Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutCC Resolution 11230 (Peacock Gap Storm Water Pump Station; Michael Paul)RESOLUTION NO. 11230
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN
RAFAEL AWARDING CONTRACT FOR PEACOCK GAP STORM
WATER PUMP STATION REHABILITATION TO MICHAEL
PAUL COMPANY, INC. IN THE AMOUNT OF $589,848.00
WHEREAS, on the P day of December, 2002, 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:
"PEACOCK GAP STORM WATER PUMP STATION REHABILITATION"
PROJECT NO. 10736
in accordance with the plans and specifications therefor on file in the office of said City
Clerk; and
WHEREAS, the bid of Michael Paul Company, 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 therefor;
NOW, THEREFORE, BE IT RESOLVED that the bid of Michael Paul
Company, Inc. and the same is hereby accepted at said unit prices and that the contract
for said work and improvements be and the same is hereby awarded to said Michael Paul
Company, Inc. at the unit prices mentioned in said bid.
BE IT FURTHER RESOLVED that the Mayor and the City Clerk of said
City be authorized and directed to execute a contract with Michael Paul Company, Inc.
for said work and to return the bidders bond upon the execution of said contract.
BE IT FURTHER RESOLVED that the Director of Public Works 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, JEANNE M. LEONCINI, Clerk of the City of San Rafael, hereby
certify that the foregoing resolution was duly and regularly introduced and adopted at a
regular meeting of the Council of said City on Monday, the 16`h day of December, 2002,
by the following vote, to wit:
AYES: COUNCILMEMBERS: Cohen, Heller, Miller, Phillips & Mayor Boro
NOES: COUNCILMEMBERS: None
ABSENT: COUNCILMEMBERS: None
JE M. LEONdNI, City Clerk
File No.: 08.06.55
City ur San Rafael - Department of Public vvorks
Bid Summary
Peacock Gap Storm Nater Pump Station Rehabilitation
LS
Michael Paul Company, Inc. Kirkwood-Bly. Inc.
Project No. 10736
Engineer's
1200 Casa Grande Road
3345 Industrial Drive, Ste 10
Bid opening: December 3, 2002
Estimate
Petaluma, CA 94954
Santa Rosa, CA 95403
ITEM EST
UNIT UNIT ITEM
UNIT ITEM
UNIT ITEM
NO. ITEM QTY
PRICE, $ TOTAL. $
PRICE, $ TOTAL, $
PRICE, $ TOTAL, $
1 Site Clearing and Preparation
2 Dewatering
3 Demolition
a Existing Concrete Curbi Gutter & Sidewalk
b Existing Pump Station Facilities
c Existing AC Driveway
4 Earthwork
5 Furnish & Install Storm Drainage System
a 18" PVC
b 6" PVC
c Modified Drop Inlet
d 3'x3' Drop Inlet
e 1.5'x1.5' Drop Inlet
f Modified Type "D" V -ditch
6 Furnish & Install Site Work
a AC Pavment, Including Base
b Sawcut Existing AC
c 2' High Concrete Retaining Wall
d Type "A" Curb & Gutter
e 4' Wide Concrete Sidewalk
f 8' & 6' High Chain Link Fence
g Type "E" Concrete Curb
h Generator Pull-out Facility
7 Furnish & Install Existing Sump Rehabilitation
a Chipping of Existing Surface
b Repair Cracks
c Repair Metal Embedments
d Plug Existing Penetrations
e Apply Corrosion Inhibitor
f Apply Concrete Resurfacing
g Place Dowels; Apply Bonding Agent
h Concrete
8 Furnish & Install 1 1/2" Dia. Galvanized Railing
9 Furnish & Install Stainless Steel Ladders
10 Furnish & Install Fiberglass Grating
11 Install Manhole Frame and Lid
12 Bore 12" Holes in Existing Station Deck
13 Furnish & Install Electrical Equipment
a Motor Control Center
b Relocate Transformer
c Electrical Conduit
d Generator Receptacle
e Ultra Sonic Level
f Reconnect Power Leads for Pump Motors
g Radio Antenna
h Signage
14 Furnish & Install Gates and Actuators
a 72"x60" Slide Gate
b 36"x36" Slide Gate
c Recondition Ex. 36" Pump Discharge Flap Gate
S-15 Apply Elastomeric Coating
1
LS
20,000.00
20,000.00
20.000.00
20.000.00
20,000.00
20,000.00
1
LS
10,000.00
10,000.00
10,000.00
10,000.00
10.000.00
10,000.00
102
LF
11.00
1,122.00
41.00
4,182.00
21.00
2,142.00
1
LS
6,000.00
6,000.00
39,861.00
39,861.00
3.760.00
3,760.00
1
LS
2,000.00
2.000.00
5,615.00
5.615.00
1,250.00
1,250.00
1
LS
2,740.00
2,740.00
21,071.00
21.071.00
3,385.00
31385.00
30
LF
110.00
3,300.00
103.00
3,090.00
62.00
1,860.00
10
LF
99.00
990.00
84.00
840.00
52.20
522.00
3
EA
11,000.00
331000.00
3,061.00
9,183.00
6,200.00
18,600.00
2
EA
3,300.00
6,600.00
3,762.00
7,524.00
1,382.00
2,764.00
1
EA
2,750.00
2,750.00
2,362.00
2,362.00
1,300.00
1,300.00
40
LF
66.00
2,640.00
104.00
4,160.00
81.30
3,252.00
1,500
SF
3.30
4,950.00
5.00
7,500.00
8.10
12,150.00
280
LF
11.00
3,080.00
2.00
560.00
1.20
336.00
44
LF
66.00
2,904.00
126.00
5,544.00
167.00
7,348.00
45
LF
33.00
1,485.00
32.00
11440.00
73.00
3,285.00
180
SF
11.00
1,980.00
12.00
2.160.00
13.50
2,430.00
150
LF
66.00
9,900.00
77.00
11,550.00
54.50
8,175.00
180
LF
22.00
3,960.00
25.00
4,500.00
33.75
6,075.00
1
LS
17,000.00
17,000.00
31,282.00
31,282.00
18,100.00
18,100.00
4,550
SF
3.30
15,015.00
2.00
9,100.00
3.00
13,650.00
10
LF
120.00
1,200.00
285.00
2,850.00
113.00
1,130.00
100
EA
60.00
6,000.00
83.00
8,300.00
33.00
3,300.00
2
EA
550.00
1,100.00
601.00
1,202.00
520.00
1,040.00
5,500
SF
2.20
12,100.00
2.00
11,000.00
0.30
1,650.00
4,500
SF
4.40
19,800.00
2.00
9,000.00
14.40
64,800.00
