Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutCM Essential Facilities 2015; Kitchell CEMc,rr of Agenda Item No. 5.b
Meeting Date: September 21, 2015
SAN RAFAEL CITY COUNCIL AGENDA REPORT
Department: City Manager's Office
C
Prepared by: Jim Schutz, City Manager City Manager Approval:
TOPIC: Project and construction management services for public safety facilities in San
Rafael
SUBJECT: RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A
PROFESSIONAL SERVICES AGREEMENT WITH KITCHELL CEM INC. FOR
PROJECT AND CONSTRUCTION MANAGEMENT SERVICES FOR THE PHASE 1
PROJECTS (PUBLIC SAFETY CENTER, FIRE STATION 52, AND FIRE STATION 57)
OF THE ESSENTIAL FACILITIES STRATEGIC PLAN
RECOMMENDATION:
Adopt the Resolution (Attachment A) authorizing the City Manager to execute a Professional Services
Agreement with Kitchell CEM Inc. (Kitchell) for project and construction management services for
Phase 1 of the Essential Facilities Strategic Plan.
BACKGROUND:
A separate item on tonight's City Council agenda is for architectural and design, bidding and
construction administration services for the Phase 1 projects of the Essential Facilities Strategic Plan.
That item contains a more detailed "Background" of the effort to -date. This contract, with Kitchell, is for
the associated project management services.
On August 25, 2015 the City Council's Facilities Subcommittee interviewed Kitchell for project and
construction management services related to this project and recommends that the City continue
working with this firm under a new contract for the next phase of the project. A proposed Professional
Services Agreement is attached as Attachment B, and would be attached to and approved by the
Resolution, subject to final approval as to form by the City Attorney.
ANALYSIS:
Each of the three Phase 1 projects includes a work plan composed of two key tasks (see Exhibit 1 of
Attachment B for more details):
FOR CITY CLERK ONLY
File No.:
-
Council Meeting: t
Disposition: t
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2
1. Planning, Program / Design and Bid Phase Management
This task includes general project management of the projects through the awarding of the bids,
including facility assessments, temporary relocation planning, cost estimates, coordination and
administration of the bid process and preparation of construction of contracts, value engineering
(as necessary), and regular status reports.
2. Construction Administration / Post -Construction and Project Closeout
This task includes general construction management duties to oversee construction activities,
monitor schedule and budget, coordinate inspections and requests for information, administer
change orders and submittals, perform field inspections and evaluations, and provide regular
status reports. Post -construction and closeout duties include assisting the preparation of punch -
lists, coordination of all closeout items, resolution of any outstanding issues, preparation of final
closeout report, and coordination of move -in schedules and plans.
The proposed Professional Services Agreement provides that each task will be individually authorized
by a specific Notice to Proceed issued by the City. Should the City choose not to issue a Notice to
Proceed, choosing, in effect, to terminate the Agreement, the Agreement allows the City to do so and
compensate Kitchell for services performed up to the date of termination.
Value Engineering
The proposed Professional Services Agreement includes up to $63,720 for value engineering at 100%
design development as necessary. This task would include written recommendations to the City.
Reimbursable Expenses
The proposed Professional Services Agreement includes up to $79,497 for reasonable and customary
reimbursable expenses submitted separately and approved by the City. Reimbursable expenses may
include: project office and equipment, telecommunications, postage, consumables, plans/prints/photos
and project -related travel. The cost and/or the time of commute travel will not be charged to the City.
Schedule
The previously described scope of work is anticipated to begin immediately and take approximately
three years and nine months. Below is a summary of the approximate schedule for each project with a
more detailed overall schedule available in Exhibit 2 of Attachment B.
Public Safety Center
Fire Station 52 & 57
Conceptual Design
Oct 2015 to Feb 2016
Oct 2015 to Jan 2016
Entitlement Review
Feb 2016 to Jan 2017
Jan 2016 to Mar 2016
Schematic Design
Feb 2016 to Apr 2016
Jan 2016 to Mar 2016
Design Development
May 2016 to Aug 2016
Mar 2016 to May 2016
Construction Documents
Aug 2016 to Mar 2017
May 2016 to Oct 2016
Bid/Award
Mar 2017 to Jun 2017
Oct 2016 to Jan 2017
Construction
Jun 2017 to Jun 2019
Jan 2017 to Mar 2018
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 3
Consultant Selection
In general, once a project is ready for construction, the construction manager role is an essential one to
deliver the project on time and budget. During the Strategic Planning phase the Facilities Subcommittee
and staff indicated a preference for bringing this expertise into the project at the initial stage, so that the
entire process takes place with the constructability and overall success of the end projects in mind.
Kitchell is recommended due to their outstanding performance in developing the Essential Facilities
Strategic Plan, as well as their experience, including recent construction management of public safety
buildings in Marin County, and exceptional references. It should be noted that Kitchell typically
estimates the amount of time needed on a project and then only charges for actual time used.
The project manager for Kitchell will be Bill Johal who is a Certified Construction Manager (CCM). Mr.
Johal has worked in a similar capacity for projects such as: the Central Marin Police Authority
Headquarters in Larkspur, the Novato Fire Station No. 64, and the Novato Civic Center City
Administration Offices among many other projects.
COMMUNITY OUTREACH:
During the development of the Essential Facilities Strategic Plan, Kitchell developed a Communications
Plan that identifies strategies to enhance engagement and transparency throughout the Essential
Facilities project including design and construction. A webpage has been created at
www.citvofsanrafael.org/facilities with information about the projects, including the approved Strategic
Plan. To -date, staff has conducted project updates to a variety of community and stakeholder groups
including the Federation of San Rafael Neighborhoods, North San Rafael Coalition of Residents,
Business Issues Committee, San Rafael Chamber of Commerce Economic Vitality Committee, and
multiple updates with the San Rafael Fire Commission.
Each project will undergo additional outreach, with neighbors and other stakeholders to review
operational and design issues. Opportunities for community participation include workshops as well as
public meetings with the Design Review Board, Planning Commission and the City Council.
FISCAL IMPACT:
The proposed Professional Services Agreement includes all three buildings of the Phase 1 projects and
totals $3,171,060 in project and construction management services, up to $63,720 in value -engineering
services, and up to $79,497 in reasonable and customary reimbursable expenses for the professional
services as detailed in the attached scope of work.
These funds will be appropriated from the portion of Measure E General Fund revenues allocated to
public safety facilities construction and improvements.
OPTIONS:
The City Council has the following options to consider on this matter:
1. Adopt the resolution as presented, approving the Professional Services Agreement;
2. Adopt the resolution with modifications to the Professional Services Agreement, subject to
approval by Kitchell;
3. Direct staff to return with more information;
4. Take no action.
SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 4
RECOMMENDED ACTION:
Adopt the Resolution authorizing the City Manager to execute a Professional Services Agreement with
Kitchell CEM Inc. for project and construction management services for Phase 1 of the Essential
Facilities Strategic Plan.
ATTACHMENTS:
A. Resolution
B. Professional Services Agreement with:
Exhibit 1 - Scope of Services and Cost Summary
Exhibit 2 - Schedule
RESOLUTION NO. 14017
A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL
SERVICES AGREEMENT WITH KITCHELL CEM INC. FOR PROJECT AND
CONSTRUCTION MANAGEMENT SERVICES FOR THE PHASE 1 PROJECTS (PUBLIC
SAFETY CENTER, FIRE STATION 52, AND FIRE STATION 57) OF THE ESSENTIAL
FACILITIES STRATEGIC PLAN
WHEREAS, in October, 2014, staff issued a Notice Inviting Proposals for Project
Management and Pre -Construction Services for an Essential Facilities Strategic Plan that
indicated the potential for future phases under a separate contract; and
WHEREAS, Kitchell CEM, Inc. was selected and provided project management and pre -
construction services for the development of the Essential Facilities Strategic Plan; and
WHEREAS, on July 20, 2015, the City Council unanimously approved the Essential
Facilities Strategic Plan; and
WHEREAS, the City is entering into the architectural and design phase of the Essential
Facilities project; and
WHEREAS, on August 25, 2015, Kitchell CEM was interviewed and selected by the City
Council Facilities Subcommittee to perform project and construction management services for
the Phase 1 projects (Public Safety Center, Fire Station 52 and Fire Station 57) of the Essential
Facilities Strategic Plan; and
WHEREAS, on August 25, 2015, the City Council's Facilities Subcommittee decided to
recommend to the full City Council an Agreement with Kitchell CEM for their project and
construction management services.
NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of San Rafael
does hereby authorize the City Manager to execute, on behalf of the City of San Rafael, a
Professional Services Agreement, in the form attached hereto, with Kitchell CEM, Inc., for
project and construction management services for the Phase 1 projects (Public Safety Center,
Fire Station 52 and Fire Station 57) of the Essential Facilities Strategic Plan, subject to final
approval as to form by the City Attorney.
