Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW 237 Upper Toyon Drive Emergency Slide Repair ProjectCITY OF SAN RAFAEL
Department of Public Works
111 Morphew Street
San Rafael, CA 94901
Public Works Contract for Projects up to $200,000
This public works contract ("Contract") is entered into by and between the City of San Rafael ("City") and
Team Ghilotti, Inc. ("Contractor") a corporation, for work on the City's 237 Upper Toyon Dr. Emergency
Slide Repair ("Project") and is effective o�M. , (� 2'Effective Date").
The parties agree as follows:
1. Scope of Work. Contractor will perform and provide all labor, materials, equipment, supplies,
transportation, and any and all other items or services necessary to perform and complete the work
required for the Project ("Work"), as specified in Exhibit A, Scope of Work, and according to the terms
and conditions of this Contract, including all attachments to the Contract and any other documents and
statutes incorporated by reference. To the extent that any attachment contains provisions that conflict or
are inconsistent with the terms set forth in the body of this Contract, the Contract terms will control. This
Project requires a valid California contractor's license for the following classification(s): A
2. Contract Documents. The Contract Documents incorporated into this Contract include and are
comprised of all of the documents listed below:
2.1 Notice Inviting Bids;
2.2 Contract;
2.3 Addenda, if any;
2.4 Exhibit A — Scope of Work;
2.5 Exhibit B — Payment, Performance, and Bid Bonds;
2.6 Exhibit C — Noncollusion Declaration;
2.7 Exhibit D — Bid Schedule;
2.8 Exhibit E — Subcontractor List.
3. Contract Price. As full and complete compensation for Contractor's timely performance and
completion of the Work in strict accordance with the terms and conditions of the Contract Documents, City
will pay Contractor $48,834.39 (the "Contract Price") for all of Contractor's direct and indirect costs to
perform the Work, including all labor, materials, supplies, equipment, taxes, insurance, bonds and all
overhead costs, in accordance with the payment provisions contained herein.
3.1 Payment. Contractor must submit an invoice on the first day of each month during the
Contract Time, defined in Section 4 below, and/or upon completion, for the Work performed during the
preceding month, itemizing labor, materials, equipment and any incidental costs incurred. Contractor
warrants that title to all work, materials and equipment incorporated into the Work will pass to City free of
any claims, liens, or encumbrances upon payment to Contractor.
3.2 Payment and Performance Bonds. If the Contract Price is over $25,000, then Contractor
must provide City with a payment bond and a performance bond using the bond forms included in this
Contract as Exhibit B, Bond Forms, and submit the bonds with the executed Contract. Each bond must
be issued by a surety admitted in California. If an issuing surety cancels a bond or becomes insolvent,
Contractor must provide a substitute bond from a surety acceptable to City within seven days after written
notice from City. If Contractor fails to substitute an acceptable surety within the specified time, City may,
in its sole discretion and without prior notice to Contractor, purchase such bond(s) at Contractors
expense and deduct the cost from payments otherwise due to Contractor, or terminate the Contract.
237 Upper Toyon Dr. Emergency Slide Repair Up to $200,000 Contract
Page 1
Approved by City Attorney, dated 03/28/2022
4. Time for Completion. Contractor will fully complete the Work within 18 Months from the date the
City authorizes Contractor to proceed with the Work ("Contract Time").
5. Liquidated Damages. If Contractor fails to complete the Work within the Contract Time,
Contractor must pay liquidated damages in the amount of $500 per day for each day of unexcused delay
in completion.
6. Standard of Care. All Work must be provided in a manner that meets or exceeds the standard of
care applicable to the same type of work in the City of San Rafael. Contractor must promptly correct, at
Contractor's sole expense, any Work that the City determines is deficient or defective.
7. Permits and Licenses. Contractor, at its sole expense, must obtain and maintain during the
term of this Contract, all appropriate permits, certificates and licenses including, but not limited to, the
required California contractor's license and a City business license.
8. Indemnification. Contractor will indemnify, defend with counsel acceptable to City, and hold
harmless to the full extent permitted by law, City, its governing body, officers, agents, employees, and
volunteers (the "Indemnitees") from and against any and all liability, demands, loss, damage, claims,
settlements, expenses, and costs (including, without limitation, attorney fees, expert witness fees, and
costs and fees of litigation) (collectively, "Liability") of every nature arising out of or in connection with the
acts or omissions of Contractor, its employees, subcontractors, representatives, or agents in performing
the Work of failing to comply with any obligation of Contractor under this Contract, except such Liability
caused by the active negligence, sole negligence, or willful misconduct of an Indemnitee. This
indemnification obligation is not limited by any limitation on the amount or type of damages or
compensation payable under Workers' Compensation or other employee benefit acts, or by insurance
coverage limits, and will survive the expiration or early termination of this Contract. City will notify
Contractor of any third -party claim pursuant to Public Contract Code section 9201.
9. Insurance. Contractor will, at all times under this Contract, maintain the insurance coverage
required in this section to cover the activities of Contractor and any subcontractors relating to or arising
from performance of the Work. Each policy must be issued by a company licensed to do business in
California, and with a strength and size rating from A.M. Best Company of A-Vill or better. Contractor
must provide City with certificates of insurance and required endorsements as evidence of coverage with
the executed Contract, or through the PINSAdvantage website https://www.pinsadvantage.com/ upon
request by the City, and before the City authorizes Contractor to proceed with the Work.
9.1 Workers' Compensation. Statutory coverage is required by the California Workers'
Compensation Insurance and Safety Act. If Contractor is self -insured, it must provide its duly authorized
Certificate of Permission to Self -Insure. In addition, Contractor must provide employer's liability insurance
with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease.
9.2 Liability. Commercial General Liability ("CGL") insurance issued on an occurrence basis,
including coverage for liability arising from Contractor's or its subcontractor's acts or omissions in
performing the Work, including Contractor's protected coverage, blanket contractual, products and
completed operations, broad form property damage, vehicular coverage, and employer's non -ownership
liability coverage, with limits of at least $1,000,000 per occurrence and $2,000,000 general aggregate.
9.3 Automotive. Commercial automotive liability coverage for owned, non -owned and hired
vehicles must provide coverage of at least $1,000,000 combined single limit per accident for bodily injury,
death, or property damage.
9.4 Subrogation Waiver. Each required policy must include an endorsement that the insurer
waives any right of subrogation it may have against the City or the City's insurers.
237 Upper Toyon Dr. Emergency Slide Repair Up to $200,000 Contract
Page 2
Approved by City Attorney, dated 03/28/2022
9.5 Required Endorsements. The CGL policy and the automotive liability policy must include
the following specific endorsements:
(1) The City, including its Council, officials, officers, employees, agents, volunteers and
consultants (collectively, "Additional Insured") must be named as an additional insured for all
liability arising out of the operations by or on behalf of the named insured, and the policy
must protect the Additional Insured against any and all liability for personal injury, death or
property damage or destruction arising directly or indirectly in the performance of the
Contract.
(2) The inclusion of more than one insured will not operate to impair the rights of one
insured against another, and the coverages afforded will apply as though separate policies
have been issued to each insured.
(3) The insurance provided is primary and no insurance held or owned by City may be
called upon to contribute to a loss ("primary and non-contributory").
(4) Any umbrella or excess insurance must contain or be endorsed to contain a provision
that such coverage will also apply on a primary or non-contributory basis for the benefit of
City before the City's own insurance or self-insurance will be called upon to protect it as a
named insured.
(5) This policy does not exclude explosion, collapse, underground excavation hazard, or
removal of lateral support.
10. Labor Code Compliance. Unless the Contract Price is $1,000 or less, the Contract is subject to
all applicable requirements of Chapter 1 of Part 7 of Division 2 of the Labor Code, beginning at section
1720, and the related regulations, including but not limited to requirements pertaining to wages, working
hours and workers' compensation insurance. Contractor must also post all job site notices required by
laws or regulations pursuant to Labor Code section 1771.4.
10.1 Prevailing Wages. Each worker performing Work under this Contract that is covered under
Labor Code section 1720 or 1720.9, must be paid at a rate not less than the prevailing wage as defined in
sections 1771 and 1774 of the Labor Code. The prevailing wage rates are on file with the City Engineer's
office and are available online at http://www.dir.ca.gov/DLSR. Pursuant to Labor Code section 1775,
Contractor and any subcontractor will forfeit to City as a penalty up to $200 for each calendar day, or
portion of a day, for each worker paid less than the applicable prevailing wage rate, in addition to paying
each worker the difference between the applicable wage rate and the amount actually paid.
10.2 Working Day. Pursuant to Labor Code section 1810, eight hours of labor consists of a
legal day's work. Pursuant to Labor Code section 1813, Contractor will forfeit to City as a penalty the sum
of $25 for each day during which a worker employed by Contractor or any subcontractor is required or
permitted to work more than eight hours during any one calendar day, or more than 40 hours per
calendar week, unless such workers are paid overtime wages under Labor Code section 1815. All Work
must be carried out during regular City working days and hours unless otherwise specified in Exhibit A or
authorized in writing by City.
10.3 Payroll Records. Contractor and its subcontractors must maintain certified payroll records
in compliance with Labor Code sections 1776 and 1812, and all implementing regulations promulgated by
the Department of Industrial Relations ("DIR"). For each payroll record, Contractor and its subcontractors
must certify under penalty of perjury that the information in the record is true and correct, and that it has
complied with the requirements of Labor Code sections 1771, 1811, and 1815. Unless the Contract Price
237 Upper Toyon Dr. Emergency Slide Repair Up to $200,000 Contract
Page 3
Approved by City Attorney, dated 03/28/2022
is under $25,000, Contractor must electronically submit certified payroll records to the Labor
Commissioner as required under California law and regulations.
10.4 Apprentices. If the Contract Price is $30,000 or more, Contractor must comply with the
apprenticeship requirements in Labor Code section 1777.5.
10.5 DIR Monitoring, Enforcement, and Registration. This Project is subject to compliance
monitoring and enforcement by the DIR pursuant to Labor Code section 1725.5, and, subject to the
exception set forth below, Contractor and any subcontractors must be registered with the DIR to perform
public works projects. The registration requirements of Labor Code section 1725.5 do not apply if the
Contract Price is for under $25,000.
11. Workers' Compensation Certification. Under Labor Code section 1861, by signing this
Contract, Contractor certifies as follows: "I am aware of the provisions of Labor Code section 3700 which
require every employer to be insured against liability for workers' compensation or to undertake self-
insurance in accordance with the provisions of that code, and I will comply with such provisions before
commencing the performance of the Work on this Contract."
12. Termination.
12.1 Termination for Convenience. City reserves the right to terminate all or part of the
Contract for convenience upon written notice to Contractor. Upon receipt of such notice, Contractor must
immediately stop the Work, including under any terms or conditions that may be specified in the notice;
comply with City's instructions to protect the completed Work and materials; and use its best efforts to
minimize further costs. In the event of City's termination for convenience, Contractor waives any claim for
damages, including for loss of anticipated profits from the Project. If City terminates the Contract for
convenience, City will only owe Contractor payment for the Work satisfactorily performed before Contract
termination, as well as five percent of the total value of the Work performed as of the date of notice of
termination or five percent of the value of the Work yet to be completed, whichever is less, which is
deemed to cover all overhead and profit to date.
