Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW SR Avenue Curb Ramps Project 2015Agenda Item No: 3, h
Meeting Date: May 4, 2015
SAN RAFAEL CITY COUNCIL AGENDA REPORT
Department: Public Works
Prepared by: City Manager Approval O*Ck4
Q
Acting Director of Public Works
File No.: 16.01.278
SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AWARDING A CONTRACT FOR THE SAN RAFAEL AVENUE CURB RAMPS
PROJECT, CITY PROJECT NO. 11250, TO GHILOTTI CONSTRUCTION
COMPANY IN THE AMOUNT OF $157,314.00.
RECOMMENDATION: Staff recommends that the City Council adopt the resolution awarding the
contract to Ghilotti Construction Company in the amount of $157,314.00.
BACKGROUND: In August of 2004, the City of San Rafael entered into a Settlement Agreement with
the Federal Department of Justice (DOJ) to address a lack of compliance with the Americans with
Disabilities Act (ADA) and related accessibility issues in City -owned facilities and the public right-of-
way. A section of the Agreement calls for the City of San Rafael to construct curb ramps or sloped areas
at any intersection to provide access for pedestrians. In 2004, Public Works identified a backlog of 797
curb ramps requiring construction.
The proposed project includes construction of six new ADA compliant curb ramps and storm drainage
improvements. Five of the six locations are specifically included in the backlog of 797 ramps required by
the DOJ Settlement Agreement. The remaining ramp has been included in this project as it is located at
the same intersection as the other proposed ramps and will close a gap in the pedestrian path of travel to
Gerstle Park.
In addition to the installation of the accessible curb ramps, this project consists of the following:
• Relocate a portion of the existing stone wall on the southwest corner of the intersection of San
Rafael Avenue/Lodge Lane to increase vehicular sight distance. The existing bluestone rock will
be reused, as recommended by the Gerstle Park Neighborhood Association.
Install new drainage improvements at the intersection of Lodge Lane. The existing drainage pipe
at this location no longer functions. This project will install new catch basins and a new pipe
across Lodge Lane.
A study of the project area was conducted to ensure that the most reasonable facilities for all modes of
travel are included in the project design. The study was completed April 22, 2015.
FOR CITY CLERK ONLY
File No.:
Council Meeting: Meeting: S�4 -2d IS-
Disposition:
5Disposition: (?eisof.%%1DN /36118
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2
The San Rafael Avenue Curb Ramps project has been determined to have no significant effect on the
environment and is therefore categorically exempt from environmental documents. A Notice of
Exemption was filed at the Marin County Clerk's Office on April 2, 2015.
The project was advertised in accordance with San Rafael's Municipal Code on April 6, 2015, and sealed
bids were publicly opened and read aloud on April 23, 2015, at 9:00 AM. The engineer's estimate was
$150,000.00. Contractors submitted the following three bids:
NAME OF BIDDER
AMOUNT
Ghilotti Construction Company
$157,314.00
Ghilotti Bros., Inc.
$159,394.00
Coastside Concrete
$159,670.00
PUBLIC OUTREACH: The Public Works Department has discussed this project with both the Gerstle
Park Neighborhood Association (GPNA) and the City of San Rafael Parks Commission. Both GPNA and
the Parks Commission were in favor of the improvements and had little or no comments on the design.
GPNA's main interest was to maintain the existing look of Gerstle Park by keeping the bluestone along
the entire length of the park wall along San Rafael Avenue. This recommendation has been incorporated
into the design.
After award of the contract, the Public Works Department will send out letters to each adjacent property
owner to inform them of the upcoming construction and will maintain a City website, updated with the
construction schedule on a weekly basis.
ANALYSIS: The referenced bids have been reviewed by Public Works staff and found to be both
responsive and responsible. The low bid from Ghilotti Construction Company in the amount of
$157,314.00 falls within the allocated project budget.
FISCAL EMPACT: To date, there have been no costs associated with this project. Project expenditures
include the cost of document reproduction, the construction to be performed by Ghilotti Construction
Company, a recommended contingency of approximately 20%, and construction inspection, bringing the
total project budget to $210,000.00. We recommend a 20% contingency due to the close proximity of an
existing concrete masonry unit retaining wall which runs along the east side of Lodge Lane. This
retaining wall does not sit on a foundation, and working near this wall may require additional repairs.