NOW, THEREFORE, BE IT FURTHER RESOLVED that the City Council of the City of
San Rafael does hereby authorize the appropriation of $3,314,277 from General Fund Measure
E revenues to fund this Agreement for the corresponding fiscal years of the agreement.
I, ESTHER BEIRNE, 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 City Council
of said City held on Monday, the 21" day of September, 2015 by the following vote, to wit:
AYES: COUNCILMEMBERS: Bushey, Colin, Gamblin, McCullough & Mayor Phillips
NOES: COUNCILMEMBERS: None
ABSENT: COUNCILMEMBERS: None
ESTHER C. BEIRNE, City Clerk
RESOLUTION NO. 14017
A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL
SERVICES AGREEMENT WITH KITCHELL CEM INC. FOR PROJECT AND
CONSTRUCTION MANAGEMENT SERVICES FOR THE PHASE 1 PROJECTS (PUBLIC
SAFETY CENTER, FIRE STATION 52, AND FIRE STATION 57) OF THE ESSENTIAL
FACILITIES STRATEGIC PLAN
WHEREAS, in October, 2014, staff issued a Notice Inviting Proposals for Project
Management and Pre -Construction Services for an Essential Facilities Strategic Plan that
indicated the potential for future phases under a separate contract; and
WHEREAS, Kitchell CEM, Inc. was selected and provided project management and pre -
construction services for the development of the Essential Facilities Strategic Plan; and
WHEREAS, on July 20, 2015, the City Council unanimously approved the Essential
Facilities Strategic Plan; and
WHEREAS, the City is entering into the architectural and design phase of the Essential
Facilities project; and
WHEREAS, on August 25, 2015, Kitchell CEM was interviewed and selected by the City
Council Facilities Subcommittee to perform project and construction management services for
the Phase 1 projects (Public Safety Center, Fire Station 52 and Fire Station 57) of the Essential
Facilities Strategic Plan; and
WHEREAS, on August 25, 2015, the City Council's Facilities Subcommittee decided to
recommend to the full City Council an Agreement with Kitchell CEM for their project and
construction management services.
NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of San Rafael
does hereby authorize the City Manager to execute, on behalf of the City of San Rafael, a
Professional Services Agreement, in the form attached hereto, with Kitchell CEM, Inc., for
project and construction management services for the Phase 1 projects (Public Safety Center,
Fire Station 52 and Fire Station 57) of the Essential Facilities Strategic Plan, subject to final
approval as to form by the City Attorney.
NOW, THEREFORE, BE IT FURTHER RESOLVED that the City Council of the City of
San Rafael does hereby authorize the appropriation of $3,314,277 from General Fund Measure
E revenues to fund this Agreement for the corresponding fiscal years of the agreement.
I, ESTHER BEIRNE, 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 City Council
of said City held on Monday, the 215` day of September, 2015 by the following vote, to wit:
AYES: COUNCILMEMBERS: Bushey, Colin, Gamblin, McCullough & Mayor Phillips
NOES: COUNCILMEMBERS: None
ABSENT: COUNCILMEMBERS: None
,2964--7- C , A&Z,12—.c y
ESTHER C. BEIRNE, City Clerk
AGREEMENT FOR PROFESSIONAL SERVICES
FOR PROJECT AND CONSTRUCTION MANAGEMENT SERVICES
This Agreement is made and entered into this I" day of October, 2015, by and between the
CITY OF SAN RAFAEL (hereinafter "CITY"), and Kitchell CEM Inc., a California Corporation
(hereinafter "CONTRACTOR").
RECITALS
WHEREAS, in October, 2014, CITY issued a Notice Inviting Proposals for Project
Management and Pre -Construction Services for an Essential Facilities Strategic Plan that
indicated the potential for future phases under a separate contract; and
WHEREAS, CONTRACTOR was selected by CITY to provide, and did provide,
project management and pre -construction services for the development of the Essential Facilities
Strategic Plan; and
WHEREAS, on July 20, 2015, the City Council unanimously approved the Essential
Facilities Strategic Plan; and
WHEREAS, CONTRACTOR expressed an interest in performing the project
management and pre -construction services required for implementation of Phase 1 of the
Essential Facilities Strategic Plan, and was interviewed for that project by the City Council's
Facilities Subcommittee on August 25, 2015, and
WHEREAS, on August 25, 2015, the City Council's Facilities Subcommittee decided to
recommend to the full City Council, and the City Council, on September 21, 2015, authorized,
entering into a Professional Services Agreement with CONTRACTOR for program, design and
construction management services needed to implement Phase 1 of the Essential Facilities
Strategic Plan;
AGREEMENT it3 _ 5 g3
NOW, THEREFORE, the parties hereby agree as fol'
1. PROJECT COORDINATION.
A. CITY'S Project Manager. The Assistant City Manager is ELM,-, lated the
PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects
of the progress and execution of this Agreement.
B. CONTRACTOR'S Project Director. CONTRACTOR shall assign a single
PROJECT DIRECTOR to have overall responsibility for the progress and execution of this
Rev. Date: 7/30/15
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.
2. DUTIES OF CONTRACTOR.
CONTRACTOR shall perform the duties and/or provide services as shown in the letter
from CONTRACTOR dated September 4, 2015 re "Fee Proposal for Program, Design and
Construction Management for the Phase 1 Projects (Public Safety Center/Fire Station 51, Fire
Station 52/Fire Training Center and the Fire Station 57) of the Essential Facilities Strategic Plan",
attached hereto as Exhibit 1 and incorporated herein by reference. CONTRACTOR shall provide
such services consistent with the schedule set forth in Exhibit 2 attached hereto and incorporated
herein by reference; provided that regardless of such schedule CONTRACTOR shall not begin
work on any "Task" described in Exhibits 1 for the three Phase 1 projects unless and until CITY,
through its PROJECT MANAGER, serves CONTRACTOR with written "Notice to Proceed" with
that Task.
3. DUTIES OF CITY.
CITY shall pay the compensation as provided in Paragraph 4, and coordinate with
CONTRACTOR regarding key aspects of the project and construction management phases.
CITY shall provide CONTRACTOR with a written "Notice to Proceed" when CITY desires
CONTRACTOR to begin any individual "Task" described in Exhibit 1 for the three Phase 1
projects; provided, however, that CITY shall not be required to issue a "Notice to Proceed" as to
any Task should CITY determine to terminate this Agreement as provided in Paragraph 6 below.
4. COMPENSATION.
For the full performance by CONTRACTOR of the "Tasks" described in Exhibit 1, CITY
shall pay CONTRACTOR the compensation as set forth in Exhibit 1, specifically, professional
services fees of $589,935 for planning, program/design and bid phase management services;
$2,581,125 for construction administration and closeout services; and up to $63,720 in value -
engineering services; and reasonable and customary reimbursable expenses of up -to an additional
$79,497, for a total contract amount not to exceed $3,314,277. "Reasonable and customary
reimbursable expenses" shall include, but are not limited to, project office and equipment,
telecommunications, postage, consumables, plans/prints/photos and project -related travel, and
shall be submitted separately and approved by the City. The cost and/or the time of commute
travel shall not be charged to the City.
Payment will be made monthly upon receipt by PROJECT MANAGER of itemized
invoices submitted by CONTRACTOR.
5. TERM OF AGREEMENT.
The term of this Agreement shall be for 3 years, 9 months commencing on October 1, 2015
and ending on June 30, 2019. Upon mutual agreement of the parties, and subject to the approval of
Rev. date: 730/15 2
the City Manager the term of this Agreement may be extended for an additional period but not
longer than one year.
6. 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. CONTRACTOR shall be entitled to compensation for services performed, in a
manner satisfactory to the CITY, up to the date of Termination.
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.
7. 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.
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.
9. 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.
10. INSURANCE.
Rev. date: 7/'30/15
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 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 two million dollars ($2,000,000) per occurrence/two million dollars ($2,000,000) aggregate, to
cover any claims arising out of the CONTRACTOR's performance of services under this
Agreement. Where CONTRACTOR is a professional not required to have a professional license,
CITY reserves the right to require CONTRACTOR to provide professional liability insurance
pursuant to this section.
4. 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. 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. 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.
2. The additional insured coverage under CONTRACTOR'S insurance
policies shall be primary with respect to any insurance or coverage maintained by CITY and shall
not call upon CITY's insurance or self-insurance coverage for any contribution. The "primary and
noncontributory" coverage in CONTRACTOR'S policies shall be at least as broad as ISO form
CG20 0104 13.
3. Except for professional liability insurance, 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 the PROJECT MANAGER.
