Loading...
HomeMy WebLinkAboutCC Resolution 10224 (Freitas Park Rehabilitation)RESOLUTION NO. 10224 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE DIRECTOR OF PUBLIC WORKS TO SIGN A PROFESSIONAL SERVICES AGREEMENT WITH KELLER MITCHELL & CO. IN AN AMOUNT NOT TO EXCEED $57,500. (,As Consultant for Freitas Park Rehabilitation Prolect) BE IT RESOLVED by the Council of the City of San Rafael as follows: WHEREAS, the City Council is desirous of rehabilitating Freitas Park to restore the water feature and other amenities; and WHEREAS, City staff have secured proposals from firms specializing in park rehabilitation, have interviewed same, and recommends the selection of Keller Mitchell & Co NOW, THEREFORE, BE IT RESOLVED by the Council of the City of San Rafael that the Director of Public Works is hereby authorized to sign a professional services agreement, in a form acceptable to the City attorney, with Keller Mitchell & Co. in an amount not to exceed $57,500. I, JEANNE M. LEONCINI, Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the Council of said City on the I" day of June, 1998, by the following vote, to wit: AYES: COUNCILMEMBERS: Cohen, Hel l er, Mi 11 er and Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: Phi 11 i ps JEANWtkN I`NI, City C erk FROM : k:ELLER Irl I TCHEI I 8, C May 22, 1998 PHONE NO. : 415 546 9950 May. 22 199e 03:36PM P1 Keller Mitchcll & Ck). (,uici;,�aur lr�hitriuuc I I I Nru Monlrnn rye 1(rcct Suile ,50., San lranck o,(A04'05-it,Iti (415) 546-9987 voice (415) i46 99-,() fix E mail-kmclndarth@,t,u�l,a0aj David Bernardi Director of Public Works Citv of San Rafael 1400 Fifth Avenue San Rafael, CA 94915-1560 FAX 415/485-3334 �1 RE: Freitas Park Fee Proposal Dear Mr- Bernardi: We are very pleased to have been chosen as the landscape architecture firm for Freitas ='r Park. As you suggested, we have sharpened our pencil and reduced our fee from $81,100 to $57,500 based on: the $280,000 budget and a scope refinement. The refinements to the scope as I understand it are the following: RESTROOM There isn't enough money to move and rebuild the restroom. It will be modified to acuonumodate for disabled access and that is reflected in the architectural fee. PARTICIPATORY FOUNTAIN There is not enough money to design a custom water feature to replace the once popular wading pool. In plane of a custom design water feature, there are many standard play accessories that still combine the basic elements of fun with water and contain a few surprises in the timing of water jets. This change is reflected in the fountain designers fee. The remainder of the scope will stay as defined in the request for proposal for Freitas Park Rehabilitation. The lump sum has been reduced to $57,500 and is broken down as follows: Davis & Joyce (Architects) $ 7,500 Fountain Tech Company (Fountain Designers) $ 9,500 Dickson Design (Irrigation Designers) $ 3,800 Bracken & Keane (Civil Engineers) $ 5,000 Keller Mitchell & Company (Landscape Architects) $31,700 TOTAL $57,500 CA license im 1060 CA license no_ 1927 FROM : KELLER MITCHELL & ( Page 2 May 22, 1998 PHONE NO. : 415 546 9950 May. 22 1999 03:37PM P2 Keller M i Lchel l & Co. I.md,capc ArchitLctury I hope you find this an acceptable fee and scope refinement. We look forward to beginning the project. Sincerely, Jacque Keller Principal .j AGREEMENT FOR PROFESSIONAL SERVICES FREITAS PARK REHABILITATION PROJECT This Agreement is made and entered into this V day of June, 1998, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and Keller Mitchell & Co. (hereinafter "CONTRACTOR"). RECITALS WHEREAS, the City Council is desirous of rehabilitating Freitas Park to restore the water feature and other amenities; and WHEREAS, City staff have secured proposals from firms specializing in park rehabilitation, have interviewed same, and recommends the selection of Keller Mitchell & Co. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 1. DEFINITIONS. The project referred to in this agreement is the Freitas Park Rehabilitation Project. 2. PROJECT COORDINATION. A. CITY. The City Manager shall be the representative of the CITY for all purposes under this Agreement. The Director of Public Works is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. Jacque Keller is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR for any reason, the CONTRACTOR shall notify the CITY within ten (10) business days of the substitution. 3. DUTIES OF CONTRACTOR. CONTRACTOR shall perform the duties and/or provide services as described in Exhibit "A" attached and incorporated herein. 4. DUTIES OF CITY. CITY shall perform the duties as described in Exhibit "A" attached and incorporated herein.") 1 5. COMPENSATION. For the full performance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR an amount not to exceed $57,500. Payment will be made monthly upon receipt by PROJECT MANAGER of itemized invoices submitted by CONTRACTOR. 