HomeMy WebLinkAboutPW Third & Cijos Parking Lot Improvement ProjectM
Agenda Item No: 3 * j
Prepared by:City- Manager Approval,
Director of Public Works (LB)
File No.: 06.01.2031
;►-)UBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL -
AWARDING A CONTRACT FOR THE THIRD STREET AND CIJOS STREET
PARKING LOT IMPROVEMENTS, CITY PROJECT NO. 11200, TO
COASTSIDE CONCRETE IN THE AMOUNT OF $322,065.00.
RECOMMENDATION:
Staff recommends that the City Council adopt the resolution awarding the construction contract to
Coastside Concrete in the amount of $322,065.00.
BACKGROUND:
The parking lot located at the comer of Third Street and Ojos Street is one of the oldest parking lots in the
City. In researching the development of this lot, staff found documentation that it was originally
improved over 100 years ago. It was no doubt used by horses and carriages prior to the automobile. The
current parking lot was constructed in 1959 and is striped to accommodate 58 parking spaces. The
reconstruction of this parking lot addresses the following issues:
Parking Space Dimensions
Since the construction of this parking lot over 50 years ago, the City's required parking space dimensions
have changed significantly. Current spaces have substandard widths and narrow aisle back out space.
Reconstruction will upgrade parking space dimensions to meet current city standards.
Americans with Disabilities Act Compliant Parking Spaces
This parking lot was specifically identified in 2004 by the Federal Department of Justice (DOJ) for its
lack of compliance with the Americans with Disabilities Act (ADA). Existing accessible parking spaces
do not allow compliant access to the sidewalk. Reconstruction will include two new accessible parking
spaces, as required by the Settlement Agreement between the City and the Department of Justice.
Safety Lighting
The proposed project will include the installation of new light emitting diode (LED) safety lighting to
replace existing high pressure sodium lighting. This change is in accordance with the City of San
Rafael's Climate Change Action Plan CC .P recommended program BU5 which states: "Develop a
program to achieve energy savings in existing buildings with a goal of decreasing energy use by 20
percent as of the year 2020."
Rile No.:
C o u n c *11 Meet*inge Gcc J
141sposition: t
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Pa 2
Electric Vehicle Charging Stat on
The project also includes the installation of electric vehicle charging stations that will be available at no'
charge to the public. This improvement is in accordance with the City of San Rafael's CCAP
recommended program LF8 which states: "Encourage ownership of plug-in electric vehicles, as they
become available and in use,, by providing charging stations in City garages and parking lots, consider
requirements for charging stations in newly constructed private parking facilities, and participate- in
regional efforts to encourage widespread availability of charging stations."
Other Improvements
The reconstruction will include asphalt concrete resurfacing of the entire parking lot, installation of eight
trees', installation of eight bicycle parking racks, installation of two pay stations to replace parking meters,,
and enhanced safety by closing the access driveway on Third Street (all vehicles will enter and exit the
parking lot from C**os Street).
ii
On August 19, 2013, 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 on August
22, 2013, and sealed bids were publicly opened and read aloud on September 5, 2013 at 2:00 PM. The
engineer's estimate was $340,000. The following bids were received:
NAME OF BIDDER
AMOUNT
Coastside Concrete
$3221065.00
Ghtlotti Brothers, Inc.
$364588.00
Maggiora & Ghilotti, Inc.
$3671,677.00
W.R. Forde Associates
$373300.00
Ghilotti Construction Company
$42724 1.00
CF Contracting, Inc
$53 1 325.00
The referenced bids have been reviewed by Public Works staff and found to be both responsive and
responsible. The low bid from Coastside Concrete in the amount of $322,065.00 falls within the
FISCAL EVIPACT:
To date, a total of $11 � 123.77 has been charged to this project for topographic survey, geotechnical
soil testing, and document reproduction from the original project appropri at ions of $250,000. The
remaining project expenditures include the construction to be performed by Coastside Concrete and a
recommended contingency of approximately 18%, bringing the total project budget and
appropriations to $390,000.00 in the Parking Services enterprise fund. The following tables
summarize the revenue and expenses associated with this project.*
a-111AN"_ ,
Parking Services Fund $39000.00
Total Funding Available S390,000.00
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Pa2e: 3
pmq�pp�p i
wff:�111 11 11[115 1 1 M I 1 11 H�
Topographic Survey, Geotechnical Soil
Testmea, Document Revroduction
Remaining Expenses
Construction -02 $322065.00 Base Bid Contract Amount
Construction -02 $56811.23 awl, Ilium
Total Project Cost $390,000.001,
The project design was completed by Department of Public Works engineering staff at a cost o
approximately $52,000. Additional construction inspection by Public Works staff is required to revie
Ind manage the construction work,, at an estimated cost of $35,000. The total estimated staff cost o
$87,000 is not shown in the tables above. I
OPTIONS:
I Adopt the resolution awarding the contract to Coastside Concrete, the lowest responsive and
responsible bid, in the amount of $322,065.00. If this option is chosen, construction will
commence as soon as possible and, if weather allows, the new parking lot will be completed
before Thanksgiving 2013.
