Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW St. Resurfacing 2014-15 ProjectCITY OF
Agenda Item No: 3 • g
Meeting Date: August 3, 2015
SAN RAFAEL CITY COUNCIL AGENDA REPORT
Department: Public Works
Prepared by: &C,, /nom City Manager Approval:
Acting Director of Public Works
File No.: 16.06.83
TOPIC: AWARD A CONTRACT FOR THE STREET RESURFACING 2014-2015 PROJECT,
CITY PROJECT NO. 11248.
SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AWARDING A CONTRACT FOR THE STREET RESURFACING 2014-2015
PROJECT, CITY PROJECT NO. 11248, TO GHILOTTI BROTHERS, INC. IN THE
AMOUNT OF $1,183,000.00.
RECOMMENDATION: Staff recommends that the City Council adopt the resolution awarding the
construction contract to Ghilotti Brothers, Inc. in the amount of $1,183,000.00.
BACKGROUND: Resurfacing of City streets is a vital program that improves a portion of the City's 175
miles of roadways each year. Experience has shown that resurfacing projects offer significant benefits,
among them reduced maintenance costs and increased property values.
The Department of Public Works utilizes the Pavement Condition Index (PCI) to identify streets in need
of resurfacing and then conducts a field investigation to further analyze data. Available funding dictates
the scope of the resurfacing project.
The proposed project includes surface treatments of micro seal or pavement overlay, which are based on
the Engineering Division analysis of the roads initially identified by the PCI process. This year staff
recommends resurfacing 6.0 miles of roadways, on the following thirty-eight local streets:
Roadway Sem
Surface Treatment
1. Alasdair Court
between
Esmeyer Drive
and
End
Micro Surface
2. Amalfi Place
between
Canal Street
and
End
AC Overlay
3. Anchorage Court
between
Devon Drive
and
End
Micro Surface
4. Bolanos Drive
between
Serra Way
and
End
AC Overlay
5. Cabrillo Court
between
Duran Drive
and
End
AC Overlay
6. Calafia Court
between
Serra Way
and
End
Micro Surface
7. Canal Street
between
Kerner Boulevard
and
Bahia Way
AC Overlay
8. Capri Court
between
Canal Street
and
End
AC Overlay
FOR CITY CLERK ONLY:
File No.: 4-1-669
Council Meeting: 08/03/2015
Disposition: Resolution 13982
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2
Roadway Segment
9.
Corte Pacheco
10.
Deer Park Avenue
11.
Deer Park Avenue
12.
Devon Drive
13.
Dianne Way
14.
Dias Way
15.
Diego Drive
16.
Duran Drive
17.
Edgewood Way
18.
Embarcadero Way
19.
Fairhills Drive
20.
Galleon Way
21.
Gold Hill Grade
22.
Highland Avenue
23.
Highland Avenue
24.
Malone Lane
25.
Oakmont Avenue
26.
Patricia Way
27.
Patricia Way
28.
Pepper Way
29.
Rustic Way
30.
Sao Augustine Way
31.
Serra Way
32a.
Tarragon Drive
32b.
Tarragon Drive
33.
Terra Linda Drive
34.
Vallejo Way
35.
Wakerobin Lane
36.
Wildwood Way
37.
Wisteria Way
38.
Woodbine Drive
Surface Treatment
between
Nova Albion Way
and
End
AC Overlay
between
Highland Avenue
and
Sea View Avenue
Micro Surface
between
Highland Avenue
and
Locust Avenue
AC Overlay
between
Esmeyer Drive
and
Golden Hinde Blvd
Micro Surface
between
La Loma Court
and
End
AC Overlay
between
Devon Drive
and
End
Micro Surface
between
Duran Drive
and
End
AC Overlay
between
Del Ganado Road
and
Patricia Way
Micro Surface
between
Fairhills Drive
and
End
Micro Surface
between
Third Street
and
Mission Avenue
AC Overlay
between
Oakmont Avenue
and
End
Micro Surface
between
De La Guerra Rd.
and
Vallejo Way
AC Overlay
between
Locust Avenue
and
East End
AC Overlay
between
Jewell Street
and
Deer Park Avenue
Micro Surface
between
Deer Park Avenue
and
Deer Park Avenue
Micro Surface
between
Devon Drive
and
End
Micro Surface
between
Fairhills Drive
and
End
Micro Surface
between
Las Collindas
and
East End
AC Overlay
between
West End
and
Las Collindas
Micro Surface
between
Fairhills Drive
and
End
Micro Surface
between
Fairhills Drive
and
End
Micro Surface
between
Nova Albion Way
and
End
Micro Surface
between
Del Ganado Road
and
Montecillo Road
Micro Surface
between
600 Tarragon Dr
and
Tamarack Drive
AC Overlay
between
Montecillo Road
and
600 Tarragon Drive
Micro Surface
between
Esmeyer Drive
and
End
AC Overlay
between
Duran Drive
and
End
AC Overlay
between
Woodbine Drive
and
Whitewood Drive
AC Overlay
between
Oakmont Avenue
and
End
Micro Surface
between
Wakerobin Lane
and
Whitewood Drive
AC Overlay
between
Las Raposas Rd.
and
Whitewood Drive
AC Overlay
Applicable Americans with Disabilities Act (ADA) law requires that state and local governments ensure
that persons with disabilities have access to the pedestrian routes in the public right-of-way. Under ADA
law, when a street, roadway or highway is altered, curb ramps must be provided where pedestrian
walkways intersect the altered street. A roadway alteration includes, but is not limited to, the addition of
a new layer of asphalt or micro -surfacing.
The Public Works Department has identified locations where eighteen new curb ramps could be installed
based on a strict interpretation of the ADA. However, many of these ramps are located on steep hillsides
and installing accessible ramps in these areas would exacerbate the steep areas of the sidewalk and
essentially make the area more dangerous than the current condition. As pedestrian safety is paramount,
Public Works, in conjunction with the City Attorney's office, recommends foregoing curb ramp
installation at six of the originally identified eighteen locations, because doing so will make the ramps
themselves a potential hazard. This project will therefore focus on the construction of the twelve
remaining ADA compliant curb ramps and storm drainage improvements.
In addition, 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
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 3
intersection to provide access for pedestrians. In 2004, Public Works identified a backlog of 797 curb
ramps. Of the twelve ADA curb ramp locations proposed for this project, six are specifically included in
the backlog of 797 ramps required by the DOJ Settlement Agreement.
A study of the project area was conducted to ensure that the most reasonable facilities for all modes of
travel were included in the project design. The study was completed July 17, 2015. The Street
Resurfacing 2014/2015 project has been determined to have no significant effect on the environment and
is therefore categorically exempt from environmental documents. The Notice of Exemption was filed at
the Marin County Clerk's Office on July 1, 2015.
The project was advertised in accordance with San Rafael's Municipal Code on June 29, 2015, and sealed
bids were publicly opened and read aloud on July 22, 2015 at 10:30 AM. The engineer's estimate was
$1,365,000. Contractors submitted the following bids:
NAME OF BIDDER
AMOUNT
Ghilotti Brothers, Inc.
$1,183,000.00
Ghilotti Construction Company
$1,383,022.00
Team Ghilotti, Inc.
$1,353,531.00
PUBLIC OUTREACH: In December 2014, upon analysis and development of a draft list of roadways
to be resurfaced, staff contacted all utility companies notifying them of the project. The original
resurfacing list was refined in order to accommodate utilities performing work on roads to be resurfaced.
This coordination and outreach effort will minimize the need for repairs within the limits of the newly
resurfaced roadways following project completion.
