Loading...
HomeMy WebLinkAboutPW NTPP Terra Linda - North San Rafael Improvement ProjectAgenda Item No: 9 Meeting Date: March 1, 2010 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Pu or Prepared b City Manager Approval:r\ lPfW6 Director (LB) File No.: 16.01.241.02 SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE NTPP — TERRA LINDA - NORTH SAN RAFAEL IMPROVEMENTS, PROJECT NO. 11118, TO GHILOTTI CONSTRUCTION COMPANY, INC., IN THE AMOUNT OF $159,695.86. RECOMMENDATION: Staff recommends that the City Council adopt the resolution awarding the contract to Ghilotti Construction Company, Inc. in the amount of $159,695.86. BACKGROUND: On March 3, 2008 the City Council adopted Resolution number 12439, and authorized the Director of Public Works to enter into an agreement with Kimley-Horn & Associates, Inc. to design the Terra Linda - North San Rafael Improvements. On February 17, 2009 the City Council adopted Resolution number 12658 approving the preferred design alternative and directed staff to proceed with preparation of the design plans and specifications. On September 24, 2009, Caltrans approved and issued the required documents allowing the City to proceed with bidding and construction of the project. On January 19, 2010 the City Council adopted the plans and specifications and authorized the City Clerk to call for bids. The project was advertised in accordance with San Rafael's Municipal code and policies on January 22, 2010 and bids were publicly opened on February 22, 2010 at 3:00 PM and read aloud. The engineer's estimate was $282,847.00. The following seven bids were received: NAME OF BIDDER AMOUNT Ghilotti Construction Company $159,695.86 Ghilotti Bros., Inc. $167,420.20 North Bay Construction $171,862.70 Team Ghilotti, Inc. $175,350.70 Argonaut Constructors $176,139.10 W.K. McLellan Co. $177,756.25 Maggiora & Ghilotti, Inc. $196,196.00 FOR CITY CLERK ONLY File No.: 14—i-6/4 Council Meeting: 3 1 d'-10/0 Disposition: A LU%�O�tJ ff I-2e/1t/ SAN RAFAEL CITY CGiNCIL AGENDA REPORT / Pa2e: 2 On July 6`h, 2009, City Council adopted the 2009:2010 Capital Improvement Program allocating $400,000.00 for this project. ANALYSIS: The bid from Ghilotti Construction Company, Inc. was $159,695.86 and falls within the allocated project budget. FISCAL IMPACT: The bid amount falls within the already approved project budgtof $400,000.00. Project expenditures for design and construction are 100% reimbursable from the Non -Motorized Transportation Pilot Program grant. OPTIONS: The Council can choose not to award the contract and direct Staff to rebid the project. ACTION REQUIRED: Adopt Resolution awarding contract to Ghilotti Construction Company, Inc. in the amount of $159,695.86. Enclosures 1. Resolution 2. Agreement C.' RESOLUTION NO. 12924 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE NTPP — TERRA LINDA -NORTH SAN RAFAEL IMPROVEMENTS, PROJECT NO. 11118, TO GHILOTTI CONSTRUCTION COMPANY, INC., IN THE AMOUNT OF $159,695.86. WHEREAS, on the 22nd day of February, 2010, 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: "NTPP — Terra Linda -North San Rafael Improvements" Project No. 11118 In accordance with the plans and specifications therefore on file in the office of said City Clerk; and WHEREAS, the work designated on the NTPP — Terra Linda -North San Rafael Improvements Project Contract Documents is eligible to be funded utilizing Non -Motorized Transportation Pilot Program (NTPP) funds; and WHEREAS, the bid of Ghilotti Construction 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. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Rafael, that the bid of Ghilotti Construction Company, Inc. is hereby accepted at said unit prices and that the contract for said work and improvements is hereby awarded to Ghilotti Construction Company, Inc at the unit prices mentioned in said bid. IT IS FURTHER ORDERED AND RESOLVED that the City Manager and the City Clerk of said City be authorized and directed to execute a contract with Ghilotti Construction Company, Inc, in a form approved by the City Attorney, for said work and to return the bidders bond upon the execution of said contract. RESOLVED, FURTHER, 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, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the Council of said City held on the 1st day of March, 2010 by the following vote, to wit: AYES: COUNCILMEMBERS: Brockbank, Connolly, Heller, Levine & Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None /Is c . i9ex row ESTHER C. BEIRNE, City Clerk File No.: 16.01.241.02 City of San Rafael • California Form of Contract Agreement for NTPP — Terra Linda -North San Rafael Improvements PROJECT NO. 11118 This Agreement is made and entered into this 1" day of March, 2010 by and between the City of San Rafael (hereinafter called City) and Ghilotti Construction Company, 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 shown on the plans and described in the specifications for the project entitled: NTPP — Terra Linda -North San Rafael Improvements, Project No. 11118, all in accordance with the requirements and provisions of the Contract Documents as defined in the General Conditions which are hereby made a part of this Agreement. The liability insurance provided to City by Contractor under this contract shall be primary and excess of any other insurance available to the City. 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) "Notice to Proceed" will signify the beginning of the 6 -week lead period to obtain the equipment. However, no field work shall commence, until the delivery of the esignal equipment. (c) All work shall be completed within 40 WORKING DAYS after expiration of the equipment lead period, and with such extensions of time as are provided for in the General Conditions. (d) This project is anticipated to commence on April 26, 2010, after the lead period, and completed by June 22, 2010. 