Rev. date: 7130/15
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 a retroactive date of placement
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 apply on a primary and
noncontributory 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 PROJECT
MANAGER and City Attorney, and shall not reduce 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, attorney's fees and defense expenses.
D. Proof of Insurance. CONTRACTOR shall provide to the PROJECT
MANAGER or CITY'S City Attorney 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. The insurance shall be approved as to form and sufficiency by PROJECT
MANAGER and the City Attorney.
11. INDEMNIFICATION.
A. Except as otherwise provided in Paragraph B., 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
Rev. date: 7,30115 5
Indemnitees"), from and against any claim, demand, suit, judgment, loss, liability or expense of
any kind, including but not limited 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 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 active negligence or willful misconduct 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 performance of or operations under this
Agreement, CONTRACTOR shall provide a 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. Where the services to be provided by CONTRACTOR under this Agreement are
design professional services to be performed by a design professional as that term is defined
under Civil Code Section 2782.8, CONTRACTOR shall, to the fullest extent permitted by law,
indemnify, release, defend and hold harmless the City Indemnitees from and against any
CLAIMS that arise out of, pertain to, or relate to the negligence, recklessness, or willful
misconduct of CONTRACTOR in the performance of its duties and obligations under this
Agreement or its failure to comply with any of its obligations contained in this Agreement,
except such CLAIM which is caused by the sole negligence or willful misconduct of CITY.
C. 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.
12. 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.
13. 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.
Rev. date: 7/30/15 6
14. 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.
15. 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's Project Manager:
TO CONTRACTOR's Project Director:
16. INDEPENDENT CONTRACTOR.
Assistant City Manager
City of San Rafael
1400 Fifth Avenue
P.O. Box 151560
San Rafael, CA 94915-1560
Kitchell CEM Inc., Attn: Bill Johal
2750 Gateway Oaks Drive, Suite 300
Sacramento, CA 95833
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.
17. 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
Rev. date: 7/30/15
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.
18. 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.
19. 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.
20. 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.
21. 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
Certification).
22. APPLICABLE LAW.
The laws of the State of California shall govern this Agreement.
Rev. date: 7/30115
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month
and year first above written.
J S M SCHUTZ, City Man ger
ATTEST:
/Zq9r--'C e - a -e -e 2-'t ,
ESTHER C. BEIRNE, City Clerk
APPROVED AS TO FORM:
ROBERT F. EPSTEIN, City Knomey
Rev. date: 7/30/15
CONTRACTOR
i
/ /il'*dt Kit
IC KITCHELL
September 4, 2015
Jim Schutz
Assistant City Manager
San Rafael City Hall
1400 Fifth Avenue, Room 203
San Rafael, California 94915-1560
Re: Fee Proposal for Program, Design and Construction Management Services for the Phase 1
Projects (Public Safety Center/Fire Station 51, Fire Station 52/Fire Training Center and the Fire
Station 57) of the Essential Facilities Strategic Plan.
Dear Mr. Schutz,
Thank you for the opportunity to submit a fee proposal for the Program, Design and Construction Management
Services for the Phase 1 Projects (Public Safety Center/Fire Station 51, Fire Station 52/Fire Training Center and
the Fire Station 57) of the Essential Facilities Strategic Plan. On behalf of our entire team, I personally would
like to thank you and the members of the Facilities Subcommittee for this opportunity. We are very excited
about continuing our relationship with the City on this important project.
The following is what we perceive the Scope of Services to be within each phase of the these projects and a fee
proposal for the identified tasks is shown below;
1. Planning, Program/Design and Bid Phase Management for Phase 1 Projects:
• Develop and Manage Master Schedule
0 Master Schedule to include Planning, Design, Bid and Award, Construction, and Closeout
Phase milestones and all activities necessary to ensure project completion by the City's
targeted date
ca Update Master Schedule during all Project phases
• Develop and Manage Master Budget and Cost Control Information
* Master Budget to cover all phase of the Project
* Update Master Budget over all phases
• Assist City in Facilities Assessment
r,.., Review existing utility and site constraints
* Assist in temporary relocation planning
* Assist in determining Project property needs
• Assist City in Local Entitlement, Design Review Committee and Permitting Processes
* Assist City in obtaining CEQA approval and integrating CEQA requirements into the bid
documents
* Meet with City planning and building department staff as required
* Prepare Project applications
* Monitor City approval process
• Provide advice regarding Project Construction Phasing approaches with Schedule and Budget impacts
• Monitor and Update Project Budgets and Schedules
• Oversee Architect and Sub consultants
• Provide a Cost Estimates at 100% Design Development. Upon review of the AE's 100% Design
Development estimate, provide an estimate reconciliation and provide written recommendations to the
City.
• Perform Constructability at 50% or 75% Construction Documents and back -check at 100% Construction
Documents and provide written recommendations to the City and Design Team.
• Perform Value Engineering at 100% Design Development and provide written recommendations to the
City (if necessary). This item is not included in the total cost and is an additional service. It can be
added into the contract via amendment if any or all of the Phase 1 projects experience budget overruns.
Kitchell CEM
2750 Gateway Oaks Drive I Suite 300 i Sacramento, California 95833 1 Phone 916.648 9700 1 Fax 916 648.6534 1 www krtchell com
C KITCHELL
• Review and Assess Life Cycle Costs
• Coordinate Project with Utility Companies
• Coordinating Construction Documents including plans and specifications, bid documents, construction
contracts, general and special conditions
• Administer Bid Process for the Construction Phase of each respective project listed
• Stimulate Bid Interest
• Assist in Preparing Bid Documents
(, Identify specific construction site boundaries, access, fencing, work hours, contractor conduct
requirements, and security requirements in the bidding documents.
o Manage the process for the assembly, reproduction and distribution of the bid documents to
prospective bidders
c, Clarify scope of each trade
o Develop a Master Bid/ Award Schedule including construction milestones
o Assist the City and the Architect in the modification of or addition of special or general
conditions for Contract(s) that might be needed for unique Project or bid package conditions
• Prepare and oversee the General Contractor Pre -qualification process
• Conduct Pre-bid and Pre -construction Meetings
• Conduct Bid Openings
• Prepare Bid Analyses and Assist City in Tabulating Bids Received
O Review bids for compliance with bidding requirements
C Verify contractor license status, check references
• Make recommendations to City for award of contracts or rejection of bids
• Conduct Pre -Award Conference with Successful Bidder
• Assist City in preparing Construction Contracts for execution
• Provide Quarterly Program and Project Status Reports throughout every phase of the project. Report
to include overall status or each project, program and project budget and schedule updates, issues
update and progress photographs.
2. Construction Administration for Phase 1 Projects:
• Develop a Construction Management Plan with City, Architect, and Contractors to clearly define roles
and responsibilities during construction
• Conduct a Pre -Construction Conference with the Contractor and major trade subcontractor to review
Project reporting procedures and rules and safety protocol
• Provide full-time on site staff for Administration of the Construction Contract(s)
• Review Contractor's Construction Schedules for conformity with the requirements of the Contract and
conformity with the Master Schedule.
Ensure that Contractors provide detailed construction schedules, including activity sequences
and durations, submittal schedule, or procurement schedule for products that require long lead-
time
• Monitor Contractors' Contract Compliance
• Identify Variances between actual or forecasted cost and budgeted costs and each Construction
Contract
o Advise the City whenever projected costs exceed budgets or estimates
• Conduct Regular Construction Meetings with the Contractor(s) to discuss and resolve such matters as
progress, quality, and scheduling.
0 Prepare and promptly distribute minutes
• Establish Notification Procedures for any Utility Shutdowns that impact the progress of the work
• Coordinate the Testing and Inspection of the Project
() Review test reports and make recommendations as necessary
o Schedule City and special inspections
• Produce Monthly Cost Reports to monitor the current and project final costs of the project.
o Prepare cash flow projections as needed
• Administer Change Orders
o Review Contractor requests for changes
Kitchell CEM
2750 Gateway flaks Drive I Suite 300 1 Sacrarnento, California 95833 1 Phone 916.648.9700 1 Fax 916.648.6534 1 wvdw kitchell.corn
'G KITCNELL
o Determine cause of the request
o Assemble and evaluate information concerning the request
o Provided a written analysis of the Change Order
• Administer Submittals and shop drawing logs
• Coordinate, review and Manage Requests for Information (RFI)
• Produce Weekly Management Report Summary defining the progress of the work including change
orders, RFI's, submittals, schedule and potential claims. Produce a more detailed monthly report of the
same items
• Administer Contractor Payment Applications
o Development and implement procedures for review and processing Contractor's applications
for payment
o Review payment applications and documentation
• Oversee Dispute Resolution Process
• Perform Quality Control of Contractor work
• Perform Field inspection to evaluate work in progress to confirm that it conforms to the contract
documents and make daily observations of weather, number of workers, work accomplishes, problems
encountered, and other relevant data. Take digital photographs of project site
• Keep local Government Agencies informed of the progress of the project as required.
