Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Removal of Underground Storage TankCITY OF SAN RAFAE L
Department of Public Works
111 Morphew Avenue
San Rafael, CA 94901
Public Works Contract for Projects up to $175,000
This public works contract ("Contract") is entered into by and between the City of San Rafael ("City") and
Golden Gate Tank Removal, Inc., ("Contractor"), a corporation authorized to do work in California, for
work on the City's Removal of Underground Storage Tank ("Project"), and is effective on
2W( -Effective Date").
The parties agree as follows:
1. Scope of Work. Contractor will perform and provide all labor, materials, equipment, supplies,
transportation, and any and all other items or services necessary to perform and complete the work
required for the Project ("Work"), as specified in Exhibit A, Scope of Work, and according to the terms
and conditions of this Contract, including all attachments to the Contract and any other documents and
statutes incorporated by reference. To the extent that any attachment contains provisions that conflict or
are inconsistent with the terms set forth in the body of this Contract, the Contract terms will control. This
Project requires a valid California contractor's license for the following classification(s): A
2. Contract Documents. The Contract Documents incorporated into this Contract include and are
comprised of all of the documents listed below:
2.1 Notice Inviting Bids;
2.2 Contract;
2.3 Addenda, if any;
2.4 Exhibit A — Scope of Work;
2.5 Exhibit B — Payment, Performance, and Bid Bonds;
2.6 Exhibit C — Noncollusion Declaration;
2.7 Exhibit D — Bid Schedule;
2.8 Exhibit E — Subcontractor List.
3. Contract Price. As full and complete compensation for Contractor's timely performance and
completion of the Work in strict accordance with the terms and conditions of the Contract, City will pay
Contractor $54,720 (the "Contract Price") for all of Contractor's direct and indirect costs to perform the
Work, including all labor, materials, supplies, equipment, taxes, insurance, bonds and all overhead costs,
in accordance with the payment provisions contained herein.
3.1 Payment. Contractor must submit an invoice on the first day of each month during the
Contract Time, defined in Section 3 below, and/or upon completion, for the Work performed during the
preceding month, itemizing labor, materials, equipment and any incidental costs incurred. Contractor
warrants that title to all work, materials and equipment incorporated into the Work will pass to City free of
any claims, liens, or encumbrances upon payment to Contractor.
3.2 Payment and Performance Bonds. If the Contract Price is over $25,000, then Contractor
must provide City with a payment bond and a performance bond using the bond forms included in this
Contract as Exhibit B, Bond Forms, and submit the bonds with the executed Contract. Each bond must
be issued by a surety admitted in California. If an issuing surety cancels a bond or becomes insolvent,
Contractor must provide a substitute bond from a surety acceptable to City within seven days after written
notice from City. If Contractor fails to substitute an acceptable surety within the specified time, City may,
Removal of Underground Storage Tank Up to $175,000 Contract
City Project #: 11357-02 Page 1
Approved by City Attorney, dated 02/27/2020
in its sole discretion and without prior notice to Contractor, purchase such bond(s) at Contractor's
expense and deduct the cost from payments otherwise due to Contractor, or terminate the Contract.
4. Time for Completion. Contractor will fully complete the Work within 30 days from the date the
City authorizes Contractor to proceed with the Work ("Contract Time").
5. Liquidated Damages. If Contractor fails to complete the Work within the Contract Time,
Contractor must pay liquidated damages in the amount of $500 per day for each day of unexcused delay
in completion.
6. Standard of Care. All Work must be provided in a manner that meets or exceeds the standard of
care applicable to the same type of work in the City of San Rafael. Contractor must promptly correct, at
Contractor's sole expense, any Work that the City determines is deficient or defective.
7. Permits and Licenses. Contractor, at its sole expense, must obtain and maintain during the
term of this Contract, all appropriate permits, certificates and licenses including, but not limited to, the
required California contractor's license and a City business license.
8. Indemnification. Contractor will indemnify, defend with counsel acceptable to City, and hold
harmless to the full extent permitted by law, City, its governing body, officers, agents, employees, and
volunteers from and against any and all liability, demands, loss, damage, claims, settlements, expenses,
and costs (including, without limitation, attorney fees, expert witness fees, and costs and fees of litigation)
(collectively, "Liability") of every nature arising out of or in connection with Contractor's acts or omissions
with respect to this Contract, except such Liability caused by the active negligence, sole negligence, or
willful misconduct of the City. This indemnification obligation is not limited by any limitation on the amount
or type of damages or compensation payable under Workers' Compensation or other employee benefit
acts, or by insurance coverage limits, and will survive the expiration or early termination of this Contract.
City will notify Contractor of any third -party claim pursuant to Public Contract Code section 9201.
9. Insurance. Contractor will, at all times under this Contract, maintain the insurance coverage
required in this section to cover the activities of Contractor and any subcontractors relating to or arising
from performance of the Work. Each policy must be issued by a company licensed to do business in
California, and with a strength and size rating from A.M. Best Company of A -VIII or better. Contractor
must provide City with certificates of insurance and required endorsements as evidence of coverage with
the executed Contract, or through the PINSAdvantage website https,//www.t)insadvantage.com/ upon
request by the City, and before the City authorizes Contractor to proceed with the Work.
9.1 Workers' Compensation. Statutory coverage is required by the California Workers'
Compensation Insurance and Safety Act. If Contractor is self-insured, it must provide its duly authorized
Certificate of Permission to Self -Insure. In addition, Contractor must provide employer's liability insurance
with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease.
9.2 Liability. Commercial General Liability ("CGL") insurance issued on an occurrence basis,
including coverage for liability arising from Contractor's or its subcontractor's acts or omissions in
performing the Work, including Contractor's protected coverage, blanket contractual, products and
completed operations, broad form property damage, vehicular coverage, and employer's non -ownership
liability coverage, with limits of at least $2,000,000 per occurrence and $4,000,000 general aggregate.
9.3 Automotive. Commercial automotive liability coverage for owned, non -owned and hired
vehicles must provide coverage of at least $1,000,000 combined single limit per accident for bodily injury,
death, or property damage.
Removal of Underground Storage Tank Up to $175,000 Contract
City Project #: 11357-02 Page 2
Approved by City Attorney, dated 02/27/2020
9.4 Pollution Liability. The pollution liability insurance policy must be issued on an occurrence
basis, providing coverage of at least $2,000,000 for all loss arising out of claims for bodily injury, death,
property damage, or environmental damage caused by pollution conditions resulting from the Work.
9.5 Subrogation Waiver. Each required policy must include an endorsement that the insurer
waives any right of subrogation it may have against the City or the City's insurers.
9.6 Required Endorsements. The CGL policy and the automotive liability policy must include
the following specific endorsements:
(1) The City, including its Council, officials, officers, employees, agents, volunteers and
consultants (collectively, "Additional Insured") must be named as an additional insured for
all liability arising out of the operations by or on behalf of the named insured, and the policy
must protect the Additional Insured against any and all liability for personal injury, death or
property damage or destruction arising directly or indirectly in the performance of the
Contract.
(2) The inclusion of more than one insured will not operate to impair the rights of one
insured against another, and the coverages afforded will apply as though separate policies
have been issued to each insured.
(3) The insurance provided is primary and no insurance held or owned by City may be
called upon to contribute to a loss ("primary and non-contributory").
(4) Any umbrella or excess insurance must contain or be endorsed to contain a provision
that such coverage will also apply on a primary or non-contributory basis for the benefit of
City before the City's own insurance or self-insurance will be called upon to protect it as a
named insured.
(5) This policy does not exclude explosion, collapse, underground excavation hazard, or
removal of lateral support.
10. Labor Code Compliance. Unless the Contract Price is $1,000 or less, the Contract is subject to
all applicable requirements of Chapter 1 of Part 7 of Division 2 of the Labor Code, beginning at section
1720, and the related regulations, including but not limited to requirements pertaining to wages, working
hours and workers' compensation insurance. Contractor must also post all job site notices required by
laws or regulations pursuant to Labor Code section 1771.4.
