Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW Boyd Park Bathroom DemolitionCity of San Rafael * California
Form of Contract Agrcernent for Informal $ids
Boyd Park Bathroom Demolition
This Agreement is made and entered into this 4N day of 6br-0BE 9 , 2015 by and between the City of San Rafael
(hereinafter called City) and DWH Creative Contracting Inc. (hereinafter called Contractor). Witnesseth, that the City and
the Contractor, for the considerations hereinafter gamed, agree as follows:
I - Scope of the Work
The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary to perform the work
for the project entiltled "Boyd Park Bathroom Demolition", all in accordance with the scope of work outlined in the
Contractor's quote dated October 13, 2015 attached Hereto as Attachment A.
2- Time of Completion
(a) The work to be performed under this Contract shall be comrpenced within FIVE (5) WORKING DAYS after the
date of written notice by the City to the Contractor to proceed.
(b) All work, including punchlist items, shall be completed within 5 WORKING DAYS, and with such reasonable
extensions of time as may be requested by Contractor and approved by City.
3. Liquidated Damages
It is agreed that, if all the work required by the contract is not finished or completed within the number of working days as
set forth in the contract, damage will be sustained by the City, pnd that it is and will be impracticable and extremely difficult
to ascertain and determine the actual damage which the City will sustain in the event of and by reason of such delay; and it is
therefore agreed that the Contractor will pay to the City, the sum of $1,200 for each and every working day's delay in
finishing the work in excess of the number of working days prescribed Above; and the Contractor agrees to pay said
liquidated damages herein provided for, and fyrther agrees that the City may deduct the amount thereof from any moneys due
or that may become due the Contractor under the contract.
4. The Contract Sum
The City shall pay to the Contractor for the performance of the Contract the amounts determined for the total number of each
of the untis for work in the following scheduled completed at the unit price stated. The number of units contained in this
schedule is approximately only, and the figal payrpent shall be made for the actual number of units that are incorporated in or
made necessary by the work covered by the Contract.
BID ITEMS
ITEM DESCRIPTION ESTIMATED UNIT UNIT TOTAL
QUANTfTy PRICE PRICE
Demolish Boyd Park Bathroom and Cap
1. Existing Utilities 1 t.S $18,885.00 = $18,885.00
GRAND TOTAL BID $ 18,885.00
S. Progress Payments
(a) On not later than the 6th day of every month the Public Works Department shall prepare and submit an estimate
covering the total quantities under each item of work that have been completed from the start of the job up to and
including the 25th day of the preceding month, and the value of the work so completed determined in accordance
with the schedule of unit prices for such items together wit} such supporting evidence as may be required by the
City and/or Contractor.
(b) As soon as possible after the preparation of the estinlate, the City shall, after deducting previous payments made,
pay to the Contractor 95% of the amount of the estimate as approved by the Public Works Department.
(c) Final payment of all moneys due shall be made within 15 �Jayp after the pxpiration of 35 days following the filing of
the notice of completion and acceptance of the wort by thq Publio Workp Department.
Agreement • 1
(d) The Contractor may elect to receive 100% of payments dpe under the contract from time to time, without retention
of any portion of the payment by the public agency, by depositing securilies of equivalent value with the public
agency in accordance with the provisions of Section 4390 of the Goverprnent Code. Such securities, if deposited by
the Contractor, shall be valued by the City's Finance Director, whose decisipn on valuation of the securities shall be
final.
6. Acceptance and Final Payment
(a) Upon receipt of written notice that thp wprlt is ready fpr final inspection and aepeptance, the Engineer shall within 5
days make such inspection, and when he finds the work gcceptable under the Contract and the Contract fully
performed, he will promptly issue a Notice of Completion, over his own signature, stating that the work required by
this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire
balance found to be due the Contractor, inclpdirlg the retained percentagp, shall be paid to the Contractor by the City
within 15 days after the expiration? of 35 days following thp date pf rgcopdatjon pf said Notice of Completion.
(b) Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls,
material bills, and other indebtedness connected with work have been paid, except that in case of disputed
indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to the
City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not
already been guaranteed by surety bond.
(c) Contractor shall provide a "Defective Material and Workmanship Bond" for 50% of the Contract Price, before the
final payment will be made.
(d) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than those
arising from any of the following: (1) unsettled liens; (2) faglty work appearing within 12 months after final
payment; (3) requirements of the specifications; or (4) manufactprers' guarantees. It shall also constitute a waiver
of all claims by the Contractor, except those previously made and still unsettled.
(e) if after the work has been substantially completed, full completion thereof is materially delayed through no fault of
the Contractor, and the Engineer so certifies, the City shall, upon certificate of the Engineer, and without
terminating the Contract, make payment of the balance dye for that portion of the work fully completed and
accepted.
Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a
waiver of claims.
7. Insurance.
(a). Scope of Coverage. During the tern of this Agreement, Contractor shall maintain, at no expense to City, the following
insurance policies:
1. A commercial general liability insurance policy in the minimum amoynt of one million dollars ($1,000,000) per
occurrenceltwo million dpllars ($2,000,000) aggregate, for death, bodily injury, personal injury, or property
damage.
2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of
one million dollars ($1,000,000) dollars per pccpmence.
3. If it employs any person, Contractor shall maintain worker's compensation and employer's liability insurance, as
required by the State Labor Code and other applicable laws and regplations, and as necessary to protect both
Contractor and City against all liability for injuries to Coptractoes officers and employees. Contractor's
worker's compensation insurance shall be specifically "domed to waive any right of subrogation against City.
(b) Other Insurance Requirements. The ins6rrarice coverage required of the Contractor in subparagraph (a) of this section
above shall also meet the following reQpirpmepts:
1. The insurance policies shall be specifically enf orsed to ipclgde the City, its officers, agents, employees, and
volunteers, as additionally named insureds finder the policies.
2. The additional insured coverage under Cgntrlctor's insqlanpe polipies shall be primary with respect to any
insurance or coverage maintained by City bpd shall nqt cell gpon Citi insurance or self-insurance coverage for
Agreement • 2
any contribution. The "primary and noricontributory" coverage in Contractor's policies shall be at least as broad
as ISO form CG20 0104 13.
3. The insurance policies shall include, in their text or by endorsement, coverage for contractual liability and
personal injury.
4. The insurance policies shall be specifically endorsed to provide that the insurance carrier shall not cancel,
terminate or otherwise mpdi y the terms and con4itions of spid instlrartce policies except upon ten (10) days
written notice to City.
S. If the insurance is written on a Ciaims Made Foran, then, following termination of this Agreement, said
insurance coverage shall survive for a period of not lesq than five years.
6. The insurance policies shlill provide for p re�rojctive dlite of place{nerlt coinciding with the effective date of this
Agreement.
