Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC-2061CITY OF ARCADIA
PROFESSIONAL SERVICES AGREEMENT
1. PARTIES AND DATE.
This Agreement is made and entered into this.-) day of`ita 2004 by
and between the City of Arcadia, a municipal organization organized and r to he laws of the State
of California with its principal place of business at 240 West Huntington Drive, Arcadia,
California 91066 -6021 ( "City ") and AKM Consulting Engineers, a California Corporation with
its principal place of business at 553 Wald, Irvine, CA 92618 ( "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 Engineering 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 Orange Grove Booster
Station 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 the professional Engineering 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, 2006, 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.
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: Zeki Kayiran, P.E., Principal.
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 7eki K_ayiran,
P.E., Principal, 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 I (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 Acceptability 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.
3.2.1.1 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 TWO HUNDRED EIGHTY EIGHT THOUSAND SIX HUNDRED SIXTY
SEVEN DOLLARS AND NO CENTS ($288,667.00) 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.
A
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 detennine 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:
11
Consultant:
City:
AKM Consulting Engineers
553 Wald
Irvine, CA 92618
Attn: Zeki Kayiran, P.E., Principal
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 Propert X. 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
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
alleged 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. This Agreement shall be binding on the
successors and assigns of the Parties.
0
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.
3.5.1.5 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.
ff el
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
Dated:
AKM Consulting Engineers
William R. Kelly, City Manager eki Kayiran, P.E.'-]�rincipal
'
City Clerk
APPROVED AS TO FORM:
Stephen P. Deitsch
City Attorney
�.
CONCUR 1
Depa rhent{'Head Date
EXHIBIT "A"
SCOPE OF SERVICES
Consultant shall provide the following services:
ATTACHED
A -1
;afty of Arcadia - Oesign Services- Orange grove Booster Pump Station
Replacement
General Considerations
The following is a general outline of the scope of work for the design of a new Booster Pump
Station to replace the existing Orange Grove Booster Pump Station. 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 Orange Grove Booster Pump Station site. Materials available include:
A. Site Plan for Orange Grove Plant - Reservoirs and Booster Stations
B. Corps of Engineers Seismic Reliability Study
C. Plans for the Orange Grove Booster Pump Station
The Consultant shall prepare a control survey for the design of the reservoir facility utilizing
surveying software consistent with AutoCAD 2004 design software.
The Consultant shall provide a comprehensive Geotechnical Report for the OGBPS Project to
include as a minimum:
• Seismic design criteria to withstand a Maximum Credible Earthquake event utilizing the
criteria in the Corps of Engineers Seismic Reliability Study;
• Foundation recommendations for the Booster Pump station building,
• Backfill requirements for trenches; and
• Pavement design recommendations for the access road to the site.
Task 2 Design of the Booster Pump Station Project
A. Pre - Design Report
The consultant shall prepare a Pre - Design Report for the Booster Pump Station Replacement
project, which shall include as minimum the following information:
An alternative design analysis for location and configuration of the Booster Pump Station
facility
A Hydraulic analysis of inflow and outflow piping system serving the entire Orange Grove
Plant site. The goal being to optimize the hydraulic efficiency of the proposed Booster Pump
• A conceptual site location for the two (2) new replacement wells and discharge piping
connection to the existing on site piping.
• A conceptual design layout for the future replacement of Reservoir No. 2, to eliminate the
high inlet condition existing at present.
• Preliminary design of an alternate modified BPS suction line from Reservoirs 3, 4, or. 5
adjacent to Reservoir No. 2.
• Preliminary piping schematic for the new BPS.
• Preliminary piping schematic for inflow and outflow pipelines and any modifications to
transmission main connections.
• Listing of preferred manufacturer and equipment for mechanical and electrical components
of the project
• Architectural rendering and conceptual floor plan of the proposed station.
• A conceptual level cost estimate for the project.
A letter -type Pre - Design Report shall be completed and wet stamped by a licensed Civil
Engineer.
