Loading...
HomeMy WebLinkAboutPW Dominican/Black Canyon Neighborhood Landscape Proj.Agenda Item No: 11 Meeting Date: May 18, 2009 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Public rI J Prepared by-rDe-ireAgp4rfludtieWo''rk-s City Manager Approval: (JC) File No. 16.06.228 SUBJECT: REPORT OF BID OPENING AND RESOLUTION AWARDING THE CONTRACT FOR DOMINICAN / BLACK CANYON NEIGHBORHOOD LANDSCAPE PROJECT, PROJECT NO. 11059, TO FIELDSTONE CONSTRUCTION CO., IN THE AMOUNT OF $63,536. RECOMMENDATION: Adopt resolution. BACKGROUND: In 1971, Caltrans planned to landscape the area east of the Central San Rafael Highway 101 corridor adjacent to Belle and Villa Avenues. The project was never constructed due to lack of funds. The current sound wall was constructed in 1986. Once again a planned landscape project was abandoned because funds were diverted to another project. This project is strongly supported by the residents of the Dominican Black Canyon neighborhoods who have been forced to live with the impact of this incomplete project for the past 38 years and tirelessly worked to make this project happen. A Grant application to fund 90% of an estimated total cost of $128,000 was approved by Caltrans on October 28, 2004. However Caltrans High Occupancy Vehicle Project has delayed this landscape project for years while Caltrans decided whether they would relocate the sound wall or not. On February 23, 2009 Caltrans approved encroachment permit for construction of this project. This project plans were reviewed and approved by MMWD. Bids for Dominican / Black Canyon Neighborhood Landscape Project were opened on April 28, 2009. ANALYSIS: Design for this project has been prepared by Abey Arnold and Associates, revised and approved by Caltrans, Marin Municipal Water District, City of San Rafael Parks and Public Works. Design elements include adding new plants and irrigation to existing planting areas on FOR CITY CLERK ONLY File No.: t4 - 1' 10017 Council Meeting: S1 iS(01 Disposition: RC--S01,V?IO,J J* Pok;r44 RL.. USED #11 SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2 the east side of the Highway 101 sound wall. The two primary areas are along Belle Avenue and Villa Avenue. A secondary planting area is at the elbow of Elm Street. The design intent is to screen and soften views of the existing sound wall as well as improvement on the overall streetscape character. The following is a list of the Engineer's Estimate and the bids received: Engineer's Estimate $116,050.00 1. Fieldstone Construction Co. $ 63,536.00 2. Watkin & Bortolussi, Inc. $ 99,226.00 3. Haford ARC $145,419.10 4. Neary Landscape, Inc. $196,050.00 Refer to the attached Bid Summary Sheet for complete details on Unit and Total Prices of Items. FISCAL IMPACT: The total projected cost for this prosect is as follows: Category -Eden Expense Code Amount Note(s) Design -01 $18,110 Abey Arnold and Associates Construction -02 $63,536 Lowest bid Construction -02 $6,353 10% Contingency Construction Management -03 In -House Land Acquisition -04 Site Testing -05 Furniture and Equipment -06 Supplies and Services -07 Personnel -08 Water Meter - 99 $11,700 Three (3) meters at $3,900 each. Construction Inspection -99 In -House Total Projected Cost $99,699.00 Source Amount Note(s) Caltrans EEMP $89,729.10 City Match $9,969.90 Total Available Funds $99,699.00 OPTIONS: The Engineer's Estimate was $116,050. Fieldstone Construction Co. with a bid of $63,536 is the lowest and responsible bidder for this project. The City Council may reject all bids, but staff does not recommend this option, since the bids reviewed are very competitive and well within current construction costs. ACTION REQUIRED: Staff recommends that the City Council adopt the resolution awarding the contract to Fieldstone Construction Co. in the amount of $63,536. Enclosures (2) 1. Bid Summary 2. Resolution SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2 the east side of the Highway 101 sound wall. The two primary areas are along Belle Avenue and Villa Avenue. A secondary planting area is at the elbow of Elm Street. The design intent is to screen and soften views of the existing sound wall as well as improvement on the overall streetscape character. The following is a list of the Engineer's Estimate and the bids received: Engineer's Estimate $116,050.00 1. Fieldstone Construction Co. $ 63,536.00 2. Watkin & Bortolussi, Inc. $ 99,226.00 3. Haford ARC $145,419.10 4. Neary Landscape, Inc. $196,050.00 Refer to the attached Bid Summary Sheet for complete details on Unit and Total Prices of Items. FISCAL IMPACT: The total projected cost for this project is as follows: Category -Eden Expense Code Amount Note(s) Design -01 $18,110 , Abey Arnold and Associates Construction -02 $63,536 Lowest bid Construction -02 $6,353 10% Contingency Construction Management -03 In -House Land Acquisition -04 Site Testing -05 Furniture and Equipment -06 Supplies and Services -07 Personnel -08 Water Meter - 99 $11,700 Three (3) meters at $3,900 each. Construction Inspection -99 In -House Total Projected Cost $99,699.00 We request that the Council approve 88,000.00 for the project, from the following funding source(s): Source Amount Note(s) Caltrans EEMP $89,729.10 City Match $9,969.90 Total Available Funds $99,699.00 OPTIONS: The Engineer's Estimate as $116,050. Fieldstone Construction Co. with a bid of $63,536 is the lowest and responsib bidder for this project. The City Council may reject all bids, but staff does not recommend t is option, since the bids reviewed are very competitive and well within current construction c sts. ACTION REQUIR Staff recommends that the City Council adopt the resolution awarding the contract to Fieldstone Construction Co. in the amount of $63,536. Enclosures (2) 1. Bid Summary 2. Resolution 0 O 2. n n fl1 � O co cn F w 77, -}7 0 N l J l< CD a = 1 C CDCD3--v d og CDO CL 0 C � Q CL 0. ill CD O T ;K- V y O CDD' 0 rn A w N - o m wno a, ° cp C n °a CL �y n ;9 I Sc° I go n n ° CD o a n n v m En g c a 00m n - io to m ^1 A i W i i �•-� �p A stn ' O i0 i0 ' CD i0 CD i0ref] VI m m o �o �o �o to .o EA n m '-1 �• �' C C I C I C 1 0 1 �yrri cfDo ,O O 10 �O i0 O 'O 0 'O O O O i 0 1 0 i 0 1 0 i 0 O ' O O ' O O !L FA w ro E ::4 — i N '� C�F•i d w i i i C i"D (] "!� In O^ CD 1 0 In CD i 0 (31 I R P11 "'� O OCO N O i VI i0 i0 i O i0 to m O I > a o � W1.-J--. � In 1 J 1 to 1 � N o .j 1a U'p, s w � C � in � i., .--• i C � �D D m o •• a 0 10 is i"� 0 0 "D u to W i n r O a r' O tD W i O, ,p, i 04 i T ' V I m 14 1 10 O O O :'a : O 1' 'D O 1 1 O, O : O 3 'o �' 0 0 ;o to ;o ;o A i iA i iN ro En N O ^+ n in�rn 'CD n , m w C y, O O ' O? i 0 i W j O O O i 0 a�� A UI A W i N i A 104 i i W i �D i N 1 w 0 "'i A0 J n .6 N w i N N J J y °� 901. O O .0 N i 0 ' A i — i 0 ' W i 0 tcie so .}L � w 1� ° S ° O n E O iA ice- 'O i0 (') CD tui ... �c o [n .j 0 �+ O a O 1 0 1 0 CD 1 0 CD('S 1 0 1!f a N G A d CD CD 'C U. 0 0 o A !-A. 'CD o i ;o S" � O O ' O i 0 ' O ' O i 0 w N N I O 1 0 4 104 i i J Ln O iA sO to C CD tj (21 — i O S O� 'O iOt iJ iOAo iln a J N I O 0 4 D D J ,� M 004 O �O �O �w 1� 'tJi1 0 O 2. n n fl1 � O co cn F w 77, -}7 0 N l J l< CD a = 1 C CDCD3--v d og CDO CL 0 C � Q CL 0. ill CD O T ;K- V y O CDD' 0 RESOLUTION NO. 12744 REPORT ON BID OPENING AND RESOLUTION AWARDING THE CONTRACT FOR DOMINICAN / BLACK CANYON NEIGHBORI°IOOD LANDSCAPE PROJECT, PROJECT NO. 11059, TO FIELDSTONE CONSTRUCTION CO., IN THE AMOUNT OF $63,536. WHEREAS, on the 28`h day of April, 2009, pursuant to due and legal notice published in the manner provided by law, inviting sealed bids for 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: "DOMINICAN / BLACK CANYON NEIGHBORHOOD LANDSCAPE PROJECT" PROJECT NO. 11059 in accordance with the plans and specifications therefore on file in the office of said City Clerk; and WHEREAS, the work designated on the Dominican / Black Canyon Neighborhood Landscape Project Contract Documents is eligible to be funded utilizing Caltrans Environmental Enhancement and Mitigation Program (EEMP) funds; and WHEREAS, the bid of Fieldstone Construction Co. 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 therefore; NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Rafael, that the bid of Fieldstone Construction Co. is hereby accepted at said prices and that the contract for said work is hereby awarded to Fieldstone Construction Co. 'U/ 4, h 11v IT IS FURTHER ORDERED AND RESOLVED, that the City Manager of said City be authorized and directed to execute a contract with Fieldstone Construction Co. for said work, in a form approved by the City Attorney, and to return the bidders bond upon the execution of said contract. RESOLVED FURTHER, that the Council does hereby authorize the Director of Public Works 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, City 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 18th day of May, 2009, by the following vote, to wit: AYES: COUNCIL MEMBERS: Brockbank, Connolly, Heller, Miller & Mayor Boro NOES: COUNCIL MEMBERS: None ABSENT: COUNCIL MEMBERS: None ESTHER C. BEIRNE, City Clerk File No. 16.06.228 City of San Rafael ♦ California Form of Contract Agreement For Dominican / Black Canyon Neighborhood Landscape Proi ect No. 11059 This Agreement is made and entered into this 18 day of May 2009 by and between the City of San Rafael (hereinafter called City) and Fieldstone Construction Co. (hereinafter called Contractor). Witnesseth, that the City and the Contractor, for the considerations hereinafter named, agree as follows: lI - 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: Dominican / Black Canyon Neighborhood Landscape, Project No. 11059, 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 the City by the contractor under this agreement shall be primary and in excess of any other insurance available to the City. III- Time of Completion (a) The work to be performed under this Contract shall be commenced within five (5) CALENDAR DAYS after the date of written notice by the City to the Contractor to proceed. (b) Complete the work within 35 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 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. NO. ITEM QUANTI UNIT UNIT TOTAL PRICE TY S PRICE 1. Mobilization & 1 LS @ $2,966.00 = $2,966.00 Traffic Control ... ... ... ... ... ... ... ... ... ... 