Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutPW MERA Tower Retrofit ProjectAGREEMENT FOR PROFESSIONAL SERVICES WITH KIMLEY-MORN AND
ASSOCIATES, INC. FOR THE MARIN EMERGENCY RADIO AUTHORITY (MERA)
TOWER RETROFIT PROJECT
This Agreement is made and entered into this -2,11,Y day of OC-7c.?1509 , 2015,
by and between the City of San Rafael (hereinafter "CITY"), and Kimley-Horn and Associates, Inc.
(hereinafter "CONTRACTOR").
RECITALS
WHEREAS, the CITY has determined that professional consulting services are required
for design to structurally retrofit the MERA tower on Dollar Hill; and
WHEREAS, the CONTRACTOR has offered to render such professional services in
connection with this project.
AGREEMENT
NOW, THEREFORE, the parties hereby agree as follows:
PROJECT COORDINATION.
A. CITY'S Project Manager. The Public Works Director 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'S Project Director. CONTRACTOR shall assign a single
PROJECT DIRECTOR to have overall responsibility for the progress and execution of this
Agreement for CONTRACTOR. Randy Durrenberger 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.
2. DUTIES OF CONTRACTOR.
CONTRACTOR agrees to perform the services outlined in the proposal from
CONTRACTOR dated September 24, 2015 marked Exhibit "A" attached hereto, and incorporated
herein by this reference.
3. DUTIES OF CITY.
CITY shall pay the compensation as provided in Paragraph 4, and perform the duties, if
any, as described in Exhibit "A" attached hereto and incorporated herein.
4. COMPENSATION.
For the full performance of the services described herein by CONTRACTOR, CITY shall
pay CONTRACTOR on a time and materials basis for services rendered in accordance with the
fee schedule as described in Exhibit "A". The total payment made under this Agreement shall not
exceed $19,950 except by written amendment of thus agreement by the parties.
Payment will be made monthly upon receipt by PROJECT MANAGER of itemized
Rev. Date: 1/30/14
invoices submitted by CONTRACTOR.
5. TERM OF AGREEMENT.
The term of this Agreement shall be for one year fiom the date of execution.
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.
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.
8. 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 fiilly 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.
A. Scope of Coverage. During the tern of this Agreement, CONTRACTOR shall
maintain, at no expense to CITY, the following insurance policies:
1. A commercial general liability insurance policy in the minimum 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
Rev. date: 1/30/14
performed under this Agreement, a professional liability insurance policy in the minimum amount
of two million dollars ($2,000,000) per occurrence/four million dollars ($4,000,000) 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, tenninate or otherwise modify the terms and conditions of said
insurance policies except upon ten (10) days written notice to the PROJECT MANAGER.
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 tlus Agreement may be satisfied by a
combination of primary and runbrella 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
Rev. date: 1/30/14 3
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
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.
Rev. date: 1/30/14 4
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 perforin 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.
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 tlus
Agreement, to the other party.
15. NOTICES.
All notices and other cornmunications required or permitted to be given under flus
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
Dean Allison, Public Works Director
City of San Rafael
111 Morphew Street
P.O. Box 151560
San Rafael, CA 94915-1560
Randy Durrenberger
Kimley-Horn and Associates, Inc.
1300 Clay Street, Suite 325
Oakland, CA 94612
16. INDEPENDENT CONTRACTOR.
For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers,
Rev. date: F30"14 5
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
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 tern, 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
Rev. date: 1/30/14 6
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.
IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month
and year first above written.
CITY OF SAN RAFAEL
JIM S
ATTEST:
ESTHER C. BEIRNE, City Clerk
APPROVED AS TO FORM:
ROBERT F. EPSTEIN, City Attorne,'
Rev. date: 1/30/14 ?
CONTRACTOR
,y
B,.,. a,.,. ,......... ..
Name: Randy Durrenberger
Title: Vice President
EXHIBIT'N
U Ira
rumlepMorn
Sept 24, 2015 (via email)
Ms. Leslie Blomquist
Acting Assistant Public Works Director
City of San Rafael — Department of Public Works
111 Morphew Street
San Rafael, CA 94915-1560
RE: Proposal for MERA Dollar Hill Tower Structural Retrofit Design
Please find attached our proposed scope, schedule, and fee to provide MERA Dollar Hill Tower
Structural Retrofit Design Services to the City of San Rafael.