• Monitor the Contractors' Safety Program
• Keep copies of all Project documents for delivery to the City upon Project completion
3. Post Construction /Project Closeout for Phase 1 Projects:
• Observe, with City's maintenance personnel, the Contractor's checkouts of utilities, operational systems
and equipment, and start-up and testing
• Prepare in conjunction with the Architect and City all punch -lists. Monitor the completion of the punch -
lists by the contractors
• Determine, with the Architect and City, when the facility or designated portions are substantially
complete
• Coordinate and receive all close-out items including as -built drawings, operation and maintenance
manuals, and warranties from contractors & manufacturers as required and coordinate with
property/facilities management staff
• Assist with resolving all contract issues, warranties, bonds, etc. at closeout of project.
• Prepare a final close out report with recommendation as to final payment, notice of completion, and file
system for retrieval of closeout documentation
• Assist with obtaining occupancy permit.
• Assist with commissioning the building and owner training
• Transmit Project documents to the City after final close-out tasks are complete.
• Assist City in developing and implementing transition and move-out/move-in schedules and plans
The fee to provide the above scope of services for the Program, Design and Construction Management
Services for the Phase 1 Projects is as follows;
1. Planning, Program/Design and Bid Phase Management for Phase 1 Projects: $ 589,935
2. Construction Administration and Closeout for Phase 1 Projects: $ 2,581,125
$ 3,171,060
The proposed fee utilizes the level of staff and the designated number of hours for the respective staff member
during each Task identified on the attached Staffing Fee Timeline. Reasonable and customary reimbursable
expenses would be submitted separately to the above costs. Reimbursable expenses may include; Project
Office and equipment, Telecommunications, Postage, Consumables, Plans/Prints/Photos and Project -related
travel. Please note that the above fee does not include any staff time for the Phase 2 projects. As the exact
scope of the Phase 2 projects (Renovations at Station 54 and 55, Maintenance at Station 56 and the
Repurposing of City Hall) are not yet completely defined due to budget constraints, a second fee proposal for
Kitchell CEM
2750 Gateway Oaks Drive I Suite 300 1 Sacramento, California 95833 1 Phone 916.648.9700 1 Fax 916.648.6534 1 www.kitchell.com
C KITCHELL
the Program, Design and Construction Management Services for the Phase 2 projects will be submitted
separately at a later date.
In additional, Kitchell would highly recommend that the following Engineering and Architectural Support
Services be added to the Planning, Program/Design and Bid Phase Management scope for the Public Safety
Center/Fire Station 51, Fire Station 52/Fire Training Center and the Fire Station 57 projects should any or all of
the projects experience budget overruns. This item can be added into the contract via amendment. The
additional cost for this service is as follows;
• Design Development (DD) Phase Value Engineering (if necessary): $ 63,720
In preparing this fee we assume a contract start date for the Planning, Program/Design and Bid Phase
Management scope of services of October 2015 and a completion date of April 2019 for the construction of the
Phase 1 projects.
Thank you for the opportunity to provide these services. Our resources are in place and we are ready to
commence with this work. If you have any questions, please do not hesitate to contact me at this office.
Sincerely,
Bill al
Project (rector
Kitchell CEM
2750 Gateway Oaks Drive I Suite 300 1 Sacramento, California 95833 1 Phone 916.648 9700 1 Fax 916.648.6534 1 www.kitcfiel1.corn
�_
sg�
E�•
�i ,„
a
�_
€—
@;
a
§��
3
P
d
C
C
b
a'
4
3
i
"a
a
a
cfI
T
cn
T
0
a�
C
d
E
o
m
—
m
C
u
W
c
L
u
S
C
t
3
c
m
o
E
to
u
—
N
O
E
A
rn
N
O T 2
C
Nn
m
.ti
E
tn\i
9 o
"
u
u°
c
E \
Y o m
CSI _m c °� v
C M m t N —
C CU N Uc10
m to .�i N - U 0 m C C d
N A u 0 ALn CD rn CL\
e E v at
c cn { e a
0 0 ��I c �� ' t a, E
+:+ c; ei of m u E E
m m
0 0
N �l N .4 v o u
$ '' .n Y
` 00 M T W \ 0 u
ao o r v
u
CU
N a
u0 7 C
E E o m m
N L o W C l
w u !7' u d w LL 0 d
C Ut Y a1 u C
,� �� ,,,, .. c Cwgym. ,...w,.. .,,._._,,. _._.� .. .. .„,. ........ ,.,........AL. , .. _.,,. ..(
QJ M'Ln qGr .•.aM� C 's
O . N ._.... ,.,
O Cl O — L OF d
N W O c
W
U N'.N C W M
N N 0d
%Y O cN c
O
:Q u u u
In J
W CL
CC
Z
W
T rl \in ' lO w to t0 t, N .Ln -1 tO tO tO
T t(1 N 00\ \ \ \ \ N tn\ N m \ N LO N r-1
\ \ \ rl Ol In n \ \co co
O O O \ .-1 e-1 H \ N O O \ \
N N N N \\\ O \ N N N N to co N N T T LO
I. t'� C C C C T ~ ~ C C C c c c C C C C c
Ol W W W N O 000 O O 00 O 00
l
N
0 3 c y
O'N Y 3 3'
N 3 v 3 3 3 0 0 o twoao N N a 3 3 3 N o
Oi N N N 00 00 M N 00 LO CR N N N N N 0a LO N
In O
m Y Y C
m C c N
Q to c z c v r Lo w c °r L u E
m ._ E Gi c E a, _ �
N > O. LL LL d ?i U O O
C O O O C c
SA " p z aai c c p aJ w 3 v Cc c c w C
ar �. o ar �. o .� a�
Z ar m c u > O .^J v o U m c � m c c > m ;, o u, m p � o
O E ai �, cu u c u ai ;, E ar v E m u n m >_
E co w m m a E m- E o 'u w e m u f°
E' Q o v v to uj
E c +� E 3 m a v E w u v c" c E U v E v m 3
MI H U - ) OO to u Q to d y� U Y L a+ C Y u C U E u y C
Z� Vf Y O C a+ �n C U C C vt ut C \
y W v 0 O C U O 0 0 O 3 Z O C u O V C v C a) O O O al O
Y F U W to O U D m U W W U W N U W 0 m O_' U D O. Q L, cc it m U
O tn.....,..N a .L to
.n ..00 �...U3
H N N T T T T T T T V ',. C - R C C
OI [
�s
_`k
F+5_5
w`S
�a
f
Y
6i�
i [yy'
��F
i];;
FF=
FFF
ea®
I=`.�
aBi
t3:
C,
N-
cr
M,
N
c
Do
Do
71
'n
m
N'
cr
00.
.-1
.-1
LO
Ln
m Ln
r�
7 H I
iQ
e
N
I
_n
N
Ln v
C
N -1
rlLn m
ON c'
C Oj
0 0LO
Y 01
M O N
v
W - N
ul 7 C7
N U
N V
K C CY
OO
V1 0 Ln
0 m O
O Z
U m N
�Ln
N Z
Cy Z
O
�Q
cr
r-1 �
'y N
(7 W
� LL
Q
O
N
7
0
�
o
m
10
�
A
T
m
I C
C
{, d
00
O
3
d
m
N
O C
O
d
u
Y
dcu
d 7
u O ..
IW
C
d
E O
y
m
C u
W C
L u
3 cc
C L
u 01
c
0
13
r W
10 r
E m
w C
OE'
\ 0 E
u o
c >
f0 Q
00 C
r
d '-
O Gu
�Ir E
d
u
ii ut
\
\
N
6 N
W \
W C
C
m
LO
Ln
W
W
uo
m
.--1
�--�
Io
N
N
CO
\
N
\
O
\
N
\
O
�-i
\
O
.--1
N
\
O
e-1
00
,--I
\
�-1
\
Ol
�--�
\
\
Ifl
\
\
I�
\
\
\
O
\
a
N
\
\
O
N
Vn
\
O
.
\
00
\
N
\
W
\
N
\
N
\
In
\
00
\
m
N
\
N
m
N
\
N
\
1p
\
m
N
\
m
N
\
1O
t: C
C
CC
~
W
m
d
d
~
d
d
C
O
C
O
C
O
C
O
C
O
C
O
C
O
c
O
C
O
C
O
C
O
V1
F-
F-
Y
-D
3
3
O
E
3
3
3
Y
Y
„
5 N
3
Q
3
3
3
O
o
o
UD
m
N
N
,0
3
3
3
4
o
D N
N
H
00
00
M
N
00
l0
cm
N
.--I
N
H
N
W
LO
N
N
N
.n
C
L
O
N
G
nl
C
O
C
C
C
Q
N
C
N
d
C
W
L
N
E
7
OO
m.
c
E
I-
W
m
C
E
_
N
Ln
a,
>
a,
00
d
LL
LL
a-'
3
O-
3 c
u c
o
H
a)
4
d
C
C
V1
�+
'n
aJ O
C
-
C\
U
C
q
Z
d
C
Q
`-'
>
O
Y 'Q
O
U
N
Jam.