This project was unanticipated and was not included in the City's Capital Improvement Program (CIP).
However, there are sufficient funds in the Gas Tax Fund (#206) to cover the construction costs. The
following tables summarize the funding sources and expenses associated with this project:
FUNDING SOURCE:
Project Funding Sources Allocation
Gas Tax Fund (#206) $210,000.00
Total Funding Available $210,000.00
EXPENSES:
Category
Amount
Notes
Remaining Expenses
Supplies and Services
$750.00
Estimated cost for document reproduction
Construction Contract
$157,314.00
Base bid contract amount
Construction Contingency (Approx. 20%)
$31,936.00
Construction Inspection
$20,000.00
Contract Inspector
Total Project Cost
$210,000.00
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 3
The project design was completed by Department of Public Works engineering staff at a cost of
approximately $50,000.00. Construction management and oversight will be performed by engineering
staff. These costs are not shown in the tables above.
OPTIONS:
1. Adopt the resolution awarding the contract to Ghilotti Construction Company, the lowest
responsive and responsible bid, in the amount of $157,314.00. If this option is chosen,
construction will commence as soon as possible.
2. Do not award the contract and direct staff to rebid the project. If this option is chosen, rebidding
will delay construction until the fall of 2015.
3. Do not award the contract and direct staff to stop working on this project. If this option is
chosen, the City will still be required to construct these ramps in the future as part of the DOJ
Settlement Agreement.
ACTION REQUIRED: Adopt resolution awarding a contract to Ghilotti Construction Company in the
amount of $157,314.00 and appropriating funds in the project.
Enclosures: Resolution
Agreement
RESOLUTION NO. 13918
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AWARDING A CONTRACT FOR THE SAN RAFAEL AVENUE CURB RAMPS
PROJECT, CITY PROJECT NO. 11250, TO GHILOTTI CONSTRUCTION COMPANY
IN THE AMOUNT OF $157,314.00.
WHEREAS, on the 23rd day of April, 2015, 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:
"San Rafael Avenue Curb Ramps Project"
City Project No. 11250
in accordance with the plans and specifications therefore on file in the office of said City Clerk;
and
WHEREAS, the bid of Ghilotti Construction Company 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 #206 to support this contract.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
RESOLVES as follows:
1. The bid of Ghilotti Construction Company is hereby accepted at said unit prices
and that the contract for said work and improvements is hereby awarded to
Ghilotti Construction Company at the unit prices mentioned in said bid.
2. The Acting Public Works Director and the City Clerk of said City are authorized
and directed to execute a contract with Ghilotti Construction Company 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. Funds totaling $210,000.00 will be appropriated in the Gas Tax Fund #206 for
City Project No. 11250.
4. The Acting 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 4`h day of May, 2015 by the following vote, to
wit:
AYES: COUNCILMEMBERS: Bushey, Colin, Gamblin, McCullough & Mayor Phillips
NOES: COUNCILMEMBERS: None
ABSENT: COUNCILMEMBERS: None
ESTHER C. BEIRNE, City Clerk
City of San Rafael ♦ California
Form of Contract Agreement
for
SAN RAFAEL AVENUE CURB RAMPS
City Proiect No. 11250
This Agreement is made and entered into this Ste+► day of _ MA�' 2015 by and between the City of San
Rafael (hereinafter called City) and Ghilotti Construction Company (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 plans and specifications for the project entitled San Rafael Avenue Curb
Ramps, City Project 11250, 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 required additional insured
coverage for City under Contractor's liability insurance policy shall be primary with respect to any insurance or
coverage maintained by City and shall not call upon City's insurance or self-insurance for any contribution.
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 shall be completed, including all punchlist work, within TWENTY (20) WORKING DAYS and with
such extensions of time as are provided for in the General Provisions.
