Loading...
HomeMy WebLinkAboutC-4306 - Construction and Repair Services Contract for Renovating West Newport Community CenterCONSTRUCTION AND REPAIR SERVICES CONTRACT WITH R.G. FLEMING, INC. DBA FLEMING CONSTRUCTION SERVICES FOR RENOVATING WEST NEWPORT COMMUNITY CENTER THIS CONTRACT is made and entered into as of this 13t day of low 2009, by and between the CITY OF NEWPORT BEACH, a Municipal - corporation ( "City"), and R.G. FLEMING INC., doing business as ( "DBA ") FLEMING CONSTRUCTION SERVICES, whose address is 33866 Zarzito Drive, Dana Point, California, 92629 ( "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 oMalifornia with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is renovating and painting the walls in Rooms #1 and #6 (Active Kidz after school program) at West Newport Community Center located at 883 West 15th Street in the City of Newport Beach. C. City desires to engage Contractor to perform the work for the renovation work to Rooms #1 and #6 at the Community Center ( "Project ".) Contractor has agreed to perform the Project over fourteen (14) business days upon start of construction. D. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal member[s]. of Contractor for purposes of the Project, shall be Rick Fleming. F. City has solicited and received a proposal from Contractor, has reviewed the previous experience and evaluated the expertise of Contractor, and desires to retain Contractor to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 1$ day of September, 2009, unless terminated earlier as set forth herein. 2. SCOPE OF WORK Contractor shall perform all the services described in the Scope of Work attached hereto as Exhibit A and incorporated herein by this reference. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first -class fines performing similar work under similar circumstances. 2.1 Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services necessary for the Project. 3. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement and Contractor shall complete the Work within the time set forth in this Section. The failure by Contractor to meet this deadline may result in termination of this Agreement by City and assessment of damages as outlined in Section 3.1. All work shall be completed by September 1, 2009. 3.1 The parties agree that it is extremely difficult and impractical to determine and fix the actual damages that City will sustain should the Contractor fail to complete the Project within the time allowed. Should Contractor fail to complete the work called for in this Agreement on the date outlined above, Contractor agrees to the deduction of liquidated damages in the sum of Fifty Dollars ($50.00) for each calendar day beyond the date scheduled for completion provided in Section 3 of this Agreement assuming that the Contractor has access to the space on upon notice of commencement by the Project Administrator. Execution of this Agreement shall constitute agreement by the City and Contractor that Fifty Dollars ($50.00) per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the work within the allotted time. Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. 4. COMPENSATION As full compensation for the performance and completion of the Project as required by the Scope of Work, City shall pay to Contractor and Contractor accepts as full payment the sum of Four Thousand and Seventy Five Dollars and 00 /100 ($4,075.00). Contractor shall not receive any additional compensation unless approved in advance by the City in writing. City shall pay K Contractor no later than thirty (30) days after approval of the final invoice by City staff. 5. ADMINISTRATION This Agreement will be administered by the Recreation & Senior Services Department. Janet Cates shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his/her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 6. TYPE AND INSTALLATION OF MATERIALSISTANDARD OF CARE 6.1 Contractor shall use only the standard materials described in Exhibit A in performing services under this Agreement. Any deviation from the materials described in Exhibit A shall not be installed unless approved in advance by the City Administrator. 6.2 All of the services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 6.3 Contractor shall secure building during construction occurring after normal business hours and on weekends. 7. RESPONSIBILITY FOR DAMAGES OR INJURY 7.1 City and all officers, employees and representatives thereof shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractors performance of the services required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subconcontractors, or its workers, or anyone employed by either of them. 7.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against: (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, 3 personal injury, property damage, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement; (2) use of improper materials in performing this Project including, without limitation, defects in workmanship or materials and/or design defects; and /or (3) any and all claims asserted by Contractor's subconcontractors or suppliers on the Project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. However, nothing herein shall require Contractor to indemnify City from the sole negligence or willful misconduct of City, ifs officers or employees. 