Loading...
HomeMy WebLinkAboutCC Resolution 12235 (ADA Curb Ramp Project)RESOLUTION NO. 12235 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING CONTRACT FOR 2006 ADA CURB RAMP PROJECT (REBID) TO GHILOTTI CONSTRUCTION COMPANY. IN THE AMOUNT OF $303,229.75 BE IT RESOLVED by the Council of the City of San Rafael as follows: WHEREAS, on the P day of April, 2007 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: "2006 ADA CURB RAMP PROJECT (REBID)" PROJECT NO. 15006 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 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 therefor; NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Rafael, that the bid of Ghilotti Construction Company and the same is hereby accepted at said unit prices and that the contract for said work and improvements be and 11) -q<, the same is hereby awarded to said Ghilotti Construction Company at the unit prices mentioned in said bid. IT IS FURTHER ORDERED AND RESOLVED that the Mayor and the City Clerk of said City be authorized and directed to execute a contract with Ghilotti Construction Company for said work and to return the bidders bond upon the execution of said contract. RESOLVED, FURTHER, that the Council does hereby authorize the Public Works Director to take any and all such actions and make changes as may be necessary to accomplish the purpose of this resolution. I, JEANNE M. LEONCINI, 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 16`h day of April, 2007 by the following vote, to wit: AYES: COUNCILMEMBERS: Heller, Miller, Phillips and Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: Cohen JE) NE M. LEONCINI, City Clerk File No.: 16.01.230 City of San Rafael ♦ California Form of Contract Agreement for 2006 ADA CURB RAMP PROJECT(REBID) PROJECT NO. 15006 This Agreement is made and entered into this 171h day of April, 2007 by and between the City of San Rafael (hereinafter called City) and Ghilotti Construction Company (hereinafter called Contractor). Witnesseth, that the City and the Contractor, for the considerations hereinafter named, agree as follows: II - Scope of the Work The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary, and to perform all of the work shown on the plans and described in the specifications for the project entitled: 2006 ADA Curb Ramp Project(Rebid), Project No.15006 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. III- Time of Completion (a) The work to be performed under this Contract shall be commenced within five (5) calendar days after the date of written notice by the City to the Contractor to proceed. (b) The work shall be completed within forty-five (45) working days after the date of such notice and with such extensions of time as are provided for in the General Conditions. IIII - Liquidated Damages It is agreed that, if all the work required by the contract is not finished or completed within the number of working days as set forth in the contract, damage will be sustained by the City, and that it is and will be impracticable and extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by reason of such delay; and it is therefore agreed that the Contractor will pay to the City, the sum of $500 for each and every calendar day's delay in finishing the work in excess of the number of working days prescribed above; and the Contractor agrees to pay said liquidated damages herein provided for, and further agrees that the City may deduct the amount thereof from any moneys due or that may become due the Contractor under the contract. 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. NO. ITEM Mobilization Traffic Control QUANTITY UNITS LS ,, LS UNIT PRICE 18,500.00 = 5,000.00 TOTAL PRICE 18,500.00 5,000.00 AGREEMENT • 1 .UP 3 Construct Case A Curb 1,165 SF 22.00 25,630.00 Ramp 4 Construct Case C Curb 321 SF 30.00 9,630.00 Ramp 5 Construct Modified Case C 5,400 SF 21.00 113,400.00 Curb Ramp 6 Construct Modified Single- 1,219 SF 24.00 29,256.00 Sided Case C Curb Ramp 7 Construct Modified Case 188 SF 30.50 5,734.00 CM Curb Ramp 8 Construct Modified Single- 202 SF 30.00 6,060.00 Sided Case CM Curb Ramp 9 Construct Modified Case F 103 SF 28.00 2,884.00 Curb Ramp 10 Construct Type A 153 SF 30.00 4,590.00 Passageway 11 Construct Custom Curb 1,545 SF 23.95 36,693.75 Ramp 12 Construct PCC Sidewalk 240 SF 15.00 3,600.00 13 Reconstruct PCC Median 71 SF 15.50 1,150.00 14 Remove and Replace Curb 54 LF 50.00 2,700.00 and Gutter 15 Reconstruct PCC Retaining 1 I 1 S 3,200.00 3,200.00 Wall 16 Remove and Replace New 2 EA 1,200.00 2,400.00 Pedestrian Barricade 17 Install New Sign 1 EA 450.00 450.00 18 Relocate Sign 13 EA 200.00 2,600.00 19 Remove and Reset Sign 4 EA 200.00 800.00 20 Install 12" Wide Yellow 67 LF 179.00 11,993.00 Stripe (Thermoplastic) 21 Install Pavement Marking 308 SF 13.00 4,004.00 (Thermoplastic) 22 Install 8 -inch PVC Storm 30 LF 39.00 1,170.00 Drain AGREEMENT • 2 23 Install Drainage Inlet 1 EA 1,100.00 1,100.00 24 Remove Existing Drainage 1 EA 725.00 725.00 Inlet 25 Install Concrete Junction 1 EA 1,100.00 1,100.00 Box 26 Install Sidewalk Drain 32 LF 55.00 1,760.00 27 Install Sidewalk Drain 2 EA 600.00 1,200.00 Cleanout 28 Adjust Utility Box to Grade 6 EA 250.00 1,500.00 29 Adjust Manhole to Grade 1 EA 400.00 400.00 30 Relocate StreetLight 2 EA 1,500.00 3,000.00 Pullbox 31 Remove Exisitng Tree 2 EA 500.00 1,000.00 TOTAL 303,229.75 V - Progress Payments (a). On not later than the 6th day of every month the Public Works Department shall prepare and submit an estimate covering the total quantities under each item of work that have been completed from the start of the job up to and including the 25th day of the preceding month, and the value of the work so completed determined in accordance with the schedule of unit prices for such items together with such supporting evidence as may be required by the City and/or Contractor. (b). On not later than the 15th day of the month, the City shall, after deducting previous payments made, pay to the Contractor 90% of the amount of the estimate as approved by the Public Works Department. (c). Final payment of all moneys due shall be made within 15 days after the expiration of 35 days following the filing of the notice of completion and acceptance of the work by the Public Works Department. (d). The Contractor may elect to receive 100% of payments due under the contract from time to time, without retention of any portion of the payment by the public agency, by depositing securities of equivalent value with the public agency in accordance with the provisions of Section 4590 of the Government Code. Such securities, if deposited by the Contractr, shall be valued by the City's Finance Director, whose decision on valuation of the securities shall be final. VI - Acceptance and Final Payment (a) Upon receipt of written notice that the work is ready for final inspection and acceptance, the Engineer shall within 5 days make such inspection, and when he finds the work acceptable under the Contract and the Contract 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 AGREEMENT 3 the City within 15 days after the expiration of 35 days following the date of recordation of said Notice of Completion. (b) Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls, material bills, and other indebtedness connected with work have been paid, except that in case of disputed indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to the City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not already been guaranteed by surety bond. (c) The Contractor shall provide a "Defective Material and Workmanship Bond" for 50% of the Contract Price, before the final payment will be made. (d) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than those arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after final payment; (3) requirements of the specifications; or (4) manufacturers' guarantees. It shall also constitute a waiver of all claims by the Contractor, except those previously made and still unsettled. (e) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Engineer so certifies, the City shall, upon certificate of the Engineer, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement the day and year first written above. I_NAM11f tn�m.nLeoncinz City Clerk APPROVED AS TO FORM: _ �2Pzi,�,try� Gary T. Ragghianti City Attorney CITY OF SAN RAFAEL: a Bo)�A Mayor CO for C ;,a n� tUc "o1 60 Inc. AGREEMENT • 4 SAFECO' CONTRACT BOND - CALIFORNIA IN TRIPLICATe FAITHFUL PERFORMANCE - PUBLIC WORK MILLENNIUM CORPORATE PARK BLDG. C 18400 NE UNION HILL ROAD REDMOND, WA 98052 Bond #6454643 Initial premium charged for this bond is $2456.00 subject to adjustment upon completion of contract at applicable rate on final contract price. KNOW ALL BY THESE PRESENTS, That cHILrrrrr CONSTRUCTION COMPANY of 246 GHILO Ti AVENUE. SANTA ROSA. CA 95407 as Principal, and the SAFECO INSURANCE COMPANY OF AMERICA , a corporation organized and existing under the laws of the State of Washin4ton -and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto CITY OF SAN RAFAEL N_ 111 MORPHEW STREET SAN RAFAEL, CA 94915 in the sum of THREE HUNDRED THREE THOUSAND TWO HUNDRED TWENTY NINE AND 75/100 ONLY +VA,_A,:_ .;_,%%"".;;,";,.,. NA•AA kA1::-.-.- a : :::: ..___..__: Dollars ($ $303,229.75 ) for the payment whereof, well and truly to be made, said Principal and Surety bind themselves, their heirs, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That WHEREAS, the above -bounden Principal has entered into a Contract, dated APRIL 17 2007 , with the CITY OF SAN RAFAEL to do and perform the following work, to -wit: 2006 ADA CURB RAMP PROJECT (REBID) NOW, THEREFORE, if the above -bounden Principal shall faithfully perform all the provisions of said Contract, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER THAT, Any suit under this bond must be instituted before the expiration of two (2) years from the date of substantial completion of the work to be perfornied under the Contract. Signed and sealed this 17th day of APRIL 2007 GHIL"r`r CONON, N BY: f.,E'PC�I- Principal SAFECO INSURANCE C4VP-AY OF AMERICA B Y Fffct J� PILGARD ttt l 4'Y 'v 3-08151SAEF 10199 0 Registered trademark of SAFECO Corporation. ALL-PURPOSE CERTIFICATE STATE OF CALIFORNIA} ss COUNTY OF SACRAMENTO} On M'F{ 1 7 2007 , before me, Kathy Rangel, a notary public, personally appeared Jana B. Pilgard, personally known to me (or 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. WITNESS my hand and official seal. j,'ATHY RANGEL tCON ii11.1547535 y I ;_ `a (tib ' }Y J - NOTARY PUOLIC o CALIFORNIA ') SACI'J',MEtJTOCOUNTY Comm. Exp. JAN. 27, 2009 MILLENNIUM CORPORATE PARK P�A7­ S A F E CO' BLDG. C 18400 NE UNION HILL ROAD REDMOND, WA 98052 Bond *6454643 CONTRACT BOND - CALIFORNIA PREMIUM INCLUDED PAYMENT BOND PREMIUM IS FOR CONTRACT TERM AND IS SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE KNOW ALL BY THESE PRESENTS, That we, GHILOITI CONSTRUCTION COMPANY and the SAFECO INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Washington and authorized to transact surety business in the State of California, as Surety, are held and frrnmly bound unto CITY OF SAN RAFAEL 111 MORPEIEW STREET-_ SAN RAFAEL, CA 94915 , as Obligee, in the sum of THREE HARED 33EM THOUSAND TWO HUNDRED TWENTY NINE_ & 75/100 ONLY •►��������������������� __ ........_...... Dollars ($ $303,229.75 ) 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, finely by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That WHEREAS, the above -bounden Principal has entered into a contract, dated 17th day of APRIL 2007 , with the Obligee to do and perform the following work, to -wit: 2006 ADA CURB RAMP PROJECT (REBID) NOW, THEREFORE, if the above -bounden Principal or his/her subcontractors fail to pay any of the persons named in Section 3181 of the Civil Code of the State of California, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the Contract, or any amounts required to be deducted, withheld and paid over to the Franchise Tax Board from the wages of employees of the Principal or his/her subcontractors pursuant to Section 18806 of the Revenue and Taxation Code, with respect to such work and labor, Surety will pay for the same, in an amount not exceeding the amount specified in this bond, and also, in case suit is brought upon this bond, a reasonable attorney's fee, to be fixed by the court. This bond shall inure to the benefit of any and all persons, companies or corporations entitled to file claims under Section 3181 of the Civil Code of the State of California, so as to give a right of action to them or their assigns in any suit brought upon this bond. Signed, sealed and dated this 17th day of APRIL , 2007 No premium is charged for this bond. It is executed in connection with a bond for the performance of the contact. !_ICI laM BY: Princi al SAFECO INSURANCE COMPANY OF AMERICA By c.. ,' J B. PILGARD Attorney -in -Fact S-0816/SAEF 10/99 O Registered trademark of SAFECO Corporation. STATE OF CALIFORNIA} COUNTY OF SACRAMENTO} ALL-PURPOSE CERTIFICATE ss On , before me, Kathy Rangel, a notary public, personally appeared Jana B. Pilgard, personally known to me (or 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. WITNESS my hand and official seal. = KA T I IYRANG COMM. #1547535 NOTAF;V PUBLIC o CALIFORNIA CO) SACRAPIENTO COUNTY — "ma=y Comm. Exp. JAN. 27, 2009 POWER SAFECO INSURANCE COMPANY OF AMERICA P71 S A F E C O GENERAL INSURANCE COMPANY OF AMERICA OF ATTORNEY HOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 No. 5490 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint *********ROBERT D. LAUX; DONA LISA BUSCHMANN; J. BUSCHMANN; SUSAN FOURNIER; JANA B. PILGARD; KATHY RANGEL; Sacramento, California********* its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 24th day of April 2002 _101F ItA� �t- Clb-1 R.A. PIERSON, SECRETARY MIKE MGAVICK, PRESIDENT CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power-of-attomey appointment, executed pursuant thereto, and (iii) Certifying that said power-of-attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation ��Df WASM S-0974/SAEF 2/01 this CORPORATE SEAL ls23� 17th day of APRIL 2007 R.A. PIERSON, SECRETARY 0 A registered trademark of SAFECO Corporation 04/2412002 PDF Client#: 15ba6 GHILOCON ACORDT. CERTIFICATE OF LIABILITY INSURANCE I 0DATE 4/19/07D1YYYY) PRODUCER USI Northern California 1670 Corporate Circle, #101 P.O. Box 4409 Petaluma, CA 94955-4409 INSURED Ghilotti Construction Company, Inc. 246 Ghilotti Avenue Santa Rosa, CA 95404 COVERAGES THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE I NAIC # INSURERA. Old Republic General Insurance Corp. 24139 INSURER B: National Union Fire Ins Co - Pittsbu 1 19445 INSURERC Virginia Surety Company, Inc. 1 40827 INSURER D: 1 INSURER E: 1 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD' POLICY EFFECTIVE 'POLICY EXPIRATION LTR INSR TYPE OF INSURANCE POLICY NUMBER DATE (MM/DD/YYI DATE (MMIDDrNI LIMITS A GENERAL LIABILITY A1CG37540703 03/31/07 03/31/08 1 EACH OCCURRENCE $2,000.000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Cancellation: Except for 10 day notice for non-payment of premium. RE: Job No. 5172 - 2006 ADA Curb Ramp Project (Rebid) No. 15006. The City of San Rafael, its elective and appointive Boards, Commissions, Officers, Agents and Employees are named as Additional Insured per the (See Attached Descriptions) CERTIFICATE HOLDER City of San Rafael Department of Public Works P.O. Box 151560 San Rafael, CA 94915-1560 ACORD 25 (2001/08)1 of 3 #S93725/M93724 DAMAGE TO RENTED R MI S (Ea occurrence) $100,000 MED EXP (Any one person) $5,000 COMMERCIAL GENERAL LIABILITY 1$2.000,000 GENERAL AGGREGATE 1$4,000,000 EX CLAIMS MADE � OCCUR X Contractual Liab. X I XCU Included GEN'L AGGREGATE LIMIT APPLIES PER: 7 POLICY n PR LOC A AUTOMOBILE LIABILITY AICA37540703 03/31/07 03/31/08 DANY AUTO ALL OWNED AUTOS _ SCHEDULED AUTOS X HIRED AUTOS X NON -OWNED AUTOS X Drive Other Car I GARAGE LIABILITY ANY AUTO B FXCESSIUMBRELLALIABILITY BE5685731 03/31/07 03/31/08 OCCUR F] CLAIMS MADE DEDUCTIBLE RETENTION $ C WORKERS COMPENSATION AND 1CW50113003 10/01/06 10/01/07 EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Cancellation: Except for 10 day notice for non-payment of premium. RE: Job No. 5172 - 2006 ADA Curb Ramp Project (Rebid) No. 15006. The City of San Rafael, its elective and appointive Boards, Commissions, Officers, Agents and Employees are named as Additional Insured per the (See Attached Descriptions) CERTIFICATE HOLDER City of San Rafael Department of Public Works P.O. Box 151560 San Rafael, CA 94915-1560 ACORD 25 (2001/08)1 of 3 #S93725/M93724 DAMAGE TO RENTED R MI S (Ea occurrence) $100,000 MED EXP (Any one person) $5,000 PERSONAL d ADV INJURY 1$2.000,000 GENERAL AGGREGATE 1$4,000,000 1PRODUCTS - COMP/OP AGG 1$2,000,000 I 1 COMBINED SINGLE LIMIT I $1'000'000 (Ea accident) BODILY INJURY I $ (Perperson) BODILY INJURY (Per accident) PROPERTY DAMAGE I $ (Per accident) 1 AUTO ONLY - EA ACCIDENT 1 $ OTHER THAN EA ACC 1 $ AUTO ONLY: AGG I $ 1 EACH OCCURRENCE 1$5.000.000 1AGGREGATE 1$5,000,000 1 IS 1 IS I I$ X I TORY I WC STAMTTS I IDFR E.L. EACH ACCIDENT 1$1,000,000 E.L. DISEASE - EA EMPLOYEEI $1,000,000 IE.L.DISEASE-POLICY LIMIT 1$1,000,000 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL RDDRXDt MAIL 30_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,MXR91 X xmwi 71A701Q)mux4tECJQ X*AXXX)W—V OXX)tm)VMQXXKUCW KICO liR"RKDOMXx AUTHIJ RE�RES NTATIV ' IvA� S9GJ © ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (2001/08) 2 of 3 #S93725IM93724 DESCRIPTIONS (Continued from Page 1) attached GL & Auto endorsements. A standard separation of insured's clause is included in the policy form. AMS 25.3 (2001/08) 3 of 3 #S937251M93724 POLICY NUMBER: AICG37540703 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): Where required by written contract Location(s) Of Covered Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section It — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. 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. CG 20 10 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 A OLD REPUBLIC GENERAL INSURANCE CORPORATION ADDITIONAL INSURANCE WHERE REQUIRED UNDER CONTRACT OR AGREEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: BUSINESS AUTO COVERAGE FORM The following is added to Section II — Liability Coverage, A. — Coverage, 1. Who is An Insured: d. Any person or organization to whom you become obligated to Include as an additional Insured under this.poilcy, as a result of any contract or agreement you enter into which required you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of your operations or premises owned by or rented to you. However, the insurance provided will not exceed the lessor of: Narned Insured Policy Number Policy Period Producer's Name: Producer Number: The coverage or limits of this policy, or The coverage or limits required by said contract or agreement. Ghilotti Construction Comvanv, Inc Al CA37540703 , Endorsement No. 03/31/07-03/31/08 Endorsement Effective Date: JA. �.X?P� AUTHORIZED REPRESENTATIVE CA EN GN 0020 09 06 03/31/07 �3/ 3 A 7 DATE