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 $1,200 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. Page 1 ITEM UNIT ITEM NO. ITEM QTY UNIT PRICE TOTAL 1 Mobilization (3% Max. of Total Bid) 1 LS $4,500.00 $4,500.00 2 Traffic Control System 1 LS $7,500.00 $7,500.00 3 Construction Staking 1 LS $2,500.00 $2,500.00 4 Clearing and Grubbing 1 LS $2,500.00 $2,500.00 5 Excavation 62 CY $100.00 $6,200.00 6 Remove Concrete (Median Curb) 390 LF $18.00 $7,020.00 7 Asphalt Concrete (14" Full -Depth AC Section - 130 TON $123.00 $15,990.00 3/4" Max. Aggregate) 8 Asphalt Concrete (14" Full -Depth AC Section - 16 TON $124.00 $1,984.00 1/2" Max. Aggregate) 9 Minor Concrete (Type E Median Curb) 136 LF $40.00 $5,440.00 10 Minor Concrete (Flush Curb) 171 LF $30.00 $5,130.00 11 Minor Concrete (Median Island Surface) 192 SF $12.00 $2,304.00 12 Remove Traffic Stripes 1716 LF $2.35 $4,032.60 13 Remove Pavement Markings 60 SF $1.94 $116.40 14 Install Thermoplastic Pavement Markings 225 SF $3.90 $877.50 15 Install Paint Pavement Markings 406 SF $1.95 $791.70 16 Install Detail 22 Stripe (paint) 68 LF $1.45 $98.60 17 Install Detail 25 Stripe (paint) 295 LF $0.46 $135.70 18 Install Detail 27B Stripe (paint) 234 LF $0.46 $107.64 19 Install Detail 29 Stripe (paint) 74 LF $1.45 $107.30 20 Install Detail 38 Stripe (paint) 324 LF $0.46 $149.04 21 Install Detail 39 Stripe (paint) 5102 LF $0.35 $1,785.70 22 Install Detail 39A Stripe (paint) 966 LF $0.35 $338.10 23 Paint Median Curb Yellow 12 LF $9.70 $116.40 24 Paint Existing Curb Red 188 LF $1.46 $274.48 25 Install 4" White Stripe (paint) 295 LF $0.46 $135.70 26 Remove and Salvage Existing Sign and Post 5 EA $73.00 $365.00 27 Remove and Salvage Existing Sign; Furnish and 6 EA $95.00 $570.00 Install New Sign on Existing Post 28 Relocate Existing Sign to New Post; Remove 2 EA $146.00 $292.00 Existing Post 29 Furnish and Install New Sign(s) on Existing Post 3 EA $93.00 $279.00 30 Furnish and Install New Sign(s) on New Post 23 EA $215.00 $4,945.00 31 Furnish and Install Countdown Pedestrian Signal 32 EA $286.00 $9,152.00 Head; Remove and Salvage Existing Head 32 Furnish and Install Audible Pedestrian Push Button 41 EA $945.00 $38,745.00 (PPB); Remove Existing PPB Page 2 �' ��' T ITEM NO. ITEM UNIT ITEM QTY UNIT PRICE TOTAL 33 Furnish and Install Pedestrian Push Button Post 4 EA $430.00 $1,720.00 Remove and Salvage Existing Audible 34 'Chirp/Chirp' Pedestrian Signal from Pedestrian 2 EA $55.00 $110.00 Signal Head 35 Remove and Salvage Pedestrian Push Button Post 1 EA $450.00 $450.00 36 Furnish and Install 2" Signal Conduit 78 LF $111.00 $8,658.00 37 Furnish and Install No. 5 Pull Box 1 EA $300.00 $300.00 38 Traffic Signal Modification (Las Gallinas Avenue 1 LS $23,975.00 $23,975.00 and Nova Albion Way) Grand Total $159,695.86 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 Contracor, 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. Page 3 (c) The Contractor shall provide a "Defective Material and Workmanship Bond" for 50% of the Contract Price, before the final payment will be made. (d) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after final payment; (3) requirements of the specifications; or (4) manufacturers' guarantees. It shall also constitute a waiver of all claims by the Contractor, except those previously made and still unsettled. (e) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer so certifies, the City shall, upon certificate of the 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: - r3W,,e.,..0 Esther C. Beirne City Clerk APPROVED AS TO FORM: Robert F. Epstein City Attorney CITY OF SAN RAFAEL: Ken ordhoff City Ma er CONTRACTOR: forct., JCC, Page 4 I.ibert)T Mutual - PERFORMANCE BOND Premium is for Cont ^t Term and is Subject to Adjustment Based _a Final Contract Price Premium $1,294.00 KNOW ALL BY THESE PRESENTS, That we, Ghilotti Construction Company, Inc. Liberty Mutual Surety 1001 4th Avenue, Suite 1700 Seattle, WA 98154 Executed in Triplicate Bond #6674685 (hereinafter called the Principal), as Principal, and Safeco Insurance Company of America , a corporation duly organized under the laws of the State of Washington (hereinafter called the Surety), as Surety, are held and firmly bound unto City of San Rafael, 111 Morphew Street, San Rafael, CA 94915 (hereinafter called the Obligee), in the sum of One Hundred Fifty-nine Thousand Six Hundred Ninety-five Dollars And Eighty-six Cents ($ 159,695.86 ) Dollars, for the payment of which sum well and truly to be made, we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and sealed this 8th day of March 2010 WHEREAS, said Principal has entered into a written Contract with said Obligee, dated March 1, 2010 , for NTPP -Terra Linda -North San Rafael Improvements; Project No. 11118 in accordance with the terms and conditions of said Contract, which is hereby referred to and made a part hereof as if fully set forth herein: NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That if the above bounden Principal shall well and truly keep, do and perform each and every, all and singular, the matters and things in said contract set forth and specified to be by said Principal kept, done and performed, at the times and in the manner in said contract specified, or shall pay over, make good and reimburse to the above named Obligee, all loss and damage which said Obligee may sustain by reason of failure or default on the part of said Principal so to do, then this obligation shall be null and void; otherwise shall remain in full force and effect. NO SUIT, ACTION OR PROCEEDING by the Obligee to recover on this bond shall be sustained unless the same be commenced within two (2) years following the date on which Principal ceased work on said Contract. Ghilotti Const ctCompany, Inc. Jrincipal By _r11 I GZci i i �►? UEA Safeco Insurance Co a y of America ByG�,ofwJana @4 Plfgard, ttt S-0757/SA 10/99 XDP ��' r;" ,,' ACKNOWLEDGMENT State of California County of Placer On March 8, 2010 before me, Kathy Rangel, Notary Public (insert name and title of the officer) personally appeared Jana B. Pilgard who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Qom, \ ��Y.o _Y (Seal) V ##VKATHY RANGEL COMM #1828903 V o _NOTARY PUBLIC a CALIFORNIA n PLACER COUNTY Commission Expires January 27, 2019 .tititiYh'Y.'LYhM1•.1tiY.Y.Y.•.tiYhYM V LY.LY. CONTRACT BOND - CALIFORNIA PAYMENT BOND rremium is Tor Gontract 'Perm and is Subject to Adjustment Based n Final Contract Price Liberty Mutual Surety 1001 4th Avenue, Suite 1700 Seattle, WA 98154 Executed in Triplicate Bond #6674685 Premium Included KNOW ALL BY THESE PRESENTS, That we, Ghilotti Construction Company, Inc. and the Safeco Insurance Company of America , a corporation organized and existing under the laws of the State of Washington and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto City of San Rafael, 111 Morphew Street, San Rafael, CA 94915 , as Obligee, in the sum of One Hundred Fifty-nine Thousand Six Hundred Ninety-five Dollars And Eighty-six Cents Dollars ($ 159,695.86 ), for the payment whereof, well and truly to be made, said Principal and Surety bind themselves, their heirs, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That WHEREAS, the above -bounden Principal has entered into a contract, dated 1 St day of March , 2010 , with the Obligee to do and perform the following work, to -wit: NTPP - Terra Linda -North San Rafael Improvements; Project No. 11118 NOW, THEREFORE, if the above -bounden Principal or his/her subcontractors