Loading...
HomeMy WebLinkAboutCC Resolution 13583 (Street Resurfacing)RESOLUTION NO. 13583 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT FOR THE STREET RESURFACING 2012 -2013, CITY PROJECT NO. 11185, TO GHILOTTI CONSTRUCTION COMPANY, INC. IN THE AMOUNT OF $1,067,515.50. WHEREAS, on the 16`h day of July, 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: "Street Resurfacing 2012-2013" City Project No. 11185 In accordance with the plans and specifications therefore on file in the office of said City Clerk. and WHEREAS, the bid of Ghilotti Construction Company, Inc. at the unit prices stated in its bid was and is the lowest and best bid for said work and said bidder is the lowest responsible bidder. NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Rafael, that the bid of Ghilotti Construction Company, Inc. is hereby accepted at said unit prices and that the contract for said work and improvements is hereby awarded to Ghilotti Construction Company at the unit prices mentioned in said bid. IT IS FURTHER ORDERED AND RESOLVED that the Public Works Director and the City Clerk of said City be authorized and directed to execute a contract with Ghilotti Construction Company, Inc. in a form approved by the City attorney, for said work and to return the bidder's bond upon the execution of said contract. RESOLVED, FURTHER, that the Public Works Director is hereby authorized to take any and all such actions and make changes as may be necessarN, to accomplish the purpose of this resolution. I, ESTHER C. BEIRNE, Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the Council of said City held on the 5"' day of August, 2013 by the following vote, to wit: AYES: COUNCILMEMBERS: Colin, Connolly & Vice -Mayor Heller NOES: COLINCILMEMBERS: None ABSENT: COLINCILMEMBERS: McCullough & Mayor Phillips ESTHER C. BEIRNE, City Clerk File No.: 16,06.76 City of San Rafael ♦ California Form of Contract Agreement for Street Resurfacing 2012-2013, Citv Proiect No. 11185 This Agreement is made and entered into this 5th day of August 2013 by and between the City of San Rafael (hereinafter called City) and Ghilotti Construction Company, Inc. (hereinafter called Contractor). Witnesseth, that the City and the Contractor, for the considerations hereinafter named, agree as follows: I - Scope of the Work The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary. and to perform all of the work described in the specifications for the project entitled: Street Resurfacing 2012-2013, City Project No. 11185, 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 FORTY (40) 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 S1,900 for each and every working days 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. ESTIMATED j T OT'AL ITEM E DESCRIPTION ! UNIT KNIT PRICE -- - QUANTIT4 -.._ PRICE 1. i ;Mobilization (Not to Exceed 3°t; of Bid) 1 ; LS ! u': 531,000.00 - I `x31,000.00 { ".j "I on ra fftc Ctrol - - - --_ V LS ! i. i 139,000.00 $ 139,000.00 - - - - C n L --- i - Ful Width t;rincli�� �:" 250,000 ! Sl tr: $0.30 = 5,000.00 -7- 4. - ----- ---------- 4 Cold Planing a. 6' Ed,,Ye Grind i 4,500 i I.1' ,7.00 = X31.500.00 t t ITE1t DESCRIPTION f-- , ESTIMATED QUANT ITY UNIT I UNITPRICE 1 i TOTAL PRICE b. 15' Conform Grind 400 i LF iii; $9.00 = S3,600.00 5. Deep Lift Patching 5,900 SF ti 57.00 = ; $41,300.00 i + V. Hot Mix Asphalt 4,700 TON f-, $109.00 = $512,300.00 7. j Slurry Seal** 56,700 SY a; $1.44 = $81,648.00 { 8. i ! Micro Surfacing** 38,000 1 S Ov $1.51 = 557,380.00 j 9. 