2. Clearing and 1 LS @ $1,000.00 = $1,000.00 Grubbing ........ ....... 3. Asphaltic Concrete 870 LF @ $6.00 $5,220.00 Dike 4. Irrigation System 1 LS @ $27,545.00 = $27,545.00 $0.25 $5,000.00 5. Soil Preparation 20,000 SF 6. Planting and 1 LS @ $21,805.00 = $21,805.00 Maintenance GRAND TOTAL BID $63,536.00 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 ftilly performed, he will promptly issue a Notice of Completion, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the City within 15 days after the expiration of 35 days following the date of recordation of said Notice of Completion. (b) Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to the City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (c) 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: Esther C. Beirne City Clerk APPROVED AS TO FORM: R rt F Epstein City Attorney File No.: 16.01.228 CITY OF SAN RAFAEL: K,PM I acal� Ke ordhoff City Ma ager I U • •- ff or . n�,{�. e,•;� enerafEnguteerang &Lan&cape Contractors 915Faugh t err: Santa Rosa, CA 95403 MAYOR CITY OF SAN RAFAEL Albert J. Boro COUNCIL MEMBERS el Department of Greg Brockbank Public Works Damon Connolly Cyr Miller Barbara Heller INSURANCE REQUIREMENTS SHEET SUBJECT: WORKERS' COMPENSATION AND PUBLIC LIABILITY PROPERTY DAMAGE INSURANCE (PUBLIC WORKS CONTRACTS) The City of San Rafael requires that all Contractors and Subcontractors performing work under a Public Works contract with the City, carry workers' compensation insurance, public liability insurance and property damage insurance. The public liability insurance and property damage insurance shall insure the City, its elective and appointive Boards, Commissions, Officers, Agents and Employees, as follows: Public Liability: Not less than $1,000,000.00 per person and $5,000,000.00 for one occurrence. Property Damage: Not less than $1,000,000.00 for one occurrence. The required insurance may be provided by a separate policy insuring the City, its elective and appointive Boards, Commissions, Officers, Agents and Employees or, if the contractor already has insurance, he may provide the City with the required insurance by submitting a certificate of insurance and a standard form of additional insured endorsement. For this latter purpose, the City will accept the following: "IT IS HEREBY UNDERSTOOD AND AGREED THAT THE CITY OF SAN RAFAEL, its officers, agents and employees, are additional insureds hereunder but only as respects liability arising out of the land and/or property and/or work described in the Public Works contract for the project entitled, Dominican / Black Canyon Neighborhood Landscape Project, Project No. 11059 between the City of San Rafael and Fieldstone Construction Co. for the work and the improvements described therein." The contractor shall provide satisfactory evidence to the City that the required liability insurance is primary and excess of any other insurance available to the City. Evidence of satisfactory insurance must be furnished to the City at the time of the execution of the Public Works contract together with evidence that the insurance carrier will not cancel or reduce the coverage of the policy without first giving the City at least thirty (30) days prior notice. Such notice shall be sent to: CITY OF SAN RAFAEL DEPARTMENT OF PUBLIC WORKS P. O. BOX 151560 SAN RAFAEL, CA 94915-1560 REVISED 4/21/09 File No: 16.01.228 CITY OF Mayor Albert J. Boro Council Members Greg Brockbank Damon Connolly Barbara Heller Cyr N. Miller PUBLIC WORKS - ADMIN/ENGINEERING: (415) 485-3355 FAX: (415) 485-3334 May 19, 2009 Fieldstone Construction Co. Gil Labrocherie 5915 Faught Rd. Fanta Rosa Ca 95403 Gentl 16.01.228 DOMINICAN / BLACK CANYON NEIGHBORHOOD LANDSCAPE PROJECT PROJECT NO. 11059 The San R; ifael City Council on May 18, 2009 awarded the referenced contract to your firm for the low bid o.$63,536-00. Enclosed are the original and two copies of the project agreement which you are required to execute within five (5) days from receipt of this letter. Please take the following steps: AGREEMENT 1. Execute all three copies. NOTE: If you are a corporation, two signatures are required; one by the Chairman of the Board, the President or any Vice President, AND one by the Secretary, Assistant Secretary, Chief Financial Officer or any Assistant Treasurer. Alternatively, you may provide a corporate resolution stating that the individual who signs is authorized to bind the corporation. 