10.1 Prevailing Wages. Each worker performing Work under this Contract that is covered under
Labor Code section 1720 or 1720.9, must be paid at a rate not less than the prevailing wage as defined in
sections 1771 and 1774 of the Labor Code. The prevailing wage rates are on file with the City Engineer's
office and are available online at http://www.dir.ca.gov/DLSR. Pursuant to Labor Code section 1775,
Contractor and any subcontractor will forfeit to City as a penalty up to $200 for each calendar day, or
portion of a day, for each worker paid less than the applicable prevailing wage rate, in addition to paying
each worker the difference between the applicable wage rate and the amount actually paid.
10.2 Working Day. Pursuant to Labor Code section 1810, eight hours of labor consists of a
legal day's work. Pursuant to Labor Code section 1813, Contractor will forfeit to City as a penalty the sum
of $25 for each day during which a worker employed by Contractor or any subcontractor is required or
permitted to work more than eight hours during any one calendar day, or more than 40 hours per
calendar week, unless such workers are paid overtime wages under Labor Code section 1815. All Work
must be carried out during regular City working days and hours unless otherwise specified in Exhibit A or
authorized in writing by City.
Removal of Underground Storage Tank Up to $175,000 Contract
City Project #: 11357-02 Page 3
Approved by City Attorney, dated 02/27/2020
10.3 Payroll Records. Contractor and its subcontractors must maintain certified payroll records
in compliance with Labor Code sections 1776 and 1812, and all implementing regulations promulgated by
the Department of Industrial Relations ("DIR"). For each payroll record, Contractor and its subcontractors
must certify under penalty of perjury that the information in the record is true and correct, and that it has
complied with the requirements of Labor Code sections 1771, 1811, and 1815. Unless the Contract Price
is under $25,000, Contractor must electronically submit certified payroll records to the Labor
Commissioner as required under California law and regulations.
10.4 Apprentices. If the Contract Price is $30,000 or more, Contractor must comply with the
apprenticeship requirements in Labor Code section 1777.5.
10.5 DIR Monitoring, Enforcement, and Registration. This Project is subject to compliance
monitoring and enforcement by the DIR pursuant to Labor Code section 1725.5, and, subject to the
exception set forth below, Contractor and any subcontractors must be registered with the DIR to perform
public works projects. The registration requirements of Labor Code section 1725.5 do not apply if the
Contract Price is for under $25,000.
11. Workers' Compensation Certification. Under Labor Code section 1861, by signing this
Contract, Contractor certifies as follows: "I am aware of the provisions of Labor Code section 3700 which
require every employer to be insured against liability for workers' compensation or to undertake self-
insurance in accordance with the provisions of that code, and I will comply with such provisions before
commencing the performance of the Work on this Contract."
12. Termination.
12.1 Termination for Convenience. City reserves the right to terminate all or part of the
Contract for convenience upon written notice to Contractor. Upon receipt of such notice, Contractor must:
immediately stop the Work, including under any terms or conditions that may be specified in the notice;
comply with City's instructions to protect the completed Work and materials; and use its best efforts to
minimize further costs. In the event of City's termination for convenience, Contractor waives any claim for
damages, including for loss of anticipated profits from the Project. If City terminates the Contract for
convenience, City will only owe Contractor payment for the Work satisfactorily performed before Contract
termination, as well as five percent of the total value of the Work performed as of the date of notice of
termination or five percent of the value of the Work yet to be completed, whichever is less, which is
deemed to cover all overhead and profit to date.
12.2 Termination for Default. The City may terminate this Contract for cause for any material
default. Contractor may be deemed in default for a material breach of or inability to perform the Contract,
including Contractor's refusal or failure to supply sufficient skilled workers, proper materials, or equipment
to perform the Work within the Contract Time; refusal or failure to make prompt payment to its employees,
subcontractors, or suppliers or to correct rejected work; disregard of laws, regulations, ordinances, rules,
or orders of any public agency with jurisdiction over the Project; lack of financial capacity to complete the
Work within the Contract Time; or responsibility for any other material breach of the Contract
requirements. If City terminates the Contract for cause, City will only owe Contractor payment for the
Work satisfactorily performed before Contract termination.
13. Dispute Resolution. Any dispute arising under or related to this Contract is subject to the
dispute resolution procedures of Public Contract Code sections 9401 and 20104 et. seq., which are
incorporated by reference.
14. Waiver. A waiver by City of any breach of any term, covenant, or condition in this Contract will
not be deemed a waiver of any subsequent breach of the same or any other term, covenant, or condition
contained herein, regardless of the character of any such breach.
Removal of Underground Storage Tank Up to $175,000 Contract
City Project #: 11357-02 Page 4
Approved by City Attorney, dated 02/27/2020
15. Warranty. Contractor guarantees and warrants the Work and the materials used or provided for
the Project for a period of one year, beginning upon City's acceptance of the Work for the Project as
complete ("Warranty Period"). During the Warranty Period, upon notice from the City of any defect in the
Work or the materials, Contractor must, at its sole expense, promptly repair or replace the defective Work
or materials, including repair or replacement of any other Work or materials that is or are displaced or
damaged during the warranty work, excepting any damage resulting from ordinary wear and tear.
16. Worksite Conditions.
16.1 Clean and Safe. Contractor must maintain the Work site and staging and storage areas in
a clean and neat condition and must ensure it is safe and secure. On a daily basis the Contractor must
remove and properly dispose of debris and waste materials from the Work site.
16.2 Inspection. Contractor will make the Work accessible at all times for inspection by the City
16.3 Hazardous Materials. Unless otherwise specified in the Contract documents, this Contract
does not include the removal, handling, or disturbance of any asbestos or other hazardous materials, as
identified by any federal, state, or local law or regulation. If Contractor encounters materials on the
Project site that Contractor reasonably believes to be asbestos or other hazardous materials, and the
asbestos or other hazardous materials have not been rendered harmless, Contractor may continue Work
in unaffected areas reasonably believed to be safe, but must immediately cease Work on the area
affected and report the condition to City. No asbestos, asbestos -containing products or other hazardous
materials may be used in performance of the Work.
16.4 Utilities, Trenching and Excavation. As required by Government Code section 4215, if,
during the performance of the Work, Contractor discovers utility facilities not identified by City in the
Contract documents, Contractor must immediately provide written notice to City and the utility. In
performing any excavations or trenching work, Contractor must comply with all applicable operator
requirements in Government Code sections 4216 through 4216.5. If the trenching or excavation extends
deeper than four feet below the surface, then it must also comply with Public Contract Code section 7104.
17. Records. Unless otherwise specified in Exhibit A, Contractor must maintain and update a
separate set of as -built drawings while the Work is being performed, showing changes from the Work as
planned in Exhibit A, or any drawings incorporated into this Contract. The as -built drawings must be
updated as changes occur, on a daily basis if necessary.
18. Conflicts of Interest. Contractor, its employees, subcontractors and agents, may not have,
maintain or acquire a conflict of interest in relation to this Contract in violation of any City ordinance or
policy or in violation of any California law, including under Government Code section 1090 et seq. and
under the Political Reform Act as set forth in Government Code section 81000 et seq. and its
accompanying regulations. Any violation of this Section constitutes a material breach of the Contract.
19. Non -Discrimination. No discrimination will be made in the employment of persons under this
Contract because of the race, color, national origin, ancestry, religion, gender or sexual orientation of
such person.
20. Independent Contractor. City and Contractor intend that Contractor will perform the Work under
this Contract as an independent contractor. Contractor is solely responsible for its means and methods in
performing the Work. Contractor is not an employee of City and is not entitled to participate in health,
retirement or any other employee benefits from City.
21. Assignment of Unfair Business Practice Claims. Under Public Contract Code section 7103.5,
Contractor and its subcontractors agree to assign to City all rights, title, and interest in and to all causes
of action it may have under section 4 of the Clayton Act (15 U.S.C. section 15) or under the Cartwright
Removal of Underground Storage Tank Up to $175,000 Contract
City Project #: 11357-02 Page 5
Approved by City Attorney, dated 02/27/2020
Act (Chapter 2 (commencing with section 16700) of Part 2 of Division 7 of the Business and Professions
Code), arising from purchases of goods, services, or materials pursuant to the Contract or any
subcontract. This assignment will be effective at the time City tenders final payment to Contractor,
without further acknowledgement by the parties.