1 Adjust Existing Facility to Grade 1 l j a. Adjust Manhole Casting to Grade 50 EA ii $672.50 i -= j $33,625.00 b. Adjust Water Valve Cover to Grade ( 100 EA :«? $85.00 = $8,500.00 t c, Adjust Gas Valve Cover to Grade 5 EA %cg $295.00 = ' $1,475.00 j d. Adjust Monument to Grade 30 EA $335.00 = $10,050.00 e. Adjust Rodhole to Grade 10 EA ;fie' _I $295.00 = $2,950.00 f. Adjust Utility Box /Vault To Grade 2 EA u I $535.00 = $1,070.00 10 Install Traffic Striping I a. Install Detail 9 Striping 400 LF ;hj $0.40 ; _ $160.00 , b. Install Detail 22 Striping 1,100 LF ;c% $0.80 = $880.00 c. Install Detail 25A Striping 9,500 I 1 LF $0.50 = S4,750.00 d. Install Detail 27B Striping 9,000 1 LF d, $0.35 = $3,150.00 j e. Install Detail 27C Striping _ 150 _; LF , ; !c i I $0.35 = i $52.50 1 f. Install Detail 38 Striping 1.000 LE_ tai $0.70 1 = i, x+700_00 r-- --- i--- 1 - - f g, Install Detail 39x1 Striping j 1,200 LF �7 += 50.50 I 560(?.00 -- ! h, Install Detail 39 Stri In x,300 f LF a $0.501 — ! 51,650.00 i i 11 Install Pavement Markings 6,700 SF (u; ! S3.25 ; _ $21,775,00 i 1 LL! Traffic, Signal Loops I a. Tv e A 4 FA 'tr ; 5500.00 I 2,000.00 D 2 Fry R ,ii- j $ i 00.00 j 1 S1,400.00 "This bid ;teen shall be a final pay item GPAND TOTAL, BID S 1.067.-5155.50 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°,0 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. VI - Acceptance and Final Payment (a) Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer shall within 5 days make such inspection, and when he finds the work acceptable under the Contract and the Contract fully performed, he will promptly issue a Notice of Completion, over his own signature, stating that the work required by this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the City within 15 days after the expiration of 35 days following the date of recordation of said Notice of Completion. (b) Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to the City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (c) Contractor shall provide a "Defective ivlaterial 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. 0 1 ", fN WITNESS WHEREOF, City and Contractor have caused th6r authorized representatives to execute this Agreement the day and year first written above. Z� ATTEST: Esther C. Beirne City Clerk APPROVED AS TO/FORM: Robert F. Epstein City Attorney File No.: 16.06.76 CITY OF SAN RAFAEL: Nader illcinsourian Public Works Director GIIILOTTI CONSTRUCTION COMPANY, INC.: Brim Onaaro Vice pramdent for sta6 L SUBJECT: C'I'TY OF _SA.N_RAFAEL Department of Public Works MAYOR Canj (. Phillip-, VICE MAYOR Barbara Heller COUNCIL MEMBERS Damon Connolly Kate Colin Andrew Cuyugan McCullough INSURANCE REQUIREMENTS SHEET WORKERS' COMPENSATION AND PUBLIC LIABILITY PROPERTY DAMAGE INSURANCE (PUBLIC WORKS CONTRACTS) The City of San Rafael requires that all Contractors and Subcontractors performing work under a Public Works contract with the City, carry workers' compensation insurance, public liability- insurance and property damage insurance. The public liability insurance and property damage insurance shall insure the City, its elective and appointive Boards, Commissions, Officers, Agents and Employees, as follows: Public Liability: Not less than $500,000.00 per person and $1,000,000.00 for one occurrence. Property Damage: Not less than $500,000.00 for one occurrence. The required insurance may be provided by a separate policy insuring the City, its elective and appointive Boards, Commissions, Officers, Agents and Employees or, if the Contractor already has insurance, he may provide the City with the required insurance by submitting a certificate of insurance and a standard form of additional insured endorsement. For this latter purpose, the City will accept the following: "IT IS HEREBY UNDERSTOOD AND AGREED THAT THE CITY OF SAN RAFAEL AND MARIN COUNTY, its officers, agents and employees, are additional insureds hereunder but only as respects liability arising out of the land and/or property, and/or work described in the Public Works contract for the project entitled, Street Resurfacing 2012-2013; City Project No. 11185 between the City of San Rafael and Ghilotti Construction Co., Inc., for the work and the improvements described therein." The Contractor shall provide satisfactory evidence to the City that the required liability insurance is primary and excess of any other insurance available to the City. Evidence of satisfactory insurance must