12.2 Termination for Default. The City may terminate this Contract for cause for any material
default. Contractor may be deemed in default for a material breach of or inability to perform the Contract,
including Contractor's refusal or failure to supply sufficient skilled workers, proper materials, or equipment
to perform the Work within the Contract Time; refusal or failure to make prompt payment to its employees,
subcontractors, or suppliers or to correct rejected work; disregard of laws, regulations, ordinances, rules,
or orders of any public agency with jurisdiction over the Project; lack of financial capacity to complete the
Work within the Contract Time; or responsibility for any other material breach of the Contract
requirements. If City terminates the Contract for cause, City will only owe Contractor payment for the
Work satisfactorily performed before Contract termination.
13. Dispute Resolution. Any dispute arising under or related to this Contract is subject to the
dispute resolution procedures of Public Contract Code sections 9401 and 20104 et. seq., which are
incorporated by reference.
14. Waiver. A waiver by City of any breach of any term, covenant, or condition in this Contract will
not be deemed a waiver of any subsequent breach of the same or any other term, covenant, or condition
contained herein, regardless of the character of any such breach.
15. Warranty. Contractor guarantees and warrants the Work and the materials used or provided for
the Project for a period of one year, beginning upon City's acceptance of the Work for the Project as
complete ("Warranty Period"). During the Warranty Period, upon notice from the City of any defect in the
Work or the materials, Contractor must, at its sole expense, promptly repair or replace the defective Work
237 Upper Toyon Dr. Emergency Slide Repair Up to $200,000 Contract
Page 4
Approved by City Attorney, dated 03/28/2022
or materials, including repair or replacement of any other Work or materials that is or are displaced or
damaged during the warranty work, excepting any damage resulting from ordinary wear and tear.
16. Worksite Conditions.
16.1 Clean and Safe. Contractor must maintain the Work site and staging and storage areas in
a clean and neat condition and must ensure it is safe and secure. On a daily basis the Contractor must
remove and properly dispose of debris and waste materials from the Work site.
16.2 Inspection. Contractor will make the Work accessible at all times for inspection by the City.
16.3 Hazardous Materials. Unless otherwise specified in the Contract documents, this Contract
does not include the removal, handling, or disturbance of any asbestos or other hazardous materials, as
identified by any federal, state, or local law or regulation. If Contractor encounters materials on the
Project site that Contractor reasonably believes to be asbestos or other hazardous materials, and the
asbestos or other hazardous materials have not been rendered harmless, Contractor may continue Work
in unaffected areas reasonably believed to be safe, but must immediately cease Work on the area
affected and report the condition to City. No asbestos, asbestos -containing products or other hazardous
materials may be used in performance of the Work.
16.4 Utilities, Trenching and Excavation. As required by Government Code section 4215, if,
during the performance of the Work, Contractor discovers utility facilities not identified by City in the
Contract documents, Contractor must immediately provide written notice to City and the utility. In
performing any excavations or trenching work, Contractor must comply with all applicable operator
requirements in Government Code sections 4216 through 4216.5. If the trenching or excavation extends
deeper than four feet below the surface, then it must also comply with Public Contract Code section 7104.
17. Records. Unless otherwise specified in Exhibit A, Contractor must maintain and update a
separate set of as -built drawings while the Work is being performed, showing changes from the Work as
planned in Exhibit A, or any drawings incorporated into this Contract. The as -built drawings must be
updated as changes occur, on a daily basis if necessary.
18. Conflicts of Interest. Contractor, its employees, subcontractors and agents, may not have,
maintain or acquire a conflict of interest in relation to this Contract in violation of any City ordinance or
policy or in violation of any California law, including under Government Code section 1090 et seq. and
under the Political Reform Act as set forth in Government Code section 81000 et seq. and its
accompanying regulations. Any violation of this Section constitutes a material breach of the Contract.
19. Non -Discrimination. No discrimination will be made in the employment of persons under this
Contract because of the race, color, national origin, ancestry, religion, gender or sexual orientation of
such person.
20. Independent Contractor. City and Contractor intend that Contractor will perform the Work under
this Contract as an independent contractor. Contractor is solely responsible for its means and methods in
performing the Work. Contractor is not an employee of City and is not entitled to participate in health,
retirement or any other employee benefits from City.
21. Assignment of Unfair Business Practice Claims. Under Public Contract Code section 7103.5,
Contractor and its subcontractors agree to assign to City all rights, title, and interest in and to all causes
of action it may have under section 4 of the Clayton Act (15 U.S.C. section 15) or under the Cartwright
Act (Chapter 2 (commencing with section 16700) of Part 2 of Division 7 of the Business and Professions
Code), arising from purchases of goods, services, or materials pursuant to the Contract or any
subcontract. This assignment will be effective at the time City tenders final payment to Contractor,
without further acknowledgement by the parties.
237 Upper Toyon Dr. Emergency Slide Repair Up to $200,000 Contract
Page 5
Approved by City Attorney, dated 03/28/2022
22. Notice. Any notice, billing, or payment required by or pursuant to the Contract documents must
be made in writing, signed, dated and sent to the other party by personal delivery, U.S. Mail, a reliable
overnight delivery service, or by email as a PDF (or comparable) file. Notice is deemed effective upon
delivery unless otherwise specified. Notice for each party must be given as follows:
City:
Address: 111 Morphew Street
City/State/Zip: San Rafael, CA 94901
Phone: (415)458-5347
Attn: Philip Buckley, Senior Civil Engineer
Email: Philip.Buckley@cityofsanrafael.org
Contractor:
Name: Team Ghilotti, Inc.
Address: 2531 Petaluma Blvd S
City/State/Zip: Petaluma, CA 94952
Phone: (707)763-8700
Attn: Joe Moreira
Email: JoeM@teamghilotti.com
23. General Provisions.
23.1 Compliance with All Laws. Contractor will comply with all applicable federal, state, and
local laws and regulations including, but not limited to, unemployment insurance benefits, FICA laws,
conflict of interest laws, and local ordinances. Work may only be performed by qualified and experienced
workers who are not employed by the City and who do not have any contractual relationship with City,
with the exception of this Contract.
23.2 Provisions Deemed Inserted. Every provision of law required to be inserted in the
Contract is deemed to be inserted, and the Contract will be construed and enforced as though such
provision has been included. If it is discovered that through mistake or otherwise that any required
provision was not inserted, or not correctly inserted, the Contract will be deemed amended accordingly.
23.3 Assignment and Successors. Contractor may not assign its rights or obligations under
this Contract, in part or in whole, without City's written consent. This Contract is binding on Contractor's
and City's lawful heirs, successors and permitted assigns.
23.4 Third Party Beneficiaries. There are no intended third -party beneficiaries to this Contract.
23.5 Governing Law and Venue. This Contract will be governed by California law and venue
will be in the Superior Court of Marin County, and no other place.
23.6 Amendment. No amendment or modification of this Contract will be binding unless it is in a
writing duly authorized and signed by the parties to this Contract.
23.7 Integration; Severability. This Contract and the Contract documents incorporated herein,
including authorized amendments or change orders thereto, constitute the final, complete, and exclusive
terms of the agreement between City and Contractor. If any provision of the Contract documents, or
portion of a provision, is determined to be illegal, invalid, or unenforceable, the remaining provisions of
the Contract documents will remain in full force and effect.
23.8 Authorization. Each individual signing below warrants that he or she is authorized to do so
by the party that he or she represents, and that this Contract is legally binding on that party. If Contractor
237 Upper Toyon Dr. Emergency Slide Repair Up to $200,000 Contract
Page 6
Approved by City Attorney, dated 03/28/2022
is a corporation, signatures from two officers of the corporation are required pursuant to California
Corporation Code section 313.
[Signatures are on the following page.]
237 Upper Toyon Dr. Emergency Slide Repair
Approved by City Attomey, dated 03/28/2022
Up to $200,000 Contract
Page 7
The parties agree to this Contract as witnessed by the signatures below:
CITY: Approv,*d to form:
s/ s/
JI CHU Z, City Manage ROB PSTEINity7attorney
Date: Date:
-- l
Attest:
s/
LINDSAY LARA, City Clerk
Date 427Jal-
CONTRACTOR:
Team Ghilotti, Inc.
Business Name
Kevin Ghilotti, CEO/ President
Name/Title
Date: May 2, 2023
Jennifer Ghilotti, Vice President / Secretary
Name/Title
Date: May 2, 2023
895384, A & Haz Exp 04/30/2025
Contractor's California License Number(s) and Expiration Date(s)
Exhibit A: Scope of Work
Exhibit B: Bond Forms
Exhibit C: Noncollusion Declaration
Exhibit D: Bid Schedule
Exhibit E: Subcontractor List
END OF CONTRACT
237 Upper Toyon Dr. Emergency Slide Repair Up to $200,000 Contract
Page 8
Approved by City Attorney, dated 03/28/2022
CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189
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 l
County of Sonoma J}
On _ MAY 0 % 7Q23 before me, Gabriel William Duran, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared
Name(s) of Signer(s)
Jennifer Ghilotti. Vice President. Smtaw
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.
'> GABRIEL WILLIAM DURAN
Notary Public - California Z
Sonoma County
Commission # 2338747
My Comm. Expires Nov 27, 2024
Place Notary Seal and/or Stamp Above
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
OPTIONAL '
Completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
02019 National Notary Association
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
RESOLUTIONS ADOPTED BY UNANIMOUS
CONSENT OF THE BOARD OF DIRECTORS
of
Team Ghilotti, Inc.
The undersigned, in a meeting of all of the Board of Directors of Team Ghilotti, Inc. (herein
TGI), a California Corporation, hereby adopt the following resolution by unanimous written consent
pursuant to the By Laws of the corporation:
ELECTION OF OFFICERS
RESOLVED that the following persons are elected by the Directors
of TGI, Inc. for the term and as authorized by the By Laws:
President: Kevin Ghilotti
Chief Financial Officer: Kevin Ghilotti
Treasurer: Kevin Ghilotti
Secretary: Jennifer Ghilotti
Assistant Secretary: Joe Moreira
Vice President: Jennifer Ghilotti
2"a Vice President: Robert E Lee
ACTION ON RESOLUTION
RESOLVED that any officer of the Corporation is authorized to take any action and execute any
documents necessary to carry out any or all of the foregoing resolutions.
DATED: October 5, 2021
Kevin Ghilotti
Jose i Moreira
ennis Gilardi
Ap
idgIfifer Gh%ki —
.,
Re pert E Lee
Cecil Isaac
iur Ccstamagna
Home` CONTRACTORS STATE LICENSE BOARD
OContractor's License Detail for License # 895384
DISCLAIMER: A license status check provides information taken from the CSLB license database. Before
relying on this information, you should be aware of the following limitations.
C5LB complaint disclosure is restricted bylaw(B&P7124.6) If this entity is subject to public complaint disclosure click on link that will a pp ear below for more
information. Click here for a definition of disclosable actions.
Only construction related civil judgments reported to CSLB are disclosed (B&P 7071.17).
r Arbitrations are not listed unless the contractor fails to comply with the terms.
I Due to workload, there maybe relevant information that has not yet been entered into the board's license database.
Data cu rrent as of 5/2/2023 10:48:14 AM
Business Information
TEAM GHILOTTI INC
2531 PETALUMA BLVD S
PETALUMA, CA 94952
Business Phone Number:(707) 763-8700
This license is current and active.
All information below should be reviewed.