In March 2015, letters were sent to the fronting property owners and residents of each of the roadways
proposed for resurfacing notifying them of the upcoming project. The letter also provided a link to the
project website and suggested that the property owners evaluate the condition of their sewer laterals and
to make any necessary repairs prior to the resurfacing of the road. The purpose of this coordination effort
is to minimize sewer repairs within the roadway after resurfacing is complete, as well as to minimize the
cost of the repairs for property owners. In response to the City's letter, 62 property owners repaired their
sewer laterals, thereby reducing potential street cuts in the roadway.
ANALYSIS: The referenced bids have been reviewed by Public Works staff and found to be both
responsive and responsible. The low bid from Ghilotti Brothers., Inc. in the amount of
$1,183,000.00 falls within the allocated project budget.
FISCAL IMPACT: To date, $32,087.05 has been charged to this project for document reproduction,
public outreach notification, topographic surveying, and recordation of the environmental document. The
remaining project expenditures include construction by Ghilotti Brothers, Inc., a recommended
contingency of approximately 11%, and consultant provided construction inspection services,
bringing the total project budget to $1,370,000.00.
This project combines the Street Resurfacing 2014-2015 and the Street Resurfacing 2014-2015 Curb
Ramp projects which are listed in the FY 14/15 Capital Improvement Program (CIP) document. Bidding
the work as one complete project reduces the staff time to manage the project. In addition, the total
construction impact time to residents is reduced.
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 4
The following tables summarize funding sources and expenses:
FUNDING SOURCES
Pro'ect Funding Sources
Allocation
Notes
Gas Tax Fund (Fund #206)
$1,500,000
Listed in 2014/2015 CIP as "Street
Resurfacing 2014-2015"
Gas Tax Fund (Fund #206)
$150,000
Listed in 2014/2015 CIP as "Street
Resurfacing Curb Ramps 2014-2015"
Total Available Funds
$1,650,000
Base Bid Contract Amount
EXPENSES
Category
Amount
Notes
Already Charged Expenses Subtotal
$32,087.05
Document reproduction, public
outreach notifications, environmental
document and topographic survey
Remaining Expenses
Construction Contract
$1,183,000.00
Base Bid Contract Amount
Supplies and Services
$20,000.00
Materials Testing and Sampling
(anticipated)
Construction Contingency
$133,785.00
Contingency (approx. 11%)
Construction Inspection Services
$75,000.00
Consultant provided
Anticipated Reimbursements
-$41,785.00
From various utility com anies
Total Project Cost
$1,370,000.00
We anticipated that the remaining $280,000 ($1,650,000-$1,370,000=$280,000) will be utilized to
resurface additional streets in spring 2016. The streets to be resurfaced with this current allocation will
include only those roadways for which utility work is presently needed.
OPTIONS:
1. Adopt the resolution awarding the contract to Ghilotti Brothers, Inc., the lowest responsive and
responsible bidder, in the amount of $1,183,000.00. 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 summer 2016.
3. Do not award the contract and direct staff to stop work on the project.
ACTION REQUIRED: Adopt the resolution awarding the construction contract to Ghilotti Brothers,
Inc. in the amount of $1,183,000.00.
Enclosures: Resolution
Agreement
RESOLUTION NO. 13982
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AWARDING A CONTRACT FOR THE STREET RESURFACING 2014-2015 PROJECT,
CITY PROJECT NO. 11248, TO GHILOTTI BROTHERS., INC. IN THE AMOUNT OF
$1,183,000.00
WHEREAS, on the 22nd day of July, 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:
"Street Resurfacing 2014-2015"
City Project No. 11248
In accordance with the plans and specifications on file in the office of said City Clerk; and
WHEREAS, the bid of Ghilotti Brothers, 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
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
RESOLVES as follows:
1. The bid of Ghilotti Brothers, Inc. is hereby accepted at said unit prices and that the
contract for said work and improvements is hereby awarded to Ghilotti Brothers,
Inc. 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 Brothers, 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. Funds totaling $ 1,370,000.00 will be appropriated from Gas Tax for City Project
No. 11248
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 the Monday, the 3rd day of August, 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
File No.: 16.06.83
City of San Rafael ♦ California
Form of Contract Agreement
for
Street Resurfacing 2014/ 2015
City Proiect No, 11248
This Agreement is made and entered into this day of ..._ fl ";%�L
� .. , 2015 by and between the City of San
Rafael (hereinafter called City) and Ghilotti Bros., Inc. (hereinaer 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: Street Resurfacing
2014/2015, City Project No. 11248, 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 FIFTY (50) 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
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
1. Mobilization (Not to exceed 3% of Bid)
1
LS
@
$35,000.60
= $35,000.60
2. Signs and Traffic Control
1
LS
@
$105,725.0
$105,725.00
3. Clearing and Grubbing
1
LS
@
$50,000.00
$50,000.00
4. Minor Concrete — Minor Structures
a. Type A Curb and Gutter
425
LF
@
$35.00
= $14,875.00
b. Four Inch Thick PCC Sidewalk"
593
SF
@
$17.00
= $10,081.00
c. Case `C' Curb Ramp
12
EA
@
$2,500.00
= $30,000.00
d. Type D Catch Basin
I
EA
@
$3,500.00
= $3,500.00
Sd -
s,,
0 L(1k
ITEM
DESCRIPTION
ESTINIATED
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
e. Modified Type D Catch Basin
I
EA
@
$3,500.00
$3,500.00
f. Modified Type B Manhole
2
EA
@
$4,500.00
$9,000.00
g. 6" PCC Valley Gutter**
356
SF
@
$31.00
$11,036.00
5.
Storm Drain Pipe
14
LF
@
$350.00
$4,900.00
6.
Full Width Grinding**
80,166
SF
@
$0.40
$32,066.40
7.
Cold Planing
a. 6' Edge Grind
15,515
LF
@
$1.80
$27,927.00
b. 15' Conform Grind
805
LF
@
$13.00
$10,465.00
8.
Hot Mix Asphalt
a. Full Depth Asphalt Concrete Pavement
69
TON
@
$320.00
$22,080.00
b. Deep Lift Patching
138
TON
@
$370.00 m
$51.,060.00
c. Asphalt Concrete Overlay
5,615
TON
@
$109.00
$612.035.00
9.
Mirco-Surfacing* *
50,346
SY
@
$2.00 -
$100,692.00
10.
Adjust Existing Facility to Grade
a. Adjust Manhole Castings to Grade
47
EA
@
$600.00
$28,200.00
b. Adjust Water Valve Cover to Grade
37
EA
@
$65.00
$2,405.00
c. Adjust Gas Valve Cover to Grade
1
EA
@
$500.00 -
$500.00
d. Adjust Monument to Grade
11
EA
@
$500.00
$5,500.00
e. Adjust Rodhole to Grade
9
EA
@
$500.00
$4,500.00
f. Adjust PG&E Vault to Grade
1
EA
@
$700.00
$700.00
g. Adjust Cable TV Box to Grade
1
EA
@
$400.00
$400.00
11.
Traffic Stripes and Pavement Markings
a. Install Detail 22 Striping
130
LF
@
$2.00 mm
$260.00
b. Pavement Markings
1,648
SF
@
$4.00
$6,592.00
"Final Pay Item
GRAND
TOTAL BID $
1.183.000.00
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 50% of the Contract Price, before
the final payment will be made.
(d) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than
those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after
final payment; (3) requirements of the specifications; or (4) manufacturers' guarantees. It shall also constitute
a waiver of all claims by the Contractor, except those previously made and still unsettled.
(e) If after the work has been substantially completed, full completion thereof is materially delayed through no
fault of the Contractor, and the Engineer so certifies, the City shall, upon certificate of the 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:
Robert F. Epstein
City Attorney
File No.: 16.06.83
CITY OF SAN RAFAEL:
Kevin McGowan
Acting Public Works Director
GILOTTI BROS., INC.:
d 4y
Printed Name:
Title: Thomas G. Barr, P.E.