fail to pay any of the persons named in Section 3181 of the Civil Code of the State of California, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or any amounts required to be deducted, withheld and paid over to the Franchise Tax Board from the wages of employees of the Principal or his/her subcontractors pursuant to Section 18806 of the Revenue and Taxation Code, with respect to such work and labor, Surety will pay for the same, in an amount not exceeding the amount specified in this bond, and also, in case suit is brought upon this bond, a reasonable attorney's fee, to be fixed by the court. This bond shall inure to the benefit of any and all persons, companies or corporations entitled to file claims under Section 3181 of the Civil Code of the State of California, so as to give a right of action to them or their assigns in any suit brought upon this bond. Signed, sealed and dated this 8th day of No premium is charged for this bond. It is executed in connection with a bond for the performance of the contract. S-0816/SA 10/99 March 2010 Ghilotti C nstru ion Company, Inc. Frincipa] 1 \IQ�c t ��� .. I Safeco Insurance Company of America By �_ V Jana B. P Igard, IQ Attorney_ in -Fact XDP ACKNOWLEDGMENT State of California County of Placer On March 8, 2010 before me, Kathy Rangel, Notary Public (insert name and title of the officer) personally appeared Jana B. Pilgard who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) KATHY%RANGE a _ COMM #1828903 0 o `�+• NOTARY PUBLIC CALIFORNIA n f2{ PLACER COUNTY Commission Expires January 27, 2013 2 ShY1�L•.tiY.VL'.tiY.LYhYhYhVLY: M•NY.Yw{ Safeco Insurance Company of America General Insurance Company of America . l be r l -v POWER 10014th Avenue N1+11tEci € OF ATTORNEY Suite 1700 Seattle, WA 98154 KNOW ALL BY THESE PRESENTS: No. 13401 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint "****DONA LISA BUSCHMANN; J. BUSCHMANN; SUSAN FOURNIER; JANA B. PILGARD; KATHY RANGEL; ROBERT D. LAUX: Roseville, CA*"**"*****.r***w"*"********"*w"*""*"**•'"'"*"*..****"*a'********'*****"*"* Its true and lawful attomey(sHn-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character Issued in the course of Its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 21st day of March 2009 Dexter R. Lena. Secretary Timothv A. Mlkolalewski. Vice President CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character Issued by the company In the course of its business... On any Instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimie thereof, may be impressed or affixed or in any other manner reproduced, provided, however, that the seal shall not be necessary to the validity of any such Instrument or undertaking! Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 26,1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, 0) The provisions of Article V, Section 13 of the By -Laws, and (II) A copy of the powerof-attorney appointment, executed pursuant thereto, and (Ili) Certifying that said power-of-attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Dexter R. Legg Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney Issued pursuant thereto, are true and correct, end that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 8th USEA .ww S-09741DS 3109 . CQRPM E I SEAL X j day of March . 2010 �* R, k, I Dexter R. Legg, Secretary WE8 PDF ATE (MMIDDNYYY ACORDTM CERTIFICATL OF LIABILITY INSURAN -F_ I D03105/20 0 ) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Woodruff -Sawyer & Co. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 88 Rowland Way, Suite 180 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Novato, CA 94945 (415) 878-2460 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURERA: Everest National Insurance Company 10120 Ghilotti Construction Company, Inc. I INSURER e: Old Republic General Insurance Corporatiol i 24139 246 Ghilotti Avenue I INSURER C: Santa Rosa, CA 95407 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. INSR ADD'L TR hOn TYPF OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE IMMIDD/YYI DATE IMMIDD/YYI LIMITS B X GENERAL LIABILITY A1CG37540905 03/31/2009 03/31/2010 EACH OCCURRENCE $ 2,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED 100 000 PREMISES (Ea occurencel $ , CLAIMS MADE FRI OCCUR I MED EXP (Any one person) $ 5,000 I PERSONAL $ ADV INJURY $ 2,000,000 _ I GENERAL AGGREGATE $ 4,000,000 _ GEN'L AGGREGATE LIMIT APPLIES PER: I PRODUCTS - COMPIOP AGG $ 2,000,000 PRO- n 1 POLICY JF(T LOC B AU'OMOBILELIABILITY AICA37540905 03/31/2009 03/31/2010COMBINED SINGLE LIMIT $ 1,000,000 X ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ X NON -OWNED AUTOS (Per accident) — PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ 3,000,000 71C2000283091 7 EI 03/31/2009 03/31/2010 I 3,000,000 A OCCUR CLAIMSMADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND AICW94680906 B WC STATU- OTH- 04/02/2009 03/31/2010 x ITnRYIIMITS FR EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? I E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS GCC job #5325, City Project #1118, NTPP Terra Linda North San Rafael Improvements. It is herby understood & agreed that the City of San Rafael & County of Marin, its officers, agents & employees are additional insured hereunder but only as respects liability arising out of the land &/or property &/or work described in the Public works contract for the project entitles, NTPP-Terra Linda -North San Rafael Improvements, project No. 11118 between the City of San Rafael and Ghilotti Construction Company, Inc for work & the improvements described therein. Additional insured form CG 20 10 07 04, CG 20 37 077 04 attached. Separation of the insured applies per form CG 00 01 12 04 attached. CERTIFICATE HOLDER CANCELLATION 10 Day Notice for Non -Payment of Premium SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of San Rafael DATE THEREOF, THE ISSUING INSURER WILL MEEXVXXT)i MAIL 30 DAYS WRITTEN 111 Morphew Street NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT San Rafael, CA 94915 d(eK��fik�GG7kpy,€t7{IX�f�(dXr]icXSlNuYu3£3G}{rXt�Xu}�§XXsr(7 3(XT} AUTHORIZED REPRESENTATIVE / I LOAN #: ACORD 25 (2001/08) ID #: Attn: Leslie Bloomgttist © ACORD CORPORATION 1988 IMPORTANT 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. ACORD 25 (2001/08) ci ,;, NAMED INSURED: Ghilotti Construction Company, Inc. POLICY NUMBER: AICG37540905 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations City of San Rafael GCC job #5325, City Project #1118, NTPP Terra Linda North 111 Morphew Street San Rafael Improvements. It is herby understood & agreed tha San Rafael, CA 94915 the City of San Rafael & County of Marin, its officers, agents & employees are additional insured hereunder but