A- GENERAL ENGINEERING
o HAZ -HAZARDOUS SUBSTANCES REMOVAL
Entity Corporation
Issue Date 04/27/2007
Expire Date 04/30/2025
Certifications
Bonding Information
Contractor's Bond
This license filed a Contractor's Bond with BERKLEY INSURANCE COMPANY.
Bond Number: 0165536
Bond Amount: $25,000
Effective Date: 01/01/2023
Contractor's Bond History
Bond of Qualifying Individual
The qualifying individual KEVIN CHRISTOPHER GHILOTTI certified that he/she owns 10 percent or more of the voting stock/membership
interest ofthis company; therefore, the Bond of Qualifying Individual is not required,
EffectiveDate: 12/31/2018
BQI's Bond History
JfKelS "Umpen5aut:
This license has workers compensation insurance with the FEDERAL INSURANCE COMPANY
Policy Number:54309509
Effective Date: 10/01/2018
Expire Date: 10/01/2023
Workers' Compensation History
Personnel listed on this license (current or disassociated) are listed on other licenses.
Copyright © 2023 State of California
5/2/23, 11:04 AM
https://cadinsecure.force.com/ContractorSearch/PrintReg Details
Contractor Information
Legal Entity Name
TEAM GHILOTTI, INC.
Legal Entity Type
Corporation
Status
Active
Registration Number
1000002085
Registration effective date
7/1/2022
Registration expiration date
6/30/2025
Mailing Address
2531 PETALUMA BLVD. SO. PETALUMA 94952 CA ...
Physical Address
2531 PETALUMA BLVD. SO. PETALUMA 94952 CA ...
Email Address
Trade Name/DBA
License Number(s)
CSLB:895384
CSLB:895384
Legal Entity Information
Corporation Number:
Federal Employment Identification Number:
President Name:
Kevin Ghilotti
Vice President Name:
Jennifer Ghilotti
Treasurer Name:
Kevin Ghilotti
Secretary Name:
Jennifer Ghilotti, Joe Moreira
CEO Name:
Kevin Ghilotti
Agent of Service Name:
Jennifer Lorraine Ghilotti
Agent of Service Mailing Address:
2531 Petaluma Blvd So. Petaluma 94952 CA United States of America
Registration History
Effective Date Expiration Date
5/9/2018 6/30/2019
5/5/2017 6/30/2018
5/31/2016
6/30/2017
6/9/2015
6/30/2016
10/20/2014
6/30/2015
7/1/2019
6/30/2022
7/1/2022 6/30/2025
https://cadir.secure.force.com/ContractorSearch/PrintRegDetails 1/2
5/2/23, 11:04 AM https://cadir.secure.force.com/ContractorSearch/PrintRegDetails
Workers Compensation
Do you lease employees No
through Professional
Employer Organization
(PEO)?:
Please provide your
current workers
compensation insurance
information below:
PEO PEO PEO
PEO InformationName Phone Email
Insured by Carrier
Policy Holder Name:TEAM GHILOTTI, INC.Insurance Carrieffederal Insurance Company
Policy Number:54309509Inception date:10/1/2021Expiration Date:10/1/2022
https://cadinsecure.force.com/ContractorSearch/PrintRegDetails 2/2
Exhibit A
SCOPE OF WORK
237 Upper Toyon Dr. Emergency Slide Repair Up to $200,000 Contract
Scope of Work
Approved by City Attorney, dated 03/28/2022
Exhibit A
4/06/2023 Team Ghilotti, Inc. Page 1 of i
4:07PM Item Cost Detail
237 Upper Toyon Dr. Slide Repair
Bid -Item Description
04 Pick Up K-Rail After 6 Mo
Description
Area
Quantity UNI
1.00 L5
Quantity/Days UM
Unit Cost
5,938.2000
Unit Cost
Total Cost
5,938.20
Total Cost
E Foreman's Truck
STD
1.OD / 1.00 DAY
435.6000
435.60
L Operator Foreman
OE1 LA
1.00 / 1.00 DAY
850.9600
850.96
E Lowboy Truck
STD
1.001 1.00 DAY
932.4800
932.48
L Teamster
0E1LA
1.00/ 1.00 DAY
624.7200
624.72
E Cat 314 Ex
STD
1.00 / 1.00 DAY
552.0800
552.08
L Operator, Group 2 (Excavator)
0E1 LA
1.00 / 1.00 DAY
842.2400
842.24
E F-450 Flatbed
STD
1.001 1.00 DAY
457.6800
457.68
L Lead Laborer
0E1LA
2.00/ 1 00 DAY
558.7200
1,117.44
O Portable Toilet
OPLA
0.50 MO
250.0000
125.00
Prod per Day: 1.00
Day Lgth: 8 00 Hrs Req: 8.00
LbrTyp:
Standard Man.
Hrs.: 40.00
Work Comp.: 622D-1 6.00%
Days Req: 1.00
Man Hrs Per LS
40 000000
Work Type:
Material
Labor
Equipment
Other Subcontractor
Plua
Truck
Unit Cost:
3,43536
2.37784
12500
Total Cost:
3,435.36
2,37784
125.00
r� �s -/, 31
1cY-1,AL LA-�5 4, (a3-�.g3I
L••l vi1 tf``♦ '+_J I '5I
Z5-
rnv IS%
`
fu-fir
5. 34
A0/ k55..S7
Estimator: Joe Moreira (Zero Total Cost Warning)
For Job: 27-23 - 237 Upper Toyon Dr. Slide Repair
Generated by a SharpeSoH Product
r pMM
CO O M O O n
10 00O
m
M
O r 0 0
(0 0 0D O le 0
0 Q)
Rr O�
O
f- f0
�V N
O c1 � L6 CO O
O n
10 I N O)
N
G U)
�D
a cD
N N M 1�
CDDI
o(D N
Q)
m �t
Rr
MM
oN N
M
N
M
a
I t
G` a4
d
0 S S
m
gg s
IS
c
Z
$ r YI
w !- I W
0
rn� r€
V V o -N
o f
O
U
4) w
In w l
to
g
m 0-a:O
00o
(D
o0o�a0o
cp O
000
00
T
aND
M
000
000
v,
000
O !
O i,
v It
N.
00
C'N
NU'j
c0
m
00)IN
I
(n
�
1
i
ml
I
�
pl
1
i
I
oI ppppS
ppop
Iv'
sr i
1
0
j
V
�I
I
p
ml
co
c)
1
0
CC.I
0)
�c?
N
O
00
U
1
1
1
p
O
pl
O�
O
CIO
O
Q
;r
r
(O
(D
2 N
W; (o
_O
;T)
r
0)
036
1Lf)
N • T
r
coo
�
O
(ND
(ND
(No
1
o
m
I
x
Oil
In'
= I
Ir) )(7
Q
of
LL
1 r
O
1i
0
I( =
pQ
OO.OIO
2 O
p
O O
pp�
SICIOi
.n
i
I ¢�
ao ao ; m
OD
¢ 00
ai ao
ai I ao,
ao �1
c
m
Q
i
1 11
a
N
c
co
U 0
4D
m
E
W o
07
O � IJ
X
N
O c
N(o
Olco
H
CD Q
H J Z
�¢ Zy
n pp.
D
E
C
ro
a z
N
r m t
_
��W
�
n=
0
�_ �_ m
�U w�
2 J
2
W(]
¢¢
ao E r I 0
Im
Wr�N W
t
c m o Q Q V O
91{�gg 75 M c MI C E
� E `o U t Ci'U 0 LL m �< ca
o a ` cc � W
u Y U U m m m O old
N
U o 3 J J W
�o
a
U
co
O!O
N I O
7 Z
N
a
J
D 0 o m
�W 30
�
CR
m
O
cli
+
o
0
a
3 lm
E
0
W
o
CM
O N O O
~I c , C_M
a
a
W
cc
W
J
C
a 9
m
Nticvco►n000ep
1- O 0 00 N O O m
IR
cd O O
000 CD 0 C" r ON0
0
m m CA [r1 00
N
m M U)
P
Em
0
S S CSm
o o `
m
J W
p 1-
cc o w vi S
-�
In! IqN
—.
100 ! Ct7 ,4)
p0•tp;r;r
_
C'Cq
CO I a0
O;r
u,In,
coic6
c co
W'In 0.rir N r
LO
m
co
m 0 0 0 O. In O
n
OO LO ib W O ib
N
0
e C.Dl r- i, - t*
0)
�
O
_O O
Q CO CW m @7 i N cr
m ww' cc
r O N 0
q
RtcoM nIIn
!CMco1D
m
co C 81 N N
A
t
V
m o L
n $ -a
d
r 12 r
C
W
Fr -0= Z m
rn W rn i
N MIIn n ojMlrn cc iarol
O 00 m 1- N ao T
I Ln
0
In
► I
I
O CO r O In r
O �f`Ir- N m
CO CO'In N IO
N O �7 C
O O O O O O
� CO Omi N n
N r w IN 00
C O O O O O 0 0 2 C> 00 O 00
= Lq N to If( IR In O 2 O O O Iq In In
I eOrrr'orlch o•= root
, r
�0000� oo: fn000000
I =000O�ool xlO0Q00O
ao 0o ao 0o ao ci oo I' ¢ I ao Oo ao ao . W ao
,
I
Is ; i
� k
1 I I ► N
b ►J O
c?
j QX N m
1 H ►N O COO N N O
� c
I m o M S T Y
Z cCil`ci '� =a m o Fes- dQ F- H
c IO Y Z Y
L o m� m 7 fi 0 w �'L)
E ❑
a J W X 0
m OC oC H
�¢a��ao
i v,
L
ca
a1 'C
° C7LLC'3 C3 (cc cc� t¢O Cm0 CUO N I 'Q
i !n m cc w M m w m 2 CL c N N
i U J O J JO J ; W ❑❑❑❑ C'jLOM
1 J J J J $ J cr
J W W W 1@ P. 1
T
In IA i N . ui
N N IN' O
vd0 CM
-1
�l II T
I o
15
C.) m mli
O CO Cl) [V N
W.
m n
a LO
Oi
I�
00I` m I colr
O O CA Nlr
CD 00 m Ln 1 0
I
0
0 O CD 40 0
lT�m Ch'rI�
0000 C'ni �cO
1 i
I OD
0
OI J O O O
N:m X
6:ir m N O —
aC`zr
0 cc Go W
Z N
cb
C=Iai00Lu
U1� W
N w Cm0 O
t: F2F2cc
o_ a 1-
n
W I W W W W S W
I I I
I O
IYO
I`v imI
a> ,, o '
n
1
IL w (� o ego
Q1 C CC t
v 'aclO CJ <a•
a °m Z b m a
CD Y,r T
CL
ci m I
m FL2 ? o
N z U c
a�m a m m m
�❑ m o�
in 0 m
'1 co m m m m
N N N N N
0 0 0 0 0
mnrFnn
rn
is
l y
d z
N
LO
M
is ¢ W
co
I
r p
� � o
ro
d U- `
u� m
� O
n
m
O E �
cc o m
m n
L F
I � N 0_ --2 C
LL
m
cn
.. Z
T
In IA i N . ui
N N IN' O
vd0 CM
-1
�l II T
I o
15
C.) m mli
O CO Cl) [V N
W.