Vice President
I General Engineering Contractors — Excavating, Paving, Grading, Concrete
525 Jacoby Street • San Rafael, CA 94901 • State Contractors License # 132128
GptATRACTo,eS
'-Ince 191d•
Transmittal
Attn: Stephanie Project: Street Resurfacing 2014-2015
To: City Of San Rafael
111 Morphew Street
San Rafael, CA GBI Job No.: 15415
Date: 8/19/2015
Attached please find:
X Contract - Signature
X Contract Bonds
X Certificate of Insurance
Executed Purchase Order
Plans/Drawings
Specifications
Other - See Description Below
Copies
Date
Pages
Description of Attached
3
Master Construction Agreement
2
Payment and Performance Bond
1
Certificate of Insurance
The attached are transmitted as indicated below:
For Your Approval
For Your Review and Comment
X For Your Signature & Return
X For Your Records
X For Your Information
Remarks:
Respectfully,
Tori JCawkins
Returned as Requested
Returned, Signed as Requested
Tori Hawkins, Contract Administrator Phone: 415-256-2239
E-mail: torih@ghilottibros.com
i
/ Ghilotti Bros., Inc.
ER 100 YEgR 525 JACOBY STREET • SAN RAFAEL, CA 94901
OV S P 415.454.7011 • F 415.454.8376
STATE CONTRACTORS LICENSE # 132128
CORPORATE RESOLUTION
I, Michael M. Ghilotti, President/Treasurer of Ghilotti Bros., Inc., a corporation organized under
the laws of the State of California, do hereby certify that the following resolution is a full, true and
correct copy of a resolution of the Board of Directors of said corporation, duly and regularly
adopted by the Board of Directors in conformance with applicable law and by-laws of said
corporation on the 3`d day of June 2015.
RESOLVED, that Thomas G. Barr is hereby authorized to sign all bid and contract documents for
Ghilotti Bros., Inc.
IN WITNESS WHEREOF, we the Board of Directors set forth our names and affix the seal of said corporation,
this 3`d day of June, 2015.
Michael M. Ghilotti
President/Treasurer
� V,
Dante W. Ghilotti
CEO/Secretary
Bond Executed in Duplicate
FAITHFUL PERFORMANCE BOND Bond No 09191818
PUBLIC WORK
(The premium charged on this bond is $ 6,869.00 , being at
the rate of % First $100,000 @ $7.94 per thousand of the contract price)
Next $400,000 @ 6.00 per thousand; Next $683,000 @ 5.38 per thousand
KNOW ALL MEN BY THESE PRESENTS:
THAT, WHEREAS the p City of San Rafael
State of California, entered into a contract dated August 3rd 2015 with
Ghilotti Bros., Inc.
hereinafter designated as the "Principal,"
for the work described as follows: Street Resurfacing 2014-2015, Project No. 11248
; and
WHEREAS, the said Principal is required under the terms of said contract to furnish a bond for the faithful
performance of said contract.
NOW, THEREFORE, We, the Principal, and Fidelity and Deposit Company of Maryland a
corporation organized and existing under the laws of the State of Maryland , and duly authorized to transact
business under the laws of the State of California, as Surety, are held and firmly bound unto
City of San Rafael in the penal sum of
One Million One Hundred Eighty Three Thousand & 00/100 --- Dollars ($ 1,183,000.00 ),
lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our
heirs, executors, administrators, and successors, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, That, if the above bounden Principal, his or its heirs,
executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and
perform the covenants, conditions and agreements in the said contract and any alteration thereof made as therein
provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all
respects according, to their true intent and meaning, and shall indemnify and save harmless the
City of San Rafael its officers and agents, as therein stipulated, then this obligation
shall become null and void; otherwise it shall be and remain in full force and virtue.
And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration
or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying
the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the contract or to the work or to the specifications.
IN WITNESS WHEREOF, We have hereunto set our hands and seals this 3rd day of August , 2015
PRF71001 CA0201 f
Ghilotti Bros., Inc.
Principal
By G
Michael M. Ghilotti, President/Treasurer
Fidelity
yand Deposit Company of Maryland
By vL['L C !�'_'
Kelly Hol emarm Attorncy-in-Fact
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE
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 Marin
On August 13. 2015 before me,
Date
personally appeared
Renee Powers, Notary Public
Here Insert Name and Title of the Officer
Michael M. Ghilotti
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/#ger/th& authorized capacity(ies), and that by his/tte4their signature(s) on the instrument the person(s),
or the entity upon behalf of which the person(s) acted, executed the instrument.
dRENEE POWERS d
W �.y COMM. #2119041 z
0 �' w Notary Public - California o
Z . Marin County m
M Comm. Expires AdX 11, 2019
Place Notary Seal Above
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNES hand and I seal.
Signature
Signature of Notary Public
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document. w
Description of Attached Document
Title or Type of Document:
Number of Pages: Signer(s) Other Than Named
Capacity(ies) Claimed by Signer(s)
Signer's Name:
Corporate Officer — Title(s):
U Partner — 0 Limited I -:I Gener
IIndividual Attorney act
I Trustee I I w df" ian or Conservator
IOther:
Signer.Representing:
Signer's Name:
0 Corporate Officer — Title(s):
Partner — Limited 0 General
Individual LJ Attorney in Fact
Trustee [I Guardian or Conservator
J Other: ...-.mm
Signer Is Representing:
©2014 National Notary Association • www.NationaiNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189
°.c,:cz:c,4r,�rcc�rcc;�r�c6.r.�r�r,�rcr�c,,�r�rcr.�s�,er.�rrd:car�r�:r.�r,,rr�r�.�c�r,;s�:c�r•�cc�r,�rs,�
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 „ _ Marin
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/#" executed the same in
hWher/their authorized capacity(ies), and that by his/her/theif signature(s) on the instrument the person(s),
or the entity upon behalf of which the person(s) acted, executed the instrument.
,-J. DELUCA
S
oCOMM.#1993570 >ijNOTARYPUB!IC CALIFORNIA<MARIN COUNTYy Cann. Expires October 24, 201G,
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
Signature of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: Document
Number of Pages: , Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:..........
LJ Corporate Officer — Title(s): ___,a,.,
1"J Partner — Limited 1':1 General
F1 Individual C:::I Attorne act
1 Trustee I Tan or Conservator
0 Other:..
Signer I presenting,-
02014
resenting:
©2014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907
Bond Executed in Duplicate
PAYMENT BOND
PUBLIC WORK
Section 3247-3252 inclusive, Civil code)
(Premium included in Faithful Performance Bond)
KNOW ALL MEN BY THESE PRESENT:
That, Whereas
City of San Rafael
has awarded to
Ghilotti Bros., Inc.
Bond No.
Premium:
09191818
Included
as Principal, a contract for the work described as follows: Street Resurfacing 2014-2015, Project No. 11248
AND WHEREAS, said Principal is required ad to furnish a bond in connection with said contract, to secure the
payment of claims of laborers, mechanics, materialmen, and other persons as provided by law:
NOW, THEREFORE, We the undersigned Principal and Surety are held and firmly bound unto the
City of San Rafael
in the amount required by law, the sum of
One Million One Hundred Eighty Three Thousand & 00/100 ---
Dollars ($ 1,183,000.00 ) for which payment well and truly be made we bind ourselves, our heirs,
executors and administrators, successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, That if said Principal, his or its heirs, executors,
administrators, successors or assigns, or subcontractors, shall fail to pay any of the persons named in Civil Code
Section 3181, or amounts due under the Unemployment's Insurance Act with respect to work or labor performed
by any such claimant, or for any amounts required to be deducted, withheld, and paid over the Employment
Development Department from the wages of employees of the principals and his subcontractors pursuant to
section 13020 of the Unemployment Insurance Code, with respect to such work and labor, that the Surety or
Sureties herein will pay for the same in the amount not exceeding the sum specified in this bond, otherwise the
above obligation shall be void. In case suit is brought upon this bond, the said surety will pay a reasonable
attorney's fee to be fixed by the court.
