CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

Similar documents
APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.

OREGON STATE UNIVERSITY

SUPPLEMENTARY CONDITIONS

ADDENDUM TO STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR FOR A RESIDENTIAL OR SMALL COMMERCIAL PROJECT AIA DOCUMENT A

2010 INSURANCE MANUAL

ADDENDUM A. Subcontractor Insurance Requirements

INSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i

CITY OF TACOMA Water Supply

Required Insurance Language for PRF Construction Contracts

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

Rail Owner Controlled Insurance Program Manual

Document A141 TM Exhibit B. Insurance and Bonds. for the following PROJECT: (Name and location or address)

AIA Document A101 TM 2017 Exhibit A

Document A Exhibit A Insurance and Bonds

AIA Document A101 TM 2007

Insurance Requirements. The Bidder shall be required to procure, at its sole cost and expense, all insurance required by this Attachment.

EXHIBIT B-8 (revised) INSURANCE REQUIREMENTS FOR AIRCRAFT / AIRPORT OPERATION CONTRACTS

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program

Appendix B COMPARISON OF BUILDERS RISK INSURANCE REQUIREMENTS

OCIP Contract Language

Housing Authority of the City and County of San Francisco

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS

Bernards (Project Name) CCIP Insurance Manual

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for


CCIP ADDENDUM. Blasting or any blasting operations;

SECTION SUPPLEMENTARY CONDITIONS

PHILADELPHIA REDEVELOPMENT AUTHORITY INSURANCE REQUIREMENTS

EXHIBIT B. Insurance Requirements for Construction Contracts

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

DESIGN PROFESSIONAL SERVICES (Type) MASTER CONTRACT CONTRACT NO.

AIA Document A101 TM 2017 Exhibit A

CITY OF ROMULUS CHAPTER 39: PURCHASING

AIA Document C196 TM 2008

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period).

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

Subcontractor Qualification Statement

DIVISION 0 BIDDING AND CONTRACT DOCUMENTS Section General Conditions

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

Construction of the Leased Premises

REQUEST FOR PROPOSALS

Insurance Requirements for Contractors

Supplementary General Conditions to Contract General Conditions for Design-Bid-Build Minor Projects TYPE Contract MIN RENUMBER

REQUEST FOR PROPOSALS

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

AIRPORT HANGAR LICENSE AGREEMENT

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

Contractor s Insurance Requirements

Insurance Requirements

EDUCATION AND ADVANCED EDUCATION (PUBLIC SCHOOL DISTRICTS AND PUBLIC POST SECONDARY INSTITUTIONS) OWNER INSURED CONSTRUCTION PROJECTS

PORT OF OAKLAND STANDARD CONTRACT PROVISIONS

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

ADDENDUM #1 TO THE REQUEST FOR QUALIFICATIONS

Clarification: The bid due date has been adjusted to 3/19 at 10:00 a.m. at Oliver House (1450 Commerce Drive, Decatur, GA 30030).

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

Proposal No:

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

TEMPORARY SERVICE APPLICATION (HYDRANT METERS)

ADM.21 INSURANCE AND INDEMNITY REQUIREMENTS FOR CONTRACTS

CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1

ROBERT A. BOTHMAN, INC. EXHIBIT "A" SUBCONTRACTORS SCOPE OF WORK EXHIBIT A SUBCONTRACTOR SCOPE OF WORK, dated this

ICSC CENTERBUILD CONFERENCE DECEMBER 2-5, 1998 ARIZONA BILTMORE PHOENIX, ARIZONA

OGC-S Owner-Contractor Construction Agreement

Bid/Contract Insurance Requirements (Insurance Manual)

PROFESSIONAL SERVICES AGREEMENT FOR LUSARDI CREEK PIPELINE RESTORATION PROJECT FOR THE OLIVENHAIN MUNICIPAL WATER DISTRICT 18AGRXXX R-E-C-I-T-A-L-S

SECTION AGREEMENT BETWEEN OWNER AND CONTRACTOR

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

G E O R G I A P O R T S A U T H O R I T Y I N S U R A N C E R E Q U I R E M E N T S

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid.