2. Return all three copies to us. You will receive a fully executed copy later. BONDS Furnish a Faithful Performance Bond in the sum of $63,536.00. 2. Furnish a Labor and Materials Bond in the sum of $63,536.00. 3. Date the Bonds May 18, 2008 since the Agreement will be dated May 18, 2008 4. The description of work in both bonds should be "Dominican / Black Canyon Neighborhood Landscape Project" Page Two 111 Morphew Street, P. O. Box 151560, San Rafael, CA 94915-1560 5. The Obligee on both Bonds must be the City of San Rafael. 6. Please give your bonding company a copy of this letter as a guide. 7. Send the bonds in duplicate to our office. INSURANCE 1. Furnish Certificates of Insurance as provided in the specifications and as described on the enclosed "Insurance Requirements Sheet", including Workers' Compensation, Public Liability, and Property Damage. The required insurance may be provided by a separate policy or certificate of insurance insuring the City for public liability and property damage. The required cross -liability endorsement MUST READ EXACTLY AS STATED on the enclosed Insurance Requirement Sheet. Be sure to attach the endorsement to your insurance certificate. That portion of the cancellation clause pertaining to "Failure of the insurance company to mail notice of cancellation imposing no obligation or liability upon the company" must be deleted from the certificate of insurance. Please cross out and initial the deleted portion. 2. Send the Insurance Certificates in duplicate to our office. 3. Please give your insurance carrier a copy of this letter as a guide. 4. The liability insurance provided to the City by the contractor shall be primary and in excess of any other insurance available to the City. Should you, your bonding company, or your insurance carrier have any questions, please contact our Engineer at 485-3355. Sincerely yours, i� JOEL CAMACHO Civil Engineer JC:dw Enclosures (4): 3 Agreements 1 Insurance Requirements Sheet cc: Nader Mansourian, Assistant Public Works Director Parviz Mokhtari, Interim Public Works Director 111 Morphew Street, P. O. Box 151560, San Rafael, CA 94915-1560 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 a reement. 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; Ci bonds, and insurance certificates and f/ el endorsements. 5 City Manager / Mayor r or Agreement executed by Council authorized rr Xi Department Head official. V 6 City Clerk City Clerk attests signatures, retains original agreement and forwards copies to the contracting department. To be completed by Contracting Department: 4 � �Af � f w��� Project Manager.- '.,,"( C r�..�� Project Name Agendized for Cit ouncil Meeting of (if necessary):,. If you have questions on this process, please contact the City Attorney's Office at 485-3080. * Council approval is required if contract is over $20,000 on a cumulative basis. FIELDCONSI ACORD,M CERTIFICATL- OF LIABILITY INSUR*-.�JCE DATE 5/20/2(MM/D0/YYYY) 009 PRODUCER Commercial Lines - (707) 769-2900 Wells Fargo of California Insurance Services Inc. 1039 N. McDowell Blvd. Petaluma, CA 94954-1173 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 NAIC # INSURED Fieldstone Construction Company 5915 Faught Rd Santa Rosa CA 95403 INSURER A. Interstate Fire $ Casualty Co. 22829 INSURER B Mt. Hawley Insurance Company 37974 INSURER C. 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. LTR NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE MMIDD/YY POLICY EXPIRATION DATE MM/DDIYY LIMITS A San Rafael, CA 94915-1560 GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY LIC1000483 01/26/2009 01/26/2010 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED $ 100,000 MED EXP (Any one person) $ 5,000 CLAIMS MADE Fx_1 OCCUR PERSONAL & ADV INJURY $ 1,000,000 X BI/PD Ded $2,000 GENERAL AGGREGATE $ 2,000,000 KEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY PRO LOC JECT AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO AUTO ONLY: AGG $ B EXCESS/UMBRELLA LIABILITY EMX0310907 01/26/2009 01/26/2010 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 X OCCUR FICLAIMS MADE $ DEDUCTIBLE $ RETENTION $ WC STATU• OTW WORKERS COMPENSATION ANDLIMITS I I FR E L. EACH ACCIDENT $ EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L. DISEASE EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ If yes, describe under SPECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS CG 20 10 10 01 RE: Dominican/Black Canyon Neighbourhood Landscape Project, Project No. 11059 It is hereby understood and agreed that the City of San Rafael, its officers, agents and employees are additional insured hereunder but only as respects liability arising out of the land and/or property and/or work described in the Public Works Contract for the project entitled, Dominican/Black