C
O N
`-'
C C
CW
ad.+
> ro i+
O ut
u
'O
a
O
E
y
v
'm
ai
u
c
u
y
(U
E
'�
v
v E fO
c
IL c
m
u
E
o
m n,
m
Q
E
j E
o.
cu
L
N d u
ai
3`
E Q
O
v
y
E
c
E 3
m
Y
E W
d
c j c
E
U
ai E ar
m F
Z
u
N
m
0
in
C
7 Q
U
�n
C
D_ W
U
C
•y,
d �+
L vi
C a+
O Y
Oa W O
�+ V U
u� 7
C U
�
L
-O E U
•n
Q
CU
Q
H
C
W
U O
Y I-
O
U
C
W
u
Ln
d
0
0
U
C
O m
0
U
3 Z
o
U
C
W
U o
N U
c
W
v c d
0 0I K
o o
U O
O_
o d
Q U cc
O_
m
o
U
�- LL
W W
Z U
r-1
N
m
O1
O ,.
Ln
N
N
C
m
m lO
m m
m
00
m
O1
m
O
V
N
Ci
N
Q
m
V
O
C
In
V
lO
-T
CERTIFICATE OF LIABILITY INSURANCE
DATE(MMIDD/YYYY)
9/16/2015
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(les) 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 CONTACT
;CIG Insurance Agency, Inc. NAME:. _
2600 N. Central Exp . Suite 800 PHONE x .. FAX ...
Richardson, TX 7508 c e s72-7o2-so04 'FAX s72-s67-osoa__
E-MAIL ---- — ------- '— ---
~.acig.com
INSURED
Kitchell CEM, Inc.
2750 Gateway Oaks, Suite 300
Sacramento CA 95833
INSURER A :
INSURER B:
INSURER C :
INSURER D:
26387
COVERAGES CERTIFICATE NUMBER: 26422724 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.
San Rafael CA 94915-1560
INSR TYPE OF INSURANCE AD
LTR DL SUBR POLICY NUMBER MM/DDY/YYYY MEFF PMIDD/YYYT
LIMITS
j COMMERCIAL GENERAL LIABILITY
Michael J. O'Neill
EACH OCCURRENCE
$
t-
h DAMAB€-ibt2€NiFb
+CLAIMS -MADE i. OCCUR
,....
�,,, PREMISESLEa occurrence _
S
MED EXP (Any one person)
$
.......... . ... ....
PERSONAL & ADV INJURY
S
GEN'L AGGREGATE LIMIT APPLIES PER:
".
GENERAL AGGREGATE
$
PRO- I"
. j POLICY V j JECT „j LOC
I j
PRODUCTS - COMP/OP AGG
--_..... ..
$ .. ..
I
OTHER:
V..-.-.-
$
4 AUTOMOBILE LIABILITY j
COMBINED SINGLE LIMIT
_[Ea accident
$
ANY AUTO
BODILY INJURY (Per person)
$
.... ALL OWNED .... SCHEDULED
...
BOOILY INJURY (Per accident)
....... .... ...
$
AUTOS AUTOS
I NON-0WNED
PROPERTY DAMAGE
$
4 HIREDAUTOS AUTOS '..
LPeracddenq_
I
UMBRELLA LIAB OCCUR
EACH OCCURRENCE
$
EXCESS LIAR CLAIMS MADE
A GREGATE
$
DED RETENTION S
$
WORKERS COMPENSATION
PER OTH-
STATUTE ER
AND EMPLOYERS' LIABILITY YIN,
I
ANY PROPRIETOR/PARTNER/EXECUTIVE
E.L. EACH ACCIDENT
$
OFFICER/MEMBER EXCLUDED? NIA
(Mandatory In NH)
E.L. DISEASE -EA EMPLOYE
S
If yes, describe under
r
DESCRIPTION OF OPERATIONS below
E' L. DISEASE - POLICY LIMIT
$
F
Contractor Professional Liability EOC 3999322-07 6/1/2015 6/1/2016
Per Claim $2,000,000
;'Aggregate $2,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (;CORD 101, Additional Remarks Schedule, may be attached If more apace Is required)
Re: Public Safety Center/Fire Station 51, Fire Station 52/Fire Training Center and Fire Station 57
Professional/Pollution *Aggregate limit is total insurance available for all claims presented within the policy period for operations of
insured. Limit will be reduced by payments of indemnity and/or expenses.
CERTIFICATE HOLDER CANCELLATION
San Rafael
CItV of San Rafael
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
O
P. . Box 151560
ACCORDANCE WITH THE POLICY PROVISIONS.
San Rafael CA 94915-1560
AUTHORIZED REPRESENTATIVE
Michael J. O'Neill
ACORD 25 (2014/01)
©1988-2014 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
26922729 1 15/16 PL 2/2 1 Skylar Romines 1 9/16/2015 3:10:91 PM (CDT) I Page 1 of 1
This certificate cancels and supersedes ALL previously issued certificates.
A`ORV CERTIFICATE OF LIABILITY INSURANCE
DA 9/16/2015
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(les) 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 ACIG Insurance Agency, Inc.
2600 N. Central Exp Suite 800
Richardson, TX 7508
CONTACT
NAME:
P"Co" o 972-702-9004 AX(AICNo): 972-687-0604
E-MAIL
ADDRESS: accountmana ers aci .com
INSURER(S) AFFORDING COVERAGE NAIC p
GL15PA0002
INSURERA: American Contractors Ins. Co. RRG 12300
www.acig.com
INSURED
Kitchell CEM, Inc.
2750 Gateway Oaks, Suite 300
Sacramento CA 95833
INSURER B: ACIG Insurance Company 19984
INSURER C :
INSURER D :
INSURER E :
6/1/2015
INSURER F:
�AidADh�b NN�€6
PREMISES (Ea ocwrrencej 5
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.
INSR
ADDL SOBfi
Cia
ty of San Rafael
n Rafael
P01JCY EFF `POLICY EXP
P.O. Box 15
LTR
TYPE OF INSURANCE
POLICY NUMBER
MM/DD/YYYY)
(MMIDDIYYYYI
LIMITS
A
�/ COMMERCIAL GENERAL LIABILITY
GL15PA0002
6/1/2015
6/1/2018
EACH OCCURRENCE$
1,000000,.
_.. _..
A
_ CLAIMS -MADE ✓ OCCUR
iGL15PB0002(GL XS)
6/1/2015
6/1/2018
�AidADh�b NN�€6
PREMISES (Ea ocwrrencej 5
100 000
A
�
!
IGL15PC0002 GL XS
( )
r 6/1/2015
6/1/2018
� m_
5,00""0
MED EXP An one person) �S
mm
ADV INJURY s
1,000,000',,.
GEN'LAGGREGATE LIMIT APPLIES PER:
lm ...... ........
GENERALAGGREGATE S
2,000,000
POLICY ✓ JECT LOCPRS
TS -COMP/OP AGG S
2,000,000.
..�
OTHER:
S
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT S
jEa accident . _ ..
ANY AUTO
BODILY INJURY (Per person) S
ALL OWNED SCHEDULED
f AUTOS AUTOS
BODILY INJURY (Per accident) $
...... ....,......_.. ............. ...�
.. _.
NON -OWNED
PROPERTY DAMAGE 5
HIRED AUTOS AUTOS
_LPer accidenttl
S
UMBRELLA LIAS OCCUR
EACH OCCURRENCE S
EXCESS LU►B CLAIMS -MADE j
AGGREGATE $
DED RETENTION$
S
WORKERS COMPENSATION
✓
PER OTH-
✓ STATUTE ER
B
YIN
WCA000006815
6/1/2015
6/1/2016
__
ORIPAR NERIE
ACCIDENT
XCLUDEDXECUTIVE
OFFCER/MEM �N NIA'
(Mandatory In NH)
E.L.DISEASEEMPLOYE $
1,000,000
If yes. describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT S
1,000,000,
DESCRIPTION OF OPERATIONS / LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached H more space Is required)
Re: Public Safety Center/Fire Station 51, Fire Station 52/Fire Training Center and Fire Station 57
CERTIFICATE HOLDER
CANCELLATION
San Rafael
Cia
ty of San Rafael
n Rafael
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
P.O. Box 15
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
San Rafael 94915-1560
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
Michael J. O'Neill
©1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD
26911739 1 15/16 15PA GL5!5 WC Re -r.: CA AZ SV Skylar Romines 9'16 2015 9:19:39 AM (CDT) I Page 1 of 3
This certificate cancels and supersedes ALC, previously issued certificates.
