Loading...
HomeMy WebLinkAboutPW St. Resurfacing Curb Ramps 2013-14 Projectn. 1 Agenda Item No: 3. i Meeting Date: July 7, 2014 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Public Works r Prepared by: City Manager Approvals Director of Public Works File No.: 16.01.276 SUBJECT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE STREET RESURFACING CURB RAMP 2013-2014 PROJECT, CITY PROJECT NO. 11219, TO MAGGIORA AND GHILOTTI, INC. IN THE AMOUNT OF $167,167.00. RECOMMENDATION: Staff recommends that the City Council adopt the resolution awarding the contract to Maggiora and Ghilotti, Inc. in the amount of $167,167.00 BACKGROUND: The Americans with Disabilities Act (ADA) requires that state and local governments ensure that persons with disabilities have access to the pedestrian routes in the public right-of-way. Under ADA law, when a street, roadway or highway is altered, curb ramps must be provided where pedestrian walkways intersect the altered street. A roadway alteration includes, but is not limited to, the addition of a new layer of asphalt or micro -surfacing. In preparation for the upcoming Street Resurfacing 2013-2014 project, which includes both micro - surfacing and asphalt overlay on various streets throughout the City, the Public Works Department has identified locations where twenty six new curb ramps should be installed based on a strict interpretation of the American with Disabilities Act. However, many of these ramps are located on steep hillsides and installing accessible ramps in these areas would exacerbate the steep areas of the sidewalk and essentially make the area more dangerous than the current condition. As pedestrian safety is paramount, the Department of Public Works, in conjunction with the City Attorney's office, recommends removal of 15 of the originally identified 26 curb ramps because installing ramps at these locations will make the ramp itself a potential hazard. This project will focus on the construction of the 11 remaining ADA compliant curb ramps and storm drainage improvements, primarily in Terra Linda and the downtown area. On May 5, 2014, the City Council adopted plans and specifications and authorized the City Clerk to call for bids. The project was advertised in accordance with San Rafael's Municipal Code and policies on June 2, 2014, and sealed bids were publicly opened and read aloud on June 24, 2014 at 2:30 PM. The engineer's estimate was $1.60,000. FOR CITY CLERK ONLY File No.:f, Council Meeting: Disposition �<t.` SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2 Contractors submitted the following four bids: NAME OF BIDDER AMOUNT Maggiora and Ghilotti, Inc. $167,167.00 Ghilotti Bros., Inc. $186,069.00 West Bay Builders $197,000.00 J.J.R. Construction, Inc. $206,725.00 ANALYSIS: The referenced bids have been reviewed by Public Works staff and found to be both responsive and responsible. The low bid from Maggiora and Ghilotti, Inc. in the amount of $167,167.00 falls within the allocated project budget. FISCAL IMPACT: To date, a total of $30,465.00 has been charged to this project for a topographic survey and document reproduction. The remaining project expenditures include the construction to be performed by Maggiora and Ghilotti, Inc., construction management and inspection and a recommended contingency of approximately 15%, bringing the total project budget to $250,000.00 which is supported by Fund 206 (Gas Tax Fund). The following tables summarize the revenue and expenses associated with this project: REVENUE: Project Funding, Sources CIP Allocation Gas Tax Fund (Fund #206) $250,000.00 Total Funding Available $250,000.00 EXPENSES: Category -Eden Expense Code Amount Notes Already Charged Expenses Subtotal $30,465.00 Remaining Expenses Construction Contract $167,167.00 Construction Contingency (Approx. 15%) $26,000.00 Construction Management and Inspection $26,368.00 Total Project Cost $250,000.00 The project design was completed by Department of Public Works engineering staff at a cost of approximately $52,000. That cost is not shown in the tables above. OPTIONS: 1. Adopt the resolution awarding the contract to Maggiora and Ghilotti, Inc., the lowest responsive and responsible bid, in the amount of $167,167.00. If this option is chosen, construction will commence as soon as possible. 