Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutCC Resolution 12461 (West End Project)RESOLUTION NO. 12461
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL
AWARDING THE CONTRACT FOR FOURTH STREET WEST
REHABILITATION / WEST END VILLAGE PROJECT — RE -BID, PROJECT
NO. 11056, TO GHILOTTI CONSTRUCTION CO., IN THE AMOUNT OF
$3,278,234.65.
WHEREAS, on the 18`h day of March, 2008, pursuant to due and legal notice
published in the manner provided by law, inviting sealed bids for proposals for the work
hereinafter mentioned, as more fully appears from the Affidavit of Publication thereof on
file in the office of the City Clerk of the City of San Rafael, California, the City Clerk of
said City did publicly open, examine, and declare all sealed bids or proposals for doing
the following work in said City, to wit:
"FOURTH STREET WEST REHABILITATION/ WEST END VILLAGE
PROJECT — RE -BID
PROJECT NO. 11056"
in accordance with the plans and specifications therefore on file in the office of said City
Clerk; and
WHEREAS, the bid of Ghilotti Constructon Co. at the unit prices stated in its bid
was and is the lowest and best bid for said work and said bidder is the lowest responsible
bidder therefor.
NOW, THEREFORE, IT IS HEREBY ORDERED AND RESOLVED that the
bid of Ghilotti Construction Co. and the same is hereby accepted at said unit prices and
that the contract for said work and improvements be and the same is hereby awarded to
said Ghilotti Construction Co. at the unit prices mentioned in said bid.
RESOLVED FURTHER, that the Mayor and City Clerk of said City be
authorized and directed to execute a contract with Ghilotti Construction Co. for
said work and to return the bidders bond upon the execution of said contract.
RESOLVED FURTHER, that the Director of Public Works is hereby
authorized to take any and all such actions and make changes as may be necessary
to accomplish the purpose of this resolution.
I, ESTHER C. BEIRNE, City Clerk of the City of San Rafael, hereby
certify that the foregoing resolution was duly and regularly introduced and adopted
at a regular meeting of the Council of said City held on the 7th day of April, 2008,
by the following vote, to wit:
AYES: COUNCIL MEMBERS: Brockbank, Connolly, Heller, Miller & Mayor Boro
NOES: COUNCIL MEMBERS: None
ABSENT: COUNCIL MEMBERS: None
ESTHER C. BEIRNE, City Clerk
File No. 16.01.229
City of San Rafael o California
Form of Contract Agreement
for
Fourth Street West Rehabilitation/ West End Village Project
Project No: 11056
This Agreement is made and entered into this 7th day of April 2008 by and between the
City of San Rafael (hereinafter called City) and Ghilotti Construction Co. (hereinafter
called Contractor). Witnesseth, that the City and the Contractor, for the
considerations hereinafter named, agree as follows:
II - Scope of the Work
The Contractor hereby agrees to furnish all of the materials and all of the equipment
and labor necessary, and to perform all of the work shown on the plans and described
in the specifications for the project entitled: Fourth Street West Rehabilitation /
West End Village Project:, all in accordance with the requirements and provisions of
the Contract Documents as defined in the General Conditions which are hereby made a
part of this Agreement.
III- Time of Completion
(a) The work to be performed under this Contract shall be commenced within five (5)
calendar days after the date of written notice by the City to the Contractor to
proceed.
(b) The work shall be completed within 240 working days after the date of such notice
and with such extensions of time as are provided for in the General Conditions.
IV - Liquidated Damages
It is agreed that, if all the work required by the contract is not finished or completed
within the number of working days as set forth in the contract, damage will be
sustained by the City, and that it is and will be impracticable and extremely difficult to
ascertain and determine the actual damage which the City will sustain in the event of
and by reason of such delay; and it is therefore agreed that the Contractor will pay to
the City, the sum of $2,500 for each and every calendar day's delay in finishing the
work in excess of the number of working days prescribed above; and the Contractor
agrees to pay said liquidated damages herein provided for, and further agrees that the
City may deduct the amount thereof from any moneys due or that may become due the
Contractor under the contract.
V - The Contract Sum
The City shall pay to the Contractor for the performance of the Contract the
amounts determined for the total number of each of the units of work in the
following schedule completed at the unit price stated. The number of units
contained in this schedule is approximate only, and the final payment shall be
made for the actual number of units that are incorporated in or made necessary by
the work covered by the Contract.
ITEM DESCRIPTION
1 MOBILIZATION
2 DUST CONTROL
QTY. I UNITS UNIT PRICE I TOTAL
$160,000.0
1 LS 0 $160,000.00
1 I LS $1,500.00 I $1,500.00
AGREEMENT • 1
3
Y
CONSTRUCTION STAKING
1''
LS
$20,000.00
