Loading...
Contract - GCI Construction - 2013-12-19AGREEMENT #196 -A Installation of Backup Power and Pumping Capability THIS AGREEMENT is made and entered into this day of lit? QVnI22K , 2013, by and between the COSTA MESA SANITARY DISTRICT, hereinafter referred to as "DISTRICT" and, GCI Construction, Inc., a California corporation, hereinafter referred to as "CONTRACTOR." WITNESSETH That for and in consideration of the promises and agreements hereinafter made and exchanged, DISTRICT and CONTRACTOR mutually agree as follows: 1. Scope of the Work. That CONTRACTOR shall perform all the work and shall provide and furnish all the labor, materials, necessary tools, expendable equipment, and all utility and transportation services required to construct: CMSD PROJECT #196 -A, INSTALLATION OF BACKUP POWER AND BACKUP PUMPING CAPABILITY. 2. Labor and Materials. All of said work to be performed and materials to be furnished shall be in strict accordance with the plans and specifications entitled Specifications for CMSD PROJECT #1 96-A, INSTALLATION OF BACKUP POWER AND BACKUP PUMPING CAPABILITY, and CONTRACTOR agrees to do everything required by this AGREEMENT and the Contract Documents including the plans and specifications and any general conditions. All labor, materials, tools, equipment and services shall be furnished on work performed, and under the direction, administration and subject to the approval of DISTRICT or its authorized representatives. CONTRACTOR warrants that it will not purchase mined construction material for this PROJECT except from a mining operation that is currently identified in the list published pursuantto subdivision (b) of Section 2717 of the Public Resources Code. Refer to the current 3098 list for qualified mining operations at www. consrv. ca. gov /OMR /ab_3098_list/current_list. 3. Time of Completion. CONTRACTOR agrees to commence the work to be performed under this AGREEMENT within five (5) days of receipt of the "Notice to Proceed" and to diligently prosecute the work to completion before the expiration of One Hundred Twenty (120) WORKING DAYS from the date of commencement. "Working days" means all calendar days except Saturdays, Sundays, and legal holidays. 4. Time of the Essence. Time is of the essence of this AGREEMENT. 5. Liquidated Damages /Delay Damages. It is agreed by the parties hereto that in case the total work called for hereunder in all parts and requirements is not finished or completed within the number of working days as set forth herein, damage will be sustained by the DISTRICT, and that it is and will be impractical and extremely difficult to ascertain and determine the actual damage which the DISTRICT will sustain in the event of and by reason of such delay; and it is therefore agreed the CONTRACTOR will pay to the DISTRICT the sum of TWO HUNDRED FIFTY and 001100 Dollars ($250.00) per calendar day for each and every day of delay in finishing the work in excess of the number of days prescribed in paragraph 3 and the CONTRACTOR agrees to pay said liquidated damages herein provided for, and further agrees that the DISTRICT may deduct the amount thereof from any monies due or that may become due the CONTRACTOR hereunder. The CONTRACTOR will be granted an extension of time and will not be assessed with liquidated damages for any portion of the delay in completion of the work beyond the time named herein for the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of the CONTRACTOR, including but not restricted to acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strike, and unsuitable weather, or delays of subcontractors due to such causes, provided CONTRACTOR submits timely notification and a written Request for Change Order as required herein. The CONTRACTOR shall within ten (10) days from the beginning of any such delay (unless the DISTRICT shall grant a further period of time prior to the date of final settlement of the AGREEMENT) notify the District Engineer in writing of the cause of the delay, and the District Engineer shall extend the time for completing the work if in the District Engineer's judgment the cause so merits. The District Engineer's determination on this matter shall be final and conclusive on the parties hereto. CONTRACTOR shall also be required to submit a written Request for Change Order to District Engineer within fifteen (15) days of the date of such delay. No adjustment shall be allowed for such delay unless strict compliance with this contractual provision is effected. CONTRACTOR's remedy shall be limited to the extra days granted and to any damages that he may be entitled to using the formula agreed to by the parties for all damages as provided in Paragraph 28. 6. The Contract Sum. DISTRICT agrees to pay and CONTRACTOR agrees to accept in full payment for the work above agreed to be done the sum of: Four Hundred Eighty -Five Thousand Two Hundred Dollars ($485,200.00). 7. Progress Payments. Prior to the fifteenth day of the month next following the commencement of the work, there shall be paid to CONTRACTOR a sum equal to ninety -five percent (95 %) of the value of the work completed since the commencement of the work as determined by the District Engineer and thereafter prior to the fifteenth day of each successive month as the work progresses. CONTRACTOR shall be paid such sum as will bring the payments up each month to ninety -five percent (95 %) of the value of the work completed since the commencement of the work as determined by the District Engineer, less all previous payments, provided that CONTRACTOR submits his request for payment prior to the last Wednesday of each preceding month. DISTRICT shall make the final payment, if unencumbered, or any part thereof unencumbered, thirty -five (35) days after the acceptance of the work and the filing of a Notice of Completion. Payments shall be made on demands drawn in the manner required by law, accompanied by a certificate signed by the District Engineer, stating thatthe work forwhich payment is demanded has been performed in accordance with the terms of the AGREEMENT, and that the amount stated in the certificate is due under the terms of the AGREEMENT. Partial payments on the AGREEMENT price shall not be considered as an acceptance of any part of the work. 8. Prompt Payments. DISTRICT agrees to promptly make progress payments on undisputed and properly submitted payment requests within thirty (30) days and to complywith the provisions of Public Contract Code Section 20104.50. 9. Retention Securities. Pursuant to California Contract Code Section 22300, CONTRACTOR will be entitled to post approved securities with the DISTRICT or an approved financial institution in orderto have the DISTRICT release funds retained bythe DISTRICTto insure performance of the AGREEMENT. 10. Specifications. The Standard Specifications for Public Works Construction, also known as the Greenbook, latest edition, shall be controlling unless a different specification is called out in the Contact Documents, including the Costa Mesa Sanitary District's Standard Plans and Specifications for the Construction of Sanitary Sewers and the CMSD PROJECT #196 -A, INSTALLATION OF BACKUP POWER AND BACKUP PUMPING CAPABILITY. 11. Change Orders. Change order requests shall be submitted to the District Engineer in writing who shall have discretion to determine the merit of the change order request. The District Engineer may approve or disapprove change orders in his discretion except that any change order resulting in an increase of the AGREEMENT price shall be co- signed bythe District Manager and /or approved by the Board of Directors. No amendments, modifications, or waivers of AGREEMENT terms or the Contract Documents, including additional compensation for extra work, will be allowed absent a written Change Order signed by both parties. 12. Prevailing Wage Rates. DISTRICT has ascertained the general prevailing rate of per diem wages and the general prevailing rate for legal holidays and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this AGREEMENT, and the same has been placed on file with the District Clerk at the District's principal office. Said per diem wages can be obtained on the Internet at http: / /www. dir. ca .gov /dlsr /DPreWageDetermination htm. Said per diem wages are deemed to include employer payments for health and welfare, pension, vacation, and travel time and subsistence pay, all in accordance with sections 1773.1 and 1773.8 of the Labor Code of the State of California. 13. Discrimination, Minorities, Aliens. The CONTRACTOR shall not unlawfully discriminate nor allow its employees, agents, principals, or subcontractors to unlawfully discriminate against any employee or applicant for employment on the basis of race, religious creed, national origin or sex. 14. Compliance with Davis -Bacon Act. This provision does not apply to this AGREEMENT. 15. Payroll Records. The provisions of section 1776 of the Labor Code of the State of California regarding the preparation, maintenance and filing of payroll records are applicable to this AGREEMENT. Specifically, each CONTRACTOR and subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice or worker employed by him in connection with the public work. THE CONTRACTOR'S AND SUBCONTRACTOR'S PAYROLL RECORDS SHALL BE SUBMITTED TO THE DISTRICT ENGINEER FOR REVIEW ON A WEEKLY BASIS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR SUBMITTAL OF SUB - CONTRACTOR'S PAYROLL RECORDS. 