B. Staging and Demolition Plan
The consultant shall prepare a staging and demolition plan for the removal and disposal of the
existing Orange Grove Booster Pump Station from the project site upon completion of the new
Orange Grove Booster Pump Station 's construction. Modification to existing inlet and outlet
pipelines to the existing Booster Pump Station shall also be determined to allow continued
uninterrupted operation of the existing Booster Pump Station throughout the course of
demolition and construction of the new Booster Pump Station.
C. Structural Design
This work effort shall involve the structural design of a reinforced concrete block structure and
preparation of structural drawings and details for new Booster Pump Station to replace the
existing Orange Grove Booster Pump Station facility. Specific elements of the design shall
include at a minimum:
• Foundation
• Walls, Interior and Exterior
• Roof
• Roof Access Hatches
• Vaults
Structural design shall be in full compliance with all applicable codes (UBC, ACI) and
requirements including the Building Department of the City of Arcadia. Structural design
calculations certified by a California Licensed Structural Engineer shall be provide (wet
stamped).
D. 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 BPS
• Booster Pump Station piping utilizing epoxy lined and coated steel pipe.
• CMLC interconnecting pipelines from other onsite reservoirs.
A Hydraulic Analysis shall be conducted to design the sizing and configuration of the inlet, outlet
and interconnection piping system for the BPS. The analysis shall assure that proper
equalization of the system with the existing Reservoir No. 2 and other site reservoirs will be
obtainable during all operating modes. The Hydraulic Analysis Report shall be prepared and wet
stamped by a licensed Civil Engineer.
Consideration shall be given to providing inlet, outlet and interconnecting pipelines shall be
provided with "Flextend" type seismic isolation fittings and well as "automatic" seismic isolation
valves. "Precast" inlet and outlet vaults for the future Reservoir No. 2 containing check valves
and isolation valves shall be provided with temporary connection to the existing Reservoir No.2
and to adjacent reservoirs, 3, 4 and 5.
E. Electrical Design
Electrical Service and Transformer
The consultant shall provide for the design and a new electrical service and transformer for the
Booster Pump Station.
Site Lighting System
The Consultant shall provide for on onsite lighting plan to assure safety and security at the BPS
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 pumping system monitoring of the new Booster Pump
Station.
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.
F. Mechanical Design
A ventilation system capable of a minimum of air exchange requirements in compliance with the
Uniform Mechanical Code shall be included in the design of the BPS.
G. 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 Arcadia's Grading Plan requirements and shall include
plan views of existing and proposed construction at the 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 Arcadia.
Site Paving
A Site Paving Plan for the entire Orange Grove Plant site shall be developed as a part of the
plan set for the Orange Grove Booster Pump Station project. Pavement material shall be
asphalt concrete pavement and aggregate base material sufficient to handle heavy truck
loading.
Site Landscaping and Irrigation
Site landscaping and irrigation shall be designed to support southern California native plants
tying the facility to surrounding foothill community with minimal requirements on maintenance
and irrigation.
H. Plan Formats & Submittals
Please note that all Plans shall be prepared utilizing AutoCAD Version 2004 or latest upgraded
version. The Consultant shall prepare a Preliminary (60 %) Plan set, 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
• 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 Technical Advisory Committee (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, Site Piping (Inlet & Outlet) & Profiles, ,
Site Improvements, Sewer, Civil Details
• Mechanical Sheets - BPS Piping, Vault Plans, Valving & Fittings, Ladders, Stairs, Hatches,
Miscellaneous Metal Items, Hardware & Mechanical Details
• Architectural Sheets - Building, Exterior Treatment
• Structural Sheets - General Notes & Details, Foundation , Roof , Roof Reinforcing Layout,
Roof Reinforcing Details, Longitudinal & Transverse Sections, Miscellaneous Sections,
Walls, Miscellaneous Reinforcing, Roof Hatch Openings Sections & Details, Ladder
Details, Miscellaneous Sections & Details
• Electrical - Electrical Symbols Notes & Abbreviations, Electrical Service, Transformer, Single
Line Diagram, Lighting Plan, Motor Control Center, Conduit Schedule, Panel Connection
details, Connection Diagram, Electrical Site Plan
• Landscape and Irrigation Plans
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 2004 or
Updated Version as available along with a set of original mylars for reproduction in 22 "x34" and
11 "x17" formats. The final set of plans and specifications shall be submitted on digital media on
DC ROM in AutoCAD and Microsoft Word file 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 2003
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 (Ad Hoc)
Director of Public Works Services (Ad Hoc)
EPA Representative
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.