$20,000.00
4
CLEARING AND GRUBBING
1
LS
$10,000.00
$10,000.00
TRAFFIC CONTROL &
5
CONSTRUCTION AREA SIGNS
1
LS
$42,250.00
$42,250.00
PROGRESS SCHEDULE (CRITICAL
6
PATH METHOD)
1
LS
$500.00
$500.00
PEDESTRIAN CONTROL AND
7
ACCESSIBILITY
1
LS
$40,000.00
$40,000.00
ADA PEDESTRIAN ACCESS
8
ALLOWANCE
1
LS
$40,000.00
$40,000.00
SHEETING, SHORING, AND
9
BRACING OF EXCAVATION
1
LS
$3,000.00
$3,000.00
SWPPP PREPARATION (NOT TO
10
EXCEED $10,000)
1
LS
$10,000.00
$10,000.00 _
i 11
SWPPP IMPLEMENTATION
1
LS
$4,100.00
$4,100.00
PARTNERING WORKSHOP (NOT
12
TO EXCEED $15,000)
1
LS
13
POTHOLE EXISTING UTILITY
1
LS
$3,400.00
$3,400.00
TOTAL MISCELLANEOUS
$334,750.00
SIDEWALK ILI TI
REMOVE EXISTING CURB
14
GUTTER
5,600
LF
$11.00
$61,600.00
REMOVE EXISTING SIDEWALK,
15
DRIVEWAY AND CURB RAMP
58,600
SF
$3.00
$175,800.00
REMOVE EXISTING CONCRETE
16
BENCH
9
EA
$280.00
$2,520.00
17
REMOVE BRICK PAVING
896
SF
$2.40
$2,150.40
REMOVE STONE PAVERS
18
STATION 27+0
245
SF
$2.40
$588.00 `
REMOVE AND REPLACE EXPOSE
AGGREGATE PCC PAVEMENT AT
19
205 SHAVER STREET
123
SF
$8.60
$1,057.80
REMOVE AND SALVAGE EXISTING
20
TRASH RECEPTACLES
19
EA
! $130.00
$2,470.00
121
REMOVE ABANDONED WATER
METER
5
EA
$225.00
$1,125.00
f 22
REMOVE IRRIGATION SYSTEM
1
SL
$3,000.00
$3,000.00
23
REMOVE EXISTING BOLLARDS
2
EA
$130.00
$260.00
24
REMOVE ABANDONED PULL BOX
1
EA
$130.00
$130.00
25
REMOVE EXISTING BIKE RACK
2
EA
$65.00
$130.00
REMOVE EXISTING PARKING
26
METER POSTS
72
EA
$65.00
$4,680.00
AGREEMENT • 2
AGREEMENT • 3
REMOVE AND REPLACE CURB
AND GUTTER AT G AND SHAVER
27
STREET
58
LF
$51.00
$2,958.00
REMOVE AND REPLACE PCC
I
I
I
28
SIDEWALK
114
SF
$8.50
$969.00
REMOVE, SALVAGE AND RESET
EXISTING CONCRETE BUS STOP
29
BENCH
2
EA
$2,500.00
$5,000.00
30
RESET NEWSPAPER RACK
I 4
I EA
I $240.00 I
$960.00
RESET PEDESTRIAN PUSH
I
31
BUTTON
1
I EA
I $600.00
$600.00
LL NEW PARKING METER
INSTA32
I
I I
OST
40
EA
$210.00
$8,400.00
RELOCATE/RESET EXISTING SIGN
I
I
I
33
WITHNEW OST
32
EA
$250.00 I
$8,000.00
RELO&ELECTRICAL PULL
I
I
I I
34
BO REPLATE
ACE ACE COVER
2
EA
$2,000.00
$4,000.00
35
RELOCATE WATER METER
2
I EA
I $1,600.00 I
$3,200.00
36
REPLACE WOOD PLANTER
I 80
I LF I
$26.00 I
$2,080.00
ADJUST UNKNOWN UTILITY TO I
I +
37
GRADE
5
EA
$360.00 I
$1,800.00
EXISTINGREMOVE RB AT
I
I I
I
38
PUBLIC PARKING LOT
4
LF
$10.80
$43.20
CONCRETE FILL BASEMENT
39
NICHE I
4
CY I
$465.00 I
$1,860.00
I CONSTRUCT PCC COMMERCIAL
I
I I
I
40
DRIVEWAY
10,210
SF
$10.75
$109,757.50
CONSTRUCT PCC RESIDENTIAL I
I
I
I
I
41
DRIVEWAY
160
SF
$12.70
$2,032.00
PCC CURB &
42
GUTTERCONSTRUCT
5,096 I
LF I
$32.00 I
$163,072.00
CONSTRUCT B &
I
I
43
GUTTER AT BUSS OP
236
LF
$39.50 I
$9,322.00
44
CONSTRUCT PCC CURB I
50
LF I
$42.80 I
$2,140.00
45
I CONSTRUCT PCC SIDEWALK I
39,970 I
SF I
$5.90 I
$235,823.00
REPLACE PLANTER WITH
I V I
I
I
46
PCC SIDEWALK ON G STREET
175
SF
$9.25 I
$1,618.75
CONSTRUCT PCC VALLEY
GUTTER AT EL CAMINO REAL
47
AVENUE
370
SF
$17.95
$6,641.50
CONSTRUCT PCC RAMP AT
I
I
I
48
STATION 29+80
160
SF
$14.45
$2,312.00
49
I CONSTRUCT CASE A CURB RAMP I
780 I
SF I
$26.00
$20,280.00
CONSTRUCT MODIFIED CASE B
I
I
+
50
CURB RAMP
510
SF
$18.50 I
$9,435.00
51
I CONSTRUCT CASE C CURB RAMP I
740 I
SF I
$15.75 I
$11,655.00
AGREEMENT • 3
CONSTRUCT MODIFIED CASE C
52
CURB RAMP
880
SF
$15.30
$13,464.00
CONSTRUCT CUSTOM CURB
53
RAMP AT STATION 29+35
910
SF
$8.35
$7,598.50
CONSTRUCT AREA DRAIN AT
54
STATION 28+02
1
EA
$300.00
$300.00
REMOVE AND REPLACE
DRAINAGE INLET AT STATION
55
35+54
2
EA
$2,200.00
$4,400.00
56
INSTALL SIDEWALK UNDERDRAIN
300
LF
$50.00
$15,000.00
INSTALL SIDEWALK JUNCTION
57
BOX FOR DOWNSPOUT
27
EA
$40.00
$1,080.00
REMOVE AND REPLACE CURB
58
OUTLET
11
LF
$40.00
$440.00
INSTALL HAND RAIL AT STATION
59
29+80
19
LF
$200.00
$3,800.00
ADJUST TELEPHONE VAULT TO
60
GRADE - SIDEWALK
8
EA
$1,150.00
$9,200.00
ADJUST TELEPHONE MANHOLE
61
TO GRADE - SIDEWALK
13
EA
$300.00
$3,900.00
ADJUST SANITARY SEWER
62
MANHOLE TO GRADE - SIDEWALK
2
EA
$300.00
$600.00
ADJUST STORM DRAIN MANHOLE
63
TO GRADE - SIDEWALK'
2
EA
$300.00
$600.00
ADJUST FIRE HYDRANT TO
64
GRADE - SIDEWALK
7
EA
$500.00
$3,500.00
MODIFY SIDEWALK AT TRAFFIC
65
SIGNAL POST
8
EA
$60.00
$480.00
ADJUST DRAINAGE INLET TO
66
GRADE
11
EA
$1,400.00
$15,400.00
REPLACE TRAFFIC SIGNAL PULL
BOX COVER & ADJUST TO GRADE
67
- SIDEWALK
11
EA
$200.00
$2,200.00
REPLACE ELECTRIC METER
COVER & ADJUST TO GRADE -
68
SIDEWALK
26
EA
$200.00
$5,200.00
REPLACE ELECTRIC PULL BOX
COVER & ADJUST TO GRADE -
69
SIDEWALK
44
EA
$200.00
$8,800.00
REPLACE WATER METER COVER
70
& ADJUST TO GRADE - SIDEWALK
71
EA
$200.00
$14,200.00
REPLACE WATER VALVE COVER
71
& ADJUST TO GRADE - SIDEWALK
7
EA
$200.00
$1,400.00
REPLACE CABLE TV PULL BOX
COVER & ADJUST TO GRADE -
72
SIDEWALK
6
EA
$425.00
$2,550.00
REPLACE CLEANOUT COVER &
73
ADJUST TO GRADE - SIDEWALK
40
EA
$200.00
$8,000.00
REPLACE GAS VALVE COVER &
74
ADJUST TO GRADE - SIDEWALK
6
EA
$200.00
$1,200.00
REPLACE GAS METER COVER &
75
ADJUST TO GRADE - SIDEWALK
19
EA
$200.00
$3,800.00
AGREEMENT • 4
PAINT STREETLIGHT POLES AND
76 HAND RAILING
TOTAL SIDEWALK REHABILITATION
ROADWAY REHABILITATION
ITEMS
MILL EXISTING PAVEMENT - 4 1/2"