2. Do not award the contract and direct staff to rebid the project. If this option is chosen, rebidding will delay construction until the fall of 2014 and will delay the 201.3/14 Street Resurfacing project to the spring of 2015 3. Do not award the contract and direct staff to stop working on this project. If this option is chosen, the City cannot resurface its streets. ACTION REQUIRED: Adopt resolution awarding a contract to Maggiora and Ghilotti, Inc. in the amount of $167,167.00 and appropriating funds in the project. Enclosures: Resolution, Agreement RESOLUTION NO. 13758 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE STREET RESURFACING CURB RAMPS 2013-2014 PROJECT, CITY PROJECT NO. 112199 TO MAGGIORA AND GHILOTTI, INC. IN THE AMOUNT OF $1679167.00. WHEREAS, on the 24th day of June, 2014, pursuant to due and legal notice published in the manner provided by law, inviting sealed bids or proposals for the work hereinafter mentioned, as more fully appears from the Affidavit of Publication thereof on file in the office of the City Clerk of the City of San Rafael, California, the City Clerk of said City did publicly open, examine, and declare all sealed bids or proposals for doing the following work in said City, to wit: "Street Resurfacing Curb Ramps 2013-2014 Project" City Project No. 11219 In accordance with the plans and specifications therefore on file in the office of said City Clerk; and WHEREAS, the bid of Maggiora and Ghilotti, Inc. at the unit prices stated in its bid was and is the lowest and best bid for said work and said bidder is the lowest responsible bidder; and WHEREAS, there are sufficient funds in the Gas "Fax Fund to support this contract. NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF SAN RAFAEL RESOLVES as follows: 1. The bid of Maggiora and Ghilotti, Inc. is hereby accepted at said unit prices and that the contract for said work and improvements is hereby awarded to Maggiora and Ghilotti, Inc. 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 Maggiora and Ghilotti, Inc. in a form approved by the City Attorney, for said work and to return the bidder's bond upon the execution of said contract. 3. Funds totaling $250,000.00 will be appropriated for City Project No. 11219 in the Gas Tax Fund 4. 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 resolution. I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the foregoing Resolution was duly and regularly introduced and adopted at a regular meeting of the City Council of said City held on Monday, the 7t" day of July, 2014 by the following vote, to wit: AYES: COUNCILMEMBERS: Bushey, Connolly, McCullough & Mayor Phillips NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: Colin ESTHER C. BEIRNE, City Clerk File No.: 16.01.276 M City of San Rafael ♦ California Form of Contract Agreement for Street Resurfacing Curb Ramps 201.3-2014 City Project No. 11219 This Agreement is made and entered into this 7th day of July 2014 by and between the City of San Rafael (hereinafter called City) and Maggiora and Ghilotti Inc. (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: Street Resurfacing Curb Ramps 2013-2014, City Project 11219, 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 TWENTY-FIVE (25) 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 $1,500 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. 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. ITEM DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE TOTAL PRICE 1' Signs and Traffic Control 1 LS @ $25,555.00 $25,555.00 (Includes Mobilization) 2. Clearing and Grubbing _ 1 _ LS �� $25,628.25 - $25,628.25 I Minor Concrete — Minor Structures a. Type A Curb and Gutter 485 LF 4i' _ $45.00 - $21,825.00 b. 6" PCC Driveway 2.5 SF a $38.00 - $950.00 _ c. 4" PCC Sidewalk 1,020 SF « $20.00 $20,400.00 _ d. Curb Ramp Case A 2 EA iu; $3,700.00 $7,400.00 ITEM DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE TOTAL PRICE e. Curb Ramp Case B I EA a $3,700.00 = $3,700.00 f. Curb Ramp Case C 8 EA $3,700.00 = $29,600.00 g. Modified Catch Basin per Detail Butternut Dr at Montecillo Rd 1 EA a $7,000.00 -- $7,000.00 h. Modified Catch Basin per Detail Butternut Dr and Mahogany Dr 1 EA a, $4,500.00 = $4,500.00 4. Hot Mix Asphalt 106 TON a) $175.00 = $18,550.00 5. Miscellaneous Utilities a. Install New SSCO 1 EA a $450.00 = $450.00 7. Roadside Sign and Post a. Existing Sign & New Post 1 EA a7 $240.00 = $240.00 b. Reset Existing Sign and Post 1 EA a $210.00 = $210.00 8. Traffic Stripes and Pavement Markings a. Pavement Markings 155 SF a $5.25 = $813.75 b. Paint Curb Red 230 LF ,�) $1.50 = $345.00 GRAND TOTAL BID $ 167,167.00 V - Progress Payments (a) On not later than the 6th day of every month the Public Works Department shall prepare and submit an estimate covering the total quantities under each item of work that have been completed from the start of the job up to and including the 25th day of the preceding month, and the value of the work so completed determined in accordance with the schedule of unit prices for such items together with such supporting evidence as may be required by the City and/or Contractor . (b) As soon as possible after the preparation of the estimate, the City shall, after deducting previous payments made, pay to the Contractor 95% of the amount of the estimate as approved by the Public Works Department. (c) Final payment of all moneys due shall be made within 15 days after the expiration of 35 days following the filing