If you have any questions, please do not hesitate to contact me at (510) 350-0215 or at
elbert.chanoO.kimlev-horn.com. We look forward to working with you and the City.
Sincerely,
KIMLEY-HORN
Elbert Chang, P.E. , T.E.
Project Manager
Randy Durrenberger, P.
Vice President
gj I pp
saaklnd«y"CA
&
DIXam9ey)))Horn
PROJECT UNDERSTANDING
Page 2
Kimley-Horn's April 30, 2015 structural evaluation concluded that tower leg sections from elevation 0'
to 40' above grade level (AGL) must be structurally reinforced to provide the tower with adequate
strength for the addition of proposed antenna equipment. Conceptual design for the recommended
tower leg retrofit was provided in our April 30th report. The existing telecommunications equipment on
the tower will have to be removed prior to the installation of the tower leg reinforcement and
reinstalled upon completion. Only the equipment within the construction zone and mounted to the
tower legs from elevation 0' to 40' AGL will be affected.
City of San Rafael (City) has requested structural design services to prepare plans, specifications and
engineer's estimate (PS&E) for the recommended retrofit of MERA's Dollar Hill Communication
Tower in San Rafael, CA. Based on our project understanding and City's needs, we are proposing
the following scope of services and fee budgets.
SCOPE OF SERVICES
TASK 1 — PREPARATION OF PLANS, SPECIFICATIONS AND
ESTIMATES
Kimley-Horn will prepare and assemble construction bidding documents for the structural retrofit
work, including specifications and engineer's estimates for the work to correct the deficiencies listed
in the structural analysis report dated April 30, 2015. It is understood that the city will prepare project
specific Division 0 and Division 1 specifications for inclusion in the project bid documents.
Retrofit design will meet applicable requirements of the 2013 California Building Code, TIA 222-G anc
ASCE 7-10. We will submit an electronic signed and sealed pdf and up to three (3) signed and sealed
construction plans, technical specifications and calculations for City Approval. It is assumed that City
will coordinate with MERA for plan review and incorporate MERA comments into City's comments.
We will respond up to one (1) round of non -conflicting plan check comments from the City.
TASK 2: BID SUPPORT SERVICES (OPTIONAL)
Kimley-Horn will assist the City with solicitation of bid from qualified contractors to perform the work.
We will participate in up to one (1) pre-bid meeting with potential bidders. Up to 19 hours have been
budgeted to assist the City with:
❑ Answering bidder questions and prepare and issue addenda as warranted;
❑ Tabulating bids received and evaluating compliance of the bids received with the bidding
documents;
❑ Preparing a written summary of this tabulation, evaluation and recommendation for
award.
9CAm6ey0orn
Page 3
TASK 3: CONSTRUCTION CONTRACT ADMINISTRATION SUPPORT
SERVICES (OPTIONAL)
(Construction phase duration of 10 weeks has been assumed).
As part of Construction Phase, Kimley-Horn will provide the following support services to the City (up
to 29 hours):
❑ Participate, via teleconference, with the City and the selected Contractor to confirm
testing, inspection and submittal requirements;
❑ Review shop drawings and submittals;
❑ Prepare RFI's as necessary to clarify interpretation of construction documents;
❑ Perform up to two (2) site visits, four hours each, to observe the progress of the Work.
We will provide a progress email memo listing the progress of the Work after each site
visit.
SCHEDULE
(NTP assumed 9/25/15)
Task
Task 1: DRAFT PS&E Submittal
n Task 1: FINAL PS&E
Task 2: Bid Support Services
(Optional)
Task 3: Construction Support
Services (Optional)
Deadline
October 22, 2015
Within two (2) weeks after receipt of u
comments
TBD
PROFS ION. L FEES AND EXPENSE BUDGET
KHA will provide the services outlined in the scope of services per current hourly rates on a time -
and -materials basis with a contract ceiling of $19,950, which includes post -design optional
services of $8,000.) This fee includes labor cost, direct expenses and indirect office expenses. We
propose a budget of $500 for direct expenses that may be incurred in performing these services. Our
associated labor fees by task for the aforementioned scope of services are as follows:
u Task Labor Fee
Task 1: PS&E
............................................ $11,450
.. .............................