77 DEEP BELOW F.G.
78 ROADWAY EXCAVATION (STREET)
REMOVE UNDERLYING PCC
79 PAVEMENT
80 ASPHALT CONCRETE PAVING
ASPHALT CONCRETE LEVELING
�81 COURSE
82 PAVEMENT FABRIC
ADJUST SANITARY SEWER
83 MANHOLE TO GRADE - STREET
ADJUST STORM DRAIN MANHOLE
84 TO GRADE - STREET
ADJUST WATER VALVE TO GRADE
85 -STREET
ADJUST CABLE TELEVISION
86 VAULT TO GRADE - STREET
INSTALL FIRE HYDRANT BLUE
87 MARKER
88 INSTALL BLUE CURB PAINT
89 INSTALL RED CURB PAINT
INSTALL 12" WHITE STRIPE
90 (THERMOPLASTIC)
INSTALL 24" WHITE STRIPE
191 (THERMOPLASTIC)
INSTALL WHITE PAVEMENT
MARKING (PAINT) BIKE SHARE -
92 THE -ROAD ARROW
INSTALL WHITE PAVEMENT
93 MARKING (THERMOPLASTIC)
INSTALL PAVEMENT MARKING
DISABLED PARKING
94 (THERMOPLASTIC)
INSTALL PARKING SPACE
MARKING PER FIGURE 313-18 IN
MUTCD 2003 CALIFORNIA
95 SUPPLEMENT (THERMOPLASTIC)
INSTALL NEW D11-1 BIKE ROUTE
96 SIGN (24"X18") ON NEW POST
INSTALL DETAIL 22 -NO PASSING
97 ZONE (THERMOPLASTIC)
1 LS $38,000.00 $38,000.00
$1,034,582.65
11,500
SY
$4.60
$52,900.00
700
I CY
$55.00
$38,500.00
160
CY
$65.00
$10,400.00
4,000
I TON
$91.00
$364,000.00
650
TON I
$93.00 I
$60,450.00
11,500
SY I
$1.75
$20,125.00
13
EA I
$800.00
$10,400.00
6
I EA I
$800.00
$4,800.00
35
I EA I
$525.00
$18,375.00
1
EA I
$525.00
$525.00
9
I EA I
$15.00
$135.00
20
LF I
$1.20 I
$24.00
1,200
LF I
$1.20
$1,440.00
1,865
LF I
$2.00
$3,730.00
600 I
LF I
$4.00
$2,400.00
150
SF
$3.00
$450.00
500
SF I
$4.50 I
$2,250.00
1
EA
$500.00
$500.00
300 LF $3.25
13 EA $260.00
2,200 LF I $2.00
$975.00
$3,380.00
$4,400.00
AGREEMENT • 5
AGREEMENT • 6
INSTALL DETAIL 37 - LANE DROP
98
(THERMOPLASTIC)
40
LF
$2.00
$80.00
INSTALL DETAIL 38A -
CHANNELIZING LINE
99
(THERMOPLASTIC)
275
LF
$2.00
$550.00
TOTAL ROADWAY REHABILITATION
$600,789.00
STORM DRAIN REHABILITATION
REMOVE AND REPLACE 3-8"
STORM DRAIN PIPE WITH
CONCRETE ENCASED 3-8" PVC
100
PIPE
47
LF
$195.00
$9,165.00
REMOVE AND REPLACE 18"
STORM DRAIN PIPE WITH 18" RCP
101
SD PIPE
67
LF
$122.00
$8,174.00
REMOVE AND REPLACE 24"
STORM DRAIN PIPE WITH 15" RCP
102
SD PIPE
15
LF
$253.00
$3,795.00
REMOVE AND REPLACE 24"
STORM DRAIN PIPE WITH 24" RCP
103
SD PIPE
28
LF
$300.00
$8,400.00
REMOVE AND REPLACE DI AT
104
1539 4TH STREET
1
EA
$2,500.00
$2,500.00
REMOVE AND REPLACE AREA
DRAIN (205 SHAVER & BEHIND
105
CAINES TIRES)
2
EA
$1,450.00
$2,900.00
REMOVE AND REPLACE DI WITH
106
SDMH1
.... ....____......
EA
$2,700.00
$2,700.00
107
INSTALL SDMH
7
EA$4,300.00
$30,100.00
108
INSTALL 12" PVC SD PIPE
165
LF
$150.00
$24,750.00
109
INSTALL 24" RCP SD PIPE
575
LF
$225.00
$129,375.00
TOTAL STORM DRAIN REHAB.