Canyon Neighborhood Landscape Project, Project No. 11059 between the City of San Rafael and Fieldstone Construction CERTIFICATE HOLDER GANGtLLA I IUN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN City of San Rafael NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL Dept. of Public Works IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR PO Box 151560 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE n /►�`� / San Rafael, CA 94915-1560 er•nRn �� ronn�/nal c e 546234 n ACORD CORPORATION 198E (This certificate reDlaces certificate# 546233 issued on 5/20/2009) DESCRIPTIONS (Continued from Page 1) Co. for the work and the improvements described therein per attached endorsement referenced above. Coverage is primary per policy form. 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-S (2001/08) 2 of 2 #S915260/M915043 POLICY NUMBER: LIC1000483 COMMERCIAL GENERAL LIABILITY CG 20 10 10 01 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 Dept. of Public Works PO Box 151560 San Rafael, CA 94915-1560 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section II WHO IS AN INSURED is (1) All work, including materials, parts or amended to include as an insured the equipment furnished in connection with person or organization shown in the such work, on the project (other than Schedule, but only with respect to services, maintenance or repairs) to be liability arising out your ongoing performed on or on behalf of the additional operations performed for that insured. insured(s) at the site of the covered B. With respect to the insurance afforded operations has been completed; or to these additional insureds, the following is added: (2) That portion of "your work" out of which the injury or damage arises has been put to its 2. Exclusions intended use by any person or This insurance does not apply to "bodily organization other than another contractor injury" or "property damage occurring or subcontractor engaged in performing after: operations for a principal as a part of the same project. C�e�[iTi[�I�TiI Premium: $1,641.00 ISSUED WITH (3) ORIGNIALS PERFORMANCE TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA BOND Hartford, Connecticut 06183 (Public Work) Bond No.: 105040362 KNOW ALL BY THESE PRESENTS, That we, Fieldstone Construction Company , as Principal, and Travelers Casualty and Surety Company of America, a Connecticut corporation, as Surety, are held and firmly 0l' PA9.M19.nCv�`HodrS ThnRaoalars(Deptoo Dollars slic l($ 63,536.00 ) for thhelp yment whereof said Principal and Surety bind themselves, jointly and severally, as provided herein. WHEREAS, Principal has entered into a contract with Obligee dated May 18, 2009 for Dominican/Black Canyon Neighborhood Landscape # 11059, San Rafael, CA - Landscape & Irrigation ("Contract") NOW, THEREFORE, the condition of this obligation is such that if Principal shall perform the Construction Work to be done under the Contract, then this obligation shall be null and void; otherwise to remain in full force and effect. Surety's obligations hereunder shall not arise unless Principal is in default under the Contract for failing to perform the Construction Work, and has been declared by Obligee to be in default under the Contract for failing to perform the Construction Work; and Obligee has performed its obligations under the Contract. In such event, Surety shall have a reasonable period of time to: 1. Upon entering into an acceptable written takeover agreement with Obligee, undertake to perform and complete the Construction Work to be done under the Contract; or 2. Obtain bids or negotiated proposals from qualified contractors for a contract for completion of the Construction Work to be done under the Contract, arrange for a contract to be prepared for execution by Obligee and contractor, to be secured with performance and payment bonds executed by a qualified surety; or 3. Waive its right to perform or complete the Construction Work pursuant to paragraphs 1 and 2 above, and with reasonable promptness under the circumstances: (a) After investigation, determine the amount for which it may be liable to the Obligee and, as soon as practicable after the amount is determined, tender payment therefor to the Obligee; or (b) Deny liability in whole or in part and notify the Obligee citing reasons therefor. 