1
LS
4,400.00
4,400.00
4,209.00
4,209.00
3,000.00
3,000.00
40
CY
500.00
20,000.00
822.00
32,880.00
450.00
18,000.00
1
LS
11,000.00
11,000.00
11,122.00
11,122.00
11,000.00
11,000.00
I
LS
11.000.00
11,000.00
11,939.00
11,939.00
16,400.00
16,400.00
1
LS
6,000.00
6,000.00
13,735.00
13,735.00
5,000.00
5,000.00
1
EA
2,750.00
2,750.00
867.00
867.00
875.00
875.00
4
EA
300.00
11200.00
553.00
2,212.00
220.00
880.00
1
LS
121,000.00
121,000.00
103,770.00
103,770.00
149,000.00
149,000.00
1
LS
11,000.00
11,000.00
3,138.00
31138.00
2,200.00
2,200.00
1
LS
11,000.00
11,000.00
24,248.00
24,248.00
58,000.00
58,000.00
1
LS
16,500.00
16,500.00
1,482.00
1,482.00
7,100.00
7,100.00
1
LS
1,650.00
1,650.00
1,482.00
1,482.00
675.00
675.00
1
LS
2,750.00
2,750.00
1.482.00
1,482.00
2,100.00
2.100.00
1
LS
1,650.00
1,650.00
1,482.00
1,482.00
3,250.00
3,250.00
1
LS
1,100.00
1,100.00
746.00
746.00
660.00
660.00
1
EA
28,000.00
28,000.00
34,723.00
34,723.00
16.224.00
161224.00
2
EA
16,500.00
33,000.00
17,220.00
34,440.00
10,200.00
20.400.00
2
EA
2,750.00
5,500.00
1,655.00
3,310.00
2,700.00
5,400.00
5,285
SF
3.90
20.611.50
13.00
68.705.00
12.48
65,956.80
Grand Total
501,727.50
589,848.00
598.424.80
City ur San Rafael - Department of Public vdorks
Bid Summary
Peacock Gap Storm Nater Pump Station Rehabilitation Maggiora & Ghilotti, Inc. Valentine Corporation Power Engineering Contract
Project No. 10736 555 Dubois St P.O. Box 9337 1500 Ferry Point, Suite 200
Bid opening: December 3, 2002 San Rafael, CA 94901 San Rafael, CA 94912 Alameda, CA 94501
ITEM
NO. ITEM
1 Site Clearing and Preparation
2 Dewatering
3 Demolition
a Existing Concrete Curb'Gutter & Sidewalk
b Existing Pump Station Facilities
c Existing AC Driveway
4 Earthwork
5 Furnish & Install Storm Drainage System
a 18" PVC
b 6" PVC
c Modified Drop Inlet
d 3'x3' Drop Inlet
e 1.5'.x1.5' Drop Inlet
f Modified Type "D" V -ditch
6 Furnish & Install Site Work
a AC Pavment, Including Base
b Sawcut Existing AC
c 2' High Concrete Retaining Wall
d Type "A" Curb & Gutter
e 4' Wide Concrete Sidewalk
f 8'& 6' High Chain Link Fence
g Type "E" Concrete Curb
h Generator Pull-out Facility
7 Furnish & Install Existing Sump Rehabilitation
a Chipping of Existing Surface
b Repair Cracks
c Repair Metal Embedments
d Plug Existing Penetrations
e Apply Corrosion Inhibitor
f Apply Concrete Resurfacing
g Place Dowels; Apply Bonding Agent
h Concrete
8 Furnish & Install 1 1/2" Dia. Galvanized Railing
9 Furnish & Install Stainless Steel Ladders
10 Furnish & Install Fiberglass Grating
I 1 Install Manhole Frame and Lid
12 Bore 12" Holes in Existing Station Deck
13 Furnish & Install Electrical Equipment
a Motor Control Center
b Relocate Transformer
c Electrical Conduit
d Generator Receptacle
e Ultra Sonic Level
f Reconnect Power Leads for Pump Motors
g Radio Antenna
h Signage
14 Furnish & Install Gates and Actuators
a 72"x60" Slide Gate
b 36"x36" Slide Gate
c Recondition Ex. 36" Pump Discharge Flap Gate
S-15 Apply Elastomeric Coating
EST
UNIT
UNIT
ITEM
UNIT
ITEM
UNIT
ITEM
QTY
PRICE. $
_...:.....
TOTAL, $
..... ..:....
PRICE, $
TOTAL, $
...:.......
PRICE. $
TOTAL, $
1
LS
20,000.00
.
20,000.00
20,000.00
20,000.00
20,000.00
20,000.00
1
LS
10,000.00
10.000.00
10,000.00
10.000.00
10,000.00
10,000.00
102
LF
14.50
1,479.00
30.00
3,060.00
30.00
3,060.00
1
LS
18,000.00
18,000.00
17,000.00
17.000.00
15,000.00
15,000.00
1
LS
1,600.00
1.600.00
11100.00
1.100.00
1,500.00
1,500.00
1
LS
6,000.00
6.000.00
18,000.00
18,000.00
2.500.00
2.500.00
30
LF
100.00
3,000.00
170.00
5.100.00
55.00
1,650.00
10
LF
200.00
2,000.00
100.00
1,000.00
80.00
800.00
3
EA
8,500.00
25,500.00
12.000.00
36,000.00
3,000.00
9,000.00
2
EA
6,000.00
12,000.00
2,600.00
5,200.00
2,300.00
4,600.00
1
EA
3,500.00
3.500.00
1,400.00
1,400.00
2,300.00
2,300.00
40
LF
50.00
2,000.00
54.00
2,160.00
43.00
1,720.00
1,500
SF
7.00
10,500.00
10.00
15,000.00
5.00
7,500.00
280
LF
2.00
560.00
3.00
840.00
4.00
1,120.00
44
LF
235.00
10,340.00
250.00
11,000.00
160.00
7,040.00
45
LF
50.00
2,250.00
80.00
3,600.00
50.00
2,250.00
180
SF
12.00
2,160.00
15.00
2,700.00
25.00
4,500.00
150
LF
44.00
6,600.00
56.00
8,400.00
60.00
9,000.00
180
LF
40.00
7,200.00
15.00
2,700.00
30.00
5,400.00
1
LS
18,500.00
18,500.00
22,000.00
22,000.00
28,000.00
28,000.00
4,550
SF
6.00
27,300.00
6.00
27,300.00
5.00
22,750.00
10
LF
375.00
3,750.00
120.00
1,200.00
100.00
1,000.00
100
EA
72.00
7,200.00
100.00
10,000.00
40.00
4,000.00
2
EA
245.00
490.00
200.00
400.00
200.00
400.00
5,500
SF
6.24
34,320.00
1.90
10,450.00
2.00
11,000.00
4,500
SF
15.00
67,500.00
6.00
27,000.00
17.00
76,500.00
1
LS
6,250.00
6,250.00
4,500.00
4,500.00
7,500.00
7,500.00
40
CY
900.00
36,000.00
800.00
32,000.00
800.00
32,000.00
1
LS
6,400.00
6,400.00
7,700.00
7,700.00
12,500.00
12,500.00
1
LS
4,750.00
4,750.00
24.000.00
24,000.00
6,500.00
6,500.00
1
LS
15,250.00
15,250.00
9,700.00
9,700.00
6,300.00
6,300.00
1
EA
750.00
750.00
1,300.00
1,300.00
1,500.00
1,500.00
4
EA
145.00
580.00
325.00
1,300.00
250.00
1,000.00
1
LS
110,000.00
110,000.00
140,000.00
140,000.00
243,000.00
243.000.00
1
LS
100.00
100.00
600.00
600.00
1,000.00
1,000.00