m n
a LO
Oi
I�
00I` m I colr
O O CA Nlr
CD 00 m Ln 1 0
I
0
0 O CD 40 0
lT�m Ch'rI�
0000 C'ni �cO
1 i
I OD
0
OI J O O O
N:m X
6:ir m N O —
aC`zr
0 cc Go W
Z N
cb
C=Iai00Lu
U1� W
N w Cm0 O
t: F2F2cc
o_ a 1-
n
W I W W W W S W
I I I
I O
IYO
I`v imI
a> ,, o '
n
1
IL w (� o ego
Q1 C CC t
v 'aclO CJ <a•
a °m Z b m a
CD Y,r T
CL
ci m I
m FL2 ? o
N z U c
a�m a m m m
�❑ m o�
in 0 m
'1 co m m m m
N N N N N
0 0 0 0 0
mnrFnn
rn
is
l y
d z
N
LO
M
is ¢ W
co
I
r p
� � o
ro
d U- `
u� m
� O
n
m
O E �
cc o m
m n
L F
I � N 0_ --2 C
LL
m
cn
.. Z
I o
15
C.) m mli
O CO Cl) [V N
W.
m n
a LO
Oi
I�
00I` m I colr
O O CA Nlr
CD 00 m Ln 1 0
I
0
0 O CD 40 0
lT�m Ch'rI�
0000 C'ni �cO
1 i
I OD
0
OI J O O O
N:m X
6:ir m N O —
aC`zr
0 cc Go W
Z N
cb
C=Iai00Lu
U1� W
N w Cm0 O
t: F2F2cc
o_ a 1-
n
W I W W W W S W
I I I
I O
IYO
I`v imI
a> ,, o '
n
1
IL w (� o ego
Q1 C CC t
v 'aclO CJ <a•
a °m Z b m a
CD Y,r T
CL
ci m I
m FL2 ? o
N z U c
a�m a m m m
�❑ m o�
in 0 m
'1 co m m m m
N N N N N
0 0 0 0 0
mnrFnn
rn
is
l y
d z
N
LO
M
is ¢ W
co
I
r p
� � o
ro
d U- `
u� m
� O
n
m
O E �
cc o m
m n
L F
I � N 0_ --2 C
LL
m
cn
.. Z
00I` m I colr
O O CA Nlr
CD 00 m Ln 1 0
I
0
0 O CD 40 0
lT�m Ch'rI�
0000 C'ni �cO
1 i
I OD
0
OI J O O O
N:m X
6:ir m N O —
aC`zr
0 cc Go W
Z N
cb
C=Iai00Lu
U1� W
N w Cm0 O
t: F2F2cc
o_ a 1-
n
W I W W W W S W
I I I
I O
IYO
I`v imI
a> ,, o '
n
1
IL w (� o ego
Q1 C CC t
v 'aclO CJ <a•
a °m Z b m a
CD Y,r T
CL
ci m I
m FL2 ? o
N z U c
a�m a m m m
�❑ m o�
in 0 m
'1 co m m m m
N N N N N
0 0 0 0 0
mnrFnn
rn
is
l y
d z
N
LO
M
is ¢ W
co
I
r p
� � o
ro
d U- `
u� m
� O
n
m
O E �
cc o m
m n
L F
I � N 0_ --2 C
LL
m
cn
.. Z
N
LO
M
is ¢ W
co
I
r p
� � o
ro
d U- `
u� m
� O
n
m
O E �
cc o m
m n
L F
I � N 0_ --2 C
LL
m
cn
.. Z
n
r'
r
N
oREMq
��@K)
2I
B
R
B�
B
[n
§S2
.
■
.. mf
�G
1c
�0
k
CL
W
A
2
cr
��
��
& : ƒ
\
2 2
}
I�
2
&
/§/z!
\
'f
m.
-----If
/)
CD
Iq
U
CD
2 k$
r �
) �
) SI
f E,
� §g
c
|
O
|
«
�
�
ra )
1
�
a)CD
�
It
E �.
/
''
CD r
k
§
S
-
E k
j
r
.�o� l
� �
U
awl
6
E.
§ L2 0 0
o§$$
\ %� CL
c w CD
Ec)Ea�
Ir£
_�C]
�q
¥{�
°■�..
N%§.o.§
$22$
-GOcc �C')'
Co
2 - I
cm
� &\.� k�
§�)« L
|
■
@ \ E |� o
}k22
I
'
»#,5l�
v0/A.j■ �§�
(
Exhibit B
BONDFORMS
Required for contracts over $25, 000.
237 Upper Toyon Dr. Emergency Slide Repair Up to $200,000 Contract
Bond Forms
Approved by City Attomey, dated 03/28/2022
Bond #0249862
Premium: Incl. in Performance Bond
Payment Bond
City of San Rafael ("City") and Team Ghilotti, Inc. ("Contractors') have entered into a contract,
dated , 20 23 ("Contract") for work on the 237 Upper Toyon Dr. Emergency
Slide Repair ("Project"). The Contract is incorporated by reference into this Payment Bond
("Bond").
1. General. Under this Bond, Contractor as principal and Berkley Insurance Company
its surety ("Surety"), are bound to City as obligee in an amount not less than
$ 48,834.39 , under California Civil Code sections 9550, et seq.
2. Surety's Obligation. If Contractor or any of its subcontractors fails to pay any of the
persons named in California Civil Code section 9100 amounts due under the
Unemployment Insurance Code with respect to work or labor performed under the
Contract, or for any amounts required to be deducted, withheld, and paid over to the
Employment Development Department from the wages of employees of Contractor and its
subcontractors, under California Unemployment Insurance Code section 13020, with
respect to the work and labor, then Surety will pay for the same.
3. Beneficiaries. This Bond inures to the benefit of any of the persons named in California
Civil Code section 9100, so as to give a right of action to those persons or their assigns in
any suit brought upon this Bond. Contractor must promptly provide a copy of this Bond
upon request by any person with legal rights under this Bond.
4. Duration. If Contractor promptly makes payment of all sums for all labor, materials, and
equipment furnished for use in the performance of the Work required by the Contract, in
conformance with the time requirements set forth in the Contract and as required by
California law, Surety's obligations under this Bond will be null and void. Otherwise,
Surety's obligations will remain in full force and effect.
Waivers. Surety waives any requirement to be notified of alterations to the Contract or
extensions of time for performance of the Work under the Contract. Surety waives the
provisions of Civil Code sections 2819 and 2845. City waives requirement of a new bond
for any supplemental contract under Civil Code section 9550. Any notice to Surety may be
given in the manner specified in the Contract and delivered or transmitted to Surety as
follows:
Attn: Berkley Surety Group
Address. 412 Mount Kemble Avenue, Suite 31ON
City/State/Zip: Morristown. NJ 07960
Phone: 866-768-3534
Fax: N/A
Email: BSGClaim@berkleysurety.com
Law and Venue. This Bond will be governed by California law, and any dispute pursuant
to this Bond will be venued in the Superior Court of Marin County, and no other place.
Surety will be responsible for City's attorneys' fees and costs in any action to enforce the
provisions of this Bond.
237 Upper Toyon Dr. Emergency Slide Repair Up to $200,000 Contract
Payment Bond
Approved by City Attomey, dated 03/28/2022
7. Effective Date; Execution. This Bond is entered into and is effective on May 1
20 23. Three identical counterparts of this Bond, each of which is deemed an original for all
purposes, are hereby executed and submitted.
SURETY: Berkley Insurance Company
Business Name
s
Jean L. Neu, Attomey-in-Fact
Name/Title
(Attach Acknowledgment with Notary Seal and Power of Attorney)
CONTRACTOR
Team Ghilotti, Inc.
Business Name
sl
E(e* Ghilotti, President
Name/Title
sl
Jen ' er Ghilotti, ce Pres t, Secretary
Name/Title
APPR ED BY CITY:
s/ i � �a �
ROB i S E -,City Attorney
END OF PAYMENT BOND
237 Upper Toyon Dr. Emergency Slide Repair
Approved by City Attomey, dated 03/28/2022
Q, lt'hz�
Date
Up to $200,000 Contract
Payment Bond
CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189
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 _ Sonoma
On MAY 0 2 2023 before me,
Date
personally appeared
Kevin
Gabriel William Duran, Notary Public
Here Insert Name and Title of the Officer
President, CFO, Treasurer
Name(s) of Signer(s)
Jemft Qhilotti, Vice President. bcr&
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.
GABRIEL WILLIAM DURAN
Notary Public - California
i Sonoma County
Commission # 2338747
My Comm, Expires Nov 27, 2024
Place Notary Seal and/or Stamp Above
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.
I
Signature� '
Signature of
OPTIONAL
Completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
02019 National Notary Association
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s): _
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
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 Santa Clara )
�*Tf
MAY -1 2023
before me, Erin Bautista, Notary Public
(insert name and title of the officer)
personally appeared Jean L. Neu
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/am
subscribed to the within instrument and acknowledged to me that Ise/she/#Wexecuted the same in
hWher/t#eiRauthorized capacity(", and that by # /her/tom 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.
emy
ERIN BAUTISTA d
Notary Public - California
San;a Clara CountyCommission = 24CO176
Comm. Expires Apr 25, 2026
Signature ��,% l-� LI,LI, t- Seal i
No. BI-10192d-el
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully.
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly
organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted
and appointed, and does by these presents make, constitute and appoint: Bryan D. Martin; Erin Bautista; Jean L. Neu; Stephen
E. Leveroni, Angelina A. Campano; Gordon Scott Gaddy, or Jennifer Marie Hyland of ABD Insurance & Financial Services,
Inc. of San Mateo, CA its true and lawful Attomey-in-Fact, to sign its name as surety only as delineated below and to execute,
seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing
that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such
bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their
own proper persons.
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010:
RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein
to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
attorney -in -fact and revoke any power of attorney previously granted; and further
RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances,
or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the
manner and to the extent therein stated; and further
RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and
further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have
ceased to be such at the time when such instruments shall be issued.
IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
corporate seal hereunto affixed this ZW day of _April 2020
��soa^^ICF Attest: Berk] :Insurance Company
By i By l�•
Sl? �I. : Ir ederman Je ynce
fter
co IExecutive Vice President & Secretary ,Se resident
STATE OF CONNECTICUT )
) ss:
COUNTY OF FAIRFIELD )
Sworn to before me, a Notary Public in the State of Connecticut, this 21st day of A ril 2020 > by Ira S. Lederman
and Jeffrey M. Ha$er who are sworn to me to be the Executive Vice President. Secrct�n. and o Senior Vice President,
respectively, of Berkley Insurance Company. �NOTARv�PUa81 Icy
CONNECTICUT
/,
IAN COMMISSION EXPIRES
APNIL 30, 2024 �� . oT Public, State of Connecticut
CERTIFICATE
I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a
true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded
and*-t authority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of
AN
ched, is in full force and effect as of this date.
'" der my hand and seal of the Company, this 1 St day of Ma 2023
W SEAI. �
E Vincent P. Forte
Please verify the authenticity of the instrument attached to this power
by:
Toll -Free Telephone: (866) 768-3534; or
Electronic Mail: BSGinguiry@berkleysurety.com
Any written notices, inquiries, claims or demands to the Surety on the bond
attached to this power should be directed to:
Berkley Surety Group
412 Mount Kemble Ave.
Suite 31ON
Morristown, NJ 07960
Attention: Surety Claims Department
�Om
Email: BSGClaim@berkleysuretv.com
Please include with all communications the bond number and the name of the
principal on the bond. Where a claim is being asserted, please set forth generally
the basis of the claim. In the case of a payment or performance bond please also
identify the project to which the bond pertains.