2. Do not award the contract and direct staff to rebid the project. If this option is chosen, rebidding
will delay construction until summer 2014.
3. Do not award the contract and direct staff to stop working on this project. If chosen, this option
will place the City out of compliance with the 2004 Department of Justice Settlement Agreement
which specifically calls for upgrades to the accessible parking spaces located within this parking
lot.
ACTION REQUIRED"
Adopt resolution awarding a contract to Coastside Concrete in the amount of $322,065.00 and
p %-.,
appropriating funds in the project.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN
RAFAEL AWARDING A CONTRACT FOR THE THIRD STREET AND
CIJOS STREET PARKING LOT IMPROVEMENTS, CITY PROJECT NO.
112009 TO COASTSIDE CONCRETE IN THE AMOUNT OF $322,065*00*
WHEREAS, on the 5'h day of September, 2013, 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:
0 j
"Third Street and Cios Street Parking Lot Improvements"
City Project No, 11200
In accordance with the plans and specifications therefore on file in the office of said City Clerk;
re - wed
WHEREAS, the bid of Coastside Concrete at the unit prices stated in its bid was and is
the lowest and best bid for said work and said bidder is the lowest responsible bidder; and
WHEREAS, there are sufficient funds in the Parking Services fund to support this
contract.
1. The bid of Coastside Concrete is hereby accepted at said unit prices and that the
contract for said work and improvements is hereby awarded to Coastside Concreti
at the unit prices mentioned in said bid.
2. The Public Works Director and the City Clerk of said City are authorized and
directed to execute a contract with Coastside Concrete in a form approved by thi
City Attorney, for said work and to return the bidder's bond upon the execution of
Bald contract.
al
3. Funds totaling $390,000 will be appropriated for City Project No. 11200 in the
The Public Works Director is hereby authorized to take any and all such actions
and make changes as may be necessary to accomplish the purpose of this
I-, ESTHER C, BEIRNE, Clerk of the City of San Rafael, hereb������
foregoing Resolution was duly and regularly introduced and adopted at a regular meeting of thi
City Council of said City held on the Monday, the 16th day of September, 2013 by the following
AYES: COUNCILMEMBERS: Colin, Connolly, Heller, McCullough & Mayor Phillips
NOES: COUNCILMEMBERS: None
Jim
I NO I _XUv 1,
File No.: 06.01.203
ESTHER C. BEIRNE, City Clerk
City of San Rafael *California
Form of Contract Agreement
for
3rd Street and CU**os Street Parkin iz Lot Improvements
City Project No. 11200
This Agreement is made and entered into this 16th day of September 2013 by and between the City of San Rafael
(hereinafter called City) and Coastside Concrete, a Partnership (hereinafter called Contractor). Witnesseth, that
the City and the Contractor, for the considerations hereinafter named, agree as follows:
1- Scope of the Work
The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to
perform all of the work described in the plans and specifications for the project entitled: Third Street and Cijos
Street Parking Lot Improvements, City Project No. 11200, 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.
11- Time of Completion
(a) The work to be performed under this Contract shall be commenced within FIVE (5) WORKING DAYS after
the date of written notice by the City to the Contractor to proceed.
(b) All work shall be completed, including all punchlist work, within THIRTY (30) WORKING DAYS and with
such extensions of time as are provided for in the General Provisions.