of the notice of completion and acceptance of the work by the Public Works Department. (d) The Contractor may elect to receive 100% of payments due under the contract from time to time, without retention of any portion of the payment by the public agency, by depositing securities of equivalent value with the public agency in accordance with the provisions of Section 4590 of the Government Code. Such securities, if deposited by the Contractor, shall be valued by the City's Finance Director, whose decision on valuation of the securities shall be final. V7 - Acceptance and Final Payment (a) Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer shall within 5 days make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed, he will promptly issue a Notice of Completion, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the City within 15 days after the expiration of 35 days following the date of recordation of said Notice of Completion. (b) Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to the City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (c) Contractor shall provide a "Defective Material and Workmanship Bond" for 50% of the Contract Price, before the final payment will be made. (d) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after final payment; (3) requirements of the specifications; or (4) manufacturers' guarantees. It shall also constitute a waiver of all claims by the Contractor, except those previously made and still unsettled. (e) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer so certifies, the City shall, upon certificate of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement the day and year first written above. ATTEST: CITY OF SAN RAFAEL: Esther C. Beirne City Clerk APPROVED AS TO FORM: Robert F. Epstein City Attorney File No.: 16.01.276 Nader Mansourian Public Works Director MAGGIO ND IL TTI INC { Printed Name: Title: Gala Ghiiotti President EXECUTED IN TRIPLICATE THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A311 Performance Bond Bond No. 070015746 PREMIUM: $565.00 KNOW ALL MEN BY THESE PRESENTS: that MAGGIORA AND GHILOTTI, INC. 555 DU BOIS ST. SAN RAFAEL CA 94901 (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called Contractor, and, The Ohio Casualty Insurance Company 71 STEVENSON ST. STE 600, SAN FRANCISCO CA94105(Here insert full name and address or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF SAN RAFAEL 111 MORPHEW ST. SAN RAFAEL CA 94915 as Obligee, hereinafter called Owner, in (Here insert full name and address or legal title of Owner) the amount of ONE HUNDRED SIXTY SEVEN THOUSAND ONE HUNDRED SIXTY SEVEN 00/100 Dollars ($ 167,167.00 for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated JULY 7TH, 2014 1 entered into a contract with Owner for STREET RESURFACING CURB RAMPS 2013-2014 CITY PROJECT NO. (Here insert full name, address and description of project) 11219 in accordance with Drawings and Specifications prepared by (Here insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. AIA DOCUMIXI 1311 PERFORMANCE BOND AND LABOR AND MATFRIAL PAYINIEN1 BOND AJA ®R FEBRUARY 1970 E£? VI IL A Ml- RICAN INS I I IT"IT, OP ARCHITKI'S. 1735 NEW YORK AVENUE, N.W, WASHINGTON, D C 2M, WARNING: k,iiiliceiisedphotocopying vioi,,itesi-1,S. copyright laNvsrind issubject to legal prosecution. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly 1) Complete the Contract in accordance with its terms and conditions, or 2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon termination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) Signed and sealed this 10TH day of JULY sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price" as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contract. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. �(Witness) BY: (Witness) 2014 (Principal) 4" (Title) The Ohio Casualty Insurance Company (Seal) (Surety) (Seal) CHERYL GRIGGS, (Title) AI "1 DOCUM N I A31 1 PE RI ORMANC t BOND AND LABOR ANDMATERIAL PAYMEN9' BOND AIA tt ITBR(JARY 1970 }:D I fIF A.WRICAN INS 11 { L" [E 01 ARCIItITC'"IS, 1735 til"\V YORK AVENt"L. N V, , WAS IIINGTON, D C. 2000 Attorney in Fact CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of SONOMA On 7/10/14 before me, MARY DAVERIN, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared CHERYL GRIGGS Name(s) of Signer(s) RMMARY DAVEMN I Commission # 2053517 Z Notary Public - Californiaz -A Sonoma County > M Comm. Ex ires Jan 22, 2018 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by hits/her/ffieir signature(s) on the instrument the person(p)', or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature L Z", Place Notary Seat Above Signature of f Notary Public 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: CapaGity(ies) Claimed by Signer(s) Signer's Name:_ -_----- E] Individual Corporate Officer — Title(s):-- Fj Partner -- 0 Limited ID General � - i _j