Berkley Surety Group is an operating unit of W. R. Berkley Corporation that
underwrites surety business on behalf of Berkley Insurance Company and Berkley
Regional Insurance Company
Bond #0249862
Premium: $488.00
Performance Bond
City of San Rafael ("City") and Team Ghilotti, Inc. ("Contractor") have entered into a contract, dated
20 ("Contract") for work on the 237 Upper Toyon Dr. Emergency Slide Repair
("Project"). The Contract is incorporated by reference into this Performance Bond ("Bond").
General. Under this Bond, Contractor as Principal and Berkley Insurance Company its
surety ("Surety"), are bound to City as obligee for an amount not less than $ 48,834.39
By executing this Bond, Contractor and Surety bind themselves and their respective heirs,
executors, administrators, successors and assigns, jointly and severally, to the provisions of this
Bond.
2. Surety's Obligations; Waiver. If Contractor fully performs its obligations under the Contract,
including its warranty obligations under the Contract, Surety's obligations under this Bond will
become null and void upon City's acceptance of the Project, provided Contractor has timely
provided a warranty bond as required under the Contract. Otherwise Surety's obligations will
remain in full force and effect until expiration of the one year warranty period under the Contract.
Surety waives any requirement to be notified of and further consents to any alterations to the
Contract made under the applicable provisions of the Contract documents, including changes to the
scope of Work or extensions of time for performance of Work under the Contract. Surety waives
the provisions of Civil Code sections 2819 and 2845.
3. Application of Contract Balance. Upon making a demand on this Bond for completion of the
Work prior to acceptance of the Project, City will make the Contract Balance available to Surety for
completion of the Work under the Contract. For purposes of this provision, the Contract Balance is
defined as the total amount payable by City to Contractor as the Compensation minus amounts
already paid to Contractor, and minus any liquidated damages, credits, or backcharges to which
City is entitled under the terms of the Contract.
4. Contractor Default. Upon written notification from City that Contractor is in default under the
Contract, time being of the essence, Surety must act within seven calendar days of receipt of the
notice to remedy the default through one of the following courses of action:
4.1 Arrange for completion of the Work under the Contract by Contractor, with City's consent,
but only if Contractor is in default solely due to its financial inability to complete the Work;
4.2 Arrange for completion of the Work under the Contract by a qualified contractor
acceptable to City, and secured by performance and payment bonds issued by an admitted
surety as required by the Contract documents, at Surety's expense; or
4.3 Waive its right to complete the Work under the Contract and reimburse City the amount
of City's costs to have the remaining services completed.
5. Surety Default. If Surety defaults on its obligations under the Bond, City will be entitled to recover
all costs it incurs due to Surety's default, including legal, design professional, or delay costs.
6. Notice. Notice to Surety must be given or made in writing and sent to the Surety via personal
delivery, U.S. Mail, or a reliable overnight delivery service, or by email as a PDF (or comparable)
file. Notice is deemed effective upon delivery unless otherwise specified. Notice for the Surety
must be given as follows:
237 Upper Toyon Dr. Emergency Slide Repair Up to $200,000 Contract
Performance Bond
Approved by City Attomey, dated 03/28/2022
Attn: Berkley Surety Group
Address: 412 Mount Kemble Avenue, Suite 31 ON
City/State/Zip: Morristown, NJ 07960
Phone: 866-768-3534
Fax: N/A
Email: BSGClaim@berkleysurety.com
7. Law and Venue. This Bond will be governed by California law, and any dispute pursuant to this
Bond will be venued in the Superior Court of Marin County, and no other place. Surety will be
responsible for City's attorneys' fees and costs in any action to enforce the provisions of this Bond.
8. Effective Date; Execution. This Bond is entered into and effective on May 1
20 23 . Three identical counterparts of this Bond, each of which is deemed an original for all
purposes, are hereby executed and submitted.
SURETY: Berkley Insurance Company
usiness Rame
s/
Jean L. u, Attorney -in -Fact
Name/Title [print]
(Attach Acknowledgment with Notary Seal and Power of Attorney)
CONTRACTOR: Team Ghilotti, Inc.
Business Name
s/ L05!r:V ?7'1
Kevin Ghilotti, President
Name/Title
s/
Name/Title
APPROVED BY CITY:
r
s/
(- �)ql , U, �, C=/u'
ROBER 1, EPSTEIN; ity Attorney
END OF PERFORMANCE BOND
237 Upper Toyon Dr. Emergency Slide Repair
Approved by City Attomey, dated 03/28/2022
Date
Up to $200,000 Contract
Performance Bond
CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189
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
Sonoma
On MAY 0 2 2023 before me,
Date
personally appeared
Gabriel William Duran, Notary Public
Here Insert Name and Title of the Officer
Nome(s) of Signer(s)
Jennifer Qhilotti, Vice President, Seem"
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.
GABRIEL WILLIAM DURAN
1 = Notary Public - California
Sonoma County
Commission # 2338747
L My Comm. Expires Nov 27, 2024
Place Notary Seal and/or Stamp Above
I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my
Signature
OPTIONAL
d official seal.
Signature f Not ry Public
Completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: _
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
©2019 National Notary Association
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
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 Santa Clara
MAY -1 7023
Nl1
before me, Erin Bautista, Notary Public
(insert name and title of the officer)
personally appeared Jean L. Neu
who proved to me on the basis of satisfactory evidence to be the person(g) whose name(s) is/am
subscribed to the within instrument and acknowledged to me that lae/she/thw executed the same in
hWher/t#T&i:Fauthorized capacity(t", and that by# Wher/t 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.
ERIN BAUTISTA r
'- Notary Public - California
< Santa Clara County
Commission # 2400176 r
My Comm. Expires Apr 25, 2026 f
Signature �� `- (Seal)
No. BI-10192d-el
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON, DELAWARE
NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully.
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly
organized and existing under the laws of the State of Delaware, having its principal office in Greenwich, CT, has made, constituted
and appointed, and does by these presents make, constitute and appoint: Bryan D. Martin; Erin Bautista, Jean L. Neu; Stephen
E. Leveroni, Angelina A. Campano; Gordon Scott Gaddy; or Jennifer Marie Hyland of ABD Insurance & Financial Services,
Inc. of San Mateo, CA its true and lawful Attorney -in -Fact, to sign its name as surety only as delineated below and to execute,
seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing
that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such
bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their
own proper persons.
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010:
RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney -in -fact named therein
to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
attorney -in -fact and revoke any power of attorney previously granted; and further
RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances,
or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the
manner and to the extent therein stated; and further
RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney -in -fact named; and
further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as
though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have
ceased to be such at the time when such instruments shall be issued.
IN WITNESS WHEREOF, the Company has caused these presents to. be signed and attested by its appropriate officers and its
corporate seal hereunto affixed this 2t day of April 2020
u rcF Attest: BeTid Insurance Company
r
� Sl•:AI. Z By
By
� 39n `
Ir . LdtiTnan Je n
fter
°�tnwn.: Executive Vice President &Secretary Se resident
STATE OF CONNECTICUT )
) ss:
COUNTY OF F_&IRIULD )
Sworn to before me, a Notary Public in the State of Connecticut, this 21st day of ril y 2020 , by Ira S. Lederman
and Jeffrey M. Hafter who are sworn to me to be the Executive Vice President Secretary, and t Senior Vice President,
respectively, of Berkley Insurance Company. M�oT av PUB!
CONNECTICUT
MY COMMISSION
APHIL 30, 2024PIRp . otary Public, State of Connecticut
CERTIFICATE
I, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a
true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded
ant8raauthority of the Attorney -in -Fact set forth therein, who executed the bond or undertaking to which this Power of
P.ched, is in full force and effect as of this date.
der my hand and seal of the Company, this 1 St day of Ma 2023
�
Q'�` Vincent P. Forte
N
Le,
Bid Bond
("Bi /derC")hasbmitted a bid,
dated _, 20 ("Bid"), to the City of San Rafael ("City") for work on
the ("Project"). Under this duly executed bid bond ("Bid ond ,. Bidder as Principal and
its surety ("Surety"), are bound to ity as obligee in the penal sum
of ten percent of the maximum amount of the Bid (the "Bond Sum"). B der and Surety bind themselves
and their respective heirs, executors, administrators, successors an assigns, jointly and severally, as
follows:
1. General. If Bidder is awarded the Contract for th/thotice
Bidder will enter into the Contract with
City in accordance with the terms of the Bid.
2. Submittals. Within ten days following issuance oof Award to Bidder, Bidder must
submit to City the following:
2.1 Contract. The executed Contract, using ttivided by City in the Project contract
documents ("Contract Documents"); /
2.2 Payment Bond. A payment bond for 1 % of the maximum Contract Price, executed by a
surety licensed to do business in the S ate of California using the Payment Bond form
included with the Contract Documen ;
2.3 Performance Bond. A performa a bond for 100% of the maximum Contract Price,
executed by a surety licensed to o business in the State of California using the Performance
Bond form included with the Co tract Documents; and
2.4 Insurance. The insurance c rtificate(s) and endorsement(s) required by the Contract
Documents, and any other ocuments required by the Instructions to Bidders or Notice of
Award.
3. Enforcement. If Bidder fails execute the Contract and to submit the bonds and insurance
certificates as required by t Contract Documents, Surety guarantees that Bidder forfeits the Bond
Sum to City. Any notice toSurety may be given in the manner specified in the Contract and
delivered or transmitted t Surety as follows:
Attn
Address:
City/State/Zip:
Phone:
Fax:
Email:
4. Duration an Waiver. If Bidder fulfills its obligations under Section 2, above, then this obligation
will be null d void; otherwise it will remain in full force and effect for 60 days following the bid
opening o until this Bid Bond is returned to Bidder, whichever occurs first. Surety waives the
provisio of Civil Code §§ 2819 and 2845.
[Signatures are on the following page.]
2�I Upper Toyon Dr. Emergency Slide Repair
Approved by City Attorney, dated 3/28/2020
Up to $200,000 Contract
Bid Bond
This Bid Bond is entered into and effective on . 20
SURETY:
Business Name
s/
Name, Title
Date
(Attach Acknowledgment with Notary Seal and Power of Attorney)
BIDDER:
Business Name
s/
Name, Title
Date
END OF BID BOND
237 Upper Toyon Dr. Emergency Slide Repair Up to $200,000 Contract
Bid Bond
Approved by City Attorney, dated 3/28/2020
Exhibit C
NONCOLLUSION DECLARATION
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
The undersigned declares:
I am the CEO/President [title] of T
[business name], the party making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company,
association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has
not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has
not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in
a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by
agreement, communication, or conference with anyone to fix the bid price of the bidder or any other
bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All
statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid
price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to
any corporation, partnership, company, association, organization, bid depository, or to any member or
agent thereof, to effectuate a collusive or sham bid, and has not paid and will not pay, any person or
entity for such purpose.
This declaration is intended to comply with California Public Contract Code § 7106 and Title 23 U.S.0 §
112.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and
correct and that this declaration is executed on Mav 2. 2023 [date], at
Petaluma [city], CA [state].