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 $1,900 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 DESCRIPTION ESTIMATED UNIT UNIT PRICE TOTAL
QUANTITY PRICE
Signs and Traffic Control
(Includes Mobilization) 1 LS c $14,000 $14,000
-------------
Clearing and Grubbing I LS Cam $34,000 $34,000
Minor Concrete Minor Structures
a. Type A Curb and Gutter
160 LF ca)
$61 =
$9,760
b. Retaining Curb
55 LF @$40
$2,200
c. 4" PCC Sidewalk
610 SF a,
$16 =
$9,760
d. Curb Ramp Case F
3 EA (0i)
$3,300 =
$9,900
ITEM DESCRIPTION ESTIMATED UNIT UNIT PRICE TOTAL
QUANTITY PRICE
e. Curb Ramp Case G
1
EA
(r
$3,300
= $3,300
f. Type A Manhole
I
EA
P
$6,000
_ $6,000
g. Type E Catch Basin / Modifed Type E
4
EA
(a)
$4,500
- $18,000
h. ADA Truncated Domes **
36
SF
(a
$29
= $1,044
4. Hot Mix Asphalt
36
TON
(rr>
$200
_ $7,200
5. Storm Drain Pipe
80
LF
$185
_ $14,800
6. Rock Retaining Wall
110
SF
(r
$200
— $22,000
7. Chainlink Fence (Type CL -4)
20
LF
(al
$98
= $1,960
7. Sign and Striping
a. Reset Existing Sign on New Post
1 EA
fc"r
$245
$245
b. Reset Existing Sign on Fence
1 EAi1
$165
.......... _
$16,5
a. Pavement Markings
280 SF
ra,
$10
$2,800
......................................_.............
b. Paint Curb Red
90 LF
$2
$180
xx This bid item shall be a final pay item GRAND TOTAL BID $ 157,314.00
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.
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) Contractor shall provide a "Defective Material and Workmanship Bond" for 500/0 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 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: CITY OF SAN RAFAEL:
-,551k cR lnl
11 Esther C. Beirne Kevin MCGO iwn
City Clerk Acting Public Works Director
APPROVED AS TO FORM:
Robert F. Epstein
City Attorney
File No.: 16.01.278
GHILOTTI CONSTRUCTION COMPANY:
By:
Printed Name•
Title: V.-P.e�rt
Al FO / Gf aber6a
�r
0 Liberty
�Mutual.
SURETY
CONTRACT BOND - CALIFORNIA Executed in Triplicate
FAITHFUL PERFORMANCE -
PUBLIC WORK
KNOW ALL BY THESE PRESENTS, That Ghilotti Construction Company, Inc.
Bond #070020104
Initial premium charged for this bond is
$1,394.00 subject to
adjustment upon completion of contract
at applicable rate on final contract price.
of 246 Ghilotti Avenue Santa Rosa, CA 95407 w,. as Principal,
and the Liberty Mutual Insurance Company a corporation organized and existing
under the laws of the 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 Hundred Fifty-seven Thousand Three Hundred Fourteen Dollars And Zero Cents
_ Dollars ( $157,314.00 ),
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.
TME CONDITION OF TI IE FOREGOING OBLIGATION IS SUCI I, That WIIEREAS, the above -bounden Principal has entered into a
Contract, dated May 4 , 2015 , with the City of San Rafael
to do and perform the following work, to -wit:
San Rafael Avenue Curb Ramps, City Project No. 11250
NOW, THEREFORE, if the above -bounden Principal shall faithfully perform all the provisions of said Contract, then this obligation shaf.l
be void; otherwise to remain in full force and effect.
PROVIDED PURTI IER 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 11th day of May , 2015
Ghilotti Construction Company, Inc.
Principal
1NSUR
9
J Q'acaPcyC
Ale-
1912 n
r 3 �� 3
*°s��ada Liberty Mutual Insur ce Com y
e ;"
By �'"
Jana bjilgard, Attorney -in -Fact
INRIBRIENNE
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Placer )
On May 11, 2015
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.
WITNESS my hand and official seal.