$221,859.00
LANDSCAPE ITEMS
TREE REMOVAL (INCLUDING
110
ROOTS)
107
EA
$425.00
$45,475.00
INSTALL BRICK PAVING AND
111
ACCENT BANDS
360
SF
$39.00
$14,040.00
INSTALL CONCRETE UNIT
112
PAVERS
12
SF
$39.00
I
$468.00
I CONCRETE SEAT WALLS -
I
I
113
PRECAST SQUARE END WALL
15
EA
$2,700.00
$40,500.00
CONCRETE SEAT WALLS -
I
114
PRECAST SEAT WALL, 12' LONG
10
EA
$3,600.00
$36,000.00
CONCRETE SEAT WALLS -
I
115
PRECAST SEAT WALL, 6'-8' LONG
5
EA
$2,800.00
$14,000.00
I NCRETE SEAT WALLS -
I
I
116
ACOCENT GRILL AT SEAT WALL
15
EA
$151.00
$2,265.00
AGREEMENT • 6
CONCRETE SEAT WALLS - RESET
EXISTING CONCRETE WALLS AT E
117 STREET
SITE FURNISHINGS - TRASH
RECEPTACLE 'A' (W/OUT DOME
118 LID)
SITE FURNISHINGS - TRASH
RECEPTACLE'B' (W/OUT DOME
119 LID)
SITE FURNISHINGS - BIKE RACK,
120 FREE STANDING SINGLE
SITE FURNISHINGS - CAST IRON
121 TREE GRATE AND FRAME TYPE 'A'
SITE FURNISHINGS - CAST IRON
122 TREE GRATE AND FRAME TYPE'S'
123 PLANTING - TREES (24" BOX)
124 PLANTING - SHRUBS (5 GAL)
125 PLANTING - SHRUBS (1 GAL)
126 PLANTING - ANNUALS (4" POTS)
PLANTING - 6' METAL TREE
127 STAKES AT TREE GRATES
PLANTING - 9' METAL STAKES AT
128 OPEN PLANTING AREAS
129 PLANTING - 18" ROOT BARRIER
PLANTING - BARK MULCH (2"
130 LAYER)
131 PLANTING - SOIL PREPARATION
132 IRRIGATION
TOTAL LANDSCAPE ITEMS
LIGHTING AND ELECTRICAL
ITEMS
133 12" X 33" JOINT TRENCH
134 12" X 39: JOINT TRENCH
135 11 1/2 INCH DIAMETER CONDUIT
136 12 INCH DIAMETER CONDUIT
137 2 1/2 INCH DIAMETER CONDUIT
138 , 3 INCH DIAMETER CONDUIT
NO. 5 CALTRANS PULL BOX
139 (ELECTRIC)
NO. 5 CALTRANS PULL BOX
140 (TRAFFIC SIGNAL)
2
EA
$2,400.00
$4,800.00
23
EA
$1,200.00
$27,600.00
4
EA
$1,200.00
$4,800.00
36
EA
I $725.00 I
$26,100.00
81
EA
I $1,550.00 I
$125,550.00
13
I EA
I $1,900.00 I
$24,700.00
121
EA
I $204.00 I
$24,684.00
28
I EA
I $15.25 I
$427.00
160
I EA
I $7.70
$1,232.00
110
I SF
I $3.15 I
$346.50
93
I EA
I $34.50 I
$3,208.50
28
I EA
I $55.00 I
$1,540.00
1,860
I LF
I $4.60 I
$8,556.00
4,225
I SF
I $0.45
$1,901.25
4,175
I SF
I $0.53
$2,212.75
I
$145,300.0
I I
1
LS
0
$145,300.00
$555,706.00
5,500 I
LF
$18.00
$99,000.00
2,100 I
LF
$20.00
$42,000.00
10,700 I
LF
$1.50 I
$16,050.00
4,000
LF I
$2.00 I
$8,000.00
100
LF I
$2.50 I
$250.00
3,300
LF I
$3.00 I
$9,900.00
115
EA I
$250.00 I
$28,750.00
15
EA I
$250.00 I
$3,750.00
AGREEMENT • 7
SF $5.00
LF $41.00
LF $112.00
SF $5.00
LF $41.00
$1,000.00
$2,050.00
$4,928.00
$7,978.00
$900.00
$1,845.00
$2,745.00
GRAND TOTAL $3,278,234.65
VI - Progress Payments
(a). On not later than the 6th day of every month the Public Works Department shall
prepare and submit an estimate covering the total quantities under each item of
work that have been completed from the start of the job up to and including the
25th day of the preceding month, and the value of the work so completed
determined in accordance with the schedule of unit prices for such items together
with such supporting evidence as may be required by the City and/or Contractor.
(b). On not later than the 15th day of the month, the City shall, after deducting
previous payments made, pay to the Contractor 90% of the amount of the estimate
as approved by the Public Works Department.
(c). Final payment of all moneys due shall be made within 15 days after the expiration
of 35 days following the filing of the notice of completion and acceptance of the work
by the Public Works Department.
AGREEMENT • 8
NO. 5 CALTRANS PULL BOX
150
CONSTRUCT PCC SIDEWALK
200
141
(STREET LIGHT)
40
EA
$250.00
$10,000.00
NO. 6 CALTRANS PULL BOX
152
GRATE44
142
(ELECTRIC)
20
EA
$300.00
$6,000.00
NO. 23 CALTRANS PULL BOX
153
CONSTRUCT PCC SIDEWALK
I
143
(ELECTRIC)
8
EA
$500.00
$4,000.00
144
EVENT RECEPTACLES I
20
EA
$1,500.00
$30,000.00
145
ELECTRIC SERVICE ENCLOSURE I
3
EA
$11,000.00
$33,000.00
RELOCATE OR REMOVE/REPLACE
I
I
146
STREET LIGHTS
35
EA
$2,600.00
$91,000.00
147
BAND RECEPTACLES
2
I EA
$1,900.00
$3,800.00
148
TREE UP -LIGHTING
28
EA
$2,600.00
$72,800.00
149
TREE ACCENT LIGHTING I
107
EA
$575.00 I
$61,525.00
TOTAL LIGHTING AND ELECTRICAL
I
$519,825.00
SF $5.00
LF $41.00
LF $112.00
SF $5.00
LF $41.00
$1,000.00
$2,050.00
$4,928.00
$7,978.00
$900.00
$1,845.00
$2,745.00
GRAND TOTAL $3,278,234.65
VI - Progress Payments
(a). On not later than the 6th day of every month the Public Works Department shall
prepare and submit an estimate covering the total quantities under each item of
work that have been completed from the start of the job up to and including the
25th day of the preceding month, and the value of the work so completed
determined in accordance with the schedule of unit prices for such items together
with such supporting evidence as may be required by the City and/or Contractor.