Kevin Ghilotti, CEO / President
Name [print]
END OF NONCOLLUSION DECLARATION
237 Upper Toyon Dr. Emergency Slide Repair Up to $200,000 Contract
Noncollusion Declaration
Approved by City Attorney, dated 3/28/2022
CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189
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 Sonoma
On MAY 0 2 2023
Date Here Insert Name and Title of the Officer
personally appeared Kevin Ghllotti, President, CFO, Treasurer
Nome(s) of Signer(s)
,
before me
Gabriel William Duran, Notary Public
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.
GABRIEL WILLIAM DURAN ■
Notary Public - California
s Sonoma County
Commission 2338747
'a ��"'� My Comm. Expires Nov 27, 2024
Place Notary Seal and/or Stamp Above
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 19nd official seal.
Signature
Signature of No taPublic
- OPTIONAL —
Completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
ElCorporate Officer - Title(s):
❑ Partner - ❑ Limited ElGeneral
❑ Individual ElAttorney in Fact
ElTrustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
02019 National Notary Association
Number of Pages:
Signer's Name:
ElCorporate Officer - Title(s):
❑ Partner - ❑ Limited ElGeneral
ElIndividual ElAttorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
Exhibit D
BID SCHEDULE
This Bid Schedule must be completed in ink and included with the sealed Bid Proposal. Pricing must be
provided for each Bid Item as indicated. Items marked "(SW)" are Specialty Work that must be performed
by a qualified Subcontractor. The lump sum or unit cost for each item must be inclusive of all costs, whether
direct or indirect, including profit and overhead. The sum of all amounts entered in the "Extended Total
Amount" column must be identical to the Base Bid price entered in Section 1 of the Bid Proposal form.
AL = Allowance CF = Cubic Feet CY = Cubic Yard EA = Each LB = Pounds
LF = Linear Foot LS = Lump Sum SF = Square Feet TON = Ton (2000 lbs.)
BID
ITEM UNIT EXTENDED
NO. ITEM DESCRIPTION EST. QTY. UNIT COST TOTAL AMOUNT
*See Exhibit A*
TOTAL BASE BID: Items 1 through inclusive: $ 48,834.39
Note: The amount entered as the `Total Base Bid" should be identical to the Base Bid amount entered in
Section 1 of the Bid Proposal form.
237 Upper Toyon Dr. Emergency Slide Repair Up to $200,000 Contract
Bid Schedule
Approved by City Attorney, dated 3/28/2022
This Bid Proposal is hereby submitted on May 2
s/
Team Ghilotti, Inc.
Company Name
2531 Petaluma Blvd So.
Address
Petaluma, CA 94952
City, State, Zip
Jennifer Ghilotti
Contact Name
2023
Kevin Ghilotti, CEO / President
Name and Title
Jennifer Ghilotti, Vice President / Secretary
Name and Title
895384, A& Haz, Exp 04/30/2025
License #, Expiration Date, and Classification
1000002085
DIR Registration #
(707) 763-8700
Phone
Jenniferg@teamghilotti.com
Contact Email
Addenda. Bidder agrees that it has confirmed receipt of or access to, and reviewed, all addenda issued
for this Bid. Bidder waives any claims it might have against the City based on its failure to receive,
access, or review any addenda for any reason. Bidder specifically acknowledges receipt of the following
addenda:
Addendum: Date Received: Addendum: Date Received:
#01 #05
#02 #06
#03 #07
#04 #08
END OF BID SCHEDULE
237 Upper Toyon Dr. Emergency Slide Repair
Approved by City Attorney, dated 3/28/2022
Up to $200,000 Contract
Bid Schedule
Exhibit E
SUBCONTRACTOR LIST
For each Subcontractor that will perform a portion of the Work in an amount in excess of one-half of 1 %
of the bidder's total Contract Price,' the bidder must list a description of the Work, the name of the
Subcontractor, its California contractor license number, the location of its place of business, its DIR
registration number, and the portion of the Work that the Subcontractor is performing based on a
percentage of the Base Bid price.
DESCRIPTION SUBCONTRACTOR i CALIFORNIA LOCATION OF DIR REG. NO. PERCENT
OF WORK NAME CONTRACTOR BUSINESS OF
LICENSE NO. I WORK
None
END OF SUBCONTRACTOR LIST
' For street or highway construction this requirement applies to any subcontract of $10,000 or more.
237 Upper Toyon Dr. Emergency Slide Repair Up to $200,000 Contract
Subcontractor List
Approved by City Attorney, dated 3/28/2022
R CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DD/YYYY)
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(ies) must have ADDITIONAL INSURED provisions or 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).
PRODUCGUNTAGI
ER Newfront Insurance Services (Construction) NAME! Construction Team
777 Mariner Island Blvd, Suite 250 1 PHONAX
E 415-754-3635 No:
San Mateo, CA 94404 1 9AI 1L-_ 1:......e./.e .,.nofrllJn uf..,nt r..n,
Nww.Newfront.com
INSURER A:
Executive Risk Indemnity Inc
35181
INSURED
INSURER B:
Federal Insurance Company
20281
Team Ghilotti, Inc.
2531 Petaluma Blvd., South
INSURER C :
Navigators Specialty Insurance Company
I 36056
1
Petaluma CA 94952
INSURER D
INSURER E :
INSURER F :
T11CV^AT0 wworo. RFVISIAM MIIMR9=l2•
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 AUDLZUKIPOLICY EFF POLICY EXP LIMITS
LTR TYPE OF INSURANCE POLICY NUMBER MM/DD/VYYY M' MMIDDYY
A
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE 7 OCCUR
�/
�/
54309508
10/1/2022
10/1/2023
EACH OCCURRENCE
$1.000.000
$ 100 000
DAMA�E To RENT 'L'
PREMISES Me occurrence
MED EXP (Any one person)
$ 5,000 _
X C. U Included
PERSONAL & ADV INJURY
$ 1 ,000.000
S 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
PRODUCTS -COMP/OP AGG
$ 2 OOO OOO
POLICY � jE LOC
Deductible
$10 000
OTHER:
B
AUTOMOBILE LIABILITY
✓
✓
54309507
10/1/2022
10/1/2023
COMBINED SINGLE LIMIT
acciderill
$1 000 000
BODILY INJURY (Per person)
$
ANY AUTO
BODILY INJURY (Per accident)
$
OWNED SCHEDULED
AUTOS ONLYHAUTOS
I✓ HIRED NON -OWNED
✓ AUTOS ONLY AUTOS ONLY3
PPROPERTYDAMAGE
$
Is
000 Corn/Deductible
I
C
UMBRELLA LIAB �/
OCCUR
SF22EXC8852791C
10/1/2022
10/1/2023
EACH OCCURRENCE
$3 000 000
AGGREGATE
S3,000,000
EXCESS LIAB
CLAIMS -MADE
DED RETENTION $
$
B
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
ANYPROPRIETOR/PARTNER/EXECUTIVE
OFFICERIMEMBEREXCLUDED7 a
(Mandatory in NH)
NIA
✓
54309509
10/1/2022
10/1/2023
/ STATUTE ER
E.L. EACH ACCIDENT
$ 1 000 000
E.L. DISEASE - EA EMPLOYEE
$
E.L. DISEASE - POLICY LIMIT
1 $ 1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
RE: TGI Job #1388 Emergency Slide Repair Upper Toyon Drive.
The City of San Rafael, its council, officials, officers, employees, agents volunteers and consultants (collectively) are named as additional insureds
as respect to general liability & auto liability on a primary and non-contributory basis, as required by written contract. Excess Liability is
Following Form. Waivers of subrogation apply to general & auto liability & workers compensation as required by written contract.
Endorsements attached.
GtK I II-IGA I It MULUtK VAI\VLL 1v1%
RE: TGI Job #1388 Emergency Slide Repair Upper Toyon Drive
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
City of San Rafael THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
Public Works Department ACCORDANCE WITH THE POLICY PROVISIONS.
111 Morphew Street
San Rafael CA 94901 AUTHORIZED REPRESENTATIVE
Scott Gaddy
V 18SS-LUI b AGUKU GUKYUKA I IUPI. All rlgnis reserveo.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
*13445059 122-23 GL-AL(Phys Dam)-XS-*aC-PROF-POLL INST FLTR I Jes:,i Flores I !-. 2023 11:07:37 AM (PST) I Page 1 of 11
This certificate cancels and supersedes ALL previously :s:_i:ed certit ^ates.
POLICY NUMBER: 54309508
COMMERCIAL GENERAL LIABILITY
CG20101219
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.
ALL LOCATIONS 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)
designated above.
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted by
law; and
2. If coverage provided to the additional insured is
required by a contract or agreement, the
insurance afforded to such additional insured
will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
B. With respect to the insurance afforded to these
additional insureds, the following additional
exclusions apply:
This insurance does not apply to "bodily injury" or
.'property damage" occurring after:
1. All work, including materials, parts or
equipment furnished in connection with such
work, on the project (other than service,
maintenance or repairs) to be performed by or
on behalf of the additional insured(s) at the
location of the covered operations has been
completed; or
2. That portion of "your work" out of which the
injury or damage arises has been put to its
intended use by any person or organization
other than another contractor or subcontractor
engaged in performing operations for a
principal as a part of the same project.
CG20101219
© Insurance Services Office, Inc., 2018
73445059 1 22-23 GL-ALIPhys Dam)-XS-HC-PROF-POLL INST FLTR I Jessica Flores 1 3/16/2023 11:07:37 AM (PST) I Page 2 of 11
This certificate cancels and supersedes ALL previously issued certificates.
Page 1 of 2
C. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III — Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay on behalf of the additional insured is the
amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable limits of
insurance;
whichever is less.
This endorsement shall not increase the
applicable limits of insurance.
Page 2 of 2
© Insurance Services Office, Inc., 2018
7714S059 1 22-23 GL-AL(Phys Dam)-XS-WC-PROF-POLL INST FLTR I JessiCA Flores 11/16/2023 11:07:37 AM (PST) I Page 3 of 11
This certificate cancels and supersedes ALL previously issued certificates.
CG20101219
POLICY NUMBER: 54309508
COMMERCIAL GENERAL LIABILITY
CG20371219
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
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s)
Location And Description Of Completed Operations
WHERE REQUIRED BY WRITTEN CONTRACT,
BUT ONLY WHERE THE CONTRACT SPECIFIES
COVERAGE FOR COMPLETED OPERATIONS.
ALL LOCATIONS WHERE REQUIRED BY WRITTEN
CONTRACT.
Information reauired 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" or
"property damage" caused, in whole or in part, by
"your work" at the location designated and
described in the Schedule of this endorsement
performed for that additional insured and
included in the "products -completed operations
hazard".
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted
by law; and
2. If coverage provided to the additional insured
is required by a contract or agreement, the
insurance afforded to such additional insured
will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
B. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III — Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most we
will pay on behalf of the additional insured is the
amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable Limits of
Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the applicable
Limits of Insurance shown in the Declarations.
CG 20 37 12 19
© Insurance Services Office, Inc., 2012
*13445059 1 22-23 GL-AL(Phys Dam)-XS-WC-PROF-POLL INST FLTR I Jessica Flores 1 3/16/2023 11:07:37 AM (PST) I Page 4 of 11
This certificate cancels and supersedes ALL previously issued certificates.