Signature
(Seal)
KATHY 1:MqG1.:1
w
SURETY Executed in Triplicate
Bond #070020104
CONTRACT BOND - CALIFORNIA
Premium Included
PAYMENT BOND
KNOW ALL BY THESE PRESENTS, That we, Ghilotti Construction Company, Inc.
and the Liberty Mutual Insurance Company , a corporation organized and existing under the laws of the State of
Massachusetts and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto
Citv of San Rafael
, as Obligee,
in the sum of One Hundred Fifty-seven Thousand Three Hundred Fourteen Dollars And Zero Cents
Dollars ( $157,314.00 ),
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.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCII, That WHEREAS, the above -bounden Principal has entered into a
contract, dated 4th day of May 2015 , with the Obligee to do and perform the following
work, to -wit: San Rafael Avenue Curb Ramps, City Project No. 11250
NOW, THEREFORE, if the above -bounden Principal or his/her subcontractors fail to pay any of the persons named in Section 9100 of
the Civil Code of the State of California, or amounts due under the Unemployment Insurance Code with respect to work or labor
performed under the Contract. Surety will pay for the same, in an amount not exceeding the amount specified in this bond, and also, in
case suit is brought upon this bond, a reasonable attorney's fee, to be fixed by the court.
This bond shall inure to the benefit of any and all persons, companies or corporations entitled to file claims under Section 9100 of the
Civil Code of the State of California, so as to give a right of action to them or their assigns in any suit brought upon this bond.
Signed, sealed and dated this 11th day of May , 2015
No premium is charged for this bond. It is executed in
connection with a bond for the performance of the
contract.
-�iCw"A Lp. �� Ic i , l
1NsUR
�JP0C VLP 0l�rq�0
r 1912 o n Liberty Mutual Insurance Company
r s y3 \
cHUs �.d5 By
Jan B Pilgard, Attorney -in -Fact
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Placer )
On May 11, 2015
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.
WITNESS my hand and official seal.
Signature
(Seal)
r
a.a. KA1 -IY V:�A1�C�::1...
COMM # 2007083 —7-9'.NOTARY PUM...nC wCAauFORNrA
PLACER COUNTY
Corn, Exp. FEB. 11, 2017
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS 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. 6898435
American Fire and Casualty Company
The Ohio Casualty Insurance Company
Liberty Mutual Insurance Company
West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That American Fre & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of
the State of New Hampshire, that Uberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and WestAmerican Insurance Company
is a corporation dully 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 Rosevdle 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 beha'if 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 Compantles as of 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 stn day of March 2015
American Fire and Casualty Company
The Ohio Casualty Insurance Company
Liberty Mutual Insurance Company
lour6M1iz 1 wdu West merican Insurance Company
*"�y`5,. u:iiv.r„"
By: ,nyr
STATE OF PENNSYLVANIA ss David M. Care ; Assistant Secretary
COUNTY OF MONTGOMERY
On this 6th day of March , 2015 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and
Casualty Company, Liberty Mutua9 insurali:ce Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do,
execute the foregoing unstrument 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 notaria8 seal at Plymouth Meeting, Pennsylvania, on the day and year first above written.
PAs, OMMONWEA, OF PENNSYLVANIA
Q P S !! No tefla,l Seal
�Nw�,,,
Teresa PasteNla, Notary Public By:
OF Plymouth Twp., Montgomery County Teresa Pastella, Notary Public
q �Q My C ommi cion Expores March 28, 2017
NSyI.VP �U ...._...... _ .. .......arae.....
Memb r Puiny�aylvanfaAssuvrb,;yVujnofNotarias
4Ry P�
This Power ofAttorney 'S made and executed pursuant to and by authority of the Mowing By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance
Company, Liberty MutuaV Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV - OFFICERS - Section 12. Power of Attorney. 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 attorneys -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 obligations. Such attorneys -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 attorneys -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-in-
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.