ROCHESTER SCHOOLS MODERNIZATION PROJECT PHASE 2b School Without Walls Commencement Academy INSURANCE REQUIREMENTS

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

REQUEST FOR PROPOSALS

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

RICE UNIVERSITY SHORT FORM CONTRACT

Exhibit 1 to Part 3 Project-Specific Terms

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

DEED OF TRUST AND ASSIGNMENT OF RENTS FIRST RESPONDERS DOWNPAYMENT ASSISTANCE LOAN PROGRAM (FRDALP)

COACHELLA VALLEY WATER DISTRICT INSTRUCTIONS TO APPLICANT TEMPORARY ENCROACHMENT PERMIT

Exhibit E Additional Provisions

REQUEST FOR PROPOSALS

DESIGN AND CONSTRUCTION STANDARDS GENERAL DESIGN GUIDELINES 2.01

CITY OF ST. LOUIS LAMBERT-ST. LOUIS INTERNATIONAL AIRPORT

DEED OF TRUST AND ASSIGNMENT OF RENTS SAN FRANCISCO POLICE IN THE COMMUNITY LOAN PROGRAM (PIC)

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

Subcontractor Partner Prequalification Form. Company Name: DBA (if applicable):

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

PARKING LOT USE AGREEMENT

Colusa Veterans Hall Bathrooms and Kitchen Remodel Contract

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

SUBCONTRACT (SHORT FORM)

NATIONAL RAILROAD PASSENGER CORPORATION DATE EXPIRES: for not longer than one year from date of Amtrak approval)

Transcription:

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco Contract No. 2784 Pier 23 Roof Repair ADDENDUM No. 1 Issued: December 16, 2016 The following clarifications, changes, additions or deletions are incorporated into the Bid Document as if a part of the original released Bid Document. All other terms and conditions of the Bid Document remain the same. Respondents to the Advertisement for Bids solicitation must acknowledge receipt of this addendum in their submittal. CHANGES TO SPECIFICATIONS 1) SECTION 00 21 13 INSTRUCTIONS TO BIDDERS: REPLACE the notation to $400,000 with $600,000 in paragraph 1.18, B as in the attachment. 2) SECTION 00 31 00 AVAILABLE PROJECT INFORMATION: REPLACE Section 00 31 00 with the attached. 3) SECTION 00 45 16 RELEASE AND WAIVER AGREEMENT: REPLACE Section 00 45 16 with the attached. 4) SECTION 00 73 16 INSURANCE REQUIREMENTS: REPLACE Section 00 73 16 with the attached. CHANGES TO DRAWINGS - NONE If the Bidder has any questions regarding this addendum, please contact Wendy Proctor, Project Manager, at (415) 274-0592. REMINDER: Bidders are required to acknowledge receipt of this addendum in Document 00432. REMINDER: The Bid Opening is January 26, 2017, 10:30 AM at the Port of San Francisco, Pier 1. Contract No. 2784 Pier 23 Roof Repair Page 1 of 1 PORT OF SAN FRANCISCO TEL 415 274 0400 TTY 415 274 0587 ADDRESS Pier 1 FAX 415 274 0551 WEB sfport.com San Francisco, CA 94111

Addendum No. 1 Eunejune Kim Chief Harbor Engineer Port of San Francisco Pier 1 San Francisco, CA 94111 Contract No. 2784 Pier 23 Roof Repair Page 2 of 2 PORT OF SAN FRANCISCO TEL 415 274 0400 TTY 415 274 0587 ADDRESS Pier 1 FAX 415 274 0551 WEB sfport.com San Francisco, CA 94111

10. If the City determines that a Protest is frivolous, the protesting Bidder may be determined to be non-responsible and that Bidder may be determined to be ineligible for future contract awards. E. Rejection of a Bid by the City. If the City determines that a Bidder's Bid is non-responsive or that a Bidder is not responsible, the City will issue a Notice of non-responsiveness and/or non-responsibility, as appropriate. Determination of the Notice will set forth the basis for the City's determination and rejection of the Bid. 1.18 AWARD OF CONTRACT A. In accordance with California Labor Code sections 1771.1 and 1725.5, no contract can be awarded to a Bidder on or after April 1, 2015 without proof that the Bidder and all identified subcontractors are currently registered with the California Department of Industrial Relations. B. In accordance with San Francisco Administrative Code chapter 6, no bid is accepted and no contract in excess of $600,000 is awarded by the City until such time as the Executive Director of the Port of San Francisco recommends the contract for award, and the San Francisco Port Commission adopts a resolution awarding the Contract. C. Pursuant to Charter section 3.105, all contract awards are subject to certification by the Controller as to the availability of funds. D. The Contract, if awarded, will be awarded to the responsible Bidder who submits the lowest responsive Bid based on the lowest overall cost to the City for the Total Bid Price with or without additive or deductive alternate(s) selected by the City in a descending order of priority as announced prior to opening of Bids. E. The City will issue a written notification of award of the Contract to the successful Bidder. 1.19 CONTRACT SECURITY A. Article 10 of the General Conditions (Section 00 72 00) sets forth the City s requirements as to performance and payment (labor and material) bonds. B. When the successful Bidder delivers the executed Agreement, it must be accompanied by the required performance and payment bonds. 1.20 EXECUTION OF CONTRACT A. The successful Bidder shall deliver within 10 working days after the date of the City s written notification of award of the Contract the following properly completed and signed documents to Contract Administrator. 1. Contract Agreement (Section 00 52 00), 2 original copies with the successful Bidder s signature affixed thereto. a. If successful Bidder is ''doing business as'' company, attach a copy of ''dba'' certificate filed with and certified by the County Clerk. 2. Performance bond and payment (labor and material) bond (Section 00 61 13), 2 original copies of each. (Rev. 9/2014) 00 21 13-14 Instructions to Bidders