I
LS
51,235.00
51,235.00
63,000.00
63,000.00
5,000.00
5,000.00
I
LS
4,025.00
4,025.00
5,200.00
5,200.00
7,000.00
7,000.00
1
LS
500.00
500.00
650.00
650.00
1,500.00
1,500.00
1
LS
1,600.00
1,600.00
2,000.00
2,000.00
2,300.00
2,300.00
1
LS
2,500.00
2,500.00
3,200.00
3,200.00
3,200.00
3,200.00
1
LS
500.00
500.00
650.00
650.00
1,000.00
1,000.00
1
EA
25,000.00
25,000.00
20,000.00
20,000.00
29,000.00
29,000.00
2
EA
15,000.00
30,000.00
11,000.00
22,000.00
15,000.00
30,000.00
2
EA
11,000.00
22,000.00
6,400.00
12,800.00
10,000.00
20,000.00
5,285
SF
11.00
58,135.00
13.00
68,705.00
13.00
68,705.00
Grand
Total
679,324.00
681,915.00
731,595.00
City of San Rafael - Department of Public Works
Bid Summary
Peacock Gap Storm Nater Pump Station Rehabilitation NCCI, Inc. Pacific Infrastructure Corp.
Project No. 10736 Pier 26. The Embarcadero 239 Main Street, Suite E
Bid opening : December 3, 2002 San Francisco, CA 94105 Pleasanton, CA 94566
ITEM
NO. ITEM
1 Site Clearing and Preparation
2 Dewatering
3 Demolition
a Existing Concrete Curb/Gutter & Sidewalk
b Existing Pump Station Facilities
c Existing AC Driveway
4 Earthwork
5 Furnish & Install Storm Drainage System
a 18" PVC
b 6" PVC
c Modified Drop Inlet
d 3 x3' Drop Inlet
e 1.5:x1.5' Drop Inlet
f Modified Type "D" V -ditch
6 Furnish & Install Site Work
a AC Pavment, Including Base
b Sawcut Existing AC
c 2' High Concrete Retaining Wall
d Type "A" Curb & Gutter
e 4' Wide Concrete Sidewalk
f 8'& 6' High Chain Link Fence
g Type "E" Concrete Curb
h Generator Pull-out Facility
7 Furnish & Install Existing Sump Rehabilitation
a Chipping of Existing Surface
b Repair Cracks
c Repair Metal Embedments
d Plug Existing Penetrations
e Apply Corrosion Inhibitor
f Apply Concrete Resurfacing
g Place Dowels; Apply Bonding Agent
h Concrete
8 Furnish & Install 1 1'2" Dia. Galvanized Railing
9 Furnish & Install Stainless Steel Ladders
10 Furnish & Install Fiberglass Grating
11 Install Manhole Frame and Lid
12 Bore 12" Holes in Existing Station Deck
13 Furnish & Install Electrical Equipment
a Motor Control Center
b Relocate Transformer
c Electrical Conduit
d Generator Receptacle
e Ultra Sonic Level
f Reconnect Power Leads for Pump Motors
g Radio Antenna
h Signage
14 Furnish & Install Gates and Actuators
a 72"x60" Slide Gate
b 36"x36" Slide Gate
c Recondition Ex. 36" Pump Discharge Flap Gate
5-15 Apply Elastomeric Coating
EST
UNIT
UNIT
ITEM
UNIT
ITEM
QTY
PRICE. $
TOTAL, $
PRICE, $
TOTAL. $
1
LS
20,000.00
20,000.00
20,000.00
20,000.00
1
LS
10,000.00
10,000.00
10,000.00
10.000.00
102
LF
18.00
1.836.00
105.00
10,710.00
1
LS
7,100.00
7,100.00
48,000.00
48,000.00
1
LS
3,000.00
3,000.00
11.500.00
11,500.00
1
LS
43,000.00
43,000.00
17,250.00
17,250.00
30
LF
197.00
5,910.00
250.00
7,500.00
10
LF
196.00
1,960.00
300.00
31000.00
3
EA
19,000.00
57.000.00
15,000.00
451000.00
2
EA
2,200.00
4,400.00
1,750.00
3,500.00
l
EA
2,800.00
2,800.00
1,500.00
1,500.00
40
LF
40.00
1,600.00
25.00
1,000.00
1,500
SF
7.00
10,500.00
7.50
11,250.00
280
LF
6.00
1,680.00
12.00
3,360.00
44
LF
215.00
9.460.00
575.00
25,300.00
45
LF
85.00
3,825.00
30.00
1,350.00
180
SF
13.00
2,340.00
5.75
1,035.00
150
LF
46.00
6,900.00
50.00
7,500.00
180
LF
74.00
13,320.00
30.00
5,400.00
1
LS
43,000.00
43,000.00
53,500.00
53,500.00
4,550
SF
6.00
27,300.00
5.80
26,390.00
10
LF
400.00
4,000.00
100.00
1,000.00
100
EA
100.00
10,000.00
100.00
10,000.00
2
EA
9,500.00
19,000.00
500.00
1,000.00
5.500
SF
5.00
27,500.00
5.25
28,875.00
4,500
SF
16.00
72,000.00
17.25
77,625.00
1
LS
7,000.00
7,000.00
10,000.00
10,000.00
40
CY
800.00
32,000.00
2,500.00
100,000.00
1
LS
9,500.00
9,500.00
10,000.00
10,000.00
I
LS
5,500.00
5,500.00
2,100.00
2,100.00
LS
9,500.00
9,500.00
6,000.00
6,000.00
1
EA
2,500.00
2,500.00
2.500.00
2,500.00
4
EA
500.00
2,000.00
650.00
2,600.00
1
LS
172,000.00
172,000.00
126,500.00
126.500.00
1
LS
1,000.00
1,000.00
1,000.00
1.000.00
I
LS
64,000.00
64,000.00
52,000.00
52.000.00
1
LS
13.000.00
13,000.00
6,000.00
6,000.00
1
LS
1,200.00
1,200.00
1,300.00
1,300.00
1
LS
1,650.00
1,650.00
1,800.00
1,800.00
1
LS
2,200.00
2.200.00
2,600.00
2,600.00
1
LS
700.00
700.00
750.00
750.00
1
EA
29,000.00
291000.00
20,433.00
20,433.00
2
EA
17,000.00
34,000.00
11,734.00
23,468.00
2
EA
5,700.00
11,400.00
7,784.00
15,568.00
5,285
SF
12.00
63,420.00
11.60
61,306.00
Grand Total
871.001.00
878,470.00
City of San Rafael ♦ California
Form of Contract Agreement
for
PEACOCK GAP
STORM WATER PUMP STATION REHABILITATION
This Agreement is made and entered into this 16th day of December, 2002, by and
between the City of San Rafael (hereinafter called City) and Michael Paul Company,
Inc. (hereinafter called Contractor). Witnesseth, that the City and the Contractor, for
the considerations hereinafter named, agree as follows:
II - Scope of the Work
The Contractor hereby agrees to furnish all of the materials and all of the equipment
and labor necessary, and to perform all of the work shown on the plans and described
in the specifications for the project entitled: Peacock Gap Storm Water Pump Station
Rehabilitation, 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.