7. The limits of insurance required in this Agreement may be satisfied py a combination of primary and umbrella
or excess insurance. Any umbrella or excess insurance shall Contain or be endorsed to contain a provision that
such coverage shall also gpply op a prirpary and nopcpntributory basis for the benefit of City (if agreed to in a
written contract or agreerrient) before City's own insurpnce or self-insurance shall be called upon to protect it as
a named insured.
8. it shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess
of the specified minimum insurance coverage requirements and/or lirpits shall be available to City or any other
additional insured party. Furthermore, the requirements for coverage and limits shall be: (1) the minimum
coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of
any insurance policy or proceeds available to thp named insured; Whichever is greater.
(c ) Deductibles and SIR's. Any deductibles or self-insured retentions in Contractor's insurance policies must be declared to
and approved by the City, and shah not reoucp the limits of liability. Policies containing any self-insured retention (SIR)
provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or City or
other additional insured party. At City's ppdon, the deductibles or self-insured retentions with respect to City shall be
reduced or eliminated to City's satisfaction, or Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claims administratiop, attorpey's fees apd defepse expenses.
(d) Proof of Insurance. Contractor shall provide to the City all of the following: (1) Certificates of Insurance evidencing the
insurance coverage required in this Agreement; (2) a copy of the policy declaration page and/or endorsement page listing
all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or specific
endorsements evidencing the other insurance requirements set fgrth in ti»s Agreement. City reserves the right to obtain a
full certified copy of any insurance policy and endorsements from Contrpctor. Failure to exercise this right shall not
constitute a waiver of the right to exercise it later. The insurance shall be approved as to form and sufficiency by City.
8. Indemnifcation
(a) Except as otherwise provided in Paragraph P., Contractor shall, to the fullest extent permitted by law, indemnify,
release, defend with counsel approved by City, arld hold harmless City, its officers, agents, employees and
volunteers (collectively, the "City Indemnitees"), from and against any claim, demand, suit, judgment, loss, liability
or expense of any kind, including but not linlited to attorney's fees, expert fees and all other costs and fees of
litigation, (collectively "CLAIMS"), arising out of Contractor's performance of its obligations or conduct of its
operations under this Agreement. The Fontractor's obligations apply regardless of whether or not a liability is
caused or contributed to by the active or passive negligence of the City Igderonitces. However, to the extent that
liability is caused by the active negli*ence or willful miscapdrict of the City Indemnitees, the Contractor's
indemnification obligation shall be reduped in proportioq to the City Iridemnitees' share of liability for the active
negligence or willful misconduct. In addition, the accpptance or approval of the Contractor's work or work product
by the City or any of its directors, officers or erpployeps shall not relieve or reduce the Contractor's indemnification
obligations. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial
proceeding arising from Contractor's pelor}narice of qr operations under this Agreement, Contractor shall provide a
Agreement • 3
defense to the City Indemnitees or at City's option reimburse the City Indemnitees their costs of defense, including
reasonable attorneys' fees, incurred in defense of such claims.
(b) The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any
way be limited by, the insurance obligations contained in this Agreement, and shall survive the termination or
completion of this Agreement for the full period oftirge allowed by law.
9. Nondiscrimination
Contractor shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national
origin or disability in connection with or related to the performance of its duties and obligations under this Agreement.
10. Compliance with All Laws
Contractor shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the
performance of its duties and obligations upder this Agreement. Contractor shall perform all services under this Agreement in
accordance with these laws, ordinances, codes and relations. Con"ptor shall release, defend, indemnify and hold harmless
City, its officers, agents and employees from any and 411 4pmgges, liabilities, penalties, fines and all other consequences from any
noncompliance or violation of any laws, ordinances, codes pr regulations.
11. No Third Party Beneficiaries
City and Contractor do not intend, by any provisiop of this Agreement, to create in any thiFd party, any benefit or right owed by
one party, under the terms and conditions of this Agreement, to thp other party.
12. Notices
All notices and other communications required or permitted to be given under this Agreement, including any notice of change of
address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid,
addressed to the parties intended to be notified. Notice shall be deemed given as of tine date of personal delivery, or if mailed,
upon the date of deposit with the United StatFs Post#1 Sprv1pe. Notice *h1ll bq given ps fpllows:
To City: Public Works Director
City of San Rafael
1400 Fifth Avenue
P.O. Box 151560
San Rafael, CA 94915.1560
To Contractor : Matthew Jensen
DWH Creative Contracting, Inc.
750 National Ct.
Richmond, CA 94804
13. Independent Contractor
For the purposes, and for the duration, of this Agreement, Contractor, its officers, agents and employees shall act in the capacity of
an Independent Contractor, and not as employees of the City. Contractor and City expressly intend and agree that the status of
Contractor, its officers, agents and employees be that of an lndgpendent Contractor and not that of an employee of City.
14. Entire Agreement; Amendments
(a) The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference,
represent the entire Agreement of the parties with respect to the subjgct matter of this Agreement.
(b) This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter
between the Contractor and the City.
(c) No other agreement, promise or statement, written or oral, relatipg to the sybjept matter of this Agreement, shall be valid
or binding, except by way of a written arrrgpdment to thil Agreement.
Aarepment • 4
(d) The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this
Agreement signed by the Contractor arld the City,
(e) If any conflicts arise between the (errgs and conditions of this Agreement, and the terms and conditions of the attached
exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control.
15. Waivers
The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance,
law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of
any subsequent breach or violation of the same or other tens, covenant, condition, ordipance, law or regulation. The subsequent
acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement,
shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this
Agreement or any applicable law, ordinance or regulatipn.
15. City Business License, Other Taxes
Contractor shall obtain and maintain during the duration of this Agreement, a City business license as required by the San Rafael
Municipal Code Contractor shall pay any aqd all state and federal taxes and any other applicable taxes. City shall not be required
to pay for any work performed under this Agreement, until Coptractor has provided City with a completed Internal Revenue
Service Form W-9 (Request for Taxpayer Identification Nr}mber qpd Cergflcgiion).
17. Prevailing Wages
Contractor shall pay prevailing wages to all of its eipployees performing work upder this Agreement in accordance with the
Califomia Labor Code Section 1771 and San Rafael Municipal Code Section 11.50. 1 80(C).
IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement the
CITY OF SAN RAFAEL:
Jim S Utz
City Ma ager
ATTEST:
r
Esther C. Beirne
City Clerk
APPROVED AS TO FORM: DWIJ CIREATIVE CONTRACTING INC.
P BX=�
Robert F. Epstein Printed acme: �►toiI City Attorney Title: V1,CA.��GSi
File No.: 22.08.09
Agreement • 5
am mmm
lama&
CMTIVE COMPMETING
October 13, 2015
Mr. Jeff Stutsman P.E.
Assistant Civil Engineer
City of San Rafael, Dept. Of Public Works
Subject: Demolition
Reference: 1125 B St. (restrooms)
San Rafael, CA.
