Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Street Resurfacing 2015-2016; Ghilotti ConstructionITEM
City of San Rafael ♦ California
Form of Contract Agreement For
Street Resurfacing 2015-2016
City Project No. 11275
This Agreement is made and entered into this lb7W day of Ouv, u 41!- s2,o/6 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 plans and specifications for the project entitled: Street Resurfacing 2015-
2016, City Project No. 11275, all in accordance with the Specifications and Contract Documents dated July 2016,
which are hereby made a part of this Agreement.
II- 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 Eli htv (80) Working Days and with
such extensions of time as are provided for in the General Provisions.
III - Liquidated Damages
It is agreed that, if all the work required by the contract is not finished or completed within the number of working
days as set forth in the contract, damage will be sustained by the City, and that it is and will be impracticable and
extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by
reason of such delay; and it is therefore agreed that the Contractor will pay to the City, the sum of $1,900 for each
and every 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 anN 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 folloNNing 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.
DESCRIPTION
ESTIMATED UNIT UNIT PRICE TOTAL PRICE
QUANTITY
1. Mobilization (Not to exceed 3% of Bid) I
2. Signs and Traffic Control 1
3. Clearing and Grubbing 1
4. Minor Concrete Minor Structures
a. Type A Curb and Gutter 1,300
b. Four -Inch Thick PCC Sidewalk 2,000
c. Eight -Inch Thick PCC Sidewalk 130
d. Case 'C' Curb Ramp 31
Page I of 4
LS n $40,000.00 = $40,000.00
LS n $215,000.00 = $215,000.00
LS a $100,000.00 = $100.000.00
LF a $35.00 $45,500.00
SF « $15.00 $30,000.00
SF n $20.00 $2,600.00
EA « $5,000.00 = $155,000.00
ITEM
DESCRIPTION
e. Modified Case 'C' Curb Ramp (Warner Ct)
f Modified Case `A' Curb Ramp (Shoreline Park Pathway)
g. Six -Inch Thick PCC Valley Gutter
h. Reconstruct Catch Basin Deck, Curb, and Gallery Inlet
i. Modified Turning Structure with Manhole Lid
j. New Type 'C' Catch Basin
5. Sidewalk Underdrains
a. Whitewood Drive at Pedestrian Pathway (East Side)
b. Spinnaker Point Drive/Catalina Blvd Area
5. 6" Storm Drain Pipe
6. 12" Trench Drain
7. Full Width Grinding"
8. Cold Planing
a. 6' Edge Grind
b. 20' Conform Grind
8. Hot Mix Asphalt
a. Full Depth Asphalt Concrete Pavement
b. Deep Lift Patching
C. Asphalt Concrete Overlay
9. Mirco-Surfacing"
10. Adjust Existing Facility to Grade
a. Install Sewer Cleanout Utility Box
b. Adjust Manhole Castings to Grade
c. Adjust Water Valve Cover to Grade (In Roadway Only)
d. Adjust Gas Valve Cover to Grade (In Roadway Only)
e. Adjust Monument to Grade
f. Adjust Rodhole to Grade
11. Roadside Signs
Page 2 of 4
ESTIMATED
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
2
EA
a
$5,000.00 =
$10,000.00
1
EA
a
$5,000.00 =
$5,000.00
1,100
SF
@
$15.00 =
$16,500.00
5
EA
a
$3,000.00 =
$15,000.00
2
EA
n
$5,000.00 =
$10,000.00
2
EA
a
$5,000.00 =
$10,000.00
1
EA
a
$500.00 =
$500.00
9
EA
a
$500.00 =
$4,500.00
95
LF
a
$70.00 =
$6,650.00
60
LF
n
$250.00 =
$15,000.00
195.016
SF
a
$0.40
$78,006.40
9,100
LF
a
$3.00 =
$27,300.00
530
LF
@
$10.00
$5,300.00
105
TON
a
$250.00 =
$26,250.00
160
TON
«
$250.00 =
$40,000.00
5,800
TON
rr
$110.00 =
$638,000.00
15,511
SY
a
$2.30 =
$35,675.30
6
EA
@
$350.00 =
$2,100.00
51
EA
@
$1,200.00 =
$61,200.00
59
EA
a
$100.00 =
$5,900.00
2
EA
@
$1,000.00 =
$2,000.00
30
EA
@
$1,000.00 =
$30,000.00
1
EA
@
$1,000.00 =
$1.000.00
1
LS
a
$3,025.00 =
$3,025.00
ITEM DESCRIPTION
ESTIMATED
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
12. Traffic Stripes, Pavement Markings, and Painting
a. Install 4" White Stripe
140
SF
a
$3.00
$420.00
b. Install Detail 9 Striping
1,300
LF
a
$1.10
$1,430.00
c. Install Detail 22 Striping
460
LF
@
$2.40 =
$1,104.00
d. Install Detail 27b Striping
210
LF
@
$0.90
$189.00
e. Install Detail 29 Striping
90
LF
@
$4.40 =
$396.00
f. Install Detail 38 Striping
1,500
LF
@
$2.20 =
$3,300.00
g. Install Detail 40 Striping
220
LF
a
$1.00
$220.00
h. Install Pavement Markings (Thermoplastic)
5,250
SF
a
$3.00
$15,750.00
i. Install Pavement Markings (Paint)
90
SF
a
$3.00 -
$270.00
j. Paint Curb Red
1,300
LF
a
$2.00
$2,600.00
k. Paint Curb Yellow
250
LF
a
$2.00
$500.00
GRAND TOTAL
BID $1,663,185.70
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 950o of the amount ofthe 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
tiling of the notice of completion and acceptance of the work by the Public Works Department.
(d) The Contractor may elect to receive 1000,0 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 atter 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
Page 3 of 4
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.
VII - Assignment of Warranties; Waiver of Subrogation
(a) Contractor hereby assigns to City all warranties, guarantees, or similar benefits such as insurance, provided by
or reasonably obtainable from the manufacturers or suppliers ofequipment, material or fixtures that Contractor
has installed or provided in connection with the work performed under this Agreement.
(b) Contractor hereby agrees to waive and arrange by contract for its subcontractors to waive any subrogation
rights which any insurer of Contractor or its subcontractors might otherwise acquire in connection with the
insurer's payment to Contractor or its subcontractors of any insured loss with respect to work performed under
this Agreement. Contractor further agrees to obtain and to arrange for its subcontractors to obtain for City's
benefit any endorsements from insurers that may be necessary to effect such waiver of subrogation.
Specifically, any worker's compensation insurance policies of the Contractor or its subcontractors shall be
endorsed with a waiver of subrogation in favor of City for any work performed by Contractor or its
subcontractors under this Agreement, and copies of such endorsements shall be provided to City.
IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute
this Agreement the day and year first written above.
ATTEST:
C - Rp—j
Esther C. Beirne
City Clerk
APPROVED AS TO FORM:
Roberl F. Epstein
City Attorney
File No.: 16.06.85
Page 4 of 4
CITY OF SAN RAFAEL:
Jn Scl rt.
Ci M pager
Chilotti Construction Company, Inc.
By-: -- -
Printed
Title:
r.
L
Liberty
Mutual
SURETY
CONTRACT BOND - CALIFORNIA Executed in Triplicate
FAITHFUL PERFORMANCE -
PUBLIC WORK
Bond #070021987
Initial premium charged for this bond is
$10,839.00 subject to
adjustment upon completion of contract
at applicable rate on final contract price.
KNOW ALL BY THESE PRESENTS, That Ghilotti Construction Company, Inc.
of 246 Ghilotti Avenue, Santa Rosa, CA 95407 as Principal,
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
in the sum of One Million Six Hundred Sixty-three Thousand One Hundred Eighty-five Dollars And Seventy Cents
DoIIars ($1,663,185.70 ),
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.
TME CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That WHEREAS, the above -bounden Principal has entered into a
Contract, dated August 18 , 2016 , with the City of San Rafael
to do and perform the following work, to -wit:
Street Resurfacing 2015-2016, City Project No. 11275
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 mast be instituted before the expiration of two (2) years fi-om the date of
substantial completion of the work to be performed under the Contract.
Signed and sealed this 23rd day of August , 2016
� trtst,,p
JoµPO�fFOy�tn
1912 0
CHUS��dD
LMS -10815 10199
Ghilotti Construction Company, Inc.
Principal
I
All Yazdi General Manages
Liberty Mutual Insurance pany
By
Jana B. Pilgard, Attorney -in -Fact
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Placer
On August 23, 2016 before me, Kathy Rangel, Notary Public
(insert name and title of the officer)
personally appeared Jana B. Pilgard
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 `�
(Seal)
KATHY RANGEL
COMM. # 2007083 E
CU7 ' NOTARY PUBLIC o CALIFORNIA n
PLACER COUNTY 0
Comm. Exp. FEB. 11, 2017
Liberty
Mutual
SURETY
CONTRACT BOND - CALIFORNIA
PAYMENT BOND
Bond #070021987
Executed in Triplicate
KNOW ALL BY THESE PRESENTS, That we, Ghilotti Construction Company, Inc.
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 Six Hundred Sixty-three Thousand One Hundred Eighty-five Dollars And Seventy Cents
Dollars ( $1,663,185.70 ),
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 1S SUCH, That WHEREAS, the above -bounden Principal has entered into a
contract, dated 18th day of August , 2016 with the Obligee to do and perform the following
work, to -wit: Street Resurfacing 2015-2016, City Project No. 11275
NOW, THEREFORE, if the above -bounden Principal or his/her subcontractors fail to pay any of the persons named in Section 9100 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, 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 9100 of the
Civil Code of the State of California, so as to give a right ol'action to them or their assigns in any suit brought upon this bond.
Signed, sealed and dated this 23rd day of
No premium is charged for this bond. It is executed in
connection with a bond for the performance of the
contract.
jQ'`011PON1f`o'yn�
r m
19120
r 3 y o
r`d�1 SSA CHus� �a
LMS -10616 10/99
August
, 2016
Ghilotti Construction Company, Inc.
Principal
Al Yazdl
General Manager
Liberty Mutual Insurance Compiny
By�?
Jana B. <Pilgard, Attorney -in -Fact
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Placer
On August 23, 2016 before me, Kathy Rangel, Notary Public
(insert name and title of the officer)
personally appeared Jana B. Pilgard
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
� v
(Seal)
/•..,;.
., KATHY RANGEL
COMM # 2007083
NO
UH TARY PUBLIC a CALIFORNIA n
' �:�•r
s i PLACER COUNTY
�� Comm. Exp. FEB. 11, 2017
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. 7347850
American Fire and Casualty Company Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company WestAmerican 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 Mutua 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 aws of the State of Indiana (herein collectively called the 'Companies"), pursuant to and by authority herein set forth, does hereby name, constitute
and appoint, Dona Lisa Buschmann; J. Buschmann; Jana B. Pilqard; Kathy Ranqel; Robert D. Laux
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
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 27th day of April , 2016
PND C ISG X11 IN5(, �tNSU,+ h WSUq American Fire and Casualty Company
„,w,;F<� yJP,oeroryr R9? a S,t:,ofq �Yr� �Q,�' ,vor .,,`rte The Ohio Casualty Insurance Company
V r Liberty Mutual Insurance Company
s 1906 0 0 0 1919o n 1912 ° 1991
s West merican Insurance Company
D
a) t 1 * * * * By: 1
C STATE OF PENNSYLVANIA ss David M. Carey�_Assistant Secretary
COUNTY OF MONTGOMERY
tiOn this 27th day of April 2016 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and
0 a> 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,
p execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
`m > 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.
t4 gP PAST COMMONWEALTH OF PENNSYLVANIA a/-`
U�
-� Q��NWey Ff� Notarial Seal
v rQ v Teresa Pastella, Notary Public By:
d of Plymouth Twp., Montgomery County
O ` Teresa Pastella, Notary Public
a.. My Commission Expires March 28, 2017
rOp7q V �� Member, Pennsylvania Association of Notaries
Cd Ry CP
m This Power of Attorney is made and executed pursuant to an by authority of the following By-laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance
Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
0) 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
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
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
O ip 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 attorney-in-fact under
the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
M r 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,
>0) and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -tact, as may be necessary to act in behalf of the Company to make, execute,
0seal, 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 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
executed such instruments shall be as binding as if signed by the president and attested by the secretary.
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 attorneys -in -
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.
I, 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 2 3rd day of August 20 16
y�PN�ort sG9 JP��NNtNSGg9 JP�tN;Ui+^rq• �U��vio UR�.r.
n
a 1906 p o 1919 n y 1912 s 1991 By:
2 Gregory W Davenport, Assistant Secretary
bpi ^y-` �� ,D O �'•ib�MF�t"�4 �� % ��ist �l iE` t i <
ib y,rinti^.'a !a y Cl 7 CH ! "r„�nnh
233 of 250
LMS_12873_122013
O
vN
0 LU
d
C E
0 a
Q M
O�
3M
OE
LM
�o
so
w �
O C
'O
d
yo
r00
N
M
0
00
I—O r
AC R ® I DATE (MMIDD/YYYY)
CERTIFICATE OF LIABILITY INSURANCE 8/23/2016
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. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(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
Woodruff -Sawyer & Co.
50 California Street, Floor 12
San Francisco CA 94111
CONTACT
NAME: Cass Hamann
PHONE „tt.415-391-2141
E-MAIL . chamann@wsandco.com
FAAIC. No,: 415-989-9923
INSURER(S) AFFORDING COVERAGE NAIC N
INSURER A: Executive Risk Indemnity, Inc. 35181
INSURED GHILCON-01 INSURERS: Federal Insurance Company 20281
Ghilotti Construction Company, Inc. INSURERC:Chubb Indemnity Insurance Company 12777
246 Ghilotti Avenue
Santa Rosa CA 95407 I INSURER D :
I INSURER E
INSURER F:
COVERAGES CERTIFICATE NUMBER: 1165297663 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,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR TYPE OF INSURANCE AUUL bUdn POLICY EFF POLICY EXP LIMITS
LTR INSD WVD POLICY NUMBER (MM/DD/YYYY) IMM/DD/YYYY)
A X COMMERCIAL GENERAL LIABILITY Y 54303067 3/3112016 3/31/2017 EACH O ffY RREtJCE $2,000,000
DAMAGCLAIMS-MADE FX OCCUR PREMISESI((Eaoccurrence) $200,000
GEN L AGGREGATE LIMIT APPLIES PER:
POLICY [K JECT F] LOC
OTHER
B AUTOMOBILE LIABILITY
X ANY AUTO
ALL OWNED
AUTOS
HIRED AUTOS
UMBRELLA LIAR
SCHEDULED
AUTOS
NON -OWNED
AUTOS
OCCUR
EXCESS LIAB CLAIMS -MADE
54303066
DED I I RETENTION$
WORKERS COMPENSATION Y 54303068
AND EMPLOYERS' LIABILITY Y I N
ANY PROPRIETORIPARTNER/EXECUTIVE❑ N I A
ED?
OFFICER/MEMBER EXCLUD
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
3/31/2016 3/31/2017
4/2/2016 4/2/2017
I MED EXP (Any one person)
$5,000
PERSONAL & ADV INJURY
$2,000,000
GENERAL. AGGREGATE
$4,000,000
PRODUCTS - COMP/OP AGG
$4,000,000
UUM81NVU,INULV LIMII
(Ea accident)
$1,000,000
BODILY INJURY (Per person)
S
BODILY INJURY (Per accident)
S
PROPERTY DAMAGE
$
(Per accident)
IEACH OCCURRENCE
IAGGREGATE
S
X I PERT
STATUTE I I OR'
EL EACH ACCIDENT $1,000,000
E L DISEASE - EA EMPLOYEE $1,000,000
EL DISEASE - POLICYLIMT $1,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required)
RE: GCC Job #5710, City Project No. 1127 - Street Resurfacing 2015-2016 - San Rafael CA
City of San Rafael is included as Additional Insured per the attached form CG 20 10 07 04. Waiver of Subrogation applies to the Workers
Compensation per attached form WC 99 03 04 07 08. 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
City of San Rafael THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
111 Morphew Street ACCORDANCE WITH THE POLICY PROVISIONS.
San Rafael CA 94901
AUTHORIZED REPRESENTATIVE
I ,
© 1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD
POLICY NUMBER: 54303067
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): Locations) Of Covered Operations
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.
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.
CG 20 10 07 04 0 ISO Properties, Inc., 2004 Page 1 of 1 0
WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE POLICY
WC 99 03 04 (Ed. 7- 08)
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT—CALIFORNIA
This endorsement changes the policy to which it is attached effective on the inception date of the policy
unless a different date is indicated below.
(The following "attaching clause" need to be completed only when this endorsement is issued subsequent to preparation of the
policy.)
This endorsement, effective on 4/2/16
(DATE)
Policy No. of the
54303068
issued to
Ghilotti Construction Co.
Endorsement No.
at 12:01 A. M. standard time, forms a part of
(NAME OF INSURANCE COMPANY)
Cass Hamann
Author zed Representative
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will
not enforce our right against the person or organization named in the Schedule. The additional premium for
the blanket waiver offered by this endorsement shall be 0.00 % of total California premium.
Schedule
Person or Organization
Where required by written contract
WC 99 03 04 (Ed. 7-08)
Job Description
CONTRACT ROUTING FORM
INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below.
TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER:
Contracting Department: Public Works
Project Manager: Stephanie Gindlesperger
Extension: 3454
Contractor Name: Ghilotti Construction Company
Contractor's Contact: TBD
Contact's Email: TBD
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step
RESPONSIBLE
DESCRIPTION
COMPLETED
REVIEWER
DEPARTMENT
DATE
Check/Initial
1
Project Manager
a. Email PINS Introductory Notice to Contractor
N/A
8/2/2016
® SG
b. Email contract (in Word) & attachments to City
Atty c/o Laraine.Gittens@cityofsanrafael.org
2
City Attorney
a. Review, revise, and comment on draft agreement
8/3/2016
® LAG
and return to Project Manager
8/3/2016
® LAG
b. Confirm insurance requirements, create Job on
(already on
PINS, send PINS insurance notice to contractor
file)
3
Project Manager
Forward at least two originals of final agreement to
8/16/2016
® SG
contractor for their signature
4
Project Manager
When necessary, * contractor -signed agreement
❑ N/A
agendized for Council approval
® SG
*PSA > $20,000; or Purchase > $35,000; or
Or
Public Works Contract > $125,000
8/15/2016
Date of Council approval
PRINT
CONTINUE ROUTING PROCESS WITH HARD COPY
5
Project Manager
Forward signed original agreements to City
8/25/2016
Attorney with printed copy of this routing form
® SG
6
City Attorney
Review and approve hard copy of signed
8�j3�l&
agreement
7
City Attorney
Review and approve insurance in PINS and , and
bonds (for Public Works Contracts)
8
City Manager/ Mayor
Agreement executed by Council authorized official
Q (U
9
City Clerk
Attest signatures, retains original agreement and
v
forwards copies to Project Manager