(b). On not later than the 15th day of the month, the City shall, after deducting
previous payments made, pay to the Contractor 90% of the amount of the estimate
as approved by the Public Works Department.
(c). Final payment of all moneys due shall be made within 15 days after the expiration
of 35 days following the filing of the notice of completion and acceptance of the work
by the Public Works Department.
AGREEMENT • 8
PIER 6 MID -BLOCK BULB -OUT
150
CONSTRUCT PCC SIDEWALK
200
CONSTRUCT PCC CURB AND
151
GUTTER
50
CONSTRUCT TRENCH DRAIN AND
152
GRATE44
TOTAL PIER 6 MID -BLOCK BULB -OUT
MAYFLOWER MID -BLOCK BULB -
OUT
153
CONSTRUCT PCC SIDEWALK
I
180
CONSTRUCT PCC CURB AND
154
GUTTER
45
SF $5.00
LF $41.00
LF $112.00
SF $5.00
LF $41.00
$1,000.00
$2,050.00
$4,928.00
$7,978.00
$900.00
$1,845.00
$2,745.00
GRAND TOTAL $3,278,234.65
VI - Progress Payments
(a). On not later than the 6th day of every month the Public Works Department shall
prepare and submit an estimate covering the total quantities under each item of
work that have been completed from the start of the job up to and including the
25th day of the preceding month, and the value of the work so completed
determined in accordance with the schedule of unit prices for such items together
with such supporting evidence as may be required by the City and/or Contractor.
(b). On not later than the 15th day of the month, the City shall, after deducting
previous payments made, pay to the Contractor 90% of the amount of the estimate
as approved by the Public Works Department.
(c). Final payment of all moneys due shall be made within 15 days after the expiration
of 35 days following the filing of the notice of completion and acceptance of the work
by the Public Works Department.
AGREEMENT • 8
(d). The Contractor may elect to receive 100% of payments due under the contract from
time to time, without retention of any portion of the payment by the public agency,
by depositing securities of equivalent value with the public agency in accordance
with the provisions of Section 4590 of the Government Code. Such securities, if
deposited by the Contractr, shall be valued by the City's Finance Director, whose
decision on valuation of the securities shall be final.
VII - Acceptance and Final Payment
(a) Upon receipt of written notice that the work is ready for final inspection and
acceptance, the Engineer shall within 5 days make such inspection, and when he
finds the work acceptable under the Contract and the Contract fully performed, he
will promptly issue a Notice of Completion, over his own signature, stating that the
work required by this Contract has been completed and is accepted by him under
the terms and conditions thereof, and the entire balance found to be due the
Contractor, including the retained percentage, shall be paid to the Contractor by
the City within 15 days after the expiration of 35 days following the date of
recordation of said Notice of Completion.
(b) Before final payment is due the Contractor shall submit evidence satisfactory to the
Engineer that all payrolls, material bills, and other indebtedness connected with
work have been paid, except that in case of disputed indebtedness or liens the
Contractor may submit in lieu of evidence of payment a surety bond satisfactory to
the City guaranteeing payment of all such disputed amounts when adjudicated in
cases where such payment has not already been guaranteed by surety bond.
(c) The Contractor shall provide a "Defective Material and Workmanship Bond" for 50%
of the Contract Price, before the final payment will be made.
(d) The making and acceptance of the final payment shall constitute a waiver of all
claims by the City, other than those arising from any of the following: (1) unsettled
liens; (2) faulty work appearing within 12 months after final payment; (3)
requirements of the specifications; or (4) manufacturers' guarantees. It shall also
constitute a waiver of all claims by the Contractor, except those previously made
and still unsettled.
(e) If after the work has been substantially completed, full completion thereof is
materially delayed through no fault of the Contractor, and the Engineer so certifies,
the City shall, upon certificate of the Engineer, and without terminating the
Contract, make payment of the balance due for that portion of the work fully
completed and accepted.
Such payment shall be made under the terms and conditions governing final payment,
except that it shall not constitute a waiver of claims.
IN WITNESS WHEREOF, City and Contractor have caused their authorized
representatives to execute this Agreement the day and year first written above.
ATTEST: CITY OF AN RAFAEL:
zs e e-- 9-e
Esther C. Beirne ber, Bo roJ ,� . ............ .... _.m_
f
City Clerk Mayor
Stacy L Magill
APPR AS CONTRACTOR:
V
i
Ro pert F. Elo
pst i
City Attorney for,
JJ Richard W. GhiloG
PresidenCREEMENT 9
MILLENNIUM CORPORATE PARK
S A F E C ®® BLDG. C
)' 18400 NE UNION HILL ROAD
REDMOND, WA 98052
CONTRACT BOND - CALIFORNIA EXECUTED IN TRIPLIC1= Bond #6543848
FAITHFUL PERFORMANCE - Initial premium charged for this bond is
PUBLIC WORK $19,602.00 subject to
adjustment upon completion of contract at
applicable rate on final contract price.
KNOW ALL BY THESE PRESENTS, That , . _�� CONSTRUCTION COWANY, INC
of 246 GHILOTTI AVENUE, SANTA ROSA, CA 95407„ as Principal,
and the SAO INSURANCE COMPANY OF AMERICA , a corporation organized and existing
_.
under the laws of the State of Washinciton and authorized to transact surety business in the State of California, as
Surety, aie held and finely bound unto,_.- ..CITY Or SAN RAFAEL _.......
P. O. BOR 151560
SAN RAFAEL, CA 94915-1560
in the sum of THREE t1ILLION TWO HUNDRED SEVENTY EIGHT THOUSAND TWO HUNDRED 7111M FOUR &_ 65/100 ONLY
.W. ...
Dollars ($ $3,278,234.65 )
for the payment whereof, well and truly to be made, said Principal and Surety bind themselves, their heirs, administrators, successors and
assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That WHEREAS, the above -bounden Principal has
entered into a Contract, dated APRIL 7 2008 , with the
CITY Or SAN RAFAEL
to do and perform the following work, to -wit:
FOURTH STREET 14EST REHABILITATION / WEST END VILLAGE PROJECT - REBID, PROJECT NO. 11056
NOW, THEREFORE, if the above -bounden Principal shall faithfully perform all the provisions of said Contract, then this obligation shall
be void; otherwise to remain in full force and effect.
