Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC-1908CITY OF ARCADIA
PROFESSIONAL SERVICES AGREEMENT
1. PARTIES AND DATE.
ORIGINAL
This Agreement is made and entered into this 22, day of 6 h , 2002 by
and between the City of Arcadia, a municipal organization organized under the laws of the State
of California with its principal place of business at 240 West Huntington Drive, Arcadia,
California 91066 -6021 ( "City ") and RBF Consulting, a California Corporation with its principal
place of business at 14725 Alton Parkway, Irvine, CA 92618 -2027 ( "Consultant "). City and
Consultant are sometimes individually referred to as "Party" and collectively as "Parties."
2. RECITALS.
2.1 Consultant.
Consultant desires to perform and assume responsibility for the provision of certain
professional services required by the City on the terms and conditions set forth in this
Agreement. Consultant represents that it is experienced in providing Design services to public
clients, is licensed in the State of California, and is familiar with the plans of City.
2.2 Project.
City desires to engage Consultant to render such services for the Santa Anita Reservoir
No.'s 1 and 2 Replacement (Santa Anita Reservoir No. 4) project ( "Project ") as set forth in this
Agreement.
3. TERMS.
3.1 Scope of Services and Term.
3.1.1 General Scope of Services. Consultant promises and agrees to furnish to
the City all labor, materials, tools, equipment, services, and incidental and customary work
necessary to fully and adequately supply professional design consulting services necessary for
the Project ( "Services "). The Services are more particularly described in Exhibit "A" attached
hereto and incorporated herein by reference. All Services shall be subject to, and performed in
accordance with, this Agreement, the exhibits attached hereto and incorporated herein by
reference, and all applicable local, state and federal laws, rules and regulations.
3.1.2 Term. The term of this Agreement shall be from date of execution to
June 30, 2004, unless earlier terminated as provided herein. Consultant shall complete the
Services within the term of this Agreement, and shall meet any other established schedules and
deadlines.
3.2 Responsibilities of Consultant.
3.2.1 Control and Payment of Subordinates; Independent Contractor. The
Services shall be performed by Consultant or under its supervision. Consultant will determine
the means, methods and details of performing the Services subject to the requirements of this
Agreement. City retains Consultant on an independent contractor basis and not as an employee.
Consultant retains the right to perform similar or different services for others during the term of
this Agreement. Any additional personnel performing the Services under this Agreement on
behalf of Consultant shall also not be employees of City and shall at all times be under
Consultant's exclusive direction and control. Consultant shall pay all wages, salaries, and other
amounts due such personnel in connection with their performance of Services under this
Agreement and as required by law. Consultant shall be responsible for all reports and
obligations respecting such additional personnel, including, but not limited to: social security
taxes, income tax withholding, unemployment insurance, disability insurance, and workers'
compensation insurance.
3.2.2 Schedule of Services. Consultant shall perform the Services
expeditiously, within the term of this Agreement, and in accordance with the Schedule of
Services set forth in Exhibit "B" attached hereto and incorporated herein by reference.
Consultant represents that it has the professional and technical personnel required to perform the
Services in conformance with such conditions. In order to facilitate Consultant's conformance
with the Schedule, City shall respond to Consultant's submittals in a timely manner. Upon
request of City, Consultant shall provide a more detailed schedule of anticipated performance to
meet the Schedule of Services.
3.2.3 Conformance to Applicable Requirements. All work prepared by
Consultant shall be subject to the approval of City, which shall not be unreasonably withheld.
3.2.4 Substitution of Key Personnel. Consultant has represented to City that
certain key personnel will perform and coordinate the Services under this Agreement. Should
one or more of such personnel become unavailable, Consultant may substitute other personnel of
at least equal competence upon written approval of City. In the event that City and Consultant
cannot agree as to the substitution of key personnel, City shall be entitled to terminate this
Agreement for cause. As discussed below, any personnel who fail or refuse to perform the
Services in a manner acceptable to the City, or who are determined by the City to be
uncooperative, incompetent, a threat to the adequate or timely completion of the Project or a
threat to the safety of persons or property, shall be promptly removed from the Project by the
Consultant at the request of the City. The key personnel for performance of this Agreement are
as follows: Steve Speakman.
2
3.2.5 City's Representative. The City hereby designates Pat Malloy, Public
Works Services Director, or his or her designee, to act as its representative for the performance
of this Agreement ( "City's Representative "). City's Representative shall have the power to act
on behalf of the City for all purposes under this Contract. Consultant shall not accept direction
or orders from any person other than the City's Representative or his or her designee.
3.2.6 Consultant's Representative. Consultant hereby designates Steve
Speakman, or his or her designee, to act as its representative for the performance of this
Agreement ( "Consultant's Representative "). Consultant's Representative shall have full
authority to represent and act on behalf of the Consultant for all purposes under this Agreement.
The Consultant's Representative shall supervise and direct the Services, using his best skill and
attention, and shall be responsible for all means, methods, techniques, sequences and procedures
and for the satisfactory coordination of all portions of the Services under this Agreement.
3.2.7 Coordination of Services. Consultant agrees to work closely with City
staff in the performance of Services and shall be available to City's staff, consultants and other
staff at all reasonable times.
3.2.8 Standard of Care; Performance of Employees. Consultant shall perform
all Services under this Agreement in a skillful and competent manner, consistent with the
standards generally recognized as being employed by professionals in the same discipline in the
State of California. Consultant represents and maintains that it is skilled in the professional
calling necessary to perform the Services. Consultant warrants that all employees and
subcontractors shall have sufficient skill and experience to perform the Services assigned to
them. Finally, Consultant represents that it, its employees and subcontractors have all licenses,
permits, qualifications and approvals of whatever nature that are legally required to perform the
Services, including a City Business License, and that such licenses and approvals shall be
maintained throughout the term of this Agreement. As provided for in the indemnification
provisions of this Agreement, Consultant shall perform, at its own cost and expense and without
reimbursement from the City, any services necessary to correct errors or omissions which are
caused by the Consultant's failure to comply with the standard of care provided for herein. Any
employee of the Consultant or its sub - consultants who is determined by the City to be
uncooperative, incompetent, a threat to the adequate or timely completion of the Project, a threat
to the safety of persons or property, or any employee who fails or refuses to perform the Services
in a manner acceptable to the City, shall be promptly removed from the Project by the Consultant
and shall not be re- employed to perform any of the Services or to work on the Project.
3.2.9 Laws and Regulations. Consultant shall keep itself fully informed of and
in compliance with all local, state and federal laws, rules and regulations in any manner affecting
the performance of the Project or the Services, including all Cal/OSHA requirements, and shall
give all notices required by law. Consultant shall be liable for all violations of such laws and
regulations in connection with Services. If the Consultant performs any work knowing it to be
contrary to such laws, rules and regulations and without giving written notice to the City,
Consultant shall be solely responsible for all costs arising therefrom. Consultant shall defend,
indemnify and hold City, its officials, directors, officers, employees and agents free and
harmless, pursuant to the indemnification provisions of this Agreement, from any claim or
liability arising out of any failure or alleged failure to comply with such laws, rules or
regulations.