III - Liquidated Damages
It is agreed that, if all the work required by the contract is not finished or completed within the number of working
days as set forth in the contract, damage will be sustained by the City, and that it is and will be impracticable and
extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by
reason of such delay; and it is therefore agreed that the Contractor will pay to the City, the sum of $1,900 for each
and every working day's delay in finishing the work in excess of the number of working days prescribed above; and
the Contractor agrees to pay said liquidated damages herein provided for, and further agrees that the City may
deduct the amount thereof from any moneys due or that may become due the Contractor under the contract.
IV - The Contract Sum
The City shall pay to the Contractor for the performance of the Contract the amounts determined for the total
number of each of the units of work in the following schedule completed at the unit price stated. The number of
units contained in this schedule' is approximate only, and the final payment shall be made for the actual number of
units that are incorporated in or made necessary by the work covered by the Contract.
ITEM
DESCRIPTION
ESTIMATED
QUANTITY
UNIT
UNIT PRICE
TOTAL
PRICE
I
Mobilization
I
LS
ra-)
$5,000.00
$5,000.00
2.
ns and Traffic Control
I
a LS
Cd
$ 101000.00
$1000.00
3.
_§
Clearing & Grubbmig
I
LS
$15,000.00
$151000.00
4.
Full Width Grinding
I
LS
Ca 1
$7,500.00
$7 500.00
5.
Aggregrate Base (Class 2)
350
TON
$50.00
$17,500.00
6.
Minor Concrete -- Minor Structures
ITEM
DESCRIPTION
ESTIMATED
QUANTITY
UNIT
UNIT PRICE
TOTAL
PRICE
a. Type A Curb and Gutter
100
LF
$35.00
=
$3,500.00
b. Type E Vertical Curb
475
LF
$30.00
=
$14,250.00
c. 6" Thich PCC Drivewa
1,500
SF
$12.00
=
$189000.00
d. 4" Thick PCC Sidewalk
800
SF
$10.00
=
$800.00
e. ADA Truncated Domes
54
SF
$35.00
=
$1,890.00
f, Valley Gutter
580
SF
$10.00
=
$51800.00
g. Catch Basin
2
EA
$21,000.00
=
$400.00
7.
Hot Mix As halt
435
TON
$165.00
=
$711775.00
8.
Pavement Fabric
670
SY
$5.00
=
$3,350.00
9.
Bollard
4
EA
$750.00
=
$3,000.00
10.
Bike Rack
I
LS
$21,500.00
=
$21500.00
11.
'Electrical S stems
I
LS
$115,000.00
=
$115,000.00
12.
Signs and Striping
I
LS
$8,500.00
=
$8,500.00
13.
Landscape I!nprovements
I
LS
$7,500.00
$7,500.00
V - Progress Payments
(a) On not later than the 6th day of every month the Public Works Department shall prepare and submit at
estimate cove•
the total quantities under each item of work that have been completed from the start o
ringf th(
job up to and including the 25th day of the preceding month, and the value of the work so complete(
determined in accordance with the schedule of unit prices for such items together with such supportin�
evidence as may be required by the City and/or Contractor.
(b) As soon as possible after the preparation of the estimate, the City shall, after deducting previous pa e n t.,
made, pay to the Contractor 95% of the amount of the estimate as approved by the Public Works Depart ent.
(c) Final payment of all moneys due shall be made within 15 days after the expiration of 35 days following th(
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, withou
retention of any portion of the payment by the public agency, by depositing securities of equivalent value witl
the public agency in accordance with the provisions of Section 4590 of the Government Code. Such securities
if deposited by the Contractor, shall be valued by the City's Finance Director, whose decision on valuation o
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 anc I t conditions
thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid
to the Contractor by the City within 15 days after the expiration of 35 days following the date of recordation of
said Notice of Completion.
(b) Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls,
material bills, and other indebtedness connected with work have been paid, except that in case of disputed
indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to
the City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has
not already been guaranteed by surety bond.
(c) Contractor shall provide a "Defective Material and Workmanship Bond" for 50% of the Contract Price, before
the final payment will be made.
(d) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than
those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after
final payment; (3) requirements of the specifications; or (4) manufacturers' guarantees. It shall also constitute
a waiver of all claims by the Contractor, except those previously made and still unsettled.
(e) If after the work has been substantially completed, full completion thereof is materially delayed through no
fault of the Contractor, and the Engineer so certifies, the City shall, upon certificate of the Engineer, and
without terminating the Contract, make payment of the balance due for that portion of the work fully completed
and accepted.
