Loading...
13-190 Griffin Painting, Inc., Blue Pheasant Exterior PaintingDecember 18, 2013 Griffin Painting, Inc. 1020 Ruff Drive San Jose, CA 95110 RE: Agreement OFFICE OF THE CITY CLERK CITY HALL 10300 TORRE AVENUE • CUPERTINO, CA 95014 -3255 TELEPHONE: (408) '777 -3223 • FAX: (408) 777 -3366 WEBSITE: www.cupertino.org Enclosed for your records is a fully executed. original copy of your agreement with the City of Cupertino. If you have any questions, please contact the Public Works Department at (408) 777 -3354. Sincerely, Dorothy Steenfott Senior Office Assistant cc: Public Works. Enclosure AGREEMENT BETWEEN THE CITY OF CUPERTINO AND GRIFFIN PAINTING INC. THIS AGREEMENT, for reference dated September 19th 2013, is by and between CITY OF CUPERTINO, a municipal corporation (hereinafter referred to as "City "), and "GRIFFIN PAINTING INC. ", a California corporation whose address is 1020 Ruff Drive San Jose, CA. 95110 hereinafter called the Contractor,, and is made with reference to the following: RECITALS: A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to can-y on its business as it is now being conducted under the Constitution and the statutes of the State of California and the Cupertino Municipal Code. B. City and Contractor desire to enter into an agreement for Blue Pheasant Exterior Painting in accordance with the proposal dated November 10', 2012 NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM: The Contractor shall begin work within thirty (30) calendar days after receiving notice from the Facilities Supervisor to commence the work, and shall diligently prosecute the work to completion before the expiration of thirty (30) consecutive working days from the date of receipt of notice to begin work. 2. SERVICES TO BE PERFORMED: Contractor agrees, at its own cost and expense, to furnish all labor, tools, equipment, materials, except as otherwise specified, and to do all work strictly in accordance with the proposal (Exhibit A) dated November 14`h, 2012 hereby referred to and expressly made a part hereof with the same force and effect as if the same were fully incorporated herein. 3. COMPENSATION TO CONTRACTOR: Contractor shall be compensated for services performed pursuant to this agreement in an amount not to exceed twelve thousand nine hundred dollars ($12,900.00) based on the rates of payment set forth in Exhibit A, attached and incorporated herein by this reference. Payment will be made in the same manner that claims of a like character are paid by the City, with checks drawn on the treasury of the City, to be taken from the general fund. 1. .t 4. TIME IS OF THE ESSENCE: Contractor and City agree that time is of the essence regarding the performance of this Agreement. 5. STANDARD OF CARE: Contractor agrees to perform all services :hereunder in a manner commensurate with the prevailing standards of like professionals in the San Francisco Bay Area and agrees that all services shall be performed by qualified and experienced personnel who are not employed by the City nor have any contractual relationship with City. 6. INDEPENDENT PARTIES: City and Contractor intend that the relationship between them created by this Agreement is that of employer- independent contractor. The manner and means of conducting the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Agreement. No civil service status or other right of employment will be acquired by virtue of Contractor's services. None of the benefits provided by City to its employees, including but not limited to unemployment insurance, workers' compensation plans, vacation and sick leave are available from City to Contractor, its employees or agents. Deductions shall not be made for any state or federal taxes, FICA payments, PERS payments, or other purposes normally associated with an employer- employee relationship from any fees due Contractor. Payments of the above items, if required, are the responsibility of Contractor. 7. IMMIGRATION REFORM AND CONTROL ACT (IRCA): Contractor assumes any and all responsibility for verifying the identity and employment authorization of all of its employees performing work hereunder, pursuant to all applicable IRCA or other federal or state rules and regulations. Contractor shall indemnify and hold City harmless from and against any loss, damage, liability, costs or expenses arising from any noncompliance of this provision by Contractor. 8. NON - DISCRIMINATION: Consistent with City's policy that harassment and discrimination are unacceptable employer /employee conduct, Contractor agrees that harassment or discrimination directed toward a job applicant, a City employee, or a citizen by Contractor or Contractor's employee on the basis of race, religious creed, color, national origin, ancestry, handicap, disability, marital status, pregnancy, sex, age, or sexual orientation will not be tolerated. Contractor agrees that any and all violations of this provision shall constitute a material breach of this Agreement. 9. HOLD HARMLESS: Contractor shall, to the fullest extent allowed by law, indemnify, defend, and hold harmless the City and its officers, officials, agent.,, employees and volunteers against any and all liability, claims, stop notices, actions, causes of action or demands whatsoever from and against any of them, including any injury to or death of any person or damage to property or other liability of any nature, arising out of, pertaining to, or related to the performance of this Agreement by Contractor or Contractor's employees, officers, officials, agents or independent 2 contractors. Contractor shall not be obligated under this Agreement to indemnify City to the extent that the damage is caused by the sole negligence or willful misconduct of City, its agents or employees. Such costs and expenses shall include reasonable attorneys' fees of counsel of City's choice, expert fees and all other costs and fees of litigation. Contractor agrees to obtain executed indemnity agreements with provisions identical to those set forth here in these sections from each and every subcontractor or any other person or entity involved by, for, with, or on behalf of Contractor in the performance of this agreement. If 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. 10. INSURANCE: On 'or before the commencement of the terms of this Agreement, Contractor shall furnish City with certificates showing the type, amount, class of operations covered, effective dates and dates of expiration of insurance coverage in compliance with paragraphs 10A, B, C and D. Such certificates, which do not limit Contractor's indemnification, shall also contain substantially the following statement: "Should any of the above insurance covered by this certificate be canceled or coverage reduced before the expiration date thereof, the insurer affording coverage shall provide thirty (30) days' advance written notice to the City of Cupertino by certified mail, "Attention: City Manager." It is agreed that Contractor shall maintain in force at all times during the performance of this Agreement all appropriate coverage of insurance required by this Agreement with an insurance company that is acceptable to City and licensed to do insurance business in the State of California. Endorsements naming the City as additional insured shall be submitted with the insurance certificates. A. COVERAGE: Contractor shall maintain the following insurance coverage: (1) Workers' Compensation: Statutory coverage as required by the State of California. (2) Liability: Commercial general liability coverage in the following minimum limits: Bodily Injury: $1,000,000 each occurrence $2,000,000 aggregate - all other Property Damage: $500,000 each occurrence $1,000,000 aggregate If submitted, combined single limit policy with aggregate limits in the amounts of $2,000,000 will be considered equivalent to the required minimum limits shown above. (3) Automotive: Comprehensive automobile liability coverage in the following minimum limits: Bodily injury: $500,000 each occurrence 3 Property Damage: $500.,000 each occurrence or Combined Single Limit: $1,000,000 each occurrence B. SUBROGATION WAIVER: Contractor agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, Contractor shall look solely to its insurance for recovery. Contractor hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Contractor or City with respect to the services of Contractor herein, a waiver of any right to subrogation which any such insurer of said Contractor may acquire against City by virtue of the payment of any loss under such insurance. C. FAILURE TO SECURE: If Contractor at any time during the term hereof should fail to secure or maintain the foregoing insurance, City shall be permitted to obtain such insurance in the Contractor's name or as an agent of the Contractor and shall be compensated by the Contractor for the costs of the insurance premiums at the maximum rate permitted by law and computed from the date written notice is received that the premiums have not been paid. D. ADDITIONAL INSURED: City, its City Council, boards and commissions, officers, employees, and volunteers shall be named as an additional insured under all insurance coverages, except worker, s compensation insurance. The naming of an additional insured shall not affect any recovery to which such additional insured would be entitled under this policy if not named as such additional insured. An additional insured named herein shall not be held liable for any premium, deductible portion of any loss, or expense of any nature on this policy or any extension thereof. Any other insurance held by an additional insured shall not be required to contribute anything toward any loss or expense covered by the insurance provided by this policy. E. SUFFICIENCY OF INSURANCIE: The insurance limits required by City are not represented as being sufficient to protect Contractor. Contractor is advised to consult Contractor's insurance broker to determine adequate coverage for Contractor. 11. BONDS: Contractor is not required to provide bonds. 12. PROHIBITION AGAINST TRANSFERS: Contractor shall not assign, sublease, hypothecate, or transfer this Agreement, or any interest therein, directly or indirectly, by operation of law or otherwise, without prior written consent of City. Any attempt to do so without said consent shall be null and void, and any assignee, sublessee, hypothecate or transferee shall. acquire no right or interest by reason of such attempted assignment, hypothecation or transfer.. However, claims for money by Contractor from City under this Agreement may be assigned. to a bank, trust company or other financial institution without prior written consent. Written notice of such assignment shall be promptly furnished to City by Contractor. 11 The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate Member or cotenant, if Contractor is a partnership or joint venture or syndicate or cotenancy, which shall result in changing the control of Contractor, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power of the corporation. 13. SUBCONTRACTOR APPROVAL: Unless prior written consent from City is obtained, only those people and subcontractors whose names are listed in Contractor's bid shall N: used in the performance of this Agreement. Requests for additional subcontracting shall be submitted in writing, describing the scope of work to be subcontracted and the name of the proposed subcontractor. Such request shall set forth the total price or hourly rates used in preparing estimated costs for the subcontractor's services. Approval of the subcontractor may, at the option of City, be issued in the form of a Work Order. In the event that Contractor employs subcontractors, such subcontractors shall be required to furnish proof of workers' compensation insurance and shall also be required to carry general and automobile liability insurance in reasonable conformity to the insurance carried by Contractor. In addition, any work or services subcontracted hereunder shall be subject to each provision of this Agreement. 14. PERMITS AND LICENSES: Contractor, at its sole expense, shall obtain and maintain during the term of this Agreement, all appropriate permits, certificates and licenses, including a City Business License, that may be required in connection with the performance of services hereunder. 15. REPORTS: Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Contractor pursuant to or in connection with this Agreement shall be the exclusive property of City. Consultant may retain a copy of any report furnished to the City pursuant to this Agreement. No report, information nor other data given to or prepared or assembled by Contractor pursuant to this Agreement shall be made available to any individual or organization by Contractor without prior approval by City. Contractor shall, at such time and in such form as City may require, furnish reports concerning the status of services required under this Agreement. 16. RECORDS: Contractor shall maintain complete and accurate records with respect to sales, costs, expenses, receipts and other such information required by City that relate to the performance of services under this Agreement. Contractor shall maintain adequate records of services provided in sufficient detail to permit an evaluation of services. All such records shall be maintained in accordance with generally accepted accounting principles and shall be clearly identified and readily accessible. 5 Contractor shall provide free access to such books and records to the representatives of City or its designees at all proper times, and gives City thl� right to examine and audit same, and to make transcripts there from as necessary, and to allow inspection of all work, data, documents, proceedings and activities related to this Agreement. Such records, together with supporting documents, shall be kept separate from other documents and records and shall be maintained for a period of three (3) years after receipt of final payment. If supplemental examination or audit of the records is necessary due to concerns raised by City's preliminary examination or audit of records, and the City's supplemental examination or audit of the records discloses a failure to adhere, to appropriate internal financial controls, or other breach of contract or failure to act in good faith, then Contractor shall reimburse City for all reasonable costs and expenses associated with the supplemental examination or audit. 17. NOTICES: All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the second business day after the deposit thereof in the United States Mail, postage prepaid, registered or certified, addressed as hereinafter provided. All notices, demands, requests, or approvals from Contractor to City shall be addressed to City at: City of Cupertino 10555 Mary Avenue Cupertino CA 95014 Attention: Chris Orr All notices, demands, requests, or approvals from City to Contractor shall be addressed to Contractor at: Griffin Painting Inc. 3580 Haven Ave #2 Redwood City, CA. 94063 Attention: Mark Griffin 18. URBAN RUNOFF MANAGEMh;NT: The Contractor shall avoid creating excess dust when breaking asphalt or concrete and during excavation and grading. If water is used for dust control, contractor shall use as little as necessary. Contractor shall take all steps necessary to keep wash water out of the streets, gutters and storm drains. The Contractor shall develop and implement erosion and sediment control to prevent pollution of storm drains. Such control includes but is not limited to: A. Use storm drain inlet protection devices such as sand bag barriers, filter fabric fences, block and gravel filters. (Block storm drain inlets prior to the start of the rainy season (October 15), in site de- watering activities and saw - cutting activities; shovel or vacuum saw -cut slurry and remove from the site). B. Cover exposed piles of soil or construction material with plastic sheeting. All construction materials must be stored in containers. 0 .t C. Sweep and remove all materials from paved surfaces that drain to streets, gutters and storm drains prior to rain as well as at the end of the each work day. At the completion of the project, the street shall be washed and the wash water shall be collected and disposed of offsite in an appropriate location. D. After breaking old pavement, Contractor shall remove all debris to avoid contact with rainfall or runoff. E. Contractor shall maintain a clean work area by removing trash, litter, and debris at the end of each work day. Contractor shall also clean up any leaks, drips, and other spills as they occur. The objective is to ensure that the City and County of Santa Clara County -Wide Clean Water Program is adequately enforced. These controls should be implemented prior to the start of construction, up- graded as required, maintained during construction phases to provide adequate protection, and removed at the end of construction. These recommendations are intended to be used in conjunction with the States Best Management Practices Municipal and Construction Handbooks, local program guidance materials from municipalities, Section 7.1.01 of the Standard Specifications and any other appropriate documents on storm water quality controls for construction. Failure to comply with this program will result in the issuance of noncompliance notices, citations, project stop orders or fines. The fine for noncompliance of the above program is two hundred and fifty dollars ($250.00) per occurrence per day. The State under the Federal Clean Water Act can also impose a fine on the contractor, pursuant to Cal. Water Code ' 13385. 19. TERMINATION: In the event Contractor fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, Contractor shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days after receipt by Contractor from City of written notice of default, specifying the nature of such default and the steps necessary to cure such default, City may terminate the Agreement forthwith by giving to the Contractor written notice thereof. City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Contractor as provided herein. Upon termination of this Agreement, each party shall pay to the other party that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 20. COMPLIANCES: Contractor shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 21. CONFLICT OF LAW: This Agreement shall be interpreted under, and enforced by the laws of the State of California excepting any choice of law rules which may direct the application of laws of another jurisdiction. The Agreement and obligations of the parties are subject to all valid laws, orders, 7 rules, and regulations of the authorities having jurisdiction over this Agreement (or the successors of those authorities.) Any suits brought pursuant to this Agreement shall be filed with the courts of the County of Santa Clara, State of California. 22. ADVERTISEMENT: Contractor shall not post, exhibit, display or allow to be posted, exhibited, displayed any signs, advertising, show bills, lithographs, posters or cards of any kind pertaining to the services performed under this Agreement unless prior written approval has been secured from City to do otherwise. 23. WAIVER: A waiver by City of any breach of any term, covenant, or condition contained herein, shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained herein, whether of the same or a different character. 24. INTEGRATED CONTRACT: This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereof. Any modification of this Agreement will be effective only by written execution signed by both City and Contractor. 25. SAFETY REQUIREMENT All work performed under this Agreement shall be performed in such a manner as to provide safety to the public and to meet or exceed. the safety standards outlined by CAL -OSHA. City reserves the right to issue restraints or cease and desist orders to Contractor when unsafe or harmful acts or conditions are observed or reported relative to the performance of the work under this Agreement. Contractor shall maintain the work sites free of hazards to persons and /or property resulting from his or her operations. Any hazardous condition noted by Contractor, which is not a result of his or her operations, shall immediately be reported to City. 26. HOURS OF OPERATION Contractor shall be allowed to operate only for the hours of 7:00 a.m. to 3:30 p.m. unless prior written approval has been secured from City to do otherwise. 27. REQUIREMENT TO PAY PREVAILING WAGES Consistent with the City's policy to pay prevailing wage rates, Contractor shall comply with the City's Labor Compliance Program and all other requirements set forth in Labor Code section 1770 et seq. The City shall require ;payment of the general rate of per diem wages or the general rate of per diem wages for holiday and overtime work. Contractor will submit (monthly or biweekly) certified payroll records to the City for all employees and subcontractors in a preapproved format or a City provided form. Any delay in remitting certified payroll reports to the City upon request from the City will result in either delay and /or forfeit of outstanding payment to Contractor. 28. INSERTED PROVISIONS: Each provision and clause required by law to be inserted into the Agreement shall be deemed to be enacted herein, and the Agreement shall be read and enforced as though each were included herein. If through mistake or otherwise, any such provision is not inserted or is not correctly inserted, the Agreement shall be amended to make such insertion on application by either party. 29. CAPTIONS: The captions in this Agreement are for convenience only, are not a part of the Agreement and in no way affect, limit or amplify the terms or provisions of this Agreement. IN WITNESS WHEREOF, the parties have caused the Agreement to be executed on the day and year first above written. CONTRACTOR ",Griffin Painting Inc. By Title Date- /Z - /?, Soc. Sec. # or Tax I.D. CITY OF CUPERTINO A Municipal Corporation By-/)("// Title Date RECOMM �D F R APPROVAL: By t Title . ✓�.•✓ R2,yx of cr��•. ��/ °�c�s APPROVED AS TO FORM: By City Attorney U ATTEST:. City Clerk Contract Amount. V .Id g 0 Account Number: 110° G1LO- WC, 2r 10 .r Ea PURCHASE ORDER 10300 Torre Avenue Cupertino; CA:95014 -3255 (408) 777 -3219 CUPERTINO V 1— 1364 N GRIFFIN PAINTING INC p 3164 ROLISON ROAD p REDWOOD CITY CA 94063 R L PURCHASE ORDER NO. 00058215 PAGE NO. 1 S r HI CITY OF CUPERTINO i SERVICE CENTER P 10555 MARY AVENUE TI A — CUPERTINO CA 95014 Q lTTN: CHRIS ORR 7 I Proposal Griffin Painting Inc. 3580 Haven Ave. #2 Redwood City, CA 94063 CA Lic# 599026 (650) 368 -3190 Fax (650) 368 -3192 PROPOSAL: 002417 Blue Pheasant Exterior CLIENT: COCU PROJECT: 022398 City Of Cupertino Blue Pheasant Exterior 10300 Torre Ave. Cupertino, CA 95014 -3202 DATE: 11/14/12 Contractor agrees to furnish all equipment, materials, supplies, services and labor in accordance with all applicable labor, building and Building Plans and Specifications and to complete the following work: Proposal Scope of Work: Attn: Chris EXTERIOR PAINTING. Pressure wash building. Hand tool loose or peeling paint. Fill holes and cracks. Prime as needed. Apply 1 coat of finish to match existing colors. Price for prevailing wage. Alternate: Prepare and paint metal hand rail black (back stair, side ramp, entry stair, kitchen stair). ADD $ 3,800.00 to Bid. -u,� c-— Signed: � . Dated: cl 11 Title: Sv"P r(/lS +C) TOTAL BID: $9,100.00 4. fz �0 d ACOO CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) (`� 9/11/2013 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 Insurance Management. Corporation P.O. Box 1217 License# 0054731 Clayton CA 94517 INSURED Griffin Painting, Inc. 3580 Haven Ave Suite #2 cue ` Arlene Huerta I1AME: PHONE (925') 673 -2200 FAX (925) 673 -2212 In�r u IA/C. No), (¢"MAIL cYarlene @imcinsurance.com DRr INSURERS AFFORDING COVERAGE NA INSURERA:James River Insurance CO INSURERB:Safeco Insurance Co PL ID INSDRER C Mt Hawlev Insurance Co I INSURER D:Everest National Insurance FimmiRFR E •Liberty Insurance Underwriters, 119917 Redwood City CA 94063 1 INSURER F• I I / ^IICOAeICC rcoTlrtrrATG KII IIU9:tG0d:T.1 4F1 A09915A. RFVISIAN Nl)MRFR: 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 EEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF1NSURANCE AODL UBR POLICY NUMBER _ POLICY'.VYY FOLIC YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE RENTED PREMISES Ea occurre nce $ 50,000 . X COMMERCIAL GENERAL LIABILITY MED'EXP (Any one person) $ A CLAIMS -MADE FO OCCUR X Y 000235266 1/1/2013 1/1/2014 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,000 $ POLICY X PRO LOC I AUTOMOBILE LIABILITY LIM COMBINED SINGLE IT Ea accident 1,000,000 BODILY INJURY (Per person) $ X ANY AUTO B ALL OWNED SCHEDULED X 5CC3545691 1/1/2013 1/1/2014 BODILY INJURY (Per accident) $ AUTOS AUTOS X NON -OWNED PROPER a caent AMAGE $ HIRED AUTOS AUTOS Hirediborrowed $ X X UMBRELLA LIAB OCCUR _ EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 C EXCESS LIAB CLAIMS -MADE DED I I RETENTION$ $ L0370840 1/1/2013 1/1/2014 D WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS' LIABILITY ANY PROPRIETOR /PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ 1 000 000 E.L. DISEASE - EA EMPLOYE $ 1,000,000 OFFICER /MEMBER EXCLUDED? (Mandatory in NH) NIA 7600004263131 1/1/2013 1/1/2014 E.L. DISEASE - POLICY LIMIT 1 $ 1,000,000 it, yes, describe under DESCRIPTION'OF OPERATIONS below _ E Contractors Pollution SF 103964 -113 5/11/2013 /11/2014 Each Claim 1,000,000 Liability [IE Policy Aggreagate 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/ VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) City, its City Council, boards and commissions, officers, employees, and volunteers shall be named as an additional insured under all insurance coverages, excerpt worker's compensation insurance per the project # 0022398. Waiver of subrogation shall be applied to Should any of the above insurance covered by this certificate be canceled or coverage reduced before the expiration date thereof, the insurer affording coveracie shall provide thirty (30) days' advance written notice to the City of Cupertino by certified mail, "Attention: City Manager.10 Day Notice of Cancellation CERTIFICATE City of Cupertino COCU 10300 Torre Ave Cupertino, CA 950.14 Arnon oc i jn4ninc% 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 ene Huerta/ARLENE —- n 19RR_9nin ACORD CORPORATION. All riahts reserved. INS025 (201005).01 The ACORD name and logo are registered marks of ACORD l COMMENTSMEMARKS for Non Payment of Premium. OFREMARK COPYRIGHT 2000, AMS SERVICES INC. I/ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY CHANGES POLICY NUMBER POLICY CHANGES` COMPANY EFFECTIVE 1/1/201312:01 AM JAMES RIVER INSURANCE: COMPANY 00023526 -6 -Standard: Time at the address of the Named ' Insured NAMED INSURED AUTHORIZED REPRESENTATIVE Griffin Painting Inc _ Joseph F. Morris COVERAGE PARTS AFFECTED ALL COVERAGE PARTS ADDITIONAL INSURED —OWNERS, LESSEES OR CONTRACTORS — SCHEDULED PERSON OR ORGANIZATION APPLICABLE TO "APARTMENTS", "APARTMENT BUILDINGS" AND ALL CON- STRUCTION OTHER THAN "RESIDENTIAL HOUSING" 'This endorsement modifies, insurance, provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE. PART SCHEDULE Name Of Additional Insured, Person(s) _T Or Organization(s): Covered. Operations Any person or organization you are required to include as an "Your work" .or "your product" related to any con additional insured. on this policy by- written. contract or wrilten struction; reconstruction; rebuilding, restoratio agreement in. effect during this policy period and, executed renovation, remodeling,, repair, upgrading, improve,- prior to.the occurrence of the "bodily injury", "property dam- ment, refurbishing. or development of any project age" or "personal and advertising injury" i other than "resid"ential housing", of any description.. Information required to,complete this Schedule, if not shown. above, will be shown. in the Declarations. A. Section 11 - Who Is An Insured is.amended to includes as an additional'insured the person(s) or organizations) 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. Theacts or omissions of those acting on.your behalf; in the performance of your ongoing operations for the additional insured(s). as specified in the schedule. 'B. With respect to the insdrance afforded to these additional insureds, the following additional exclusions apply: This insurance-does not apply to "bodily injury` or "property damage" occurring °after. 1., All work, including, materials, parts or equipment' furnished in connection with such work, on the project (other than service, maintenance or repairs). to be performed by or on behalf of the additional insured(s) at IL1201 04 -03 Page 1 of 2 the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations fora principal as a part of the same-Project. C. Any coverage provided to an Additional Insured by this endorsement shall be excess over any other valid and: collectible insurance available to such Additional Insured whether primary., excess, contingent or on any other basis unless: 1. a written contract or written agreement specifically requires that this insurance apply on a primary and noncontributory basis; or 2. prior to a loss, you request. in writing and we agree that this insurance shall apply on a primary, and non: - contributory basis. D: The following definitions are added' to SECTION V - DEFINITIONS of this policy: "Residential housing" means a structure or structures., including the land upon which it is situated, designed or intended for occupancy in whole or in part as a residence by any person or persons except "residential hous- ing" does not include "apartments" or "apartment buildings) ". "Apartments' mean one or more rooms. of a building used as a dwelling unit separate from others in: the build- ing, and,wh.ich are rented from others by those dwelling insthem. "Apartment building(s)" means a structure containing two or more separate "apartments ". ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. Authorized Representative Signature Page 2 of 2 Copyright, Insurance Services Office, Inc., 1983 IL 12 01 1186 13 Copyright, ISO Commercial Risk Services, Inc., 1983 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CARFEULLY. WAIVER OF SUBROGA °CI.ON AS REQUIRED BY CONTRACT This endorsement modifies insurance provided under the following: ALL COVERAGE' PARTS The Company agrees to waive any right of recovery against any person or organization, as required by written contract, because of payments we make for injury or damage which is limited to liability directly caused by "your work" which is imputed to such person or organization. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. Griffin Painting Inc 00023526 -6 1/1/2013-1/1/2014 AP5004US 11 -06 Page 1 of 1