16. Penalty. CONTRACTOR shall, as a penalty to the DISTRICT, forfeit up to Fifty Dollars ($50.00) for each calendar day or portion thereof for each workman paid (either by him or any subcontractor under him) less than the prevailing rate set forth herein on the work provided for in this AGREEMENT, all in accordance with section 1775 of the Labor Code of the State of California. 17. Apprentices. If applicable, the provisions of Labor Code Section 1777.5 requiring the use of apprentices in certain ratios to journeymen are hereby imposed upon CONTRACTOR. 18. Legal Day's Work. In the performance of this AGREEMENT, not more than eight (8) hours shall constitute a day's work, and the CONTRACTOR shall not require more than eight (8) hours of labor in a day from any person unless the CONTRACTOR complies will all applicable Labor laws. CONTRACTOR shall conform to Article 3, Chapter 1, Part 7 (section 1810, et seq.) of the Labor Code of the State of California, and it is agreed that the CONTRACTOR shall forfeit to the DISTRICT as a penalty the sum of Twenty -Five Dollars ($25.00) for each workman employed in the execution of this AGREEMENT by the CONTRACTOR or any subcontractor for each calendar day during which any workman is required or permitted to labor more than eight (8) hours in any one (1) calendar day and forty (40) hours in any one week in violation of said article. 19. Subcontracting. CONTRACTOR acknowledges that he is aware of the provisions of the "Subletting and Subcontracting Fair Practices Act" (Public Contract Code Section 4100 et seq.) and that he agrees to comply with all applicable provisions thereof. If any part of the work to be done under this AGREEMENT is subcontracted, the subcontract shall be in writing and shall provide that all work to be performed thereunder shall be performed in accordance with this AGREEMENT. Upon request, certified copies of any or all subcontracts shall be furnished to the District Engineer or DISTRICT. The subcontracting of any or all of the work to be done will in no way relieve the CONTRACTOR of any part of his responsibility under the AGREEMENT. Breach of any of the above provisions will be considered a violation of the AGREEMENT, and the DISTRICT may: cancel the AGREEMENT, assess the CONTRACTOR a penalty of not more than ten percent (10 %) of the subcontract involved, or cancel the AGREEMENT and assess the penalty. All persons engaged in the work, including subcontractors, will be considered employees of the CONTRACTOR. He will be held responsible for their work. The DISTRICT will deal directly with and make all payments to the CONTRACTOR. 20. Workers' Compensation. CONTRACTOR shall carry Workers' Compensation Insurance and require all subcontractors to carry Workers' Compensation Insurance as required by the Labor Code of the State of California. CONTRACTOR, by executing this AGREEMENT, hereby certifies: "I am aware of the provisions of Section 3700 of the Labor Code 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 of this AGREEMENT." 21. Drug -Free Work. CONTRACTOR agrees to provide a drug -free workplace in accordance with 24 CFR part 24, sub -part F. Under 24 CFR part 24 sub -part F., the CONTRACTOR will provide certification in writing that it will provide a drug -free workplace by: (a) Publicizing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the action it will take against employees for violation of such prohibition; (b) Establish an ongoing drug -free awareness program to inform employees about: 1. Degrees of drug abuse in the workplace; 2. The policy of maintaining a drug -free workplace; 3. Any available drug counseling, rehabilitation and employee assistance programs; 4. The penalties which may be imposed on employees for drug abuse violations occurring in the workplace. (c) Making it a requirement that every employee to be engaged in the performance of the AGREEMENT be given a copy of the statement required by paragraph (a); (d) Notifying employees in the statement required by paragraph (a) that as a condition of employment under the AGREEMENT the employee will: 1. Abide by the term of the statement; and 2. Notify the employer in writing of any conviction for a violation of a criminal drug statute occurring in the workplace no later than five (5) calendar days after such conviction. (e) Notify the DISTRICT in writing, within ten (10) calendar days after receiving notice under subparagraph (d) (2) from an employee or otherwise receiving actual notice of such conviction. Employer of said convicted employee must provide notice, including conviction title, to the DISTRICT; (f) Taking one of the following actions, within thirty (30) calendar days of receiving notice under subparagraph (d) (2), with respect to any employee who is so convicted: i. Taking appropriate action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; or ii. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State or local health, law enforcement, or other appropriate agency. (g) Making a good faith effort to continue to maintain a drug -free workplace through implementation of paragraphs (a), (b), (c), (d), (e) and (f). 22. Bonds. CONTRACTOR shall, prior to the execution of the AGREEMENT, furnish bonds approved by DISTRICT, one in the amount of one hundred percent (100 %) of the AGREEMENT price, to guarantee the faithful performance of the work, and the other in the amount of one hundred percent (100 %) of the AGREEMENT price to guarantee payment of all claims for labor and materials furnished. This AGREEMENT shall not become effective until such bonds are supplied to and approved by DISTRICT. All bonds shall be issued by an admitted surety insurer and the DISTRICT reserves the right to object to any such surety, in accordance with Code of Civil Procedure Section 995.660. 23. CONTRACTOR's Affidavit. After the completion of the work contemplated by this AGREEMENT, CONTRACTOR shall file with the District Engineer his affidavit stating that all workmen and persons employed, all firms supplying materials, and all subcontractors upon the project have been paid in full, and that there are no claims outstanding against the project for either labor or material, except certain items, if any, to be set forth in an affidavit covering disputed claims, or items in connection with a Notice to Withhold, which have been filed under the provisions of the statutes of the State of California. 24. CONTRACTOR's Waiver. CONTRACTOR agrees to execute a Final Close Out Agreement and Release of All Claims. The execution by CONTRACTOR of the Final Close Out Agreement and Release of All Claims shall constitute a waiver of all claims against DISTRICT under or arising out of this AGREEMENT unless otherwise stated in said document. 25. Notice to Proceed. No work, services, material or equipment shall be performed or furnished under this AGREEMENT unless and until a "Notice to Proceed" has been given to the CONTRACTOR by the District Engineer and all bonds and certificates of insurance required pursuant hereto have been furnished to and approved by DISTRICT. 26. Termination. A. If CONTRACTOR should fail to comply with any of the provisions hereof, or in the event CONTRACTOR should become the subject of a proceeding under state or federal law for relief of debtors, or if CONTRACTOR makes an assignment for the benefit of creditors, DISTRICT shall have the right to hold CONTRACTOR in default and cancel this AGREEMENT in whole or in part. B. Should CONTRACTOR, at any time during the progress of the work, refuse or neglect to supply sufficient material or labor, or fail to comply with any provision of this AGREEMENT, DISTRICT shall have the right, without prejudice to any other right or remedy it may have, to provide such materials and labor, or make good such deficiencies as DISTRICT may deem expedient after three (3) days notice in writing, delivered or mailed to CONTRACTOR at his last address on file with DISTRICT, and CONTRACTOR shall be liable for the cost and expense thereof which may be deducted by DISTRICT from any money that may be due CONTRACTOR. C. Without limiting any rights which DISTRICT may have by reason of any default by CONTRACTOR hereunder, DISTRICT reserves the right to terminate this AGREEMENT in whole or in part at its convenience. In such event DISTRICT shall compensate CONTRACTOR, subject to deduction for previous payments (i) by reimbursing CONTRACTOR for all actual expenditures and costs incurred in performing under this AGREEMENT (ii) by reimbursing CONTRACTOR for all expenditures made and costs incurred with DISTRICT'S prior written approval in settling or discharging outstanding commitments entered into by CONTRACTOR in performing under this AGREEMENT and (iii) by paying CONTRACTOR as a profit, insofar as a profit is realized hereunder, an amount equal to the profit on the entire AGREEMENT estimated at the time of termination, multiplied by the percentage of completion of the work. In no event, however, will the compensation to CONTRACTOR exceed the total AGREEMENT price less payments previously made and less the AGREEMENT price of work not terminated. Upon receipt of any notice of termination, CONTRACTOR shall, unless the notice otherwise directs, (i) immediately discontinue the work and the placing of all orders and subcontracts in connection with this AGREEMENT, (ii) immediately cancel all existing orders and subcontracts made hereunder and (iii) immediately transfer to DISTRICT all materials, supplies, work -in- process, appliances, facilities, equipment, machinery and tools acquired by CONTRACTOR in connection with the performance of this AGREEMENT. 