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 from 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. Upon the completion of construction the
consultant shall prepare As -Built Drawing Set based on the Contractor's and Inspector's
Redline Sets. The consultant shall also budget his time to attend start up procedures of the
facility.
EXHIBIT "B"
SCHEDULE OF SERVICES
ATTACHED
B -1
W
-J r
D 0
Lil
U)
0
0 0z
a and
0-
F-
X 0
W
5
E
W w
..........
izz �65
F' F- 1�- P 0
:F- 0
tz
0 iz:
0
0
A
A A A
10
F-
0 0
a 0
E
0 0 U) m
0 U) .9 t
E
E E
U) A E 1.
0
m
0
cw) 0 1. >2
lu C,
co, L. M2 0
0
Ea 0
!IL 0
LM A 6
IN 2-.
CL 0
O
O
cl
-v
O
5
E
W w
..........
izz �65
F' F- 1�- P 0
:F- 0
tz
0 iz:
0
0
A
A A A
10
F-
0 0
a 0
E
0 0 U) m
0 U) .9 t
E
E E
U) A E 1.
0
m
0
cw) 0 1. >2
lu C,
co, L. M2 0
0
Ea 0
!IL 0
LM A 6
IN 2-.
CL 0
O
cl
O
EXHIBIT "C"
COMPENSATION
ATTACHED
C -1
EXHIBIT C
FEE SCHEDULE
CITY OF ARCADIA
ORANGE GROVE BOOSTER PUMP STATION REPLACEMENT
December 15, 2003
1.0 Data Collecton and Assessment
A. Kick-off Meeting
B. Obtain Available As-Built Information
C. Conduct Site Survey
D. Provide Geotechnical Services
Subtotal Task 1.0
2.0 Booster Pump Station Design
A. Pre-Design Report
B. Staging and Demolition Plan
C. Structural Design
D. Piping Design
E. Electrical Design
Electrical Service and Transformer
Site Lighting
SCADA System Interface
Site Security System
Power and Control
----------
F. Mechanical Design
G. Site Improvements
Grading Plan
- ---_------ -_
Site Paving
Site Landscaping and Irrigation
H. Submittals
60% Submittal
90% Submittal
100% Submittal
Subtotal Task 2.0
3.0 Preparation of Contract Documents
4.0 Meetings and Coordination
5.0 Preparation of Engineers Estimate
A. 60% Submittal
B. 90% Submittal
-6 100% Submittal
Subtotal Task 5.0
6.0 Construction Support Services
A. Provide Assistance During Bidding
B. Submittals
G.-Respond to RFI/RFC's
D. Assist in Final Inspection and Start-Up Testing
E. Prepare Final Record As-Built Drawings.
Subtotal Task 6.0
TOTAL HOURS
RATE
COST
EXPENSES
TOTAL
4
4
4
4
8
20
8
24
4-
--------
2
---- _4_
4
4
10
12
24
0
4_
44
73
40
40
24
12
20
40
100
40
4
4
12
24
$50
4
16
160
180
$7,600
8
40
60
-4
2
8
16
24
2
2
8_____
16--
2
4
16
24
2
4
8
16
---- - -------
2
j 8
140
120
4
16
240
280
2
4
16
24
2
8
8
2
__2
12
20
40
4
8
8
12
8
4
8
8
12
8
4
8
8
12
8
56
132
748
952
64
8
8
80
0
40
16
40
40
0
20
2
2
12
2
2
12
2
2
12
6
6
36
0
0
4
8
8
20
40
24
8
20
_9
20
4
16
40
44
73
40
40
24
1146
271
968
992
152
X145 1
$145
$115
$66
$50
,0,300 1
$39,295
$111,320
$65,472
$7,600
16
8
16
10
50
212
44
360
112
50
28
46,
30
270
540
46
20
74
40
40
40
1952
136
116
16
16
16
48
12
92
17
40
60
221
2523
$15,013
$20,000
$35,013
$0
$0
$0
$0
$0
$1,820
$920
$17,093
$21,330
$41,163
$17,840
$4,124
$33,180
$10,300
$4,874
$2,556
$4,294
$2,846
$25,470
$48,980
$4,294
$2,028
$6,970,
$3,852
$3,852
$3,852
$179,312
$13,520
$13,720
$1,960
$1,960
$1,960
$5,880
$1,740
$9,860
$2,465
$5,800
$5,540
$35,013 $279,000
$9,667
$288,667
µ
AKM CONSULTING ENGINEERS
Schedule of Hourly Rates
June 2003
Labor Classification
Hourly Rate
1.