I, Gregory W. Davenport, the undersigned, Ass"rstant Secretary, of American Fre and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and
West American Insurance Company do hereby certify that the originai 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 Companies this 11 th day of Ma
ILLLlJS "11,98T:1i! 2"20C3
20 15
By:i�/+%��
Gregory W. Davenport, Assistant Secretary
132 of 250
O
vCn
>'W
d
Lc- E
O CL
Q M
O�
3�
O E
LM
N O
s c
�• of
Oc
m
'O
�o
�co
N
w M
E O0
0o
F019
"e, We6S Vd
eY4 'fl
e1906 r
u
II �11 2 '�
� i�"���
'
v
rri
a
ri
r
ILLLlJS "11,98T:1i! 2"20C3
20 15
By:i�/+%��
Gregory W. Davenport, Assistant Secretary
132 of 250
O
vCn
>'W
d
Lc- E
O CL
Q M
O�
3�
O E
LM
N O
s c
�• of
Oc
m
'O
�o
�co
N
w M
E O0
0o
F019
ACORN0
�� CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDD/YYYY)
5/11/2015
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
CONTACT
NAValerie Porter -Browne
PH . 415-391-2141 F"X
ONE 415-989-9923
E-MAIL p
v orter-Browne/telwsandco.com
INSURERS AFFORDING COVERAGE NAIC #
/31/2015
INSURERA:OId Republic General Insurance Corp24139
EACH OCCURRENCE S2,000,000
INSURED GHILCON-01
INSURER 8 :
INSURER C:
Ghilotti Construction Company, Inc.
246 Ghilotti Avenue
Santa Rosa CA 95407
INSURER D:
GENERAL AGGREGATE S4,000,000
PRODUCTS-COMPIOPAGG $2,000,000
INSURER E:
INSURER F:
AUTOMOBILE
X
COVERAGES CERTIFICATE NUMBER: 1456525055 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
ADDLSUBRI
INSD
WVD
POLICY NUMBER
POLICY EFF
MMIDD/YYYY
POLICY EXP
MMIDDIYYYY
LIMITS
A
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE X „ OCCUR
Y
Al CG37541511
/31/2015
3/31/2016
EACH OCCURRENCE S2,000,000
PREM SES Ea occu RENTEante S100.DD0
MED EXP (Any one person) 55,000
PERSONAL & ADV INJURY $2,000,000
GENT AGGREGATE LIMIT APPLIES PER:
POLICY LXPRO
ECT LOC
OTHER:
GENERAL AGGREGATE S4,000,000
PRODUCTS-COMPIOPAGG $2,000,000
S
A
AUTOMOBILE
X
LIABILITY
ANY AUTO
AUTOS AWNED CHEDULED
OUTOS
NON -OWNED
HIRED AUTOS AUTOS
AlCA37541511
/31/2015
3/31/2016
ED 11111111
Ea accident 51,000,000
BODILY INJURY (Per person) S
BODILY INJURY (Per accident) S
PROPERTY DAMAGE S
Per accident
5
UMBRELLA LIAR
EXCESS LIAR
OCCUR
CLAIMS -MADE
EACH OCCURRENCE S
AGGREGATE S
DED I I RETENTIONS
S
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
ANY PROPWETORlPARTNERrEXECUTIVE❑
OFFICERWEMBER EXCLUDED?
(Mandatory in NH)
If yyes,. describe under
DESCRIPTUON OF OPERATIONS below
NIA
AlCW94681512
/2/2015
/2/2016
XPER OTH-
STATUTE ER
E.L. EACH ACCIDENT 51,000,000
E.L. DISEASE - EA EMPLOYE $1,000,000
E.L. DISEASE - POLICY LIMIT 51,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required)
City #11250, GCC Job #5627, San Rafael Avenue Curb Ramp,
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 San Rafael
See Attached...
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of San Rafael ACCORDANCE WITH THE POLICY PROVISIONS.
111 Morphew Street
San Rafael CA 94915 AUTHORIZED REPRESENTATIVE
©1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD
ACOR"
AGENCY CUSTOMER ID: GHILCON-01
LOC #:
ADDITIONAL REMARKS SCHEDULE
Page 1 of ..1._.. ._
AGENCY
Woodruff -Sawyer & Co.
NAMED INSURED
Ghilotti Construction Company, Inc.