lII- Time of Completion
(a) Commence the procurement of material within five (51 calendar days after receipt
of a written "Notice to Proceed with Procurement of Materials". Commence the
construction work within five (51 calendar days of the receipt of written "Notice to
Proceed with Construction". This date is estimated to be April 15, 2003 or a date to
be determined by the City depending on weather conditions.
(b) The work shall be completed within seventy (701 working days after the date of
such notice, and with such extensions of time as are provided for in the General
Conditions.
111I - 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 $500.00 for each and every calendar 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.
1V - 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.
AGREEMENT • 1
ITEM
EST
UNIT
UNIT
ITEM
NO.
ITEM
QTY
PRICE, $
TOTAL, $
1
Site Clearing and Preparation
1
LS
20,000.00
20,000.00
2
Dewatering
1
LS
10,000.00
10,000.00
3
Demolition
a Existing Concrete
102
LF
41.00
4,182.00
Curb/ Gutter & Sidewalk
b Existing Pump Station
1
LS
39,861.00
39,861.00
Facilities
c Existing AC Driveway
1
LS
5,615.00
5,615.00
4
Earthwork
1
LS
21,071.00
21,071.00
5
Furnish & Install Storm
Drainage System
a 18" PVC
30
LF
103.00
3,090.00
b 6" PVC
10
LF
84.00
840.00
c Modified Drop Inlet
3
EA
3,061.00
9,183.00
d 3'x3' Drop Inlet
2
EA
3,762.00
7,524.00
e 1.5'x1.5' Drop Inlet
1
EA
2,362.00
2,362.00
fModified Type "D" V -ditch
40
LF
104.00
4,160.00
6
Furnish & Install Site Work
a AC Pavment, Including Base
1,500
SF
5.00
7,500.00
b Sawcut Existing AC
280
LF
2.00
560.00
c 2' High Concrete Retaining
44
LF
126.00
5,544.00
Wall
d Type "A" Curb & Gutter
45
LF
32.00
1,440.00
e 4' Wide Concrete Sidewalk
180
SF
12.00
2,160.00
f 8'& 6' High Chain Link
150
LF
77.00
11,550.00
Fence
g Type "E" Concrete Curb
180
LF
25.00
4,500.00
h Generator Pull-out Facility
1
LS
31,282.00
31,282.00
7
Furnish & Install Existing
Sump Rehabilitation
a Chipping of Existing Surface
4,550
SF
2.00
9,100.00
b Repair Cracks
10
LF
285.00
2,850.00
c Repair Metal Embedments
100
EA
83.00
8,300.00
d Plug Existing Penetrations
2
EA
601.00
1,202.00
e Apply Corrosion Inhibitor
5,500
SF
2.00
11,000.00
f Apply Concrete Resurfacing
4,500
SF
2.00
9,000.00
g Place Dowels; Apply Bonding
1
LS
4,209.00
4,209.00
Agent
h Concrete
40
CY
822.00
32,880.00
8
Furnish & Install 1 1/2" Dia.
1
LS
11,122.00
11,122.00
Galvanized Railing
9
Furnish & Install Stainless
1
LS
11,939.00
11,939.00
Steel Ladders
10
Furnish & Install Fiberglass
1
LS
13,735.00
13,735.00
Grating
11
Install Manhole Frame and
1
EA
867.00
867.00
Lid
12
Bore 12" Holes in Existing
4
EA
553.00
2,212.00
Station Deck
AGREEMENT • 2
ITEM
EST
UNIT
UNIT
ITEM
NO. ITEM
QTY
PRICE, $
TOTAL, $
13 Furnish & Install Electrical
Equipment
a Motor Control Center
1
LS
103,770.00
103,770.00
b Relocate Transformer
1
LS
3,138.00
3,138.00
c Electrical Conduit
1
LS
24,248.00
24,248.00
d Generator Receptacle
1
LS
1,482.00
1,482.00
e Ultra Sonic Level
1
LS
1,482.00
1,482.00
f Reconnect Power Leads for
1
LS
1,482.00
1,482.00
Pump Motors
g Radio Antenna
1
LS
1,482.00
1,482.00
h Signage
1
LS
746.00
746.00
14 Furnish & Install Gates and
Actuators
a 72"x60" Slide Gate
1
EA
34,723.00
34,723.00
b 36"x36" Slide Gate
2
EA
17,220.00
34,440.00
c Recondition Ex. 36" Pump
2
EA
1,655.00
3,310.00
Discharge Flap Gate
S-15 Apply Elastomeric Coating
5,285
SF
13.00
68,705.00
Grand Total
$589,848.00
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). On not later than the 15th day of the month, the City shall, after deducting previous
payments made, pay to the Contractor 90% 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 Contractr, 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.
AGREEMENT 9 3
(b) Before final payment is due the Contractor shall submit evidence satisfactory to the
Engineer that all payrolls, material bills, and other indebtedness connected with
work have been paid, except that in case of disputed indebtedness or liens the
Contractor may submit in lieu of evidence of payment a surety bond satisfactory to
the City guaranteeing payment of all such disputed amounts when adjudicated in
cases where such payment has not already been guaranteed by surety bond.