27. CONTRACTOR's Independent Investigation. No plea of ignorance of conditions that exist or that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the work under this AGREEMENT, as a result of failure to make the necessary independent examinations and investigations, and no plea of reliance on initial investigations or reports prepared by District Engineer and /or DISTRICT for purposes of letting this AGREEMENT out to bid, will be accepted as an excuse for any failure or omission on the part of the CONTRACTOR to fulfill in every detail all requirements of the Contract Documents. Norwill such reasons be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 28. Damages /Extra Work Compensation. The parties have agreed to modify the formula for damages set forth in the Standard Specifications for Public Works Construction. The parties agree that the damage formula shall be used to measure all of CONTRACTOR's damages or extra work required by this job. CONTRACTOR shall be limited to the following: Direct costs Mark-up Labor 20% Materials 15% Equipment Rental 15% Other Items 15% Subcontracted work 10% (first $5000) Subcontracted work 5% (work in excess of first $5000) Specialty Subcontracting (required by extra work) 5% (Provided at least three competitive bids are obtained and contractor selected the lowest bidder) Excluded from recovery shall be so- called "Eichleay damages" including, but not limited to, home office overhead, insurance and bonding costs, lost bonding capacity, lost profits, and lost interest. CONTRACTOR acknowledges that his recovery for damages or extra work is limited as provided in this paragraph. CONT _ Initials 29. Other Documents Included. It is further agreed by the parties hereto that the following documents are incorporated into this AGREEMENT by reference and are to be read and construed together as the full, complete and integrated terms of this AGREEMENT: A. Notice Inviting Bids B. Supplementary Bid Addenda or Bulletins, if applicable C. Proposal Packet D. Standard Specifications for Public Works Construction "Greenbook," latest edition E. Costa Mesa Sanitary District Standard Plans and Specifications for the Construction of Sanitary Sewers F. CMSD PROJECT #196 -A, INSTALLATION OF BACKUP POWER AND BACKUP PUMPING CAPABILITY G. Standard Drawings (Costa Mesa Sanitary District Drawings and City of Costa Mesa Drawings) H. Soils Report (omitted) I. City of Costa Mesa Encroachment Permit J. Faithful Performance Bond K. Payment Bond L. Approved Change Orders, if applicable M. Contractor's Affidavit N. Final Closeout Agreement and Release of All Claims The documents listed in this Paragraph, including this AGREEMENT, shall be known and referred to collectively as the "Contract Documents." 30. Interpretation. In the event of any conflict, inconsistency or incongruity between the provisions of this AGREEMENT and the provisions of any of the Contract Document(s) referenced in Paragraph 29 hereof, or amendments thereto, the provisions of this AGREEMENT shall control in all respects. 31. DELETED 32. Additional Costs. CONTRACTOR shall be responsible to reimburse DISTRICT a sum equal to the expenses of administration and legal services required to be expended by DISTRICT in processing Notices to Withhold, Stop Notices, or similar legal documents arising out of a failure of the CONTRACTOR to pay for labor or materials. Said obligation shall be provided for in the payment bond required by the CONTRACTOR. The DISTRICT shall further have the right to offset any such costs and expenses incurred by DISTRICT against any sums owing to CONTRACTOR. 33. Insurance. CONTRACTOR agrees to provide insurance in accordance with the requirements set forth herein. If CONTRACTOR uses existing coverage to comply with these requirements and that coverage does not meet the requirements set forth herein, CONTRACTOR agrees to amend, supplement or endorse the existing coverage to do so. The following coverages will be provided by CONTRACTOR and maintained on behalf of the DISTRICT and in accordance with the requirements set forth herein. Commercial General Liability /Umbrella Insurance. Primary insurance shall be provided on ISO -CGL form No. CG 00 01 1185 or 88 or equivalent, as determined by District Counsel. Total limits shall be no less than One Million Dollars ($1,000,000.00) per occurrence for all coverages and Three Million Dollars ($3,000,000.00) general aggregate. DISTRICT and its employees and agents shall be added as additional insured using ISO additional insured endorsement form CG 2010 with an edition date prior to 1992 or equivalent, as determined by District Counsel. Coverage shall apply on a primary non - contributing basis in relation to any other insurance or self- insurance, primary or excess, available to DISTRICT or any employee or agent of DISTRICT. Coverage shall not be limited to the vicarious liability or supervisory role of any additional insured. Umbrella Liability Insurance (over primary) shall apply to bodily injury/property damage, personal injury/advertising injury, at a minimum, and shall include a "drop down" provision providing primary coverage above a maximum Twenty -Five Thousand Dollars ($25,000.00) self- insured retention for liability not covered by primary policies but covered by the umbrella policy. Coverage shall be on the following form to any underlying coverage. Coverage shall be provided on a "pay on behalf' basis, with defense costs payable in addition to policy limits. There shall be no cross liability exclusion. Policies shall have concurrent starting and ending dates. District Counsel shall have the authority to make determinations on the acceptability of forms of insurance coverage. A determination that the form of coverage is not acceptable shall cause the award to go to the next lowest responsible bidder. Business Auto /Umbrella Liability Insurance. Primary coverage shall be written on ISO Business Auto Coverage form CA 00 01 06 92 including symbol 1 (Any Auto) or equivalent, as determined by District Counsel. Limits shall be no less than One Million Dollars ($1,000,000.00) per accident. Starting and ending dates shall be concurrent. If CONTRACTOR owns no autos, a non - owned auto endorsement to the General Liability policy described above is acceptable. Workers' Compensation /Employers' Liability shall be written on a policy form providing workers' compensation statutory benefits as required by law. Employers' liability limits shall be no less than One Million Dollars ($1,000,000.00) per accident or disease. Employers' liability coverage shall be scheduled under any umbrella policy described above. Unless otherwise agreed, this policy shall be endorsed to waive any right of subrogation as respects the DISTRICT, its employees or agents. CONTRACTOR and DISTRICT further agree as follows: 1. This Section supersedes all othersections and provisions of thisAGREEMENTto the extent that any other section or provision conflicts with or impairs the provisions of this Section. 2. Nothing contained in this Section is to be construed as affecting or altering the legal status of the parties to this AGREEMENT. The insurance requirements set forth in this Section are intended to be separate and distinct from any other provision in this AGREEMENT and shall be interpreted as such. 3. All insurance coverage and limits provided pursuant to this AGREEMENT shall applyto the full extent of the policies involved, available or applicable. Nothing contained in this AGREEMENT or any other agreement relating to the DISTRICT or its operations limits the application of such insurance coverage. 4. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only and is not intended by any party to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. 5. For purposes of insurance coverage only, this AGREEMENT will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards, performance of this AGREEMENT. 6. All general or auto liability insurance coverage provided pursuant to this AGREEMENT, or any other agreements pertaining to the performance of this AGREEMENT, shall not prohibit CONTRACTOR, and CONTRACTOR's employees, or agents, from waiving the right of subrogation prior to a loss. CONTRACTOR herebywaives all rights of subrogation against DISTRICT. 7. Unless otherwise approved by DISTRICT, CONTRACTOR's insurance shall be written by insurers authorized to do business in the State of California and with a minimum "Best's" Insurance Guide rating of "A:VII ". Self- insurance will not be considered to complywith these insurance specifications. 