P'AY71001 CA0202f
In witness Whereof, We have hereunto set our hand and seals this 3rd
day of August 2015
Ghilotti Bros., Inc.
Principal
By:
Michael M. Ghilotti, President Treasurer
Fidelity and Deposit Company of Maryland
By:�wG�
Kelly Holte Cann Attorney -In -Pact
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
CIVIL CODE § 1189
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 Marin )
On August 13, 2015 before me,
Date
Renee Powers. Notary Public
Here Insert Name and Title of the Officer
personally appeared Michael M. Ghilotti
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by hisAiw/th& signature(s) on the instrument the person(s),
or the entity upon behalf of which the person(s) acted, executed the instrument.
RENEE POWERS
COMM. #2119041 z
o Notary Public - California o
I.
Z �'.. Marin County Ln
My
Comm. Ex ires JuIX 11,_2019
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
WITNESS hand and o ' ' seal.
Ir
Signature
Signature of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Number of Pages: _
Signer(s) Other Than Named
Capacity(ies) Claimed by Signer(s)
Signer's Name:
I I Corporate Officer — Title(s):
LJ Partner — I 1 Limited I mm Gperat
El Individual I I Ajpm6yin Fact
Trusteeuardian or Conservator
I 1 Other:
Representing:
Signer's Name:
Corporate Officer — Title(s):
Partner — Limited I I General
0 Individual 1 :1 Attorney in Fact
I::I Trustee I.:.] Guardian or Conservator
I Other:
Signer Is Representing:
©2014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189
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 Califomia
County of Marin
who proved to me on the basis of satisfactory evidence to be the person(&) whose name(s) is/ar�
subscribed to the within instrument and acknowledged to me that he/she/t+yey executed the same in
his/her/their authorized capacity(ies), and that by his/her/#ieif 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 fficial seal.
Signature
Signature of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: ... _ Document
Number of Pages: Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: ,_,_„
1...,.1 Corporate Officer — Title(s): .
L� Partner — l I Limited F1 General
0 Individual El Attorne ' act
..... Trustee tan or Conservator
Other:
SignerI presenting:
©2014 National Notary Association • www.NationaiNotary.org - 1 -800 -US NOTARY (1-800-876-6827) Item #5907
J. DI LUCA
>
0
Comm #1993570
J
u NO rARY PUBLIC -CALIFORNIA
0
k
MARW COUNTY
b "
Icy Comm. mrm. Expires Octabet 24, 20161
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 fficial seal.
Signature
Signature of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: ... _ Document
Number of Pages: Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: ,_,_„
1...,.1 Corporate Officer — Title(s): .
L� Partner — l I Limited F1 General
0 Individual El Attorne ' act
..... Trustee tan or Conservator
Other:
SignerI presenting:
©2014 National Notary Association • www.NationaiNotary.org - 1 -800 -US NOTARY (1-800-876-6827) Item #5907
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New
York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY
AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by
THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said
Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby
nominate, constitute, and appoint Kelly HOLTEMANN and Joan DELUCA, both of San Francisco, California, EACH its true and
lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all
bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said
Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected
officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected
officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper
persons.
The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of
the By -Laws of said Companies, and is now in force.
IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said
ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 14th day of May, A.D. 2012.
ATTEST:
4,-, '2), 41�11�
Secr•etar v
Eric D. Barnes
ZURICH AMERICAN INSURANCE COMPANY
COLONIAL AMERICAN CASUALTY AND SURETY COMPANY
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
��/ wo ocror, •`Gr,��tns�gya
,;SAL ` 55TT
i
Sol.
AO
~...Iu.....••.
—�Z wo 4✓
Vice President
Thomas O. McClellan
State of Maryland
County of Baltimore
On this 14th day of May, A.D. 2012, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O.
MCCLELLAN, Vice President, and ERIC D. BARNES, Secretary, of the Companies, to me personally known to be the individuals and officers described
in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the
said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said
Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said
Corporations.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written
Maria D. Adamski, Notary Public
My Commission Expires: July 8, 2015
POA -F 016-0949H
ACOR 7 a
CC CERTIFICATE OF LIABILITY INSURANCE
DATE(MMIDD/YYYY)
8/12/2015
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(les) 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
CONTANAME: CT Valerie Porter -Browne
PHONE 415-391-2141 FAX 415-989-9923
E-MAIL v orter-Browne wsandco.com
p
INSURERS AFFORDING COVERAGE NAIC #
COMMERCIAL GENERAL LIABILITY
INSURER A: Hartford Fire Insurance Company 19682
INSURED GHILBRO-01
INSURERB:TWIn City Fire Insurance Company 29459
Ghilotti Bros, Inc.
525 Jacoby Street
San Rafael CA 94901
INSURER C :
INSURER D:
CLAIMS -MADE X OCCUR
INSURER E:
INSURER F:
COVERAGES CERTIFICATE NIIMRER- 1849564671
RFVISION NIIMRFR-
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.
_LTR
TYPE OF INSURANCE
INSD
POLICY NUMBER
MMIDDY/YYW
-POLICY
DDIYYXYY
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
Y
57UENQT9730
10/1/2014
10/1/2015
EACH OCCURRENCE
52,000,000
CLAIMS -MADE X OCCUR
DAMAGES ( RENTED
PREMISES Ea occurrence
$300,000
X
MED EXP (Any one erson)
$10,000
BI/PD DED:
x,10,000
PERSONAL & ADV INJURY
52,000,000
GENERAL AGGREGATE
$4,000,000
GEN'L
AGGREGATE LIMITAPPLIESPER:
POLICY U JET LOC
PRODUCTS - COMP/OP AGG
$4,000,000
$
OTHER:
A
AUTOMOBILE
LIABILITY
Y
57UENQT9729 10/1/2014
10/1/2015
Eaaccident I
$1,000,000
BODILY INJURY (Per person)
$
X
ANY AUTO
ALL OWNED SCHEDULED
AUTOS
BODILY INJURY (Per accident)
$
XIXHIRED
IXAUTOS
NON -OWNED
AUTOS X
PROPERTY DAMAGE
Per acc dent
$
Comp: $1,000 DED
$Coll: $1,000 DED
Phy. Damage- Hired Auto
UMBRELLA LAB
OCCUR
Id
EACH OCCURRENCE
$
AGGREGATE
$
EXCESS LIAB
CLAIMS -MADE
DED RETENTION S
$
B
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
57VVEQT9728
10/1/2014
10/1/2015
X PERTl1TE ETH
STA
ANY PROPRIETOR/PARTNER/EXECUTIVE
E.L. EACH ACCIDENT
$1,000,000
OFFICER/MEMBER EXCLUDED?
NIA
E.L. DISEASE - EA EMPLOYE
$1,000,000
(Mandatory In NH)
If
I DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT
$1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required)
GBI Job #15415; Street Resurfacing. City of San Rafael, its officers, employees, agents and volunteers are named additional insured on GL
and Auto coverage per endorsements HG 00 01 06 05 10 and HA 99 16 03 12 attached. Coverage is primary and non-contributory per
endorsement HIS 00 01 06 05 14 attached.
Policies contain a 30 day notice of cancellation and a 10 day notice of cancellation for non-payment of premium.
Lya:an
City of San Rafael, its officers,
employees, agents and volunteers
111 Morphew Street
San Rafael CA 94915
►c».ren�c�r�a��za��za�"��arr�riu�a
ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD
Named Insured: Ghilotti Bros., Inc.