(c) The making and acceptance of the final payment shall constitute a waiver of all
claims by the City, other than those arising from any of the following: (1) unsettled
liens; (2) faulty work appearing within 12 months after final payment; (3)
requirements of the specifications; or (4) manufacturers' guarantees. It shall also
constitute a waiver of all claims by the Contractor, except those previously made
and still unsettled.
(d) If after the work has been substantially completed, full completion thereof is
materially delayed through no fault of the Contractor, and the Engineer so certifies,
the City shall, upon certificate of the Engineer, and without terminating the
Contract, make payment of the balance due for that portion of the work fully
completed and accepted.
Such payment shall be made under the terms and conditions governing final payment,
except that it shall not constitute a waiver of claims.
IN WITNESS WHEREOF, City and Contractor have caused their authorized
representatives to execute this Agreement the day and year first written above.
ATTEST:
anne M. Leoncin
City Clerk
APPRf
l
Gary T. Rag hianti l
City Attorney
CITY OF SAN RAFAEL:
—�4
l"";
Albert Boro
Mayor
MICHAEL PAUL COMPANY, INC.:
AGREEMENT 0 4
(D
BOND NO. 0326574
PREMUM: $7,970.00
"BOND EXECUTED IN TRIPLICATE"
Document A312
Performance Bond
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address):
MICHAEL PAUL COMPANY, INC.
1200 CASA GRANDE ROAD
PETALUMA, CA. 94954
SURETY (Name and Principal Place of Business):
International Fidelity Insurance Company
One Newark Center
Newark, New Jersey 07102
OWNER (Name and Address): CITY OF SAN RAFAEL
1400 FIFTH STREET
SAN RAFAEL, CA. 94915-1560
CONSTRUCTION CONTRACT
Date: DECEMBER 16th, 2002 8 8
Amount:FIVE nuivlip U ttEIGHTY NINE THOUSAND EIGHT tiurjj)hw FORTY EIGHT AND NO/100ths ($5 9, 48.0
Description (Name and Location): PEACOCK GAP STORM WATER PUMP STATION RE'E3ABILITATION PROJECT
PROJECT NO. 10736
BOND
Date: (Not earlier than Construction Contract Date): DECEMBER 16th, 2002
Amount: FIVE tiuivi)row EIGHTY NINE THOUSAND EIGHT HUNDRED FORTY EIGHT AND NO/100ths---
Modifications to this Bond: ($589,848.00) ® None ❑ See Page 3
CONTRACTOR AS PRINCIPAL
Company: (Corporate Seal)
MICHAEL P,UL CO� ,INC
aA _
Signature. ((
Name and Title: V - 1
(Any additional signatures appear on page 3)
SURETY
Company: (Corporate Seal)
International Fidelity Insurance Company
One Newark Center
Newark, New Jersey 012 ?
Signature: AT` 11111-
Name and Title: LAWRENCE J•OYNE�RNEY--IN—FACT
(FOR INFORMATION ONLY Name, Address and Telephone)
AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or
USI Nuttl'tir:-w CALIFORNIA INSURANCE SERVICES other party):
2199 S. McDOWELL BLVD. N/S
PETALUMA, CA. 94954
Printed in cooperation with the American Institute of Architects (AIA) by International Fidelity Insurance Company. International Fidelity Insurance
Company vouches that the language in the document conforms exactly to the language used in AIA Document A312, February 1984 edition
able to sureties as a defense in the jurisdiction of -the suit
shall be applicable.
10 Notice to the Surety, the Owner of the Contractor shall
be mailed or delivered to the address shown on the sig-
nature page.
11 When this Bond has been furnished to comply with a
statutory or other legal requirement in the location where
the construction was to be performed, any provision in this
Bond conflicting with said statutory or legal requirement
shall be deemed deleted herefrom and provisions con-
forming to such statutory or other legal requirement shall
be deemed incorporated herein. The intent is that this
Bond shall be construed as a statutory bond and not as a
common law bond.
12 DEFINITIONS
12.1 Balance of the Contract Price. The total amount
payable by the Owner to the Contractor under the
Construction Contract after all proper adjustments
have been made, including allowance to the Con -
MODIFICATIONS TO THIS BOND ARE AS FOLLOWS:
NONE
tractor of any amounts received or to be received by
the Owner in settlement of insurance or other claims
for damages to which the Contractor is entitled, re-
duced by all valid and proper payments made to or on
behalf of the Contractor under the Construction Con-
tract.
12.2 Construction Contract: The agreement between
the Owner and the Contractor identified on the sig-
nature page, including all Contract Documents and
changes thereto.
12.3 Contractor Default: Failure of the Contractor,
which has neither been remedied nor waived, to per-
form or otherwise to comply with the terms of the
Construction Contract
12A Owner Default: Failure of the Owner, which has
neither been remedied nor waived, to pay the Con-
tractor as required by the Construction Contract or to
perform and complete or comply with the other terms
thereof.
(Space is provided below for additional signatures of added parties; other than those appearing on the cover page.)
CONTRACTOR AS PRINCIPAL SURETY
Company: (Corporate Seal) Company: (Corporate Seal)
International Fidelity Insurance Company
One Newark Center
Newark, New Jersey 07102
Signature: Signature:
Name and Title: Name and Title:
Address: Address:
Printed in cooperation with the American Institute of Architects (AIA) by International Fidelity Insurance Company International Fidelity Insurance
Company vouches that the language in the document conforms exactly to the language used in AIA Document A312, February 1984 edition.
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Nn - 6907
T.C.C/_'iG.r�r��X.c�Gc'i''�.r�d��%r.�C�'�iC.CC:G���.:JJC�LJ�Gt'._�v�..��:t�'r...ci�...�•.rir.�I,�GCr- �r�r.=rye.
1
State of CALIFORN2A i
iCounty of SONOMA
On 12-16-02 BONNIE g. u'R NOTARY PUBLIC 1
before me, = ,
DATE NAME, TITLE OF OFFICEn • F-M.-JANeOm. NOTAnY MUM -
A personally appeared LAWRENCE J. CONE
1 NAME(S) of smen(s) '
i
t personally known to me - OR - El Proved to me on tiTe basis of satisfactory evidence
to be the p.ersol ) whose•name(4 IshoW
subscribed to. [lie within fnstrume-iTt and ac-
t
knowledged to me that he/� 1� executed
t •
the same III fits authorized
capecit.y ;); and that by his/busiNxidm
signature(K) on lire instrument the person(g),
OFFICIAL SEAL -1217287 or the entity upon behalf of which the
BONNIE K.FRYMIRE z pet°so11 acted, executed the instrument.