8. In the event any policy of insurance required under this AGREEMENT does not complywith these requirements or is canceled and not replaced, DISTRICT has the right but not the duty to obtain the insurance it deems necessary and CONTRACTOR will promptly reimburse any premium paid by DISTRICT. 9. CONTRACTOR agrees to provide notarized evidence of the insurance required herein, satisfactory to DISTRICT, consisting of certificate(s) of insurance evidencing all of the coverages required and an additional insured endorsement to CONTRACTOR's general liability and umbrella liability policies (if any) using ISO form CG 2010 with an edition prior to 1992 or equivalent, as determined by the District Counsel. Certificate(s) are to reflect that the insurer will provide thirty (30) days notice of any cancellation of coverage. CONTRACTOR agrees to require its insurerto modify such certificates of any cancellation of coverage. CONTRACTOR agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, and to delete the word "endeavor" with regard to any notice provisions. CONTRACTOR agrees to provide complete copies of policies to DISTRICT upon request. 10. CONTRACTOR shall provide proof that policies of insurance required herein expiring during the term of this AGREEMENT have been renewed or replaced with other policies providing at least the same coverage. Such proof will be furnished within seventy -two (72) hours of the expiration of the coverages. 11. Any actual or alleged failure on the part of DISTRICT or any other additional insured under these requirements to obtain proof of insurance required underthis AGREEMENT in no way waives any right or remedy of DISTRICT or any additional insured, in this or any other regard. 12. CONTRACTOR agrees to require all subcontractors or other parties hired forthis project to provide general liability insurance naming as additional insured all parties to this AGREEMENT. CONTRACTOR agrees to obtain certificates evidencing such coverage and make reasonable efforts to ensure that such coverage is provided as required here. CONTRACTOR agrees to require that no contract used by any subcontractor, or contracts CONTRACTOR enters into on behalf of DISTRICT, will reserve the right to charge back to DISTRICT the cost of insurance required by this AGREEMENT. CONTRACTOR agrees that upon request, all agreements with subcontractors or others with whom CONTRACTOR contracts with on behalf of DISTRICT will be submitted to DISTRICT for review. Failure of DISTRICT to request copies of such agreement will not impose any liability on DISTRICT, or its employees. 13. If CONTRACTOR is a Limited Liability Company, general liability coverage must be amended so that the Limited Liability Company and its managers, affiliates, employees, agents, and other persons necessary or incidental to its operation are insured. 14. CONTRACTOR agrees to provide immediate notice to DISTRICT of any claim or loss against CONTRACTOR that includes DISTRICT as a defendant. DISTRICT assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve DISTRICT. 34. Indemnification. CONTRACTOR and DISTRICT agree that DISTRICT should, to the fullest extent permitted by law, be fully protected from any loss, injury, damage, claim, lawsuit, cost, expense, attorneys fees, litigation costs, defense costs, court costs or any other cost arising out of or in any way related to the performance of this AGREEMENT. Accordingly, the provisions of this indemnity provision are intended by the parties to be interpreted and construed to provide the fullest protection possible under the law to the DISTRICT, except for liability attributable to the DISTRICT's active negligence. CONTRACTOR acknowledges that DISTRICT would not enter into this AGREEMENT in the absence of this commitment from CONTRACTOR to indemnify and protect DISTRICT as set forth here. To the fullest extent permitted by law and excepting only the active negligence of DISTRICT, established by a court of competent jurisdiction or written agreement between the parties, CONTRACTOR shall defend, indemnify and hold harmless DISTRICT, its employees, agents and officials, from any liability, claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, actual attorney fees incurred by DISTRICT, court costs, interest, defense costs including expert witness fees and any other costs or expenses of any kind whatsoever without restriction or limitation incurred in relation to, as a consequence of or arising out of or in any way attributable actually, allegedly or impliedly, in whole or in part to the performance of this AGREEMENT. All obligations under this provision are to be paid by CONTRACTOR as incurred by DISTRICT. Without affecting the rights of DISTRICT under any provision of this AGREEMENT or this Section, CONTRACTOR shall not be required to indemnify and hold harmless DISTRICT as set forth above for liability attributable to the active negligence of DISTRICT, provided such active negligence is determined by agreement between the parties or the findings of a court of competent jurisdiction. This exception will apply only in instances where the DISTRICT is shown to have been actively negligent and not in instances where CONTRACTOR is solely or partially at fault or in instances where DISTRICT's active negligence accounts for only a percentage of the liability involved. In those instances, the obligation of CONTRACTOR will be for that portion or percentage of liability not attributable to the active negligence of DISTRICT as determined by written agreement between the parties or the findings of a court of competent jurisdiction. The obligations of CONTRACTOR under this or any other provision of this AGREEMENT will not be limited by the provisions of any workers' compensation act or similar act. CONTRACTOR expressly waives its statutory immunity under such statutes or laws as to DISTRICT, its employees and officials. CONTRACTOR agrees to obtain executed indemnity agreements with provisions identical to those set forth in this section from each and every subcontractor, sub -tier contractor or any other person or entity involved by, for, with, or on behalf of CONTRACTOR in the performance of the subject matter of this AGREEMENT. In the event CONTRACTOR fails to obtain such indemnity obligations from others as required here, CONTRACTOR agrees to be fully responsible according to the terms of this section. Failure of DISTRICT to monitor compliance with these requirements imposes no additional obligations on DISTRICT and will in noway act as a waiver of any rights hereunder. This obligation to indemnify and defend DISTRICT as set forth herein is binding on the successors, assigns, or heirs of CONTRACTOR and shall survive the termination of this AGREEMENT or this section. 35. Permits. The CONTRACTOR shall obtain from DISTRICT, City, County, State, Federal or other responsible public agencies all licenses and permits, and pay all fees related thereto, necessary to complete the job. 36. Assignment. No assignment by the CONTRACTOR of this AGREEMENT or any part hereof, or of funds to be received hereunder, will be recognized by the DISTRICT unless such assignment has had prior written approval and consent of the DISTRICT and the Surety. 37. Safety and Site Condition. CONTRACTOR shall perform all operations with due regard for safety and in strict compliance with all applicable laws relating thereto. It shall be CONTRACTOR's responsibility to keep the site in a clean, neat and orderly condition. It shall also be CONTRACTOR's duty to dust - palliate all working areas and access routes, if applicable. All operations shall be conducted by CONTRACTOR so that no fire hazards are created. 38. Utility Location. DISTRICT acknowledges its responsibilities with respect to locating facilities pursuant to California Government Code Section 4215. 39. Trenching. If this AGREEMENT involves digging trenches or other excavations that extend deeper than four feet below the surface, CONTRACTOR shall promptly, and before the following conditions are disturbed, notify the District Engineer in writing, of any: (a) Material that the CONTRACTOR believes may be material that is hazardous waste, as defined in Section 25117 of the Health and Safety Code, that is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law. (b) Subsurface or latent physical conditions at the site differing from those indicated. (c) Unknown physical conditions at the site of any unusual nature, different materiallyfrom those ordinarily encountered and generally recognized as inherent in work of the character provided for in the AGREEMENT. (d) The District Engineer shall promptly investigate the conditions, and if he finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in the CONTRACTOR's cost of, or the time required for, performance of any part of the work, shall issue a change order in accordance with the procedures described in this AGREEMENT. (e) In the event that a dispute arises between District Engineer and the CONTRACTOR whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the CONTRACTOR's cost of, or time required for, performance of any part of the work, the CONTRACTOR shall not be excused from any scheduled completion date provided for by the AGREEMENT, but shall proceed with all work to be performed under the AGREEMENT. The CONTRACTOR shall retain any and all rights provided either by contract or by law, which pertain to the resolution of disputes and protests between the contracting parties. 