22. Notice. Any notice, billing, or payment required by or pursuant to the Contract documents must
be made in writing, signed, dated and sent to the other party by personal delivery, U.S. Mail, a reliable
overnight delivery service, or by email as a PDF (or comparable) file. Notice is deemed effective upon
delivery unless otherwise specified. Notice for each parry must be given as follows:
City:
Address: 111 Morphew Street
City/State/Zip: San Rafael, CA 94901
Phone: (415) 458-5347
Attn: Shawn Graf, Project Manager
Email: shawn.graf@cityofsanrafael.org
Contractor:
Name:
Golden Gate Tank Removal Inc.
Address:
1480 Carroll Ave
City/State/Zip:
San Francisco, CA 94124
Phone:
(415) 512-1555
Attn:
Tim Hallen
Email:
tim@ggtr.com
23. General Provisions.
23.1 Compliance with All Laws. Contractor will comply with all applicable federal, state, and
local laws and regulations including, but not limited to, unemployment insurance benefits, FICA laws,
conflict of interest laws, and local ordinances. Work may only be performed by qualified and experienced
workers who are not employed by the City and who do not have any contractual relationship with City,
with the exception of this Contract.
23.2 Provisions Deemed Inserted. Every provision of law required to be inserted in the
Contract is deemed to be inserted, and the Contract will be construed and enforced as though such
provision has been included. If it is discovered that through mistake or otherwise that any required
provision was not inserted, or not correctly inserted, the Contract will be deemed amended accordingly.
23.3 Assignment and Successors. Contractor may not assign its rights or obligations under
this Contract, in part or in whole, without City's written consent. This Contract is binding on Contractor's
and City's lawful heirs, successors and permitted assigns.
23.4 Third Party Beneficiaries. There are no intended third -party beneficiaries to this Contract.
23.5 Governing Law and Venue. This Contract will be governed by California law and venue
will be in the Superior Court of Marin County, and no other place.
23.6 Amendment. No amendment or modification of this Contract will be binding unless it is in a
writing duly authorized and signed by the parties to this Contract.
23.7 Integration; Severability. This Contract and the Contract documents incorporated herein,
including authorized amendments or change orders thereto, constitute the final, complete, and exclusive
terms of the agreement between City and Contractor. If any provision of the Contract documents, or
Removal of Underground Storage Tank Up to $175,000 Contract
City Project #: 11357-02 Page 6
Approved by City Attorney, dated 02/27/2020
portion of a provision, is determined to be illegal, invalid, or unenforceable, the remaining provisions of
the Contract documents will remain in full force and effect.
23.8 Authorization. Each individual signing below warrants that he or she is authorized to do so
by the party that he or she represents, and that this Contract is legally binding on that party. If Contractor
is a corporation, signatures from two officers of the corporation are required pursuant to California
Corporation Code section 313.
[Signatures are on the following page.]
Removal of Underground Storage Tank Up to $175,000 Contract
City Project #: 11357-02 Page 7
Approved by City Attorney, dated 02/27/2020
The parties agree to this Contract as witnessed by the signatures below:
CITY: 1
s/ -- f
Jim Sch ; City Manager
Date: -�;- - 4 L L,
Attest:
S/ ,CJ
p.
Lindsay Lara, City Clerk
Date:
Approved as to form:
sl L4.6.
Robert F. Epstein, City Attorney
Date: ,5 -u -
CONTRACTOR: Golden Gate Tank Removal,Inc.
Business Name
t
Seal:
Tim Hallen , President
Name/Title
Date: 4/20/22
s/
Gina ee/Corporate Secretary
Name/Title
Date: 4/20/22
616521 2/28/2023
Contractor's California License Number(s) and Expiration Date(s)
Exhibit A: Scope of Work
Exhibit B: Bond Forms
Exhibit C: Noncollusion Declaration
Exhibit D: Bid Schedule
Exhibit E: Subcontractor List
END OF CONTRACT
Removal of Underground Storage Tank
City Project #: 11357-02
Approved by City Attorney, dated 02/27/2020
Up to $175,000 Contract
Page 8
Exhibit A
SCOPE OF WORK
Removal of Underground Storage Tank
City Project #: 11357-02
Approved by City Attorney, dated 02/27/2020
Up to $175,000 Contract
Scope of Work
Exhibit A
February 16, 2022 Proposal # 9693
Mr. Rich Souza
CSW/Stuber-Stroeh Engineering Group, .Inc.
RE: UNDERGROUND STORAGE TANK LOCATED ON IRWIN STREET
AT 2ND STREET, SAN RAFAEL, CALIFORNIA
Dear Mr. Souza:
Thank you for the opportunity to remove one underground petroleum fuel tank located on Irwin
Street at Second Street, San Rafael, California. I would like to submit this proposal for your
consideration.
Golden Gate Tank Removal, Inc. is a Licensed "A" General Engineering Contractor, Licensed
Concrete Contractor, Licensed Hazardous Substance Removal and Remedial Actions Contractor.
Our California contractor's license number is 616521. Golden Gate Tank Removal, Inc. carries
Worker's Compensation Insurance and $4 million dollars of Liability and Pollution Insurance and
Professional Errors and Omission Insurance. Insurance certificates can be provided upon request.
Here .is our proposal for your review. Please sign and date one copy and return it to my attention.
If you have any questions, please call me at (415) 512-1555
Sincerely,
Tim
Tian Hallen H a l l e n
Golden Gate Tank Removal, Inc.
Digitally signed byTim Hallen
DN: cn=Tim Hallen, o=Golden
Gate Tank Removal, Inc.,
cu=General Manager,
email=tim@ggtr.com, c=US
Date: 2022.02-16 12:31:02
-08,00,
1480 Carroll Avenue - San Francisco, CA 94124 - Tel.: 415.512.1555 Fax: 415.512.0964
General Engineering Contractors License No. 616521
Irwin St. and 2"' St, San Rafael California
Proposal &&. Contract # 9693
February 16, 2022
SCOPE OF WORK
Golden Gate Tank Removal, Inc. will perform the following tasks according to all applicable Federal, State
and Local regulations.
1. We will notify Underground Services Alert (USA) that a tank removal is planned and obtain a USA
number for permit application. USA will contact and instruct the utility companies to come out and
mark the major utilities in the area of the tank.
2. Arrange for a Traffic Control vendor who will provide equipment and personnel to direct vehicle and
pedestrian traffic around the work area and provide a metal safety fence or other barricade as needed,
to protect pedestrians from the work area.
3_ Prepare and submit an Underground Storage Tank Modification Application to the .Marin County
Department of Public Works Certified Unified Program Agency (Marin County DPW) and schedule
for an on-site inspection of the tank removal and sampling procedures.
4. Prepare a site-specific Health and Safety Plan as required by OSHA 29 CFR 1910.120. A copy of this
safety plan will be kept on-site, and one copy will be submitted to the Marin DPW.
5. Prepare and submit a letter to the State of California, Department of Industrial Relations, Division of
Occupational Safety and Health (OSHA) for all excavations in excess of five feet in depth as required
by Safety Order 3203. Golden Gate Tank Removal, Inc. maintains an annual permit for excavations.
6. Submit an application to the Bay Area Air Quality Management District, when required, with at least
five days written notice before tank removal begins as per Regulation 8, Rule 40 of the BAAQMD.
7. Schedule all work to be performed only on weekends and during non -peak. hours.
8. Notify the San .Rafael .Fire Department Bureau of .Fire Prevention for an on-site inspection to witness
proper displacement of combustible and/or flammable vapors and/or the cutting of any tank.
9. Standard trench shields may be used as needed for shoring or our Registered Engineer will provide
shoring calculations showing the location and depth of the excavation and a copy of the shoring tables
or calculations will be submitted to the County of Marin Department of Public Works.
10. Acquire all permits listed in this proposal and schedule all inspections listed in this proposal.
11. The excavation will be covered during off work periods with a steel traffic plate that is currently
provided on site to protect the excavation area.
12. Confirm all underground utilities are clear of the excavation before excavating.
13. Begin to excavate the soil on top of and around the underground tank.
14. Arrange for overburden stockpile soil storage at a location adjacent to the worksite or arrange for the
:Marin County DPW/CUPA to permit sampling the overburden soil in-situ prior to tank excavation and
to permit the direct loading of the soil for transport and disposal to eliminate the need for local
stockpile storage.
15. Arrange for acceptance of the overburden stockpile at a suitable facility according to applicable soil
disposal guidelines if needed.