Policy No. 57UENQT9730
have all your rights and duties under this Coverage
Part.
e. Unnamed Subsidiary
Any subsidiary, and subsidiary thereof, of yours
which is a legally incorporated entity of which you
own a financial interest of more than 50% of the
voting stock on the effective date of the Coverage
Part.
The insurance afforded herein for any subsidiary
not named in this Coverage Part as a named
insured,does not apply to injury or damage with
respect to which an insured under this Coverage
Part is also an insured under another policy or
would be an insured under such policy but for its
termination or the exhaustion of its limits of
insurance.
3. Newly Acquired or Formed Organization
Any organization you newly acquire or form, other than
a partnership, joint venture or limited liability company,
and over which you maintain financial interest of more
than 50% of the voting stock, will qualify as a Named
Insured if there is no other similar insurance available
to that organization. However:
a. Coverage under this provision is afforded only until
the 180th day after you acquire or form the
organization or the end of the policy period,
whichever is earlier;
b. Coverage A does not apply to "bodily injury" or
"property damage" that occurred before you
acquired or formed the organization; and
c. Coverage B does not apply to "personal and
advertising injury" arising out of an offense
committed before you acquired or formed the
organization.
4. Mobile Equipment
With respect to "mobile equipment" registered in your
name under any motor vehicle registration law, any
person is an insured while driving such equipment
along a public highway with your permission. Any other
person or organization responsible for the conduct of
such person is also an insured, but only with respect to
liability arising out of the operation of the equipment,
and only if no other insurance of any kind is available
to that person or organization for this liability. However,
no person or organization is an insured with respect to:
a. "Bodily injury" to a co -"employee" of the person
driving the equipment; or
b. "Property damage" to property owned by, rented to,
in the charge of or occupied by you or the employer
of any person who is an insured under this
provision.
5. Nonowned Watercraft
With respect to watercraft you do not own that is less
than 51 feet long and is not being used to carry
persons for a charge, any person is an insured while
operating such watercraft with your permission. Any
other person or organization responsible for the
conduct of such person is also an insured, but only
with respect to liability arising out of the operation of
the watercraft, and only if no other insurance of any
kind is available to that person or organization for this
liability.
However, no person or organization is an insured with
respect to:
a. "Bodily injury" to a co -"employee" of the person
operating the watercraft; or
b. "Property damage" to property owned by, rented to,
in the charge of or occupied by you or the employer
of any person who is an insured under this
provision.
6. Additional Insureds When Required By Written
Contract, Written Agreement Or Permit
The following person(s) or organizations) are an
additional insured when you have agreed, in a written
contract, written agreement or because of a permit
issued by a state or political subdivision, that such
person or organization be added as an additional
insured on your policy, provided the injury or damage
occurs subsequent to the execution of the contract or
agreement.
A person or organization is an additional insured under
this provision only for that period of time required by
the contract or agreement.
However, no such person or organization is an insured
under this provision if such person or organization is
included as an insured by an endorsement issued by
us and made a part of this Coverage Part.
a. Vendors
Any person(s) or organization(s) (referred to below
as vendor), but only with respect to "bodily injury"
or "property damage" arising out of "your products"
which are distributed or sold in the regular course
of the vendor's business and only if this Coverage
Part provides coverage for "bodily injury" or
"property damage" included within the "products -
completed operations hazard".
(1) The insurance afforded the vendor is subject to
the following additional exclusions:
This insurance does not apply to:
(a) "Bodily injury" or "property damage" for
which the vendor is obligated to pay
damages by reason of the assumption of
liability in a contract or agreement. This
exclusion does not apply to liability for
damages that the vendor would have in the
absence of the contract or agreement;
Page 10 of 18 HG 00 01 06 05
Named Insured: Ghilotti Bros., Inc.
Policy No. 57UENQT9729
COMMERCIAL AUTOMOBILE
HA 99 16 03 12
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
COMMERCIAL AUTOMOBILE BROAD FORM
ENDORSEMENT
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
To the extent that the provisions of this endorsement provide broader benefits to the "insured" than other
provisions of the Coverage Form, the provisions of this endorsement apply.
1. BROAD FORM INSURED
A. Subsidiaries and Newly Acquired or
Formed Organizations
The Named Insured shown in the
Declarations is amended to include:
(1) Any legal business entity other than a
partnership or joint venture, formed as a
subsidiary in which you have an
ownership interest of more than 50% on
the effective date of the Coverage Form.
However, the Named Insured does not
include any subsidiary that is an
"insured" under any other automobile
policy or would be an "insured" under
such a policy but for its termination or
the exhaustion of its Limit of Insurance.
(2) Any organization that is acquired or
formed by you and over which you
maintain majority ownership. However,
the Named Insured does not include any
newly formed or acquired organization:
(a) That is a partnership or joint
venture,
(b) That is an "insured" under any other
policy,
(c) That has exhausted its Limit of
Insurance under any other policy, or
(d) 180 days or more after its
acquisition or formation by you,
unless you have given us notice of
the acquisition or formation.
Coverage does not apply to "bodily
injury" or "property damage" that results
from an "accident" that occurred before
you formed or acquired the organization.
B. Employees as Insureds
Paragraph A.1. - WHO IS AN INSURED - of
SECTION II - LIABILITY COVERAGE is
amended to add:
d. Any "employee" of yours while using a
covered "auto" you don't own, hire or
borrow in your business or your
personal affairs.
C. Lessors as Insureds
Paragraph A.1. - WHO IS AN INSURED - of
Section II - Liability Coverage is amended to
add:
e. The lessor of a covered "auto" while the
"auto" is leased to you under a written
agreement if:
(1) The agreement requires you to
provide direct primary insurance for
the lessor and
(2) The "auto" is leased without a driver.
Such a leased "auto" will be considered a
covered "auto" you own and not a covered
"auto" you hire.
D. Additional Insured if Required by Contract
(1) Paragraph A.1, - WHO IS AN INSURED
- of Section II - Liability Coverage is
amended to add:
f. When you have agreed, in a written
contract or written agreement, that a
person or organization be added as
an additional insured on your
business auto policy, such person or
organization is an "insured", but only
to the extent such person or
organization is liable for "bodily
injury" or "property damage" caused
by the conduct of an "insured" under
paragraphs a. or b. of Who Is An
Insured with regard to the
ownership, maintenance or use of a
covered "auto."
© 2011, The Hartford (Includes copyrighted material
Form HA 99 16 03 12 of ISO Properties, Inc., with its permission.) Page 1 of 5
The insurance afforded to any such
E. Primary and Non -Contributory if
additional insured applies only if the
Required by Contract
"bodily injury" or "property damage"
Only with respect to insurance provided to
occurs:
an additional insured in 1.D. - Additional
(1) During the policy period, and
Insured If Required by Contract, the
(2) Subsequent to the execution of such
following provisions apply:
written contract, and
(3) Primary Insurance When Required By
(3) Prior to the expiration of the period
Contract
of time that the written contract
This insurance is primary if you have
requires such insurance be provided
agreed in a written contract or written
to the additional insured.
agreement that this insurance be
(2)
How Limits Apply
primary. If other insurance is also
primary, we will share with all that other
If you have agreed in a written contract
insurance by the method described in
or written agreement that another
Other Insurance 5.d.
person or organization be added as an
additional insured on your policy, the
(4) Primary And Non -Contributory To Other
most we will pay on behalf of such
Insurance When Required By Contract
additional insured is the lesser of:
If you have agreed in a written contract
(a) The limits of insurance specified in
or written agreement that this insurance
the written contract or written
is primary and non-contributory with the
agreement; or
additional insured's own insurance, this
insurance is primary and we will not
(b) The Limits of Insurance shown in
seek contribution from that other
the Declarations.
insurance.