40. Notices. The parties hereto agree that all formal notices required by this AGREEMENT may be provided to the following persons at the following addresses by sending the same by certified or registered mail as follows: DISTRICT: District Engineer Costa Mesa Sanitary District 628 W. 19th Street Costa Mesa, California 92627 -2716 CONTRACTOR: GCI Construction, Inc. 245 Fisher Avenue, Suite B -3 Costa Mesa, California 92626 41. Effect of Invalidity. The invalidity in whole or in part of any provisions hereof shall not affect the validity of any other provision. 42. Gratuities. CONTRACTOR warrants that neither it nor any of its employees, agents or representatives has offered or given any gratuities to DISTRICT's employees, agents or representatives with a view toward securing this AGREEMENT or securing favorable treatment with respect thereto. 43. Conflict of Interest. CONTRACTOR warrants that he has no blood or marriage relationship, and that he is not in anyway associated with any architect, engineer, or other preparer of the plans and specifications for this project. 44. Copeland "Anti-Kickback" Act. If applicable to this AGREEMENT, CONTRACTOR and its subcontractors shall comply with the provisions of the Copeland "Anti- Kickback" Act (18 USC Section 874), as supplemented in Department of Labor regulations, which Act provides that each CONTRACTOR shall be prohibited from requiring, by any means, any person employed in the construction, completion or repair of any public work, to give up any part of the compensation to which he is otherwise entitled. 45. Final Closeout Agreement and Release of All Claims. Priorto filing the Notice of Completion the CONTRACTOR and DISTRICT shall execute and record a Final Closeout Agreement and Release of All Claims. 46. Guarantees. CONTRACTOR shall and hereby does guarantee all work fora period of one (1) year after the date of filing of the Notice of Completion and shall repair and replace any and all such work, together with any other work which may be displaced in so doing that may prove defective in workmanship and /or materials within the one (1) year period from date of the filing of the Notice of Completion, without expense whatsoever to the DISTRICT, ordinary wear and tear and usual abuse or neglect excepted. In the event of failure to comply with the aforementioned conditions within five (5) days after being notified in writing, the DISTRICT is hereby authorized to proceed to have the defects repaired and made good at the expense of the CONTRACTOR, who shall pay the cost and charges therefor immediately on demand. 47. Job Progress. CONTRACTOR agrees to maintain a critical path analysis throughout the project. CONTRACTOR agrees to meet with the District Engineer on a weekly or other periodic basis, or as requested by the District Engineer to review job progress. CONTRACTOR agrees to provide District Engineer with critical path analysis documentation wheneverjob progress is impacted so that the completion date may be affected or whenever delays orother impacts may give rise to CONTRACTOR's claim foradditional days oradditional damages. Delay and other claims of damages based on CONTRACTOR'S planned early completion are prohibited. 48. Resolution of Claims. For all claims that are less than Three Hundred and Seventy - Five Thousand Dollars ($375,000.00), the provisions of Public Contracts Code Section 20104 et seq. (Article 1.5 — Resolution of Construction Claims) shall be followed. 49. Notice to CONTRACTOR of Claims. DISTRICT shall provide notice to CONTRACTOR upon receipt of any third -party claim related to the AGREEMENT. IN WITNESS WHEREOF, the parties hereto have entered into this AGREEMENT the date and year first above written. ATTEST: COSTA MESA SANITARY DISTRICT podar91� Jerk oft Dis ti e4er�— �S rt1( Pre nt of the oard f Directo APPROVED AS TO FORM: GCI CONSTRUCTION, INC. K-Z'-" � Colin R. Burns Associate District Counsel Name: GCI Construction, Inc. (A California Corporation) Address: 245 FiWher Avenue, Ste. B3 CA 92626 APPROVED AS TO CONTENT: By: President Robin B. Hamers District Engineer STATE OF CALIFORNIA) ss (INDIVIDUAL) /(CORPORATION) COUNTY OF ) On brwlo��3 , 2013, before me, the undersigned, a Notary Public in and for said state, personally appeared Terry D. Gillespie who proved to me on the basis of satisfactory evidence to be the personal whose names) is /alb subscribed to the within instrument and acknowledged to me that he /sloe /iPrey executed the same in hisAk er /fl6r&authorized capacity(i , and that by hisAief /ipeir signatures on the instrument the personasl, or the entity on behalf of which the personal 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. 6blAUAie (Notary Public) rAlf JANET GI # 187 Commission M iS72135 Notary Public • California Orange County M Comm. Wires Dee 21, mill EXECUTED IN TRIPLICATE FAITHFUL PERFORMANCE BOND PAGE 1 Bond No. 0608901 BOND NUMBER 0608901 PREMIUM: $6,986.00 COSTA MESA SANITARY DISTRICT FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT, WHEREAS, the COSTA MESA SANITARY DISTRICT' am n . . al yporation and sanitary district, by minute order of the Board of Directors, adopted on DP 01 2 L/3h as awarded to CONTRACTOR GCI Construction, Inc. 245 Fisher Avenue, Suite B -3 Costa Mesa, California 92626 hereinafter designated as the "Principal ", Contract No. CMSD PROJECT #196 -A for the work described as follows: INSTALLATION OF BACKUP POWER AND BACKUP PUMPING CAPABILITY. Said AGREEMENT and all of its obligations, covenants, terms and conditions are fully incorporated herein by reference. WHEREAS, the said Principal is required underthe terms of said AGREEMENTto furnish a bond for the faithful performance of said AGREEMENT, including a one (1) year guarantee of the work performed. NOW, THEREFORE, WE, the undersigned CONTRACTOR, as Principal and INTERNATIONAL FIDELITY INSURANCE COMPANY, 233 WILSHIRE BLVD., STE 820, SANTA MONICA, CA 90401 (NAME AND ADDRESS OF SURETY) Duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the Costa Mesa Sanitary District, in the penal sum of: Four Hundred Eighty. Five Thousand Two Hundred Dollars ($485,200.00), said sum being not less than one hundred percent (100 %) of the AGREEMENT price for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that, if the above burdened Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform all the undertakings, terms, covenants, conditions and agreements in the said AGREEMENT and any alteration thereof made as therein provided, on his or their part, to be kept and performed, at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the Costa Mesa Sanitary District, its offices and agents, as therein stipulated, then this obligation shall become null and void, otherwise it shall be and remain in full force and virtue. This obligation covers a one year guarantee on work performed after said work has been completed. The one (1) year period shall commence on the date the Notice of Completion has been recorded. In case suit is brought upon this bond, Surety further agrees to pay all court costs and reasonable attorneys' fees as fixed by the court. FAITHFUL PERFORMANCE BOND PAGE 2 Bond No. 0608901 And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the work to be performed thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Documents or to the work. IN WITNESS WHEREOF, we have hereunto set our hands and seals this 3rd day of DECEMBER , 2013. GCI CONSTRUCTION, INC. Contractor Name 245 FISCHER AVENUE, STE. B3 Street Address City, State, Zip PRINCIPAL By: Company In accordance with the Contract for CMSD PROJECT #196 -A, INSTALLATION OF BACKUP POWER AND BACKUP PUMPING CAPABILITY, all bonds shall be issued by an admitted surety insurer and the District reserves the right to object to any such surety, in accordance with Code of Civil Procedure Section 995.660. By signing below, Surety certifies that the bonds are issued by an admitted surety. INTERNATIONAL FIDELITY INSURANCE COMPANY Name 233 WILSHIRE BLVD., STE 820 Street Address SANTA MONICA CA 90401 City, State, Zip Code SURETY ' By: Company R pr sentativ-e IIAEL D. S G, ATTORNEY -IN -FACT APPROVED AS TO FORM: Colin R. Burns, Associate District Counsel Costa Mesa Sanitary District By /s / "� CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Orange On December 6, 2013 before me, Janet Gillespie - Notary Public Dale Hard insert Name and Tilla di the Oxfcer ' personally appeared Terry D. Gillespie Namely) of Signdgs) JANET GILLESPIE Commission 1R 1072135 Notary Public - California Orange County 1 My Comm. Expires Dec 21, 2013 who proved to me on the basis of satisfactory evidence to be the person(Sr) whose name(i) fs/M subscribed to the within instrument and acknowledged to me that he/Wkl/ffd4 executed the same in hisif if & authorized capacity^), and that by hislKIMIDWsignature(Ilo on the instrument the personoo, or the entity upon behalf of which the personN 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 off' i .se pi, Plano Nota Seal Abwd Signatu 7 signal am of Nolary Puhtl OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another 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: ❑ Individual ❑ Corporate Officer— Tttle(s): _ ❑ Partner — - ❑Limited El General • Attorney in Fact • Trustee • Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPRINr OFSIGNER Number of Pages: Signer's Nal ❑ Individual • Corporate Officer— Title(s): • Partner —❑ Limited ❑ General • Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMSPRINT OFSIGNEfl LEI ®2W7 Winner Notary AssociaVdo- 9350 De Sob Aw, PO.8.2402•Chals nh,CA 91313-2402.1nvxNalbnalNolaryorg Ilea,PM7 ReaNBC0NIT01i'Frea1­e00870.6827 CALIFORNIA ALL - PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of RIVERSIDE On 1 .3! 