7A Contractor shall perform all Project work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project work. 7.5 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Agreement as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 7.6 Nothing in this section shall be construed as authorizing any award of attorney's fees in any action to enforce the terms of this Agreement, except to the extent provided in Section 7.3 above. 7.7 The rights and obligations set forth in this Section shall survive the termination of this Contract. 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of the City. 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 shall accrue to Contractor or its employees. 9. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Contractor on the Project. 10. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of work. Contractor shall obtain, provide and maintain at its own expense during 4 the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit or performance of any work. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non- renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non- payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. ii. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: L The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Contractor. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to City. Any insurance maintained by City, including any self - insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days (10 calendar days written notice of non - payment of premium) written notice has been received by City. F. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Contractor's performance under this Contract. G. Additional Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 1.1 11. SUBCONTRACTING City and Contractor agree that subcontractors may be used to complete the work outlined in the Scope of Services provided the Contractor obtains City approval prior to the subcontractor performing any work. Contractor shall be fully responsible to City for all acts and omissions of the subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. 12. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Contract. Contractor shall not discontinue work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his /her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 13. CONFLICTS OF INTEREST The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 14. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to City by Contractor and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: VA Attn: Janet L. Cates Recreation and Senior Services Department City of Newport Beach 3300 Newport Blvd. P.O. Box 1768 Newport Beach, CA, 92660 Phone: 949 -644 -3154 Fax: 949 -644 -3155 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Richard Fleming R.G. Fleming, Inc., dba Fleming Construction Services 33866 Zarzito Drive. Dana Point, CA 92629 Phone: (949) 661 -4961 Fax: (949) 661 -6495 15. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Agreement. 16. COMPLIANCE WITH ALL LAWS Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. 111 17. WAIVER A waiver by City of any term, covenant, or condition in the Agreement shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 18. INTEGRATED AGREEMENT 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 herein. 19. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services, the terms of this Agreement shall govern. 20. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Agreement by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has taken into consideration these factors in submitting its Project Proposal and Scope of Work. 22. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 23. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY 11-1-016� - ynette Beaucha p, Assistant City Attorney for the City of Newport Beach ATTEST: By: D�k 1, 6w-, Leilani Brown, City Clerk hl u '0�'oRS� CITY OF NEWPORT BEACH, A Municipal Corporation By - aura Detweiler, Director Recreation & Senior Services Department CONTRACTOR: R.G. Fleming, Inc., dba Fleming Construction Services By: Ri hard Pfeming , Preside nt/Treasur Vr Attachments: Exhibit A—Scope of Work/ Rates FEP.- 16-2002 06:41P FROM: miNdAm R.G. FLEMING INC. TRANSMITTAL TO: JENNA CATES DATE' 5/29/09 CITY OF NEWPORT BEACH RECREATION AND SENIOR SERVICES 3300 NEWPORT BLVD, NEWPORT BEACH, CA 92658 PROJECT PHONE M4916443164 FAX 9d9164.d�3�66 SENT VIA FAX JOB NUMBER. TO:6443155 P:1,2 PRINTS _SCHEMATIC DRAWINGS _SAMPLES __PHDTOSTATS _CONSTRUCT70N DOCUMENTS _SHOP DRAWINGS LETTER SPECIFICATIONS OTHER REMARKS: RICK FLEMING DISTRIBUTION: FROM: RICK FLEMING FILE R.G. FLEMING INC LICENSE ftM073 33866 ZARIITO DRIVE DANA POINT, CA 92629 (94% B7 &5577 FAX (949) 661$495 mf eansmnea FEB'16r -2002 06:41P FROM; TO: 6443155 P:212 R. G. FLEMING INC. JENNA CATES CITY OF NEWPORT BEACH RECREATION AND SENIOR SERVICES DEPARTMENT 3300 NEWPORT BLVD. NEWPORT BEACH, CA 92658 Subject: OFFICE REWORK Job No: 5/29109 PRICE QUQ TATIO re ised Fleming Construction Services cost proposal for the work at Westalde Park Community Center ADMINISTRATION add FJ pine chair rail at 32" chair height all wails paint ceiling, walls and doortwindow trim walls to be 1 color below and another color above chair rail, trim white. includes minor drywall patch and prep for existing'handprints' CLASSROOM 01 add FJ pine chair rail at 32" chair height ail walls (except back alcove by door) add 3116" masonite between floor base and chair rail with 'chalkboard paint' paint ceiling, walls and doorhvindow trim walls to be 1 color below and another color above chair rail, trim white, Includes remove exist chalkboard, minor drywall patch and prep. The proposed price is Four Thousand Seventy Five Dollars (54,075.00). Excludes plans, permits, electrical, phone & data Thank you again for allowing Fleming construction Services to bid this project. IF you have any questions regarding this proposal, please call me at 9491678 -6677. Thank you for the opportunity to be of service, SINCERELY, RICHARD FLEMINqPSIDENT R.G. FLEMING INC. 33866 Zarzito Drive Dana Point, CA 92629 949/ 678.5577 Fax 949/ 661 -6495 LICENSE !1641073 �. ._..