PROVIDED FURTHER THAT, Any suit under this bond must be instituted before the expiration of two (2) years from the date of
substantial completion of the work to be performed under the Contract.
Signed and sealed this 7th day of APRIL , 2008
COMANY,
Principal
2' R +4
SAFECO INSURANCE COMPANY OF AMERICA
By J PILGARD,
- -a Attorne
y -in -Fact
S-0815/SAEF 10/99 0 Registered trademark of SArECO Corporation.
CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT
STATE OF CALIFORNIA}
ss
COUNTY OF SACRAMENTO}
On APRIL 7, 2008 , before me, Susan Fournier, a notary public, personally
appeared, Jana B. Pilgard, who proved to me on the basis of satisfactory evidence to be
the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged
to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that
by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
SUSAN FOURNIER
COMM. #1515518
NOTARY PUBLIC • CALIFORNIA
SACRAMENTO COUNTY
Comm. Exp. SEPT. 25, 2008
MILLENNIUM CORPORATE PARK
CO'
BLDG. C
r�a 18400 NE UNION HILL ROAD
REDMOND, WA 98052
Vu�v IN TRIPLICATE
Bond *6543848
CONTRACT BOND - CALIFORNIA PM]Iai INCLUDED
PAYMENT BOND
KNOW ALL BY THESE PRESENTS, That we, GHILOTTI CONSTRUCTION Coa,1PARY, INC.
and the SAFECO INSURANCE COMPANY OF AMERICA, a corporation organized and existing p g g under the laws of the State of
Washing ton and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto
CITY OF SAN RAFAEL
P. 0,. BOX 151560 ,
SAN RAFAEL CA 94915-
' ]560 . , as Obligee,
ur the sum of THREE MIIJ ION Tido HUNDRED SEVENTY EIGHT THOUSAND TWO HUNDRED THIRTY FOUR & 65/100 ONLY ***x
------ Dollars
. ... ..._ ...... ..w,.w.._, $ $3,278,234.65 �>
for the payment whereof, well and truly to be made, said Principal and Surety bind themselves, their heirs, administrators, successors
and assigus, •jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That WHEREAS, the above -bounden Principal has entered into
a contract, dated 7th day of APRIL 2008 , with the Obligee to do and perform the following
work, to -wit:
FOURTH STREET 14EST REHABILITATION / W13ST END VILLAGE PROJECT - REBID, PROJECT NO. 11056
NOW, THEREFORE, if the above -bounden Principal or his/her subcontractors fail to pay any of the persons named in Section 3181 of
the Civil Code of the State of California, or amounts due under the Unemployment Insurance Code with respect to work or labor
performed under the Contract, or any amounts required to be deducted, withheld and paid over to the Franchise Tax Board from the
wages of employees of the Principal or his/her subcontractors pursuant to Section 18806 of the Revenue and Taxation Code, with
respect to such work and labor, Surety will pay for the same, in an amount not exceeding the amount specified in this bond, and also, in
case suit is brought upon this bond, a reasonable attorney's fee, to be fixed by the court.
This bond shall inure to the benefit of any and all persons, companies or corporations entitled to file claims under Section 3181 of the
Civil Code of the State of California, so as to give a right of action to therm or their assigns in any suit brought upon this bond.
Signed, sealed and dated this 7th day of APRIL , 2008
No premium is charged for this bond. It is executed in
connection with a bond for the performance of the
contract.
GHILOTTI F! Y' M 1 1 I'
�®P rt
tichard
1 •
sident
SAFECO INSURANCE COMPANY OF AMERICA
Byt4—P
JANA B. PILGARI) Attorney -in -Fact
4 '`rt rt .rt` rt • art♦ , a
CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT
STATE OF CALIFORNIA} ss
COUNTY OF SACRAMENTO}
On APRU 7, 2008 , before me, Susan Fournier, a notary public, personally
appeared, Jana B. Pilgard, who proved to me on the basis of satisfactory evidence to be
the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged
to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that
by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
J
SUSAN FOURNIER
COMM.1�1515518
NOTAttY PUBLIC CAUMRNM
1 SACRAMENTO COUNTY
,� � wmm. tXp. SEPT. 25, 2008
SAFECO INSURANCE COMPANY OF AMERICA
S A F E C a POWER GENERAL INSURANCE COMPANY OF AMERICA
1 OF ATTORNEY HOME OFFICE: SAFECO PLAZA
SEATTLE, WASHINGTON 98185
No. 5490
KNOW ALL BY THESE PRESENTS:
That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby
appoint
*********ROBERT D. LAUX; DONA LISA BUSCHMANN; J. BUSCHMANN; SUSAN FOURNIER; JANA B. PILGARD; KATHY RANGEL; Sacramento, Califomia*********
its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character
issued in the course of its business, and to bind the respective company thereby.
IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and
attested these presents
this 24th
day of April
2002
R.A. PIERSON, SECRETARY MIKE M GAVICK, PRESIDENT
_ ..,,,..mm ..._ -. CERTIFICATE.„
Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA:
"Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that
purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to
execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any
instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or
undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not
be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA
and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970.
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article V, Section 13 of the By -Laws, and
(ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power-of-attomey appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
I, R.A. Pierson, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the
foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and
correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
n0"
`�Ar 1953 /oa
this
CORPORATE '
SEAL
X A
7th day of APRIL
R.A. PIERSON, SECRETARY
S-0974/SAEF 2/01 ® A registered trademark of SAFECO Corporation
04/24/2002 PDF
ACORD,, CERTIFICATE OF LIABILITY INSURANCE I DATE 20081
04/ 15/2008
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Woodruff -Sawyer & Co.
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
220 Bush St., 7th Floor
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
San Francisco CA 94104
(415) 391-2141
INSURERS AFFORDING COVERAGE NAIC #
INSURED
I INSURER A. National Union Fire Insurance Company of Pittsburgh, PA 19445
Ghilotti Construction Company, Inc.