SECTION 00 31 00 AVAILABLE PROJECT INFORMATION 1.1 SUMMARY A. This Document describes Reference Documents and the use of data resulting from the various investigations or from available information, including, as-builts, hazardous materials survey reports. 1.2 EXISTING SITE AND BUILDING CONSTRUCTION DOCUMENTS A. Bidders attention is directed to construction or record drawings for the original construction and subsequent alterations that were utilized in the preparation of the Contract Documents. These documents will be made available for download on the Port s Website at: http://sfport.com/rfps-rfqs B. Digital file/s in PDF of the above reference document is included with the digital Bid Documents. 1.3 HAZARDOUS MATERIALS REPORTS A. The City s environmental consultant has surveyed the Pier 23 facility for the presence of various hazardous materials. Materials investigated may include asbestos, lead, PCB ballasts, mercury containing lamps, contaminated soils, underground storage tanks, and other hazardous materials. The survey findings are documented in the following: 1. Hazardous Material Sampling Report Pier 23 & Pier 19.5 Pre-Con Roof Survey 10.31.2016 B. Hazardous materials surveys and reports were obtained only for the use of the City and its consultants for planning and design. Such documentation is not part of the Contract Documents, but the technical data concerning Pier 23 contained in the referenced reports on which the Bidder is entitled to rely are incorporated in the Contract Documents by reference. C. Digital file/s in PDF of the above reference document is included with the digital Bid Documents. 1.4 USE OF DATA A. The foregoing Reference Documents are not part of the Contract Documents. The City does not warrant the completeness of the Reference Documents. B. The City makes no representation, either express or implied, that the conditions indicated in the Reference Documents are representative of those existing at the Site, or that different conditions may not occur or materials other than or in proportions different from those indicated may not be encountered. Refer to Paragraph 3.03, Unforeseen Or Differing Conditions, of the General Conditions. 2002.1.34-1.9 00 31 00-1 Available Project Information

C. Bidders shall visit the Site and familiarize themselves with existing conditions. 1.5 PRE-BID VISIT TO WORK SITE A. Prior to bidding, Bidders may make their own subsurface investigations to satisfy themselves as to Site conditions, but such investigations shall be performed only under the provisions of Section 00 21 13. END OF SECTION 2002.1.34-1.9 00 31 00-2 Available Project Information

SECTION 00 45 16 RELEASE AND WAIVER AGREEMENT PIER 23 ROOF REPAIR (Port of San Francisco Contract No. 2784) This Release and Waiver Of Liability (hereinafter the Release ) is entered into between the City and County of San Francisco through its Port of San Francisco and, a Bidder. RECITALS 1. The City and County of San Francisco through its Port of San Francisco has issued Bid Documents for Contract No. 2784 with a requirement that Bidders submit certain information to demonstrate their qualifications to perform the Work for the PIER 23 ROOF REPAIR. 2. In accordance with the Bid Documents, Bidder has submitted information pertaining to its qualifications, including a list of projects and project owners/owner representatives as references for its qualifications. 3. The City seeks candid comments on the Bidder s performance on the listed projects from the owners and the owners representatives. RELEASE AND WAIVER Bidder hereby fully and forever releases, exonerates, discharges, and covenants not to sue, the City, its commissions and boards, officers and employees, and all individuals and entities furnishing comments on Bidder s performance, from and for, and does hereby waive, any and all claims, causes of action, demands, damages and any and all other liabilities of any kind or description, in law, equity, or otherwise, arising out of information furnished about Bidder s performance on the projects that Bidder has identified pursuant to Recital number 2, above. INTENDED BENEFICIARIES The City, its commissions and boards, officers and employees and all individuals and entities furnishing any information relating to Bidder s qualifications are intended beneficiaries of this Release and Waiver and are entitled to enforce its terms. Signature of Bidder or Authorized Representative Title Bidder s Name END OF SECTION 2002.1.34-1.9 00 45 16-1 Release and Waiver Agreement Date