Such amount shall be a part of and not
Paragraphs (3) and (4) do not apply to other
in addition to Limits of Insurance shown
insurance to which the additional insured
in the Declarations and described in this
has been added as an additional insured.
Section.
When this insurance is excess, we will have no
(3)
Additional Insureds Other Insurance
duty to defend the insured against any "suit" if
If we cover a claim or "suit" under this
any other insurer has a duty to defend the
Coverage Part that may also be covered
insured against that "suit". If no other insurer
by other insurance available to an
defends, we will undertake to do so, but we will
additional insured, such additional
be entitled to the insured's rights against all
insured must submit such claim or "suit"
those other insurers.
to the other insurer for defense and
When this insurance is excess over other
indemnity.
insurance, we will pay only our share of the
However, this provision does not apply
amount of the loss, if any, that exceeds the sum
to the extent that you have agreed in a
of:
written contract or written agreement
(1) The total amount that all such other
that this insurance is primary and non-
insurance would pay for the loss in the
contributory with the additional insured's
absence of this insurance; and
own insurance.
(2) The total of all deductible and self-insured
(4)
Duties in The Event Of Accident, Claim,
amounts under all that other insurance.
Suitor Loss
We will share the remaining loss, if any, by the
If you have agreed in a written contract
method described in Other Insurance 5.d.
or written agreement that another
person or organization be added as an
2. AUTOS RENTED BY EMPLOYEES
additional insured on your policy, the
Any "auto" hired or rented by your "employee"
additional insured shall be required to
on your behalf and at your direction will be
comply with the provisions in LOSS
considered an "auto" you hire.
CONDITIONS 2. - DUTIES IN THE
The OTHER INSURANCE Condition is amended
EVENT OF ACCIDENT, CLAIM , SUIT
by adding the following:
OR LOSS — OF SECTION IV —
BUSINESS AUTO CONDITIONS, in the
same manner as the Named Insured.
© 2011, The Hartford (Includes
copyrighted material
Form HA 99 16 0312 of ISO Properties, Inc., with its permission.) Page 2 of 5
If an "employee's" personal insurance also
applies on an excess basis to a covered "auto"
hired or rented by your "employee" on your
behalf and at your direction, this insurance will
be primary to the "employee's" personal
insurance.
3. AMENDED FELLOW EMPLOYEE EXCLUSION
EXCLUSION 5. - FELLOW EMPLOYEE - of
SECTION II - LIABILITY COVERAGE does not
apply if you have workers' compensation
insurance in -force covering all of your
"employees".
Coverage is excess over any other collectible
insurance.
4. HIRED AUTO PHYSICAL DAMAGE COVERAGE
If hired "autos" are covered "autos" for Liability
Coverage and if Comprehensive, Specified
Causes of Loss, or Collision coverages are
provided under this Coverage Form for any
"auto" you own, then the Physical Damage
Coverages provided are extended to "autos" you
hire or borrow, subject to the following limit.
The most we will pay for "loss" to any hired
"auto" is:
(1) $100,000;
(2) The actual cash value of the damaged or
stolen property at the time of the "loss"; or
(3) The cost of repairing or replacing the
damaged or stolen property,
whichever is smallest, minus a deductible. The
deductible will be equal to the largest deductible
applicable to any owned "auto" for that
coverage. No deductible applies to "loss" caused
by fire or lightning. Hired Auto Physical Damage
coverage is excess over any other collectible
insurance. Subject to the above limit, deductible
and excess provisions, we will provide coverage
equal to the broadest coverage applicable to any
covered "auto" you own.
We will also cover loss of use of the hired "auto"
if it results from an "accident", you are legally
liable and the lessor incurs an actual financial
loss, subject to a maximum of $1000 per
"accident".
This extension of coverage does not apply to
any "auto" you hire or borrow from any of your
"employees", partners (if you are a partnership),
members (if you are a limited liability company),
or members of their households.
5. PHYSICAL DAMAGE - ADDITIONAL
TEMPORARY TRANSPORTATION EXPENSE
COVERAGE
Paragraph AA.a, of SECTION III - PHYSICAL
DAMAGE COVERAGE is amended to provide a
limit of $50 per day and a maximum limit of
$1,000.
6. LOAN/LEASE GAP COVERAGE
Under SECTION III - PHYSICAL DAMAGE
COVERAGE, in the event of a total "loss" to a
covered "auto", we will pay your additional legal
obligation for any difference between the actual
cash value of the "auto" at the time of the "loss"
and the "outstanding balance" of the loan/lease.
"Outstanding balance" means the amount you
owe on the loan/lease at the time of "loss" less
any amounts representing taxes; overdue
payments; penalties, interest or charges
resulting from overdue payments; additional
mileage charges; excess wear and tear charges;
lease termination fees; security deposits not
returned by the lessor; costs for extended
warranties, credit life Insurance, health, accident
or disability insurance purchased with the loan or
lease; and carry-over balances from previous
loans or leases.
7. AIRBAG COVERAGE
Under Paragraph B. EXCLUSIONS - of
SECTION III - PHYSICAL DAMAGE
COVERAGE, the following is added:
The exclusion relating to mechanical breakdown
does not apply to the accidental discharge of an
airbag.
B. ELECTRONIC EQUIPMENT - BROADENED
COVERAGE
a. The exceptions to Paragraphs B.4 -
EXCLUSIONS - of SECTION III - PHYSICAL
DAMAGE COVERAGE are replaced by the
following:
Exclusions 4.c. and 4.d. do not apply to
equipment designed to be operated solely
by use of the power from the "auto's"
electrical system that, at the time of "loss",
is:
(1) Permanently installed in or upon
the covered "auto";
(2) Removable from a housing unit
which is permanently installed in
or upon the covered "auto";
(3) An integral part of the same unit
housing any electronic
equipment described in
Paragraphs (1) and (2) above; or
© 2011, The Hartford (Includes copyrighted material
Form HA 99 16 03 12 of ISO Properties, Inc., with its permission.) Page 3 of 5
(4) Necessary for the normal
operation of the covered "auto" or
the monitoring of the covered
"auto's" operating system.
b. Section III — Version CA 00 01 03 10 of the
Business Auto Coverage Form, Physical
Damage Coverage, Limit of Insurance,
Paragraph C.2 and Version CA 00 01 10 01 of
the Business Auto Coverage Form, Physical
Damage Coverage, Limit of Insurance,
Paragraph C are each amended to add the
following:
$1,500 is the most we will pay for "loss" in
any one "accident" to all electronic
equipment (other than equipment designed
solely for the reproduction of sound, and
accessories used with such equipment)
that reproduces, receives or transmits
audio, visual or data signals which, at the
time of "loss", is:
(1) Permanently installed in or upon
the covered "auto" in a housing,
opening or other location that is not
normally used by the "auto"
manufacturer for the installation of
such equipment;
(2) Removable from a permanently
installed housing unit as described
in Paragraph 2.a. above or is an
integral part of that equipment; or
(3) An integral part of such equipment.
c. For each covered "auto", should loss be limited
to electronic equipment only, our obligation to
pay for, repair, return or replace damaged or
stolen electronic equipment will be reduced by
the applicable deductible shown in the
Declarations, or $250, whichever deductible is
less.
9. EXTRA EXPENSE - BROADENED
COVERAGE
Under Paragraph A. - COVERAGE - of SECTION
III - PHYSICAL DAMAGE COVERAGE, we will
pay for the expense of returning a stolen covered
"auto" to you.
10. GLASS REPAIR -WAIVER OF DEDUCTIBLE
Under Paragraph D. - DEDUCTIBLE - of SECTION
III - PHYSICAL DAMAGE COVERAGE, the
following is added:
No deductible applies to glass damage if the
glass is repaired rather than replaced.