Task 2: Bid Support Services (Optional) $3,100
Task 3: Construction Support Services (Optional) $4,900
Expenses $500
TOTAL NOT -TO -EXCEED FEE $99,950
or a�300 a , reetf Suet 325; 0aklan CA
/<If4f0{0//%/iJ'//i/%✓� X�.IVNrr���GfG;/.« r//111(D�llf'iVf4I>Vii'MrV,hN9VV�'N1ddl M4P/NIMdy,��lr,/ffovrvf>!J„'9Cil�!19191J/;d4al 517,11i/(i'�%v mj�/
..... /
Client#: 25320 KIMLHORN
ACORD, CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDdYYYY)
10/21/2ois
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 NAMEACT Jerry NO Ola
Greyling Ins. Brokerage/EPIC PHONE 4225552-
770-
(A/C, No, Ext): (AIC, No): 866-550-4082
3780 Mansell Road, Suite 370 ADDRESS: jerry.noyola@greyling.com
Alpharetta, GA 30022
INSURER(S) AFFORDING COVERAGE ¢ NAIC p _
INSURER A: National Union Fire Ins Co of P 19445
INSURED INSURER B: Commerce & Industry Ins. Co. 19410
Box 33068 -Horn and Associates, Inc. INSURER C: New Hampshire Ins. Co. 23841
P.O.PBINSURER D: Lloyds of London 085202
Raleigh, NC 27636
INSURER E
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR 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 TYPE OF INSURANCE ADDL SUBR', POLICY NUMBER POLICY EFF ' POLICY EXP
LTR INSR WVD (MMIDDIYYYY) (MMMD/YYYY) LIMITS
A GENERAL LIABILITY 9645227 04/01/2015 04/01/201P EACH OCCURRENCE S1,000.000
XF COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrences 55001000
CLAIMS MADE X OCCUR MED EXP (Any one person, 525,000
X, Contractual Liab
GEN'L AGGREGATE LIMIT APPLIES PER.
POLICY Xi JE T X LOC
A AUTOMOBILE LIABILITY 4982985
X ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
X HIRED AUTOS X NON OWNED
AUTOS
B X UMBRELLA LIAB X OCCUR
EXCESS LIAB CLAIMS MADE
{
DED X RETENTION $10,000
C WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y ; N
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER MEMBER EXCLUDED? N N r A
(Mandatory In NH)
f yes, describe under
DESCRIPTION OF OPERATIONS below
PERSONAL & ADV INJURY S1,0001000
GENERAL AGGREGATE s2,000,000
X
PRODUCTS - COMP/OP AGG 52,000,000
S
04/01/2015 04/01/2016 Ea aaccidentSINGLELIMIT 51,000,000
BODILY INJURY (Per person! S
BODILY INJURY (Per accident'I S
PROPERTY DAMAGE S
Per accident)
S
BE020733086 04/01/2015 04/01/2016 EACHOCCURRENCE s5,000,000
AGGREGATE 55,0001000
S
39901450 04/01/2015 04/01/2016 X T C S LIMI OTH
Cfi"N 1,dCd1Ts E.Fi
E L EACH ACCPOENT s1,000,000
E.L DISEASE EA EMPLOYEE 51,000,000
E.L. DISEASE POI,'CY I IMIT 51,000,000
D Prof. Liab P070831500 4/01/2015 04/01/2016 Per Claim $2,000,000
Aggregate $4,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required)
Re: Marin Emergency Radio Authority (MERA) Tower Retrofit Project; Elbert Chang. The City of San Rafael,
its officers, agents, employees & volunteers are named as Additional Insureds with respects to General &
Automobile Liability where required by written contract. The above referenced liability policies with the
exception of professional liability are primary & non-contributory where required by written contract.
Waiver of Subrogation is applicable where required by written contract & allowed by law. Should any of the
(See Attached Descriptions)
CERTIFICATE HOLDER
City of San Rafael
Public Works Director
P.O. Box 151560
San Rafael, CA 94915
CANCELLATION
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
©1988-2010 ACORD CORPORATION. All rights reserved.
ACORD 25 (2010/05) 1 of 2 The ACORD name and logo are registered marks of ACORD
#S415032/M395709 JNOY1
DESCRIPTIONS (Continued from Page 1)
above described policies be cancelled by the issuing insurer before the expiration date thereof, 30 days'
written notice (except 10 days for nonpayment of premium) will be provided to the Certificate Holder.