1 � before me, R. NAPPI "NOTARY PUBLIC" (Here msen name and title orlhe officer) personally appeared MICHAEL D. STONG who proved to me on the basis of satisfactory evidence to be the persoq(,s'jwhose nameois /are subscribed to the within instrument and acknowledged to me that he /sheMtey executed the same in his /Jten4heir authorized capacity(. =e and that by his /hor4heir signatureWon the instrument the personX,, or the entity upon behalf of which the personKacted, 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. R. NAPPI COMM. #1977782 NOTARY PUBLIC -CALIFORNIA m ,l RIVERSIDE COUNTY Signature of Notary Public (Notary Seal) - MY Comm Expires Jule 7, 2016 .. ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Anomey -in -Fact ❑ Trustee(s) ❑ Other 2006 Version CAPA vl2.10.07 500-873 -9565 vnvw.NmaryClasscs.com INSTRUCTIONS FOR COMPLETING THIS FORM An)o acknowledgment completed in Catllrornla must contain verbiage exacthv as appears above in the notary section or a separate achnotvledgmeru form must be properly completed and watched to that document. Me only exception is if a document is to be retarded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that Is illegal for a notary in California (i.e. certifying the authod.ed capaci0, of the signer). Please check rite document carefullyfor proper notarial warding and attach thisfonn if required • Stale and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization most be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The nanny public most print his or her name as it appears within his or her commission followed by a comma and then your tide (notary public). • Print the Morris) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural foots by crossing off incorrect forms (i.e . he/sbrJ#wyr is tare) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clew and photographically reproducible Impression must not cover tem or lines. If seal impression smudges, re -seul if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. fi Additional information is not required but could help to ensure [his acknowledgment is not misused or attached to a different document. .' Indicate tide or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document EXECUTED IN TRIPLICATE PAYMENT BOND PAGE 1 Bond No. 0608901 BOND NUMBER 0608901 PREMIUM INCLUDED IN PERFORMANCE BOND COSTA MESA SANITARY DISTRICT PAYMENT BOND (LABOR AND MATERIAL BOND) KNOW ALL MEN BY THESE PRESENTS: THAT, WHEREAS, the COSTA MESA SANITARY DISTRICT, a municipal c rporatio_ nd sanitary district, by minute order of the Board of Directors, adopted on 2cj'j {�s awarded to CONTRACTOR GCI Construction, Inc. 245 Fisher Avenue, Suite B -3 Costa Mesa, California 92626 hereinafter designated as the "Principal ", Contract No. CMSD PROJECT #196 -A for the work described as follows: INSTALLATION OF BACKUP POWER AND BACKUP PUMPING CAPABILITY. Said AGREEMENT and all of its obligations, covenants, terms and conditions are fully incorporated herein by reference. WHEREAS, said Principal is required bythe provisions of said AGREEMENT and of the Civil Code to furnish a bond in connection with said AGREEMENT, as hereinafter set forth. NOW, THEREFORE, WE, the undersigned CONTRACTOR, as Principal and INTERNATIONAL FIDELITY INSURANCE COMPANY, 233 WILSHIRE BLVD., STE 820, SANTA MONICA, CA. 90401 (Name and Address of Surety) Duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the Costa Mesa Sanitary District, in the penal sum of: Four Hundred Eighty - Five Thousand Two Hundred Dollars ($485.200.00), said sum being not less than one hundred percent (100 %) of the estimated amount payable under the terms of the AGREEMENT for which payment well and truly be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that, if said Principal or his subcontractors, or the heirs, executors, administrators, successors or assigns thereof, shall fail to pay any of the persons named in Section 3181 of the Civil Code of the State of California for any materials, provisions, provender or other supplies used in, upon, for or about the performance of the work contracted to be done, or for any work or labor performed by any such claimant or any amounts required to be deducted, withheld, and paid over to the Franchise Tax Board from the wages of employees of the CONTRACTOR and his subcontractors pursuant to Section 18806 of the Revenue and Taxation Code, with respect to such work and labor, then said Surety will pay for the same, in an amount not exceeding the sum set forth hereinabove, and in addition, in case suit is brought upon the bond, will pay a reasonable attorney's fee to be fixed by the court. This bond shall inure to the benefit of any and all persons named in the aforesaid Civil Code Section 3181 so as to give a right of action to them or their assigns in any suit brought upon the bond. PAYMENT BOND PAGE 2 Bond No. 0608901 Further, the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or modification of the Contract Documents or of the work to be performed thereunder shall in any way affect its obligation on this bond; and it hereby waives notice of any and all such changes, extensions of time, and alterations or modifications of the Contract Documents and /or of the work to be performed thereunder. IN WITNESS WHEREOF, we have hereunto set our hands and seals this 3rd day of DECEMBER '2013. GCI CONSTRUCTION. INC. Contractor Name 245 FISCHER AVENUE, STE. B3 Street Address COSTA MESA, CA 92626 City, State, Zip de PRINCIPAL 1117 Company In accordance with the Contract for CMSD PROJECT #196 -A, INSTALLATION OF BACKUP POWER AND BACKUP PUMPING CAPABILITY, all bonds shall be issued by an admitted surety insurer and the DISTRICT reserves the right to object to any such surety, in accordance with Code of Civil Procedure Section 995.660. By signing below, Surety certifies that the bonds are issued by an admitted surety. INTERNATIONAL FIDELITY INSURANCE COMPANY Name 233 WILSHIRE BLVD., STE 820 Street Address SANTA MONCIA CA 90401 City, State, Zip Code SURETY By: V I z 4/ Company Repres ntative MI L D. STONG, TTORNEY -IN -FACT APPROVED AS TO FORM: Colin R. Burns, Associate District Counsel Costa Mesa Sanitary District By /s/ G '� CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Orange On December 6, 2013 Data personally appeared before me, Janet Gillespie - Notary Public Here Insert Nams and Tile of the Oflicar ' Terry D. Gillespie JANET GILLESPIE Commission a1 1872135 Notary Public • California Orange County My Comm. Expires Dec 21, 2013+ who proved to me on the basis of satisfactory evidence to be the personN whose name(t) is /at subscribed to the within instrument and acknowledged to me that he/aWN4 executed the same in his/dW/iE * authorized capacityPM), and that by his/IGlature(4) on the instrument the person(h'), or the entity upon behalf of which the person(t) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS m hand and offic' al peal. e Place Notary Seal Above Signatu Slgnelwe of Nalery Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent Fraudulent removal and reattachment of this lorm to another document. Description of Attached Document Title or Type of Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer— Title(s): _ ❑ Partner — ❑Limited ❑General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHrTHUMBPRINT OFSIGNER LE Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer— Title(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee • Guardian or Conservator • Other: Signer Is Representing: IIIGHTT"UMEPRINT OF SIGNER 02o07Nalionaf NoWry AS alion•93SODe Sob AV.,P.O.eov2402•Chat Oh,CA913132402,..NMl . nalNolaryory Item p599] aeoNer. CaIITO16Free1 B00b766327 CALIFORNIA ALL - PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of RIVERSIDE On rl3j!3 personally appeared before me, R. NAPPI "NOTARY PUBLIC" (Here msen name and tide of the officer) MICHAEL D. STONG who proved to me on the basis of satisfactory evidence to be the persortWwhose nameWis /art - subscribed to the within instrument and acknowledged to me that he /sheAhey executed the same in hisAwrAheir authorized capacity(ia4 and that by his/hed4heir signatureWon the instrument the personK,, or the entity upon behalf of which the personKacted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. R. NAPPI WITNESS my