� y. DATE(MIWDD/YY) CERTIFICATE OF LIABILITY INSURANCE ONOW9 PRODUCER Beach Cities Insurance Services THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1 105 N Coast Hlghvniy HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Laguna Beach. CA 92651 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Phone (949)494 -0421 Fax (949)494 -0956 - INSURERS AFFORDING COVERAGE NA)C D INSUREH A State National Insurance CO INSURED R.G Fleming, Inc. INSURER B 13866 Zarzito Drive INsHRFR C Dana Point, CA 92629 INSURER O: INSURER E COVERAGES INSURt R THE POI ICIES OT INSURANCE LIST ED HAVE HFEN ISSN IFD "TO I HE INSURED NAMED ABOVE FOR THE POLK:Y PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT. PERM OR CONDITION DF ANY CONTRACT OR OTHER DOCUMENT WHH RFSPECT 10 WHCH'THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS ANC CONDITIONS OF SUCH PGLICIE i AGGREGATE. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAMS IN%R AWL TYPE OF INSURANCE POLICY NUMBER 'Pd TE ETFECTVF }POLICY F. %PIRATION Lim LIR INSRe OATE(Monary) MTEPMMa)ONY) 000 A J GENERAL LIABILITY J: COMMERCIAL GENERAL LIABILITY OR1000356 CLAUS MADE V OCCUR GENT, AGGREGATE LIMIT APPLIES PER V POLICY . PROJECT LOC AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULEDAUTOS HIRED AU TOS NON OWNED AU1 US GARAGE LIABILITY ANY AUTO EXCESSIUMBRELLA LIABILITY OCCUR CLAIMS MAN* DEDUCTIBLE 4 RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY'ROPRIETOR I PARTNER I EXECUTIVE OFFICER I MEMBER EXCLUDED? If yes describe under SPECIAL PROVIW14S below OTHER EACH OCCURRENCE 1,000, DAMAGE TO RENTED 100 �' 061'05/08 08/05/09 'PREMISES (Ea oconenCe) MED EXP (Any one pm;on) 5.000 PERSONAL BADV INJURY 1,000,000 GENERAL AGGREGATE 2,000.000' ' PRODUCTS. COMPIOP AGG 2,000,000 COMBINED SINGLE I IAI'I (Ea Madan]) BODILY INJURY (Per Ptinwn) BODILY INJURY (Per accdent) PROPERTY DAMAGE (Per ACCMent) AUTO ONLY - EA ACCIDENT OTHER THAN EA ACC AUTO ONLY AGG EACH OCCURRENCE AGGREGATE Y LS EIOR� R E L. EACH ACCIDENT E L DISEASE - EA EMPLOYEE E.L DISEASE - POLICY LIMIT DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT! SPECIAL PROVISIONS Contractor - RemodeTirg - Resktential Job LceabOR Cliff Drive Park, 301 Riverside Ave - Newport Beach. CA 92260 City of Newport Beach is Domed additional insured per the attached endorsement CGL1816 0106 Waiver of Subrogation Is inducted CG2404 0509 and Pnnary and non - contributory wording CGL 1816 0509 'EXCEPT 10 DAYS FOR NON - PAYMENT CERTIFICATE HOLDER City of Newport Beach 3301 Newport Blvd. Newport Beach, CA 92660 ACORD 25 (2001108) OF CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POOCtES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL '30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ® COWL, eRPORA.TIOH 1988 Pni if: y 0: OR 11) 0 ,5`,h CGL 1816 0106 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION - PRIMARY AND NON- CONTRIBUTORY COVERAGE This endorsement modifies insurance provided under the following: CONTRACTORS LIMITED CLAIMS MADE GENERAL LIABILITY COVERAGE FORM CONTRACTORS LIMITED CLAIMS MADE AND REPORTED GENERAL LIABILITY COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): _ Ci I y 01 Newport ti a( h C1 i f f Drive Part( 3n1 RiversidF Ave. Nvwpnrt Reath, CA 922hi) A. Section It — Who Is An Insured is amended to 2. That portion of "your work" out of which the include as an additional insured the person(s) or injury or damage arises has been put to its organization(s) shown in the Schedule, but only intended use by any person or organization with respect to liability for "bodily injury', "property other than another contractor or subcontractor damage" or 'personal and advertising injury' engaged in performing operations for a caused, in whole or in part, by principal as a part of the same project. 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf,, In the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to 'bodily injury' or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed, or C. It is agreed that the insurance provided for the benefit of the above additional insured(s) shall be primary and non - contributory, but only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions: or 2_ The acts or omissions of those acting on your behalf. in the performance of your ongoing operations for the additional insured(s) at i:he location(s) designated above. CGL 1816 0106 Includes copyrighted material of Insurance Services Office. Inc. wnh as Page 1 of 1 ❑ permissron. Co ISO Pmpemes. Inc.. 2004 POLICYNUMBER: nR1000356 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Th,s endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS /CDMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: City of Ni -wpurt Beach to complete this Schedule, if not shown above. will be shown in the Declarations. 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. 03 24 04 05 09 0 Insurance Services Office, Inc., 2008 Page t of 1 ❑