SAGITTA 25.3 (2010/05) 2 of 2
#S415032/M395709
POLICY NUMBER: GL 964-52-27
COMMERCIAL GENERAL LIABILITY
CG 20 37 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART
Name Of Additional Insured Person(s)
Or Organization(s)
ANY PERSON OR ORGANIZATION
WHOM YOU BECOME OBLIGATED
TO INCLUDE AS AN ADDITIONAL INSURED
AS A RESULT OF ANY CONTRACT OR
AGREEMENT YOU HAVE ENTERED INTO.
SCHEDULE
Location And Description Of Completed Operations
PER THE CONTRACT OR AGREEMENT.
Information required to complete this Schedule, if not shown above, will be shown in the Declarations. `
A. Section II - Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only
with respect to liability for "bodily injury" or
"property damage" caused, in whole or in part,
by "your work" at the location designated and
described in the Schedule of this endorsement
performed for that additional insured and
included in the "products -completed operations
hazard".
However:
1. The insurance afforded to such additional
insured only applies to the extent permitted
by law; and
2. If coverage provided to the additional
insured is required by a contract or agree-
ment, the insurance afforded to such addi-
tional insured will not be broader than that
which you are required by the contract or
agreement to provide for such additional
insured.
B. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III - Limits Of Insurance:
If coverage provided to the additional insured is
required by a contract or agreement, the most
we will pay on behalf of the additional insured
is the amount of insurance:
1. Required by the contract or agreement; or
2. Available under the applicable Limits of Insu-
rance shown in the Declarations;
whichever is less.
This endorsement shall not increase the appli-
cable Limits of Insurance shown in the Decla-
rations.
CG 20 37 04 13 0 Insurance Services Office, Inc., 2012 Page 1 of 1 0
ENDORSEMENT
This endorsement, effective 12:01 A.M. 04/01/15 forms a part of
policy No. 4982985 issued to KIMLEY-HORN & ASSOCIATES, INC.
by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - WHERE REQUIRED UNDER CONTRACT OR AGREEMENT
This'endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
SCHEDULE
ADDITIONAL INSURED:
ANY PERSON OR ORGANIZATION FOR WHOM YOU ARE
CONTRACTUALLY BOUND TO PROVIDE ADDITIONAL INSURED
STATUS BUT ONLY TO THE EXTENT OF SUCH PERSON OR
ORGANIZATIONS LIABILITY ARISING OUT OF THE USE OF A
COVERED AUTO.
SECTION II - LIABILITY COVERAGE, A. Coverage, 1. - Who Is Insured, is amended to add:
d. Any person or organization, shown in the schedule above, to whom you become obligated
to include as an additional insured under this policy, as a result of any contract or agreement
you enter into which requires you to furnish insurance to that person or organization of the
type provided by this policy, but only with respect to liability arising out of use of a covered
"auto". However, the insurance provided will not exceed the lesser of:
(1) The coverage and/or limits of this policy, or
(2) The coverage and/or limits required by said contract or agreement.
87950 (10/05)
04� �ize�ReIpLsentativeAhihoor
Countersi nature (in States Where
Applicable
Page 1 of 1
ENDORSEMENT
This endorsement, effective 12:01 A.M. 0 4 / 01 / 15 forms a part of
policy No. 9 6 4 5 2 2 _Y issued to K I MLEY-HORN AND ASSOCIATES, INC.
by NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
PRIMARY COVERAGE FOR SPECIFIED PERSONS OR
ORGANIZATIONS NAMED AS ADDITIONAL INSUREDS -
ONGOING AND COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE FORM
The following paragraph is added to SECTION iI - WHO IS AN INSURED and applies only to persons
or organizations we have added to your policy as additional insureds by endorsement to comply
with insurance requirements of written contracts relative to: a) the performance of your ongoing
operations for the additional insureds; or b) "your work" performed for the additional insureds and
included in the "products -completed operations hazard":
This insurance is primary over any similar insurance available to any person or organization we have
added to this policy as an additional insured. However, this insurance is primary over any other
similar insurance only if the additional insured is designated as a named insured in the Declarations
of the other similar insurance. We will not require contribution of limits from the other similar
insurance if the insurance afforded by this endorsement is primary.
This insurance is excess over any other valid and collectible insurance, whether primary, excess,
contingent or on any other basis, if it is not primary as defined in the paragraph above.
All other terms and conditions of the policy are the same.