3
3.2.10 Insurance.
3.2.10.1 Time for Compliance. Consultant shall not commence
Work under this Agreement until it has provided evidence satisfactory to the City that it has
secured all insurance required under this section. In addition, Consultant shall not allow any
subcontractor to commence work on any subcontract until it has provided evidence satisfactory
to the City that the subcontractor has secured all insurance required under this section.
3.2.10.2 Minimum Requirements. Consultant shall, at its expense,
procure and maintain for the duration of the Agreement insurance against claims for injuries to
persons or damages to property which may arise from or in connection with the performance of
the Agreement by the Consultant, its agents, representatives, employees or subcontractors.
Consultant shall also require all of its subcontractors to procure and maintain the same insurance
for the duration of the Agreement. Such insurance shall meet at least the following minimum
levels of coverage:
(A) Minimum Scope of Insurance. Coverage shall be at least as
broad as the latest version of the following: (1) General Liability: Insurance Services Office
Commercial General Liability coverage (occurrence form CG 0001); (2) Automobile Liability:
Insurance Services Office Business Auto Coverage form number CA 0001, code 1 (any auto);
and (3) Workers' Compensation and Employer's Liability: Workers' Compensation insurance as
required by the State of California and Employer's Liability Insurance.
(B) Minimum Limits of Insurance. Consultant shall maintain
limits no less than: (1) General Liability: $1,000,000 per occurrence for bodily injury, personal
injury and property damage. If Commercial General Liability Insurance or other form with
general aggregate limit is used, either the general aggregate limit shall apply separately to this
Agreement /location or the general aggregate limit shall be twice the required occurrence limit;
(2) Automobile Liability: $1,000,000 per accident for bodily injury and property damage; and (3)
Workers' Compensation and Employer's Liability: Workers' Compensation limits as required by
the Labor Code of the State of California. Employer's Liability limits of $1,000,000 per accident
for bodily injury or disease.
3.2.10.3 Professional Liability. Consultant shall procure and
maintain, and require its sub - consultants to procure and maintain, for a period of five (5) years
following completion of the Project, errors and omissions liability insurance appropriate to their
profession. Such insurance shall be in an amount not less than $1,000,000 per claim, and shall
be endorsed to include contractual liability.
3.2.10.4 Insurance Endorsements. The insurance policies shall
contain the following provisions, or Consultant shall provide endorsements on forms supplied or
approved by the City to add the following provisions to the insurance policies:
4
(A) General Liability. The general liability policy shall be
endorsed to state that: (1) the City, its directors, officials, officers, employees, agents and
volunteers shall be covered as additional insured with respect to the Work or operations
performed by or on behalf of the Consultant, including materials, parts or equipment furnished in
connection with such work; and (2) the insurance coverage shall be primary insurance as respects
the City, its directors, officials, officers, employees, agents and volunteers, or if excess, shall
stand in an unbroken chain of coverage excess of the Consultant's scheduled underlying
coverage. Any insurance or self - insurance maintained by the City, its directors, officials,
officers, employees, agents and volunteers shall be excess of the Consultant's insurance and shall
not be called upon to contribute with it in any way.
(B) Automobile Liability. The automobile liability policy shall
be endorsed to state that: (1) the City, its directors, officials, officers, employees, agents and
volunteers shall be covered as additional insureds with respect to the ownership, operation,
maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed by the
Consultant or for which the Consultant is responsible; and (2) the insurance coverage shall be
primary insurance as respects the City, its directors, officials, officers, employees, agents and
volunteers, or if excess, shall stand in an unbroken chain of coverage excess of the Consultant's
scheduled underlying coverage. Any insurance or self - insurance maintained by the City, its
directors, officials, officers, employees, agents and volunteers shall be excess of the Consultant's
insurance and shall not be called upon to contribute with it in any way.
(C) Workers' Compensation and Employers Liability
Coverage. The insurer shall agree to waive all rights of subrogation against the City, its directors,
officials, officers, employees, agents and volunteers for losses paid under the terms of the
insurance policy which arise from work performed by the Consultant.
(D) All Coverages. Each insurance policy required by this
Agreement shall be endorsed to state that: (A) coverage shall not be suspended, voided, reduced
or canceled except after thirty (30) days prior written notice by certified mail, return receipt
requested, has been given to the City; and (B) any failure to comply with reporting or other
provisions of the policies, including breaches of warranties, shall not affect coverage provided to
the City, its directors, officials, officers, employees, agents and volunteers.
3.2.10.5 Separation of Insureds; No Special Limitations. All
insurance required by this Section shall contain standard separation of insureds provisions. In
addition, such insurance shall not contain any special limitations on the scope of protection
afforded to the City, its directors, officials, officers, employees, agents and volunteers.
3.2.10.6 Deductibles and Self - Insurance Retentions. Any
deductibles or self - insured retentions must be declared to and approved by the City. Consultant
shall guarantee that, at the option of the City, either: (1) the insurer shall reduce or eliminate
such deductibles or self - insured retentions as respects the City, its directors, officials, officers,
employees, agents and volunteers; or (2) the Consultant shall procure a bond guaranteeing
payment of losses and related investigation costs, claims and administrative and defense
expenses.
5
3.2.10.7 Accgptability of Insurers. Insurance is to be placed with
insurers with a current A.M. Best's rating no less than A :VIII, licensed to do business in
California, and satisfactory to the City.
3.2.10.8 Verification of Coverage. Consultant shall furnish City
with original certificates of insurance and endorsements effecting coverage required by this
Agreement on forms satisfactory to the City. The certificates and endorsements for each
insurance policy shall be signed by a person authorized by that insurer to bind coverage on its
behalf, and shall be on forms provided by the City if requested. All certificates and
endorsements must be received and approved by the City before work commences. The City
reserves the right to require complete, certified copies of all required insurance policies, at any
time.
3.2.11 Safety. Consultant shall execute and maintain its work so as to avoid
injury or damage to any person or property. In carrying out its Services, the Consultant shall at
all times be in compliance with all applicable local, state and federal laws, rules and regulations,
and shall exercise all necessary precautions for the safety of employees appropriate to the nature
of the work and the conditions under which the work is to be performed. Safety precautions as
applicable shall include, but shall not be limited to: (A) adequate life protection and life saving
equipment and procedures; (B) instructions in accident prevention for all employees and
subcontractors, such as safe walkways, scaffolds, fall protection ladders, bridges, gang planks,
confined space procedures, trenching and shoring, equipment and other safety devices,
equipment and wearing apparel as are necessary or lawfully required to prevent accidents or
injuries; and (C) adequate facilities for the proper inspection and maintenance of all safety
measures.