11. TWO OR MORE DEDUCTIBLES
Under Paragraph D. - DEDUCTIBLE - of SECTION
III - PHYSICAL DAMAGE COVERAGE, the
following is added:
If another Hartford Financial Services Group,
Inc. company policy or coverage form that is not
an automobile policy or coverage form applies to
the same "accident", the following applies:
(1) If the deductible under this Business Auto
Coverage Form is the smaller (or smallest)
deductible, it will be waived;
(2) If the deductible under this Business Auto
Coverage Form is not the smaller (or
smallest) deductible, it will be reduced by
the amount of the smaller (or smallest)
deductible.
12. AMENDED DUTIES IN THE EVENT OF
ACCIDENT, CLAIM, SUIT OR LOSS
The requirement in LOSS CONDITIONS 2.a. -
DUTIES IN THE EVENT OF ACCIDENT,CLAIM,
SUIT OR LOSS - of SECTION IV - BUSINESS
AUTO CONDITIONS that you must notify us of
an "accident" applies only when the "accident" is
known to:
(1) You, if you are an individual;
(2) A partner, if you are a partnership;
(3) A member, if you are a limited liability
company; or
(4) An executive officer or insurance manager, if
you are a corporation.
13. UNINTENTIONAL FAILURE TO DISCLOSE
HAZARDS
If you unintentionally fail to disclose any hazards
existing at the inception date of your policy, we
will not deny coverage under this Coverage
Form because of such failure.
14. HIRED AUTO - COVERAGE TERRITORY
Paragraph e. of GENERAL CONDITIONS 7. -
POLICY PERIOD, COVERAGE TERRITORY -
of SECTION IV - BUSINESS AUTO
CONDITIONS is replaced by the following:
e. For short-term hired "autos", the coverage
territory with respect to Liability Coverage is
anywhere in the world provided that if the
"insured's" responsibility to pay damages for
"bodily injury" or "property damage" is
determined in a "suit," the "suit" is brought in
the United States of America, the territories
and possessions of the United States of
America, Puerto Rico or Canada or in a
settlement we agree to.
15. WAIVER OF SUBROGATION
TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US - of SECTION IV -
BUSINESS AUTO CONDITIONS is amended by
adding the following:
© 2011, The Hartford (Includes copyrighted material
Form HA 99 16 03 12 of ISO Properties, Inc., with its permission.) Page 4 of 5
We waive any right of recovery we may have
against any person or organization with whom
you have a written contract that requires such
waiver because of payments we make for
damages under this Coverage Form.
16. RESULTANT MENTAL ANGUISH COVERAGE
The definition of "bodily injury" in SECTION V -
DEFINITIONS is replaced by the following:
"Bodily injury" means bodily injury, sickness or
disease sustained by any person, including
mental anguish or death resulting from any of
these.
17. EXTENDED CANCELLATION CONDITION
Paragraph 2. of the COMMON POLICY
CONDITIONS - CANCELLATION - applies
except as follows:
If we cancel for any reason other than
nonpayment of premium, we will mail or deliver
to the first Named Insured written notice of
cancellation at least 60 days before the effective
date of cancellation.
18. HYBRID, ELECTRIC, OR NATURAL GAS
VEHICLE PAYMENT COVERAGE
In the event of a total loss to a "non -hybrid" auto
for which Comprehensive, Specified Causes of
Loss, or Collision coverages are provided under
this Coverage Form, then such Physical
Damage Coverages are amended as follows:
a.lf the auto is replaced with a "hybrid" auto or
an auto powered solely by electricity or natural
gas, we will pay an additional 10%, to a
maximum of $2,500, of the "non -hybrid" auto's
actual cash value or replacement cost,
whichever is less,
b.The auto must be replaced and a copy of a bill
of sale or new lease agreement received by us
within 60 calendar days of the date of "loss,"
c. Regardless of the number of autos deemed a
total loss, the most we will pay under this
Hybrid, Electric, or Natural Gas Vehicle
Payment Coverage provision for any one
"loss" is $10,000.
For the purposes of the coverage provision,
a.A "non -hybrid" auto is defined as an auto that
uses only an internal combustion engine to
move the auto but does not include autos
powered solely by electricity or natural gas.
b.A "hybrid" auto is defined as an auto with an
internal combustion engine and one or more
electric motors; and that uses the internal
combustion engine and one or more electric
motors to move the auto, or the internal
combustion engine to charge one or more
electric motors, which move the auto.
19. VEHICLE WRAP COVERAGE
In the event of a total loss to an "auto" for which
Comprehensive, Specified Causes of Loss, or
Collision coverages are provided under this
Coverage Form, then such Physical Damage
Coverages are amended to add the following:
In addition to the actual cash value of the "auto",
we will pay up to $1,000 for vinyl vehicle wraps
which are displayed on the covered "auto" at the
time of total loss. Regardless of the number of
autos deemed a total loss, the most we will pay
under this Vehicle Wrap Coverage provision for
any one "loss" is $5,000. For purposes of this
coverage provision, signs or other graphics
painted or magnetically affixed to the vehicle are
not considered vehicle wraps.
© 2011, The Hartford (Includes copyrighted material
Form HA 99 16 03 12 of ISO Properties, Inc., with its permission.) Page 5 of 5
Named Insured: Ghilotti Bros., Inc.
Policy No. 57UENQT9730
that are in excess of the applicable limit of insurance.
An agreed settlement means a settlement and release
of liability signed by us, the insured and the claimant or
the claimant's legal representative.
4. Other Insurance
If other valid and collectible insurance is available to
the insured for a loss we cover under Coverages A or
B of this Coverage Part, our obligations are limited as
follows:
a. Primary Insurance
This insurance is primary except when b. below
applies. If other insurance is also primary, we will
share with all that other insurance by the method
described in c. below.
b. Excess Insurance
This insurance is excess over any of the other
insurance, whether primary, excess, contingent or
on any other basis:
(1) Your Work
That is Fire, Extended Coverage, Builder's Risk,
Installation Risk or similar coverage for "your
work";
(2) Premises Rented To You
That is fire, lightning or explosion insurance for
premises rented to you or temporarily occupied
by you with permission of the owner;
(3) Tenant Liability
That is insurance purchased by you to cover
your liability as a tenant for "property damage"
to premises rented to you or temporarily
occupied by you with permission of the owner;
(4) Aircraft, Auto Or Watercraft
If the loss arises out of the maintenance or use
of aircraft, "autos" or watercraft to the extent not
subject to Exclusion g. of Section I — Coverage
A — Bodily Injury And Property Damage Liability;
(5) Property Damage to Borrowed Equipment Or
Use Of Elevators
If the loss arises out of "property damage" to
borrowed equipment or the use of elevators to
the extent not subject to Exclusion j. of Section I
- Coverage A - Bodily Injury And Property
Damage Liability;
(6) When You Are Added As An Additional
Insured To Other Insurance
Any other insurance available to you covering
liability for damages arising out of the premises
or operations, or products and completed
operations, for which you have been added as
an additional insured by that insurance; or
(7) When You Add Others As An Additional
Insured To This Insurance
Any other insurance available to an additional
insured.
However, the following provisions apply to other
insurance available to any person or
organization who is an additional insured under
this coverage part.
(a) Primary Insurance When Required By
Contract
This insurance is primary if you have agreed
in a written contract or written agreement
that this insurance be primary. If other
insurance is also primary, we will share with
all that other insurance by the method
described in c. below.
(b) Primary And Non -Contributory To Other
Insurance When Required By Contract
If you have agreed in a written contract,
written agreement, or permit that this
insurance is primary and non-contributory
with the additional insured's own insurance,
this insurance is primary and we will not
seek contribution from that other insurance.
Paragraphs (a) and (b) do not apply to other
insurance to which the additional insured has
been added as an additional insured.