1.1 SUMMARY SECTION 00 73 16 INSURANCE REQUIREMENTS A. This Document includes insurance requirements, which amend Article 11 of the General Conditions. 1.2 CONTRACTOR S LIABILITY INSURANCE A. Contractor shall maintain in full force and effect, for the period covered by the Contract, the following liability insurance with the following minimum specified coverages or coverages as required by laws and regulations, whichever is greater: 1. Worker s Compensation in statutory amount, including Employers Liability coverage with limits not less than $1,000,000.00 each accident, injury, or illness. 2. Commercial General Liability insurance with limits not less than $1,000,000.00 each occurrence, and $2,000,000 general aggregate, combined single limit for bodily injury and property damage, including coverage for Contractual Liability, independent contractors, Broadform Property Damage, and completed operations. 3. Commercial Automobile Liability insurance with limits not less than $1,000,000.00 each occurrence combined single limit for bodily injury and property damage, including owned, hired or non-owned vehicles, as applicable. 1.3 ADDITIONAL COVERAGES A. Builder s Risk Insurance: Contractor shall provide ''Special Form'' (All Risk) Builder's Risk Insurance on a replacement cost basis as follows: 1. Amount of Coverage: The amount of coverage shall be equal to 100% of the completed value of the Work, including periodic increases or decreases in values through change orders. The policy shall provide for no deduction for depreciation. The policy shall provide coverage for ''soft costs,'' such as but not limited to design and engineering fees, code updates, permits, bonds, insurances, and inspection costs caused by an insured peril; the policy may limit the amount for soft costs but such limit shall not be less than 5% of the coverage amount. The Builder's Risk Insurance shall also include the full replacement cost of all City-furnished equipment, if any. 2. Additional Premium: If, due to change orders or project term extensions authorized by the City, the Builder's Risk policy becomes subject to additional premium, the City will reimburse Contractor the actual cost of such additional premium, without markup, provided that the Contractor submits to the City proof of payment of such additional premium and either: a) copy of the applicable endorsement to the Builder's Risk policy, if the Builder's Risk Policy is issued on a declared-project basis; or b) copy of Evidence of Property Insurance if the Builder's Risk policy is placed on a reporting form basis. 3. Parties Covered: The Builder's Risk policy shall identify the City and County of San Francisco as the sole loss payee. The policy shall name as insured the City and County of San Francisco, the Port of San Francisco, the Contractor and its subcontractors of every tier. Each insured shall waive all rights of subrogation against each of the other insureds to the extent that the loss is covered by the Builder's Risk Insurance. 4. Included Coverage: The Builder's Risk Insurance shall include, but shall not be limited to, the following coverages: (Rev. 10/27/2011) 00 73 16-1 Insurance Requirements

a) All damages of loss to the Work and to appurtenances, to materials and equipment to be incorporated into the Project while the same are in transit, stored on or off the Project site, to construction plant and temporary structures. b) The perils of fire, lightning, windstorm, hail, explosion, riot, riot attending a strike, civil commotion, smoke damage, damage by aircraft or vehicles, vandalism and malicious mischief, theft, collapse, and water damage. c) The costs of debris removal, including demolition as may be made reasonably necessary by such covered perils, resulting damage, and any applicable law, ordinance, or regulation. d) Start up and testing and machinery breakdown including electrical arcing. e) Consequential loss (lost revenues and costs of funding or financing when a covered risk causes delay in completing the Work). In the event the City receives coverage specifically for a consequential loss associated with delay to the completion of the Project, such specific amount shall be credited against any liquidated damages for delay for which the Contractor would otherwise be responsible. 5. Deductibles: The Builder's Risk Insurance may have a deductible clause not to exceed the amounts below. Contractor shall be responsible for paying any and all deductible costs. The deductible for coverage of All Perils shall not exceed the following: a) $10,000 for projects valued up to $25,000,000; b) $25,000 deductible for projects valued in excess of $25,000,000 and up to $75,000,000; and c) $50,000 deductible for projects valued in excess of $75,000,000. 1.4 INSURANCE FOR OTHERS A. For general liability and automobile liability insurance, Contractor shall furnish policy endorsements that designate as additional insured, the City and County of San Francisco, the Port of San Francisco, their board members and commissions, and all authorized agents and representatives, and members, directors, officers, trustees, agents and employees of any of them. To satisfy this requirement, Contractor shall furnish policy endorsements in the form of ISO 2010 (11 85) or its equivalent. Other parties to be designated as additional insured on Contractor's liability insurance endorsements shall be as follows: 1. City s consultants and/or subconsultants: None. 2. Non-City Agencies: Pier 23 Cafe, Inc. Sprint Spectrum Realty Company, LP. 1.5 FORMS OF POLICIES AND OTHER INSURANCE REQUIREMENTS A. Before commencement of the Work of this Contract, certificates of insurance and policy endorsements in form and with insurers acceptable to the City, evidencing all required insurance and with proper endorsements from Contractor s insurance carrier identifying as additional insureds the parties indicated under Article Insurance for Others above, shall be furnished to the City, with complete copies of policies to be furnished to the City promptly upon request. Contractor will be allowed a maximum of 10 working days, after the date on which the Contract is awarded, in which to deliver appropriate bond and insurance certificates and endorsements. B. Approval of the insurance by the City shall not relieve or decrease the extent to which (Rev. 10/27/2011) 00 73 16-2 Insurance Requirements