Dear Mr. Stutsman
ATTACHMENT A
750 National Ct, Richmond, CA 94804
1-888-304-DWH1
www.dwhcreativecontracting.com
License #985951
DWH Creative Contracting Inc. (DWH) is pleased to submit this proposal for the structure demolition. Our scope of work
is as follows:
1. Per the provided Lead in Paint and Asbestos Micro Analytical Laboratories, Inc. analytical dated 10/8/15
2. Per the job walk with City of San Rafael dated October 7, 2015
Scope of Work:
1. mobilization,
a. Submit BAAQMD notifications plus fees. Please note that there is a 10 working day waiting period.
2. Remove approx.. 20 LF of cyclone fencing on Laurel P1 to gain access to appointed structure.
a. DWH to provide temporary barrica4es for the duration of our work at opening.
b. DWH excludes re instalment of cyclone fencing.
3. Demolition and removal of existing I story CMU structure and totaling 480 SF. Price includes SOG and Footings.
SOG NTE 5" in Thickness single layer. Footing NTE Tin depth. All misc. Debris, furnishings and contents not
associated with the structure to be removed by others.
4. Remove existing A/C walk ways totaling 90 SF. NTE 4" in thickness s4igle layer. NO petro, Mat. Base rock under
walkways to be removed down to soil
5. Utility lines (SSD and Water) will be cut and cape4. Gas anq elcctric to be completed by others.
6. Site to be left in a dean, rough graded condition.
Lump Sum: $18,885.00
Duration 3 working days.
Standard Exclusions
General Exclusions: Permits, utility cut-offs, safeoff, layout, engineering, shoripg, bracing, weather protection, pedestrian
barricades, dust partitions, safety railings, wall prep, floor prep, cost impacts from project delays, bonds, glue or mastic
under any finish flooring, finish cuts, any work with hazardous or contaminated materials, early payment discounts, SWPP
design, installation or maintenance, petromat in asphalt, wire mesh irl concrete. Removal of or cost implications from
damage to unknown or buried structures / utilities / building features. X -ray I scanning.
Exclusions and Clarifications
1. Price is good for 30 days
2. The work would be performed during regular, straight -time, weekday hours
3. Work stoppage due to layout, dewatering, noise vibration, engine fumes, dust inherent in the type of work and
equipment involved, or other reason will be billed at our hourly rate plus markup over and above the contract price.
4. Price is good for 30 days.
5. Price based on one move-in(s). Additional move -ins will be charged $3000 each.
6. Recycling certificates will be available approximately 30 days after the month in which work is complete.
7. Unless for reasons specifically agreed to, a dean hazardous materials assessment is required prior to project start.
B. In the event of default in any of the terms of this contract, or in the event of any action to enforce any of the terms
thereof, the prevailing party shall be entitled to reasonable attorney's fees and cost of suit.
9. RETENTION IS DUE AND PAYABLE WITHIN 30 DAYS AFTER COMPLETION OF OUR WORK. Interest will
be charged @ 1.5% per month on past due accounts.
10. If any dispute arises regarding the performance tinder this contract, the parties hereby agree to arbitrate this
dispute pursuant to the construction industry rules of the American Arbitration Association then in effect- This
provision does not affect the right of DWH Creative Contracting, Inc. to pursue legal remedies for stop notices,
mechanics' liens and recovery against bonding companies.
11. DVH Creative Contracting, Inc. reserves the salvage rights on items not scheduled to be returned to owner per bid
documents. Unauthorized removal of salvageable items not iti bid documents will result in a Change Order.
12. The above scope of work and exclusions are expressly the scope of the work for any subsequent subcontract except
as agreed in writing.
13. Owner/General Contractor to provide access to power, water to the work area, toilet facilities.
14. DWH Creative Contracting will not accept back charges unless notified in advance and mutually agreed upon.
15. Unless mutually agreed upon in writing, this proposal will be inpprporpted as an addendum to any contract.
16. Work is scheduled on a first come, first served basis, only after a contract has been received. Any job rescheduling
within 72 hours of scheduled start date may rf-stik in additional delays.
17. Any indemnity provision will be limited by the law as i the prime and subcontract were entered into after january
1, 2013. DWH excludes indemnification of any person other than the prime contractor and those persons which the
prime contract requires the subcontractor to indemnify.
18. Should any persons require use of DWH Creative Contracting's owned or rented equipment, a signed release of
liability letter fully indemnifying DWH Creative Contracting will be required. Any operator must provide
certification proving ability to operate such a machine or tool. Said party must agree to maintain and fuel the
equipment.
Please do not hesitate to call me if you have any questions. Thank you for contacting DWH Creative Contracting, Inc.
regarding your abatement needs.
Sincerely,
Afaff" (760raw
Matthew Jensen
Ac R" CERTIFICATE OF LIABILITY INSURANCE DATE,MMI°°"YYY'
L _- I 09/18/2015
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Bonding & Insurance Specialists Agency, Inc.
In California, dba Bonds and Insurance Services, License #0795489
13841 Southwest Highway
Orland Park IL 60462-1354
INSURED
DWH Creative Contracting, Inc.
750 National Court
Richmond
CONTACT
NAME: Karen O'Connell
NAME:
DED I I RETENTIONS
PHONE.J:ar). 708-598-5355
I 708-598-6686
(nlc. Not:
E-MAIL oconne
kll
ADDRESS: @bisa-InC.COm
OFFICER/MEMBER EXCLUDED?
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURERA: ARCH Specialty Insurance Company 21199
INSURER B: ARCH Insurance Company
11150
I INSURER C:
I INSURER 0:
I INSURER E:
CA 94804 INSURER F:
COVERAGES CERTIFICATE NUMBER: 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 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.
ILTRR TYPE OF INSURANCE AINSD WVD , POLICY NUMBER (MWDDYNYYY1 IMIINLIDDY�1 LIMITS
A X COMMERCIAL GENERAL LIABILITY X XEACH OCCURRENCE $ 1,000,000
CLAIMS -MADE ❑X OCCUR 12 EMP 05418 00 05/15/15 05/15/16 PREM SES EaEoccurrrencel $ 100,000
X 'Contractor's Pollution
X for Asbestos & Lead Ops
GENL AGGREGATE LIMIT APPLIES PER
POLICYX] PRO- LOC
JECT ,
OTHER:
AUTOMOBILE LIABILITY
X ANY AUTO
ALL OWNED
AUTOS
X HIRED AUTOS
A X UMBRELLA LIAB
SCHEDULED
AUTOS
X NON -OWNED
AUTOS
H OCCUR
X X
11 CAB 92442 00
X X 12 EMX 05419 00
EXCESS UAB CLAIMS -MADE
DED I I RETENTIONS
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
Y I N
OFFICER/MEMBER EXCLUDED?