Principal
$145.00
2.
Principal Engineer
$145.00
3.
Project Manager
$135.00
4.
Project Engineer
$115.00
5.
Senior Engineer
$105.00
6.
Associate Engineer
$85.00
7.
Assistant Engineer
$72.00
8.
Senior Designer /Senior CADD Technician
$70.00
9.
Designer /CADD Technician
$66.00
10.
Senior Draftsman
$55.00
11.
Draftsman
$52.00
12.
Engineering Aide
$46.00
13.
Data or Word Processing
$50.00
14.
Office Support
$46.00
Out of pocket expenses (blueprinting, reproduction and printing, delivery, etc.) will be invoiced at
cost plus 15 %. Subcontracted services will be marked up 15% in order to cover costs associated
with administration, coordination and management of subcontractors. Mileage will be invoiced at
$0.34 /mile. This schedule of rates is in effect until June 1, 2004, at which time it may be adjusted.
AKM Proposal No. 03 -2486
Im
1"linn4$- 07A'.
n' •nr.i0r u
ACORDTM CERTIFICATE OF LIABILITY INSURANCE
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
04/1910401Yvvr)
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Dealey, Renton & Associates
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
P. O. Box 12675
Oakland, CA 94604.2675
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
LIMITS
A
510 465 -3090
INSURERS AFFORDING COVERAGE
NAIC #
INSURED
AKM Consulting Engineers, Inc.
553 Wald
Irvine, CA 92618
INSURER A: Hartford Casualty Insurance Co.
INSURER B: American Automobile Ins. Co.;�
INSURER C: St. Paul Fire & Marine Ins. Co.
AN N
INSURER D:
INSURER E:
DAMAGE O R
TENTED
$300 ,000
[4K61U =.L1L4=
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
DD'
INSR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE MM /DD/YY
POLICY EXPIRATION
DATE MM DD Y
LIMITS
A
GENERAL LIABILITY
57SBALU8719
09/20/03
09/20/04
EACH OCCURRENCE
$2,000,000
X COMMERCIAL GENERAL LIABILITY
NO Deductible
DAMAGE O R
TENTED
$300 ,000
MED EXP (Any one person)
$10,000
CLAIMS MADE a OCCUR
PERSONAL & ADV INJURY
s2,000,000
X Blanket Contrac
GENERAL AGGREGATE
s4,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP /OP AGG
s4,000,000
X POLICY PRO
JECT X LOC
A
AUTOMOBILE
LIABILITY
ANY AUTO
57SBALU8719
No Deductible
09/20/03
09/20/04
COMBINED SINGLE LIMIT
(Ea accident)
$2,000,000
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
EXCESS /UMBRELLA LIABILITY
EACH OCCURRENCE
$
AGGREGATE
$
OCCUR CLAIMS MADE
$
DEDUCTIBLE
$
RETENTION $
B
WORKERS COMPENSATION AND
WZP80915296
07/01/03
07/01/04
X WC STATU- OTH-
EMPLOYERS' LIABILITY
ANY PROPRIETOR /PARTNER /EXECUTIVE
E.L. EACH ACCIDENT
$1,000,000
E.L. DISEASE - EA EMPLOYEE
$1,000,000
OFFICER /MEMBER EXCLUDED?