I INSURER B: Old Republic General Insurance Corporation 24139
246 Ghilotti Avenue
I INSURER C:
Santa Rosa, CA 95407
I INSURER D:
I
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED
HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
NSR ADD'L
LTR NSRC TYPE OF INSURANCE POLICY NUMBER
POLICY EFFECTIVE POLICY EXPIRATION
DATF_/MMIDD/YY1 PATE IMM/DDIYYI
LIMBS
GENERAL LIABILITY AlCG37540804
X
03/31/2008 03/31/2009
EACH OCCURRENCE $ 2,000,000
B X COMMERCIAL GENERAL LIABILITY
DAMAGE TO RENTED
I PREMISES (Ea occurencel $ 100,000
CLAIMS MADE � OCCUR
I MED EXP (Any one person) $ 5,000
I PERSONAL 8 ADV INJURY $ 2,000,000
_
GENERAL AGGREGATE $ 4,000,000
GENT AGGREGATE LIMIT APPLIES PER:
I PRODUCTS - COMP/OP AGG $ 2,000,000
POLICY I /� I JECOT F—] LOC
B ALY OMOBILE LIABILITY AICA37540804
03/31/2008 03/31/2009
COMBINED SINGLE LIMIT $ 1,000,000
X ANY AUTO
(Ea accident)
ALL OWNED AUTOS
BODILY INJURY $
SCHEDULED AUTOS
(Per person)
X HIRED AUTOS
BODILY INJURY $
X NON -OWNED AUTOS
(Per accident)
PROPERTY DAMAGE $
(Per accident)
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT $
ANY AUTO
OTHER THAN EA ACC $
ONLY:
AUTO AGG $
EXCESS/UMBRELLA LIABILITY BE2858780
03/31/2008 03/31/2009EACH
OCCURRENCE $ 3,000,000
I
A 7 OCCUR EICLAIMS MADE
AGGREGATE $ 3.000.000
$
DEDUCTIBLE
+I
I $
RETENTION $
$
I I I I OFR
WORKERS COMPENSATION AND
TORY I IMUS
EMPLOYERS' LIABILITY
E.L. EACH ACCIDENT $
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICERIMEMBER EXCLUDED?
I E.L. DISEASE - EA EMPLOYEE_ $
If yes, describe under
I $
SPECIAL PROVISIONS below
E.L. DISEASE - POLICY LIMIT
OTHER
$
$
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
GCC job #5223, Fourth Street West rehabilitation/West End Village Project -Rebid -Project #11056. It is herby understood & agreed that the City of San
Rafael, its officers, agents, & employees, are additional insured hereunder but only as respects liability arising out of the land &/or property and/or work
described in the Public Works contract for the project entitles, Fourth Street
West Rehabilitation/West End Village Project No.. 11056 between the City of
San Rafael & Ghilotti Construction Co. for the work & the improvements described therein. Additional insured form CG 20 10 07 04, CG 20 37 07 04
attached. Separation of the insured applies per form CG 00 01 12 04 attached.
CERTIFICATE HOLDER
City of San Rafael
Department of Public Works
PO Box 151560
San Rafael, CA 94515-1560
I LOAN #:
ACORD 25 (2001/08) ID #:
CANCELLATION 10 Day Notice for Non-Pavment of Premium
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL E %10fRWMAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
AUTHORIZED REPRESENTA
© ACORD CORPORATION 1988
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 (2001/08)
NAMED INSURED: Ghilotti Construction Company, Inc.
POLICY NUMBER: AICG37540804
COMMERCIAL GENERAL LIABILITY
CG 20 10 07 04
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
Name Of Additional Insured Person(s)
Or Organization(s):
City of San Rafael
Department of Public Works
PO Box 151560
San Rafael, CA 94515-1560
SCHEDULE
Location(s) Of Covered Operations
GCC job #5223, Fourth Street West rehabilitation/West End
Village Project -Rebid -Project #11056. It is herby understood
& agreed that the City of San Rafael, its officers, agents, &
employees, are additional insured hereunder but only as
respects liability arising out of the land &/or property and/or
work described in the Public Works contract for the project
entitles, Fourth Street West Rehabilitation/West End Village
Project No.. 11056 between the City of San Rafael & Ghilotti
Construction Co. for the work & the improvements described
therein. Additional insured form CG 20 10 07 04, CG 20 37 07
04 attached Senaration of the insured annlies ner form CG 00
Information required to complete this Schedule, if not shown above, will be shown in the Declarations.
A. Section II — Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for "bodily injury", "property
damage" or "personal and advertising injury"
caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your
behalf;
in the performance of your ongoing operations for
the additional insured(s) at the location(s) desig-
nated above.
B. With respect to the insurance afforded to these
additional insureds, the following additional exclu-
sions apply:
This insurance does not apply to "bodily injury" or
"property damage" occurring after:
1. All work, including materials, parts or equip-
ment furnished in connection with such work,
on the project (other than service, maintenance
or repairs) to be performed by or on behalf of
the additional insured(s) at the location of the
covered operations has been completed; or
2. That portion of "your work" out of which the
injury or damage arises has been put to its in-
tended use by any person or organization other
than another contractor or subcontractor en-
gaged in performing operations for a principal
as a part of the same project.
CG 20 10 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 13
NAMED INSURED: Ghilotti Construction Company, Inc.
POLICY NUMBER: AICG37540804
COMMERCIAL GENERAL LIABILITY
CG 20 37 07 04
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
Name Of Additional Insured Person(s)
Or Organization(s)-
City of San Rafael
Department of Public Works
PO Box 151560
San Rafael, CA 94515-1560
SCHEDULE
Location And Description Of Completed Operations
GCC job #5223, Fourth Street West rehabilitation/West End Villag(
Project -Rebid -Project #11056. It is herby understood & agreed that
the City of San Rafael, its officers, agents, & employees, are
additional insured hereunder but only as respects liability arising out
of the land &/or property and/or work described in the Public Works
contract for the project entitles, Fourth Street West
Rehabilitation/West End Village Project No.. 11056 between the
City of San Rafael & Ghilotti Construction Co. for the work & the
improvements described therein. Additional insured form CG 20 10
07 04, CG 20 37 07 04 attached. Separation of the insured applies
per form CG 00 01 12 04 attached.