336
NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL CHANGE -
CERTIFICATE HOLDERS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
The certificate of insurance holders shown in the schedule below have requested that they receive written notice of
cancellation, nonrenewal or material change with respect to this policy. If we decide to cancel, nonrenew or make a
material change to this policy, we agree to mail or deliver sixty (60) days advance written notice to the certificate of
insurance holders shown in the schedule below. However, if we are cancelling or nonrenewing due to nonpayment of
premium, we will only provide the certificate of insurance holders shown in the schedule below with ten (10) days
advance written notice.
The notice of cancellation, nonrenewal or material change will be mailed to the addresses provided to us by the
certificate of insurance issuer. Proof of mailing will be considered sufficient proof of our good faith attempt to provide
notice of cancellation, nonrenewal or material change to the certificate of insurance holders shown in the schedule
below.
SCHEDULE
All certificate of insurance holders where written notice of cancellation, nonrenewal or material change to this
policy is required by written contract, permit or agreement with the Named Insured.
Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions, provisions,
agreements or limitations of the mentioned Policy, other than as above stated.
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated.
(The information below is required only when this endorsement is issued subsequent to preparation of the policy.)
Endorsement Effective: Same as policy effective date unless otherwise indicated above.
Policy Effective Date: 6/1/2015
Insured: Kitchell CEM, Inc.
Policy No.: GL15PA0002
Insurance Company: American Contractors Insurance Co RRG
Countersigned By
26411734 115/16 15PA GL5/5 WC Retro CA AZ NV I Skylar Romines 19/16/2915 9:19:39 AM {CDT} I Page 2 of 3
This certificate cancels and supersedes ALL previously issued certificates.
Endorsement No.:
Premium $
WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06
(Ed. 04-84)
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT—CALIFORNIA
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against
the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written
contract that requires you to obtain this agreement from us.)
You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in
the Schedule.
The additional premium for this endorsement shall be
such remuneration.
Person or Organization
Whomever the named insured is required by written
contract executed prior to loss to waive rights of recovery
against.
* No Additional Premium to be applied
* % of the California workers' compensation premium otherwise due on
Schedule
Job Description
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated.
(The information below is required only when this endorsement is issued subsequent to preparation of the policy.)
Endorsement Effective: Same as Policy Effective Date unless otherwise indicated above.
Policy Effective Date: 6/1/2015 Policy No. WCA000006815 Endorsement No.
Premium $
Insured Kitchell CEM, Inc.
Carrier Name/Code: ACIG Insurance Company
Countersigned by
WC 04 03 06
(Ed. 04-84)
26411734 f 15� 16 15PA GL5i 5 WC Rema CA A'2 NV kylL a°. "Rom,nes 5, 16 2015 9 19:39 AM (70F Page 3 of, 3
This certificate cancels and supersedes A.!— pz.ev,xauss.ly s.e^sa ed maela:. fa .cases.
ACORV CERTIFICATE OF LIABILITY INSURANCE
L� 6/1/2016
DATE(MMIDD/YYYY)
1 916/2015
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 Lockton Companies
8110 E. Union Avenue
Suite 700
Denver CO 80237
CONTACT
NAME -
PHONE FAX
ac No
E-MAIL
ADDRESS:
INSURERS AFFORDING COVERAGE NAIC q
(303) 414-6000
INSURER A: The Travelers Indemnity Company 25658
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE 1-1OCCUR
INSURED Kitchell CEM Inc.
INSURER 8:
INSURER C:
1328704 2750 Gateway Oaks, Suite 300
Sacramento, CA 95833
INSURER D;
INSURER E:
MED EXP (Any one person) s XXXXXXX
INSURER F -
COVEHAGES KITC002 CERTIFICATE NUMBER! 1IF717117151 RFVIRIAN NI IMPF:R• YYYYYYY
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.
ILTR
TYPE OF INSURANCE
ADD
S
POLICY NUMBER
POLICY EFF
MM/DD/YYYY
LIMBS
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE 1-1OCCUR
NOT APPLICABLE
EACH OCCURRENCE s XXXXXXX
PREMISES Ea occurrence $XXXXXXX
MED EXP (Any one person) s XXXXXXX
PERSONAL 8 ADV INJURY s XXXXXXX
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY D PRO
JECT LOC
GENERAL AGGREGATE $ XXXXXXX
PRODUCTS - COMP/OP AGG $ XXXXXXX
$
OTHER:
A
AUTOMOBILE
LIABILITY
N
N
DT8105E496169
6/1/2015
6/1/2016
Ea BINEDISING E LIMIT $ 2,000,000
accidaIR
BODILY INJURY (Per person) $ XXXXXXX
ANY AUTO
ALL AUTOS OWNED SCHEDULED
( )
BODILY INJURY Per accident $XXXXXXX
HIRED AUTOS X AUTOS ED
P.rr accldenDAMAGE s XXXXXXX
$XXXXXXX
UMBRELLA LIAR
HCLAIMS-MADE
OCCUR
NOT APPLICABLE
EACH OCCURRENCE $XXXXXXX
EXCESS LIAR
AGGREGATE $ XXXXXXX
DED I I RETENTION$
$ XXXXXXX
I I
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICERIMEMBEREXCLUDED7 �
NIA
NOT APPLICABLE
PER OTH-
STATUTE ER
E.L. EACH ACCIDENT $ XXXXXXX
E.L. DISEASE - EA EMPLOYEE $ XXXXXXX
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE - POLICY LIMIT $ XXXXXXX
A
Hired Auto Physical Damage
N
N
DT8105E496169
6/1/2015
6/1/2016
Comp. Ded. $1,000
Coll. Ded. $1,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required)
RE: Project Management and Pre -Construction Services.
CERTIFICATE HOLDER r ANr`1=1 I ATIr%K1
13670053
Citi of San Rafeal
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
1400 Fifth Avenue
P.O. BOX 15160
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
San Rafeal CA 94915-1560
AUTHORIZED REPRES AT VE /
G ,
ar�r l r�
ACORD 25 (2014/01)
©1988-2014 ACORD CORPOMATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
PROFESSIONAL SERVICES AGREEMENT/CONTRACT
COMPLETION CHECKLIST AND ROUTING SLIP
Below is the process for getting your professional services agreements/contracts finalized and
executed. Please attach this "Completion Checklist and Routing Slip" to the front of your
contract as you circulate it for review and signatures. Please use this form for all professional
services agreements/contracts (not just those requiring City Council approval).
This process should occur in the order presented below.
Step
Responsible
Description
Completion
Department
Date
1
City Attorney
Review, revise, and comment on draft
agreement.
2
Contracting Department
Forward final agreement to contractor for
their signature. Obtain at least two signed
i2�)
originals from contractor.
l
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 and approve form of agreement;
912_1Y11.5
bonds, and insurance cea,1nd.
endorsements*1W
5
City Manager / Mayor / or
Agreement executed by Couificil au rized
Department Head
official.
6
City Clerk
City Clerk attests signatures, retains original
agreement and forwards copies to the
4_1 lg•
contracting department.
To be completed by Contracting Department:
Project Manager: iYSG� �.��_Project Name: ` f S-A
Agendized for City Council Meeting of (if necessary): 2 FPPC: ❑ , check if required
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.
CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDDIYYYY)
10/6/2015
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 ACIG Insurance Agency, Inc.
2600 N. Central Expwy. Suite 800
Richardson, TX 7508Q
www.acig.com
INSURED
Kitchell CEM, Inc.
2750 Gateway Oaks, Suite 300
Sacramento CA 95833
COVERAGES
CERTIFICATE NUMBER: 26832213
•
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.
"NSR.T ...... ADOL BR POLICY EFF
�,^....POLICY�EXP '.,....... .... ........... .....
........, ...
LTR TYPE OF INSURANCE POLICY NUMBER MM/DDIYYYY
MMIDD/YYYY LIMITS
A �/ COMMERCIAL GENERAL LIABILITY GL15PA0002 6/1/2015
6/1/2018 EACH OCCURRENCE s
1,000,000
A GL15PB0002 (GL XS) 6/1/2015
I
6/1/2018 DAMAGE TO RENTED
100,000
CLAIMS -MADE ✓ OCCUR
A GL15PC0002 (GL XS) 6/1/2015
PREMISES„LEaoccurrence�, 5
6/1/2018
. ., ......... _. ..... ..__.. - '.�
MED EXP (Any one person) 5
.... ...... ... . ..... ......