246 Ghilotti Avenue
Santa Rosa CA 95407
POLICY NUMBER
CARRIER
NAIC CODE
EFFECTIVE DATE:
ADDITIONAL REMARKS
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE
;nue Curb Ramps, City project No 11250 between the City of San Rafael and Ghilotti Construction co, for the work & improvements
scribed 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
06 attached.
ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
POLICY NUMBER: Al CG3754.1 5 1 1
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( — Location(s) Of Covered Operations
AS REQUIRED BY WRITTEN CONTRACT
I
...... .._ ..... — -- -- - - — — --
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
A. Section II - 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 © Insurance Services Office, Inc., 2012 CG 20 10 0413
OLD REPUBLIC GENERAL INSURANCE CORPORATION
CHANGES ADDITIONAL INSURED PRIMARY WORDING SCHEDULE
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
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.
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
Policy Number
AICG37541511
Endorsement No.
Policy Period
3/31/15-3/31/16
Endorsement Effective Date:
Producer's Name:
Producer Number:
_3/30/15
AUTHORIZED REPRESENTATIVE DATE
CG EN GN 0029 09 06
POLICY NUMBER: Al CG37541511
COMMERCIAL GENERAL LIABILITY
CG 20 37 0413
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifes insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organizations) Location And Descri tion Of Com leted 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 shownabove, will be shown in the Declarations.
A. Section II — 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 work" 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 © Insurance Services Office, Inc., 2012 Page 1 of 1
10 ON 0 W ill ii11111 i -ad 10 W
TO: CITY OF SAN RAFAEL
111 MORPHEW STREET
SAN RAFAEL, CA 94915
ATTN: JEFF STUTSMAN
WE ARE SENDING YOU: Q ENCLOSED
THE FOLLOWING ITEMS:
Q CONTRACTS ❑ SOILS REPORT
❑ COPY OF LETTER ❑ PLANS
DATE: 5/13/15
JOB/PROJECT: SAN RAFAEL AVENUE
CURB RAMPS, CITY #11250 (GCC JOB
#5627)
❑ UNDER SEPARATE COVER VIA: ,,-FedEx.,,.,
❑ SPECIFICATIONS ❑ DBE SUBMITTALS
❑ SAMPLES ❑
COPIES f l DATE NUMBER_j DESCRIPTION
3 11250 SIGNED CONTRACTS
�.._........ .�
3 5/4/15 070020104 PERFORMANCE & PAYMENT BONDS
3 5/11/15 INSURANCE CERTIFICATES
THESE ARE TRANSMITTED as indicated below: l REMARKS:
❑
For your approval
Q
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
Thank you,
BY:
Admin
If enclosures are not as noted, kindly notify the above as soon as possible.
Engineering.
246 GHILOTTI AVENUE - SANTA ROSA, CA 95407707-585-0129
www.ghiloffi.com
fi_, CONHUCTORS
CONSTRUCTION
I
MM •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 2151 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 27`h day of August, 2012.
0
Stacy L. M 1
Secretary
Attachment A
MAYOR
CITY OF SAN RAFAEL Gary O. Phillips
Department of VICE MAYOR
Andrew Cuyugan McCullough couNclL
Public Works MariMEMBERS
beth Bushey
cl Kate Colin
John Gamblin
INSURANCE REQUIREMENTS SHEET
SUBJECT: COMMERCIAL GENERAL LIABILITY, AUTOMOBILE AND
WORKERS' COMPENSATION INSURANCE (MAJOR PUBLIC
WORKS CONTRACTS)
The City of San Rafael requires that all Contractors and Subcontractors performing work
under a Public Works contract with the City carry commercial general liability,
automobile, and workers' compensation insurance. The Contractor and Subcontractors
shall insure the City, its elective and appointive Boards, Commissions, Officers, Agents
and Employees, as follows:
Commercial General Liability:
Automobile Liability:
Workers' Compensation Liability:
Minimum of $1,000,000 per occurrence
and $2,000,000 aggregate coverage.
Minimum of $1,000,000 coverage.
Statutory coverage.
The required commercial general liability insurance policy shall provide or shall be
endorsed to provide that the City, its officers, employees, agents and volunteers are
additional named insureds under the policy, that such policy shall be primary and non-
contributory and will not seek contribution from the City's insurance or self-insurance.