hand and official seal. ¢ COMM. #1977782 /J Q NOTARY PUBLIC - CALIFORNIA RIVERSIDE COUNTY My Comm. SIDE June 7, 2076 r Signature of Notary Public (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages_ Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA vl2.10.07 800 -873 -9865 www.NclaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the natal), section m a separate arlatorledgment form must be properly completed and attached to that dommem. The only exception is if a document is to be recorded outside of California. In such instancex any alternative acknowledgment verbiage as mqv be printed on such a document so long as the verbiage does not require die notary to do something that is illegal for a notary, in California (i.e. certifying the authorized capacity of the signer). Please check the document carelbllyfor proper notarial wording acrd attach this form if required • Slate and County infomation must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization most be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public most print his or her name as it appears within his or her commission followed by a comma and then your tide (notary public). • Print the name(s) of document signers) who personally appear at the time of notarization. • Indicate the correct singular or plural fors by crossing off incorrect fors (ix . he /she/dseyr is /ere) or circling the correct fors. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression most be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area petits, otherwise complete adifferent acknowledgment for. • Signature of the notary public must mach the signature on file with the office of the county clerk. • Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. • Indicate tide or type of attached document, number of pages and date. • Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e, CEO, CFO, Secretary). • Securely attach this document to the signed document Tel (973 ).624-7200 POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY HOME OFFICE: ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102 -5207 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing laws of the State of New Jersey, and having its In incipal office in the City of Newark, New Jersey, does hereby constitute and appoint MICHAEL D. STONG, JEREMY PENDERGAST Riverside, CA. its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, stature, rule, regulation, contractor otherwise. and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes. as if the same had been duty executed and acknowledged by its regularly' elected officers at its principal office. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of Article 3- Section 3, of the By -Laws ado )led by the Board of Directors of INTERNA'T'IONAL FIDELITY INSURANCE COMPANY at a meeting called and held on the 7th day of February, l`974. The President or any Vice President, Executive Vice President, Secretary or Assistant Secretary,: shall have power and authority (1) To appoint Attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, (2) To remove, at any time, any suchattorucy -in -fact and revoke the autlhority given. Further, this Power of Alba is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted at meeting ,duly called and held op the.29th day of April, 1982 of which the following is a true excerpt: Now therefore the signatures of such officers and the seat of the Company may be affixed to any such pEwer of attorney or any certificate relating thereto, by facsimile, and any such power of attorney or certificate bearing such facsumle signatures or facsimile seal shall he valid and binding upon the Company and any such power so executed and certified by facsimile signatu es and facsimile seal shall be valid, and binding upon the Company in tifie future with respect to any bond or undertaking to which it is attached,' QrL%ITY /,yJ IN TESTIMONY WHEREOF. INTERNATIONAL FIDELITY INSURANCE COMPANY has caused this instrument to be �V (/ signed and its corporate seal to be affixed by its authorized officer, this 16th day of October, A.D. 2007. 2 O� o SEE ti ° �9y m INTERNATIONAL FIDELITY INSURANCE COMPANY A L L ` STA'T'E OF NEW JERSEY County of Essex y/y FJyJERS Dy,, Secretary On this 16th day of October 2007, before me came the individual who executed the precedingg instrument, to me personal)y known, and, being by me duly sworn, said me he is the therein described and authorized officer of the INTERNATIONAL N'IDELITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his signature were duly affixed by order of the Board of Directors of said Company. ` ON VA> IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, P (j at the City of Newark, New Jersey the day and year first above written. a G C OFN� a����,` A NOTARY PUBLIC OF NEW JERSEY CERTIFICATION My Commission Expires March. 27, 2014 I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify that 1 have compared the foregoing copy of the Power of Attorney and affidavit; and tie copy of the Section of the By -laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power ' of Attorney has not been revoked and is now in full force and effect IN TESTIMONY WHEREOF, 1 have hereunto set my hand this Eli day of Ill u-_/ )I 6-e Assistant Sccretary OP ID: BS `%1-"" CERTIFICATE OF LIABILITY INSURANCE DATE(M3/201Y 12/03/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 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 be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Compass Direct Ins Svc, Inc. 13681 Newport Ave., Ste 8 #622 Tustin, CA 92780 Compass Direct Ins. So". Inc. CONTACT NAME: Jeremy Seltzer AIC NNO Ew:714- 665.9800 FAX NO: 714.665 -9801 nooRESa Jeremy@cdisi.com PRODUCER GCICO -1 CUSTOMER ID #- INSURER(SJ AFFORDING COVERAGE NAIC# INSURED GCI Construction Inc Fischer Ave., Ste B3 Co Costa Mesa, CA 92626 INSURERA; Great American Assurance Co. 26344 INSURER B: WesCO Insurance Co. 25011 INSURERC: Security National Ins Co. 19679 INSURER D: Zurich Insurance Company 04/0112013 INSURER E: PREMISES Eaoccunence IS 50,00 NSURERF: s Exclude COVERAGES CERTIFICATE NUMBER- 0L1ncInal Mneacco- 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. ILTR TYPE OF INSURANCE AO LSUa POLICYNUMSER POLICY EFF POLICY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,00 A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 1XI OCCUR X GLP4647869 04/0112013 04101/2014 PREMISES Eaoccunence IS 50,00 MED EXP(Any one person) s Exclude X Cernefs /Cunt. Pro PERSONAL B AOV INJURY $ 1,000,000 )( %CU /Deductible GENERALAGGREGATE $ 2,000,00 $5,000 GEN'LAGGREGATE LIMITAPPLIES PER POLICY X PRO- LOG JECT PRODUCTS - COMP /OP AGG $ 2,000,00 I Emp. Ben. $ 1,000,00 B AUTOMOBILE LIABILITY ANY AUTO X WPP105507701 04/01/2013 0410112014 COMBINED SINGLE LIMIT (Ea amident) IS 1,000,00 X BODILY INJURY (Per person) $ ALLOWNEDAUTOS BODILY INJURY (Par accident) $ SCHEDULED AUTOS NO LIABILITY DEDUCTIBLE PROPERTY DAMAGE (PER ACCIDENT) $ X HIREDAUTOS X NON - OWNEDAUTOS $ Comp /Coll Ded $1000 X $ X UMBRELLA ERB X OCCUR EACH OCCURRENCE $ 4,000,00 AGGREGATE g 4,000,00 A EXCESS LIAR CLAIMS -MADE X UMB4647862 04/01/2013 04/01/2014 DEDUCTIBLE $ RETENTION $ C WORKERS COMPENSATION ANO EMPLOYERS' LIABILITY Y/ N ANY PROPRIETORIPARTNER /EXECUTIVE OFFICER/M EM DER EXCLU DED? � NIA SWC1020466 03117/2013 03/1712014 WC STATU- OTH- X TORY LIMITS ER E.L. EACH ACCIDENT $ 1,000,00 E.L. DISEASE - EA EMPLOYE $ 1,000,00 (Mandatory in NH) Ifyes,descdbe antler under E.L. DISEASE - POLICY LIMIT $ 1,000,00 DESCRIPTION ATIONS below B IM-Egp. /Lesd -Hrd -R WPP105507701 0410112013 04/0112014 Sch /Per 641KII50 D Builders Risk BR06009411 1010112013 10/01/2014 Limit 1,073,25 DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE: Installation of backup power .& backup pumping capability - Project No. 196 -A. Costa Mesa Sanitary District. GCI Job No. 407. Costa Mesa Sanitary District, its employees, agents and officials are named as additional insured as per attached endorsements, with respects to the operations of the named insured as per contract. Costa Mesa Sanitary District District Engineer 628 W 19th Street Costa Mesa, CA 92627 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE \[� THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN \ \ ACCORDANCE WITH THE POLICY PROVISIONS. ^/ AUTHORIZED REPRESENTATIVE \' d Compass Direct Ins..Serv. Inc. o�s;uor•e �sv/r�r u;ee \ 000 o.00. Jeremy Seltzer ox ©1988 -2009 ACORD CORPORATION. All rights reserved. AL,urcD Zb (ZUUVWV) The ACORD name and logo are registered marks of ACORD Great American Assurance Company GCI Construction, Inc. Policy # GLP4647859 CG 20 33 Effective: 04/01/13 - 04/01/14 (Ed. 07 04) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. SECTION II - WHO IS AN INSURED is amended to include as an Additional Insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an Additional In- sured on your policy. Such person or or- ganization is an Additional Insured only with respect to liability for "bodily injury," "prop- erty damage" or "personal and advertising in- jury" 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 oper- ations for the Additional Insured. A person's or organization's status as an Ad- ditional Insured under this endorsement ends when your operations for that Additional In- sured are completed. B. With respect to the insurance afforded to these Additional Insureds, the following addi- tional exclusions apply: This insurance does not apply to: 1. 