Information required to complete this Scherlitle, if not shown above, will be shown in the Declarations.
Section II — Who Is An Insured is amended to in- at the location designated and described in the
clude as an additional insured the person(s) or or- schedule of this endorsement performed for that ad-
ganization(s) shown in the Schedule, but only with ditional insured and included in the "products-com-
respect to liability for "bodily injury" or "property pleted operations hazard".
damage" caused, in whole or in part, by "your work"
CG 20 37 07 04 Copyright, ISO Properties, Inc., 2004 Page 1 of 1
UNIFORM
ACORD. CERTIFICATE OF LIABILITY INSURANtoE I DATE 04/15/2008
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Woodruff -Sawyer & Co.
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
220 Bush St., 7th Floor
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
San Francisco CA 94104
(415) 391-2141
INSURERS AFFORDING COVERAGE NAIC #
INSURED
INSURER A: Old Republic General Insurance Corporation 24139
Ghilotti Construction Company, Inc.
I
246 Ghilotti Avenue
INSURER B:
I INSURER C:
Santa Rosa, CA 95407
I INSURER D:
I
I INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED
HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
iNSR 4DD'y
LTR iNSRr TYPE nF INSURANCE POLICY NUMBER
POLICY EFFECTIVE POLICY EXPIRATION
DATE IMM/DDIM DATA (MMIDD/YYI
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE $
DAMAGE TO RENTED
I
COMMERCIAL GENERAL LIABILITY
PREMISES (Ea occurence) $
CLAIMS MADE D OCCUR
I MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
I PRODUCTS - COMP/OP AGG $
GEN'L AGGREGATE LIMIT API�PLIES PER:
—1 POLICY FI FR
I I LOC
R..7
Al OMOBILE LIABILITY
COMBINED SINGLE LIMIT $
_ ANY AUTO
(Ea accident)
_ ALL OWNED AUTOS
BODILY INJURY $
SCHEDULED AUTOS
(Per person)
_ HIRED AUTOS
BODILY INJURY $
NON -OWNED AUTOS
(Per accident)
_
PROPERTY DAMAGE $
(Per accident)
I AUTO ONLY - EA ACCIDENT $
GARAGE LIABILITY
ANY AUTO
OTHER THAN EA ACC $
AUTO ONLY:
AGG $
EXCESS/UMBRELLA LIABILITY
EACH OCCURRENCE $
7 OCCUR EICLAIMS MADE
I AGGREGATE $
$
DEDUCTIBLE
I $
RETENTION $
I $
WC STATU- OTH-
I
WORKERSCOMPENSATION AND AICW37540704
A
10/01/2007 10/01/2008 XITnRYI IMITSI FR
j
EMPLOYERS' LIABILITY
I E.L. EACH ACCIDENT $ 1.000,000
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBEREXCLUDED7
I E.L. DISEASE - EA EMPLOYEE $ 1,000.000
If yes, describe under
E.L. DISEASE POLICY LIMIT $ 1,000,000
SPECIAL PROVISIONS below
-
OTHER
$
$
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/
SPECIAL PROVISIONS
GCC job #5223, Fourth Street West rehabilitation/West End Village Project -Rebid -Project #11056.
CERTIFICATE HOLDER
City of San Rafael
Department of Public Works
PO Box 151560
San Rafael, CA 94515-1560
I LOAN #:
ACORD 25 (2001/08) ID #:
CANCELLATION 10 Day Notice for Non -Payment of Premium
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL rfflAMAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFTMMXWJMWMW
AUTHORIZED REPRESENTATIVE
© ACORD CORPORATION 1988
Ghilotti Construction Co.
6. Representations
By accepting this policy, you agree:
a. The statements in the Declarations are accu-
rate and complete.-
b.
omplete;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 Of Rights Of Recovery Against Others
To Us
If the insured has rights to recover all or part of any
payment we have made under this Coverage Part,
those rights are transferred to us. The insured
must do nothing after loss to impair them. At our
request, the insured will bring "suit" or transfer
those rights to us and help us enforce them.
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
i. "Advertisement" means a notice that is broadcast
or published to the general public or specific mar-
ket segments about your goods, products or ser-
vices for the purpose of attracting customers or
supporters. For the purposes of this definition:
a. Notices that are published include material
placed on the Internet or on similar electronic
means of communication; and
b. Regarding web -sites, only that part of a web-
site that is about your goods, products or ser-
vices for the purposes of attracting customers
or supporters is considered an advertisement.
2. "Auto" means:
a. A land motor vehicle, trailer or semitrailer
designed for travel on public roads, including
any attached machinery or equipment; or
Policy No: AICG37540804
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".
3. "Bodily injury" means bodily injury, sickness or
disease sustained by a person, including death re-
sulting from any of these at any time.
4. "Coverage territory' means:
a. The United States of America (including its
territories and possessions), Puerto Rico and
Canada;
b. International waters or airspace, but only if the
injury or damage occurs in the course of travel
or transportation between any places included
in a. above; or
c. All other parts of the world if the injury or dam-
age arises out of:
(1) Goods or products made or sold by you in
the territory described in a. above;
(2) The activities of a person whose home is in
the territory described in a. above, but is
away for a short time on your business; or
(3) "Personal and advertising injury" offenses
that take place through the Internet or simi-
lar electronic means of communication
provided the insured's responsibility to pay dam-
ages is determined in a "suit" on the merits, in the
territory described in a. above or in a settlement
we agree to.
5. "Employee" includes a "leased worker". "Em-
ployee" does not include a "temporary worker".
6. "Executive officer" means a person holding any of
the officer positions created by your charter, con-
stitution, by-laws or any other similar gov?rning
document.
7. "Hostile fire" means one which becomes uncontrol-
lable or breaks out from where it was intended to
be.
8. "Impaired property' means tangible property, other
than "your product" or "your work", that cannot be
used or is less useful because:
a. It incorporates "your product" or "your work"
that is known or thought to be defective, defi-
cient, inadequate or dangerous; or
b. You have failed to fulfill the terms of a contract
or agreement;
if such property can be restored to use by:
a. The repair, replacement, adjustment or re-
moval of "your product" or "your work", or
Page 12 of 15 © ISO Properties, Inc., 2003 CG 00 01 12 04 0
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
4CORD 25 (2001/08)