3.3 Fees and Payments.
3.3.1 Compensation. Consultant shall receive compensation, including
authorized reimbursements, for all Services rendered under this Agreement at the rates set forth
in Exhibit "C" attached hereto and incorporated herein by reference. The total compensation
shall not exceed THREE HUNDRED TWENTY SIX THOUSAND EIGHT HUNDRED
FIFTY DOLLARS AND NO CENTS ($326,850.00) without written approval of City's Public
Works Services Director. Extra Work may be authorized, as described below, and if authorized,
will be compensated at the rates and manner set forth in this Agreement.
3.3.2 Payment of Compensation. Consultant shall submit to City a monthly
itemized statement which indicates work completed and hours of Services rendered by
Consultant. The statement shall describe the amount of Services and supplies provided since the
initial commencement date, or since the start of the subsequent billing periods, as appropriate,
through the date of the statement. City shall, within forty -five (45) days of receiving such
statement, review the statement and pay all approved charges thereon.
3.3.3 Reimbursement for Expenses. Consultant shall not be reimbursed for any
expenses unless authorized in writing by City.
L
3.3.4 Extra Work. At any time during the term of this Agreement, City may
request that Consultant perform Extra Work. As used herein, "Extra Work" means any work
which is determined by City to be necessary for the proper completion of the Project, but which
the parties did not reasonably anticipate would be necessary at the execution of this Agreement.
Consultant shall not perform, nor be compensated for, Extra Work without written authorization
from City's Representative.
3.4 Accounting Records.
3.4.1 Maintenance and Inspection. Consultant shall maintain complete and
accurate records with respect to all costs and expenses incurred under this Agreement. All such
records shall be clearly identifiable. Consultant shall allow a representative of City during
normal business hours to examine, audit, and make transcripts or copies of such records and any
other documents created pursuant to this Agreement. Consultant shall allow inspection of all
work, data, documents, proceedings, and activities related to the Agreement for a period of three
(3) years from the date of final payment under this Agreement.
3.5 General Provisions.
3.5.1 Termination of Agreement.
3.5.1.1 Grounds for Termination. City may, by written notice to
Consultant, terminate the whole or any part of this Agreement at any time and without cause by
giving written notice to Consultant of such termination, and specifying the effective date thereof,
at least seven (7) days before the effective date of such termination. Upon termination,
Consultant shall be compensated only for those services which have been adequately rendered to
City, and Consultant shall be entitled to no further compensation. Consultant may not terminate
this Agreement except for cause.
3.5.1.2 Effect of Termination. If this Agreement is terminated as provided
herein, City may require Consultant to provide all finished or unfinished Documents and Data
and other information of any kind prepared by Consultant in connection with the performance of
Services under this Agreement. Consultant shall be required to provide such document and other
information within fifteen (15) days of the request.
3.5.1.3 Additional Services. In the event this Agreement is terminated in
whole or in part as provided herein, City may procure, upon such terms and in such manner as it
may determine appropriate, services similar to those terminated.
3.5.2 Delivery of Notices. All notices permitted or required under this
Agreement shall be given to the respective parties at the following address, or at such other
address as the respective parties may provide in writing for this purpose:
7
Consultant:
City:
RBF Consulting
14725 Alton Parkway
Irvine, CA 92618 -2027
Attn: Steve Speakman
(949) 472 -3505
City of Arcadia
240 West Huntington drive
Arcadia, CA 91066 -6021
Attn: Pat Malloy, Public Works Services Director
Such notice shall be deemed made when personally delivered or when mailed, forty -eight
(48) hours after deposit in the U.S. Mail, first class postage prepaid and addressed to the party at
its applicable address. Actual notice shall be deemed adequate notice on the date actual notice
occurred, regardless of the method of service.
3.5.3 Ownership of Materials and Confidentiality.
3.5.3.1 Documents & Data; Licensing of Intellectual Property. This
Agreement creates a non - exclusive and perpetual license for City to copy, use, modify, reuse, or
sublicense any and all copyrights, designs, and other intellectual property embodied in plans,
specifications, studies, drawings, estimates, and other documents or works of authorship fixed in
any tangible medium of expression, including but not limited to, physical drawings or data
magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be
prepared by Consultant under this Agreement ( "Documents & Data "). Consultant shall require
all subcontractors to agree in writing that City is granted a non - exclusive and perpetual license
for any Documents & Data the subcontractor prepares under this Agreement. Consultant
represents and warrants that Consultant has the legal right to license any and all Documents &
Data. Consultant makes no such representation and warranty in regard to Documents & Data
which were prepared by design professionals other than Consultant or provided to Consultant by
the City. City shall not be limited in any way in its use of the Documents and Data at any time,
provided that any such use not within the purposes intended by this Agreement shall be at City's
sole risk.
3.5.3.2 Confidentiality. All ideas, memoranda, specifications, plans,
procedures, drawings, descriptions, computer program data, input record data, written
information, and other Documents and Data either created by or provided to Consultant in
connection with the performance of this Agreement shall be held confidential by Consultant.
Such materials shall not, without the prior written consent of City, be used by Consultant for any
purposes other than the performance of the Services. Nor shall such materials be disclosed to
any person or entity not connected with the performance of the Services or the Project. Nothing
furnished to Consultant which is otherwise known to Consultant or is generally known, or has
become known, to the related industry shall be deemed confidential. Consultant shall not use
City's name or insignia, photographs of the Project, or any publicity pertaining to the Services or
9
the Project in any magazine, trade paper, newspaper, television or radio production or other
similar medium without the prior written consent of City.
3.5.4 Cooperation; Further Acts. The Parties shall fully cooperate with one
another, and shall take any additional acts or sign any additional documents as may be necessary,
appropriate or convenient to attain the purposes of this Agreement.
3.5.5 Attorney's Fees. If either party commences an action against the other
party, either legal, administrative or otherwise, arising out of or in connection with this
Agreement, the prevailing party in such litigation shall be entitled to have and recover from the
losing party reasonable attorney's fees and all other costs of such action.
3.5.6 Indemnification. Consultant shall defend, indemnify and hold the City, its
officials, officers, employees, volunteers and agents free and harmless from any and all claims,
demands, causes of action, costs, expenses, liability, loss, damage or injury, in law or equity, to
property or persons, including wrongful death, in any manner arising out of or incident to any
negligent acts, omissions or willful misconduct of Consultant, its officials, officers, employees,
agents, consultants and contractors arising out of or in connection with the performance of the
Services, the Project or this Agreement, including without limitation the payment of all
consequential damages and attorneys fees and other related costs and expenses. Consultant shall
defend, at Consultant's own cost, expense and risk, any and all such aforesaid suits, actions or
other legal proceedings of every kind that may be brought or instituted against City, its directors,
officials, officers, employees, agents or volunteers. Consultant shall pay and satisfy any
judgment, award or decree that may be rendered against City or its directors, officials, officers,
employees, agents or volunteers, in any such suit, action or other legal proceeding. Consultant
shall reimburse City and its directors, officials, officers, employees, agents and/or volunteers, for
any and all legal expenses and costs incurred by each of them in connection therewith or in
enforcing the indemnity herein provided. Consultant's obligation to indemnify shall not be
restricted to insurance proceeds, if any, received by the City, its directors, officials officers,
employees, agents or volunteers.
3.5.7 Entire Agreement. This Agreement contains the entire Agreement of the
parties with respect to the subject matter hereof, and supersedes all prior negotiations,
understandings or agreements. This Agreement may only be modified by a writing signed by
both parties.
3.5.8 Governing Law. This Agreement shall be governed by the laws of the
State of California. Venue shall be in Los Angeles County.
3.5.9 Time of Essence. Time is of the essence for each and every provision of
this Agreement.
3.5. 10 City's Right to Employ Other Consultants. City reserves right to employ
other consultants in connection with this Project.
3.5.11 Successors and Assigns.
successors and assigns of the parties.
Q
This Agreement shall be binding on the
3.5.12 Assignment or Transfer. Consultant shall not assign, hypothecate, or
transfer, either directly or by operation of law, this Agreement or any interest herein without the
prior written consent of the City. Any attempt to do so shall be null and void, and any assignees,
hypothecates or transferees shall acquire no right or interest by reason of such attempted
assignment, hypothecation or transfer.
3.5.13 Construction; References; Captions. Since the Parties or their agents have
participated fully in the preparation of this Agreement, the language of this Agreement shall be
construed simply, according to its fair meaning, and not strictly for or against any Party. Any
term referencing time, days or period for performance shall be deemed calendar days and not
work days. All references to Consultant include all personnel, employees, agents, and
subcontractors of Consultant, except as otherwise specified in this Agreement. All references to
City include its elected officials, officers, employees, agents, and volunteers except as otherwise
specified in this Agreement. The captions of the various articles and paragraphs are for
convenience and ease of reference only, and do not define, limit, augment, or describe the scope,
content, or intent of this Agreement.
3.5.14 Amendment; Modification. No supplement, modification, or amendment
of this Agreement shall be binding unless executed in writing and signed by both Parties.
3.5.15 Waiver. No waiver of any default shall constitute a waiver of any other
default or breach, whether of the same or other covenant or condition. No waiver, benefit,
privilege, or service voluntarily given or performed by a Party shall give the other Party any
contractual rights by custom, estoppel, or otherwise.
3.5.16 No Third Party Beneficiaries. There are no intended third party
beneficiaries of any right or obligation assumed by the Parties.
3.5.17 Invalidity; Severability. If any portion of this Agreement is declared
invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions shall continue in full force and effect.
3.5.18 Prohibited Interests. Consultant maintains and warrants that it has not
employed nor retained any company or person, other than a bona fide employee working solely
for Consultant, to solicit or secure this Agreement. Further, Consultant warrants that it has not
paid nor has it agreed to pay any company or person, other than a bona fide employee working
solely for Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration
contingent upon or _resulting from the award or making of this Agreement. For breach or
violation of this warranty, City shall have the right to rescind this Agreement without liability.
For the term of this Agreement, no member, officer or employee of City, during the term of his
or her service with City, shall have any direct interest in this Agreement, or obtain any present or
anticipated material benefit arising therefrom.
M
3.5.19 Equal Opportunity Employment. Consultant represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee or
applicant for employment because of race, religion, color, national origin, handicap, ancestry,
sex or age. Such non - discrimination shall include, but not be limited to, all activities related to
initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff
or termination. Consultant shall also comply with all relevant provisions of City's Minority
Business Enterprise program, Affirmative Action Plan or other related programs or guidelines
currently in effect or hereinafter enacted.
3.5.20 Labor Certification. By its signature hereunder, Consultant certifies that it
is aware of the provisions of Section 3700 of the California Labor Code which require every
employer to be insured against liability for Worker's Compensation or to undertake self -
insurance in accordance with the provisions of that Code, and agrees to comply with such
provisions before commencing the performance of the Services.
3.5.21 Authority to Enter Agreement. Consultant has all requisite power and
authority to conduct its business and to execute, deliver, and perform the Agreement. Each Party
warrants that the individuals who have signed this Agreement have the legal power, right, and
authority to make this Agreement and bind each respective Party.
3.5.22 Counterparts. This Agreement may be signed in counterparts, each of
which shall constitute an original.
3.6 Subcontracting.
3.6.1 Prior Approval Required. Consultant shall not subcontract any portion of
the work required by this Agreement, except as expressly stated herein, without prior written
approval of City. Subcontracts, if any, shall contain a provision making them subject to all
provisions stipulated in this Agreement.
CITY OF ARCADIA
By: Ink-A
R. Kelly, City Manager
Dated: V, 0, 2002
ATTEST:
C' Jerk
APP, DROVED AS TO FORM:
Stephefi P. Deitsch
City Attorney
L'In
RBF CONSULTING
%nom
[Name,
,& X C- Vi c e a c s
[Title]
CONCUR:
Department Head Date
11
EXHIBIT "A"
SCOPE OF SERVICES
Consultant shall provide the following services:
General Considerations
The following is a general outline of the scope of work for the design of the 4.OMG Reservoir
toe replace existing Santa Anita Reservoirs 1 &2. The scope as presented is considered
comprehensive, and will be utilized to evaluate the proposals received as the baseline .for
comparison. Should the consultant consider options, which they believe, may enhance the design
or result in lower costs of construction, or consider items in the baseline scope to be unnecessary
then such options and exceptions should be noted and costed separately from the baseline
proposal.
Task 1 Data Collection & Assessment
Work under this task shall entail the collection and review of existing data and information
relevant to the Santa Anita Reservoir site. Materials available include:
A. Site Plan for Santa Anita Reservoirs and Booster Station
B. Geotechincal Investigation Santa Anita Reservoir RBF
C. Plans for Santa Anita Booster Pump Station
D. Plans for Rehabilitation of Santa Anita reservoir No. 3 RBF
The Consultant shall prepare a control survey for the design of the reservoir facility utilizing
surveying software consistent with AutoCAD 2002 design software.
Task 2 Design of Reinforced Concrete Reservoir Project
A. Demolition Plan
The consultant shall prepare a demolition plan for the removal and disposal of the existing Santa
Anita Reservoirs #1 &2 from the project site. Designation of exiting trees and shrubbery to be
removed shall also be included along with interfering site improvements. All tree removal shall
be in strict accordance with the City of Sierra Madre's Tree Preservation Ordinance."
Modification to existing inlet and outlet pipelines for each reservoir shall also be determined to
allow continued uninterrupted operation of the adjacent Santa Anita Reservoir No. 3, throughout
the course of demolition and construction of the new Reservoir No. 4. In addition operation of
the existing Santa Anita Booster Pump Station and appurtenant equipment shall be assured
throughout the demolition phase of the work and construction of the new reservoir.
A -1
B. Structural Design
This work effort shall involve the structural design of and preparation of structural drawings and
details for a rectangular 4.OMG reinforced concrete reservoir to replace the existing I.OMG,
circular concrete Santa Anita Reservoirs #1 &2. Specific elements of the design shall include:
• Floor (Flat Bottom)
• Columns & Footings
• Exterior Walls
• Roof (With Earthen Cover - 2'+ or -)
• Maintenance Access Hatches (Bilco Type)
• Penthouse and Stairs to Floor
• Inlet Connection Separate
• Outlet Connection Separate
• Reservoir Drainline
Note that it is the City's intent to have an earthen cover over the reservoir roof similar to that
existing on Reservoir No.3.
Structural design shall be in full compliance with all applicable codes (UBC, ACI) and
requirements including the Building Department of the City of Sierra Madre. Structural design
calculations certified by a California Licensed Structural Engineer shall be provide (wet
stamped).
The constant shall provide for an updated Geotechincal Report to be prepared that references the
Geotechincal Investigations noted above conducted by the Corps of Engineers for work at the
site. Due to the proximity of the Sierra Madre Fault Zone, special seismic design considerations
must be taken into account in the structural design of the new reservoir facility.
C. Piping Design
The consultant shall prepare plan, profile and detail drawings for the following pipelines:
• Cement mortar lined and coated (CMLC) inlet and outlet pipelines serving the new reservoir.
• CMLC interconnecting pipelines from Reservoir No. 3.
• Separate CMLC inlet pipeline connection from the Metropolitan Water District Connection
onsite.
A Hydraulic Analysis shall be conducted to design the sizing and configuration of the inlet,
outlet and interconnection piping system for the new reservoir. The analysis shall assure that
proper equalization of the system with the existing Reservoir No. 3 will result and that proper
turnover frequency for both reservoirs will be obtainable during all operating modes. The
Hydraulic Analysis Report shall be prepared and wet stamped by a licensed Civil Engineer.
All inlet, outlet and interconnecting pipelines shall be provide with "Flextend" type seismic
isolation fittings and well as "automatic" seismic isolation valves. "Precast" inlet and outlet
vaults containing check valves and isolation valves shall be provided.
W
D. Electrical Design
Site Lighting System
The Consultant shall provide for on onsite lighting plan to assure safety and security at the site
during nighttime maintenance activities.
SCADA System Interfacing
The Consultant shall coordinate with the City and its Supervisory control and Data Acquisition
( SCADA) system consultant to provide for reservoir level monitoring in the new reservoir.
Site Security System
A Site Security System consistent with the City's EPA Vulnerability Assessment requirements
shall be included in the design for the reservoir facility.
E. Site Improvements
Grading
Rough and Precise grading plans shall be prepared for the work at the site. The grading plans
shall be prepared based upon the City of Sierra Madre's Grading Plan requirements and shall
include plan views of existing and proposed construction at he site. Any retaining walls, which
may be required, shall be included in the grading plans. The Grading Plans shall also be provided
as separate submittals for review by the City of Sierra Madre.
Site Paving
A Site Paving Plan for the entire Santa Anita Reservoir site shall be developed as a part of the
plan set for Reservoir No4. Pavement material shall be Asphalt concrete Pavement of Aggregate
Base material sufficient to handle heavy truck loading. Concrete Driveways shall be provide in
accordance with City of Sierra Madre Standard Drawing for Commercial type driveways.
Landscaping & Irrigation
A Landscape and Irrigation Plan shall be included in the plan set. The plan shall provide for
exterior landscaping along the parkway on Santa Anita Avenue and for interior landscaping as
well. The Consultant shall utilize the City's existing landscape & Irrigation plan for onsite
improvements as the basis for their design.
Perimeter Wall
A Split face block screenwall a minimum of eight (8) feet in height shall be incorporated into the
design for the reservoir project. A tubular steel sliding gate a minimum of twenty (20) feet in
width shall be provided at a single entrance to the site.
A -3
F. Plan Formats & Submittals
Please note that all Plans shall be prepared utilizing AutoCAD Version 2002 or latest upgraded
version. The Consultant shall prepare Preliminary (60 %) & (90 %) Plan sets, which shall include
the following submittals as a minimum:
Preliminary Plans - 60%
• Demolition Plan
• Site Plan (Paving, Entrances, Walls, Gates)
• Preliminary Structural Plan (Including Structural Calculations)
• Piping Plan (Including Hydraulic Calculations)
• Electrical Schematics
• Landscape & Irrigation Concept Plan
• Initial Catalog Cuts for Equipment & Materials
Five (5) sets of Plans and accompanied materials shall be submitted to the City for review.
Following submittal of the 60% Plans the City's TAC will conduct a review of the material
submitted and prepare consolidated comments for clarification or correction to the Consultant
within two (2) weeks of submittal.
Revised Preliminary Plans & Final Plans - 90% & 100%
• General Sheets - Title Sheet, General Notes, Index to Sheets, Bench Marks Horizontal
Control, Vicinity and Location Maps
• Civil Sheets - Rough and Final Grading, Demolition, Reservoir Piping (Inlet & Outlet) &
Profiles, Drain Piping & Profile, Site Improvements, Landscape & Irrigation, Civil Details
• Mechanical Sheets - Vault Plans, Valving & Fittings, Ladders, Stairs, Hatches,
Miscellaneous Metal Items, Hardware & Mechanical Details
• Architectural Sheets - Fencing, Reservoir Exterior Treatment
• Structural Sheets - General Notes & Details, Foundation , Roof , Roof Reinforcing Layout,
Roof Reinforcing Details, Longitudinal & Transverse Sections, Miscellaneous Sections,
Walls, Columns & Footings, Miscellaneous Reinforcing, Roof Hatch Openings Sections &
Details, Overflow Weir Details, Inlet - Outlet Adit Details, Sump Drain & Outlet Details,
Vents & Ladder Details, Miscellaneous Sections & Details
• Electrical - Electrical Symbols Notes & Abbreviations, Single Line Diagram, Lighting Plan,
Conduit Schedule, Panel Connection details, Connection Diagram, Electrical Site Plan
Five (5) sets of Plans and accompanied materials shall be submitted to the City for review.
Following submittal of the 90% Plans the Citys TAC will conduct a review of the material
submitted to verify that all corrections and clarifications have been addressed from the 60%
submittal comments. Final comments and clarifications with assembled and submitted to he
Consultant by the City within two (2) weeks of submittal.
The Consultant shall then make final corrections to the 90% Plans and provide clarification to
the TAC on any remaining questions. The final submittal shall consist of five (5) sets of Plans
and accompanying submittals, The Final set of plans shall be provided in AutoCAD 2002 or
A -4
Updated Version as available along with a set of original mylars for reproduction in
24 "x36722 "x34" and 11 "x 17" formats.
Task 3 Preparation of Contract Documents
The Consultant shall prepare and compile a complete set of contract documents including:
Notice Inviting Bids, Instructions to Bidders, Bid Schedule (Including a bid item for diversion of
all recyclable waste materials), Agreement, Supplementary General Conditions, Special
Provisions and Technical Specifications. The General Provisions and Technical Specifications
shall be in accordance with the Standard Specifications for Public Works Construction 2000
Edition including all supplements to date. The Technical Specifications should be in the CSI
format with the following primary Sections included:
• General Requirements
• Sitework
• Concrete
• Masonry
• Metals
• Finishes
• Equipment
• Mechanical
• Electrical
• Instrumentation
• Testing
In addition Standard Drawings, geotechnical Report and other pertinent referenced material shall
be appended to the documents.
Task 4 Meetings and Coordination
The consultant shall provide for the development and implementation of a Technical Advisory
Quality Control Committee to provide oversight and review throughout the design process.
Members of the TAC shall include:
City's Project Manager - Chair
Design Firm's Project Manager
City's Field Service Manager & Operations & Maintenance Staff
City's General Services Manager
City's Program Manager (Consultant)
Director of Public Works Services (Ad Hoc)
Meetings shall be held at a minimum of two -week intervals throughout the course of design; at
the Public Works Services Offices. The Design Firm's Project Manager shall be responsible for
meeting agendas and minutes preparation. It is intended that these meetings will serve as a
clearinghouse for assimilation of questions and decisions relative to the design process for the
sake of efficiency. They will also serve as Review Meetings for the Major design submittal
milestones at the 60 %, 90% and 100% (Final) stages of design.
A -5
Task 5 Preparation of Engineers Estimate
An Engineers Estimate of Probable Construction Cost shall be prepared by the Consultant at the
60 %, 90% and Final Stage of design submittals, to allow the City the flexibility to make ongoing
decisions as to the scope and extent of the proposed work.
Task 6. Construction Support Services
The Consultant shall provide construction support services including attending the pre -bid
meeting, addressing questions form contractors during bidding, preparation of Addendum,
review of shop drawings and submittals, response to requests for clarification (RFC) and requests
for information (RFI) during construction.
A -6
EXHIBIT "B"
SCHEDULE OF SERVICES
ID
TASK NAME
DURATION (WORKING DAYS)
1
PRELIMINARY ENGINEERING
51 DAYS
2
KICK -OFF MEETING
1 DAY
3
DATA COLLECTION
15 DAYS
4
GEOTECHYNICAL INVESTIGATION
20 DAYS
5
PRELIMINARY SITE PLAN
15 DAYS
6
LANDSCAPE CONCEPT PLAN
15 DAYS
7
INLET /OUTLET DESIGN
15 DAYS
8
FINAL ENGINEERING
114 DAYS
9
STRUCTURAL CALCULATION
10 DAYS
10
CIVIL CALCULATIONS
10 DAYS
11
60% DRAWINGS
35 DAYS
12
60% SPECIFICATIONS
15 DAYS
13
PRELIM. COST ESTIMATE
5 DAYS
14
CITY REVIEW 60% PS & E
10 DAYS
15
90% DRAWINGS
20 DAYS
16
90% SPECIFICATIONS
10 DAYS
17
PERMIT PROCESSING
45 DAYS
18
CITY REVIEW 90% PS & E
10 DAYS
19
100% DRAWINGS
10 DAYS
20
100% SPECIFICATIONS
10 DAYS
21
FINAL COST ESTIMATE
3 DAYS
22
CITY REVIEW 100% PS & E
5 DAYS
23
FINAL PS & E
5 DAYS
24
SUBMIT FINAL PS & E
1 DAY
Approval of final Plans, Specifications and Estimate (PS &E) package shall be completed prior to
June 30, 2003.
ME
EXHIBIT "C"
COMPENSATION
SEE ATTACHED
C -1
CITY OF ARCADIA
DESIGN SERVICES FOR
SANTA ANITA RESERVOIRS NO.'S 1 &2 REPLACEMENT (SANTA ANITA RESERVOIR NO. 4)
FEE TABLE
Project Structural Project
Task Sub- Principal Manager Engineer Engineer Designer Total
No. Task Description hrs hrs ) (hrs) (hrs) (hrs) Fee
1 Data Collection and Survey
Data Collection
Survey and Mapping
2 Design of Reinforced Concrete Reservoir
8 $1,592
Lump Sum $10,000
Total Task 1: $11,592
2.1 Structural Design
RESERVOIR
S1 FOUNDATION PLAN
2
10
16
24
$5,700
S2 ROOF PLAN
2
8
16
24
$5,444
S3 FOUNDATION REINFORMCEMENT LAYOUT PLAN
2
8
16
24
$5,444
S4 ROOF REINFORCING DETAILS LAYOUT PLAN
2
8
16
24
$5,444
S5 ROOF REINFORCING DETAILS SHEET 1
2
8
16
24
$5,444
S6 ROOF REINFORCING DETAILS SHEET 2
2
8
16
24
$5,444
S7 LONGITUDINAL AND TRANSVERSE SECTIONS
2
8
16
24
$5,444
S8 MISCELLANEOUS SECTIONS
2
8
16
24
$5,444
S9 WALL, COLUMNS, AND FOOTING REINFORCING
2
8
16
24
$5,444
S10 MISCELLANEOUS REINFORCING DETAILS
2
8
16
24
$5,444
S11 ROOF OPENINGS - SECTIONS & DETAILS
2
8
16
24
$5,444
S12 OVERFLOW & WEIR DETAILS
2
8
16
24
$5,444
S13 INTERIOR LADDER & VENTILATORS
2
8
16
24
$5,444
S14 MISCELLANEOUS SECTIONS & DETAILS
2
10
16
24
$5,700
S15 GENERAL NOTES
2
4
8
24
$3,852
PERIMETER WALLS
S1 PLAN & ELEVATION
1
8
12
24
$4,734
S2 WALL SECTION, GATE DETAILS & NOTES
1
8
12
24
$4,734
Subtotal
Task 2.1:
$90,048
2.2 Geotechnical Investigation (By Subconsultant to RBF)
Geotechnical Investigation - Foundation Recommnedations & Design
Parameters
Lump Sum
- Task 2.2:
$22,000
2.3 Landscape Design
LANDSCAPE CONCEPT PLAN
1 - LANDSCAPE CONCEPT PLAN (IN COLOR)
16
21
$3,728
LANDSCAPE DESIGN PLANS
1 L1 PLANTING PLAN
5
8
$1,280
2 L2 PLANTING DETAILS
5
8
$1,280
3 L3 IRRIGATION PLAN
5
8
$1,280
4 L4 IRRIGATION DETAILS
5
9
$1,360
SUBTOTAL
LANDSCAPE DESIGN PLANS:
$5,200
Subtotal
Task 2.3:
$8,928
2.4 Civil Engineering Detailing and Site Design
GENERALPLANS
1 G1 PROJECT TITLE AND VICINITY MAP
1
4
6
$1,008
2 G2 LIST OF DRAWINGS, BENCHMARK, GENERAL NOTES
2
8
8
$1,696
3 G3 MATERIALS LIST
2
8
12
$2,016
SUBTOTAL GENERAL PLANS:
$4,720
CIVIL PLANS
4 C1 DEMOLITION PLAN (Reservoirs No. 1 and 2)
2
20
8
24
24
$8,300
5 C2 FINAL GRADING PLAN
2
6
14
24
$4,428
6 C3 SITE IMPROVEMNTS PLAN
2
6
14
24
$4,428
7 C4 SITE PIPING PLAN
2
6
14
24
$4,428
8 C5 RESERVOIR SECTIONS
1
6
14
24
$4,258
9 C6 RESERVOIR ORIENTATION PLAN
1
6
14
24
$4,258
10 C7 INLET AND OUTLET PIPELINE PLAN
2
6
14
24
$4,428
11 C8 OVERFLOW AND DRAIN LINE PLAN
2
6
14
24
$4,428
12 C9 CIVIL DETAILS No. 1
2
6
14
24
$4,428
13 C10 CIVIL DETAILS No. 2
2
6
14
24
$4,428
14 C11 CIVIL DETAILS No. 3
2
6
14
24
$4,428
15 C12 CIVIL DETAILS No. 4
2
6
14
24
$4,428
SUBTOTAL
CIVIL
PLANS:
$56,668
CITY OF ARCADIA
DESIGN SERVICES FOR
SANTA ANITA RESERVOIRS NO.'S 1 &2 REPLACEMENT (SANTA ANITA RESERVOIR NO. 4)
FEE TABLE
2.5 Electrical Design
Project
Structural Project
Task Sub-
Principal
Manager
Engineer Engineer Designer
Total
No. Task Description
hrs )
(hrs)
(hrs) (hrs hrs
Fee
MECHANICAL PLANS
5
14
$2,302
18
13 M1 VALVE VAULT SECTION AND DETAILS
2
6
18 24
$4,828
14 M2 MISCELLANEOUS DETAILS
2
6
16 24
$4,628
15 M3 MISCELLANEOUS DETAILS
2
6
16 24
$4,628
COMMUNICATION PLAN 1
8
SUBTOTAL MECHANICAL PLANS:
$14,084
$4,074
Subtotal Task 2.4:
$75,472
2.5 Electrical Design
16
E1
LEGEND NOTES AND ABBREVIATIONS 1
4
5
14
$2,302
17
E2
ELECTRICAL SITE PLAN 1
4
5
14
$2,302
18
E3
ELECTRICAL SITE LIGHTING PLAN 1
4
6
14
$2,402
19
E4
RESERVOIR CONNECTION DIAGRAM AND DETAILS 1
4
6
18
$2,722
20
E5
COMMUNICATION PLAN 1
8
16
16
$4,074
Subtotal
Task 2.5:
$13,802
Subtotal Task 2:
$210,250
3 Preparation of Contract Documents
SPECIFICATIONS
Specifications
Subtotal Task 3:
4 Meetings and Coordination
MEETING S AND UTILITY COORDINATION
Permit Coordination
Project Meetings - Assume every 2 -weeks (total 10 meetings)
Project Coordination
Subtotal Task 4:
5 Preparation of Engineer's Estimate
4 40 40 40
2 10
70
4 30
Engineer's Estimate 1 6 20
Subtotal Task 5:
6 Construction Support
1 Pre -Bid Meeting, Questions, and Contract Addenda 16
2 Shop Drawing Review 4 40 50
3 Construction Engineering Support (RFC & RFI) 8 24 24
Subtotal Task 6:
Reprographics & Reimbursibles
TOTAL ESTIMATED HOURS: 88 545 406
$15,200
$15,200
24 $4,020
$8,960
$4,520
$17,500
20 20 $7,238
$7,238
$2,048
120 $24,550
8 $8,472
35,070
Lump Sum: $10,000
498 944 2,481
TOTAL ESTIMATED FEE: $306,850
Optional Task
Computational Fluid Mechanics Model $20,000
Client#: 6255
RBFCONSUI
AC OR . CERTIFICA
-=OF LIABILITY
INSUF 'MCE
10/18/01 D/YY)
PRODUCER
TYPE OF INSURANCE
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Dealey, Renton & Associates
P. O. Box 10550
POLICY EXPIRATION
ONLY
HOLDER.
ALTER
AND CONFERS NO RIGHTS UPON THE CERTIFICATE
THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Santa Ana, CA 92711 -0550
P63050OD409201
11/30/01
11/30/02
714 427 -6810
$1,000,000
FIRE DAMAGE (Any one fire)
INSURERS AFFORDING COVERAGE
INSURED
RBF Consulting
PO Box 57057
Irvine, CA 92619 -7057
• COMMERCIAL GENERAL LIABILITY
INSURER A:
Travelers Indemnity Co. of Illinois'
INSURER B:
National Union Fire Ins Co of Pittsb
INSURER C:
Underwriters at Lloyd's London
INSURER D:
INSURER E:
$5,000
PERSONAL & ADV INJURY
COVERAGES
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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
POLICY EXPIRATION
LIMITS
A
GENERAL LIABILITY
P63050OD409201
11/30/01
11/30/02
EACH OCCURRENCE
$1,000,000
FIRE DAMAGE (Any one fire)
$000,.000
• COMMERCIAL GENERAL LIABILITY
CLAIMS MADE ® OCCUR
INDP. CONTRACTORS
MED EXP (Any one person)
$5,000
PERSONAL & ADV INJURY
$1,000,000
• CONTRACTUAL
INCLUDED.
•
IBFPD, XCU, OCP
GENERAL AGGREGATE
$2,000,000
GEN'L AGGREGATE L IM ITAPPLIES PER:
PRODUCTS - COMP /OPAGG
$2,000,000
POLICY X JECPRO
T X LOC
A
AUTOMOBILE
LIABILITY
ANY AUTO
P81050OD409201
11/30/01
11/30/02
COMBINED SINGLE LIMIT
(Ea accident)
$1,000,000
X
BODILY INJURY
(Per person)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
X
BODILY INJURY
(Per accident)
$
HIRED AUTOS
NON -OWNED AUTOS
X
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
$
AUTO ONLY: AGG
B
EXCESS LIABILITY
BE8715762
11/30/01
11/30/02
EACH OCCURRENCE
$10,000,000
X1 OCCUR FI CLAIMS MADE
AGGREGATE
$10,000,000
$
DEDUCTIBLE
$
RETENTION $
WORKERS COMPENSATION AND
WC STATU- OTH-
EMPLOYERS' LIABILITY
E.L. EACH ACCIDENT
$
E.L. DISEASE - EA EMPLOYEE
$
E.L. DISEASE - POLICY LIMIT
$
C
OTHER Professional
P00433000
11/30/01
11/30/02
$1,000,000 Per Claim
Liability
$2,000,000 Annl Aggr.
$250,000_ Deductible
DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
Re: JN 10- 102489, Santa Anita Reservoir. - City of Arcadia, its directors, officials, officers, employees,
agents and volunteers are Additional Insured as respects to General and Auto Liability. Primary and Non
Contributing coverage applies to GL & AL. Cross Liability applies to GL. (AI /PR /CRS /AI- AU /PR -AU /X)
City of Arcadia
Attn: Pat Malloy, Public Works Svs Director
240 W. Huntington Drive
Arcadia, CA 91066 -6021
SHOULD ANYOF TH E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL fN6iWA=xfp MAIL 30_DAYSWRITTEN
NOTICE TOTHE CERTIFICATE HOLDER NAM ED TOTHE LEFT, 89tSdd)t11RRSQiQy61a3FDCldXX
AUTHORIZED
RtEP�RT�fEE/ SO EN TATIVE
hk 4If%
ACORD 25 -S (7/97)1 of 1 #M68579 I V � o � r v ..-or v v v-k "KMK © ACORD CORPORATION 1988
POLICY NUMBER: P63050OD409201 COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES or
CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
•1111_ :11 C \ 1 Q G MAIM 14 1 WA L0401:01 .- 'GC
SCHEDULE
Name of Person or Organization:
City of Arcadia
Attn: Pat Malloy, Public Works Svs Director
240 W. Huntington Drive
Arcadia, CA 91066 -6021
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the
Schedule, but only with respect to liability arising out of "your work" for that insured by or for you.
Name of Person or Organization Continued: its directors, officials,
officers, employees, agents and volunteers
PRIMARY INSURANCE:
IT IS UNDERSTOOD AND AGREED THAT THIS INSURANCE IS PRIMARY
AND ANY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSURED
SHALL BE EXCESS ONLY AND NOT CONTRIBUTING WITH THIS
INSURANCE.
SEVERABILITY OF INTEREST:
IT IS AGREED THAT EXCEPT WITH RESPECT TO THE LIMIT OF INSURANCE, THIS
COVERAGE SHALL APPLY AS IF EACH ADDITIONAL INSURED WERE THE ONLY INSURED
AND SEPARATELY TO EACH INSURED AGAINST WHOM CLAIM IS MADE OR SUIT IS
BROUGHT.
CG 20 10 11 85
POLICY NUMBER: P81050OD409201
BUSINESS AUTOMOBILE LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
DESIGNATED INSURED ENDORSEMENT (CA 20 48)
Name of Person(s) or Organization(s)
City of Arcadia
Attn: Pat Malloy, Public Works Svs Director
240 W. Huntington Drive
Arcadia, CA 91066 -6021
BUSINESS AUTO COVERAGE
Each person or organization indicated above is an "insured" for Liability Coverage, but only to
the extent that person or organization qualifies as an "insured" under the Who Is An Insured
provision contained in SECTION II of the Coverage Form.
Name of Person or Organization Continued: its directors, officials,
officers, employees, agents and volunteers
PRIMARY INSURANCE:
IT IS UNDERSTOOD AND AGREED THAT THIS INSURANCE IS PRIMARY
AND ANY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSURED
SHALL BE EXCESS ONLY AND NOT CONTRIBUTING WITH THIS
INSURANCE.
CA20 48 07 97
ACORD CERTIFICATE OF LIABILITY INSURANCE OP ID
FCO -1
DATE(MM/)D /YY)
10/17/02
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
INSR
LTR
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
United Captive Ins. Brokers
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
17151 Newhope St., Ste 211
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
Fountain Valley CA 92708
Phone: 714-708-4370 Fax:714- 708 -2300
INSURED
INSURER A: U.S,Fidelity and Guaranty Co.
INSURER B:
EACH OCCURRENCE
INSURERC:
RBF Consulting
14725 Alton Parkway
Irvine CA 92718
INSURER D:
INSURER E:
COMMERCIAL GENERAL LIABILITY
COVERAGES
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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE MM /DO/YY
POLICY EXPIRATION
DATE MM/DDIYY)
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$
FIRE DAMAGE (Any one fire)
$
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE OCCUR
MED EXP (Any one person)
$
PERSONAL & ADV INJURY
$
GENERAL AGGREGATE
$
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP /OP AGG
$
POLICY -1 JEC T PRO- LOC
AUTOMOBILE
LIABILITY
ANY AUTO
COMBINED SINGLE LIMIT
(Ea accident)
$
BODILY INJURY
(Per person)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per accident)
$
HIRED AUTOS
NON -OWNED AUTOS
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
$
AUTO ONLY: AGG
EXCESS LIABILITY
EACH OCCURRENCE
$
OCCUR CLAIMS MADE
AGGREGATE
$
$
DEDUCTIBLE
$
RETENTION $
A
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
D123W000028
07/01/02
07/01/03
X I TORY LIMITS ER
E.L. EACH ACCIDENT
_
$ 1000000
E.L. DISEASE EA EMPLOYE
$ 1000000
E.L. DISEASE POLICY LIMIT
$1000000
....OTHER
_.
_..
__ _.....
DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS
*10 days notice of cancellation for non - payment of premium. Re: JN
10- 102489, Santa Anita Reservoir. Includes Waiver of Subrogation per
attached.
UtK I II"IL;A 1 t MULUtK N I ADDITIONAL INSURED; INSURER LETTER: UANUtLLA I MIN
CITYARC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL GYYMM/MU4FIAAIL *30 DAYS WRITTEN
City of Arcadia NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Attn: Pat Malloy
Public Works Services Director
240 West Huntington Drive
Arcadia CA 91066 -6021 AUTHORIZEDREPRESENTA
Mark Barrie
ACORD 25 -9 171971 (6ACORD CORPORATION 19RA
WORKERS COMPENSATION AND — "'IPLOYERS LIABILITY INSURANCE POi' —Y WC 00 03 13
(Ed. 4 -84)
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
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.)
This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule.
Schedule
City of Acardia
240 West Huntington Drive
Arcadia, CA 91066 -6021
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated.
(The in orriiation below is required only when this endorsement is issued subsequent to preparation of the POliGy.)
Endorsement Effective Policy No. Endorsement No. WOS
Insured D123 W00 Premium
RBF Consulting, Inc.
Insurance Company Countersigned by_
Fidelity & Guaranty Ins. Co.
WC 00 03 13
(Ed. 4-84)
0 1983 National Council on Compensation Insurance.