Such payment shall be made under the terms and conditions governing final payment, except that it shall no!
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.
fzslf�.� c . ,�z•-c
Esther C. Beirne
City Clerk
APPROVED AS TO FORM:
INr
a.
pA
Robert F Epstein
City Attorney
1121MMUNKI M01
Nader Mansourian
Public Works Director
By�
Pried Name: Z3,
Title:
-1
American Contractors Indemnity Company
601 S. Figueroa Street, Suite 1600, Los Angetes, Catifornia 90017
main 3106490990 facsimite3106490416
C C
Bond No. 1000996665
Premium: $ $6:347.00
Public Works — Performance
KNOW ALL MEN BY THESE PRESENTS, That we, COASTSIDE CONCRETE
as Principal, arvi
AMERICAN CONTRACTORS INDEMNITY COMPANY, a corporation organized and existing under
the laws of the State of California, and authorized to transact a general surety business in the State of CA
as Surety, are held and firmly bound unto CITY OF SAN RAFAEL
.. as Obligee, in the sum of THREE HUNDRED
TWENTY TWO THOUAND SIXTY FIVE & N011OO Dollars ($ 3222065.00 lawful money of
the United States of America, for the payment whereof, well and truly to be made, we hereby bind ourselves,
our heirs, executors, administrators,, successors and assins, jointly and severally, firmly by these prese
gnts.
THE CONDITION OF THIS OBLIGATION IS SUCH,, that
WHEREAS, the above -bounden Principal has entered into a contract dated
with said Obligee to do and perform the following work, to wit:
THIRD STREET AND CIJOS STREET PARKING LOT MPROVEMENTS
PROJECT NO. 11200
SEPTEIvMER 16, 2013
I I
NOW, THEREFORE, if the above -bounden Principal shall well and truly perform or cause to be performed,
"the works under the contract," then this bond shall be null and void; otherwise it shall remain in full force and
effect.
Signed, sealed and dated this 24TIE
COASTSIDE CONCRETE
Principal
day of SEPTEMBER 5 2013 -1
lot
Ki
J11
M-1UNG S PHAN Attonmey-In-Fact fr
CALIFORNIA ALL-PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
State of California
County of Sacramento
09/24/2013
On
before me, KATY TRAVIS, NOTARY PUBLIC
(Here insert name and title of the officer)
personally appeared NHUNG H. SAEPHAN —1
who proved to me on the basis of satisfactory evidence to be the person(R-) whose name(s) is/ar-e subscribed to
the within instrument and acknowledged to me that 4e/she44tey executed the same in his/herfthict*r authorized
capacity(irs), and that by ht*s/her/their signature(s) on the instrument the personf-�), or the entity upon behalf of
which the person(s) acted, executed the instrument.
DESCRIPTION OF THE ATTACHED DOCUMENT
(Title or description of attached document)
(Title or description of attached document continued)
Number of Pages Document Date
(Additional information)
CAPACITY CLAI]N4ED BY THE SIGNER
El
Individual (s)
El
Corporate Officer
(Title)
El
Partner(s)
K
Attomey-in-Fact
El
Trustee(s)
13
Other
2008 Version CAPA v1 .1{x.07 800-873-9865 www.NotaryClasses.com
INSTRUCTIONS FOR COMPLETING THIS FORM
Any acknowledgment completed in California must contain verbiage exactly as
appears above in the notary section or a separate acknowledgment form must be
properly completed and attached to that document. The only exception is if a
document is to be recorded outside of California. In such instances, any alternative
acknowledgment verbiage as may be printed on such a document so long as the
verbiage does not require the notary to do something that is illegal for a notavy in
California (ie. certifying the authorized capacity of the signer). Please check the
document carefully for proper notarial wording and attach this form ij I required,
• State and County information must be the State and County where the document
signer(s) personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s) personally appeared which
must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or her
commission followed by a comma and then your title (notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect forms (i.e.
4e/she/t4ey,— is /a4:e ) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
• The notary seal impression must be clear and photographically reproducible.
Impression must not cover text or lines. If seal impression smudges, re -seal if a
sufficient area permits, otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
the county clerk.
-*e Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
❖ Indicate title or type of attached document, number of pages and date.
-*e Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (i.e. CEO, CFO, Secretary).