When this insurance is excess, we will have no
duty under Coverages A or B to defend the insured
against any "suit" if any other insurer has a duty to
defend the insured against that "suit". If no other
insurer defends, we will undertake to do so, but we
will be entitled to the insured's rights against all
those other insurers.
When this insurance is excess over other
insurance, we will pay only our share of the amount
of the loss, if any, that exceeds the sum of:
(1) The total amount that all such other insurance
would pay for the loss in the absence of this
insurance; and
(2) The total of all deductible and self-insured
amounts under all that other insurance.
We will share the remaining loss, if any, with any
other insurance that is not described in this Excess
Insurance provision and was not bought specifically
to apply in excess of the Limits of Insurance shown
in the Declarations of this Coverage Part.
c. Method Of Sharing
If all of the other insurance permits contribution by
equal shares, we will follow this method also. Under
this approach each insurer contributes equal
amounts until it has paid its applicable limit of
insurance or none of the loss remains, whichever
comes first.
Page 14 of 18 HG 00 01 06 05
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 fonn of agreement;
_
bonds and insurance cer 1c,at
endorsements.
5
City Manager / Mayor / or
Agreement executed by ouncil authorized
Department Head
official.
6.
City Clerk
City Clerk attests signatures, retains original
agreement and forwards copies to the
1��
contracting department.
To be completed by Contracting Department:
Pro ' ect Manager: " Project Name:
A endized for Ci i Council Meetin � � p � i�M� �� _� �
r�
g City g 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.
XtN
ROUTING SLIP / APPROVAL FORM
INSTRUCTIONS: Use this cover sheet with each submittal of a staff report before approval
by the City Council. Save staff report (including this cover sheet) along
with all related attachments in the Team Drive (T:) —> CITY COUNCIL
AGENDA ITEMS -> YEAR —> MEETING DATE 4 TOPIC
Agenda Item # 3 .
Date of Meeting: 8/3/2015
From: Kevin McGowan
Department: Public Works
Date: 7/22/2015
Topic: Award a Contract for the Street Resurfacing 2014-2015 Project; City Project No. 11248
Subject: A Resolution of the City Council of the City of San Rafael Awarding a Contract for the
Street Resurfacing 2014-2015 Project, City Project No. 11248, to Ghilotti Brothers, Inc. in the Amount
of $1,183,000.00
Type: ® Resolution ❑ Ordinance
❑ Professional Services Agreement ❑ Other:
APPROVALS
® Department Director
Remarks:
® Finance Director
Remarks: Mark approved (no fiscal impact)
® City Attorney
Remarks: LG approved 7/27/15 -see changes
City Manager
City of San Rafael ♦ California
Form of Contract Agreement
for
Street Resurfacing 2014/ 2015
City Pro*ect No. 11248
This Agreement is made and entered into this day of , 2015 by and between the City of San
Rafael (hereinafter called City) and Ghilotti Brothers, 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 plans and specifications for the project entitled: Street Resurfacing
2014/2015, City Project No. 11248, 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.
H- 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 FIFTY (50) 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
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
1. Mobilization (Not to exceed 3% of Bid)
1
LS
@
$35,000.60
= $35,000.60
2. Signs and Traffic Control
1
LS
@
$105,725.0
= $105,725.00
3. Clearing and Grubbing
1
LS
@
$50,000.00
= $50,000.00
4. Minor Concrete — Minor Structures
a. Type A Curb and Gutter
425
LF
@
$35.00
= $14,875.00
b. Four Inch Thick PCC Sidewalk"
593
SF
@
$17.00
= $10,081.00
c. Case `C' Curb Ramp
12
EA
@
$2,500.00
= $30,000.00
d. Type D Catch Basin
1
EA
@
$3,500.00
= $3,500.00
ITEM DESCRIPTION
e. Modified Type D Catch Basin
f. Modified Type B Manhole
g. 6" PCC Valley Gutter**
5. Storm Drain Pipe
6. Full Width Grinding**
7. Cold Planing
a. 6' Edge Grind
b. 15' Conform Grind
8. Hot Mix Asphalt
a. Full Depth Asphalt Concrete Pavement
b. Deep Lift Patching
c. Asphalt Concrete Overlay
9. Mirco-Surfacing**
10. Adjust Existing Facility to Grade
a. Adjust Manhole Castings to Grade
b. Adjust Water Valve Cover to Grade
c. Adjust Gas Valve Cover to Grade
d. Adjust Monument to Grade
e. Adjust Rodhole to Grade
f. Adjust PG&E Vault to Grade
g. Adjust Cable TV Box to Grade
11. Traffic Stripes and Pavement Markings
a. Install Detail 22 Striping
b. Pavement Markings
**Final Pay Item
ESTIMATED
UNIT
QUANTITY
$1.80
1
EA
2
EA
356
SF
14
LF
80,166
SF
UNIT PRICE TOTAL PRICE
@ $3,500.00
@ $4,500.00
@ $31.00
@ $350.00
@ $0.40
= $3,500.00
= $9,000.00
= $11,036.00
= $4,900.00
= $32,066.40
15,515
LF
@
$1.80
= $27,927.00
805
LF
@
$13.00
= $10,465.00
69
TON
@
$320.00
= $22,080.00
138
TON
@
$370.00
= $51,060.00
5,615
TON
@
$109.00
= $612.035.00
50,346
SY
@
$2.00
= $100,692.00
47
EA
@
$600.00
= $28,200.00
37
EA
@
$65.00
= $2,405.00
1
EA
@
$500.00
= $500.00
11
EA
@
$500.00
= $5,500.00
9
EA
@
$500.00
= $4,500.00
1
EA
@
$700.00
= $700.00
1
EA
@
$400.00
= $400.00
130
LF
@
$2.00
= $260.00
1,648
SF
@
$4.00
= $6,592.00
GRAND TOTAL BID $ 1,183,000.00
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 50% of the Contract Price, before
the final payment will be made.
(d) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than
those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after
final payment; (3) requirements of the specifications; or (4) manufacturers' guarantees. It shall also constitute
a waiver of all claims by the Contractor, except those previously made and still unsettled.
(e) If after the work has been substantially completed, full completion thereof is materially delayed through no
fault of the Contractor, and the Engineer so certifies, the City shall, upon certificate of the 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:
Robert F. Epstein
City Attorney
File No.: 16.06.83
CITY OF SAN RAFAEL:
Kevin McGowan
Acting Public Works Director
GILOTTI BROTHERS, INC.:
Printed Name:
Title:
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
Street Resurfacing 2014-2015
City Project No. 11248
Project Description:
This project consists of all the associated work described in the attached specifications and plans and the
provisions of this document for excavation, removal of existing concrete sidewalk, curb, gutter and catch
basin and construction of new sidewalk, curb, gutter, curb ramps, storm drain improvements, resurfacing
of various roadways, including asphalt overlays, microsurfacing, grinding, adjustment of various utility
covers and roadway markings all located in the City of San Rafael, California.
Each bid shall be in accordance with the plans and specifications, 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, 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 July 22, 2015 at 10:30 am.
The City reserves the right to reject any or all bids or to waive any informality in a bid. The contractor
shall have a "Class A" contractor's license in good standing registered in the State of California at the
time of award of contract.
No contractor or subcontractor shall be qualified to bid on, or be listed on a bid proposal for a public
works project (submitted on or after March 1, 2015) unless currently registered with the Department of
Industrial Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this
requirement for bid purposes only under Labor Code section 1771.1(a)].
No contractor or subcontractor may be awarded a contract for public work on a public works project
(awarded on or after April 1, 2015), and no contractor or subcontractor may engage in the performance of
public works contract, unless currently registered with the Department of Industrial Relations pursuant to
Labor Code section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
ESTHER C. BEIRNE
City Clerk
Dated: June 29, 2015