Attorney int act 0 Trustee i—i _j Guardian or Ccnservator Othe I J -r Signer is Representing:� Number of Signer's Name: [I Individual ED Corporate, Officer --Title(s): El Partner — E Limited E General F1 Attorney in Fact 0 Trustee El Guardian or Conservator El Other: Signer Is Representing: EXECUTED IN TRIPLICATE THE AMERICAN INSTITUTE OF ARCHITECTS BOND NO: 070015746 PREMIUM INCLUDED IN PERFORMANCE BOND AIA Document A311 Labor and Material Payment Bond THIS BOND IS ISSUED SIMULTANEOUSI,Y WITH PERFORMANCE BOND IN FAVOR OF THE OWNER CONDITIONED ON THE FULL AND FAITHFUL PERFORMANCE OF THE CONTRACT KNOW ALL MEN BY THESE PRESENTS: that MAGGIORA AND GHILOTTI,INC. 555 DU BOIS ST. SAN RAFAEL CA 94901 (Here insert full name and address or legal title of Contractor) as Principal, hereinafter called Principal, and, The Ohio Casualty Insurance Company 71 STEVENSON ST. STE 600 SAN FRANCISCO CA 94105 (Here insert full name and address or legal title of Surety) as Surety, hereinafter called Surety, are held and firmly bound unto CITY OF SAN RAFAEL, 111 MORPHEW ST. SAN RAFAEL CA 94915 as Obligee, hereinafter called Owner, for (Here insert full name and address or legal title of Owner) the use and benefit of claimants as hereinbelow defined, in the amount of ONE HUNDRED SIXTY SEVEN THOUSAND ONE HUNDRED SIXTY SEVEN 00/100 Dollars ($ 167,167.00 (Here insert a sum equal to at least one-half of the contract price) for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated JULY 7TH, 2014 , entered into a contract with Owner for STREET RESURFACING CURB RAMPS 2013-2014 CITY PROJECT NO. 11219 (Here insert full name, address and description of project) in accordance with Drawings and Specifications prepared by (I fere insert full name and address or legal title of Architect) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. ACA DOC 1 'tiiFFN I A, I t I FRFORN 'NCI- BOND AND LABOR AND MATERNAL PAYNILN1" BOND AIA 9 H'BR€.IARY 1970 ED � f HM F ALRIC�AN INS "II I (TP._ 01� ARC'HI I EC I'S, .WN 1735 NEW YORK AVENUE, N., ASHINC TON, D.C. 2000 J LABOR AND MATERIAL PAYMENT BOND 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 used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct contract with the Principal or with a Subcontractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. 2. The above named Principal and Surety hereby jointly and severally agree with the Owner 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 sue on this bond for the use of such claimant, prosecute the suit to final judgment for such sum or sums as may be justly due claimant, and have execution thereon. The Owner 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) Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: the Principal, the Owner or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were and sealed this 10 ay of JULY 2014 (Witness) (Witness) furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. b) After the expiration of one (1) year following the date on which Principal ceased Work on said Contract, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. c) Other than in a state court of competent jurisdiction in and for 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, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. MAGGIORA Np GHIL07TI, INC. Principal) (Seal) 13Y :�r aty h 4R, rl��it��snt (Title) The Ohio Casualty Insurance Company (Surety) (Seal) 7, '7 it ye""l CHERYL GRIGGS, (Title) Attorney in Fact lI�Ik 1 1t.Ril 5"1 71 PI�RI,ORMANCF Ri 'BOND It>I K AV1 1_�k�S� FlNt�.W �: N� N I'BOND AiA FEI3RC!ARY 197 LIQ (I,g iINt,l'ON, C7 C' 006 '$ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of — SONOMA - — _ } On 7/10/14 before me, MARY DAVERIN, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared CHERYL GRIGGS Namets)of_Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they MARY DAVERIN executed the same in Inis/her/their authorized capacity(ies), Commission # 2053517 and that by his/her/their signature(s) on the instrument the person(s)', or the entity upon behalf of which the person(s) < Notary Public - California zZ Z Z Sonoma County > acted, executed the instrument. �or;Z �lres;an2l,21tjl 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 sea]. Signature �"� Place Notary Seat Above Signature of Notary 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):__ D Partner 1E] Limited 11__� Ge-meral Attorney m Fact 1 Trustee Guardian or Conservator _j Other: Signer Is Representing: Number of Pages: Signer's Name: [I Individual El Corporate Officer— TitlE,(s):__ 0 Partner -- 0— Limited E General EJ_ Attorney in Fact 0 Truster; 0 Guardian or Conservator Q Other: Signer Is Representing: G THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate. No. 6575025 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Cheryl Griggs; Paul Ramatici all of the city of PETALUMA state of CA each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 