5,000
y
I I
PERSONAL BADV INJURY S
1,000,000
NT AGGREGATE LIMIT APPLIES PER i
GENERAL AGGREGATE S _
2, 00 0,0 00
' POLICY ✓ JECOT I Loc
PRODUCTS - COMP/OP AGG t S
2,000,000
OTHER,
I S
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT S
Ea 9cce0ent1
ANY AUTO
BODILY INJURY (Per person) $
ALL OWNED .; SCHEDULED
AUTOS AUTOS
BODILY INJURY (Per accident) S
NON -OWNED
�_��
PROPERTY DAMAGE S
HIRED AUTOS AUTOS
{ ,eraccidenl d
IS
UMBRELLA LIAROCCUR -
!. EACH OCCURRENCE S
..._._.....
_
EXCESS LI CLAIMS -MADE
I �
}
AGGREGATE I S
'
r .*.....
ARETENTION5
�
j
„
DED
$
B
WORKERS COMPENSATION ✓
I AND EMPLOYERS' LIABILITY Y / N WCA000006815 6/1 /2015
✓ SPER TATUTE OTH-
6/1 /2016 I - ”" --- ,, ER . _.
.
ANY PROPRIETOR/PARTNER/EXECUTIVE
';.
E.L EACH ACCIDENT $
1,000,000
OFFICER/MEMBER EXCLUDED? � N / A
(Mandatory In NH)
-"" ' ' - AAAC
E„L DISEASE EA EMPLOYE $
-
1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
I .......... . _ ....,..- . .. .,.
E.L. DISEASE POLICY LIMIT $
,..._ ... ..._,
1,000,000
i
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required)
Re: Public Safety Center/Fire Station 51, Fire Station 52/Fire Training Center and Fire Station 57
Certificate Holder is included as Additional Insured and Waivers of Subrogation apply, per endorsements attached.
City of San Rafael
P.O. Box 151560
San Rafael CA 94915-1560
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE l
Michael J. O'Neill
©1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD
2683221A V 15/16 15PA GL5/5 WC Retro Cel AZ NV � 13,kyRar Ramanes p 10/6' 2t1Mi 1. 102 43 PM Q; DTb 0 Page= 1. of 4
This cert: ficate cancels and supersedes.; ALI, pre,, ,xuily issued cea Lificates.
ADDITIONAL INSURED - AUTOMATIC STATUS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Any person or organization that you are required by contract to include as an additional insured on this policy if the contract
is executed prior to the loss.
A. Who is an Insured (Section II) is amended to include as an insured any person or organization shown in the above SCHEDULE
(called additional insured), but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury"
arising out of your premises or your operations for the additional insured.
B. The insurance provided to the additional insured is subject to the following limitations:
1. Unless required by written contract, this insurance does not apply to "bodily injury" or "property damage"
occurring after "your work" for the additional insured has been completed or after that portion of "your work"
out of which the "bodily injury" or "property damage" arises has been put to its intended use by any person or organization.
2. Unless required by written contract, this insurance does not apply to "bodily injury" or "property damage" arising out of the
sole negligence, act or omission of the additional insured.
3. This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" for which the
additional insured is obligated to pay damages by reason of the assumption of liability in a contract or agreement except to
the extent that the additional insured would have been obligated to pay such damages in the absence of the contract or
agreement.
4. This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the
rendering or failure to render any professional services by any insured, including:
a) The preparing, approving or failing to prepare or approve maps, drawings, opinions, reports, surveys, change
orders, designs or specifications; or,
b) Supervisory, inspection or engineering services.
This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision,
hiring, employment, training or monitoring of others by that insured
5. This endorsement shall not apply to a person or organization if any other additional insured endorsement attached to this
policy specifically applies to that person or organization.
6. The insurance afforded herein only applies to the extent permitted by applicable state law, including statutes governing
additional insured coverage in the construction industry.
This insurance shall not exceed the scope of coverage, including limits, of this policy and in no event shall the insurance provided to
the additional insured exceed the scope of coverage, including limits, required by the contract. If a written contract or agreement
requires that additional insured status be provided by the use of specified edition dates of the ISO CG2010 and/or CG2037, then the
terms of that endorsement are incorporated into this endorsement as respects such additional insured and shall supersede the
coverage grant and limitations in Sections A. and B. of this endorsement. In the event that CG2010 and/or CG2037 are required but
no edition dates are specified, the 04/13 editions shall apply.
D. This insurance is excess to any other insurance, whether primary, excess, contingent or on any other basis, available to the
additional insured unless a written contract requires that this insurance be primary or primary and non-contributing. However, this
insurance is always excess to other insurance, whether primary, excess, contingent or on any other basis, when the additional
insured has been added to the other insurance as an additional insured.
Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions, provisions, agreements or limitations of the
mentioned Policy, other than as above stated.
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated,
(The information below is required only when this endorsement is issued subsequent to preparation of the policy.)
Endorsement Effective: Same as policy effective date unless otherwise indicated above.
Policy Effective: 6/1/2015
Insured: Kitchell CEM, Inc.
Policy No.: GL15PA0002
Insurance Company: American Contractors Insurance Co, RRG
Countersigned By
I26Hr 22 1.:'d I 7 ,/16 1 '5V A M5 !Ir WIC 1altaro 01, .o N': r1Y. xx Ponmim 7ci /4ll/„1171 , 11.1. C7;n d PM Ic:'i,", )
I'Mn , i,,WTti.11. c,lle cw,c,.l, .....i .o,per.ld, , ALL 7;., r„c TLy ri,,,od r:? t,ri,'at'rcd .�
Endorsement No.:
Premium $
829
3.36
NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL CHANGE -
CERTIFICATE HOLDERS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
The certificate of insurance holders shown in the schedule below have requested that they receive written notice of
cancellation, nonrenewal or material change with respect to this policy. If we decide to cancel, nonrenew or make a
material change to this policy, we agree to mail or deliver sixty (60) days advance written notice to the certificate of
insurance holders shown in the schedule below. However, if we are cancelling or nonrenewing due to nonpayment of
premium, we will only provide the certificate of insurance holders shown in the schedule below with ten (10) days
advance written notice.
The notice of cancellation, nonrenewal or material change will be mailed to the addresses provided to us by the
certificate of insurance issuer. Proof of mailing will be considered sufficient proof of our good faith attempt to provide
notice of cancellation, nonrenewal or material change to the certificate of insurance holders shown in the schedule
below.
SCHEDULE
All certificate of insurance holders where written notice of cancellation, nonrenewal or material change to this
policy is required by written contract, permit or agreement with the Named Insured.
Nothing herein contained shall be held to vary, alter, waive or extend any of the terms, conditions, provisions,
agreements or limitations of the mentioned Policy, other than as above stated.
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated.
(The information below is required only when this endorsement is issued subsequent to preparation of the policy.)
Endorsement Effective: Same as policy effective date unless otherwise indicated above.
Policy Effective Date: 6/1/2015 Policy No.: GL15PA0002 Endorsement No.:
Insured: Kitchell CEM, Inc.
Insurance Company: American Contractors Insurance Co RRG
Countersigned By
26UM3 p 15/16 15PA G1,515 WC Retro CA n: NV 0 ➢?vr¢rinees ( 20/6/2015 ]L:IU,ns Rd 020M ( cage a of 4
° hiS cey.ti.fi.Ca4.e cancels and supe*tt:aeda.s ALL previously i.,,.tuLd ce:rtrif: .ca7:.es
Premium $
WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06
(Ed. 04-84)
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT—CALIFORNIA
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against
the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written
contract that requires you to obtain this agreement from us.)
You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in
the Schedule.
The additional premium for this endorsement shall be
such remuneration.
Person or Organization
Whomever the named insured is required by written
contract executed prior to loss to waive rights of recovery
against.
* No Additional Premium to be applied
' % of the California workers' compensation premium otherwise due on
Schedule
Job Description
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated.
(The information below is required only when this endorsement is issued subsequent to preparation of the policy.)
Endorsement Effective: Same as Policy Effective Date unless otherwise indicated above.
Policy Effective Date: 6/1/2015
Insured Kitchell CEM, Inc.
Policy No. WCA000006815 Endorsement No.
Premium $
Carrier Name/Code: ACIG Insurance Company
Countersigned by
WC 04 03 06
(Ed. 04-84)
'd t7N I" 1 { !16 N 5 F GL5 I 11 i o CA Ad 1 u,a:' pim',005 10 + 01 I 1.1 11 411 1 Y17T { Page Y oi! 4
f"krr. mrtitt aru caI:I "rid sur i^,r,,firv. ,U art i U. fir 7,,ar d r. ruiLif� Cal,;.es
-, ®
�►�� o CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDD/YYYY(
DOCUMENT WITH RESPECT TO WHICH THIS
9/16/2015
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 ACIG Insurance Agency, Inc.