Page 1 of 1
POLICY NUMBER: 54309508
COMMERCIAL GENERAL LIABILITY
10-02-2461 (Ed. 7-15)
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
PRIMARY INSURANCE FOR
SCHEDULED ADDITIONAL INSURED
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
Additional Insured:
WHERE REQUIRED BY WRITTEN CONTRACT
SCHEDULE
Location Of Covered Operations:
ALL LOCATIONS
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
With respect only to the Additional Insured and at the
Location Of Covered Operations shown in the
Schedule, the following is added to SECTION IV —
COMMERCIAL GENERAL LIABILITY CONDITIONS,
Paragraph 4. Other Insurance and supersedes any
provision to the contrary:
Primary And Noncontributory Insurance
This insurance is primary to and will not seek
contribution from any other insurance available to
the Additional Insured with respect to the Location
Of Covered Operations shown in the Schedule
under this policy provided that:
(1) The Additional Insured is a named insured
under such other insurance; and
(2) You have agreed in writing in a contract or
agreement that this insurance would be
primary and would not seek contribution from
any other insurance available to the
Additional Insured.
10-02-2461 (Ed. 7-15) Includes copyrighted material of Insurance Services Office, Inc.,
with its permission.
Page 1 of 1
73665059 1 22-23 GL-AL(Phys Dam)-XS-WC-PROF-POLL INST FLTR I Jessica Flores 13/16/2023 11:07:37 AM (PST) I Page 5 of 11
This certificate cancels and supersedes ALL previously issued certificates.
POLICY NO. 54309508
c. Method Of Sharing
If all of the other insurance permits contribution
by equal shares, we will follow this method al-
so. Under this approach each insurer contrib-
utes equal amounts until it has paid its appli-
cable limit of insurance or none of the loss
remains, whichever comes first.
If any of the other insurance does not permit
contribution by equal shares, we will contribute
by limits. Under this method, each insurer's
share is based on the ratio of its applicable lim-
it of insurance to the total applicable limits of
insurance of all insurers.
5. Premium Audit
a. We will compute all premiums for this Cover-
age Part in accordance with our rules and
rates.
To the extent that the insured's rights to recover
all or part of any payment made under this Cover-
age Part have not been waived, those rights are
transferred to us. The insured must do nothing af-
ter loss to impair them. At our request, the insured
will bring "suit" or transfer those rights to us and
help us enforce them.
This condition does not apply to Coverage C.
9. When We Do Not Renew
If we decide not to renew this Coverage Part, we
will mail or deliver to the first Named Insured
shown in the Declarations written notice of the
nonrenewal not less than 30 days before the expi-
ration date.
If notice is mailed, proof of mailing will be sufficient
proof of notice.
SECTION V — DEFINITIONS
b. We may audit your books and records as they 1
relate to this insurance at any time during the
term of this policy and up to three years after-
wards.
c. The first Named Insured must keep records of
the information we need for premium computa-
tion, and send us copies at such times as we
may request.
6. Representations
By accepting this policy, you agree:
a. The statements in the Declarations are accu-
rate and complete;
b. Those statements are based upon representa-
tions you made to us; and
c. We have issued this policy in reliance upon
your representations.
7. Separation Of Insureds
Except with respect to the Limits of Insurance, and
any rights or duties specifically assigned in this
Coverage Part to the first Named Insured, this in-
surance applies:
a. As if each Named Insured were the only
Named Insured; and
b. Separately to each insured against whom
claim is made or "suit" is brought.
8. Transfer Or Waiver Of Rights Of Recovery
Against Others To Us
We will waive the right of recovery we would oth-
erwise have had against another person or organ-
ization, for loss to which this insurance applies,
provided the insured has waived their rights of re-
covery against such person or organization in a
contract or agreement that is executed before
such loss.
"Advertisement" means an electronic, oral, written
or other notice, about goods, products or services,
designed for the specific purpose of attracting the
general public or a specific market segment to use
such goods, products or services.
"Advertisement" does not include any e-mail ad-
dress, Internet domain name or other electronic
address or metalanguage.
2. "Advertising injury" means injury, other than "bodi-
ly injury", "property damage" or "personal injury",
sustained by a person or organization and caused
by an offense of infringing, in that particular part of
your "advertisement" about your goods, products
or services, upon their:
a. Copyrighted "advertisement"; or
b. Registered collective mark, registered service
mark or other registered trademarked name,
slogan, symbol or title.
3. "Asbestos" means asbestos in any form, including
its presence or use in any alloy, by-product, com-
pound or other material or "waste".
4. "Auto" means:
a. A land motor vehicle, trailer or semitrailer de-
signed for travel on public roads, including any
attached machinery or equipment; or
b. Any other land vehicle that is subject to a com-
pulsory or financial responsibility law or other
motor vehicle insurance law in the state where
it is licensed or principally garaged.
However, "auto" does not include "mobile equip-
ment".
5."Bodily injury" means physical:
a. Injury;
b. Sickness; or
c. Disease;
Page 12 of 16 Includes copyrighted material of ISO Properties, Form 10-02-1800 (Rev. 6-09)
Inc., with its permission
'731.45059 1 22-23 GL-AL(Phylt: Dam)-XS WC -PROF -POLL INST FLTR I Jesalc.� Flores 13/16/2023 11:07:37 AM (PST) I Page 6 of 11
This certificate cances and supersedes ALL previously issued certificates.
54309507 COMMERCIAL AUTOMOBILE
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEfihENT
This endorsement modifies insurance provided under the following;
BUSINESS AUTO COVERAGE FORM
This endorsement modifies the Business Auto Coverage Form.
1. EXTENDED CANCELLATION CONDITION
Paragraph A2.b. — CANCELLATION - of the
COMMON POLICY CONDITIONS form IL 00 17 is
deleted and replaced with the following:
b. 60 days before the effective date of cancellation if
we cancel for any other reason.
2. BROAD FORM INSURED
A. Subsidiaries and Newly Acquired or Formed
Organizations As Insureds
The Named Insured shown in the Declarations is
amended to include:
1. Any legally incorporated subsidiary in which
you own more than 50% of the voting stock on
the effective date of the Coverage Form -
However, the Named Insured does not include
any subsidiary that is an `insured" under any
other automobile policy or would be an
"insured" under such a policy but for its
termination or the exhaustion of its Limit of
Insurance.
2. Any organization that is acquired or formed by
you and over which you maintain majority
ownership. However, the Named Insured
does not include any newly formed or acquired
organization:
(a) That is an "insured" under any other
automobile policy;
(b) That has exhausted its Limit of Insurance
under any other policy; or
(c) 180 days or more after its acquisition or
formation by you, unless you have given
us written notice of the acquisition or
formation.
Coverage does not apply to "bodily injury" or
"property damage" that results from an "accident"
that occurred before you formed or acquired the
organization.
B. Employees as Insureds
Paragraph A. 1. — WHO IS AN INSURED — of
SECTION II — LIABILITY COVERAGE is amended to
add the following:
d. Any "employee" of yours while using a
covered "auto" you don't own, hire or
borrow in your business or your personal
affairs.
C. Lessors as Insureds
Paragraph A.I. — WHO IS AN INSURED — of
SECTION II —LIABILITY COVERAGE is
amended to add the following:
e. The lessor of a covered "auto" while the
"auto" is leased to you under a written
agreement if:
(1) The agreement requires you to
provide direct primary insurance for
the lessor; and
(2) The "auto" is leased without a driver.
Such leased "auto" will be considered a
covered "auto" you own and not a covered
"auto" you hire.
However, the lessor is an "insured" only
for "bodily injury" or "property damage"
resulting from the acts or omissions by:
1. You;
2. Any of your 'employees' or agents;
or
3. Any person, except the lessor or
any "employee" or agent of the
lessor, operating an "auto" with the
permission of any of 1. and/or 2.
above.
D. Persons And Organizations As Insureds
Under A Written Insured Contract
Paragraph A 1 — WHO IS AN INSURED — of
SECTION II — LIABILITY COVERAGE is
amended to add the following:
f. Any person or organization with respect to
the operation, maintenance or use of a
covered "auto", provided that you and
such person or organization have agreed
under an express provision in a written
"insured contracts, written agreement or a
written permit issued to you by a
governmental or public authority to add
such person or organization to this policy
as an "insured".
However, such person or organization is
an "insured" only:
Form: 16-02-0292 (Rev. 11-16) Page 1 of 3
"Includes copyrighted material of Insurance Services Office, Inc. with its permission"
!'059 122-23 GL-AL Dam)-XS :- F-POLL INST FLTR I JessiCa Flores 112023 11:07:37 AM (PST) I Page 7 of 11
?'?t:s certificate ca:;ccls and s`.ipi scdes ALL previously issued certifica/16/tes.
54309507
3.
S.
(1) with respect to the operation,
maintenance or use of a covered
"auto"; and
(2) for "bodily injury" or "property damage"
caused by an "accident" which takes
place after
(a) You executed the "insured
contract' or written agreement; or
(b) The permit has been issued to
you.
FELLOW EMPLOYEE COVERAGE
EXCLUSION B.5. - FELLOW EMPLOYEE — of
SECTION II — LIABILITY COVERAGE does not apply.
PHYSICAL DAMAGE — ADDITIONAL TEMPORARY
TRANSPORTATION EXPENSE COVERAGE
Paragraph A_4.a. — TRANSPORTATION EXPENSES
—of SECTION III —PHYSICAL DAMAGE
COVERAGE is amended to provide a limit of $50 per
day for temporary transportation expense, subject to a
maximum limit of $1,000.
AUTO LOANILEASE GAP COVERAGE
Paragraph A. 4. — COVERAGE EXTENSIONS - of
SECTION III — PHYSICAL DAMAGE COVERAGE is
amended to add the following:
c. Unpaid Loan or Lease Amounts
In the event of a total "loss" to a covered "auto", we will
pay any unpaid amount due on the loan or lease for a
covered "auto" minus:
1. The amount paid under the Physical Damage
Coverage Section of the policy; and
2. Any:
a. Overdue loan/lease payments at the time of
the "loss";
b. Financial penalties imposed under a lease for
excessive use, abnormal wear and tear or
high mileage;
c. Security deposits not returned by the lessor:
d. Costs for extended warranties, Credit Life
Insurance, Health, Accident or Disability
Insurance purchased with the loan or leaser
and
e. Carry-over balances from previous loans or
leases.
We will pay for any unpaid amount due on the loan or
lease if caused by:
1. Other than Collision Coverage only if the
Declarations indicate that Comprehensive
Coverage is provided for any covered "auto';
2. Specified Causes of Loss Coverage only if the
Declarations indicate that Specified Causes of
Loss Coverage is provided for any covered "auto';
or
3. Collision Coverage only if the Declarations indicate
that Collision Coverage is provided for any
covered "auto,
S. RENTAL AGENCY EXPENSE
Paragraph A- 4. — COVERAGE EXTENSIONS — of
SECTION III — PHYSICAL DAMAGE COVERAGE
is amended to add the following:
.d. Rental Expense
We will pay the following expenses that you or
any of your 'employees" are legally obligated
to pay because of a written contract or
agreement entered into for use of a rental
vehicle in the conduct of your business:
MAXIMUM WE WILL PAY FOR ANY ONE
CONTRACT OR AGREEMENT:
1. $2,500 for loss of income incurred by the
rental agency during the period of time that
vehicle is out of use because of actual
damage to, or "loss" of, that vehicle, including
income lost due to absence of that vehicle for
use as a replacement;
2. $2,500 for decrease in trade-in value of the
rental vehicle because of actual damage to
that vehicle arising out of a covered "loss'; and
'3. $2,500 for administrative expenses incurred
by the rental agency, as stated in the contract
or agreement.