13th day of May 2014 j American Fire and Casualty Company The Ohio Casualty Insurance Company N Liberty Mutual Insurance Company c West American Insurance Company �. By: U) .O > STATE OF PENNSYLVANIA ss David M. Care ;Assistant Secretary E 4 co COUNTY OF MONTGOMERY = w respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 0o On this 13th day of May 2014 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and v Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, ~ r execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. _ IL L IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. O Q Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Q M c O� By:/lG%. �i Teresa Pastella ,Notary Public 4) 1, Gregory W. Davenport. the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and t=4 West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attomey executed by said E Companies, is in full force and effect and has not been revoked. LL This Power of Attorney is made and executed pursr an#toand by zyihority of the following By-laws and Authorizations ofAmerican Fire and Casualty Company The Ohio Casualty Insurance .tri p Company, Liberty Mutual Insurance Company, and,West Airiencan Insurance Company which resolutions are now in full force and effect reading as follows: . Gregory W. Davenport, Assistant Secretary o� ARTICLE IV— OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject O c to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, r N _ acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of allomey, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so d executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under > the provisions of this article may be revoked at any time by the Board, the Charman, the President or by the officer or officers granting such power or authority. C ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, 00 L and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, E 4 co seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their = o0 w respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 0o executed such instruments shall be as binding as if signed by the president and attested by the secretary. O co Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in- ~ r fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Gregory W. Davenport. the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attomey executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 1OTHday of JULY 20 14 Gregory W. Davenport, Assistant Secretary LMS_12873_122013 13 of 500 MAGGIA OP ID: SD E CERTIFICATE OF LIABILITY INSURANCE 7OT7/10/2014 (MMIDDIYYYY) PRODUCER Phone: 707-782-9200 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Don Ramaticl Insurance, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O. Box 551 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Petaluma, CA 94953 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Paul Ramatic! i INSURERS AFFORDING COVERAGE --------------------- ---- ------- -- ��- INSURED Ma giora & Ghilotti, Inc. onon Ff PA INSURER A. National Union Ins. o 55TDu Bois Street - San Rafael, CA 94901 INSURER B Granite State Insurance Co. 'NAIC # 19445 23809 INSURER C POLICY EXPIRATION I INSURER D. INSURER E: COVFR nFS 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. POLICY EXPIRATION TYPE OF INSURANCE POLICY NUMBER DATE IMMIDD/YYYY, LIMITS GENERAL LIABILITY 2,000,000 __EACH pRE:;MIS�E_fEa occurence}_ 300,000 A X X COMMERCIAL GENERAL LIABILITY GI -51 42616 09/01/2013 10/01/2014 CLAIMS MADE X I OCCUR MED EXP (Any one person) 5,000 PERSONAL & ADV INJURY $ 2,000,000 X- ;GL Ded $10,000 CE PER OCCURRENCE GENERAL AGGREGATE 4,000 000 , III X�XCUINCLIJDED ....... ... . --------- iT PRODUCTS - COMP/OPAGG $ 4,000,000 GEN AGGREGATE LIMIT APPLIES PER i POLICY X ',Coi LOC B iX __AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANY AUTO i !CA3275260 09/0112013 10/01/2014 (Ea accident) 2,000,000 $ ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS(PER PERSON) HIRED AUTOS BODILY INJURY NON -OWNED AUTOS (PER ACCIDENT) PROPERTY DAMAGE $ (PER ACCIDENT) GARAGE LIABILITY $ ----- ------ --- ANY AUTO OTHER THAN -iz�A�Cq 1 AUTO ONLY: AGG $ EXCESS I UMBRELLA LIABILITY EACH OCCURRENCE $ 4,000,000 A OCCUR CLAIMS MADE IBE16491009 09101/2013 10/01/2014 AGGREGATE $ 4,000,000 $ DEDUCTIBLE $ X RETENTION $ 10,0001 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY X I WCITA T ULI• IOTH- iM!