• Securely attach this document to the signed document
Anierkan Contractors Indemnity Company
601 S. Figueroa Street, Suite 1600, Los Angeles, California 90017
C C main 310 649 0990 facsimile 310 649 0416
Bond No. 1000996665
Premium: INCLD IN PERE BOND
Public Works — Payment
KNOW ALL MEN BY THESE PRESENTS, That we, COASTSIDE CONCRETE
as Principal, anii
AMERICAN CONTRACTORS INDEMNITY COMPANYI a Corporation organized and existing unde
the laws of the State of California, and authorized to transact a general surety business in the State of CA
as
AN RAFAEL
Surety, are held and firmly bound unto CITY OF S
Obligee, in the sum of THREE HUNDRED
TWENTY TWO THOUAND SIXTY FIVE & NOI 100 Dollars ($ 322,065.00 ). lawful money o
the United States of America, for the payment whereof, well and truly to be made, we hereby bind ourselves.
0
our heirs,, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that
WHEREAS, the above -bounden Principal has entered into a contract date"il
with said Obligee to do and perform the following work, to wit:
THIRD STREET AND CIJOS STREET PARKING LOT IMPROVEMENTS
PROJECT NO. 11200
SEPTEMBER 16, 2013
NOW, THEREFORE,, if the above -bounden Principal shall faithfully pay all laborers, mechanics, subcontractors,
materialmen and all persons who shall supply such person or persons, or subcontractors, with materials and supplies
for the carrying on of such work, then this bond shall be null and void; otherwise it shall remain in ful force and effect.
day of SEPTEMBER ), 2013
NIHUNG H. SAYPHAN Attorney -in -Fact
CALIFORNIA ALL-PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
State of California
County of Sacramento
09/24/2013
On
before me, KATY TRAVIS, NOTARY PUBLIC
(Here insert name and title of the officer)
personally appeared NHUNG H. SAEPHAN
who proved to me on the basis of satisfactory evidence to be the person( -9-) whose name(s) is/ate subscribed to
the within instrument and acknowledged to me that +w/sheMtey executed the same in his/her/thrir authorized
capacity(ics), 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.
W1 4 E Sy hand and official seal.
Signatu4 of,4Public
0
DESCRIPTION OF THE ATTACHED DOCUMENT
(Title or description of attached document)
(Title or description of attached document continued)
Number of Pages Document Date
(Additional information)
El Individual (s)
0 Corporate Officer
(Title)
El Partner(s)
* Attorney -in -Fact
* Trustee(s)
E3 Other
2008 Version CAPA v12,10.07 800-873-9865 www.NotaryClasses.com
INSTRUCTIONS FOR COMPLETING THIS FOW
Any acknowledgment completed in California must contain verbiage exactly as
appears above in the notary section or a separate acknowledgment form must be
properly overlv completed and attached to that document. The only exception is if a
document is to be recorded outside of California. In such instances, any alternative
acknowledgment verbiage as may be printed on such a document so long as the
verbiage does not require the notary to do something that is illega4for a notary in
California (i.e. certifying the authorized capacity of the signer). Please check the
document carefully for proper notarial wording and attach this form if required
• State and County information must be the State and County where the document
signer(s) personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signer(s) personally appeared which
must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or her
commission followed by a comma and then your title (notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect forms (i.e.
she/ ,— is /afe ) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
• The notary seal impression must be clear and photographically reproducible.
Impression must not cover text or lines. If seal impression smudges, re -seal if a
sufficient area permits,, otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
the county clerk.
4- Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
4- Indicate title or type of attached document, number of pages and date.
+ Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (i.e. CEO, CFO, Secretary).
• Securelv attach this document to the signed document
POWER OF ATTORNEY
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas
Bonding- Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland
corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make,
constitute and appoint:
Eric J. Fedors, Sheryl Smith, Elizabeth A. Juarez, Nhung H. Saephan, Katy Travis, Vicky Troyan,
or Daren Eiseman of Sacramento, California
its true and lawful Attorneys) -in -fact, each in their separate capacity if more than one is named above, with full power and authority
hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings
or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond
penalty does not exceed *****Three Million***** Dollars ($ **3,000,000.
This Power of Attorney shall expire without further action on December 08, 2016. This Power of Attorney is graned under and by
authority of the following resolutions adopted by the Boards of Directors of the Companies:
Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full
ject to the following
power and authority to appoint any one or more suitable persons as Attorney(s)- i n- Fact to represent and act for and on behalf of the Company sub
Tovisions:
Altorhey-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds,
recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained
percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability
thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected
by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating
thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to
any bond or undertaking to which it is attached.
IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
10th day of December, 2012.
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE CMPANY
CO
orporate Seals.
o'N 0'//,
"0111"1111VI'll N"NO,
C,
s
zZ too
By
SEPT, 25, 1940
Daniel P. Aguilar, Vice Presi ent
%
till flikk
State of California
County of Los Angeles SS:
On 10th day of December, 2012, before me, Vanessa Wright, a notary public, personally appeared Daniel P. Aguilar, Vice President of
American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance
Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument
and acknowledged to me that he executed the same in his authorized capacity, and that by his signature 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. j 0, 4041 N A & 010Ad a 411A
V. WPAW
coft*044" 0 1"010
Nottry Pvbk - CAW*W
Signature (Seal)
Lot AAJ*#$ COO*
my coqw. Expitts Doc 0. 20161
1, Jeannie Lee, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety
Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power
of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors,
set out in the Power of Attorney are in full force and effect.
In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this 24TH day
of SEPTEMBER 2013.
Corporate Seals
S
%XXkk "I I
1000996665
ld
Bond No.
istant Secretary
Jeannie Lee, si
Agency No. 9010
■
AC__1_ T CERTIFICATE OF LIABILITY INSURANCE
1% nI I C 0
DATE MI
09/24/2013
PRODUCER 0 433-3374
ARTHUR E. SCHIEFFER & SON
•
Center Street
515
Healdsbura a 95448-
a a 1 • # # • a #
# ' • 1 E# # t #�`
1 • 1 t # . s Al 51111 . • # . #
a
INSURERS a#• COVERAGE
!INSURED
COASTSIDE CONCRETE
i2160 W. a • AVE
J
SANTA • a a 95407-
INSURER , a i INSURANCE
INSURER B. FORD UNDERWRITERS INS
ATEPOLICYMM/DDIYYE
( )
PATE (MM/DD/YY) OLICY N
LIMITS
1%nIIC0 A r_►cc
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.
I R
LTT R
INSRD INSRD
TYPE OF INSURANCE
POLICY NUMBER
ATEPOLICYMM/DDIYYE
( )
PATE (MM/DD/YY) OLICY N
LIMITS
A
X
GENERAL LIABILITY
ACP7810992990
12/04/2012
12/04/2013
EACH OCCURRENCE
$ 1 r 000 r 000
DAMAGE TO RENTED
PREMISES Ea occurrence
cJ , Q
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE [ 7X OCCUR
MED EXP (Any one person)
$ 51000
PERSONAL & ADV INJURY
$ 11000,000
GENERAL AGGREGATE
$ 21000,000
PRODUCTS - COMP/OP AGG
$ 2 r 000 r 000
GEN'L AGGREGATE LIMIT APPLIES PER:
7 POLICY GT LOC
B
X
AUTOMOBILE LIABILITY
X ANY AUTO
57UECZN4102
01/15/2013
01/15/2014
COMBINED SINGLE LIMIT
(Ea accident)
1,00a,000
BODILY INJURY
(Per person)
$
X ALL OWNED AUTOS
SCHEDULED AUTOS
/ /
/ /
BODILY INJURY
(Per accident)
$
X HIRED AUTOS
X NON -OWNED AUTOS
/ /
/ /
PROPERTY DAMAGE
(Per accident)
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
/ /
/ /
$
AUTO ONLY: AGG
A
EXCESS/UMBRELLA LIABILITY
ACP7810992990
12/04/2012
12/04/2013
EACH OCCURRENCE
4 , 000 , DOD
X OCCUR F ] CLAIMS MADE
AGGREGATE
$ 41 0 0 0, 0 0 0
$
DEDUCTIBLE
/ /
/ /
$
RETENTION
$
WORKERS COMPENSATION AND
5 7WECVV0 7 51
05/01/2013
05/01/2014
X TWC STATUORY LIMITS ER
EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
E.L. EACH ACCIDENT
$ 11 0 0 0, 0 0 0
E.L. DISEASE - EA EMPLOYEE
$ 1, O O 0 , O O 0
OFFICER/MEMBER EXCLUDED?