N / A
(Mandatory In NH)
I(yyesdescribe under
DESGIMOTION OF OPERATIONS below
CONT CTORSPLUTION aR17Y
/q MOLDOPS-CLAIMS MADEFORM
X X 12 EMP 05418 00
PROFESSIONAL LIABILITY
CLAIMS MADE FORM
I MED EXP (Any one person) $
I PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
PRODUCTS - COMP/OP AGG $
* PER CLAIM $
COMBINED SINGLE LIMB I $
(Eaenti
05/15/15 05/15/16 130 ILY INJURY
I BODILY INJURY (Per person) � $
BODILY INJURY (Per accident) I $
PROPERTY DAMAGE I$
(Par accidenll
I$
05/15/15 05/15/16 EACH OCCURRENCE I $
05/15/15 05/15/16
AGGREGATE I $
I$
ST ME I I ER I
I E.LEACH ACCIDENT Is
I E L DISEASE - EA EMPLOYEEIJ$
E L DISEASE - POLICY LIMIT I $
$1,000,000- MOLD LIMIT -PER CLAIM
$2,000,000- MOLD AGGREGATE
$1,000,000- PER CLAIM
$2,000,000- PER AGGREGATE
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 107, AddlUonal Remarks Schedule, may be attached U more space Is required)
All projects done during the captioned policy term.
5,000
1,000,000
2,000,000
2,000,000
1,000,000
1,000,000
5,000,000
5,000,000
The City of San Rafael, its elective and appointive Boards, Commissions, Officers, Agents and Employees are named as Additional Insureds on
General Liability, Automobile Liability and Excess/Umbrella Liability policies. The General Liability and Excess/Umbrella policies are on a primary
and non-contributory basis.
10 Days Notice of Cancellation.
'30 Days Notice of Cancellation, Subject to 10 days notice of cancellation for non-payment of premium'
CERTIFICATE HOLDER CANCELLATION
City of San Rafael
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
111 Morphew Street THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
San Rafael, CA 94915-1560 ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
kao
©1988-2013 ACORD CORPORATION. All rights reserved.
ACORD 25 (2013/04) The ACORD name and logo are registered marks of ACORD
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED/ PRIMARY COVERAGE
INCLUDING COMPLETED OPERATIONS (COVERAGES A, B, D & F)
This endorsement modifies insurance provided under the Environmental Multiline Policy
It is agreed that Section III - WHO IS AN INSURED is amended to include the following:
Under Coverages A,B,D and F the person or organization shown in the schedule below shall be an
Additional Insured, but only to the extent liability arises out of YOUR WORK for that Additional
Insured and not due to any actual or alleged independent liability of said Additional Insured.
This Endorsement does not apply to BODILY INJURY or PROPERTY DAMAGE arising out of the
sole negligence or willful conduct of, or for defects in design fumished by the Additional Insured.
With respect to the coverage afforded to the Additional Insured, this insurance is primary and non-
contributory, and our obligations are not affected by any other insurance carried by such Additional
Insured whether primary, excess, contingent or on any other basis.
This Endorsement does not increase the Company's limits of liability as specified in the Declarations of
this policy.
Additional Insured:
ANY PERSON OR ORGANIZATION FOR WHOM YOU PERFORM WORK UNDER A WRITTEN
CONTRACT THAT REQUIRES YOU TO OBTAIN THIS AGREEMENT FROM US. THE WRITTEN
CONTRACT MUST BE EFFECTIVE PRIOR TO THE DATE OF THE LOSS OCCURRENCE.
All other terms and conditions of this Policy remain unchanged.
Policy Number. 12 EMP 05418 00
Named Insured: DWH CREATIVE CONTRACTING, INC.
This endorsement is effective on the inception date of this Policy unless otherwise stated herein:
Endorsement Effective Date: 5/15/2015
00 EMP0101 00 01 14 Page 1 of 1
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED ENDORSEMENT
COVERAGES A & B (ONGOING OPERATIONS ONLY)
This endorsement modifies insurance provided under the Environmental Multiline Policy
In consideration of the premium charged, it is hereby agreed that Section III - WHO IS AN INSURED is
amended to include as an Additional Insured the person or organization shown in the schedule below as
respects Coverages A. and B., but only with respect to liability arising out of your ongoing operations
performed by you or on your behalf for that Additional Insured and not caused by or arising out of the
actual or alleged independent liability of said Additional Insured.
The entities scheduled below are covered under this Policy only for Limits of Insurance up to but not
exceeding the amount required by the written contract with you and subject to the Limits of Insurance of
this Policy.
SCHEDULE
Name of Person or Organization:
ANY PERSON OR ORGANIZATION FOR WHOM YOU PERFORM WORK UNDER A WRITTEN
CONTRACT THAT REQUIRES YOU TO OBTAIN THIS AGREEMENT FROM US. THE WRITTEN
CONTRACT MUST BE EFFECTIVE PRIOR TO THE DATE OF THE LOSS OCCURRENCE.
All other terms and conditions of this Policy remain unchanged.
Additional Premium: $0
Policy Number. 12 EMP 05418 00
Named Insured: DWH CREATIVE CONTRACTING, INC.
This endorsement is effective on the inception date of this Policy unless otherwise stated herein:
Endorsement Effective Date: 5/15/15
00 EMP0091 00 05 06 Page 1 of 1
Arch
Insurance Group'
ARCH SPECIALTY INSURANCE COMPANY
(A Missouri Corporation)
Home Office Address: Administrative Address:
2345 Grand Blvd., Suite 900 One Liberty Plaza, 53rd Floor
Kansas City, MO 64108 New York, NY 10006
Tel: (800) 817-3252
ENVIRONMENTAL MULTILINE POLICY
COMMERCIAL GENERAL LIABILITY POLLUTION AND
PROFESSIONAL LIABILITY INSURANCE
DECLARATIONS
Policy Number: 12 EMP 05418 00 Renewal of:
Producer Name: Bonding & Insurance Specialists Agency, Inc.
Producer Contact: Dana Kuber
Producer Address: 9340 S. Harlem Avenue
Bridgeview, IL 60455
In California dba
t3o!idg and Insurance Services
License # 0795489
COVERAGE E. (AND COVERAGE F. IF APPLICABLE) PROVIDES "CLAIMS -MADE AND REPORTED"
COVERAGE. THIS COVERAGE REQUIRES THAT A CLAIM MUST FIRST BE MADE AGAINST THE
INSURED DURING THE POLICY PERIOD AND MUST BE REPORTED IN WRITING TO THE COMPANY
DURING THE POLICY PERIOD OR THE EXTENDED REPORTING PERIOD. THE PAYMENT OF CLAIM
EXPENSES FOR COVERAGE PROVIDED BY COVERAGES D., E. AND F. REDUCES THE LIMIT OF
INSURANCE. PLEASE READ THE ENTIRE POLICY CAREFULLY.
Item 1. Named Insured: DWH CREATIVE CONTRACTING, INC.
Item 2. Mailing Address: 750 NATIONAL COURT
RICHMOND, CA 94804
Item 3. Policy Period: Inception Date: 05/15/2015 Expiration Date: 05/15/2016
(12:01 AM Standard Time at the Address shown in Item 2)
Item 4. Retroactive Date: 05/15/2015 Coverage E.
N/A Coverage F. (If Applicable)
Item 5. Limits of Insurance:
Coverages A., B., C.
$ 1,000,000 Bodily Injury and Property Damage Limit - Each Occurrence
$ 1,000,000 Personal and Advertising Injury Limit— Each Offense
$ 100,000 Damages to Premises Rented to You Limit — Each Occurrence
06 EMP0083 00 06 07 1 of 2
$ 5,000
Medical Payments — Each Occurrence
Coverage D.:
$ 1,000,000
Contractors Pollution Liability Limit - Per Claim
Coverage E.:
$ 1,000,000
Professional Liability Limit - Per Claim
Coverage F.:
$ 2,000,000
Fungus/Spore/Mold Liability Limit — Per Claim
$ 2,000,000
Fungus/Spore/Mold Aggregate Limit
All Coverage Parts:
$ 2,000,000
General Aggregate Limit
(Other than Products -Completed Operations and Coverages D., E. or F.)
$ 2,000,000
Products -Completed Operations Aggregate Limit
$ 2,000,000
Pollution Aggregate Limit (For Coverages D., E. and F.)
Item 6. Deductibles:
Coverage A.: $ 5,000
Each Occurrence
Coverage B.: $ 5,000
Each Offense
Coverage D.: $ 5,000
Each Claim
Coverage E.: $ 5,000
Each Claim
Coverage F.: $ 5,000
Each Claim
Item 7. Policy Premium:
(exclusive of any premium taxes or stamping fees)
Surplus Line Tax Amount:
Stamping Fee:
Premium is Flat X Auditable
Minimum Retained Premium 100%
Premium Attributable to Terrorism
Risk Insurance: $ 0 (Not Covered)
Terror Risk Insurance Premium is
Included In Addition to _ Policy Premium
Item B. Endorsements Effective at Inception: See Attached Schedule of Forms and Endorsements
Arch Specialty Insurance Company is licensed in the state of Missouri only.
06 EMP0083 00 06 07 2 of 2
SCHEDULE OF FORMS AND ENDORSEMENTS
NAMED INSURED: DWH CREATIVE CONTRACTING, TERM: 5/15/2015 to 5/15/2016
INC.
POLICY NUMBER: 12 EMP 05418 00
ENDORSEMENT NUMBER
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
FORM NUMBER
TITLE
06 EMP0083 00 06 07
Separate Aggs Dec (occ-occ-cm)
00 ML0012 00 0103
Schedule of Forms and Endorsements
00 EMP0006 00 02 09
EMP Table of Contents (occ-occ-cm)
00 EMP0002 00 03 04
EMP Policy (occ-occ-cm)
06 ML0002 00 12 14
SIGNATURE PAGE -ASIC
OOML0003 00 0807
Service of Suit -ASIC
00 ML0065 00 06 07
U.S. Treasury Notice
00 EMP0018 00 04 04
Deductible Liability Insurance - Coverages A and B
Endorsement
00 EMP0086 00 0105
Limits of Insurance -Separate Aggs
00 EMP0025 00 04 04
Employee Benefits Liability Insurance
00 EMP0047 00 04 06
Special Conditions For Subcontractors Endorsement
00 EMP0099 00 06 12
Construction Defect Exclusion
00 EMP0078 00 08 04
Minimum Earned Premium Endorsement
00 EMP0016 00 04 04
Professional Services Defined
00 EMP0049 00 04 06
Terrorism Exclusion
00 EMP0054 00 03 05
Transportation Coverage Endorsement
00 EMP0053 00 05 04
Wrap -Up Exclusion
00 EMP0052 00 05 04
Waiver of Subrogation - Specific Person or Organization
Endorsement
00 EMP0101 00 0114
Additional Insured Primary Coverage Including Completed
Operations (Coverages Abdf)
00 EMP0102 00 0114
Covered Operations And Non -Owned Locations Coverage
Endorsement
00 EMP0062 00 05 04
Per Project General Aggregate - Excluding Contractors
Pollution, E&O and Mold
00 ML0207 00 1103
Manuscript Endorsement
D-2
California Notice
Signed by: Date: 7/1312015
Authorized Representative
ACO ® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY)
`� I 9/18/2015
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER I NAME: MISHA ESPINOZA
ACI COMMERCIAL INSURANCE I PHONE (714) 755-1575 I FAX (714)755-4124
CA/C, No. E:tl: IA/C. Not:
505 E. First St. E-MAIL
ADDRESS: SERVICE@ACIINSURE. COM
Ste E I INSURERS) AFFORDING COVERAGE NAIC A
Tustin CA 92780 IINSURERA:Travelers Insurance Comnanv
INSURED INSURERB:STATE COMPENSATION INSURANCE FUND
DWH CREATIVE CONTRACTING INC IINSURERC:
750 NATIONAL CT I INSURER 0:
INSURER E:
RICHMOND CA 94804-2008 INSURER F:
COVERAGES CERTIFICATE NUMBER:2015-2016 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 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.
INSR ADDL SUBR POLICY EFF POLICY EXP
LTR TYPE OF INSURANCE INnn ,&yn POLICY NUMBER IMMIDD/YYYYI IMM/DDIYYYYI I LIMITS
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE H OCCUR
II
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY � PRO -
OTHER:
OTHER: JECT
AUTOMOBILE LIABILITY
_ ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
HIRED AUTOS NON -OWNED
AUTOS
UMBRELLA LIAB R
EXCESS LIAR H,0LcAc,MuS-MADE
DED I I RETENTIONS
B WORKERS COMPENSATION 9133268-15
AND EMPLOYERS' LIABILITY Y / N
ANY PROPRIETORIPARTNER/EXECUTIVE
OFFICERIMEMBER EXCLUDED? H N I A
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
A RENTED/LEASED EQUIPMENT 6602G406467
5/15/15 5/15/16
I EACH OCCURRENCE $
DAMAGE TO RENTED
PREMISES fEa occurrence) $
MED EXP (Any one person) S
I PERSONAL a ADV INJURY I $
I GENERAL AGGREGATE I $
PRODUCTS -COMP/OP AGG I $
I �$
CONI 114CU OOYULE LIMIT I $
/Ea accident)
BODILY INJURY (Per person) I $
BODILY INJURY (Per accident) I $
PROPERTY DAMAGE i $
Wer accidenll
I I$
EACH OCCURRENCE Is
AGGREGATE I $
I I$
I X I PER
I I ERH I
E EACH ACCIDENT Is
EL DISEASE - EA EMPLOYEqJJ$
E L DISEASE - POLICY LIMIT I $
5/15/2015 5/15/16 PER ITEM LIMIT
DEDUCTIBLE
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be allached If more space Is required)
CERTIFICATE HOLDER
CANCELLATION
1,000,000
1,000,000
1,000,000
$50,000
$1,000
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
CITY OF SAN RAFAEL THE EXPIRATION DATE THEREOF, NOTICE WILL BE ED IN
111 MORPHEW ST ACCORDANCE WITH THE POLICY PROVISIONS.
SAN RAFAEL, CA 94915-1560
AUTHORIZ {REP E E
k
©1988-21614 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD
INS025 (201401)
PROFESSIONAL SERVICES AGREE'
COMPLETION CHECKLIST AND
r re
rp L & --' V.- 2 6, J/A-�--- �6 / *
Below is the process for getting your professional seivic
executed. Please attach this "Completion Checklist an(
contract as you circulate it for review and signatures. Ple
services a7reements/contracts (not just those requiring City Council approval).
This process should occur in the order presented below.
Step Responsible Description Completion
Department ac
J
Cit Attorney Review, revise, and comment on draft °�r �F�J°.chrcr ,
agreement. _.......... �`
2 Contracting Department Forward final agreement to contractor for
their signature. Obtain at least two signed
originals from contractor.
3 Contracting Department Agendize contractor -signed agreement for
Council approval, if Council approval
necessary (as defined by City Attorney/City
Ordinance*).
4 City Attorney Review bonds, and msurrove form of ance certificates andent; r -4-11J w � o�
Leel,fI
endorsements. f - oe r ?�
5 City Manager / Mayor / or Agreement executed by Council authorized w�ze�/J
Department Head official.
6 City iClerk agreement signatures, retains original
City
ty
g and forwards copies to the
contracting department.
To be completed by Contracting Department:
Project Manager:9a �- MOLV/1 Project Name: Oo I 1Ar k 8a'{'RQ IM
Agendized for City Council Meeting of (if necessary): _ _.__... eh'1d
If you have questions on this process, please contact the City Attorney's Office at 485-3080.
* Council approval is required if contract is over $20,000 on a cumulative basis.
City of San Rafael ♦ California
Form of Contract Agreement for Informal $ids
Boyd Park Bathroom Demolition
This Agreement is made and entered into this day of , 2015 by and between the City of San Rafael
(hereinafter called City) and DWH Creative Contracting Inc. (hereinafter called Contractor). Witnesseth, that the City and
the Contractor, for the considerations hereinafter named, agree as follows:
1 - Scope of the Work
The Contractor hereby agrees to furnish all of the materials and all of the equipment and labor necessary to perform the work
for the project entiltled "Boyd Park Bathroom Demolition", all in accordance with the scope of work outlined in the
Contractor's quote dated October 13, 2015 attached hereto as Attachment A.
2- Time of Completion
(a) The work to be performed under this Contract shall be commenced within FIVE (5) WORKING DAYS after the
date of written notice by the City to the Contractor to proceed.
(b) All work, including punchlist items, shall be completed within 5 WORKING DAYS, and with such reasonable
extensions of time as may be requested by Contractor and approved by City.
3. Liquidated Damages
It is agreed that, if all the work required by the contract is not finished or completed within the number of working days as
set forth in the contract, damage will be sustained by the City, and that it is and will be impracticable and extremely difficult
to ascertain and determine the actual damage which the City will sustain in the event of and by reason of such delay; and it is
therefore agreed that the Contractor will pay to the City, the sum of $1,200 for each and every working day's delay in
finishing the work in excess of the number of working days prescribed above; and the Contractor agrees to pay said
liquidated damages herein provided for, and further agrees that the City may deduct the amount thereof from any moneys due
or that may become due the Contractor under the contract.
4. The Contract Sum
The City shall pay to the Contractor for the performance of the Contract the amounts determined for the total number of each
of the untis for work in the following scheduled completed at the unit price stated. The number of units contained in this
schedule is approximately only, and the final payment shall be made for the actual number of units that are incorporated in or
made necessary by the work covered by the Contract.
ITEM DESCRIPTION
Demolish Boyd Park Bathroom and Cap
Existing Utilities
BID ITEMS
ESTIMATED UNIT
QUANTITY
lS
UNIT TOTAL
PRICE PRICE
$18,885.00 $18,885.00
GRAND TOTAL BID $ 18,885.00
5. Progress Payments
(a) On not later than the 6th day of every month the Public Works Department shall prepare and submit an estimate
covering the total quantities under each item of work that have been completed from the start of the job up to and
including the 25th day of the preceding month, and the value of the work so completed determined in accordance
with the schedule of unit prices for such items together with such supporting evidence as may be required by the
City and/or Contractor.
(b) As soon as possible after the preparation of the estimate, the City shall, after deducting previous payments made,
pay to the Contractor 95% of the amount of the estimate as approved by the Public Works Department.
(c) Final payment of all moneys due shall be made within 15 days after the pxpiration of 35 days following the filing of
the notice of completion and acceptance of the work by the Public Works Department.
Agreement • 1
(d) The Contractor may elect to receive 100% of payments dpe under the contract from time to time, without retention
of any portion of the payment by the public agency, by depositing securities of equivalent value with the public
agency in accordance with the provisions of Section 4390 of the Government Code. Such securities, if deposited by
the Contractor, shall be valued by the City's Finance Direptor, whose decision on valuation of the securities shall be
final.
6. Acceptance and Final Payment
(a) Upon receipt of written notice that the work is ready fpr final inspection and acceptance, the Engineer shall within 5
days make such inspection, and when he finds the work acceptable under the Contract and the Contract fully
performed, he will promptly issue a Notice of Completion, over his own signature, stating that the work required by
this Contract has been completed and is accepted by him under the terms and conditions thereof, and the entire
balance found to be due the Contractor, including the retained percentage, shall be paid to the Contractor by the City
within 15 days after the expiration of 35 days following the date of rccordatjon of said Notice of Completion.
(b) Before final payment is due the Contractor shall submit evidence satisfactory to the Engineer that all payrolls,
material bills, and other indebtedness connected with work have been paid, except that in case of disputed
indebtedness or liens the Contractor may submit in lieu of evidence of payment a surety bond satisfactory to the
City guaranteeing payment of all such disputed amounts when adjudicated in cases where such payment has not
already been guaranteed by surety bond.
(c) Contractor shall provide a "Defective Material and Workmanship Bond" for 50% of the Contract Price, before the
final payment will be made.
(d) The making and acceptance of the final payment shall constitute a waiver of all claims by the City, other than those
arising from any of the following: (1) unsettled liens; (2) faulty work appearing within 12 months after final
payment; (3) requirements of the specifications; or (4) manufactprers' guarantees. it shall also constitute a waiver
of all claims by the Contractor, except those previously made and still unsettled.
(e) If after the work has been substantially completed, full completion thereof is materially delayed through no fault of
the Contractor, and the Engineer so certifies, the City shall, upon certificate of the Engineer, and without
terminating the Contract, make payment of the balance dye for that portion of the work fully completed and
accepted.
Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a
waiver of claims.
7. Insurance.
(a). Scope of Coverage. During the term of this Agreement, Contractor shall maintain, at no expense to City, the following
insurance policies:
1. A commercial general liability insurance policy in the minimum amount of one million dollars ($1,000,000) per
occurrence/two million dollars ($2,000,000) aggregate, for death, bodily injury, personal injury, or property
damage.
2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of
one million dollars ($1,000,000) dollars per occprrence.
3. If it employs any person, Contractor shall maintain worker's compensation and employer's liability insurance, as
required by the State Labor Code and other applicable laws and regplations, and as necessary to protect both
Contractor and City against all liability for injuries to Coptraptor's officers and employees. Contractor's
worker's compensation insurance shall be specifically endorsed to waive any right of subrogation against City.
(b) Other Insurance Requirements. The insurance coverage required of the Contractor in subparagraph (a) of this section
above shall also meet the following requirements:
1. The insurance policies shall be specifically endorsed to include the City, its officers, agents, employees, and
volunteers, as additionally named insureds under the policies.
2. The additional insured coverage under Cgntrgctor's insurance policies shall be primary with respect to any
insurance or coverage maintained by City and Shall nqt call upon City insurance or self-insurance coverage for
Agreement • 2
any contribution. The "primary and noncontributory" coverage in Contractor's policies shall be at least as broad
as ISO form CG20 0104 13.
3. The insurance policies shall include, in their text or by endorsement, coverage for contractual liability and
personal injury.
4. The insurance policies shall be specifically endorsed to provide that the insurance carrier shall not cancel,
terminate or otherwise modify the terms and conditions of said insurance policies except upon ten (10) days
written notice to City.
5. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said
insurance coverage shall survive for a period of not less than five years.
6. The insurance policies shall provide for p retroactive date of placelnept coinciding with the effective date of this
Agreement.
7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella
or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that
such coverage shall also 4pply on a primary and nopcpntributory basis for the benefit of City (if agreed to in a
written contract or agreement) before City's own insurance or self-insurance shall be called upon to protect it as
a named insured.
8. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess
of the specified minimum insurance coverage requirements and/or limits shall be available to City or any other
additional insured party. Furthermore, the requirements for coverage and limits shall be: (1) the minimum
coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of
any insurance policy or proceeds available to the named insured; whichever is greater.
(c ) Deductibles and SIR's. Any deductibles or self-insured retentions in Contractor's insurance policies must be declared to
and approved by the City, and shall not reoucp the limits of liability. Policies containing any self-insured retention (SIR)
provision shall provide or be endorsed to provide that the SIR may be satisfied by either the named insured or City or
other additional insured party. At City's option, the deductibles or self-insured retentions with respect to City shall be
reduced or eliminated to City's satisfaction, or Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claims administration, attorpey's fees and defense expenses.
(d) Proof of Insurance. Contractor shall provide to the City all of the following: (1) Certificates of Insurance evidencing the
insurance coverage required in this Agreement; (2) a copy of the policy declaration page and/or endorsement page listing
all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or specific
endorsements evidencing the other insurance requirements set forth in this Agreement. City reserves the right to obtain a
full certified copy of any insurance policy and endorsements from Contractor. Failure to exercise this right shall not
constitute a waiver of the right to exercise it later. Thp insurance shall be approved as to form and sufficiency by City.
8. Indemnifcation
(a) Except as otherwise provided in Paragraph P., Contractor shall, to the fullest extent permitted by law, indemnify,
release, defend with counsel approved by City, and hold harmless City, its officers, agents, employees and
volunteers (collectively, the "City Indemnitees"), from and against any claim, demand, suit, judgment, loss, liability
or expense of any kind, including but not limited to attompY's fees, expert fees and all other costs and fees of
litigation, (collectively "CLAIMS"), arising out of Contractor's performance of its obligations or conduct of its
operations under this Agreement. The Contractor's obligations apply regardless of whether or not a liability is
caused or contributed to by the active or passive negligence of the City Indemnitees. However, to the extent that
liability is caused by the activg negligence or willful miscondgct of the City Indemnitees, the Contractor's
indemnification obligation shall be reduced in proportion to the City Indemnitees' share of liability for the active
negligence or willful misconduct. In addition, the acceptance or approval of the Contractor's work or work product
by the City or any of its directors, officers or employees shall not relieve or reduce the Contractor's indemnification
obligations. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial
proceeding arising from Contractor's performagce pf qr operations under this Agreement, Contractor shall provide a
Agreement • 3
defense to the City Indemnitees or at City's option reimburse the City Indemnitees their costs of defense, including
reasonable attorneys' fees, incurred in defense of such claims.
(b) The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any
way be limited by, the insurance obligations contained in this Agreement, and shall survive the termination or
completion of this Agreement for the full period of time allowed by law.
9. Nondiscrimination
Contractor shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national
origin or disability in connection with or related to the performance of its duties and obligations under this Agreement.
10. Compliance with All Laws
Contractor shall observe and comply with all appiicable federal, state and local laws, ordinances, codes and regulations, in the
performance of its duties and obligations under this Agreement. Contractor shall perform all services under this Agreement in
accordance with these laws, ordinances, codes and regulltions. Contraptor shall release, defend, indemnify and hold harmless
City, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any
noncompliance or violation of any laws, ordinances, codes pr regulations.
11. No Third Party Beneficiaries
City and Contractor do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by
one party, under the terms and conditions of this Agreemerlt, to thp other party.
12. Notices
All notices and other communications required or permitted to be given under this Agreement, including any notice of change of
address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid,
addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed,
upon the date of deposit with the United States Post4l Servipe. Notice sh4ll by given p fpllows:
To City: Public Works Director
City of San Rafael
1400 Fifth Avenue
P.O. Box 151560
San Rafael, CA 94915-i560
To Contractor : Matthew Jensen
DWH Creative Contracting, Inc.
750 National Ct.
Richmond, CA 94804
13. independent Contractor
For the purposes, and for the duration, of this Agreement, Contractor, its officers, agents and employees shall act in the capacity of
an Independent Contractor, and not as employees of the City. Contractor and City expressly intend and agree that the status of
Contractor, its officers, agents and employees be that of an Independent Contractor and not that of an employee of City.
14. Entire Agreement; Amendments
(a) The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference,
represent the entire Agreement of the parties with respect to the subject hatter of this Agreement.
(b) This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter
between the Contractor and the City.
(c) No other agreement, promise or statenlent, written or oral, relating to the subject matter of this Agreement, shall be valid
or binding, except by way of a written amendment to this Agreement.
Agreement • 4
(d) The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this
Agreement signed by the Contractor arld the City.
(e) If any conflicts arise between the termis and conditions of this Agreement, and the terms and conditions of the attached
exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control.
15. Waivers
The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance,
law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of
any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent
acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement,
shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this
Agreement or any applicable law, ordinance or regulatipn.
16. City Business License; Other Taxes
Contractor shall obtain and maintain during the duration of this Agreement, a City business license as required by the San Rafael
Municipal Code Contractor shall pay any and all state and federal taxes and any other applicable taxes. City shall not be required
to pay for any work performed under this Agreement, until Contractor has provided City with a completed Internal Revenue
Service Form W-9 (Request for Taxpayer Identification Number and Certjfication).
17. Prevailing Wages
Contractor shall pay prevailing wages to all of its erpployees performing work under this Agreement in accordance with the
California Labor Code Section 1771 and San Rafael Municipal Code Section 11.50. 1 80(C).
IN WITNESS WHEREOF, City and Contractor have caused their authorized representatives to execute this Agreement the
CITY OF SAN RAFAEL:
Jin: Schuh
City Manager
ATTEST:
Esther C. Beirne
City Clerk
APPROVED AS TO FORM:
Robert F. Epstein
City Attorney
File No.: 22.08.09
DW" CREATIVE CONTRACTING INC.
Py.: 11 0�' I 0'j ZkW-t11-A
Printed ame: -0ON,0'Ia W lei w�Z(—
Title: v1�C� �� S i c>j ttir—
Acpreement • 5
!' ➢,' ,,,
CREATIVE CONTRACTIN4
October 13, 2015
Mr. Jeff Stutsman P.E.
Assistant Civil Engineer
City of San Rafael, Dept. Of Public Works
Subject: Demolition
Reference: 1125 B St. (restrooms)
San Rafael, CA.
Dear Mr. Stutsman
AT I 111u m )°
750 National Ct, Richmond, CA 94804
1-888-304-DWH 1
www.dwhcreativecontracting.com
License #985951
DWH Creative Contracting Inc. (DWH) is pleased to submit this proposal for the structure demolition. Our scope of work
is as follows:
1. Per the provided Lead in Paint and Asbestos Micro Analytical Laboratories, Inc. analytical dated 10/8/15
2. Per the job walk with City of San Rafael dated October 7, 2015
Scope of Work:
1. Mobilization,
a. Submit BAAQMD notifications plus fee's. Please note that there is a 10 working day waiting period.
2. Remove approx.. 20 LF of cyclone fencing on Laurel PI to gain access to appointed structure.
a. DWH to provide temporary barricades for the duration of our work at opening.
b. DWH excludes re instalment of cyclone fencing.
3. Demolition and removal of existing 1 story CMU structure and totaling 480 SF. Price includes SOG and Footings.
SOG NTE 5" in Thickness single layer. Footing NTE Tin depth. All misc. Debris, furnishings and contents not
associated with the structure to be removed by others.
4. Remove existing A/C walk ways totaling 90 6F. NTE 4" in thickness single layer. NO petro Mat. Base rock under
walkways to be removed down to soil.
5. Utility lines (SSD and Water) will be cut and caped. Gas anq electric to be completed by others.
6. Site to be left in a clean, rough graded condition.
Lump Sum: $18,885.00
Duration 3 working days.
Standard Exclusions
General Exclusions: Permits, utility cut-offs, safeoff, layout, engineering, shoripg, bracing, weather protection, pedestrian
barricades, dust partitions, safety railings, wall prep, floor prep, cost impacts from project delays, bonds, glue or mastic
under any finish flooring, finish cuts, any work with hazardous or contaminated materials, early payment discounts, SWPP
design, installation or maintenance, petromat in asphalt, wire mesh in concrete. Removal of or cost implications from
damage to unknown or buried structures / utilities / building features. X ray / scanning.
Exclusions and Clarifications
1. Price is good for 30 days
2. The work would be performed during regular, straight time, weekday hours
3. Work stoppage due to layout, dewatering, noise vibration, engine fumes, dust inherent in the type of work and
equipment involved, or other reason will be billed at our hourly rate plus markup over and above the contract price.
4. Price is good for 30 days.
5. Price based on one move in(s). Additional move- ins will be charged $3000 each.
6. Recycling certificates will be available approximately 30 days after the month in which work is complete.
7. Unless for reasons specifically agreed to, a clean hazardous materials assessment is required prior to project start.
8. In the event of default in any of the terms of this contract, or in the event of any action to enforce any of the terms
thereof, the prevailing party shall be entitled to reasonable attorney's fees and cost of suit.
9. RETENTION IS DUE AND PAYABLE WITHIN 30 DAYS AFTER COMPLETION OF OUR WORK. Interest will
be charged @ 1.5% per month on past due accounts.
10. If any dispute arises regarding the performance under this contract, the parties hereby agree to arbitrate this
dispute pursuant to the construction industry rules of the American Arbitration Association then in effect. This
provision does not affect the right of DWH Creative Contracting, Inc. to pursue legal remedies for stop notices,
mechanics' liens and recovery against bonding companies.
11. DWH Creative Contracting, Inc. reserves the salvage rights on items not scheduled to be returned to owner per bid
documents. Unauthorized removal of salvageable items not in bid documents will result in a Change Order.
12. The above scope of work and exclusions are expressly the scope of the work for any subsequent subcontract except
as agreed in writing.
13. Owner/General Contractor to provide access to power, water to the work area, toilet facilities.
14. DWH Creative Contracting will not accept back charges unless notified in advance and mutually agreed upon.
15. Unless mutually agreed upon in writing, this proposal will be inporporated as an addendum to any contract.
16. Work is scheduled on a first-come, first-served basis, only after a contract has been received. Any job rescheduling
within 72 hours of scheduled start date may result in additional delays.
17. Any indemnity provision will be limited by the law as if the prime and subcontract were entered into after January
1, 2013. DWH excludes indemnification of any person other than the prime contractor and those persons which the
prime contract requires the subcontractor to indemnify.
18. Should any persons require use of DWH Creative Contracting's owned or rented equipment, a signed release of
liability letter fully indemnifying DWH Creative Contracting will be required. Any operator must provide
certification proving ability to operate such a machine or tool. Said party must agree to maintain and fuel the
equipment.
Please do not hesitate to call me if you have any questions. Thank you for contacting DWH Creative Contracting, Inc.
regarding your abatement needs.
Sincerely,
/ffaffiieai !%6se r
Matthew Jensen