Contractor or subcontractor of any tier may be held responsible for payment of any and all damages resulting from its operations. Contractor shall be responsible for all losses not covered by the policy, excluding damage caused by earthquake and flood consistent with section 7105 of the California Public Contract Code in excess of 5 percent of the Contract Sum, including the deductibles. All policies of insurance and certificates shall be satisfactory to the City. C. The Contractor and its subcontractors shall comply with the provisions of California Labor Code section 3700. Prior to commencing the performance of work, the Contractor and all of its subcontractors shall submit to the awarding department a certificate of insurance against liability for workers compensation or proof of self-insurance in accordance with the provisions of the California Labor Code. D. Liability insurance shall be on an occurrence basis, and said insurance shall provide that the coverage afforded thereby shall be primary coverage (and non-contributory to any other existing valid and collectable insurance) to the full limit of liability stated in the declaration, and such insurance shall apply separately to each insured against whom claim is made or suit is brought, but the inclusion of more than one insured shall not operate to increase the insurer's limits of liability. E. Should any of the required insurance be provided under a form of coverage that includes an annual general aggregate limit or provides that claims investigation or legal defense costs be included in such annual general aggregate limit, such general annual aggregate limit shall be two times the occurrence limits stipulated. City reserves the right to increase any insurance requirement as needed and as appropriate. F. Should any of the required insurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this Contract, and without lapse, for a period 4 years beyond the Contract Final Completion date, to the effect that, should occurrences during the Contract term give rise to claims made after expiration of the Contract, such claims shall be covered by such claims-made policies. G. Thirty (30) days advance written notice shall be provided (by the insurer) to the Port upon cancellation, intended non-renewal, or reduction in coverages, except for non-payment, in which case the insurer or Contractor shall provide advance notice of no less than ten (10) days to the City. Notices shall be sent to: Contract Administrator City and County of San Francisco Port of San Francisco ATTN: Engineering Division Pier 1, The Embarcadero San Francisco, CA 94111. H. All policies shall be endorsed to provide waivers of subrogation against City. I. Contractor, upon notification of receipt by the City of any such notice, shall file with the City a certificate of the required new or renewed policy at lest 10 days before the effective date of such cancellation, change or expiration, with a complete copy of the new or renewed policty. J. If, at any time during the life of this Contract, Contractor fails to maintain any item of the required insurance in full force and effect, all Work of this Contract may, at City's sole option, be discontinued immediately, and all Contract payments due or that become due will be withheld, until notice is received by the City as provided in the immediately preceding Subparagraph H that such insurance has been restored to full force and effect and that the premiums therefor have been paid for a period satisfactory to the City. (Rev. 10/27/2011) 00 73 16-3 Insurance Requirements

K. Any failure to maintain any item of the required insurance may, at City's sole option, be sufficient cause for termination for default of this Contract. 1.6 QUALIFICATIONS A. Insurance companies shall be legally authorized to engage in the business of furnishing insurance in the State of California. All insurance companies shall have a current A.M. Best Rating not less than "A-,VIII" and shall be satisfactory to the City. END OF SECTION (Rev. 10/27/2011) 00 73 16-4 Insurance Requirements