90533 (3/06)
A thorized Representative or
Countersignature (in States Where
Applicable)
Page 1 of
POLICY NUMBER: GL 964-52-27 COMMERCIAL GENERAL LIABILITY
CG 20 33 04 13
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - AUTOMATIC STATUS WHEN
REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
A. Section 11 - Who Is An Insured is amended to
include as an additional insured any person or
organization for whom you are performing
operations when you and such person or
organization have agreed in writing in a contract
or agreement that such person or organization
be added as an additional insured on your
policy. Such person or organization is an addi-
tional insured only with respect to liability for
"bodily injury", "property damage" or "personal
and advertising injury" caused, in whole or in
part, by;
1. Your acts or omissions; or
2. The acts or omissions of those acting on
your behalf;
in the performance of your ongoing operations
for the additional insured.
However, the insurance afforded to such
additional insured:
1. Only applies to the extent permitted by law;
and
2. Will not be broader than that which you are
required by the contract or agreement to
provide for such additional insured.
A person's or organization's status as an addi-
tional insured under this endorsement ends
when your operations for that additionaP insured
are completed.
B. With respect to the insurance afforded to these
additional insureds, the following additional ex-
clusions apply:
This insurance does not apply to:
1. "Bodily injury", "property damage" or
"personal and advertising injury" arising out
of the rendering of, or the failure to render,
any professional architectural, engineering or
surveying services, including:
a. The preparing, approving, or failing to
prepare or approve, maps, shop
drawings, opinions, reports, surveys,
field orders, change orders or drawings
and specifications; or
b. Supervisory, inspection, architectural or
engineering activities.
This exclusion applies even if the claims against
any insured allege negligence or other wrong-
doing in the supervision, hiring, employment,
training or monitoring of others by that insured,
if the "occurrence" which caused the "bodily in-
jury" or "property damage", or the offense
which caused the "personal and advertising
injury", involved the rendering of or the failure
to render any professional architectural,
engineering or surveying services.
2. "Bodily injury" or "property damage"
occurring after:
All work, including materials, parts or
equipment furnished in connection with
such work, on the project (other than
service, maintenance or repairs) to be
performed by or on behalf of the
additional insured(s) at the location of the
covered operations has been completed;
or
That portion of "your work" out of which
the injury or damage arises has been put
to its intended use by any person or
organization other than another
contractor or subcontractor engaged in
performing operations for a principal as a
part of the same project.
C. With respect to the insurance afforded to these
additional insureds, the following is added to
Section III - Limits Of Insurance:
The most we will pay on behalf of the additional
insured is the amount of insurance:
CO 20 33 04 13 0 Insurance Services Office, Inc., 2012 Page 1 of 2 0
1. Required by the contract or agreement you
have entered into with the additional
insured; or
2. Available under the applicable Limits of
Insurance shown in the Declarations;
whichever is less.
This endorsement shall not increase the
applicable Limits of Insurance shown in the
Declarations.
Rage 2 of 2 ® Insurance Services Office, Inc., 2012 CG 20 33 04 13 ❑
BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different
date is indicated below.
(The following "attaching clause' need be completed only when this endorsement is issued subsequent to preparation of the policy).
This endorsement, effective 12:01 AM 0 4 / 01 / 15 forms a part of Policy No. 3 9 9 014 51
Issued to KIMLEY-HORN AND ASSOCIATES, INC.
By NATIONAL UNION FIRE INSURANCE COMPANY OF PITTSBURGH, PA.
We have a right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce
our right against any person or organization with whom you have a written contract that requires you to obtain this
agreement from us, as regards any work you perform for such person or organization.
The additional premium for this endorsement shall be 2.00 % of the total estimated workers compensation premium
for this policy.
-"
WC 04 03 61 Countersigned by _ _... _. - - - - - - - - - -X_ ... _ ._ _ _
(Ed. 19190)
Authorized Representative
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 0 9 . �� �� ��� •
agreement.
2 Contracting Department Forward final agreement to contractor for p
their signature. Obtain at least two signed
originals from contractor.
3 Contracting Department I 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;
bonds, and insurance certificates and
endorsements.
5 City Manager / Mayor / or Agreement executed by Council authorized
Department Head official.
6 City Clerk City Clerk attests signatures, retains original
agreement and forwards copies to the
contracting delmrtment. tola�111�
To be completed by Contracting Department:
Project Manager: Leslie Blomquist Project Name: MERA Tower Retrofit Proiect
Agendized for City Council Meeting of (if necessary):
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.