerk, copies
of which are available to any interested party
on request.
Each bid shall be made out on the form to be
obtained at the Department of Public Works,
111 Morphew Street. San Rafael, California
94901 and shall be accompanied by cash, certi-
fied check or bidder's bond for ten percent
(10°10) of the amount of bid, madepayable to
the order of the City of San Rafael: shall be
sealed and filed with said City Clerk, 1400 Fifth
Avenue, City Hall, Room 209 San Rafael, Call-
fornia 94901 on or before July 9, 2014 at 10.00
am.
The City reserves the right to reject any or all
bids or to waive any informality in a bid.
/s/Kevin McGowan
Kevin McGowan
City Engineer
Dated: June 1& 2014
no. 785 Jun 23. 2014
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
agreement.
2
Contracting Department
Forward final agreement to contractor for
7/' J
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;
bonds, and insurance certificates and
endorsements.
5
City Manager / Mayor or
Agreement executed by Council authorized
Department Head
official.
6-
City Clerk
City Clerk attests signatures, retains original
agreement and forwards copies to the
�LA
contracting department.
To be completed by Contracting Department:
Project Manager: r Project Name:
Agendized for City Council Meeting of (if necessary):
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 $20,000 on a cumulative basis.
CITY OF SAN RAFAEL
INSTRUCTIONS: USE THIS FORM WITH EACH SUBMITTAL OF A CONTRACT, AGREEMENT,
ORDINANCE OR RESOLUTION BEFORE APPROVAL BY COUNCIL /AGENCY.
SRCC AGENDA ITEM NO.
DATE OF MEETING: July 21, 2014
FROM: Nader Mansourian
DEPARTMENT: Public Works FILE NO.: 08.02.245
DATE: July 8, 2014
TITLE OF DOCUMENT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AWARDING A CONTRACT FOR THE H STREET ROADWAY IMPROVEMENT PROJECT, CITY
PROJECT NO. 11206, TO GHILOTTI CONSTRUCTION INC., IN THE AMOUNT OF $1,776,906.00 (BID
OPENING HELD ON MONDAY, JULY 14, 2014).
Department Head (signature)
(LOWER HALF OF FORM FOR APPROVALS ONLY)
APPROVED AS COUNCIL / AGENCY APPROVED AS TO FORM:
AGENDA ITEM:
City Manager (signature) City Attorney (signature)
NOT APPROVED
REMARKS: