Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Pavement Recycling Systems; 2008-11-19;
City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager Thomas Moore Date Issued: November 11, 2008 (760) 4342939 Request For Bid No.: PWGS441 Mail To: CLOSING DATE: November 1 1 . 2008 Purchasing Department Bid shall be deposited in the Bid Box located City of Carlsbad in the first floor lobby of the Faraday Center 1635 Faraday Avenue located at 1635 Faraday Avenue, Carlsbad, Carlsbad, California 92008 731 'I CA 02008 until 4:00 p.m. on the day of Bid Award will be made to the lowest responsive, responsible contractor based on total price. Please use typewriter or black ink. Envelope MUST include Request For Bid N0; - . DESCRIPTION Labor, materials and equipment to AC Milling Services No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Thomas Moore Phone No. 760-434-2939 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 ( ), 2 ( ), 3 ( ), 4 ( ), 5 ( ). SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Pavement Recycling Systems 760-489-6888 Name Telephone 121 NMainSt ; 760-489-0808 Address Fax Riverside CA 92501-1023 City/State/Zip E-Mail4ddress cyinj •-' Tj -1- Revised 03/13/02 Name and Title of Person Authorized to sign contracts. Irr-si'Title Narne'Date JOB QUOTATION ITEM NO. 1 rW \wrw UNIT Job i r- QTY 1 ,r)rV,s- DESCRIPTION 20,560 sq ft AC Milling nrl,-Hi\m Cj\AC^f ^"IZ-^^OZ D/rf TOTAL PRICE $5,448.40 •A I) -4 <5& Quote Lump Sum, including all applicable taxes. Award is by total price. Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening, unless otherwise stipulated by the City of Carlsbad. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The City reserves the right to reject any or all bids and to accept or reject any item(s) therein or waive any informality in the bid. In the event of a conflict between unit price and extended price, the unit price will prevail unless price is so obviously unreasonable as to indicate an error. In that event, the bid will be rejected as non-responsive for the reason of the inability to determine the intended bid. The City reserves the right to conduct a pre- award inquiry to determine the contractor's ability to perform, including but not limited to facilities, financial responsibility, materials/supplies and past performance. The determination of the City as to the Contractor's ability to perform the contract shall be conclusive. SUBMITTED BY: Pavement Recycling Systems Comply/Business Name/ 569352 Authorized Signature MPrinted Name ^ind Title Contractor's License Number A Classification(s) 5/31/09 Expiration Date Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 35 OR (Individuals) Social Security*: -2-Revised 03/13/02 DESIGNATION OF SUBCONTRACTORS Set forth below is the full name and location of the place of business of each sub-contractor whom the contractor proposes to subcontract portions of the work in excess of one-half of one percent of the total bid, and the portion of the work which will be done by each sub-contractor for each subcontract. NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the work to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of the public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." PORTION OF WORK TO BE SUBCONTRACTED Item No. Description of Work SUBCONTRACTOR* % of Total Contract Business Name and Address License No., Classification & Expiration Date MBE Yes No Total % Subcontracted: * Indicate Minority Business Enterprise (MBE) of subcontractor. -3-Revised 03/13/02 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT (Less than $25,000) Labor: I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances governing labor, including paying the general prevailing rate of wages for each craft or type of worker needed to execute the contract. Guarantee: I guarantee all labor and materials furnished and agree to complete work in accordance with directions and subject to inspection approval and acceptance by: Thomas Moore (project manager) Wage Rates: The general prevailing rate of wages for each craft or type of worker needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates in on file in the Office of the City Engineer. The contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the contract. False Claims Contract hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may be subject to the contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding. s~ Signature: Print Name: -4- Revised 03/13/02 Commercial General Liability, Automobile Liability and Workers' Compensation Insurance: The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability Insurance are to be placed with insurers that have: (1) a rating in the most recent Best's Key Rating Guide of at least A-:V and (2) are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than $500,000 Subject to the same limit for each person on account of one accident in an amount not less than $500,000 Property damage insurance in an amount of not less than $100,000 Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clause providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as additional insured. Indemnity: The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. - 5 - Revised 03/13/02 Jurisdiction: The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: I agree to start within five (5) calendar days after receipt of Notice to Proceed. Completion: I agree to complete work within thirty (30) calendar days after receipt of Notice to Proceed. CONTRACTOR: Pavement Recycling Systems CITY OF CARX^BAD a municipal corporation of th'e StajfiPcft Califor (sign here) / rhq/y (print name and title) d> iA?,ur fnfyrt rrrv) r ir n /j. Com (address) d> p?, il addr(e-mail address))(telephone no.) (sign here) (print name and title) A ATTEST: (address) CA (city/state/zip)M. (telephone no.) (fax no.) (e-mail address) (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or vice-president and oeui ului j, ujjijlui it jamLl9ry,"Qro pr aaiBiietaiM ^aaeurer must sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY: Deputy City^ttorney -6-Revised 03/13/02 Attachment No. 1 • Pavement Recycling Systems An Employee Owned Company CA LICENSE # 569352 TYPE: A P.O. Box 1266 - Riverside - CA - 92501 Phone: (951)682-1091 FAX: (951)682-1094 From: John Karagas Bid Date: 11/3/2008 To: NICKROQUE CITY OF CARLSBAD The Road to Smart Solutions Quote No: 123002 Fax No: (760) 720-9562 Phone: Email: <not available> We propose to furnish you with labor and material per your representation of job requirements as follows: CARLSBAD-CITY OF CARLSBAD Item No. Description 1 A AC MILLING-1" DEPTH Quantity U/M 20,560.0 SF UnitPrice 0.265 Total Price 5,448.400 5,448.400 Total Proposal Price:$5,448.400 Special Conditions: 1 . INCLUDES: CUT, LOAD, HAUL AND INITIAL SWEEPING BEHIND THE MILLING OPERATION, WITH ONE MOVE ON AND OFF THE PROJECT. 2 . EXCLUDES: TRAFFIC CONTROL, WATER/WATER TRUCK, DETAILING/HANDWORK, REMOVAL OF PCC/BASE/DIRT/PAVING FABRIC, SURVEY/PROJECT LAYOUT, MAINTENANCE OF THE PROJECT. 3 . EXCLUDES USA NOTIFICATION, LOCATION AND MARKING. PLEASE SEE "GENERAL CONDITIONS". 4 . MINIMUM BILLING QUANTITY TO BE 19,500 SF. 5 . ITEM TO BE COMPLETED IN 1 SHIFT. GENERAL CONDITIONS ACCEPTANCE of bid/proposal from PAVEMENT RECYCLING SYSTEMS, INC. (PRSI) acknowledges the TERMS, CONDITIONS & INSURANCE provisions quoted, and these same limitations SMALL BE INCLUDED in any subcontract or purchase order agreement. Unless otherwise defined in the SPECIAL CONDITIONS of this proposal PRSI excludes from the services quoted here, all: TRAFFIC CONTROL, SURVEYING, LAYOUT, SAWCUTTING, TEMPORARY TAPERS, OR MAINTENANCE OF THE MILLED SURFACE. Upon completion of each segment of the designated work PRSI shall be relieved of all liability for the work, and others shall assume protection of the work. Payment may not be made contingent on Owner's payment. Late payments will be assessed interest and penalties if so provided by law, or, at a minimum, carrying charges will be added at 15% of the outstanding balance, compounded monthly. PRSI shall not surrender any portion of extra work or force account mark-ups. If it becomes necessary to enforce provisions of this proposal the prevailing party shall recover reasonable attorney's fees and all costs otherwise provided by law. PRSI excludes notification to any underground alert service. By accepting this proposal the Contractor (Customer) accepts sole responsibility for, and all subsequent liabilities coincident with following the requirements of the regional notification center law pursuant to Article 2 (commencing with Section 4216) of Chapter 3.1 of Division 5 of Title 1 of the California Government Code. INSURANCE INCLUDED IN PROPOSAL: COMMERCIAL LIABILITY LIMITS - $1,000,000 per occurrence / $2,000,000 aggregate; $2,000,000 Products and Completed Operations Aggregate; $1,000,000 Personal &Advertisement Injury; $100,000 Fire Damage (any one fire); $5,000 Medical Payments (any one person); ADDITIONAL INSURED - provides coverage for claims arising out of ongoing operations Date:Accepted by: Page 1 of 1 Pavement Recycling Systems P.O. Box 1266, Riverside, CA 92502 PH: (951)682-1091 FAX: (951)682-1094 www.pavementrecycling.com AUTHORIZED PERSONNEL LISTING; EMPLOYEES AUTHORIZED TO SIGN CONTRACTS: Richard Gove, President EMPLOYEES AUTHORIZED TO SIGN WORK ORDERS, PURCHASE ORDERS, CHANGE ORDERS AND DAILY EXTRA WORK REPORTS: Richard Gove, President Marco Estrada, Division Manager: Pulverizing & Soil Stabilization Don Matthews, Division Manager: Re-New Pavement James Emerson, Project Manager Martin Castaneda, Foreman Don Sante, Senior Estimator Spencer Skipworth, Vice-President and Operations Manager Steve Concannon, San Diego Branch Manager Steve Ward, Manager: Lancaster & Reno Milling Division Carrie Buttigieg, Manager: Riverside Milling Division EMERGENCY NUMBERS: Spencer Skipworth - Vice-President, General Superintendent Mobile: 909-214-1191 Office: 951-682-1091, ext 260 Home: 951-685-2640 Steve Concannon - Superintendent, San Diego Branch Manager Mobile: 619-306-8224 Office: 760-489-6888 Home: 760-741-0943 Steve Ward - Superintendent, Lancaster Branch Manager Office: 661-446-5506 Mobile: 805-732-6146 Home: 661-943-8933 Carrie Buttigieg - Division Manager, Chief Dispatcher Office: 951-682-1091, ext 1821 Mobile: 951-232-8965 Home: 951-784-4075 James Emerson - Project Manager Office: 951-682-1091, ext 2225 Mobile: 951-232-6881 Home: 951-276-0527 Kurt Eddy - Dispatcher (San Diego Branch) Office: 760-489-6888 Mobile: 760-275-7103 Richard Gove - President Office: 951-682-1091, ext 1844 Mobile: 951-538-5346 Home: 951-789-0133 Cindy Ecklund - Safety Director Office: 951-682-1091, ext 2242 Mobile: 951-377-5637 Home: EMPLOYEES AUTHORIZED TO SIGN CERTIFIED PAYROLLS: Deborah Whitson Bernard Hale, Controller EQUAL OPPORTUNITY OFFICER: Deborah Whitson (acting under the direct supervision of Richard Gove, President) SAFETY OFFICER: Cindy Ecklund h:\word\contract\authorizedpersonnel San Diego: 704 Rock Springs Road, Escondido, CA 92025 • Phone: 760.489.6888 • Fax: 760.489.0808 Lancaster: 46205 N. Division Street, Lancaster, CA 93535 • Phone 661.948.5599 • Fax: 661.948.5588 Bakersfield: 2280 S. Union, Bakersfield, CA 93307 • Phone: 661.833.2280 • Fax: 661.833.2288 Reno/Carson Valley: 68 Carry Way, Carson NV 89706 • Phone: 775.246.2500 • Fax 775.246.2501 HA I ir #fifiP3fi? A7 I in #183900 NV I in #n()3fi??R a Logout ; Accounts Query j License! tack Account name A. PAVEMENT RECYCLING SYSTE Records returned: 2 ; S3 Business License Account Maintenance File Search Options Internet Help Accountj[|2121J27 3 Currently Licensed P"r^fl fCurientdue $0.00 Business Attributes | Contacts) Account Notes j Approvals] Additional Fields | Transaction History | Linked Fiesj Cgnjactcode Contact I^ephone ConlraclorJ License frequency Owner code SIC Business type Business subtype, , . *r..r Contractor Type iFrlday, Noveirtber 07, 2008 J9!34Va)AM ,K COPY License Number: Business Information: Entity: Issue Date: Expire Date: License Status: Classifications: Certifications: Bonding: Workers' Compensation: 569352 Extract Date: 11/07/2008 PAVEMENT RECYCLING SYSTEMS INC PO BOX 1266 RIVERSIDE, CA 92502-1266 Business Phone Number: (951) 682-1091 Corporation 05/30/1989 05/31/2009 This license is current and active. All information below should be reviewed. CLASS DESCRIPTION GENERAL ENGINEERING CONTRACTOR CERT DESCRIPTION HAZ HAZARDOUS SUBSTANCES REMOVAL CONTRACTOR'S BOND This license filed Contractor's Bond number 5558620 in the amount of $12,500 with the bonding company SAFECO INSURANCE COMPANY OF AMERICA. Effective Date: 01/01/2007 Contractor's Bonding History BOND OF QUALIFYING INDIVIDUAL This license filed Bond of Qualifying Individual number 5558644 for RICHARD WALLACE GOVE in the amount of $12,500 with the bonding company 1. SAFECO INSURANCE COMPANY OF AMERICA. Effective Date: 01/01/2007 BQI's Bonding History This license has workers compensation insurance with the ARCH INSURANCE COMPANY NAIC Policy Number: ZAWC19129700 Effective Date: 10/01/2008 Expire Date: 10/01/2009 Workers' Compensation History GENERAL LIABILITY Company Profile ARCH INSURANCE COMPANY ONE LIBERTY PLAZA, 53RD FLOOR NEW YORK, NY 10006 800-821-5546 Former Names for Company FIRST AMERICAN INSURANCE COMPANY DBA AMERICAN FIRST INSURANCE COMPANY Old Name: FIRST AMERICAN INSURANCE COMPANY Old Name:Effective Date: 11-06-2002 Effective Date: 01-05-1987 Agent for Service of Process JERE KEPRIOS, C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 90017 Unable to Locate the Agent for Service of Process? rveference Information NAIC #: NAIC Group #: California Company ID #: Date authorized in California: License Status: Company Type: State of Domicile; 11150 1279 3005-6 July 19, 1985 UNLIMITED-NORMAL Property & Casualty MISSOURI Arch Insurance Company (a member of Arch Insurance Group) A.M.Best#: 03186 NAIC#:11150 FEIN #: 430990710 Address: One Liberty Plaza, 53rd Floor New York, NY 10006 Financial Strength Rating Phone:212-651-6500 A Excellent This rating is assigned to companies that Fax: 212-651 -6499 have, in our opinion, an excellent ability to meet their ongoing Web: www.archinsurance.com obl'9a'ions«° poiicyhoiders. Best's Ratings Financial Strength Ratings View Definitions Rating: A (Excellent) Affiliation Code: g (Group) Financial Size Category: XV ($2 Billion or greater) Outlook: Stable Action: Affirmed Effective Date: October 08, 2008 Issuer Credit Ratings Long-Term: a+ Outlook: Stable Action: Upgraded Date: October 08, 2008 View Definitions AUTO Company Profile ARCH INSURANCE COMPANY ONE LIBERTY PLAZA, 53RD FLOOR NEW YORK, NY 10006 800-821-5546 Former Names for Company FIRST AMERICAN INSURANCE COMPANY DBA AMERICAN FIRST INSURANCE COMPANY Old Name: FIRST AMERICAN INSURANCE COMPANY Old Name:Effective Date: 11-06-2002 Effective Date: 01-05-1987 Agent for Service of Process JERE KEPRIOS, C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 90017 Unable to Locate the Agent for Service of Process? rveference Information NAIC #: NAIC Group #: California Company ID #: Date authorized in California: License Status: Company Type: State of Domicile: 11150 1279 3005-6 July 19, 1985 UNLIMITED-NORMAL Property & Casualty MISSOURI Arch Insurance Company (a member of Arch Insurance Group) A.M.Best #: 03186 NAIC#: 11150 FEIN #: 430990710 Address: One Liberty Plaza, 53rd Floor New York, NY 10006 Financial Strength Rating Phone: 212-651-6500 A ExeaJtent Tnis rating is assigned to companies that Fax' 212-651 -6499 have, in our opinion, an excellent ability to meet their ongoing Web: www.archinsurance.com Obli9a<ions to poiicyhoiders. Best's Ratings Financial Strength Ratings View Definitions Rating: A (Excellent) Affiliation Code: g (Group) Financial Size Category: XV ($2 Billion or greater) Outlook: Stable Action: Affirmed Effective Date: October 08, 2008 Issuer Credit Ratings Long-Term: a+ Outlook: Stable Action: Upgraded Date: October 08, 2008 View Definitions WORKERS COMPENSATION Company Profile ARCH INSURANCE COMPANY ONE LIBERTY PLAZA, 53RD FLOOR NEW YORK, NY 10006 800-821-5546 Former Names for Company FIRST AMERICAN INSURANCE COMPANY DBA AMERICAN FIRST INSURANCE COMPANY Old Name: FIRST AMERICAN INSURANCE COMPANY Old Name:Effective Date: 11-06-2002 Effective Date: 01-05-1987 Agent for Service of Process JERE KEPRIOS, C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 90017 Unable to Locate the Aeent for Service of Process? rveference Information NAIC #: NAIC Group #: California Company ID #: Date authorized in California: License Status: Company Type: State of Domicile: 11150 1279 3005-6 July 19, 1985 UNLIMITED-NORMAL Property & Casualty MISSOURI Arch Insurance Company (a member of Arch Insurance Group) A.M.Best#: 03186 NAIC#: 11150 FEIN #: 430990710 Address: One Liberty Plaza, 53rd Floor New York, NY 10006 Financial Strength Rating Phone:212-651-6500 A ExcaJtent This rating is assigned to companies that Fax: 212-651-6499 have, in our opinion, an excellent ability to meet their ongoing web: www.archinsurance.com <*«fl8tions to poiicyhoiders. Best's Ratings Financial Strength Ratings View Definitions Rating: A (Excellent) Affiliation Code: g (Group) Financial Size Category: XV ($2 Billion or greater) Outlook: Stable Action: Affirmed Effective Date: October 08, 2008 Issuer Credit Ratings Long-Term: a+ Outlook: Stable Action: Upgraded Date: October 08, 2008 View Definitions ACORD CERTIFICATE OF LIABILITY INSURANCE Date (mm/dd/yy) 11/24/2008 Toducer Bolton & Company 245 S. Los Robies Ave., Suite 105 Pasadena, CA 91102 (626)799-7000 0008309 www.boltonco.com nsured Pavement Recycling Systems, Inc. 121 N. Main Street Riverside CA 92501 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERaGT INSURER Arch Insurance Company INSURER B INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY ABOVE FOR THE POLICY PERIOD INDICATED. DOCUMENT WITH RESPECT TO WHICH THIS DESCRIBED HEREIN IS SUBJECT TO ALL THE HAVE BEEN REDUCED BY PAID CLAIMS. NSR LTR TYPE OF INSURANCE POLICY NUMBER POLICYEFFECTIVE DATE MM/DD/YY POLICYEXPIRATION DATE MM/DD/YY LIMITS S1.000.000J3ENERAL LIABILITY TJCOMMEHCIAI GENERAL UIAB ICLAIMS MADE Floe ZAGLB9075700 10/1/2008 10/1/2009 EACH OCCURRENCE FIRE DAMAOE (Any one fire) MED EXP (Any one person) PERSONAL « ADV INJURY GENERAL AGGREGATE IPOLICY C/VROJECT| | toe PROOUCTS-COMP/OP AGO l.QO. si.Ooagoo A .UTOMOBILE LIABILITY ]ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS ZACAT9067100 10/1/2008 10/1/2009 COMBINED SINGLE LIMIT $1,000,000 BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) GARAGE LIABILITY ^!ANY AUTO AUTO ONLY • EA ACCIDENT OTHER THAN AUTO ONLY: EXCESS LIABILITY CLAIMS MADE DEDUCTIBLE (RETENTION $ EACH OCCURRENCE A WORKERS' COMPENSATION & EMPLOYERS' LIABILITY ZAWCI9129700 10/1/2008 10/1/2009 /ISTATUTORY LIMIT | [OTHER EL EACH ACCIDENT EL DISEASE - EA EMPLOYEE EL DISEASE - POLICY LIMIT ,000,000 tuWlKHJ DESCRIPTION OF OPEIUTIOCTsVLOcATIoNWEHIcLEsVEXcLUSIoNS ADDEB BY ENDORSEMENT/SPECIAL PROVISIONS Blanket GL Additional Insured per the attached form CG2033 0704 Additional lnsured(sj:City of Carlsbad Job:AC Milling Services - PWGS441 CERTIFICATE HOLDER CANCELLATION PWGS441 City of Carlsbad 405 Oak Avenue Carlsbad CA 92008-3009 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY. ITS AGENTS OR REPRE- SENTATIVES. * 10 Days for Non-payment of Premium AUTHORIZED REPRESENTATIVE William A. Lewis ACORD 25-S (7/97)©ACORD CORPORATION 1988 CLXBHT CODE;11/24/2008 4 1 47; 3. 4 AM £ IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement^). 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 endorsements). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-5 (7/97) created at www.e CertsONLINE.com CERT NO.! 4099099 CLISST CODE: rAVW-1 Lisa Bld»r 11/24/2006 6:47:14 AM P»g« 2 ZAGLB9075700 Pavement Recycling Systems, Inc. 10/1/2008 COMMERCIAL GENERAL LIABILITY CG 20 33 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 or- ganization for whom you are performing opera- tions 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 insured on your policy. Such person or organization is an additional insured only with re- spect to liability for "bodily injury", "property dam- age" or "personal and advertising injury" caused, in whole or in part, by; 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. A person's or organization's status as an addi- tional Insured under this endorsement ends when your operations for that additional insured are completed. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal 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 pre- pare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifica- tions; or b. Supervisory, inspection, architectural or engineering activities. 2. "Bodily Injury* or "property damage" occurring after: a. All work, including materials, parts or equipment furnished In connection with such work, on the project (other than ser- vice, maintenance or repairs) to be per- formed by or on behalf of the additional in- sured(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 another contractor or subcon- tractor engaged In performing operations for a principal as a part of the same project. CG 20 33 07 04 & ISO Properties, Inc., 2004 WSURBCOW Page 1 of 1 CERT NO.: 4099099 CLIENT CODE: PAVEH-1 Lisa Sitter 11/J4/2008 6:47iU fK