only as respects liability arising out of the land Wor property Wor work described in the Public works contract for the project entitles, NTPP-Terra Linda -North San Rafael Improvements, project No. 11118 between the City of San Rafael and Ghilotti Construction Company, Inc for work & the improvements described therein. Additional insured form CG 20 10 07 04, CCT 20 37 07 04 attached Separation of the insured annlies per Information required to complete this Schedule, if not shown above. will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CG 20 10 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 0 NAMED INSURED: Ghilotti Construction Company, Inc. POLICY NUMBER: AICG37540905 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Name Of Additional Insured Person(s) Or Organization(s): City of San Rafael 111 Morphew Street San Rafael, CA 94915 SCHEDULE Location And Description Of Completed Operations GCC job #5325, City Project #1118, NTPP Tena Linda North San Rafael Improvements. It is herby understood & agreed that the City of San Rafael & County of Marin, its officers, agents & employees are additional insured hereunder but only as respects liability arising out of the land Wor property Wor work described in the Public works contract for the project entitles, NTPP-Terra Linda -North San Rafael Improvements, project No. 11118 between the City of San Rafael and Ghilotti Construction Company, Inc for work & the improvements described therein. Additional insured form CG 20 10 07 04, CG 20 37 07 04 attached. Separation of the insured applies per form CG 00 01 12 04 attached. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II — Who Is An Insured is amended to in- at the location designated and described in the clude as an additional insured the person(s) or or- schedule of this endorsement performed for that ad- ganization(s) shown in the Schedule, but only with ditional insured and included in the "products-com- respect to liability for "bodily injury" or "property pleted operations hazard". damage" caused, in whole or in part, by "your work" CG 20 37 07 04 Copyright, ISO Properties, Inc., 2004 Page 1 of 1 UNIFORM Named Insured: Ghilotti Construction Company, Inc Policy No: AICG37540905 (3) 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: c. We have issued this policy in reliance upon your representations. 7. Separation Of Insureds (a) The total amount that all such other Except with respect to the Limits of Insurance, and insurance would pay for the loss in the any rights or duties specifically assigned in this Coverage Part to the first Named Insured, this in - absence of this insurance; and surance applies: (b) The total of all deductible and self- insured amounts under all that other in- surance. (4) We will share the remaining loss, if any, with any other insurance that is not de- scribed 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 fol ow this method also Under this approach each insurer con- tributes equal amounts until it has paid its ap- plicable limit of Insurance or none of the loss remains, whichever comes first If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share s based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all .nsurers 5. Premium Audit a. We wll compute all premiums for this Cover- age Part in accordance with our rules and rates. b. Premium shown in this Coverage Part as ad- vance premium is a deposit premium only. At the close of each audit period we will compute the earned premium for that period and send notice to the first Named Insured. The due date for audit and retrospective premiums is the date shown as the due date on the bill. If the sum of the advance and audit premiums paid for the policy period is greater than the earned premium, we will return the excess to the first Named Insured. c. The first Named Insured must keep records of the information we need for premium computa- tion, and send us copies at such times as we may request. 6. Representations By accepting th s policy, you agree. a. The statements in the Declarations are accu- rate and complete; b. Those statements are based upon representa- tions you made to us; and a. As if each Named Insured were the only Named Insured; and b. Separately to each insured against whom claim is made or "suit" is brought 8. Transfer Of Rights Of Recovery Against Others To Us If the insured has rights to recover all or part of any payment we have made under this Coverage Part. those rights are transferred to us. The in- sured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. 9. When We Do Not Renew If we decide not to renew this Coverage Part, we will mail or deliver to the first Named Insured shown in the Declarations written notice of the nonrenewal not less than 30 days before the expi- ration date. If notice is mailed, proof of mailing will be sufficient proof of notice. SECTION V — DEFINITIONS 1. "Advertisement' means a notice that is broadcast or published to the general public or specific mar- ket segments about your goods, products or ser- vices for the purpose of attracting customers or supporters. For the purposes of this definition: a. Notices that are published include material placed on the Internet or on similar electronic means of communication; and b. Regarding web -sites, only that part of a web- site that is about your goods, products or ser- vices for the purposes of attracting customers or supporters is considered an advertisement. 2. "Auto" means: a. A land motor vehicle, trailer or semitrailer de- signed for travel on public roads, including any attached machinery or equipment, or b. Any other land vehicle that is subject to a com- pulsory or financial responsibility law or other motor vehicle insurance law in the state where it is licensed or principally garaged. However, "auto" does not include "mobile equip- ment". Page 12 of 16 © ISO Properties Inc, 2006 CG 00 01 12 07 ❑ Company Profile iii Company Profile Company Search Company Search Results Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Financial Statements PDF's Annual Statements Quarterly Statements CA Supplements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer Page 1 of 2 COMPANY PROFILE Company Information EVEREST NATIONAL INSURANCE COMPANY 477 MARTINSVILLE ROAD LIBERTY CORNER, N] 07938-0830 800-438-4375 Old Company Names DRYDEN GUARANTY INSURANCE COMPANY PRUDENTIAL NATIONAL INSURANCE COMPANY back to top Agent For Service NANCY CARAVACA 1111 BROADWAY SUITE 2050 OAKLAND CA 94607 back to top Reference Information 1 MAIC #: California Company ID #: Date Authorized in California License Status: Company Type: State of Domicile: back to top NAIC Group List NAIC Group #: back to top Effective Date 110120 3138-5 103/02/1988 1 UNLIMITED -NORMAL 1 Property & Casualty 1 DELAWARE 1120 EVEREST REIN HOL INC 10/20/1993 06/17/1996 Lines Of Business The company is authorized to transact business within these lines of insurance. http://interactive.web.insurance.ca. gov/companyprofile/companyprofile?event=companyPr... 