4. The Contract balance, as defined below, shall be credited against the reasonable construction cost of completing the Construction Work to be performed under the Contract. If completed by Obligee pursuant to paragraphs 2 or 3 above, and the reasonable construction cost exceeds the Contract balance, Surety shall pay to Obligee such excess, but in no event shall the aggregate liability of Surety exceed the amount of this bond. If Surety completes the Construction Work pursuant to paragraph 1 above, that portion of the Contract balance as may be required to complete the Construction Work to be done under the Contract and to reimburse Surety for its outlays shall be paid to Surety at the times and in the manner as said sums would have been payable to Principal had there been no default under the Contract; provided, however, that to the extent that Surety's outlays exceed the Contract balance paid to Surety by Obligee, Surety shall be entitled to a dollar for dollar reduction of its liability under this bond, and Surety's aggregate liability shall not exceed the penal sum of this bond. The term "Contract balance," as used in the paragraph, shall mean the total amount payable by Obligee under the Contract and any amendments thereto, less the amounts properly paid by Obligee to Principal under the Contract. The term "Construction Work" as used herein shall mean the providing all labor and/or material necessary to complete Principal's scope of work under the Contract. Notwithstanding any language in the Contract to the contrary, the Contract balance shall not be reduced or set off on account of any obligation, contractual or otherwise, except the reasonable construction cost incurred in completing the Construction Work. 5. Any suit by Obligee under this bond must be instituted before the earlier of: (a) the expiration of one year from the date of substantial completion of the Construction Work, or (b) one year after Principal ceased performing the Construction Work under the Contract, excluding warranty work. If this bond is provided to comply with bond statutes in the location where the Construction Work is being performed, and the bond statutes contain a statute of limitations for suits on the performance bond, then the limitation period set forth herein shall Performance Bond — Page 1 of 2 5. This bond is provided to comply with a statutory or other legal requirement for performing construction contracts for public owners in the location where the construction work is being performed. Except as provided in paragraph 3 above, all provisions in the bond which are in addition to or differ from those statutory or legal requirements shall be read out of this bond, and all pertinent statutes and other legal requirements shall be read into the bond. This bond is a statutory bond, not a common law bond. Signed this 18th day of May , 2009 Fieldstone Construction Company (Principal) 0" 1 P "w By: ALY Gil Labr cherie —"4. Travelers Casualty and Surety Company of America By: �..� ... — Catherine A. Pinney , Attorney -in -Fact Payment Bond — Page 2 of 2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of Sonoma On May 18, 2009 before me, Nancy L. Wallis, Notary Public Date Here Insert Name and Title of the Officer personally appeared Catherine A. Pinney _ a. Name(s) of Signer(s) ol NANCY L. WALLIS COMM. #1811395 U NOTARY PUBLIC -CALIFORNIA Z SONOMACOUNTY My Comm. Expires Aug. 28. 2012 who proved to me on the basis of sfactory evidence to be the persopKwhose na I re subscrib o the within instrument and acknowled� me that h s hey executed the sa hi � eir authorized capacl , and that by hi�eir atuce*) fSn the instrument the perso , ort ntity upon behalf of which the persgD(a)— actecT, 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 m and and official se I. Signature Place Notary Seal Above S gn ture ofy Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name:----- ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item 45907 Reorder: Call Tall -Free 1-600-876-6627 PAYMENT BOND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA (Public Work) Hartford, Connecticut 06183 Bond No.: 105040362 KNOW ALL BY THESE PRESENTS, That we, Fieldstone Construction Company , as Principal, and Travelers Casualty and Surety Company of America, a Connecticut corporation, as Surety, are held and firmly bound unto City of San Rafael (Dept of Public Works) , as Obligee, in the sum of Sixty Five Thousand Six Hundred Thirty Five Dollars and 00/100 U.S. Dollars ($65,635.00 ) for the payment whereof said Principal and Surety bind themselves, jointly and severally, as provided herein. WHEREAS, Principal has entered into a contract with Obligee, dated May 18, 2009 for Dominican/Black Canyon Neighborhood Landscape # 11059, San Rafael, CA - Landscape & Irrigation ("Contract"). NOW, THEREFORE, the condition of this obligation is such that if Principal shall promptly make payment to all Claimants as hereinafter defined for all labor and material actually used, consumed or incorporated in the performance of the construction work to be performed under the Contract, then this obligation shall be void; otherwise to remain in full force and effect, subject, however, to the following conditions: 1. A Claimant is defined as one other than Obligee having a contract with Principal or with a direct subcontractor of Principal to supply labor and/or materials and said labor and/or materials are actually