NOTARY PUBLIC - CALIF. 0
COUNTY OF SONOMA S
My COMM. EiQ-Aprll28,2003I WITNESS iny-hand and Official seal.
,y
SIONAT unE OF NO f
�� ,.„,� .,�,..�,..• . .. u d M. . . i.e•..0 •ia 11
� OOPTIMAL.... �,
Though the data below is not required by law, Il rnty prove valuable -lo persons relying oil the d-odumenl end could prevent
1 f eudulent reallachrnenl,of this loan.. 1
I
CAPACITY CLAiMEi} UY SIGNER DESCRIPTiON OF ATTACIIEU-DOCUMENT
i ❑ INDIVIDUAL
❑ CORPORATE OFFICER �
1 PE BORMANCF RQ�T
TIiLE OR TYPE OF DOCUMENT
� Tr1LE(S) 1�
�1
❑ PARTNERS) ❑ LIMITED ti
l ❑ • GENERAL ONE
ATTORNEY-IN-FACT NUMBEST OF PAGES ;
❑ TRUSTEE(S)
❑ GUAFIDIAN/CONSEFIVATOR w,
A ❑OTHER:DECEMBER 16th, 2002 1r
DATE OF DOCUMEN T
1
�
SIGNER IS REPRESENTING: �
mmE of r en9oo(gr on ENTIr Void NQS �•
INTERNATIONAL FIDELITY INSURANCE COMPANY
SiGNER(S) OTHER THAN NAV ED ABOVE
t ,
�/.� �ll�l-%% �.Cr� -� � �c �' �-.r�.i.%�.r✓s.�.rs.��� r � .- � �i✓�� �✓ .. — _ r .- f
nIq-27 i)AI VONA'L N 0 1 Ani. /.S SOVINT10N • B23t• rI^-InIC) l /w r., V.D. v_; 710- - Crinn(rn 11n S., Cf. Sr3or-7 1P
BOND NO. 0326574
PREMIUM: INCLUDED
"BOND EXECUTED IN TRIPLICATE"
Document A312
Payment Bond
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
CONTRACTOR (Name and Address): SURETY (Name and Principal Place of Business):
MICHAEL PAUL COMPANY, INC. International Fidelity Insurance Company
1200 CASA GRANDE ROAD One Newark Center
PETALUMA, CA. 94954 Newark, New Jersey 07102
OWNER (Name and Address): CITY OF SAN RAFAEL
1400 FIFTH STREET
SAN RAFAEL, CA. 94915-1560
CONSTRUCTION CONTRACT
Date: DECEMEER 16th, 2002
Amount: FIVE tiui4i) tW EffiY NINE THOUSAND EIGHT tnutvlittr u F= AND NO/1OD ha ($589,848J00")
Description (Name and Location)pEACOCK GAP STORM WATER PUMP STATION REElABILITATION PROJECT
PROJECT NO. 10736
BOND
Date: (Not earlier than Construction Contract Date): DECEMIDR 16th, 2002
Amount= HIND EIGHTY NINE THOUSAND EIGHT HUDNRED FORTY EIGHT AND NO/100ths--($509,848.0
Modifications to this Bond: M None ❑ See Page 6
CONTRACTOR AS PRINCIPAL SURETY
Company: (Corporate Seal) Company: (Corporate Seal)
MI PAUL,[OMPANY, International Fidelity Insurance Company
�'One Newark Center
Newark, New Jersey D
Signatu - , I _lam-�`i , t z�-" , Signature:-1-L-�-�— ^ •��
Name and Title: y Name and Title: LAWRENCE J. C, A�ORNEY-IN-FACT
(Any additional signatures appear on page 6)
(FOR INFORMATION ONLY Name, Address and Telephone)
AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or
USI Nutunt tmv CALIFORNIA INSURANCE SERVICES other party):
2199 S. MCDOWELL BLVD. N/S
PETALUMA, CA. 94954
Printed in cooperation with the American Institute of Architects (AIA) by International Fidelity insurance Company. International Fidelity Insurance
Company vouches that the language in the document conforms exactly to the language used in AIA Document A312, February 1984 edition.
Bond shall be construed as a statutory bond and not as a
common law bond.
14 Upon request by any person or entity appearing to be a
potential beneficiary of this Bond, the Contractor shall
promptly furnish a copy of this Bond or shall permit a copy
to be made.
15 DEFINITIONS
15.1 Claimant: An individual or entity having a direct
contract with the Contractor or with a subcontractor of
the Contractor to furnish labor, materials or equip-
ment for use in the performance of the Contract. The
intent of this Bond shall be to include without limita-
tion in the terms "labor, materials or equipment' that
part of water, gas, power, light, heat, oil, gasoline,
telephone servie or rental equipment used in the
MODIFICATIONS TO THIS BOND ARE AS FOLLOWS:
Contruction Contract, architectural and engineering
services required for performance of the work of the
Contractor and the Contractor's subcontractors, and
all other items for which a mechanic's lien may be
asserted in the jurisdiction where the labor, materials
or equipment were furnished.
15.2 Construction Contract: The agreement between
the Owner and the Contractor identified on the sig-
nature page, including all Contract Documents and
changes thereto.
15.3 Owner Default: Failure of the Owner, which has
neither been remedied nor waived, to pay the Con-
tractor as required by the Construction Contract or to
perform and complete or comply with the other terms
thereof.
NONE
(Space is provided below for additional signatures of added parties, other than those appearing on the cover page.)
CONTRACTOR AS PRINCIPAL
Company:
Signature:
Name and Title:
Address:
SURETY
(Corporate Seal) Company:
International Fidelity Insurance Company
One Newark Center
Newark, New Jersey 07102
Signature:
Name and Title:
Address:
(Corporate Seal)
Printed in cooperation with the American Institute of Architects (AIA) by International Fidelity Insurance Company. International Fidelity Insurance
Company vouches that the language in the document conforms exactly to the language used in AIA Document A312, February 1984 edition.
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Nn:69o7
1��:%C.C�iC'lif.'r�+C:�iC:�G'.v.%.i�z:".:GiJ� I.JLIC.jL�C:C��rtL...J..�lli�yv.�t`G!:GCiC..GCl�GC%iC'•-••••��•+•-^'•"�r' r.rr-
1
State of CALIFORNIA
County of SONOMA
On 12-16-02 before me, BONNIE K. FRS, NOTARY PUBLIC
DATE NAME, TITLE or ormcen . E.0JANE DOE, NOTAnY PUBLIC -
personally appeared LAWEMCE J. COYNE ---- --------- - -
• NAME(s) OF BIONEn(S)
ba personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence
to be the p6rsoro) whose name(o is/
subscribed to the within instrument and ac-
knowledged to me that he&kMg_�ff executed
Ilia same in hIs&CM0Mbzk authorized
capacity , and that by his/
signature(m) on the Instrument Ilia person(K),
OFFICIAL SEAL -1z1rM or the entity upon behalf of which the
BONNIE K.FRYMIRE z PersonW acted, executed the instrument.