be furnished to the City prior to commencement of work together with evidence that the insurance carrier will not cancel or reduce the coverage of the policy without first giving the City at least thirty (30) days prior notice. Such notice shall be sent to: CITY OF SAN RAFAEL, DEPARIA/l ENT OF PI.: BLIC WORKS I I 1 NIORPIIEW STREET SAN RAFAEL, CA 94915-1560 STILI -1l RESURFAC NG 21012-2013 f Premium is for Contract Term L i be rt -j and is Subject to Adjustment /" utuala based on Final Contract Price. Executed in Duplicate PP,RFORM, ANCE BOND Bond 070016416 Premium $5,254.00 KNOW ALL; BYTHESE PRESI NTS, That we, Ghilotti Construction Company, Inc. (hereinafter called the Principal), as Principal, and Liberty Mutual Insurance Company , a corporation duly organized under the laws of the State of Massachusetts (hereinafter called the Surety), as Surety, are held and firmly bound unto City of San Rafael -- _ (hereinafter called the Obligee), in the sutra of One Million Sixty-seven Thousand Five Hundred Fifteen Dollars And Fifty Cents ( $1,0_67,515.50 _ j Dollars, for the payment of which sum well and truly to be made, we, the said Principal and the said Surety, bind ourselves, our heirs. executors, administrators, successors and assigns, Jointly and severally, firmly by these presents. i Sigrned and sealed this 9th day of August , 2013 I WHEREAS.:,aid Principal has entered into a written Contract with said Obligee, dated August 5, 2013 for Street Resurfacing 2012-2013, Project No. 11185 in accordance with the terms and conditions of said Contract, which is hereby referred to and made a part hereof as if fully set forth herein: NOLO`, 'I'I IEREFORE, "I"i_IE CONDI IION OF THIS OBLIGATION IS SUCII, 'That if the above bounden Principal shall well and truly keep, do and perform each and every, all and singular, the matters and things in said contract sei: forth and specified to be by said Principal kept, done and perflortned., at the times and in the manner in said contract specified, or shall pay over, make good and reimburse to the above narncc:l Obligee, all lass and damage which said Obligee may sustain by reason of failure or default on the part of said Principal so to do, then this obligation shall be null and void; otherwise ;.hall remain in full force and effect. I NO SUIT, AC"1'IUNT OR PROCFEDING by the Obligee to recover on this bond shall be sustained unless the same be commenced i witlrin trio (2) vears followitu) the date on which Principal ceased work on said Contract. I i Ghilotti Construction Company, Inc Principal By �19f� > 3 ° Liberty Mutual insurance Company I Kathy RaVg 'fa "a" lttorney- in- Fact i i ACKNOWLEDGMENT State of California County of Placer On August 9, 2013 before me, Jana B. Pilgard, Notary Public (insert name and title of the officer) personally appeared Kathy Rangel who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature `r.:-'� y`r,... ',,::.,.•: '-v4' 0 JAIA S. PtLAD OMM. # 2007077 PLACER COUNT V "Icomm. Exp. MARCH 8, 201?t (Seal)�u Premium is for. Contract Term and is Subject to Adjustment based on Final Contract Price. Executed in Duplicate KNOW ALL BY TI HESE PRESENTS, That we, Ghilotti Construction Company, Inc. Bond 070016416 Premium Included and the Liberty Mutual Insurance Company a corporation organized and existing under the laws of the State of Massachusetts _ and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto City of San Rafael _ as Obligee, in the sum of One Million Sixty-seven Thousand Five Hundred Fifteen Dollars And Fifty Cents Dollars ( $1,067,515.50 1, for the payment whereof, well and truly to be made, said Principal and Surety bind themselves, their heirs, administrators, successors and assigns, jointly and severally, firmly by these presents. RE CUNDIT'ION OF THE FOREGOING OBLIGATION IS SUCH, 'That WHEREAS, the above -bounden Principal has entered into a contract, dated 5th day of August 2013 with the Obligee to do and perform the following work, to -wit: Street