'Bodily injury," "property damage" or "per- sonal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a, the preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or draw- ings and specifications; or b. supervisory, inspection, architectural or engineering activities. 2. 'Bodily injury," or "property damage" oc- curring after: a. 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 b. 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 an- other contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. Copyright, ISO Properties, Inc., 2004 CG 20 33 (Ed. 07/04) XS Insured: GCI Construction, Inc. Policy # GLP4647859 Policy Period: 04/01/2013 - 04/01/2014 CG 20 37 (Ed 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): Any person or organization that "you" and such person or organiza- tion have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on "your" Policy, but only for "your work" performed during this policy period. Schedule Location and Description of Completed Operations: Per Certificate(s) of Insurance "Your work" performed during this policy period. Additional Premium: Included Information required to complete this Schedule, if not shown above, will be shown in the Declarations. SECTION II - WHO IS AN INSURED is amended to include as an Additional Insured the persons) 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." Copyright, ISO Properties, Inc., 2004 CG 20 37 (Ed. 07/04) PRO (Page 1 of 1) Insured: GCI Construction, Inc. Policy # GLP4647859 Policy Period: 04/01/2013 - 04101/2014 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY NON - CONTRIBUTORY INSURANCE ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE FORM GAC 3649CG (Ed. 11 06) This insurance is primary to any other insurance held by third parties with respect to work performed by you under written contractual agreements with such third parties and any other insurance which may be available to such third parties shall be non - contributory. GAC 3649CG IEd. 11106) XS Insured: GCI Construction, Inc. CG 24 04 Policy # GLP4647859 (Ed. 05 09) Policy Period: 04/01/2013 - 04/0112014 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS /COMPLETED OPERATIONS LIABILITY COVERAGE PART Schedule Name of Person or Organization: Any person or organization for whom or on whose behalf "you" are performing operations when "you" and such person or organization have agreed in writing in a contract or agreement to waive any right of recovery "we" may have against such person or organization. IInformation required to complete this Schedule, if not shown above, will be shown in the Declarations. I The following is added to paragraph 8. Transfer of Rights of Recovery Against Others to Us of SECTION IV - CONDITIONS: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard." This waiver applies only to the person or organization shown in the Schedule above. Copyright, ISO Properties, Inc., 2008 CG 24 04 (Ed. 05/09) PRO (Page 1 of 1) Insured: GCI Construction, Inc. Policy # GLP4647859 Policy Period: 04/01/2013 - 04/01/2014 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECTS) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Projects: CG 25 03 (Ed. 03 97) Any construction project where "you" are performing operations when "you" have agreed in writing in a contract or agreement that a separate General Aggregate Limit shall apply to such construction project, but only if "your work" on or at the construction project is performed during the period of this policy. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. For all sums which the Insured becomes legally obligated to pay as damages caused by "occurrences' under COVERAGE A. (SECTION 1), and for all medical expenses caused by accidents under COVERAGE C. (SECTION 1), which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A. except damages because of "bodily injury" or "property damage" included in the "products— completed operations hazard," and for medical expenses under Coverage C. regardless of the number of: a. Insureds; b. claims made or "suits" brought; or c. persons or organizations making claims or bringing "suits." Copyright, Insurance Services Office, Inc., 1996 CG 25 03 (Ed. 03/97) PRO (Page 1 of 2) 3. Any payments made under Coverage A. for damages or under Coverage C. for medical expenses shall reduce the Designated Construction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. B. For all sums which the Insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A. (SECTION 1), and for all medical expenses caused by accidents under COVERAGE C. (SECTION 1), which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. any payments made under Coverage A. for damages or under Coverage C. for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products — Completed Operations Aggregate Limit, whichever is applicable; and 2. such payments shall not reduce any Designated Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products— completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products— completed operations hazard" will reduce the Products — Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of LIMITS OF INSURANCE (SECTION III) not otherwise modified by this endorsement shall continue to apply as stipulated. Copyright, Insurance Services Office, Inc.. 1996 CG 25 03 IEd. 03(97) PRO (Page 2 of 2) POLICY NUMBER: WPP1055077 00 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless mod- ified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: 4/01/2013 Countersigned By: Authorized Representative) Named Insured: GCI Construction, Inc. SCHEDULE Name of Person(s) or Organization(s): Blanket as required by written contract. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 ❑ POLICY NUMBER: WPP1055077 01 COMMERCIAL AUTO CA 04 44 03 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: GCI Construction, Inc. Endorsement Effective Date: 04/01/2013 SCHEDULE Name(s) Of Person(s) Or Organization(s): Blanket as required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Oth- ers To Us Condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "ac- cident' or the 'loss" under a contract with that person or organization. CA 04 44 03 10 © Insurance Services Office, Inc., 2009 Page 1 of 1 ❑ ORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY (Ed. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA 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. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2.00% of the California workers' compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description Any person or organization as required by written contract Blanket as required by written contract This endorsement changes the policy to which it attached and is effective on the date issued unless otherwise stated. Endorsement Effective 3/17/2013 Policy No. SWC1020466 Endorsement No.. WC 04 03 06 Insured GCI Construction, Inc. Premium 5 Insurance Company Security National :Insurance Company Countersigned by Administrative Offices 301 E 4th Street GREAT Cincinnati, Onia 45202-4201 AMERICAN. Tel: 1- 513 -359 -5000 IN SVfl 1NCE IMP SCHEDULE A - SCHEDULE OF UNDERLYING INSURANCE GAI 6003 (Ed. 06 97) Carrier, Policy Number and Period Type of Coverage Limits of Insurance a) Security National Employers Liability Bodily Injury By Accident Insurance Company $ 1,000,000 each accident SWC1020466 Bodily Injury By Disease 03/17/2013 - 03/17/2014 $ 1,000,.000 policy limit $ 1,000,000 each employee b) Wesco Insurance Company WPP1066077 01 04/01/2013 - 04/01/2014 Automobile /Garage ( X 1 Any Automobile ( 1 Owned Automobile Only ( ) Specifically Designated Automobile ( ) Hired Automobile ( 1 Non -owned Automobile 1 1 Garage Liability ( 1 ( I Split Limit Bodily Injury Liability $ each person $ each accident Property Damage Liability $ each accident I X ) Combined Single Limit $ 1,000,000 each accident ( I Garage Operations $ Auto only each accident $ Other than auto each accident $ Other than auto aggregate ( I Garagekeepers Liability $ each location Carrier, Policy Number and Period c) ( ) Type of Coverage General Aggre- Limits of Insurance Comprehensive ( ) Split Limit General Liability pleted Opera- including Bodily Injury Liability ( ) Products-Complet- $ each occurrence ed Operation Injury Limit Liability $ aggregate ( 1 Broad Form Property Damage Liability Endorsement $ each occurrence $ aggregate 1 ) ( l Combined Single Limit $ each occurrence $ aggregate OR OR ( X ) Commercial Great American General Liability Assurance Company 1 X ) Occurrence Form GLP4647859 ( ) Claims -Made Form 04/01/2013 - 04/01/2014 ( X ) Defense is in addition to the policy limits Retroactive Date d) Great American Assurance Company GLP4647859 04/01/2013 - 04/01/2014 Employee Benefits Liability [elm $2,000,000 General Aggre- gate Limit $2,000,000 Products -Com- pleted Opera- tion Aggre- gate Limit $1,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence Limit $1,000,000 Each Claim Limit $1,000,000 Aggregate Limit