CONTACT
NAME: ........
2600 N. Central Expwy. Suite 800
_W_C •E=tl'. s72 -7o2 -s1111111 oo4 _ i/uc Noy 972-687-0604 .
Richardson, TX 75080
,ADDRESS;, accountmanagers(70 acig.com
r .
i
INSURER(s) AFFORDING COVERAGE NAIC #
www.acig.com
mm ..-. ,,,,..... ......, ._... .,.,... ....... . . .....
INSURER A
INSURED
INSURER B :
Kitchell CEM, Inc.
GENERAL AGGREGATE S
I - _ . _ ., ..
2750 Gateway Oaks, Suite 300
wsuRERc:
Sacramento CA 95833
INsuRER o
AUTOMOBILE LIABILITY
INSURER ,E :
ANY AUTO
INSURER F : Steadfast Insurance Company 26387
COVERAGES CERTIFICATE NUMBER: 26422724 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.
.. .............. ....., ...,,,,, .. 7......_ _ ...._
INSR ADDL S BR POLICY EFF POLICY EXP
q_ ....., ...... .. ....., .,,,,... ........
LIMITS
LTR TYPE OF INSURANCE POLICY NUMBER MMIDD/YYYY MMIDDIYYYY
COMMERCIAL GENERAL LIABILITY j '...
EACH OCCURRENCE s
� � '
I._..� O _
AGET
CLAIMS -MADE i. OCCUR
PREMIjERENTED
I a nccurrencel p ? .. _
r .
i
MED EXP (Any one personp
�$
� PERSONAL & ADV INJURY s
GEN'L AGGREGATE LIMIT APPLIES: ' 1
GENERAL AGGREGATE S
I - _ . _ ., ..
� .. PRO- �
®C
POLICY .JECT I
PRODUCCOMP/OP AGG S
OTHER'
is
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT S
JEa accident]
ANY AUTO
BODILY INJURY (Per person) t $
ALL OWNED SCHEDULED
..
BODILY INJURY (Per accident) S
_ AUTOS AUTOSNON-OWNED (
'� t --
AMAGE s
j ROra
4 HIRED AUTOS AUTOS
..' I
cFdent5
.1 . _ {- - —
t
; S
UMBRELLA LIABY
OCCUR
EACH OCCURRENCE S .... ...
.,..,y �........
.........
EXCESS LIAB CLAIM1111111S-MADE'
AGGREGATE,
. ..
I
DED ' ' RETENTIONS
S
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
I OT -
L STATUTE , ERH ...... .......
Y / N
ANY PROPRIETOR/PARTNER/EXECUTIVE
E.L. EACH ACCIDENT $ _
_
OFFICER/MEMBER EXCLUDED'? DNIA
_
(Mandatory In NH)
E.P. DISEASE -EA EMPLOYEE S
_...,
Ityes,descnbeunder
DESCRIPTION OF OPERATIONS below
E, L. DISEASE -POLICY LIMIT S
F Contractor Professional Liability
EOC 3999322-07 6/1/2015 6/1/2016
Per Claim $2,000,000
J
*Aggregate $2,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required)
Re: Public Safety Center/Fire Station 51, Fire Station 52/Fire Training Center and Fire Station 57
Professional/Pollution *Aggregate limit is total insurance available for all claims presented within the policy period for operations of
insured. Limit will be reduced by payments of indemnity and/or expenses.
CERT!MCATE HOLDER DER CANCELLATION
San Rafael
City of San Rafael
P.O. Box 151560
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
San Rafael CA 94915-1560
AUTHORIZED REPRESENTATIVE
Michael J. O'Neill
©1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD
26422724 I' 15/1= PL 2/2 Sky1aar Iamnrrra��s 0 9/163120/5 3n10A'r. 2na (CMT% � Page 'r. of 'it
This cer.tificaate caan e:I.T; and Sani,.a..zJ¢.^.des ArA, previously i.,n„uEKc cortif,.c:eates
ACC) 0r CERTIFICATE OF LIABILITY INSURANCE
DATE(MMIDD/YYYY)
6/1/2016
916/2015
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(les) 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 Lockton Companies
8110 E. Union Avenue
Suite 700A/c
Denver CO 80237
CONTACT
PHONE FAX
No :
EMAIL
ADDRESS:
INSURERS AFFORDING COVERAGE NAIC u
(303) 414-6000
INSURER A: The Travelers Indemnit Company 25658
NOT APPLICABLE
INSURED Kitchell CEM Inc.
1328704
INSURER B:
2750 GatewayOaks Suite 300
�
Sacramento, CA 95833
INSURER C
INSURER D;
INSURER E:
INSURER F:
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
LTR
I TYPE OF INSURANCE
_A1_DT
I R
POLICY NUMBER
POLICY EFF
MM/DD/YYYY
POLICY EXP
MM/DDIYYYY
LIMITS
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE 7OCCUR
NOT APPLICABLE
EACH OCCURRENCE $ XXXXXXX
DAl PREMISES Ea occurrence $ XXXXXXX
MED EXP (Any oneperson) $ XXXXXXX
_................... .._....................... _......_...._.._.............._........... _.......__................. _...
PERSONAL & ADV INJURY $ XXXXXXX
GEN°L AGGREGATE LIMIT APPLIES PER:
HPOLICYJEST � LOC
GENERAL AGGREGATE $ XXXXXXX
PRODUCTS - COMP/OP AGG $ XXXXXXX
OTHER:
1
$
A
AUTOMOBILE
LIABILITY
N
N
DT8105E496169
6/1/2015
6/1/2016
COEa aBINEDcide ISINGLE LIMIT $ 2,000,000
X
X
ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
HIRED AUTOSX NAUTOS ON -OWNED
BODILY INJURY (Per parson) $ XXXXXXX
BODILY INJURY (Per accident) $ YMXXXX
PROPERTY DAMAGE $XXXXXXX
Per accident
$XXXXXXX
UMBRELLA LIAB
Ld
OCCUR
NOT APPLICABLE
EACH OCCURRENCE $ XXXXXXX
EXCESS LIAR
CLAIMS -MADE
AGGREGATE $ XXXXXXX
DED I I RETENTION
$ XXXXXXX
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
ANY PROPRIETORIPARTNER/EXECUTIVE
OFFICERIMEMBER EXCLUDED? �
N / A
NOT APPLICABLE
STATUTE ER
E.L. EACH ACCIDENT $XXXXXXX
E.L. DISEASE - EA EMPLOYEE $ XXXXXXX
(Mandatory In NH)
If yes, describe under
E.L. DISEASE - POLICY LIMIT $ XXXXXXX
DESCRIPTK)N OF OPERATIONS below
A
Hired Auto Physical Damage
N
N
DT8105E496169
6/1/2015
6/1/2016
Comp. Ded. $1,000
Coll. Ded. $1,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Addlllonal Remarks Schedule, may be attached If more space Is required)
RE: Project Management and Pre -Construction Services.
VGr1I iriVA1 C MULUMN PAK11%01 l ATIAwI
13670053
Citi of San Rafeal
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
1400 Fifth Avenue
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
P.O. Box 15160
ACCORDANCE WITH THE POLICY PROVISIONS.
San Rafeal CA 94915-1560
AUTHORIZED REPRES711AyVE
6ele 9.*&.IV/
U 1985-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD
ROUTING SLIP / APPROVAL FORM
INSTRUCTIONS: Use this cover sheet with each submittal of a staff report before approval
by the City Council. Save staff report (including this cover sheet) along
with all related attachments in the Team Drive (T:) 4 CITY COUNCIL
AGENDA ITEMS 4 AGENDA ITEM APPROVAL PROCESS 4 [DEPT -
AGENDA TOPIC]
Agenda Item # °;x.c U
Date of Meeting: 9/21/2015
From: Rebecca Woodbury
Department: City Manager's Office
Date: 9/11/2015
Topic: Project and construction management services for public safety facilities in San Rafael
Subject: RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A
PROFESSIONAL SERVICES AGREEMENT WITH KITCHELL CEM INC. FOR PROJECT AND
CONSTRUCTION MANAGEMENT SERVICES FOR THE PHASE 1 PROJECTS (PUBLIC SAFETY
CENTER, FIRE STATION 52 CENTER, AND FIRE STATION 57) OF THE ESSENTIAL
FACILITIES STRATEGIC PLAN
Type: ® Resolution ❑ Ordinance
® Professional Services Agreement ❑ Other:
APPROVALS
® Finance Director
Remarks: approved with minor edits - MM 9/13/15
® City Attorney
Remarks: LG -Approved 9/15/15 with minor change to resolution.
® Author, review and accept City Attorney / Finance changes
Remarks:
�ACity Manager