used, consumed or incorporated in the performance of the construction work under the Contract. I. 2. Principal and Surety hereby jointly and severally agree with Obligee that every Claimant as herein defined who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such Claimant's work or labor was done or performed or materials were furnished by such Claimant, may bring suit on this bond, prosecute the suit to final judgment for the amount due under Claimant's contract for the labor and/or materials supplied by the Claimant which were used, consumed or incorporated in the performance of the work, and have execution thereon; provided, however, that a Claimant having a direct contractual relationship with a subcontractor of Principal shall have a right of action on this bond only if said Claimant notifies Surety in writing of its claim within ninety (90) days from the date on which said Claimant did or performed the last labor and/or materials for which the claim is made. Obligee shall not be liable for the payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any Claimant: a. After the expiration of the earlier of: (1) one year after the day on which Claimant last supplied the labor and/or materials for which the claim is made; or (2) the limitation period set forth in the public works bond statutes, if any, in the location where the construction work is being performed. Any limitation contained in this bond which is prohibited by any law controlling in the state where the suit is filed shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by the law of that state, and said period of limitation shall be deemed to have accrued and shall commence to run on the day Claimant last supplied the labor and/or materials for which the claim is made; and b. Other than in a state court of competent jurisdiction in the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder. Surety's liability hereunder is limited, singly, or in the aggregate, to the penal sum of the bond set forth herein. Payment Bond — Page 1 of 2 be read out of this bond and the statute of limitation set forth in the bond statutes shall be read into this bond. If the limitation set forth in this bond is void or prohibited by law, the minimum period of limitation available to sureties as a defense in the jurisdiction of the suit shall be applicable, and said period of limitation shall be deemed to have accrued and shall commence to run no later than the earlier of (y) the date of substantial completion of the Construction Work, or (z) the date Principal ceased performing Construction Work, excluding warranty work. 6. No suit or action shall be commenced hereunder other than in a court of competent jurisdiction in the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 7. This bond shall not afford coverage for any liability of Principal for tortious acts, whether or not said liability is direct or is imposed by the Contract, and shall not serve as or be a substitute for or supplemental to any liability or other insurance required by the Contract. No right of action shall accrue on this bond to or for the use of any person or entity other than the named Obligee. 8. This bond is provided to comply with applicable statutory or other legal requirement for performing construction contracts for public owners in the location where the Construction Work is being performed. Except as provided in paragraph 5 above, all provisions in the bond which are in addition to or differ from applicable statutory or legal requirements shall be read out of this bond, and all pertinent statutes and other legal requirements shall be read into the bond. Signed this 18th day of May , 2009 Fieldstone Construction Company (Principal) By:�uG/ Gil Labroc Brie i Travelers Casualty and Surety Company of America By: ...v Catherine A. Pinney , Attorney-in-Fct Performance Bond — Page 2 of 2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of Sonoma } On May 18, 2009 before me, Nancy L. Wallis, Not Public , Date Here Insert Name and Title of the Officer personally appeared Catherine A Pinney_ Name(s) of Signer(s) A- 9h Its a lhwNw&l NANCY L. WALLIS COMM. ;`1811396 (� NOTARY PUBLIC - CALIFORNIA ;,UZ *' �j SONOMA COUNTY ,t� 14 My Comm. Explros Aug. 26, 2012 Place Notary Seal Above who proved to me on the basis ofsatisfactory evidence to be the persoy(ej'Whose name I re subscrib�the within instrument and ackn edged to me that h she hey executed the sa hi er eir authorized cap y(4&)—, and that b hi� eir turg(.&)-bn the instrument the personor t ntity upon behalf of which the persqu(ej' acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my nd and official seal. Signature� W Sig at a of Notar blic OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name ❑ Individual ❑ Corporate Officer —Title (s):_ ❑ Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s).............. ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: V 2007 National Notary Assobation - 9350 De Soto Ave., P.O. Box 2402 - Chatsworth, CA 91313-2402 - www.NationalNotary.org Item #5907 Reorder: Call Toll -Free 1-800-676-6627 WARNIp-HIS POWER OF ATTORNEY IS INVALID WITHOUTTHEr BORDER ......................... . ......... . .................. .................. .... ... . . ... .... . . AM POWER OF ATTORNEY TRAVELERSFarmington Casualty Company St, Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St, Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney -In Fact No.. 220020 Certificate No. 002929784 KNOW AIJ, MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York, that St. Paul Fire and Marine Insurance Company, SL Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisc-onsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Catherine A. Pinney, Bruce G. Okirepkie, and Nancy L. Wallis of the City of _P211111111M , State of their true and lawful Attorney(s) -in Tact, each in thei useparate capacity if rune th art one is narned above, to sign, execute, seal and acknowledge any and lull bonds, recogru zances, , condit ionat under taki ngs and other writings, obligatory in the nature thereof on behalf of the Companies in flicir business of guanameerqg the fidelity offtersons, guaranteeing the performance of contracts and executing or guaraiite6ng bonds arid undertakings retimired ou pennitted in anyactions or proceedings rutlowred by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 9th day of, April 2009 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guarantl, Insurance UuderwdLu,,4, Inc. Seaboard Surety Company Ct. Paul Fire and Marine Insurance Company St, Paul Guardian Insurance Company St, Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company State of Connetiicra k. City of Hartford By7 /icomv�t-Thorn[nan, kroor lice President" I On this the 9th clay of , rH 2009 , before, me personally appeared George W. Thonipson, who acknowledged himself to be the ----------------- e Senior Vice President. of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of Ainerica, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himselfas a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. ?� OWD� .00 * OLINMy Commission expires the 30th day of June, 2011. Tetreault, Notary Public CW 58440-5-07 Printed in U.S.A. WARNING: MIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNW 6 F:=� A T ifVlEwVi§ This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards or Directors of Farmington Casualty Company, FMejity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, SL Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED 'that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in. -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any o1' said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOIXED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, amy Second Vice President, the Treasurer, any Assistant' Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Coinpany'sseai by a Secretary or Assistant secretary, or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers:: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any cortific,aie icianing thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and underutkmgs and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be vand and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the tlornpwrin the ftnure with respect to any bond or understanding to which it is attached, 1, Kori M.Johanson, the undersigned, Assistant Secretary, of Farmington Casuafty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, SL Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St, Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Cornpany of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked, IN 'I'ESTIMONY WHEREOF, I have hereunto set irau,y hanrl and affixed the seals of said Companies dris .18t.11 day of Ma. y . . . ......... 20 �Kofi M. Johans(. AssistantSecrNary. Ib vee Hy the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above named individuals and the details of the bond to which the power is attached. CITY OF SAN RAFAEL ROUTING SLIP / APPROVAL FORM INSTRUCTIONS: USE THIS FORM WITH EACH SUBMITTAL OF A CONTRACT, AGREEMENT, ORDINANCE OR RESOLUTION BEFORE APPROVAL BY COUNCIL / AGENCY. SRRA / SRCC AGENDA ITEM NO. // DATE OF MEETING: May 18, 2009 FROM: Joel Camacho DEPARTMENT: Public Works DATE: 5/12/09 TITLE OF DOCUMENT: REPORT OF BID OPENING AND RESOLUTION AWARDING THE CONTRACT FOR DOMINICAN / BLACK CANYON NEIGHBORHOOD LANDSCAPE PROJECT, PROJECT NO. 11059, TO FIELDSTONE CONSTRUCTI.QN-9., IN THE AMOUNT OF $63,536. *** *** *** *** *** *** *** *** *** *** *** *** *** *** (LOWER HALF OF FORM FOR APPROVALS ONLY) APPROVD AS COUNCIL / AGENCY APPROVED AS TO FORM: AGN ITEM: x a6 r (signature) City Attorney (signature) NOT APPROVED REMARKS: File No.: 16.01.228