Golden Gate Tank Removal, Inc. Page 2
San Francisco, California
Irwin St. and 2"' St, San Rafael California
Proposal & Contract # 9693
February 16, 2022
SCOPE OF WORK
16. The excavated soil will be appropriately disposed of offsite after laboratory analysis of the soil and
approval of the Marin County DPIAT/CtiPA.
17. Empty and clean the underground tank using high pressure hot water and detergent and have a licensed
hazardous waste hauler dispose of the fuel and the rinse water at a State Certified Treatment Facility
for recycling. The cost of the disposal of the residual product and rinse is not included in the price of
this contract.
18. To reduce the possibility of a fire, as needed, we will reduce the oxygen content of the tank by
displacing the combustible vapors, if present, prior to removal of the tank. This will be completed by
inserting a minimum of 3 pounds of solid carbon dioxide (dry ice.) for every 100 gallons of tank
volume as required by the San Rafael .Fire Department.
19. Remove one - 2000 gal [on or less underground fuel oil tank from the excavation and provide for
inspection by the .Marin County DPW.
20. Upon the approval of the San .Francisco Department of Public Health, we will certify the tank as non-
hazardous, load the tank on a truck and transport it to a metal recycler
21. If the tank cannot be rendered non -hazardous, we will load the tank on a licensed hazardous waste
truck, have the tank transported to a state certified treatment facility for final cleaning and disposal.
The transport and disposal of hazardous material is not included in the contract.
22. At the direction of the Marin County DPW/CUPA, we will collect the required samples, observing
correct sampling protocols. Normally two sample extractions two feet below the bottom of the fonner
tank and composite samples of the overburden stockpile.
23. Provide for state certified laboratory analysis of the required samples with a Chain of Custody record.
24. As required by the Marin County DPW, the sample analysis will be for Total (Extractable) Petroleum
Hydrocarbons (TPFT), Benzene, Toluene, Ethyl Benzene, & Xylene (BTEX), Naphthalene and 16 Poly
Aromatic Hydrocarbons (PAH's) or other analytes as directed.
25. Upon approval of the Marin County DPW, we will backfill the excavation with three sack sand slurry
tailgated to minus 12" from grade in preparation for a 12" HMA pavement section replacement or
other site restoration to be done by others.
26. Provide a final report for the Marin County DPW/CUPA in written narrative form to establish that
procedures and regulations for Marin County DPW have been observed and that outlines the
guidelines, results, and conclusions of the tank removal process.
27. Provide a copy of the final report for the client.
STATE LICENSE BOARD
Contractors are required by law to be licensed and regulated by the Contractors State License Board. Any
questions concerning a contractor may be referred to the Registrar, Contractors State License Board; 9835
Goethe Road Sacramento, California. The mailing address is: P.O. Box 26000, Sacramento, California
95826.
Golden Gate Tank Removal, Inc. Page 3
San Francisco, California
Irwin St. and 2"' St, San Rafael California
Proposal & Contract # 9693
February 16, 2022
SPECIAL CONDITIONS
The owner is to furnish Golden Gate Tank Removal, Inc. with a one-time California EPA ID Waste
Generator Number. GGTR will assist in obtaining this number.
The costs and schedules of this proposal are based on information provided by the owner and the
assumption that soil and groundwater contamination has not occurred as a result of an unauthorized release
of hydrocarbon products.
PRODUCT INSIDE TANK
Cost for the removal and disposal of residual fuel (liquid) and rinse water or any material from inside the
tank is not included in the price of the contract. The cost of the removal and disposal of these items
including vacuum truck will be billed at cost plus 15%. If needed a sample of the tank contents will be
collected and submitted to a state certified laboratory to confirm information needed for acceptance of the
material at a recycling and disposal facility.
ITEMS NOT INCLUDED IN CONTRACT PRICE
Additional charges may be billed in addition to the stated contract price. If any of the following need to be
performed, a change order will be submitted for your approval. The price stated in this proposal does not
include the following:
A. Any remedial action, extra sampling, or tax assessment, or permits which may be required by the
Federal, State, or Local agencies.
B. The relocation, removal or repair of any utilities, concrete, piping or cutting of tank, if it becomes
necessary.
C. The cost for removal or replacement of soil that may be disturbed during the tank removal process.
D. The cost for removal, transport, or disposal of any material, hazardous or non -.hazardous, (such as the
tank, soil, residual product, rain, ground water, gasoline, solvent, oil, sludge, or chemicals, etc.) from
the tank, any excavation or the site.
GENERAL CONDITIONS
TERMINATION
This agreement may be terminated by either party upon five (5) days written notice. In the event of
termination, Golden Gate Tank Removal, Inc. shall be paid for services performed prior to the termination
notice date. This proposal may be withdrawn if not accepted within 30 days.
DISPUTES & COLLECTIONS
Failure to remit any payment in the time otherwise agreed in this contract shall constitute default of
contract. Tn the event of default, Golden Gate Tank Removal, Inc. shall be entitled to receive its costs in
pursuing collections, including interest and reasonable attorneys' fees. Should it become necessary for
either party to this contract to obtain its enforcement or interpretation in a court of law, then the prevailing
party in court shall be entitled, in addition to any other relief it receives, to its costs and reasonable
attorneys' fees.
Golden Gate Tank Removal, Inc.. Page 4
San Francisco, California
Irwin St. and 2'd St, San Rafael California
Proposal & Contract # 9693
February 16, 2022
COMPENSATION
The cost of (lie above-described work at Irwin Street and Second Street in San Rafael, shall be in the
amount of:
Tank Removal
Permits (Estimate $3,000.00)
Traffic Control (Estimate $2100/day for 3 days)
Laboratory Analysis (Estimate $2,160.00)
Tank Contents -Transport & Disposal (Est. $10/Gal)
Overburden Soil Stockpile Transport & Disposal
Tank Transport & Disposal as Hazardous (if required)
Surface Restoration
$54,720.00
Cost+15%
Cost+15%
Cost+15%
Cost+15%
Cost+15%
Cost+15 %
Cost+15%
$ 27,360.00 (50%) is due upon start of project.
The balance is due upon completion of the work. A service charge of 1'/2% per month is charged on all
delinquent accounts. The final report will be submitted to the owner and regulatory agencies upon receipt
of final payment.
Date:
February 16, 2022
Date:
Acceptance
Print Name & Title
PhoneTim
DN: only signed by en, o=G olden
DN: cn=Tim Hallen, o=Golden
Gate Tank Removal, Inc.,
ou=General Manager,
Hallen email=tim@ggt.co
US
Date: 2022.0.166 12:31:52
SlWO
I im Hallen
Golden Gate Tank Removal, Inc.
Golden Gate Tank Removal, Inc. Page 5
San Francisco, California
Exhibit B
BONDFORMS
Required for contracts over $25, 000.
Removal of Underground Storage Tank Up to $175,000 Contract
City Project #: 11357-02 Bond Forms
Approved by City Attomey, dated 02/27/2020
Bond #100649990
Premium: $1,094.00
Performance Bond
Golden Gate Tank
City of San Rafael ("City") and Removal , Inc . ("Contractor") have entered into a
contract, dated , 20 ("Contract") for work on the City's Removal of UST
("Project"). The Contract is incorporated by reference into this Performance Bond ("Bond").
American Contractors Indemnity Company
1. General. Under this Bond, Contractor as Principal andits
surety ("Surety"), are bound to City as obligee for an amount not less than $ 0
By executing this Bond, Contractor and Surety bind themselves and their respective heirs,
executors, administrators, successors and assigns, jointly and severally, to the provisions of this
Bond.
2. Surety's Obligations; Waiver. If Contractor fully performs its obligations under the Contract,
including its warranty obligations under the Contract, Surety's obligations under this Bond will
become null and void upon City's acceptance of the Project, provided Contractor has timely
provided a warranty bond as required under the Contract. Otherwise Surety's obligations will
remain in full force and effect until expiration of the one year warranty period under the Contract.
Surety waives any requirement to be notified of and further consents to any alterations to the
Contract made under the applicable provisions of the Contract documents, including changes to the
scope of Work or extensions of time for performance of Work under the Contract. Surety waives
the provisions of Civil Code sections 2819 and 2845.
3. Application of Contract Balance. Upon making a demand on this Bond for completion of the
Work prior to acceptance of the Project, City will make the Contract Balance available to Surety for
completion of the Work under the Contract. For purposes of this provision, the Contract Balance is
defined as the total amount payable by City to Contractor as the Compensation minus amounts
already paid to Contractor, and minus any liquidated damages, credits, or backcharges to which
City is entitled under the terms of the Contract.
4. Contractor Default. Upon written notification from City that Contractor is in default under the
Contract, time being of the essence, Surety must act within seven calendar days of receipt of the
notice to remedy the default through one of the following courses of action:
4.1 Arrange for completion of the Work under the Contract by Contractor, with City's consent,
but only if Contractor is in default solely due to its financial inability to complete the Work;
4.2 Arrange for completion of the Work under the Contract by a qualified contractor
acceptable to City, and secured by performance and payment bonds issued by an admitted
surety as required by the Contract documents, at Surety's expense; or
4.3 Waive its right to complete the Work under the Contract and reimburse City the amount
of City's costs to have the remaining services completed.
5. Surety Default. If Surety defaults on its obligations under the Bond, City will be entitled to recover
all costs it incurs due to Surety's default, including legal, design professional, or delay costs
6. Notice. Notice to Surety must be given or made in writing and sent to the Surety via personal
delivery, U.S. Mail, or a reliable overnight delivery service, or by email as a PDF (or comparable)
file. Notice is deemed effective upon delivery unless otherwise specified. Notice for the Surety
must be given as follows:
Removal of Underground Storage Tank Up to $175,000 Contract
City Project #: 11357-02 Performance Bond
Approved by City Attorney, dated 02/27/2020
Attn: American Contractors Indemnity Company
Address: 801 S. Figueroa Street, Suite 700
City/State/Zip: Los Angeles, CA 90017
P hone: 310-649-0990
Fax:
Email:
7. Law and Venue. This Bond will be governed by California law, and any dispute pursuant to this
Bond will be venued in the Superior Court of Marin County, and no other place. Surety will be
responsible for City's attorneys' fees and costs in any action to enforce the provisions of this Bond.
8. Effective Date; Execution. This Bond is entered into and effective on April 20.
20 22 Three identical counterparts of this Bond, each of which is deemed an original for all
purposes, are hereby executed and submitted.
Name/ I Itle [pnntj
(Attach Acknowledgment with Notary Seal and Power of Attorney)
CONTRACTOR:
Golden Gate Tank Removal,Inc.
Business Name
Tim Hallen/President
Name/Title
s/
Gina F
Name/Title
APPROVED BY CITY:
orate Secret
END OF PERFORMANCE BOND
Removal of Underground Storage Tank Up to $175,000 Contract
City Project #: 11357-02 Performance Bond
Approved by City Attorney, dated 02/27/2020
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189
'" �Cf'iG'fC-�•�:-c't-�1`.cN.cCry`,cx�c:•('.rf'.cY"rr<
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California j
County of Sacramento )
1 I)o= i J. Swalley, notary public
On jf' __ before me,
Date Here Insert Name and Title of the Officer
personally appeared Shirley Baugh
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s),
or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
is true and correct.
w WITNESS my hand and official seal.
J. SWALLEY
9mmisslan # 226NWAFy Public - California g
iT� §�Er�mentnCounty s SI nature
T €5603
MY Wnm, Expires Nov 30, zozz Signature of Notary Publ'
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing,
02016 National Notary Association • www.NationaiNotary.org - 1 -800 -US NOTARY (1-800-876-6827) Item #5907
TOKIO MARI N E
HCC
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That American Contractors Indemnity Company of the State of California, a California corporation, does hereby appoint,
SHIRLEY BAUGH
its true and lawful Attorney -in -Fact, with full authority to execute on its behalf bond number 100649990
issued in the course of its business and to bind the Company thereby, in an amount not to
Three million and 00/100 ( S3,000,000.00
exceed
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following resolutions adopted
by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting duly called and held on the 1s' day of
September. 2011.
"Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be
and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and
act for and on behalf of the Company subject to the following provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge
and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings,
including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts,
and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed
by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate
Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of
attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached."
The Attorney -in -Fact named above may be an agent or a broker of the Company. The granting of this Power of Attorney is specific to this
bond and does not indicate whether the Attorney -in -Fact is or is not an appointed agent of the Company.
IN WITNESS WHEREOF, American Contractors Indemnity Company
President on this 15' day of June, 2018..&1111 k"Ijl oft ,,
... ....
••. fir,
State of California
= � � riGAR►pRAtfp y
County of Los Angeles
has caused its seal to be affixed hereto and executed by its
AMERICAN CONT CTO S INDEMNITY COMPANY
By:
AdaiPn S. Pessin, President
A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which
this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
On this Is' day of June, 2018, before me, Sonia O. Carrejo, a notary public, personally appeared Adam S. Pessin, President of American
Contractors Indemnity Company, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to
the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the
instrument the person, or the entity upon behalf of which the person acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of CALIFORNIA that the foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature
J06*
4,?�
(seal)
I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, do hereby certify that the Power of Attorney and the
resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that
neither the said Power of Attorney nor the resolution have been revoked and they are now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand this 20th day of April 2022
`,pur 11 urury��
Bond No. 100649990
Agency No- 2011 '"P°R`TE
0 =y= Kio Lo, Asksant Secretary
" '"itis"'- HCCSZZPOAACIC06/2018
visit tmhcc.com/surety for more information
Bond #100649990
Premium included in performance bond
Payment Bond
Golden Gate
City of San Rafael ("City") and Tank Removal, Inc .('Contractor") have entered into a
contract, dated , 20_ ("Contract") for work on the City' s Removal of UST
("Project"). The Contract is incorporated by reference into this Payment Bond ("Bond").
1. General. Under this Bond, Contractor as principal and American Contractors indemnity Company
its surety ("Surety"), are bound to City as obligee in an amount not less than
$ 54, 720.00 , under California Civil Code sections 9550, et seq.
2. Surety's Obligation. If Contractor or any of its subcontractors fails to pay any of the
persons named in California Civil Code section 9100 amounts due under the
Unemployment Insurance Code with respect to work or labor performed under the
Contract, or for any amounts required to be deducted, withheld, and paid over to the
Employment Development Department from the wages of employees of Contractor and its
subcontractors, under California Unemployment Insurance Code section 13020, with
respect to the work and labor, then Surety will pay for the same
3. Beneficiaries. This Bond inures to the benefit of any of the persons named in California
Civil Code section 9100, so as to give a right of action to those persons or their assigns in
any suit brought upon this Bond. Contractor must promptly provide a copy of this Bond
upon request by any person with legal rights under this Bond.
4. Duration. If Contractor promptly makes payment of all sums for all labor, materials, and
equipment furnished for use in the performance of the Work required by the Contract, in
conformance with the time requirements set forth in the Contract and as required by
California law, Surety's obligations under this Bond will be null and void. Otherwise,
Surety's obligations will remain in full force and effect.
5. Waivers. Surety waives any requirement to be notified of alterations to the Contract or
extensions of time for performance of the Work under the Contract. Surety waives the
provisions of Civil Code sections 2819 and 2845. City waives requirement of a new bond
for any supplemental contract under Civil Code section 9550. Any notice to Surety may be
given in the manner specified in the Contract and delivered or transmitted to Surety as
follows:
Attn: American Contractors Indemnity Company
Address: 801 S. Figueroa Street, Suite 700
City/State/Zip: Los Angeles, CA 90017
Phone: 310-649-0990
Fax -
Email
6. Law and Venue. This Bond will be governed by California law, and any dispute pursuant
to this Bond will be venued in the Superior Court of Marin County, and no other place
Surety will be responsible for City's attorneys' fees and costs in any action to enforce the
provisions of this Bond.
Removal of Underground Storage Tank Up to $175,000 Contract
City Project #: 11357-02 Payment Bond
Approved by City Attorney, dated 02/27/2020
7. Effective Date; Execution. This Bond is entered into and is effective on April 20
20 22. Three identical counterparts of this Bond, each of which is deemed an original for all
purposes, are hereby executed and submitted.
SURETY: American Contractors Indemnity Company
Business Name
s/ A h11/1 L�JA J
Shirley Baugh, Attorn -in-Fact
Name/Title
(Attach Acknowledgment with Notary Seal and Power of Attorney)
CONTRACTOR:Golden Gate Tank Removal,Inc_
Bus`f inees�ss Name
Tim Hallen/President
Name/Title
s/
—kwv��.
Gina Wee/Corporate Secretary
Name/Title
APPROVED BY CITY:
s/ L:2�-a a
Name/Title
END OF PAYMENT BOND
Removal of Underground Storage Tank Up to $175,000 Contract
City Project #: 11357-02 Payment Bond
Approved by City Attorney, dated 02/27/2020
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189
"Fx�'s"sc�.LY't-t'<r�-r•�-rr-�•�r�-rrr<e•<-c�ti:,=.__',r�^c«-crK^rcx�rr�c:trr6_��C,c.S�C>�a:�,c-r�t:rrrrc.^��.r<-n-.rrr<r
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Sacramento
On !t'�---a ' _ before me, ,
Date
personally appeared
J. Swalley, notary public
Shirley Baugh
Here Insert Name and Title of the Officer
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s),
or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph
QF.J, SWAT I EY is true and correct.
Na[Ary P011C - California
tMFl;imvnsn County WITNESS my hand and official seal.
C"IbMIWOM H ESQ 5603
My C.u.'AitiEkOUi!s N6v 30, 2oaz
Signature
Signature of Notary Pu
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
'34."+.'tU..`uv�G:Cv+%"t�%vr7S:4.C1�"4x:`tf7 rX +SP?Y.r�L`.' fY+�I>'L�C.S�ieJ �L?G�CSGY+C7G%<•�L7L^C-:,t."1{.tYv"-2.Y-rv=`v'°-' x:{v`L" vXIV YY . x
02016 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907
Q 0 TOKIO MARI NE
HCC
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That American Contractors Indemnity Company of the State of California, a California corporation, does hereby appoint,
SHIRLEY BAUGH
its true and lawful Attorney -in -Fact, with full authority to execute on its behalf bond number 100649990
issued in the course of its business and to bind the Company thereby, in an amount not to exceed
Three million and 00/100 [ S3.000.000.00 }
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following resolutions adopted
by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting duly called and held on the 15' day of
September, 2011.
"Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be
and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and
act for and on behalf of the Company subject to the following provisions:
Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge
and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings,
including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts,
and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed
by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate
Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of
attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached."
The Attorney -in -Fact named above may be an agent or a broker of the Company. The granting of this Power of Attorney is specific to this
bond and does not indicate whether the Attorney -in -Fact is or is not an appointed agent of the Company.
IN WITNESS WHEREOF, American Contractors Indemnity Company has caused its seal to be affixed hereto and executed by its
President on this 1 sI day of June, 2018. "'Acro'"'
...........
State of California ,�
AMERICAN CONT CTD S INDEMNITY COMPANY
_� �
nsoeroaRrer :� _
County of Los Angeles w; sePr n-"'° By:
•�., �..._•_,..,.• Pessin, President
•.,,-0LrFOAN�,a
A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which
this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
On this 1st day of June, 2018, before me, Sonia O. Carrejo, a notary public, personally appeared Adam S. Pessin, President of American
Contractors Indemnity Company, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to
the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the
instrument the person, or the entity upon behalf of which the person acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of CALIFORNIA that the foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature
5041A C
(seal)c^ llsa 121394",
Aly CamMEIP"A0, 22, 20i2
I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, do hereby certify that the Power of Attorney and the
resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that
neither the said Power of Attorney nor the resolution have been revoked and they are now in full force and effect.
IN WITNESS WHEREOF, I have hereunto set my hand this 20th day of
Bond No. 100649990
Agency No. 2011
Ez=_
wcoRPowaEo
SEPT. 25, 1990
t C5
visit tmhcc.com/surety for more information
April 2022
44z�
Kio Lo, As n€ Secretary
H C C SZ Z P OAAC I C 06/2018
Bid Bond
("Bidder") has submitted a bid,
dated 20 ("Bid"), to the City of San Rafael ("City") for work on
the ("Project'). Under this duly executed bid bond ("Bid Bond"), Bidder as Principal and
its surety ("Surety"), are bound to City as obligee in the penal sum
of ten percent of the maximum amount of the Bid (the "Bond Sum"). Bidder and Surety bind themselves
and their respective heirs, executors, administrators, successors and assigns, jointly and severally, as
follows:
General. If Bidder is awarded the Contract for the Project, Bidder will enter into the Contract with
City in accordance with the terms of the Bid.
2. Submittals. Within ten days following issuance of the Notice of Award to Bidder, Bidder must
submit to City the following:
2.1 Contract. The executed Contract, using the form provided by City in the Project contract
documents ("Contract Documents");
2.2 Payment Bond. A payment bond for 100% of the maximum Contract Price, executed by a
surety licensed to do business in the State of California using the Payment Bond form
included with the Contract Documents;
2.3 Performance Bond. A performance bond for 100% of the maximum Contract Price,
executed by a surety licensed to do business in the State of California using the Performance
Bond form included with the Contract Documents; and
2.4 Insurance. The insurance certificate(s) and endorsement(s) required by the Contract
Documents, and any other documents required by the Instructions to Bidders or Notice of
Award.
3. Enforcement. If Bidder fails to execute the Contract and to submit the bonds and insurance
certificates as required by the Contract Documents, Surety guarantees that Bidder forfeits the Bond
Sum to City. Any notice to Surety may be given in the manner specified in the Contract and
delivered or transmitted to Surety as follows:
Attn:
Address.
City/State/Zip:
Phone:
Fax:
Email.
4. Duration and Waiver. If Bidder fulfills its obligations under Section 2, above, then this obligation
will be null and void; otherwise it will remain in full force and effect for 60 days following the bid
opening or until this Bid Bond is returned to Bidder, whichever occurs first. Surety waives the
provisions of Civil Code §§ 2819 and 2845.
[Signatures are on the following page.]
Removal of Underground Storage Tank Up to $175,000 Contract
City Project #: 11357-02 Bid Bond
Approved by City Attorney, dated 2/27/2020
This Bid Bond is entered into and effective on , 20
SURETY:
Business Name
s/
Name, Title
Date
(Attach Acknowledgment with Notary Seal and Power of Attorney)
BIDDER:
Business Name
s/
Name, Title
Date
END OF BID BOND
Removal of Underground Storage Tank Up to $175,000 Contract
City Project #: 11357-02 Bid Bond
Approved by City Attorney, dated 2/27/2020
Exhibit C
NONCOLLUSION DECLARATION
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
The undersigned declares:
I am the [title] of _
[business name], the party making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company,
association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has
not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has
not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in
a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by
agreement, communication, or conference with anyone to fix the bid price of the bidder or any other
bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All
statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid
price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to
any corporation, partnership, company, association, organization, bid depository, or to any member or
agent thereof, to effectuate a collusive or sham bid, and has not paid and will not pay, any person or
entity for such purpose.
This declaration is intended to comply with California Public Contract Code § 7106 and Title 23 U.S.0 §
112.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and
correct and that this declaration is executed on [date], at
[city], [state].
s/
Name [print]
END OF NONCOLLUSION DECLARATION
Removal of Underground Storage Tank Up to $175,000 Contract
City Project #: 11357-02 Noncollusion Declaration
Approved by City Attorney, dated 2/27/2020
Exhibit D
BID SCHEDULE
This Bid Schedule must be completed in ink and included with the sealed Bid Proposal. Pricing must be
provided for each Bid Item as indicated. Items marked "(SW)" are Specialty Work that must be performed
by a qualified Subcontractor. The lump sum or unit cost for each item must be inclusive of all costs, whether
direct or indirect, including profit and overhead. The sum of all amounts entered in the "Extended Total
Amount' column must be identical to the Base Bid price entered in Section 1 of the Bid Proposal form.
AL = Allowance CF = Cubic Feet CY = Cubic Yard EA = Each LB = Pounds
LF = Linear Foot LS = Lump Sum SF = Square Feet TON = Ton (2000 lbs.)
BID
ITEM
NO.
ITEM DESCRIPTION
EST. QTY.
UNIT
UNIT
COST
EXTENDED
TOTAL AMOUNT
TOTAL BASE BID: Items 1 through inclusive
Note: The amount entered as the "Total Base Bid" should be identical to the Base Bid amount entered in
Section 1 of the Bid Proposal form.
Removal of Underground Storage Tank
City Project #: 11357-02
Approved by City Attorney, dated 2/27/2020
Up to $175,000 Contract
Bid Schedule
This Bid Proposal is hereby submitted on
s/
s/
Company Name
Address
City, State, Zip
Contact Name
20_
Name and Title
Name and Title
License #, Expiration Date, and Classification
DIR Registration #
Phone
Contact Email
Addenda. Bidder agrees that it has confirmed receipt of or access to, and reviewed, all addenda issued
for this Bid. Bidder waives any claims it might have against the City based on its failure to receive,
access, or review any addenda for any reason. Bidder specifically acknowledges receipt of the following
addenda:
Addendum- Date Received: Addendum: Date Received:
#01 #05
#02 #06
#03 #07
#04 #08
END OF BID SCHEDULE
Removal of Underground Storage Tank
City Project #: 11357-02
Approved by City Attorney, dated 2/27/2020
Up to $175,000 Contract
Bid Schedule
Exhibit E
SUBCONTRACTOR LIST
For each Subcontractor that will perform a portion of the Work in an amount in excess of one-half of 1 %
of the bidder's total Contract Price,' the bidder must list a description of the Work, the name of the
Subcontractor, its California contractor license number, the location of its place of business, its DIR
registration number, and the portion of the Work that the Subcontractor is performing based on a
percentage of the Base Bid price.
END OF SUBCONTRACTOR LIST
For street or highway construction this requirement applies to any subcontract of $10,000 or more.
Removal of Underground Storage Tank Up to $175,000 Contract
City Project #: 11357-02 Subcontractor List
Approved by City Attorney, dated 2/27/2020
CERTIFICATE OF LIABILITY INSURANCE
DATE (MM Y)
i�ARJ
04,01,2022/2022
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 have ADDITIONAL INSURED provisions or 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
CONTACT Maria Ricafort
NAME:
Calender -Robinson Company, Inc.
PAHONN (415) 978-3800 (415) 978-3825
AI No
E-MADDAREss: IL mricafort@calrob.com
0267063
1 ,000,000
EACH OCCURRENCE $
INSURER(S) AFFORDING COVERAGE NAIC #
233 Sansome St. Ste 508
INSURERA: Evanston Insurance Company 35378
San Francisco CA 94104
INSURED
INSURER B: United Financial Casualty Co. 11770
INSURER C:
Golden Gate Tank Removal, Inc
INSURER D:
1480 CARROLLAVENUE
INSURER E:
INSURER F:
SAN FRANCISCO CA 94124
COVERAGES CERTIFICATE NUMBER: CL2212731724 REVISION NUMBER:
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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
IL7A
TYPE OF INSURANCE
JNSD
WVD
POLICY NUMBER
POLICY EFF
MM/DD/YYYY
POLICY EXP
MMfDD/YYYY
LIMITS
COMMERCIAL GENERAL LIABILITY
1 ,000,000
EACH OCCURRENCE $
�/
CLAIMS -MADE OCCUR
A A N 50,000
PREMISES Ea occutranco S
MED EXP (Any one person) $ 5,000
PERSONAL BADV INJURY s 1,000,000
A
Y
Y
MKLV5ENV103429
01123/2022
01/23/2023
GEN'LAOUREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE $ 2.000,000
POLICY 171 @COT' r7 LOC
PRODUCTS - COMP/OP AGG S 2.000,000
$
OTHER
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT S 1,000,000
JEa acrldenl
BODILY INJURY (Per person) $
ANYAUTO
B
OWNED SCHEDULED
AUTOS ONLY AUTOS
06484167-4
01/23/2022
01/23/2023
BODILY INJURY (Per accident) $
PROPERTY DAMAGE $
Geraalden!
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
P
S
UMBRELLA LIABX OCCUR
EACH OCCURRENCE S 4,000,000
AGGREGATE $ 4'000'000
A
x
EXCESS LIAB CLAIMS -MADE
MKLV5EFX100697
01/23/2022
01/23/2023
DED I I RETENTION S
S
WORKERS COMPENSATIONPER
AND EMPLOYERS' LIABILITY �, / N
OTH-
STAT 7E ER
ANY PROPRIETOR/PARTNER/EXECUTIVE ❑
OFFICER/MEMBER EXCLUDED?
NIA
EL EACH ACGIDENT $
EJ_ DISEASE -EA EMPLOYEE $
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
I
I
E L DISEASE - POLICY LIMIT S
A
Pollution Liability
Professional Liability
MKLV5ENV103429
01/23/2022
01/23/2023
Pollution Condition Llmit $1,000,000
Each Claim Limit $1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required)
The City Of San Rafael, including its Council, officials, officers, employees, agents, volunteers and consultants are included as additional insured per the
attached endorsement. Liability is Primary and Non -Contributory. Wavier of Subrogation applies to general liability
"10 -Day notice of cancellaton applies for non-payment of premium.
CERTIFICATE HOLDER CANCELLATION
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City Of San Rafael
ACCORDANCE WITH THE POLICY PROVISIONS.
111 Morphew Avenue
AUTHORIZED REPRESENTATIVE
Department of Public Work
San Rafael CA 94901—��-
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
GOLDGAT-15 DGIRONj
ACaR� — DATE(MMIDOlYYYY) —I
CERTIFICATE OF LIABILITY INSURANCE 4/4/2022
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 have ADDITIONAL INSURED provisions or 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 CNAONTACT
CAL Insurance & Associates, Inc. i'HONE FAX
2311 Taraval Street (AIc.No,Ext: 415) 661-6500 WC,w)J415) 661-2254
San Francisco, CA 94116noR;s info@myCALteam.com
INSURERS AFFORDING COVERAGE NAIC #
INSURER A: State Compensation Ins. Fund 35076
INSURED INSURER B
Golden Gate Tank Removal, Inc. INSURERC:
1480 Carroll Ave INSURER D :
San Francisco, CA 94124
1 NSU RER E
INSURER F:
/`AVFRA2CC f CDTICf[`ATC MIIRARCIS• GCVICIA1J AIIfMRCD•
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
INSRTypE
OF INSURANCE
�ADDL
RM
SUER
WVD
POLICY NUMBER
POLICY EFF
POLICY EXP
LIMITS
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE ❑ OCCUR
EACH OCCURRENCE 5
G TO RENTERe S
occurm
MED EXP iAny oneperson) S
PERSONAL 8 ADV UL1JRY S
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY ❑ m9i F-1 LOC
OTHER
GENERAL AGGREGATE $
PRODUCTS- COMP/OPAGG S
$
AUTOMOBILE
LIABILITY
ANY AUTO
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
COMBINEO SINGLE LIMIT $
BODILY INJURY Perperson) $
BODILY INJURY (Per accident 5
PROPERTY DAMAGE
Per accident $
S
UMBRELLA LIAB OCCUR
EXCESS LIAB CLAIMS -MADE
'1947693-2021 1011/2021
EACH OCCURRENCE S
AGGREGATE $
DED I I RETENTION $
S
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETO RIPARTNER/EXECUTIVE YIN
W.1A
ER/MEMBER EXCLUDED? 7
atory in NH)
If yes, describe under
DESCRIPTION OF OPERATJONS below
X
10/112022
X PER I OTH-
STATUTE FIR
1,000,000
E.L. EACH ACCIDENT 5
1,000,000
E.L DISEASE- EA EMPLOYE S
1,000,000
E.L. DISEASE- POLICY LIMIT S
I
DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required)
Waiver of Subrogation in favor of City Of San Rafael.
rE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Ci Of San Rafael THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City ACCORDANCE WITH THE POLICY PROVISIONS.
Department of Public Works
111 Morphew Avenue
San Rafael, CA 94901 AUTHORIZED REPRESENTATIVE
ACORD 25 (2016103) ©1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
ENDORSEMENT AGREEMENT
WAIVER OF SUBROGATION
BLANKET BASIS
HOME OFFICE
SAN FRANCISCO EFFECTIVE OCTOBER 1 2021 AT 12 01 A.M.
AND EXPIRING OCTOBER 1 2021 AT 12 Cl A.M.
ALL EFFECTIVE DATES ARE
AT 12:C1 AM PACIFIC
STANDARD TIME OR THE
TIME INDICATED AT
PACIFIC STANDARD TIME
GOLDEN GATE TANK REMOVAL INC
1480 CARROLL AVE
SAN FRANCISCO CA 94124
WE HAVE THE RIGHT TO RECOVER OUR PAYMENTS FROM ANYONE
LIABLE FOR AN INJURY COVERED BY THIS POLICY WE WILL
NOT ENFORCE OUR RIGHT AGAINST THE PERSON OR
ORGANIZATION NAMED IN THE SCHEDULE
THIS AGREEMENT APPLIES ONLY TO THE EXTENT THAT YOU
PERFORM WORK UNDER A WRITTEN CONTRACT THAT REQUIRES YOU
TO OBTAIN THIS AGREEMENT FROM US
THE ADDITIONAL PREMIUM FOR THIS ENDORSEMENT SHALL BE
2 CC$ OF THE TOTAL POLICY PREMIUM
:CN:101 mlll i101
PERSON OR ORGANIZATION
ANY PERSON OR ORGANIZATION
FOR WHOM THE NAMED INSURED
HAS AGREED BY WRITTEN
CONTRACT TO FURNISH THIS
WAIVER
JOB DESCRIPTION
BLANKET WAIVER OF
SUBROGATION
1947693-21
RENEWAL
NA
4-33-71-35
PAGE 1 OF
NOTHING IN THIS ENDORSEMENT SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND
ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY
OTHER THAN AS ABOVE STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE
HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR
LIMITATIONS IN THIS ENDORSEMENT.
COUNTERSIGNED AND ISSUED AT SAN FRANCISCO:
AUTHORIZED REPRESENT IVE
SCIF FORME '02'7 IREV.4-20'81
SEPTEMBER 10 2021
1
PRES DENT AND CEO 2572
OLO DP 2'7
COMMERCIAL GENERAL LIABILITY
III POLICY NUMBER: MKLV5ENV103429
BVI IRKEL- EVANSTON INSURANCE COMPANY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET ADDITIONAL INSURED -
OWNERS, LESSEES OR CONTRACTORS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
A. Section II — Who Is An insured is amended to include as an additional insured any person(s) or organization(s) to
whom the insured agrees to provide additional insured status in a written contract, provided such written contract is
signed by both parties and executed prior to the commencement of operations, 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.
However, the insurance afforded to such additional insured:
1. Only applies to the extent permitted by law; and
2. Will not be broader than that which you are required by the contract or agreement to provide for such additional
insured.
B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply:
This insurance does not apply to "bodily injury", "property damage", or "personal and advertising injury" occurring
after:
All work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the
additional insured at the location of the covered operations, including materials, parts or equipment furnished in
connection with such work, 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 for a
principal as a part of the same project.
C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of
Insurance:
The most we will pay on behalf of the additional insured is the amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable Limits Of Insurance shown in the Declarations;
whichever is less.
This endorsement will not increase the applicable Limits Of Insurance shown in the Declarations.
All other terms and conditions remain unchanged.
MEGL 1542 05 16 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1
with its permission_
COMMERCIAL GENERAL LIABILITY
POLICY NUMBER: MKLV5ENV103429
l�I IRKEV EVANSTON INSURANCE COMPANY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
SCHEDULE
Name Of Person Or Organization:
Any person(s) or organization(s) with whom the Named Insured agrees, in a written contract
executed prior to the 'occurrence", to waive rights of recovery
The following is added to Condition 8. Transfer Of Rights Of Recovery Against Others To Us under Section IV —
Commercial General Liability Conditions:
We waive any right of recovery we may have against any person or organization shown in the Schedule of this
endorsement. This waiver applies only to the person or organization shown in the Schedule of this endorsement.
All other terms and conditions remain unchanged.
MEGL 0241-01 05 16 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1
with its permission.
COMMERCIAL GENERAL LIABILITY
III POLICY NUMBER: MKLV5ENV103429
M IRKEL EVANSTON INSURANCE COMPANY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
EXCLUSION - OPERATIONS COVERED BY A CONSOLIDATED
(WRAP-UP) INSURANCE PROGRAM
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE FORM
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM
Please refer to each Coverage Form to determine which terms are defined. Words shown in quotations on this
endorsement may or may not be defined in all Coverage Forms.
The following is added to Paragraph 2. Exclusions under Bodily Injury And Property Damage Liability coverage:
This insurance does not apply to:
Wrap-up Operations
"Bodily injury" or "property damage" arising out of your ongoing operations or your operations included within the
"products -completed operations hazard" at any location where a consolidated (wrap-up) insurance program has been
provided by the prime contractor, project manager or owner of the construction project in which you are involved.
This exclusion applies whether or not the consolidated (wrap-up) insurance program:
(1) Provides coverage identical to that provided by this Coverage Form;
(2) Has limits adequate to cover all claims or "suits"; or
(3) Remains in effect.
For the purposes of this endorsement, consolidated (wrap-up) insurance program includes an owner -controlled insurance
program and any otherjob or project specific insurance program.
All other terms and conditions remain unchanged.
MEGL 1331 11 15 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1
with its permission.
ENVIRONMENTAL
POLICY NUMBER: MKLV5ENV103429
NUIRKEU EVANSTON INSURANCE COMPANY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
AUTOMATIC PRIMARY AND NON-CONTRIBUTORY INSURANCE
This endorsement modifies insurance provided under the following, where indicated by an "X" in the checkbox below:
®COMMERCIAL GENERAL LIABILITY COVERAGE FORM
® CONTRACTOR'S POLLUTION LIABILITY COVERAGE FORM
❑ OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE FORM
❑ PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM
SCHEDULE
Person Or Organization:
Any additional insured with whom you agree in a written contract signed by both parties and executed prior to the
commencement of operations to provide Primary and Non -Contributory status under this insurance.
With respect to the coverage provided by this endorsement, the following is added to the Other Insurance condition of the
Coverage Form(s) indicated above:
Primary And Non -Contributory
This insurance is primary to, and will not seek contribution from, any other insurance available to the Person Or
Organization shown in the Schedule of this endorsement. However, this does not apply to any "claim", "suit" or "pollution
condition" resulting from the sole negligence of the Person Or Organization shown in the Schedule of this endorsement.
All other terms and conditions remain unchanged.
MEEI 2274 05 16 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1
with its permission.
RAP
7
y 2
yo
fT`wi-rH P`�y
CONTRACT ROUTING FORM
INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below.
TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER:
Contracting Department: Public Works
Project Manager: Ashley Dohrmann for Shawn Extension: 3352
Contractor Name: Golden Gate Tank Removal Inc.
Contractor's Contact: Tim Hallen Contact's Email: tim@ggtr.com
❑ FPPC: Check if Contractor/Consultant must file Form 700
Step
RESPONSIBLE
DESCRIPTION
COMPLETED
REVIEWER
DEPARTMENT
a. Email PINS Introductory Notice to Contractor
DATE
Check/Initial
1
Project Manager
Click here to
❑
enter a date.
b. Email contract (in Word) and attachments to City
3/12/2022
Attorney c/o Laraine.Gittens@cityofsanrafael.org
X❑AD
2
City Attorney
a. Review, revise, and comment on draft agreement
3/24/2022
® LG
and return to Project Manager
3/24/2022
® LG
b. Confirm insurance requirements, create Job on
PINS, send PINS insurance notice to contractor
3
Department Director _
Approval of final agreement form to send to
3/29/2022
❑x BG
Project Manager
contractor
Forward three (3) originals of final agreement to
4
3/30/2022
0
Project Manager
contractor for their signature
5
When necessary, contractor -signed agreement
❑X N/A
agendized for City Council approval *
*City Council approval required for Professional Services
Agreements and purchases of goods and services that exceed
Or
$75,000; and for Public Works Contracts that exceed $175,000
Click here to
Date of City Council approval
enter a date.
PRINT
CONTINUE ROUTING PROCESS WITH HARD COPY
6
Project Manager
Forward signed original agreements to City
4/27/2022
AD
Attorney with printed copy of this routing form
7
City Attorney
Review and approve hard copy of signed
K•�-
agreement
Review and approve insurance in PINS , and bonds
8
City Attorney
(for Public Works Contracts)
9
City Manager/ Mayor
Agreement executed by City Council authorized
official
'
10
City Clerk
Attest signatures, retains original agreement ander
forwards copies to Project Manager