/ /
/ /
If yes, describe under
SPECIAL PROVISIONS below
E.L. DISEASE - POLICY LIMIT
$ 1 , 000 , 000
OTHER
DESCRIPTION OF OPE TIONS/LOCATIONS VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
IT IS HEREBY UNDERSTOOD AND AGREED THAT THE CIY OF SAN RAFAEL AND MARIN COUNTY, ITS OFFICERS, AGENTS AND EMPLOYEES A.
ADDITIONAL INSUREDS HEREUNDER BUT ONLY AS RESPECTS LIABILITY ARISING OUT OF THE LAND OR PROPERTY AND/OR WORK
DESCRIBED IN THE PUBLIC WORKS CONTRACT FOR THE PROJECT ENTITLED 3RD ST AND CIJOS ST PARKING LOT IMPROVEMENTS NTS CITY
PROJECT nO 11200 BETWEEN THE CIY OF SAN RAFAEL AND COASTSIDE CONCRETE FOR THE WORK AND IMPROVEtlENTS DESCRIBED THEREIN.
POLICY •NUMBER: ACP7810992990 COMMERCIAL GENERAL LIABILITY
CG 7156 08 04
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED
PRIMARY AND NON=CONTRIBUTORY ENDORSEMENT
11111 1111111!111 1 1 1111 1
COMMERCIAL GENERAL LIABILITY COVERAGE PART
P ICU A 01 C [ A -4
Name of Person or Organization:
CITY OF SAN RAFAEL AND MARIN COUNTY, ITS OFFICERS AGENTS AND EMPPLOYEES
(if no entry appears above, information required to complete this endorsement will be shown in th
Declarations as applicable to this endorsement.) i
A. Section 11 — Who Is An Insured is amended to
include as an addonal insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for "bodily injury", "prop-
erty 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 on-
going operations for the additional in-
sured(s) at the location(s) designated
above.
No such person or organization is an addi-
tional insured for liability arising out of the
It it
prod ucts-com pleted operations hazard .
B. With respect to the insurance afforded to these
additional insureds, the following additional ex-
clusions apply:
This insurance does not apply to "bodily injury'l or
"property damage" occurring after. -
1. All work I 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
intended use by any person or organization
other than another contractor or subcontrac-
tor engaged in performing operations for a
principal as a part of the same project.
C. The following is added to SECTION III — LIMITS
OF INSURANCE:
The limits of insurance applicable to the addi-
tional insured are those specified in the written
contract between you and the additional insured,
or the limits available under this policy, which-
ever are less. These limits are part of and not in
.2ddition to the limits of insurance under this pol-
icy.
CG 7156 08 04 Includes copyrighted material of ISO Properties, Inc., with its permission. Page I of 2
COMMERCIAL AUTO
CA 20 01 12 93
"04
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GARAGE COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
TRUCKERS COVERAGE FORM
BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form appi
unless modified by the endorsement. I
This endorsement changes the policy effective on the inception date of the policy unless another
date is indicated below.
Endorsement Effective
9-24-2013
Named Insured
Cou rsi ned B
I
COASTSIDE CONCRETE
-
SCHEDULE
Insurance Company HARTFORD INSURANCE
Policy Number 57UECZN4102
Effective Date 1-15-2013 Expiration Date 1-15-2014
Named Insurai,,
Address
COASTSIDE CONCRETE
2160 W. Hearn Ave, Santa Rosa, CA 95407
Additional Insured (Lessor) CITY OF SAN RAFAEL AND MARIN COUNTY, ITS OFFICERS,
AGENTS AND EMPLOYEES
Address 111 MORPHEW ST
SAN RAFAEL, CA 94913
Designation or Description of Leased "Autos"
PER SCHEDULE ON FILE.
Peri maEy Clause: It is understood and agreed that this insurance is primary insurance and any other insurance maintained
by the additional insured shall be excess only and not contributing with this insurance. but only with respects to liability
arising out of "your work" for that insured by or for you.
Cance llaflon Claus.'el: I It is hereby understood and agreed there will be no cancellation, reduction or modification of
coverage without (30) days prior written notice.
CA 20 01 120 93 (MODIFIED)
Includes copyrighted material of Insurance Services Office, Inc., with its permission
.10
WAIVER OF OUR RIGHT TO RECOVER FROM
OTHERS ENDORSEMENT w CALIFORNIA
Policy Number: 5 7 WEC VVO 7 5 1 Endorsement Number:
Effective Date:Effective hour is the same as stated on the Information Page of the policy.