�T -R __ EACH ACCIDENT $ 1,000,00 0 YIN A ANY PROPRIETORIPAR,*NER/EXFCUTIV[-. iWC015656039 OFFIC R/MEMBER EXCLUDED" E 10/01/2013 10101/2014 1E.L. E.L. DISEASE - EA EMPLOYFE1 $ 1,000,000 (Mandatory In NH) If yes, describe under SPECIAL PROVISIONS below E L DISEASE -POLICY LIMIT $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Certificate Holder is included as an additional insured with primary verbiage per forms attached. Umbrella limits are following form to the underlying GL, Auto & Employers Liability policies outlined above. Job:Street Resurfacing Curb Ramps 2013-2014 City Project #11219 / M&G #7615 30'X97383(04/08)97837(04/08)90533(LF) *10 day notice sent on non-payment. SANRA19 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BECANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL FNeE*YeR-+8- MAIL 30* DAYS WRITTEN City of San Rafael, its NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAII:URE ;Fe Be officers, agents and employees Dept. of Public Works 111 Morphew Street San Rafael, CA 94915 AUTHORIZED REPRESENTATIVE ACORD 25 (2009101) (D 1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ENDORSEMENT This endorsement, effective 12:01 A,K4. 09/01/13 forms apart of byNATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ |TCAREFULLY. ADDITIONAL INSURED- OWNERS, LESSEES, OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance pmvidedumde/thofollowiny COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE NAME QfPERSON ORORGANIZATION: ANY PERSON OR ORGANIZATION WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY WRITTEN CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO (|f no entry appears abovo, information required to complete this endorsement will be shown in the Declarations as applicable tothe endumnmnnt.) A. SECTION K -WHO |SAN INSURED is amended to include as an insured; The person ororganization shown in the schedule, but only with respect to liability arising out nfyour ongoing operations performed for that additional insured. O. With respect to the insurance afforded to these additional insureds, SECTION | - COVERAGES, COVERAGE A-QOQILYINJURY AND PROPERTY DAMAGE LIABILITY, 2. ' Exn|uoluns, is amended toinclude the following additional exclusion; This insurance does not apply to "bodily injury" nr"property damage" occurring after: (1) all vvo,k' including matoha|u, parte or equipment furnished in connection with such wo'k' on the project (other than oomico, maintenance orrepairs) to be performed by or on behalf of the oddhk`oa| inovpnd(u) at the site of the unvvmd npomduno has been completed; or, (2) that pm1km of "your work" out of which the injury or damage arises has been pun to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project, All other terms and conditions remain unchanged. Countersignature (in States Where 97838(4/D8) Includes copyrighted material of Page 1 f | ENDORSEMENT This endorsement, effective 12:01 A.M. 09/01/13 forms a part of policy No. GL5142616 issued to MAGG I ORA AND GH I LOTT I , I NC. by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED- OWNERS, LESSEES, OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE NAME OF ADDITIONAL INSURED PERSON OR ORGANIZATION: ANY PERSON OR ORGANIZATION WHOM YOU BECOME OBLIGATED TO INCLUDE AS AN ADDITIONAL INSURED AS A RESULT OF ANY WRITTEN CONTRACT OR AGREEMENT YOU HAVE ENTERED INTO LOCATION AND DESCRIPTION OF COMPLETED OPERATIONS: ADDITIONAL PREMIUM: (if No entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) SECTION II - WHO IS AN INSURED is amended to include as an insured; The person or organization shown in the Schedule, but only with respect to liability arising out of "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". All other terms and conditions remain unchanged, utho ized R�tative or Countersignature (in States Where Includes copyrighted material of QApplicable) 97837 (4/08) insurance Services Office, Inc., with its permission. Page 1 of 1 ENDORSEMENT This endorsement, effective 12:01 A.M. 09/01/13 forms a part of policy No. GL5142616 issued to MAGG I ORA AND GH I LOTT I , I NC. by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. PRIMARY COVERAGE FOR SPECIFIED PERSONS OR ORGANIZATIONS NAMED AS ADDITIONAL INSUREDS - ONGOING AND COMPLETED OPERATIONS This endorsement modifies insurance provided under the fol/owing: COMMERCIAL GENERAL LIABILITY COVERAGE FORM The following paragraph is added to SECTION II - WHO IS AN INSURED and applies only to persons or organizations we have added to your policy as additional insureds by endorsement to comply with insurance requirements of written contracts relative to: a) the performance of your ongoing operations for the additional insureds; or b) "your work" performed for the additional insureds and included in the "products -completed operations hazard": This insurance is primary over any similar insurance available to any person or organization we have added to this policy as an additional insured. However, this insurance is primary over any other similar insurance only if the additional insured is designated as a named insured in the Declarations of the other similar insurance. We will not require contribution of limits from the other similar insurance if the insurance afforded by this endorsement is primary. This insurance is excess over any other valid and collectible insurance, whether