Resurfacing 2012-2013, Project No. 11185 NOW. THEREFORE., if the above -bounden Principal or his, her subcontractors fail to pay any of the persons named in Section i 181 of the Civil Code of the State of California, or amounts due tinder the Unemployment Insurance Code with respect to work or labor performed under the Contract, or any amounts required to be deducted, withheld and paid over to the Franchise Fax Board from the wages of employees of the Principal or hislier subcontractors pursuant to Section 18806 of the Revenue and Taxation Code, with respect to such work and labor, Surety will pay for the same, in an amount not exceeding the amount specified in this bond. and also, in case suit is brought upon this bond. a reasonable attorney's fee, to be fixed by the court. This bond tihall inure to the benefit of any and all persons, companies or corporations entitled to file claims under Section 3181 of the Civil Code of the Slate of California, so as to give a right of action to them or their assigns in any suit brought upon this bond. Sic„ried. sealed and dated this 9th day of August if I State of California County of Placer On August 9, 2013 ACKNOWLEDGMENT 1 before me, Jana B. Pilgard, Notary Public (insert name and title of the officer) personally appeared Kathy Rangel who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m hand and official seal. y JA A S. PIt OARD COMM'. <o€`7 PLACER COUNT( Comm Exp MARCH 8. 2017 (Seal) M 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. 6085583 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 Amedcan Insurance Company IN TESTIMONY WHEREOF, i have hereunto set my hard and affixed 'he seals of said r ar es ti, 9 t h,jay of LMS_12673 992012 Aug us t 20 13 By: David M. Carey Assistant Secretary 156 of 200; is a corporation duly organized under the laws of the State of Indiana (herein collectively called the 'Companies"), pursuant to and by authorlty herein set forth, does hereby name, constitute i� and appoint, Dona Lisa Buschmann; J. Buschmann; Jana B. Pilgard; Kathy Rangel; Robert D. Laux; Susan Fournier I "s all of the city of Roseville state of CA each individually if there be more than one named, its true and lawful attorney-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 j 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. V 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 18th day of April 2013 American Fire and Casualty Company The Ohio Casualty Insurance Company O Liberty Mutual Insurance Company m WestAmerican Insurance Company O d By: C STATE OF WASHINGTON ss Gregory tiV. Davenport, Assistant Secretary .; i COUNTY OF KING tts = O d ED On this 18th day of April 2013 , before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American v lo— Fire and Casualty Company, Liberty Mutual Insurance Company. The Ohio Casualty Company, and West American Insurance Company, and that he, as such. being authorized so to do, Fire 9,U) O. purposes therein contained b signing on behalf of the corporations p himself as a dui authorized officer. execute the foregoing instrument for the p y g g p y y d W O tv a > IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year first above written. O a +• o I�JL>i/L l o By: KD Riley Not44 Public Oi , 3 do OE owa This Power of Attorney is made and executed pursuant to and by authority of the following By -lavas and Authorizations of American Fare and Casualty Company, The Ohio Casualty Insurance rA c m Company. Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: e � mrn w 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 p fl; to such limitation as the Chairman or the President may prescribe. shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, > O C acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective :a 3 E powers of attorney, 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 as executed, such, instruments shall be as binding as if signed by the President and attested to by the Secreta; y Any power or authority granted to any representative or attorney-in-fact under > = `a ithe provisions of this article may be revoked at any time oy the Board, the Chairman, the President or by the officer or officers granting such power or authority. d A 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 > i and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in. fact, as may be necessary to act in behalf of the Company to make; execute, _ M p 3 seal, acknowledge and deliver as surety any and all undertakings. bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their C o® Z ra respective powers of attorney, shall nave 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 040 such instruments shall be as binding as ;f signed by the president and attested by the secretary. O Lexecuted Certificate of Designation -'rhe Presicen, of the Company, act ng pursuant to the Bylaws of the Company, authcrizes Gregory W. Davenport, Assistant Secretary to appoint such F' r :attorneys -gin fact as may be necessary to act on behalf of the Company t�, make. execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and oilier surety oblgatii•:ns.— i Authorization -- By �.nan;mous conserit ^f the Comuany's c2oard cf 0 rec`or:s, 'hie'.crrrpany consents tra. fac�lmiie ^r nsechanicall r reproduced signal„re cf any assistant secaetary of the Cornpary 'ovnarevez., appearing ur,-Oln a cef!if!eg copy orf r"a w power c -f int' rrev ssuad by !he C:_;i>,,.p3ny in, con nec€i,7, soref�j�')ori,is, shall be 40 aria hiri&rg upon, Vie C,;impany rh' h the Sarre force, and effect as fiougrf ,nal"wally affixed. I i, Dav,d M Carey, tne :Marsigined Assistant Sf cr eta -y, 1Amenr;ari Fire and Casualty C;G?: pall. I he Ohio C3 ilalt'y` irrsv ance Ccnpar;y, Liberty Mutual' insunaride Company, arc V"west f America;t insilra G Cnmpany no hereby certify that the original power of attorney of which the foreooing is a fjii. trt ie ana correct copy of the Power ofAttcrney executed toy said Companies, a is it r foil force and effect aro has not been revoked. IN TESTIMONY WHEREOF, i have hereunto set my hard and affixed 'he seals of said r ar es ti, 9 t h,jay of LMS_12673 992012 Aug us t 20 13 By: David M. Carey Assistant Secretary 156 of 200; r @� I DATE (MM/DD(YYYY) ACC N?" CERTIFICATE OF LIABILITY INSURANCE 8/9/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.- THISCERTIFICATEOF-INSURANCE DOES- NOT CONSTI-TUTF-A CONTRACT BETWEEN THE -ISSUING 1NSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). ! PRODUCER CUNIANAME: Lt Valerie Porter -Browne Woodruff -Sawyer & Co. PHONE alc.No1A15-989-9923 Y [A/C. yo. EXtIA 15-391-2141 50 California Street, Floor 12 E-MAIL San Francisco CA 94111 I ADDRESS :voorter-browne6wsandCo. com INSURER(S) AFFORDING COVERAGE NAIC 8 INSURERA:OId Reoublic General Insurance Coro 4139 INSURED GHILCON-01 INSURERB: Ghilotti Construction Company, Inc. I INSURERC: ' 246 Ghilotti Avenue I INSURERD: Santa Rosa CA 95407 INSURER E INSURER F; COVERAGES CERTIFICATE NUMBER: 1704472319 REVISION NUMBER: THIS IS TO CERTIFY THAT 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, j EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR ADDL SUBR POLICY EFF POLICY EXP ' TYPE OF INSURANCE LTR INSR WVD POLICY NUMBER IMMIDDIYYYY) (MMIDDrY) LIMITS A GENERAL LIABILITY Y 41CG37541309 3/31/2013 3/31/2014 EACH OCCURRENCE $2,000,000 X DAMAGE TO RENTED — -- COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurtence) $100,000 CLAIMS -MADE LAJ OCCUR I MED EXP (Any one person) $5,000 PERSONAL & ADV INJURY $2,000,000 GENERAL AGGREGATE $4,000,000 GEN'LAGGREGATELIMIT APPLIES PER PRODUCTS -COMP/OPAGG $2,000,000 I� PRO- LOC $ POLICY JFCT A AUTOMOBILE LIABILITY A1CA37541309 3/31/2013 3/31/2014 COMBINEU SINGLE LIMI I Ea accident $1,000,000 — X ANY AUTO BODILY INJURY (Per person) $ ALL OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOSNONOOWNED X PROPERTY DAMAGE $ X HIRED AUTOS AUTOS — - _ (Per accident) _ $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE AGGREGATE $ DED I ' RET ENTtON$ $ WORKERS COMPENSATION A 41CW94681310 4/2/2013 4/2/2014 X I WCSTATU- I lOTH- TORY LIMITS — AND EMPLOYERS' LIABILITY -- --,_.E.R_, AN`' PROPRIETOR/PARTNERiEXECUTIVE E.L. EACH ACCID_E_N7 OFF ICER/MEMBER EXCLUDED ^ NIA _ __$_1_,000,000 (Mandatory in NH) E.L DISEASE - EA EMPLOYEE $1,000,000 If yes. describe under DESCRIPTION OF OPERATIONS below E.L DISEASE - POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS) VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) GCC job #5524, Project No. 11185; Street Resurfacing 2012-2013. It is herby understood and agreed that the City of San Rafael & Marin County, its officers, agents and employees are additional insureds hereunder but only as respects liability arising out of the land &tor property &/or work described in the Public Works contract for the project entitled, Street Resurfacing 2012-2013; City Project No. 11185 between the City of San Rafael & Ghilotti Construction Co., Inc. for the work and the Improvements described therein. Endorsements CG 2037 07 04, CG 2010 07 04 attached. Coverage is Primary & Non -Contributory per form CG EN GN 0029 09 06 attached. Policies contain a 30 day notice of cancellation, and a 10 day notice of cancellation for non-payment of premium. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of San Rafael, Department of Public Works ACCORDANCE WITH THE POLICY PROVISIONS. 111 Morphew Street San Rafael CA 94915-1560 AUTHORIZED REPRESENTATIVE anr 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD i NAMED INSURED: Ghilotti Construction Company, Inc. POLICY NUMBER: AtCG37541309 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization (s): Location(s) Of Covered Operations Where required by written contract Where required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. CG 20 10 07 04 B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the sante project, C., iSO Properties, Inc., 2004 Page 1 of 1 13 Ei NAMED INSURED: Ghilotti Construction Company, tnc POLICY NUMBER: AtCG37i41309 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Name Of Additional Insured Person(s) Or Orcianization(s): Where required by written contract SCHEDULE Location And Description Of Completed Operations Where required by written contract Information required to complete this Schedule. if not shown above, will be shown in the Declarations Section II — Who Is An Insured is amended to in- at the location designated and described in the clude as an additional insured the person(s) or or- schedule of this endorsement performed for that ad- ganization(s) shown in the Schedule, but only with ditional insured and included in the "products-com- respect to liability for "bodily injury" or "property pleted operations hazard". damage" caused, in whole or in part, by "your work" CG 20 37 07 04 Copyright, ISO Properties, Mr- 2004 Page 1 of t UNIFORM 0 OLD REPUBLIC GENERAL INSURANCE CORPORATION CHANGES ADDITIONAL INSURED PRIMARY WORDING SCHEDULE THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Name of Additional Insured Person(s) Or Organization(s): As required by written contract Location(s) of Covered Operations where required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other insurance of a like kind available to the person or organization shown in the schedule above unless the other insurance is provided by a contractor other than the person or organization shown in the schedule above for the same operation and job location. If so, we will share with that other insurance by the method described in paragraph 4.c. of Section IV -- Commercial General Liability Conditions. All other terms and conditions remain unchanged. Named Insured- Ghilotti Constriction Company, Inc. Policy Number AICG37541309 Endorsement No ---- Policy — Policy Period 03/3112013 to Endorsement Effective Date: Q3131,'2�14 -- • •- ---------___._.. - - - ------------- Producer's Name: j Producer Number: 3J3 tit3 AUTHORIZED REPRESENTATIVE DATE CG EN GN 0029 09 06