The "primary and non-contributory" coverage shall be at least as broad as CG 20 01 04
13.
The limits of insurance required in this Agreement may be satisfied by a combination of
primary and umbrella or excess insurance. Any umbrella or excess insurance shall
contain or be endorsed to contain a provision that such coverage shall also apply on a
primary and non-contributory basis for the benefit of the City (if agreed to in a written
contractor or agreement) before City's own insurance or self-insurance shall be called
upon to protect it as a named insured.
The insurance policies shall be specifically endorsed to provide that the insurance carrier
shall not cancel, terminate, or otherwise modify the terms and conditions of said
insurance policies except upon ten (10) days written notice to the City.
It shall be a requirement under the contract that any available insurance proceeds
broader than or in excess of the specified minimum insurance coverage requirements
and/or limits shall be available to City or any other additional insured party. Furthermore,
Attachment A
the requirements for coverage and limits shall be: (1) the minimum coverage and limits
specified in the contract; or (2) the broader coverage and maximum limits of coverage of
any insurance policy or proceeds available to the named insured; whichever is greater.
Any deductibles or self-insured retentions in the required insurance policies must be
declared to and approved by the City, and shall not reduce the limits of liability. Policies
containing any self-insured retention (SIR) provision shall provide or be endorsed to
provide that the SIR may be satisfied by either the named insured or City or other
additional insured party. At City's option, the deductibles or self-insured retentions with
respect to City shall be reduced or eliminated to City's satisfaction or Contractor or
subcontractor shall procure a bond guaranteeing payment of losses and related
investigations, claims administration, attorney's fees, and defense expenses.
Contractor and subcontractors shall provide to the City all of the following: (1)
Certificates of Insurance evidencing the required insurance coverage, (2) a copy of the
policy declaration page and/or endorsement page listing all policy endorsements for the
commercial general liability policy, and (3) excerpts of policy language or specific
endorsements evidencing the other insurance requirements set forth in this Agreement.
City reserves the right to obtain a full certified copy of any insurance policy and
endorsements from Contractor and subcontractors. Failure to exercise this right shall not
constitute a waiver of the right to exercise it later. The insurance shall be approved as to
form and sufficiency by City.
The insurance policies shall provide for a retroactive date of placement coinciding with
the effective date of this contract.
The insurance policies shall include, in their text or by endorsement, coverage for
contractual liability and personal injury.
If the insurance is written on a Claims Made Form, then, following termination of the
contract, said insurance coverage shall survive for a period of not less than five years.
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
1
City Attorney
Review, revise, and comment on draft
agreement.
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;
.a ,
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
�) �I 1 S
contracting department.
To be completed by Contracting Department:
Project Manager:./,, G d �:�.. Project Name:�������: d ;,.,�� �.�.�..i�°�'"a��''�
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
ROUTING SLIP / APPROVAL FORM
INSTRUCTIONS: USE THIS FORM WITH EACH SUBMITTAL OF A CONTRACT, AGREEMENT,
ORDINANCE OR RESOLUTION BEFORE APPROVAL BY COUNCIL / AGENCY.
SRRA / SRCC AGENDA ITEM NO.,,��"
DATE OF MEETING: May 4, 2015
FROM: Leslie Blomquist
DEPARTMENT: Public Works
DATE: April 23, 2015
TITLE OF DOCUMENT:
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT
FOR THE SAN RAFAEL AVENUE CURB RAMPS PROJECT, CITY PROJECT NO. 11250, TO GHILOTTI
CONSTRUCTION COMPANY IN THE AMOUNT OF $157,314.00.
!L.,- ria '.
Department Head (signature)
*** *** *** *** *** *** *** *** *** *** *** *** *** *** *** ***
(LOWER HALF OF FORM FOR APPROVALS ONLY)
APPROVED AS COUNCIL / AGENCY
AGENDA ITEM:
" l Gnu- co(llil�u
City Manager signature)
NOT APPROVED
REMARKS:
APPROVED AS TO FORM:
- L 0 24L, , �, rzf:iE-
City Attorney (signature)
File No.: 16.01.278