primary, excess, contingent or on any other basis, if it is not primary as defined in the paragraph above. All other terms and conditions of the policy are the same. 90533 (3/06) A thorized Represen�r Countersignature lin States Where Applicable) Page 1 of 1 SUBJECT: CITY OF SAN RAFAEL Department of Public Works INSURANCE REQUIREMENTS SHEET Attachment A MAYOR Gary O. Phillips VICE MAYOR Damon Connolly COUNCIL MEMBERS Maribeth Bushey Kate Colin Andrew Cuyugan McCullough COMMERCIAL GENERAL LIABILITY, AUTOMOBILE AND WORKERS' COMPENSATION INSURANCE (MAJOR 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 commercial general liability, automobile, and workers' compensation insurance. The Contractor and Subcontractors shall insure the City, its elective and appointive Boards, Commissions, Officers, Agents and Employees, as follows: Commercial General Liability: Automobile Liability: Workers' Compensation Liability: Minimum of $1,000,000 per occurrence and $2,000,000 aggregate coverage. Minimum of $1,000,000 coverage. Statutory coverage. The required commercial general liability insurance policy shall provide or shall be endorsed to provide that the City, its officers, employees, agents and volunteers are additional named insureds under the policy, that such policy shall be primary and non- contributory and will not seek contribution from the City's insurance or self-insurance. The "primary and non-contributory" coverage shall be at least as broad as CG 20 01 04 13. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City (if agreed to in a written contractor or agreement) before City's own insurance or self-insurance shall be called upon to protect it as a named insured. The insurance policies shall be specifically endorsed to provide that the insurance carrier shall not cancel, terminate, or otherwise modify the terms and conditions of said insurance policies except upon ten (10) days written notice to the City. It shall be a requirement under the contract that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to City or any other additional insured party. Furthermore, the requirements for coverage and limits shall be: (1) the minimum coverage and limits Attachment A specified in the contract; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. Any deductibles or self-insured retentions in the required insurance policies must be declared to and approved by the City, and shall not reduce the limits of liability. Policies containing any self-insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or City or other additional insured party. At City's option, the deductibles or self-insured retentions with respect to City shall be reduced or eliminated to City's satisfaction or Contractor or subcontractor shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees, and defense expenses. Contractor and subcontractors shall provide to the City all of the following: (1) Certificates of Insurance evidencing the required insurance coverage, (2) a copy of the policy declaration page and/or endorsement page listing all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or specific endorsements evidencing the other insurance requirements set forth in this Agreement. City reserves the right to obtain a full certified copy of any insurance policy and endorsements from Contractor and subcontractors. Failure to exercise this right shall not constitute a waiver of the right to exercise it later. The insurance shall be approved as to form and sufficiency by City. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this contract. The insurance policies shall include, in their text or by endorsement, coverage for contractual liability and personal injury. If the insurance is written on a Claims Made Form, then, following termination of the contract, said insurance coverage shall survive for a period of not less than five years. Marin Independent Journal 150 Alameda del Prado PO Box 6150 Novato, California 94948-1535 (415) 382-7335 legals@marinij.com SAN RAFAEL,CITY OF PO BOX 151560/CITY CLERK, DEPT OF PUBLIC WORKS,1400 FIFTH AVE SAN RAFAEL CA 94915-1560 PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA County of Marin FILE NO. 0005197714 I am a citizen of the United States and a resident of the County aforesaid: I am over the age of eighteen years, and not a party to or interested in the above matter. I am the principal clerk of the printer of the MARIN INDEPENDENT JOURNAL, a newspaper of general circulation, printed and published daily in the County of Marin, and which newspaper has been adjudged a newspaper of general circulation by the Superior Court of the County of Marin, State of California, under date of FEBRUARY 7, 1955, CASE NUMBER 25566; that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil), has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates, to -wit: 6/2/2014 I certify (or declare) under the penalty of perjury that the foregoing is true and correct. Dated this 3rd day of June, 2014. U Signature PROOF OF PUBLICATION Legal No. 0005197714 CITY OF SAN RAFAEL - DEPARTMENT OF PUBLIC WORKS NOTICE INVITING SEALED PROPOSALS FOR PUBLIC WORKS NoVc—is hereby given that the City of San Rafael Department of Public Works will receive bids for furnishing all labor, materials, equip- ment and services for Street Resurfacing Curb Ramps 2013-2014 City Project Na 11219 Project Description: This project consists of all the associated work described in the attached specifications and plans and the provisions of this document for excavation, removal of existing concrete side- walk. driveway, curb, gutter and catch basin and construction of new sidewalk. driveway. curb, gutter, valley gutter, curb ramps, storm drain improvements and roadway striping all located in the City of San Rafael, California. Each bid shall be in accordance with the plans and specifications adopted by the City of San Rafael City Council on May 5, 2014, and other contract documents, now on file with the City Clerk, City Hall, San Rafael. California: and may be examined and copies may be obtained at the Department of Public Works, 111 Morphew Street, P. O. Box 151560. San Rafael, CA 94901. Cost shall be Fifty Dollars (550.00) per set, non- refundable. Cost of mailing sets shall be an ad- ditional Ten Dollars ($10.00) per seL Bidders are hereby notified that pursuant to Section 1770 of the Labor Code of the State of California, the City of San Rafael has ascer- tained the general prevailing rate of per diem wages and rates for legal holiday and overtime work in the locality where the work is to be per- formed for each craft or type of workmen or mechanics needed to execute the contract which will be awarded the successful Bidder. The prevailing rates so determined by the City are on file in the office of the City Clerk, copies of which are available to any interested party on request. Each bid shall be made out on the form to be obtained at the Department of Public Works. 111 Morphew Street, San Rafael, California 94901 and shall be accompanied by cash, certi- fied check or bidder's bond for ten percent (10x6) of the amount of bid, made payable to the order of the City of San Rafael: shall be sealed and filed with said City Clerk, 1400 Fifth Avenue, City Hall, Room 209, San Rafael, Califor- nia 94901 on or before lune 24.2014 at 2:30 pm. The City reserves the right to reject any or all bids or to waive any informality in a bid. /s/ Esther C. Beirne ESTHER C. BEIRNE City Clerk Dated: lune 2.2014 NO, 652 JUNE 2. 2014 PROFESSIONAL SERVICES AGREEMENT/CONTRACT COMPLETION CHECKLIST AND ROUTING SLIP Below is the process for getting your professional services agreements/contracts finalized and executed. Please attach this "Completion Checklist and Routing Slip" to the front of your contract as you circulate it for review and signatures. Please use this form for all professional services agreements/contracts (not just those requiring City Council approval). This process should occur in the order presented below. Step Responsible Description Completion Department Date 1 City Attorney Review, revise, and comment on draft agreement. 2 Contracting Department Forward final agreement to contractor for their signature. Obtain at least two signed originals from contractor. 3 Contracting Department Agendize contractor -signed agreement for Council approval, if Council approval necessary (as defined by City Attorney/City Ordinance*). 4 City Attorney Review and approve form of agreement; bonds, and insurance certificates and -1/1 %` 5 ------endorsements. City Manager / Mayor / or _ Agreement executed by Council authorized Department Head official. _ 6. City Clerk City Clerk attests signatures, retains original _ , agreement and forwards copies to the contracting department. °"t To be completed by Contracting Department: Project Manager: Pro* ecNaeJm A endized for City Council Meeting of (if necessary) . ti : _ � If you have questions on this process, please contact the City Attorney's Office at 485-3080. * Council approval is required if contract is over $20,000 on a cumulative basis. CITY OF SAN RAFAEL INSTRUCTIONS: USE THIS FORM WITH EACH SUBMITTAL OFA CONTRACT, AGREEMENT, ORDINANCE OR RESOLUTION BEFORE APPROVAL BY COUNCIL /AGENCY. SRRA / SRCC AGENDA ITEM NO. DATE OF MEETING: July 7, 2014 FITN'Ti UAW1 Nader Mansourian Public Works DATE: June 25, 2014 TITLE OF DOCUMENT: A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE STREET RESURFACING CURB RAMP 2013-2014 PROJECT, CITY PROJECT NO. 11219, TO MAGGIORA AND GHILOTTI, INC. IN THE AMOUNT OF $167,167.00. Department Head (signature) (LOWER HALF OF FORM FOR APPROVALS ONLY) APPROVED AS COUNCIL / AGENCY AGENDA ITEM: City Manager (signature) NOT APPROVED REMARKS: APPROVED AS TO FORM: City Attorney (signature) File No. 16.01.276