If yes, describe under
SPECIAL PROVISIONS below
E.L. DISEASE -POLICY LIMIT
$1,000,000
C
OTHER Professional
QP03801912
09120/03
09/20/04
$1,000,000 per claim
Liability
$2,000,000 annl aggr.
Claims Made
DESCRIPTION OF OPERATIONS -I LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
General Liability policy excludes claims arising out of the performance of professional
services.
Project: Design of Orange Grove Booster Station
(See Attached Descriptions)
City of Arcadia 1
Attn: Denise Weaver
240 West Huntington Drive
Arcadia, CA 91066 -6021
ACORD 25 (2001/08) 1 of 2 #M92443
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENjaR*9)&lJ0WIL _3n DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Bt7 0 )(jA14iQR6tX4TR4l7Sf�J6idi(4Qx)
umt�ta�cotoc�aax�rio. �ca>ncoa�ogxq�x�aotxoracenxotx xanc7a�aax�ax�e�axxx�sc►tx�oxxx x
AUTHORRIIIZn /ED REPRESENTATIVE
© ACORD CORPORATION 1988
DESCRIPTIONS (Continued from Page 1)
BUSINESS LIABILITY, NON -OWNED and HIRED AUTOMOBILE LIABILITY ADDITIONAL
INSURED: The Certificate Holder and any other person named in the written
contract between the Named Insured and the Certificate Holder. The
coverage afforded is pursuant to Section C., Who Is An Insured,
Sub - Section f. Additional Insureds by Contract, Agreement or Permit, of
the Business Liability Coverage Form, Form No. SS 00 08. Primary coverage
and severability of interest per policy form wording.
Waiver of subrogation applies to Workers' Comp.
Professional Liability deductible: $25,000 /claim.
AMS 25.3 (2001108) 2 of 2 #M92443
POLICY NUMBER: 5 7 SBALU8 719
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES ®r
CONTRACTORS (FORM )
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
Ys7:l3i�a
Name of Person or Organization:
City of Arcadia 2
Denise Weaver, Public Works
240 West Huntington Drive
P. O. Box 60021
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.
Schedule Continued: City of Arcadia, 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
04/22/2004 14:40 6263574756 PUBLIC WORKS PACE 01/01
k 11 1, 1 &12-41k 1141,11"r1f
POLICY NUMBER: 57SBALUS719
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
I ORGANIZATION
This endorsement modifies insurance provided under the following:
BUSINESS LIABILITY, NON-OWNED AND HIRED AUTOMOBILE LIABILITY
game of Person or Organization:
rho City of Arcadia, Its Directors, Officials, Officers, Employees, Agents and Designated Volunteers
(if no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
The Certificate Holder and nay other person named
in the written contract between the Named Insured
and the Certificate Holder. The coverage afforded is
pursuant to Section C., Who Is An Insured, Sub-
Section f. Additional Insureds by Contract,
Agreement or Permit, of the Business Liability
Coverage Form, Form No. SS 00 08 (see form
attached). Primary coverage and severability of
interest per policy form wording.
Issued to: AKM Consulting Engineers, Inc.
04/20/2004 11:19 6263574756 PUBLIC WORKS PAGE 03/04
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
This and orsement changes the policy to which it is attached effective on the inception date of the policy unless a different
date is indicated below.
(The fohowfnq'�aftcNng daLGe' nesda bo be complebed only when Die endorsement Is Issued sub6equent bo preparation of the pal".)
This endorsement forms a part of Policy No. WZPB0915296
issued to: AYM Consulting Engineers, Inc.
American Autcmobila Ins- Co.
Premium (if any) T50
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 the person or organization named in the Schedule, (This agreement applies only to the extent that you
perform work under a written contract that requires you to obtain this agreement from us),
You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work
described in the Schedule.
The additional premium for this endorsement shall be 2-6% of the California workers compensation premium otherwise
due on such remuneration.
Schedule
Person or Organization Job Description
City of Arcadia I city of Arcadia, its officials,
Attn: Denise Weaver officers, employees, agents and
240 West Huntington Drive volunteers.
Arcadia, CA 91066-6021
CA0 4 " °C/°,;a
WC 04 03 06 Countersigned by
(Ed, 4-84) Authorized Representa0ve