NOTgRYPUBLIC - CALIF.
COUNTY OF SONOMA
MvCOMM. EV, Aoril28,2003It WIT ESS my hand and official seal.
slaNnrunE or• NolAnY
,,j,
,.., OPTIONAL
Though the data below is not regtdred by law, it may prove valuable to persons lelying on ilio documonl end could prevent
(raudulenl reallechrnent,of Ihis loan.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
71 T LE(S)
❑ PARTNER(S) ❑ LIMITED
❑'GENERAL
[9'. -ATTORNEY-IN-FACT
❑ TRUSTT=E(S)
❑ GUARDIAN/CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING!
tIAME Or PensoN(4) on ENTITYpE9)
INTERNATIONAL FIDELITY INSURANCE COMPANY
UESCRIKION OF ATTACHED DOCUMENT
LABOR AND MAgERTATS PAn1ENT BOND
TITLE OR TYPE'OF DOCUMENT
ONE
NUMBER OF PAGES
DECEMBER 16th, 2002
DATE OF DOCUMENT
NIS
SIGNER(S) OTHER THAN NAM ED ABOVE
1
f-. I IMM NATILINAL NOT ATIY ASSOCIAT IOrI - n73E flernmal Am. 1'.0. ©ox 7 104 - Cnnv(Tn Vnrk, CA 91303-71 BA
Tel (973) 624-7200
"OWER OF ATTORNE"
INTERNATIONAL FIDELITY INSURANCE COMPANY
HOME OFFICE; ONE NEWARK CENTER, 20TH FLOOR
NEWARK, NEW JERSEY 07102-5207
KNOW ALL HIEN BY THESE PRESENTS; That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing
laws of the State of New Jersey, and having its principal office in the City of Newark, New Jersey, does hereby constitute and appoint
GORAN G. E. RYN, BONNIE K. FRYMIRE, LAWRENCE J. COYNE, KELLY HOLTisMANN
Petaluma, CA.
its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and
other writings obligatory in the nature thereof, which are or may be allowed, required or rmitted b9 law, stature nd reguladon, contract or otherwise, and
the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INT&W TIONAL FIDELITY INSURANCE
COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its
principal office.
This Power of Attorney is executed, and may be revoked, pursuant to and by authority of Article 3 -Section 3, of the By -Laws adopted by the Board of
Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February, 974.
The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have power and authority
(1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and
undertakings, contracts of indemnity and other writings obligatory in the nature thereof and,
(2) To remove, at any time, any such attomey-in-fact and revoke the authority given.
Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at a meeting
duly called and held on the 29th day of April, 1982 of which the following is a true excerpt:
Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or. any certificate relating thereto by
facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any
such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any
bond or undertaking to which it is attached.
O
TV /#F IN TESTIMONY WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to be
0 signed and its corporate seal to be affixed by its authorized officer, this 31st day of August, A.D. 1998.
SEAL��y INTERNATIONAL FIDELITY INSURANCE CO
�
y 1904 STATE OF NEW JERSEY
County of Essex
y
Vice-Pident
On this 31st day of August 1998, before me came the individual who executed the preceding instrument to me ppeersonally known, and, being by me duly
sworn, said the he is the therein described and authorized officer of the INTERNATIONAL FIDELITY NSURANCE COMPANY; that the seal affixed to
said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of
said Company.
OAR IN IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal,
/O�Q►. �� at the City of Newark, New Jersey the day and year first above written.
(NOTARY tr
PUBLIC *
A NOTARY PUBLIC OF NEW JERSEY
CERTIFICATION My Commission Expires Nov. 21, 2005
I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that I have compared the foregoing copy ofthe
Power of Attorney and affidavit, and the copy of the Section of the By -Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON
IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the, said :Power
of Attorney has not been revoked and is now in full force and effect
IN TESTIMONY WHEREOF, I have hereunto set my hand this 16th day of
DECII�ER 2002
AssistantSecretary
%,I lei IL}h. Luo IU lV1l%1nMr MU ! DATE
Ai,f) D. CERTIFICA-E OF LIABILITY INsur *XNCE 1 12/23/02o/rv>
PRODUCER
USI Northern California/HOS
2199 S. McDowell Blvd.
P.O. Box 4409
Petaluma, CA 94955-4409
INSURED
Michael Paul Company
1200 Casa Grande Road
Petaluma, CA 94954
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURER A- Gemini Ins Co / Heath Ins. Brokers
INSURER B Clarendon National / Am Com
INSURER State Compensation Insurance Fund
INSURER D:
INSURER E'
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSRT TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION I LIMITS
LTA DATE (MM/DD/YY) DATE (MM/DD/YYI
A GENERAL LIABILITY VCGP004884 11/10/02 11/10/03 EACH OCCURRENCE $1,000,000
X COMMERCIALGENERAL LIABILITY FIRE DAMAGE (Any one fire) $100,000
CLAIMS MADE a OCCUR MED EXP (Any one person) $1,000
PERSONAL &ADV INJURY $1,000,000
GENERAL AGGREGATE _ $2,000,000
GEN'L AGGREGATE LIMITAPPLIES PER. PRODUCTS -COMP/OP AGG $2000,000
I POLICYF-] PEO- LOC
B AUTOMOBILE LIABILITY PA10105025 11/10/02 11/10/03 COMBINED SINGLE LIMIT $1,000,000
7 ANY AUTO (Ea accident)
_ ALL OWNED AUTOS
X SCHEDULED AUTOS
X HIRED AUTOS
X NON -OWNED AUTOS
GARAGE LIABILITY
I ANY AUTO
EXCESS LIABILITY
OCCUR CLAIMS MADE
DEDUCTIBLE
RETENTION $
C WORKERS COMPENSATION AND 315118702
EMPLOYERS' LIABILITY
OTHER
10/01/02 10/01/03
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
Cancellation: Except for ten day notice for non-payment of premium.
RE: Peacock Gap Storm Water Pump Station Rehabilitation Project #10736.