3/15/2010 Company Profile For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY FIRE LIABILITY MARINE PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION back to top © 2008 California Department of Insurance Page 2 of 2 http://interactive.web.insurance.ca.govi companyprofilelcompanyprofile?event=companyPr... 3/15/2010 Company Profile Page 1 of 2 Company Profile Company Search Company Search Results Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Financial Statements PDF's Annual Statements Quarterly Statements CA Supplements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information OLD REPUBLIC GENERAL INSURANCE CORPORATION 307 N MICHIGAN AVE 17TH FL CHICAGO, IL 60601-5382 800-331-5554 Old Company Names INTERNATIONAL BUSINESS & MERCANTILE REASSURANCE COMPANY MOTORISTS BENEFICIAL INSURANCE COMPANY back to top Agent For Service KAREN HARRIS 2730 GATEWAY OAKS DRIVE SUITE 100 SACRAMENTO CA 95833 back to top Reference Information NAIC #: California Company ID #: Date Authorized in California: License Status: Company Type: State of Domicile: back to top NAIC Group List NAIC Group #: back to top Lines Of Business Effective Date 24139 1800-2 06/30/1965 UNLIMITED -NORMAL Property & Casualty ILLINOIS 0150 OLD REPUBLIC GRP 12/14/2006 04/21/1982 http://interactive.web.insurance.ca.gov/conipanyprofile, coinpanyprofile?event=companyPr... 3/15/2010 +; � `! j .. �< Company Profile Page 2 of 2 The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY DISABILITY FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION back to top © 2008 California Department of Insurance http:Hinteractive.web. insurance. ca. gov.!comp anyprofile/coinpanypro file?event=comp anyPr... 3/15/2010 C� I C, I , A.- 1. �K11�Ki14114111j j G H I L 0 T T I Since M41111'1A•LIAN 1914 LETTER OF TRANSMITTAL TO: CITY OF SAN RAFAEL 111 MORPHEW STREET SAN RAFAEL, CA 94915 ATTN: LESLIE BLOMQUIST WE ARE SENDING YOU: Q ENCLOSED THE FOLLOWING ITEMS: 0 CONTRACTS ❑ SOILS REPORT ❑ COPY OF LETTER ❑ PLANS RECEIVED MAR 112010 PUBLIC WORKS DEPT CITY OF SAN RAFAEL DATE: 3/9/10 JOB/PROJECT: #5325 — TERRA LINDA - NORTH SAN RAFAEL IMPROVEMENTS; PROJECT NO. 11118 ❑ UNDER SEPARATE COVER VIA: Fed Ex ❑ SPECIFICATIONS ❑ DBE SUBMITTALS ❑ SAMPLES ❑ COPIES DATE NUMBER DESCRIPTION 3 3/1/10 11118 SIGNED CONTRACTS AND CORPORATE RESOLUTION AUTHORIZING SIGNER TO BIND CORPORATION 3 3/1/10 6674685 PERFORMANCE & PAYMENT BONDS 2 3/5/10 CPA irj THESE ARE TRANSMITTED as indicated below: I REMARKS: ❑ For your approval 0 For your use ❑ As requested ❑ Approved as submitted ❑ Approved as noted ❑ Returned for corrections Thank you, ❑ Resubmit for approval ❑ For review and comment` j 1 BY: E3For quotation El For bids due � Laura Hidalgo ❑ For Your Signature Contract Administrator If enclosures are ttot as noted, kindly notify the above as soon as possible. — Engineering Contractor — 246 GHILOTTI AVENUE • SANTA ROSA, CA 95407.707-585-1221 • FAX: 707-585-0129 STATE CONTRACTORS LICENSE #644515 C'� C�`' 14111I'll 1$1114111]1,1 GH I L 0 T T I Since — . jJUM 1914 Corporate Resolution to Execute Contracts Resolved that this Corporation, Ghilotti Construction Company, hereby approves and appoints Richard W. Ghilotti, President of Ghilotti Construction Company, Brian Ongaro, Vice President of Ghilotti Construction Company, Ali Yazdi, VP, General Manager of Ghilotti Construction Company, and Stacy L. Magill, Secretary of Ghilotti Construction Company for the purpose of executing in the name of this corporation, all bid documents, contract documents and contract bonds. Resolved further, that any and all actions taken by Richard W. Ghilotti, Brian Ongaro, Ali Yazdi and Stacy L. Magill in executing said bid documents, contract documents, contract bonds and any other required documents be, and they hereby are, ratified and approved, and all such Contracts and bonds and documents are hereby adopted as binding obligations of this corporation. I, Stacy L. Magill, Secretary of Ghilotti Construction Company, a corporation incorporated under the laws of the State of California, do hereby certify that the foregoing is a full, true and correct copy of resolutions of the Board of Directors of the said corporation, duly and regularly passed and adopted at a special meeting of the Board of Directors of the said corporation which was duly and regularly called and held in all respects as required by law, and by the bylaws of the said corporation, at the office thereof on the 215' day of August, 2001, at which special meeting a majority of the board of Directors of the said corporations was present and voted in favor of said resolutions. IN WITNESS WHEREOF, I have hereto set my hand as such Secretary and affixed the corporate seal of the said corporation, this 29th day of July, 2009. Stacy L. ill Secretary — Engineering Contractor — 246 GHILOTTI AVENUE • SANTA ROSA, CA 95407.707-585-1221 • FAX: 707-585-0129 STATE CONTRACTORS LICENSE #644515 CITY OF Mayor Albert J. Boro Council Members Greg Brockbank Damon Connolly Barbara Heller Marc Levine PUBLIC WORKS - ADMIN/ENGINEERING: (415) 485-3355 FAX: (415) 485-3334 FAXED, E-MAILED AND MAILED January 20, 2010 P. O. No. 00449 File No: 16.01.241.02 Independent Journal P.O. Box 6150 Novato, CA 94949 FAX NO: 382-1535 Attn: Donna Lazarus Re: NOTICE INVITING SEALED PROPOSALS - NON -MOTORIZED TRANSPORTATION PILOT PROGRAM (NTPP) TERRA LINDA -NORTH SAN RAFAEL IMPROVEMENTS PROJECT NO: 11118 Enclosed is one copy of Notice Inviting Sealed Proposals for Public Works entitled: "NON -MOTORIZED TRANSPORTATION PILOT PROGRAM (NTPP) TERRA LINDA -NORTH SAN RAFAEL IMPROVEMENTS ". Please publish the enclosed notice on Friday, January 22, 2010 and furnish us with Galley Proof and Proof of Publication in duplicate. Thank you for your cooperation in this matter. Sincerely yours, Leslie Blomquist Associate Civil Engineer LB:dw Enclosure (1) cc: Esther C. Beirne, City Clerk (2 copies-w.'encls.) Project Engineer (w/encl.) Secretaries (2) (w/encl.) 111 Morphew Street, P. O. Box 151560, San Rafael, CA 94915-1560 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 NON -MOTORIZED TRANSPORTATION PILOT PROGRAM (NTPP) TERRA LINDA— NORTH SAN RAFAEL IMPROVEMENTS CITY PROJECT NO. 11118 FEDERAL AID PROJECT NO. NMTPL-5043(026) Each bid shall be in accordance with the plans and specifications adopted by the City of San Rafael City Council on January 19, 2010, and other contract documents, now on file with the City Clerk, City Hall, San Rafael, California; and may be examined and copies may be obtained at the Department of Public Works, 111 Morphew Street, P.O. Box 151560, San Rafael, CA 94901. Cost shall be One Hundred Dollars ($100.00) per set, non-refundable. Cost of mailing sets shall be an additional Ten Dollars ($10.00) per set. The UDBE Contract goal is 2.27% (percent). THIS PROJECT IS SUBJECT TO THE "BUY AMERICA" PROVISIONS OF THE SURFACE TRANSPORTATION ASSISTANCE ACT OF 1982 AS AMENDED BY THE INTERMODAL SURFACE TRANSPORTATION EFFICIENCY ACT OF 1991. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available at the Office of the City Clerk located at City Hall, Room 209; 1400 Fifth Avenue, San Rafael, CA, and available from the California Department of Industrial Relations' Internet website at http://www.dir.ca.gov/DLSR/PWD. The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are set forth in the Special Provisions and in copies of the Special Provisions that may be examined at the offices described above where project plans, special provisions, and bid forms may be seen. Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of the Special Provisions. Future effective general prevailing wage rates, which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. Attention is directed to the Federal minimum wage rate requirements in the Special Provisions. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This 0 includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate, which most closely approximates the duties of the employees in question. 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 3:00 PNI, Monday, February 22, 2010. The City reserves the right to reject any or all bids or to waive any informality in a bid. ESTHER C. BEIRNE City Clerk Dated: January 22, 2010 CITY OF SAN RAFAEL OPENING OF SEALED BIDS RE: NTPP Terra Linda -North San Rafael Improvements PROJECT NO. 11118 Date of Bid Opening: Monday, February 22, 2010 @ 3:00 p.m. NAME OF BIDDER Argonaut Constructors A California Corporation P.O. Box 639 1236 Central Avenue Santa Rosa, CA 95402 Ghilotti Bros., Inc. 525 Jacoby Street San Rafael, CA 94901 Ghilotti Construction Company 246 Ghilotti Avenue Santa Rosa, CA 95407 Maggiora & Ghilotti, Inc. 555 DuBois Street San Rafael, CA 94901-3965 North Bay Construction 431 Payran Street P.O. Box 6004 Petaluma, CA 94955-6004 Team Ghilotti, Inc. 2531 Petaluma Blvd. South Petaluma, CA 94952 W.K. McLellan Co. 254 Sears Point Road Petaluma, CA 94954 ENGINEER'S ESTIMATE AMOUNT $176,139.10 $167,420.20 $159,695.86 $196,196.00 $171,862.70 $175,350.70 $177,756.25 $282,847.00 PW Terra Linda -North San Rafael Improvements C4, 'r :•r 7 MAR 1 I CITY A TTO RiV rr-I PROFESSIONAL SERVICES AGREEMENT/CONTRACT COMPLETION CHECKLIST AND ROUTING SLIP Below is the process for getting your professional services agreements/contracts finalized and executed. Please attach this "Completion Checklist and Routing Slip" to the front of your contract as you circulate it for review and signatures. Please use this form for all professional services agreements/contracts (not just those requiring City Council approval). This process should occur in the order presented below. Step Responsible Description Completion Department Date 1 City Attorney Review, revise, and comment on draft agreement. 2 Contracting Department Forward final agreement to contractor for their signature. Obtain at least two signed originals from contractor. 3 Contracting Department Agendize contractor -signed agreement for Council approval, if Council approval necessary (as defined by City Attorney/City Ordinance*). 4 City Attorney Review and approve form of agreement; 4i.Z01v bonds, and insurance certificates and endorsements. 5 City Manager / Mayor / or Agreement executed by Council authorized Department Head official. 6 City Clerk City Clerk attests signatures, retains original h� agreement and forwards copies to the r; 1p1a contracting department. To be completed by Contracting Department: Project Manager: Y,�_/�t Project Name: /11tl8 Agendized for City Council Meeting of necessary): If you have questions on this process, please contact the City Attorney's Office at 485-3080. * Council approval is required if contract is over $20,000 on a cumulative basis. CITY OF SAN RAFAEL ROUTING SLIP / APPROVAL FORM INSTRUCTIONS: USE THIS FORM WITH EACH SUBMITTAL OFA CONTRACT, AGREEMENT, ORDINANCE OR RESOLUTION BEFORE APPROVAL BY COUNCIL / AGENCY. SRRA / SRCC AGENDA ITEM NO. ;& 1 DATE OF MEETING: 03 01 2010 FROM: PARVIZ MOKHTARI, P.E. R E C E D DEPARTMENT: PUBLIC WORKS FEB 24 2010 DATE: 02/24/2010 � �I� TITLE OF DOCUMENT: CITY ATTORNEY ORNE/ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE NTPP — TERRA LINDA -NORTH SAN RAFAEL IMPROVEMENTS, PROJECT NO. 11118, TO GHILOTTI CONSTRUCTION COMPANY, INC., IN THE AMOUNT OF $159,695.86. (BID OPENING HELD ON MONDAY, FEBRUARY 22, 2010) = P( - nature) *** *** *** *** *** *** *** *** *** *** *** *** *** *** (LOWER HALF OF FORM FOR APPROVALS ONLY) APPROVED AS COUNCIL/ AGENCY A EN A ITEM: , M pity �anager (signaturej� NOT APPROVED REMARKS: APPROVED AS TO FORM: 'L 7 qp"r,, -(YGI FF City Attorney (signature) File No.: 16.01.241.02 r-; C' Marin Independent Journal Legal No. 0003372029 CITY OF SAN RAFAEL • DEPARTMENT OF PUBLIC 150 Alameda del Prado WORKS NOTICE INVITING SEALED PROPOSALS FOR PO Box 6150 PUBLIC WORKS Novato, California 94948-1535 Notice is hereby given that the City of San Rafael Department of Public Works will receive bids for (415) 382-7335 furnishing ail labor, materials, equipment and legals@marinij com services for NON -MOTORIZED TRANSPORTATION PILOT PROGRAM (NTPP) TERRA UNDA-NORTH SAN RAFAEL IMPROVEMENTS CiTY PROJECT NO. 11118 SAN RAFAEL,CITY OF FEDERAL AID PROJECT NO. NMTPL-5043(025) PO BOX 151560/CITY CLERK, DEPT OF PUBLIC Each bid shall be In accordance with the plans and specifications adopted by the City of San Rafael WORKS,1400 FIFTH AVE Cpity Council on January 19 2010 and other'on- tract documents now on f(le w& the City Clerk, SAN RAFAEL CA 94915-1560 City Hall San Ra6l, California and maybe exam- ined be the Depart- ana copies may obtained at ment of Public Works, 111 MorphewStreet, P.O. Box 151560, San Rafael, CA 94901. Cost shall be One Hundred Dollars ($100.00) per set, non-refundable. PROOF OF PUBLICATION Dollarsf($10�00)persetshall be an additional Ten (2015.5 C.C.P.) The UDBE Contract goal Is 2.27% (percent). THIS PROJECT IS SUBJECT TO THE "BUY AMERICA" PROVISIONS OF THE SURFACE TRANSPORTATION ASSISTANCE ACT OF 1982 AS AMENDED BY THE STATE OF CALIFORNIA CIENC�YACTOF1991.ACE TRANSPORTATION EFFI- County Of Marin Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates In the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wa es General FILE NO. 00449/CITY PROJECT NO. 11-00( for thisproject,tav able attheOffice ofthe City Clerk located at City Hall, Room 209; 1400 Fifth Ave- nue; San Rafael, CA and available from the Califor- nia Department W Industrial Relations' Internet I am a citizen of the United States and a resident of the County website at http://www.dir.ca.gov/DLSR/PWD. The Federal minimum wage rates for this project as aforesaid: I am over thea a Of eighteen ears, and not a t0 9 9 Y party redetermined b the united States Secretary of Labor forth In the Special Provisions In or interested in the above matter. I am the principal clerk of the are set and coedpies of the Special Provisions that may be exam- inthe described printer of the MARIN INDEPENDENT JOURNAL, a newspaper of at offices above where project plans, special provisions and bid forms may be seen. Addenda to mod4 the Federal minimum general circulation, Anted and published doll In the Count Of 9 P P Y Y wage rates, If necessary, will be issued to holders of the Special Provisions. Future effective general Marin, and which newspaper has been adjudged a newspaper of prevailing wage rates, which have been predeter- general circulation by the Superior Court of the County of Marin, mined and are on file with the California Depart- State of California, under date of FEBRUARY 7, 1955, CASE ment of Industrial Relations are referenced but not printed in the general prevailing wage rates. NUMBER 25566: that the notice, of which the annexed is a printed Attention Is directed to the Federal minimum wage copy (set in type not smaller than nonpareil), has been published in rate requirements In the Special Provisions. If each regular and entire issue of said newspaper and not in any there is a difference between the minimum wage rates predetermined by the Secretary of Labor and Supplement thereof on the following dates, to -wit: g Indus- the Director of thel California Detpartdmeent of Indus- trial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not 1/22/2010 less than the higher wage rate. The Department on hours of experience) or any on not appearing In the Federal :Ions. Where Federal wage deter- : contain the State wage rate de- irwise available for use by the subcontractors, the Contractor ors shall pay not less than the i wage rate, which most closely duties of the employees in ques- Each bid shall be made out on the form to be ob- tained 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 3:00 PM, Mon- day, February 22, 2010. The City reserves the right to reject any or all bids or to waive any informality in a bid. I certify (or declare) under the penalty of perjury that the foregoing /s/ Esther C. C. irne ESTHER EIRNE is true and correct. City Clerk Dated: January 22, 2010 N0.84 Dated this 22th day of January, 2010. Signature PROOF OF PUBLICATION h,' o D 1 x n O —a O a O a m 0 CL W Z '+ d 17 gD N d 23m d N W 0 y W c v 3 fn O S .moi N m -i N Z1 m N A a to N N m Gi c m C i ° N Z m a a c m c m c m n m 3 CD v c c m P. 0 a o a CL i AD m x U1 M O v D m z m r a '1 Q o a oWC CD f9�1C x a03 [J1 N Z H C N IC/1. C m �p p O 0 m x A O O O a x T % '� y mo 0 a 0 n 2 CA M ? n O1 ° O X a m D n In N w TA. rF m O a D m 0 A N C V Z � O 'K7 M CL '0 3 fu m m ma m r r o to n ai H In O �' m C n m z O O� -- 0 m J A 1 O O o 'n 'v No m [i '- CL D 3 CL O p b o m m o N o 0 �� m 0 m m r to '. z 3 V W La m r i': O ;1 m a O D y4m V 4 m N m �n c rn X o N Z v Imo{/ D o L/ C o z 0 < ex om a Z o y �k O m v N m z c z m CL m 'U T 4 l D m T ino tul ((�CL cl F S m m c �+ 1 C v m A CL r m m m 0 p m u3i " m O En x m o m M - Z O o 0 � cq m cn to J m O u � •? CH 7�.03 Cq F l gK N C3J 7 7, 9 a N 0 YmjCUQn°ii-.Q 7 7 3 °it N7 9.77 or--:E aM CL Qf]mgemt7� o0 m p �mUNU.�O0 Ri .SRN-. ao--=o mm''Fr7�9'm` N Tn S mumm m CpGKm D m ° ma f snl P-1 Ih�fO •mK �gf 7N"� dQc��OW m � m j m" -m rrqq II)N �IC G as�U�mF� 7IL N�3 O•3$.3 N_ 'n���o 3•°';lQa 19 118% T 04y2= d 99=ffR gd6m o > S&a"3ncncl@�L� p ��vc o a '4pf�9• Ki11A� i O13 N0mmnAII.4 Y ^Z.i f^C a O p - ^a•-^ _Zoo m -p ^n r �'7 b� _Zoo m n -^a ^Q•^�CpN 21 O rap 2T �5�3 �pmNn � ppw,oQcpoa3�•4d O x °N�m O n�i Z `l �.� �rDO'i .3. O�dR�=Z.D 3p�= A � .•�. -O_ID e��� � C dn7 �ocirG y nat7A^MnaC��Om p�CsDI RPM d1 � ro ,oa y.1n Uo- a y'_ g�asD odg g m K ��7 hTNm ^AS n:E Ff�W m�poppp�r� �,• ^�gy�np'p�evo �(nnJ��}}Z',ep� mF��4 iCCSCyw�e �pn yN 1 N -'C �O •y-Dnp=jp'y 2M'A b� N�'+ �m� r. i•°: � y >O po-_ Qom- 7 OzD //// 7 .S7aD opr OS�m 'C ro�n,fl mN-"o ;Y �M- ao v� a 3= 0- b na^5 Doob ' N � nn_p O 'm G. zIDy T p7+i 0^17 �i Z 7NNC a6w g wit at 3 �yiOg o._7 .3 � f! 0 0 0 mZ p90 .. F a 0 C ul O ° T A D Z D T D m r Q m N to r-. �� IV -u fD N CT U3 v m O N P o D Z K r.! LP 43d 0 m O g zo 4 Camas N- o D m p Fe�°�vnur3' o a a o s0 ���4 4a s ° n o�n CLC cCD C��NG�N2. id R y min 5 E o_a �CDn FS�F 1 O' p1nQNC �G .+ V 3 m ° N v, 0 c » n N O Cl) pa D m Z m > it m D 2. m Q r m x D 3 m m c 0a o c m c O » N DCL 3 m v !°m i T- o V p � m � o K » lu N V 3 m i O a v D o p o c I 0 N O O i ��4 ` } -.. 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 NON -MOTORIZED TRANSPORTATION PILOT PROGRAM (NTPP) NORTHGATE GAP CLOSURE BIKEWAY IMPROVEMENTS CITY PROJECT NO. 11117 FEDERAL AID PROJECT NO. NMTPLr5043(025) Each bid shall be in accordance with the plans and specifications adopted by the City of San Rafael City Council on January 19, 2010, and other contract documents, now on file with the City Clerk, City Hall, San Rafael, California; and may be examined and copies may be obtained at the Department of Public Works, 111 Morphew Street, P.O. Box 151560, San Rafael, CA 94901. Cost shall be One Hundred Dollars ($100.00) per set, non-refundable. Cost of mailing sets shall be an additional Ten Dollars ($10.00) per set. The UDBE Contract goal is 2.27% (percent). THIS PROJECT IS SUBJECT TO THE "BUY AMERICA" PROVISIONS OF THE SURFACE TRANSPORTATION ASSISTANCE ACT OF 1982 AS AMENDED BY THE INTERMODAL SURFACE TRANSPORTATION EFFICIENCY ACT OF 1991. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available at the Office of the City Clerk located at City Hall, Room 209; 1400 Fifth Avenue, San Rafael, CA, and available from the California Department of Industrial Relations' Internet website at http://www.dir.ca.gov/DLSR/PWD, The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are set forth in the Special Provisions and in copies of the Special Provisions that may be examined at the offices described above where project plans, special provisions, and bid forms may be seen. Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of the Special Provisions. Future effective general prevailing wage rates, which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. Attention is directed to the Federal minimum wage rate requirements in the Special Provisions. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate, which most closely approximates the duties of the employees in question. 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 2:30 PM, Monday, February 22, 2010. The City reserves the right to reject any or all bids or to waive any informality in a bid. fig-� c - Agee r. --c ' ESTHER C. BEIRNE City Clerk Dated: January 22, 2010 C) 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 NON -MOTORIZED TRANSPORTATION PILOT PROGRAM (NTPP) TERRA LINDA— NORTH SAN RAFAEL IMPROVEMENTS CITY PROJECT NO. 11118 FEDERAL AID PROJECT NO. NMTPL-5043(026) Each bid shall be in accordance with the plans and specifications adopted by the City of San Rafael City Council on January 19, 2010, and other contract documents, now on file with the City Clerk, City Hall, San Rafael, California; and may be examined and copies may be obtained at the Department of Public Works, 111 Morphew Street, P.O. Box 151560, San Rafael, CA 94901. Cost shall be One Hundred Dollars ($100.00) per set, non-refundable. Cost of mailing sets shall be an additional Ten Dollars ($10.00) per set. The UDBE Contract goal is 2.27% (percent). THIS PROJECT IS SUBJECT TO THE "BUY AMERICA" PROVISIONS OF THE SURFACE TRANSPORTATION ASSISTANCE ACT OF 1982 AS AMENDED BY THE INTERMODAL SURFACE TRANSPORTATION EFFICIENCY ACT OF 1991. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available at the Office of the City Clerk located at City Hall, Room 209; 1400 Fifth Avenue, San Rafael, CA, and available from the California Department of Industrial Relations' Internet website at http://www.dir.ca.gov/DLSR/PWD. The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are set forth in the Special Provisions and in copies of the Special Provisions that may be examined at the offices described above where project plans, special provisions, and bid forms may be seen. Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of the Special Provisions. Future effective general prevailing wage rates, which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. Attention is directed to the Federal minimum wage rate requirements in the Special Provisions. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate, which most closely approximates the duties of the employees in question. 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 3:00 PM, Monday, February 22, 2010. The City reserves the right to reject any or all bids or to waive any informality in a bid. ESTHER C. BEIRNE City Clerk Dated: January 22, 2010 CITY OF Mayor Albert J. 8oro Council Members Greg Brockbank Damon Connolly Barbara Heller Marc Levine PUBLIC WORKS - ADMIN/ENGINEERING: (415) 485-3355 FAX: (415) 485-3334 FAXED, E-MAILED AND MAILED January 20, 2010 P. O. No. 00449 File No: 16.01.241.02 Independent Journal P.O. Box 6150 Novato, CA 94949 FAX NO: 382-1535 Attn: Donna Lazarus Re: NOTICE INVITING SEALED PROPOSALS - NON -MOTORIZED TRANSPORTATION PILOT PROGRAM (NTPP) TERRA LINDA -NORTH SAN RAFAEL IMPROVEMENTS PROJECT NO: 11118 Enclosed is one copy of Notice Inviting Sealed Proposals for Public Works entitled: "NON -MOTORIZED TRANSPORTATION PILOT PROGRAM (NTPP) TERRA LINDA -NORTH SAN RAFAEL IMPROVEMENTS ". Please publish the enclosed notice on Friday, January 22, 2010 and furnish its with Galley Proof and Proof of Publication in duplicate. Thank you for your cooperation in this matter. Sincerely yours, Leslie Blomquist Associate Civil Engineer LB:dw Enclosure (1) cc: Esther C. Beime, City Clerk (2 copies-w/encls.) Project Engineer (w/encl.) Secretaries (2) (w/encl.) 111 Morphew Street, P. O. Box 151560, San Rafael, CA 94915-1560 f.. 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 NON -MOTORIZED TRANSPORTATION PILOT PROGRAM (NTPP) TERRA LINDA— NORTH SAN RAFAEL IMPROVEMENTS CITY PROJECT NO. 11118 FEDERAL AID PROJECT NO. NMTPL-5043(026) Each bid shall be in accordance with the plans and specifications adopted by the City of San Rafael City Council on January 19, 2010, and other contract documents, now on file with the City Clerk, City Hall, San Rafael, California; and may be examined and copies may be obtained at the Department of Public Works, 111 Morphew Street, P.O. Box 151560, San Rafael, CA 94901. Cost shall be One Hundred Dollars ($100.00) per set, non-refundable. Cost of mailing sets shall be an additional Ten Dollars ($10.00) per set. The UDBE Contract goal is 2.27% (percent). THIS PROJECT IS SUBJECT TO THE "BUY AMERICA" PROVISIONS OF THE SURFACE TRANSPORTATION ASSISTANCE ACT OF 1982 AS AMENDED BY THE INTERMODAL SURFACE TRANSPORTATION EFFICIENCY ACT OF 1991. Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in the county, or counties, in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are set forth in the General Prevailing Wage Rates for this project, available at the Office of the City Clerk located at City Hall, Room 209; 1400 Fifth Avenue, San Rafael, CA, and available from the California Department of Industrial Relations' Internet website at http://wwNv.dir.ca.gov/DLSR/PWD. The Federal minimum wage rates for this project as predetermined by the United States Secretary of Labor are set forth in the Special Provisions and in copies of the Special Provisions that may be examined at the offices described above where project plans, special provisions, and bid forms may be seen. Addenda to modify the Federal minimum wage rates, if necessary, will be issued to holders of the Special Provisions. Future effective general prevailing wage rates, which have been predetermined and are on file with the California Department of Industrial Relations are referenced but not printed in the general prevailing wage rates. Attention is directed to the Federal minimum wage rate requirements in the Special Provisions. If there is a difference between the minimum wage rates predetermined by the Secretary of Labor and the general prevailing wage rates determined by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate. The Department will not accept lower State wage rates not specifically included in the Federal minimum wage determinations. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage determinations. Where Federal wage determinations do not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate, which most closely approximates the duties of the employees in question. 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 3:00 PM, Monday, February 22, 2010. The City reserves the right to reject any or all bids or to waive any informality in a bid. /2e ;-p C . i?,e4 z,-4 ESTIIER C. BEIRNE City Clerk Dated: January 22, 2010