Named Insured and Address: MARK AND BRETT SOUSA
2160 W. HEARN AVENUE
SANTA ROSA, CA 95407
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not
enforce our right against the person or organization named in the Schedule. (This agreement applies only to the
extent that you perform work under a written contract that requires you to obtain this agreement from us.)
You must maintain payroll records accurately segregating the remuneration of your employees while engaged in
the work described in the Schedule.
The additional premium for this endorsement shall be
premium otherwise due on such remuneration.
KI
2 % of the California workers' compensation
ANY PERSON OR ORGANIZATION
FROM WHOM YOU ARE REQUIRED BY
WRITTEN CONTRACT OR AGREEMENT
TO OBTAIN THIS WAIVER OF
RIGHTS FROM US
Countersigned by
Authorized Representative
Form WC 04 03 06 (1) Printed
Process Date, 03/19/12
M
A
$I :J 1-101 UOIZU
[Q I Lei :11 z LTI
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
3 RD STREET AND CIJOS STREET
PARKING LOT IMPROVEMENTS
CITY PROJECT NO, 11200
Project Description:
This project consists of all associated work described in the attached plans, specifications
and the provisions of this document for removal of existing asphalt parking lot surface,
concrete driveway, sidewalk, curb, gutter, street lighting, catch basins, and striping and
installation of new accessible parking, driveway, sidewalk, curb, gutter, signing and
marking, landscaping, storm drain,, street lighting, pay station and electric vehicle
charging station improvements located at the City's parking lot on 3rd Street and CiJos
Street in San Rafael, California.
Each bid shall be in accordance with the plans and specifications adopted by the City of San
Rafael City Council on August 19, 2013, 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. 0. Box 151560, San Rafael, CA 94901.
Cost shall be Fifty Dollars ($50.00) per set, non-refundable. Cost of mailing sets shall be an
additional Ten Dollars ($10.00) per set.
Bidders are hereby notified that pursuant to Section 1770 of the Labor Code of the State of
California, the City of San Rafael has ascertained the general prevailing rate of per them wages
and rates for legal holiday andovertime work in the locality where the work is to be performed
for each craft or type of workmen or mechanics needed to execute the contract which will be
awarded the successful Bidder. The prevailing rates so determined by the City are on file in the
office of the City Clerk, copies of which are available to any interested party on request.
Each bid shall be made out on the form to be obtained at the Department of Public Works, I I I
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 riled with said City Clerk, 1400 Fifth Avenue, City
Hall, Room 209, San Rafael, California 94901 on or before September 5, 2013 at 2:00 p.m.
The City reserves the right to reject any or all bids or to waive any informality in a bicl
ESTHER C. BEIRNE
City Clerk
Dated-, August 221, 013
11
■
INSTRUCTIONS: USE THIS FORM WITH EACH SUBMITTAL OF A CONTRACT, AGREEMENT,
ORDINANCE OREESOLUTION BEFORE APPROVAL BY COUNCIL / AGENC
0
SRRA / SRCC AGENDA ITEM No. 3 * i I
DATE OF MEETING: September 16, 2013
FROM: Nader Mansourian
90,1101RUM
DATE: September 5, 2013
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN rFAEL AWARDING A
CONTRACT FOR THE THIRD STREET AND CIJOS STREET PARKING LOT IMPROVEMENTS,
CITY PROJECT NO. 112009 TO COASTSIDE CONCRETE IN THE AMOUNT OF $3229065.000
Department Head (signature)
Mum' a 8.01olvi
I IFOW�
FO
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
I
'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*).
A
.4
City Attorney
Review and approve form of agreement;
bonds, and insurance certificates and
endorsements.
5
City Manager Mayor or
Agreement executed by Council authorized
De artment Head
official.
6-
City Clerk'
City Clerk attests signatures, retains original
F> -
agreement and forwards copies to the
contracting department.
To be completed by Contracting Department*.
Pr ect Name
Pr 'eet Manager. 01
01
City Coude1 Meeting 9'Agendized fOii (if necessary):
If you'have questions on to process, please contact the City Attorney's Office at 485-3080.
Council approval is required if contract is over S,20,000 on a cumulative basis.