City of San Rafael, County of Marin, its officers, agents and employees
are named as Additional Insureds hereunder but only as respects liability
(See Attached Descriptions)
CERTIFICATE HOLDER ADD RIONALINSURED: INSURER LETTER: CANCELLATION
City of San Rafael
P.O. Box 151560
San Rafael, CA 94915-1560
ACORD 25-S (7/97)1 of 3 #S51692/M51654
BODILY INJURY $
(Per person)
BODILY INJURY $
(Per accident)
PROPERTY DAMAGE $
(Per accident)
AUTO ONLY - EA ACCIDENT S
OTHER THAN EA ACC $
AUTO ONLY: AGG $
EACH OCCURRENCE S
AGGREGATE $
Is
is
X WC STATU- OTH-
(TORY LIMITS ER
E.L. EACH ACCIDENT $1,000,000
E.L. DISEASE - EAEMPLO_YEE $1,000,000
E.L. DISEASE - POLICY LIMIT $1,000,000
SHOULD ANYOFTH E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL 19J(dOMMX PMAIL30 DAYSWRI7TEN
NOTICETOTHE CERTIFICATE HOLDER NAMED TOTHE LEFT, BgAtlX7Riixi�lQ7)7erARDClO�CXX
�e�az �axarxaaer:xor�c7(xaryaxstxza�tx�amAe�sx�tMzacsterx
LITHO I EPRESENTAT)NE
R9S © ACORD CORPORATION 1988
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
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).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD25-S(7/97)2 of 3 #S51692/M51654
DEF-RIPTIONS (Continued from r -ge 1)
arising out of the land and/or property and/or work desribed in the Public
Works contract for the project above between the City of San Rafael and
Michael Paul Company for the work and the improvements described therein.
AMS 25.3 (07/97) 3 of 3 #S51692/M51654
Insured: Michael Paul Co►._pany
Policy Number: VCGP004884
Commercial General Liability
CG 20 10 03 97
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 Person or Organization:
City of San Rafael
County of Marin
Their officers, agents and employees
(If no entry appears above, information required to complete this endorsement will be shown in
the Declarations as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or
organization shown in the Schedule, but only with respect to liability arising out of your ongoing
operations perfonned for that insured.
Such insurance as is afforded by the general liability policy is primary insurance and any
other insurance shall be excess and not contribute to the insurance afforded by this
endorsement.
CG 20 10 03 97 Copyright, Insurance Services Office, In., 1996 Page 1 of 1
Company Profile
Cit
o �m�n�
Insurance
INTERNATIONAL FIDELITY INSURANCE
COMPANY
ONE NEWARK CENTER 20TH FL
NEWARK, NJ 07102-5207
Agent for Service of Process
KEVIN CHAMBERS, 1575 TREAT BLVD. SUITE 208 WALNUT CREED, CA 94598
Unable to Locate the Aunt for Service of Process?
Reference Information
NAIC #:
NAIC Group #:
California Company ID #:
Date authorized in California:
License Status:
Company Type:
State of Domicile:
11592
0000
4341-4
February 09, 1996
UNLIMITED -NORMAL
Property & Casualty
NEW JERSEY
Dines of Insurance Authorized to Transact
The company is authorized to transact business within these lines of insurance. For an explanation of
any of these terms, please refer to the Qlossarv.
SURETY
Company Complaint Information
Company Enforcement Action Documents
Company Performance & Comparison Data
Composite Complaint Studies
http://www4.insurance.ca.gov/wu/idb_co—Prof utl.get_co_prof?p_EID-60972 01/03/2003
January 3, 2003
ambest.com
4 Ratings & Analysis
News Publications
* Products & Services
o Insurance Resources
Q About A.M Best
1 _r" 1 - 1
Rating Search Page 1 of 1
Wing Choose: I► All Companies_ ► Rated Companies ► Secure Rated
S g A R C H Companies
r Ratings
(^ Company Information 1 Rated companies found, results sorted by Company Name
Criteria Used: Company Name: Company names starting with International Fidelity
Enter Company Name Insurance Company
or A.M. Best Number To refine your search, please use our Ad_v_anced Search or view our Online -.Help for
' Flnd I
more information.
More Search Options Select the Company Name or Rating links below for additional information about each
company, including access to reports, news and related products.
CONTACT VS
gg_Business
®AMB#Wype ®Company Name ®Rating ®Domicile
`.,Where
in the
00520 P International Fidelitv A- United States: New Jersey
world is
A.M. REST?
Insurance Comt)anv
Find our locations
`Ratings as of 1/3/2003 11:09:13 AM E. S. T.
What d1� .
yet, thif**
Send usvour comments
Business Types:
P = Property/Casualty (non -life)
L = Life/Health
Accessing the pages
on ambest.com
consagreement to ourers
tutes the us
ag View the Current Guide to Best's Ratings for an in-depth explanation of Best's
terms of use; Ratings System and Procedures.
Information collected
via this Web site is
protected by our Important Notice: Best's Ratings reflect our opinion based on a comprehensive
privacy statement; p 9 p� p
Comments or concerns quantitative and qualitative evaluation of a company's balance sheet strength, operating
should be directed to performance and business profile. These ratings are not a warranty of an insurer's
our customer service current or future ability to meet its contractual obligations. View our entire_ notice for a
group; For other
matters refer to our complete details.
contact us page.
Companies interested in placing a Best's Security Icons on their web site to promote
their financial strength may reoister online.
Copyright © 2002 by A.M. Best Company, Inc. ALL RIGHTS RESERVED
No part of this report may be distributed in any electronic form or by any means, or stored in a database or
retrieval system, without the prior written permission of the A -M. Best Company. Refer to our terms of use for
additional details.
http://www3.ambest.com/ratings/RatingsSearch.asp?SR=I&AItSrc=I0 01/03/2003
- care c+�f a e BiI
DISCLAIMER: The information displayed here is current as of DEC 27, 2002 and is updated weekly. It is
not a complete or certified record of the Corporation.
Corporation
(MICHAEL PAUL COMPANY, INC.
Number: C1965726 I1Date Filed: 3/29/1996 IlStatus: active
(Jurisdiction: California
I Mailing Address
11200 CASA GRANDE RD
1PETALUMA, CA 94954
Agent for Service of Process
(MARK RICE MCNEIL
155 PROFESSIONAL CENTER PKWY
I SANTA ROSA, CA 94908
For information about certification of corporate records or for additional corporate information, please refer
to Corporate Records. If you are unable to locate a corporate record, you may submit a request to this office
for a more extensive search. Fees and instructions for requesting this search are included on the Corporate
Records Order Form.
Blank fields indicate the information is not contained in the computer file.
If the status of the corporation is "Surrender", the agent for service of process is automatically revoked.
Please refer to California Corporations Code Section 2114 for information relating to service upon
corporations that have surrendered.
http://kepler.ss.ca.gov/corpdata/ShowAIlList?QueryCorpNumber=Cl965726&printer=yes 01/03/2003