4. $7,500 maximum total amount for paragraphs
1., 2. and 3. combined,
7, EXTRA EXPENSE — BROADENED COVERAGE
Paragraph A.4. — COVERAGE EXTENSIONS — of
SECTION III — PHYSICAL DAMAGE COVERAGE
is amended to add the following:
e. Recovery Expense
We will pay for the expense of returning a
stolen covered "auto" to you.
8. AIRBAG COVERAGE
Paragraph 13.3.a. - EXCLUSIONS — of SECTION
III — PHYSICAL DAMAGE COVERAGE does not
apply to the accidental or unintended discharge of
an airbag. Coverage is excess over any other
collectible insurance or warranty specifically
designed to provide this coverage.
9. AUDIO, VISUAL AND DATA ELECTRONIC
EQUIPMENT - BROADENED COVERAGE
Paragraph CA.b. — LIMIT OF INSURANCE - of
SECTION III - PHYSICAL DAMAGE is deleted
and replaced with the following:
b. $2,000 is the most we will pay for "loss" in any
one "accident" to all electronic equipment that
reproduces, receives or transmits audio, visual
or data signals which, at the time of "loss", is:
(1) Permanently installed in or upon the
covered "auto" in a housing, opening or
other location that is not normally used by
the "auto" manufacturer for the installation
of such equipment;
(2) Removable from a permanently installed
housing unit as described in Paragraph
2.a. above or is an integral part of that
equipment; or
(3) An integral part of such equipment.
10. GLASS REPAIR —WAIVER OF DEDUCTIBLE
Form: 16-02-0292 (Rev. 11-16) Page 2 of 3
"Includes copyrighted material of Insurance Services Office, Inc. with its permission"
<'059 1 22-23 GL-AL Dam)-XS :. } ::LL INST FLTR I Jes- Flores 1 3/16/2023 11:07:37 AM (PST) I Page B of 11
Ti:•;:; certificate ca:...,:'a and s.:..�_::'�.-:ie: ALL previously :..:-;:ed certificates.
54309507
Under Paragraph D. - DEDUCTIBLE — of
SECTION III — PHYSICAL DAMAGE COVERAGE
the following is added:
No deductible applies to glass damage if the glass
is repaired rather than replaced.
11. TWO OR MORE DEDUCTIBLES
Paragraph D.- DEDUCTIBLE — of SECTION III —
PHYSICAL DAMAGE COVERAGE is amended to
add the following:
If this Coverage Form and any other Coverage
Form or policy issued to you by us that is not an
automobile policy or Coverage Form applies to the
same "accident", the following applies:
1. If the deductible under this Business Auto
Coverage Form is the smaller (or smallest)
deductible, it will be waived; or
2. if the deductible under this Business Auto
Coverage Form is not the smaller (or smallest)
deductible, it will be reduced by the amount of
the smaller (or smallest) deductible.
12. AMENDED DUTIES IN THE EVENT OF
ACCIDENT, CLAIM, SUIT OR LOSS
Paragraph A.2.a. - DUTIES IN THE EVENT OF
AN ACCIDENT, CLAIM, SUIT OR LOSS of
SECTION IV - BUSINESS AUTO CONDITIONS is
deleted and replaced with the following:
a. In the event of "accident", claim, "suit" or
"loss", you must promptly notify us when the
"accident' is known to:
(1) You or your authorized representative, if
you are an individual;
(2) A partner, or any authorized
representative, if you are a partnership;
(3) A member, if you are a limited liability
company; or
(4) An executive officer, insurance manager,
or authorized representative, if you are an
organization other than a partnership or
limited liability company.
Knowledge of an "accident', claim, "suit" or
"loss" by other persons does not imply that the
persons listed above have such knowledge.
Notice to us should include:
(1) How, when and where the "accident" or
"loss" occurred;
(2) The "insured's" name and address; and
(3) To the extent possible, the names and
addresses of any injured persons or
witnesses.
13. WAIVER OF SUBROGATION
Paragraph A.5. - TRANSFER OF RIGHTS OF
RECOVERY AGAINST OTHERS TO US of
SECTION IV— BUSINESS AUTO CONDITIONS is
deleted and replaced with the following:
5. We will waive the right of recovery we would
otherwise have against another person or
organization for "loss" to which this insurance
applies, provided the "insured" has waived
their rights of recovery against such person or
organization under a contract or agreement
that is entered into before such "loss".
To the extent that the "insured's" rights to
recover damages for all or part of any
payment made under this insurance has not
been waived, those rights are transferred to
us. That person or organization must do
everything necessary to secure our rights and
must do nothing after "accident" or "loss" to
impair them_ At our request, the insured will
bring suit or transfer those rights to us and
help us enforce them.
14. UNINTENTIONAL FAILURE TO DISCLOSE
HAZARDS
Paragraph B.2. —CONCEALMENT,
MISREPRESENTATION or FRAUD of SECTION
IV — BUSINESS AUTO CONDITIONS - is deleted
and replaced with the following:
If you unintentionally fail to disclose any hazards
existing at the inception date of your policy, we will
not void coverage under this Coverage Form
because of such failure.
15. AUTOS RENTED BY EMPLOYEES
Paragraph B.5. - OTHER INSURANCE of
SECTION IV— BUSINESS AUTO CONDITIONS -
is amended to add the following:
e. Any "auto" hired or rented by your -employee"
on your behalf and at your direction will be
considered an "auto" you hire. If an
"employee's" personal insurance also applies
on an excess basis to a covered "auto" hired
or rented by your "employee" on your behalf
and at your direction, this insurance will be
primary to the "employee's" personal
insurance.
16. HIRED AUTO —COVERAGE TERRITORY
Paragraph 13.7.b.(5). - POLICY PERIOD,
COVERAGE TERRITORY of SECTION IV —
BUSINESS AUTO CONDITIONS is deleted and
replaced with the following:
(5) A covered "auto" of the private passenger
type is leased, hired, rented or borrowed
without a driver for a period of 45 days or
less; and
17. RESULTANT MENTAL ANGUISH COVERAGE
Paragraph C. of - SECTION V —DEFINITIONS is
deleted and replaced by the following:
"Bodily injury" means bodily injury, sickness or
disease sustained by any person, including
mental anguish or death as a result of the "bodily
injury" sustained by that person.
Form: 16-02-0292 (Rev. 11-16) Page 3 of 3
"Includes copyrighted material of Insurance Services Office, Inc. with its permission"
73445059 1 22-23 GL-AL(P6ys Dam)-XS-NC-PROF-POLL INST FLTR I Jessica Flores 1 1/16/2023 11:07:37 AM (PST) I Page 9 of 11
This certificate cancels and supersedes ALL previously issued certificates.
POLICY NUMBER:54309507
COMMERCIAL AUTO
16-02-0316 Ed. 10 14
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
PRIMARY AND NON-CONTRIBUTORY LIABILITY
INSURANCE
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by the endorsement.
This endorsement changes the policy effective on the inception date of the policy unless another date is indicated
below.
Named Insured: Team Ghilotti, Inc.
Endorsement Effective Date: 10/01/2022
SCHEDULE
Name(s) Of Person(s) Or Organization(s): As required by written contract.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
The following is added to Item 5. — "Other
Insurance" of Item B. — "General Conditions" under
Section IV — "Business Auto Conditions":
e. Regardless of the provisions of Paragraph 5.a.
through d. above, for any liability arising out of the
ownership, maintenance, use, rental, lease, loan, hire
or borrowing by an "insured" of a covered "auto" for
which an "insured" is contractually obligated to
provide primary insurance coverage to a client, this
Coverage Form will be primary and non-contributory
with respect to the Persons or Organizations in the
schedule, regardless of the availability or existence of
other collectible insurance under any other Coverage
Form or policy that applies on a primary basis.
16-02-0316 Ed. 10 14
73445059 22-23 GL-AL:i'nye Dam)-XS-WC-PROF-POLL INST FLTR I Jessica Flores 1 3/16/2023 11:07:37 AM (PST) I Page 10 of 11
rt This ceificate cancels and supersedes ALL previously issued certificates.
Page 1 of 1
Workers' Compensation and Employers' Liability Policy
Named Insured
Endorsement Number
Team Ghilotti, Inc.
Policy Number 54309509
Symbol: Number:
Policy Period
Effective Date of Endorsement
TO 10/01 /2023
10/01 /2022
Issued By (Name of Insurance Company)
Federal Insurance Company
Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy.
CALIFORNIA WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
This endorsement applies only to the insurance provided by the policy because California is shown in Item 3.A. of
the Information Page.
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, but this waiver applies only with respect
to bodily injury arising out of the operations described in the Schedule, where you are required by a written contract
to obtain this waiver from us.
You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the
work described in the Schedule.
Schedule
1. ( ) Specific Waiver
Name of person or organization
(X ) Blanket Waiver
Any person or organization for whom the Named Insured has agreed by written contract to furnish this
waiver.
2. Operations: WHERE REQUIRED BY WRITTEN CONTRACT
3. Premium: n/a
The premium charge for this endorsement shall be percent of the California premium developed on payroll
in connection with work performed for the above person(s) or organization(s) arising out of the operations
described.
4. Minimum Premium: n/a
L"U7" Xfiia&
Authoriz d Representative
WC 90 03 75 (05/18)
73445059 i 22-23 GL-AL(Phys Dam)-XS-NC-PROF-POLL INST FLTR i Jessica Flores i 3/26/2023 11:07:37 AM (PST) i Page 11 of 11
This certificate cancels and supersedes ALL previously issued certificates.
RAP
<1
►1,
z
yo
/Ty WITH P'�\�
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: Nataly Torres (for Philip Buckley) Extension: 3353
Contractor Name: Team Ghilotti
Contractor's Contact: Joe Moreira Contact's Email: JoeM@teamghilotti.com
❑ 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
Click here to
L
enter a date.
b. Email contract (in Word) and attachments to City
3/17/2023
Attorney c/o Laraine.Gittens@cityofsanrafael.org
3/17/2023
❑X NT
2
City Attorney a. Review, revise, and comment on draft agreement
and return to Project Manager
3/17/2023
❑X GC
b. Confirm insurance requirements, create Job on
PINS, send PINS insurance notice to contractor
® GC
3
Department Director Approval of final agreement form to send to
® AM
3/17/2023
contractor
Project Manager Forward three (3) originals of final agreement to
4
3/20/2023
contractor for their signature
5
Project Manager
When necessary, contractor -signed agreement
❑X N/A
agendized for City Council approval *
*City Council approval required for Professional Services
0
Agreements and purchases of goods and services that exceed
Or
$75,000; and for Public Works Contracts that exceed $175,000
Click here to
Date of City Council approval
enter a date.
PRINT
CONTINUE ROUTING PROCESS WITH HARD COPY
6 Project Manager
Forward signed original agreements to City
5/4/2023
NT
Attorney with printed copy of this routing form
Review and approve hard copy of signed
,off
7 City Attorney
I/ I27
_
agreement
V�
8 City Attorney
Review and approve insurance in PINS , and bonds
9 City Manager / Mayor
(for Public Works Contracts)
Agreement executed by City Council authorized
,
official
(/
10
City Clerk
Attest signatures, retains original agreement and
40d Y
forwards copies to Project Manager
A _ / ,