6. TERM OF AGREEMENT. The term of this Agreement shall be for one (1) year commencing on June 1, 1998 and ending on May 31, 1999. Upon mutual agreement of the parties, and subject to the approval of the City Manager, the term of this Agreement shall be extended for an additional period of three (3) months. 7. TERMINATION. A. Discretionary. Either party may terminate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice, within such fifteen (15) day time period. C. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the performance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. 8. OWNERSHIP OF DOCUMENTS. The written documents and materials prepared by the CONTRACTOR in connection with the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said property for any purpose, including projects not contemplated by this Agreement. 9. INSPECTION AND AUDIT. Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 2 10. ASSIGNABILITY. The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 11. INSURANCE. A. During the term of this Agreement, CONTRACTOR shall maintain, at no expense to CITY, the following insurance policies: 1. A comprehensive general liability insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence 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 ($1,000,000) dollars per occurrence; 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of one million $1,000,000) dollars to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. B. The insurance coverage required of the CONTRACTOR by section 11. A., shall also meet the following requirements: 1. The insurance shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or coverage for any contribution; 2. Except for professional liability insurance, the insurance policies shall be endorsed for contractual liability and personal injury; 3. Except for professional liability insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additionally named insureds under the policies. 4. CONTRACTOR shall provide to PROJECT MANAGER, (a) Certificates of Insurance evidencing the insurance coverage required herein, and (b) specific endorsements naming CITY, its officers, agents, employees, and volunteers, as additional named insureds under the policies. 5. The insurance policies shall provide that the insurance carrier shall not cancel, terminate or otherwise modify the terms and conditions of said insurance policies except upon thirty (30) days written notice to CITY's PROJECT MANAGER; 6. 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; 3 7. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement; 8. The insurance shall be approved as to form and sufficiency by Risk Manager and the City Attorney. C. 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 regulations, and as necessary to protect both CONTRACTOR and CITY against all liability for injuries to CONTRACTOR's officers and employees. D. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the PROJECT MANAGER and the City Attorney. 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, attorney's fees and defense expenses. 12. INDEMNIFICATION. CONTRACTOR shall indemnify, release, defend and hold harmless CITY, its officers, agents, employees, and volunteers, against any claim, demand, suit, judgment, loss, liability or expense of any kind, including attorney's fees and administrative costs, arising out of or resulting in any way, in whole or in part, from any acts or omissions, intentional or negligent, of CONTRACTOR or CONTRACTOR'S officers, agents and employees in the performance of their duties and obligations under this Agreement." 13. 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. 14. 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 under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR 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 or regulations. 15. 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 Agreement, to the other party. 16. 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 Postal Service. Notice shall be given as follows: TO CITY: David M. Bernardi, Director of Public Works (Project Manager) City of San Rafael 1400 Fifth Ave. (P.O. Box 151560) San Rafael, CA 944915-1560 TO CONTRACTOR: Jacque Keller, Principal (Project Director) Keller Mitchell & Co. 111 New Montgomery Street, Suite 303 San Francisco, CA 94105-3615 17. 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. 18. 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 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, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. 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 and the CITY. E. If any conflicts arise between the terms 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. 5 19. SET-OFF AGAINST DEBTS. CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 20. 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 regulation. 21. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. 22. 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. CONTRACTOR's taxpayer identification number is 95-4150713, and CONTRACTOR certifies under penalty of perjury that said taxpayer identification number is correct. 23. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL City ager 0 CONTRACTOR By: 1I✓1.i.C�P, MiIc4fFiL,1. t Go N Title: r F' e= 9 *&j ' ATTEST: ty"C er City Attorney' / p� /" 7 Services/Professional Services Contract Form -1 (Revised 4/96) FP.OM : KHlER M I TCHE L 9 "1 PHONE N0. : 415 546 9c May. 22 19% 03: 36PM Pi •. :.r May 22, 1998 Keller Mitchell & Co. I,u,d:.�,i:;r 1r.hitrruuc 1 I I New khm1p.onw ri, ?heel Suile .SOS San Frtncisro. (.A W410 1h (415) 546-9987 voice (415) .546 Q950 fax h -mail: kmclndarch(e}aol.con, We are very pleased to have been chosen as the landscape architecture firm for Freitas P ,4e.—"u suggested, we have sharpened our pencil and reduced our fee from $81,100 t $57,500 ased on the $280,000 budget and a scope refinement The refinements to the scope as I understand it are the following: RESTROOM There isn't enough money to move and rebuild the restroom It will be modified to accommodate for disabled access and that is reflected in the architectural fee. PARTICIPATORY FOUNTAIN There is not enough money to design a custom water feature to replace the once popular wading pool. In place of a custom design water feature, there are many standard play accessories that still combine the basic elements of fun with water and contain a few surprises in the timing of water jets. This change is reflected in the fountain designers fee. The remainder of the scope will stay as defined in the request for proposal for Freitas Park Rehabilitation. The lump sum has been reduced to $57,500 and is broken down as follows: Davis & Joyce (Architects) $ 7,500 Fountain Tech Company (Fountain Designers) $ 9,500 Dickson Design (irrigation Designers) $ 3,800 Bracken & Keane (Civil Engineers) $ 5,000 Keller Mitchell & Company (Landscape Architects) $31,700 TOTAL $57,500 CA license no.1060 CA license no. 1927 David Bernardi Director of Public Works City of San Rafael 1400 Fifth Avenue San Rafael, CA 94915-1560 FAX 415/485-3334 RE: Freitas Park Fee Proposal � Dear Mr. Bernardi: Keller Mitchell & Co. I,u,d:.�,i:;r 1r.hitrruuc 1 I I New khm1p.onw ri, ?heel Suile .SOS San Frtncisro. (.A W410 1h (415) 546-9987 voice (415) .546 Q950 fax h -mail: kmclndarch(e}aol.con, We are very pleased to have been chosen as the landscape architecture firm for Freitas P ,4e.—"u suggested, we have sharpened our pencil and reduced our fee from $81,100 t $57,500 ased on the $280,000 budget and a scope refinement The refinements to the scope as I understand it are the following: RESTROOM There isn't enough money to move and rebuild the restroom It will be modified to accommodate for disabled access and that is reflected in the architectural fee. PARTICIPATORY FOUNTAIN There is not enough money to design a custom water feature to replace the once popular wading pool. In place of a custom design water feature, there are many standard play accessories that still combine the basic elements of fun with water and contain a few surprises in the timing of water jets. This change is reflected in the fountain designers fee. The remainder of the scope will stay as defined in the request for proposal for Freitas Park Rehabilitation. The lump sum has been reduced to $57,500 and is broken down as follows: Davis & Joyce (Architects) $ 7,500 Fountain Tech Company (Fountain Designers) $ 9,500 Dickson Design (irrigation Designers) $ 3,800 Bracken & Keane (Civil Engineers) $ 5,000 Keller Mitchell & Company (Landscape Architects) $31,700 TOTAL $57,500 CA license no.1060 CA license no. 1927 FROM : KELLER MITCHELL & Page 2 May 22, 1998 PHONE NO. : 41S 546 99` May. 22 1998 03:37PM P2 Keller MiLchell & Co. Lvidscapr Architcourr I l opc you find this an acceptable fee and scope refinement. We look forward to beginning the project. Freitas Park Rehabilitation Prosect Approach Task I: Site Analysis, Solidification of Scope of Work, and Review of Existing Conditions: During the first phase of the project, the design development, Keller Mitchell & Co. will meet with the City of San Rafael and primary team members to ensure a thorough up -front understanding of the project schedule, budget, objectives, parameters, available resources, review and approval procedures, etc. Existing information will be reviewed, the site will be assessed, and importantly, regulatory agencies will be revisited to update them on the project's progress and situation. At the beginning, a topographical survey will be performed early during this stage for use by other team members. We will also meet with the County of Marin Health and Services Department to find our the requirements for an interactive water feature. Concurrently during this process our civil engineer will be preparing an accurate topographical survey and will integrare that information with the City's GIS database. Community Workshop #1 Identification of Project Goals and Planning Issues: The First workshop will begin with an identification of planning goals and issues to be addressed in the Master Plan and will include a walking tour of the site. A walking tour map which highlights existing site characteristics will be prepared. A feedback form will also be provided so all comments and ideas can be included in the workshop summary report. Task 2: Development of Design Alternatives: On the basis of information generated by Phase 1, Keller Mitchell will prepare two or three alternative plans for review and discussion with the City and give a presentation to rhe community. Cost estimates of each alternative will be prepared and reviewed with the City. Community Workshop #2 Refinement of Design Program: The second community workshop will continue development and refinement of the design program which was initiated in the first workshop. The design program will guide development of the Conceptual Master Plan. Proposal for Landscape Architectural Services Freitas Park Rehabilitation Prolect Community Workshop #3 Review of Conceptual Master Plan: The third community workshop will provide an opportunity for participants to evaluate the draft Master Plan. Community Workshop #4 Present Final Master Plan and Phasing Schedule: The fourth community workshop will provide an opportunity for community and City represenrarives to review the Final Master Plan and Phasing Schedule. Task 3: Final Design and Construction Documentation: During the Final Design and Construction Documentation Phase, all revision and modifications to the preliminary plan will be made for final review and approval. Construction plans and specifications for the park and features within the park including the structures, parking areas and cul de sac treatment will be developed, coordinated among the ream's subconsultants. An itemized construction cost estimate will be prepared and the construction documents, specifications and cost estimates will be submitted to the City of San Rafael for review and approval at mutually agreed milestones in the process. Task 4: Construction Services: Keller Mitchell & Co., and subconsultants (as appropriate) will assisr the City of San Rafael during the solicitation of construction bids, attend the pre-bid meering(s), and review the bids received, making recommendations to the Client regarding award of contracts. Proposal for Landscape Architectural Services 4 Freitas Park Rehabilitation Project Schedule Keller Mitchell & Co. and their subconsultants are in a position to commence work on the City of San Rafael project immediately and will enthusiastically commit all necessary personnel and resources to its successful completion. Currently, Keller Mitchell & Co. is in the completion stages of the Cambridge Child Care Center and National Marine Fisheries Services Building. Project Manager, Jacque Keller, will be devoting 75% of her time to this project during initial start-up and design development. Keller & Mitchell & Co. has consistently demonstrated success in their accomplishments in regard to the control and regulation of projects costs, schedule and work quality. They attribute this track record to ensuring a thorough up-fronr understanding among all team members of all project parameters, objectives, client expectations, schedule, review and approval processes, budger constraints and opportunities and design potential and limitation. Please refer to the following diagram for schedule parameters per task. Typically included as part of our project structure, is a Quality &Ianagement and Control Team, comprised of principal team members. This team monitors the overall project and reviews significant milestone accomplishments. As the team includes firm principals not routinely involved in the day to day project work, Keller Mitchell ensures an objective on-going evaluation of the project process. The primary goal of project management is to accomplish client's goals on time and within budget (both in terms of construction and fee dollars). Keller Mitchell's tools and methods allow them to make projections and track progress. Several specific procedures practiced by our firm distinguish our management process. In-house project planning sessions are conducted at the onset of each phase. These meetings are chaired by the project manager, aimed at assuring that our work and the client's expectations are consistent with our agreement. We spell our all the tasks and project hours that will be needed for each task. Proposal for landscape Architectural Services 0 OR w CN r 'o T M A 0 n 3 W n > O <T,3 V r Ti z D > 3 n O A O p Z O O O z N n Z X Ca �+ z < W -, T a .� ZZ m A zz t N ., ¢ O ro' � n ^ om c _ • N • W C rmN Now" - a N O -c Z O 0 rmn z Im Freitas Park Rehabilitation Project • Every two weeks, project management systems advises the team on all labor, expense and billing day to day and projects the balance remaining. The project management monitors this and keeps the team advised as to the actions required to fulfill our commitment. • For each project a critical path method schedule of the design and planning process is developed. At the outset certain preparatory work is identified and must be finished and decisions made by members of the team. Critical project milestones can be identified and linked to the critical path. With this tool clients can monitor progress and measure the consequences of variance with earlier decisions. The following is an outline of anticipated project schedule milestone dares and percentage of key personnel's resources allocated to each task categorv: Task 1: Design Development Jacque Keller 75% Jerrold Nlitchell 10% Kate Sweetman 30% Task 2: Design Finalization and Construction Documentation Jacque Keller 60% Jerrold Mitchell 25% Kate Sweetman 50% Phase 3: Construction Support/Monitoring Jacque Keller 10% Jerrold Mitchell 5% Proposal for Landscape Architectural Services 7 Certificate of Insurance Agency Name and Address: THIS CERTIFICATE IS ISSUED AS A MATTER OF PROFESSIONAL PRACTICE INSURANCE BROKERS, INC. INFORMATION ONLY AND CONFERS NO RIGHTS UPON 10 CALIFORNIA STREET THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE REDWOOD CITY CA 94063-1513 AFFORDED THE POLICIES LISTED BELOW. (650)369-5900 Fax: (650) 366-1455 Insureds Name and Address: Companies Affording Policies: KELLER MITCHELL 8r COMPANY A: CONTRACTORS BONDING & INSURANCE CO. B: CONTRACTORS BONDING & INSURANCE CO. 111 NEW MONTGOMERY ST., #303 c: D: AMERICAN MOTORISTS INSURANCE CO. - KSA SAN FRANCISCO CA 94105-3615 E CONTINENTAL CASUALTY COMPANY F: COVERAGES: THIS IS TO CERTIFY THAT 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. Description of Operations/LocationsNehicles/Restrictions/Special Items: All operations of the Named Insured. General Liability only: The Certificate Holder(s) and its affiliated entities are named as additional insureds but only as respects liability arising out of the Named Insureds' operations in Freitas Park; such coverage is primary as respects any insurance carred by the additional insured with respect to work performed by the Named Insured. Certificate Holder: CITY OF SAN RAFAEL 1400 5TH AVENUE SAN RAFAEL CA 94915 ATTN: MR. RICHARD LANDIS cc: THE AGGREGATE LIMIT IS THE TOTAL INSURANCE AVAILABLE FOR CLAIMS PRESENTED WITHIN THE POLICY FOR ALL OPERATIONS OF THE INSURED. CANCELLATION: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY, ITS AGENTS OR REPRESENTATIVES WILL MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, EXCEPT IN THE EVENT OF CANCELLATION FOR NON- PAYMENT OF PREMIUM IN 1r CASE 10pAYS TICE WILL BE GIVEN. Authorized R/presen v�/ � / ��� Y / 9/15/98 TYPE OF INSURANCE POLICY NUMBER EFF. DATE EXP. DATE POLICY LIMITS GENERAL LIABILITY General Aggregate: $2,000,000 LI Commercial General Liabilit CB950176 6/15/98 6/15/99 Products-Com/Ops ,_I Claims Made Aggregate: $1,000,000 A R/I Occurrence Personal and Adv. Injury $1,000,000 ❑ Owner's and Contractors Each Occurrence: $1,000,000 Protective Fire Dmg. (any one fire): $250,000 AUTO LIABILITY Combined Single Limit: $1,000,000 FE Any Automobile CB950176 6/15/98 6/15/99 Bodily Injury/person: All Owned Autos Bodily Injury/accident: B Scheduled Autos Property Damage: k Hired Autos C` Non -owned Autos C Garage Liability C EXCESS LIABILITY Each Occurrence: C C Umbrella Form Aggregate: C Other than Umbrella Form WORKERS' Statutory Limits D COMPENSATION 7CW30433404 9/1/98 9/1/99 Each Accident: $1,000,000 AND EMPLOYER'S Disease/Policy Limit: $1,000,000 LIABILITY Disease/Employee: $1,000,000 E PROFESSIONAL LAN 00-398-74-08 5/10/98 5/10/99 Per Claim $1,000,000 LIABILITY Aggregate $1,000,000 F Description of Operations/LocationsNehicles/Restrictions/Special Items: All operations of the Named Insured. General Liability only: The Certificate Holder(s) and its affiliated entities are named as additional insureds but only as respects liability arising out of the Named Insureds' operations in Freitas Park; such coverage is primary as respects any insurance carred by the additional insured with respect to work performed by the Named Insured. Certificate Holder: CITY OF SAN RAFAEL 1400 5TH AVENUE SAN RAFAEL CA 94915 ATTN: MR. RICHARD LANDIS cc: THE AGGREGATE LIMIT IS THE TOTAL INSURANCE AVAILABLE FOR CLAIMS PRESENTED WITHIN THE POLICY FOR ALL OPERATIONS OF THE INSURED. CANCELLATION: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY, ITS AGENTS OR REPRESENTATIVES WILL MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, EXCEPT IN THE EVENT OF CANCELLATION FOR NON- PAYMENT OF PREMIUM IN 1r CASE 10pAYS TICE WILL BE GIVEN. Authorized R/presen v�/ � / ��� Y / 9/15/98