HomeMy WebLinkAbout10/01/1991, C-8 - ENGINEERING SERVICES ON THE SEISMIC SAFETY CORRECTIONS PROJECT IIIII�IRIIIIVIIIIIIII���IjIIUII� "y r MEETING SATE:
c� o san LuisoBIspo October 1.
fismahm
COUNCIL AGENDA REPORT ITEM NUMBER:
FROM: David F. Romero, Public Works Director
PREPARED BY: David Elliott, Administrative Analyst \
SUBJECT: Engineering Services on the Seismic y Correc-
tions Project
CAO RECOMMENDATIONS:
By motion,
1) Award the Agreement for Engineering Services on the Seismic
Safety Corrections Project ($46, 116) to Howard F. Stup and
Associates
2) Authorize the Mayor to execute the agreement
3) Authorize the City Administrative Officer to execute a
future amendment to the agreement establishing a fee for
construction administration services
DISCUSSION:
Background. A study conducted by H.J. Degenkolb Associates in
fall 1990 found that structural elements in several City build-
ings might not withstand a major earthquake because of possible
deficiencies. In November 1990 a City ad hoc committee recom-
mended that Fire Stations 2 and 3 and the Corporation Yard
operations building be repaired immediately. The committee also
recommended deferring work at City Hall, where the committee
anticipated significant potential disruption. Because a struc-
tural engineer later advised that City Hall work could probably
be done without disruption and independent of the eventual
expansion project, staff recommended that work at City Hall
proceed. Earthquake damage to these four buildings could threat-
en lives and prevent dispatch of emergency workers and equipment.
To correct possible deficiencies, the City Council approved the
seismic safety corrections project in the 1991/93 Financial Plan
(pages E-10 and E-23) .
The project request originally called for contract structural
engineering on the four buildings mentioned. The project en-
gineer selected has advised staff that the Corporation Yard work
is standard and straightforward enough that it does not require
engineering analysis and design.
The project request did not include work at 955 Morro Street or
Fire Station 1. Because 955 Morro Street is an unreinforced
masonry building, work there is deferred until the Unreinforced
Masonry Building (URM) ordinance deadlines are established. Fire
Station 1 is scheduled for replacement within the next three
C- g-1
��i�►il!►1111P�' iill'II city Of san lugs OBISPO
COUNCIL AGENDA REPORT
Engineering Services on the Seismic Safety Corrections Project
page 2
i
j years, and there are no firm plans for future use of the existing
building.
Selection of the Engineer. In winter 1990 the City requested
proposals from structural engineering firms with seismic streng-
thening experience to help the City prepare the URM ordinance and
help property owners comply with SB547 , commonly known as the
Unreinforced Masonry Building Law. After studying the only three
proposals received and interviewing all three firms, the review
committee recommended awarding the URM ordinance contract to
Howard F. Stup and Associates, which appeared to be the best
qualified firm. Tom Baasch, the City' s project manager on this
contract, characterizes the performance of Howard F. Stup and
Associates and its project engineer, John P. Nelson, as respon-
sive, thorough and well-documented. Because the work needed on
the seismic safety corrections project is so similar to work
performed on the URM ordinance, staff recommends also awarding
this new contract to Howard F. Stup and Associates. Tom Baasch
concurs.
Scope of the Engineer' s Work. The Degenkolb study identified
potential structural weaknesses and recommended further study to
determine the extent of these weaknesses and the need for correc-
tive measures. The engineering services agreement calls for the
engineer to perform five specific tasks:
1) Structural analysis to calculate the effect of assumed
earthquake forces and the suitability of various strengthen-
ing methods
2) Field investigation to verify structural conditions and
identify building materials for independent testing
3) Construction documents preparation
4) Bid assistance to prepare any addenda needed to clarify
construction contract documents
5) Construction administration to answer requests for informa-
tion and assist in preparing contract change orders if
necessary
Underlying this scope of work is an important guiding assumption:
the objectives of the seismic safety corrections project are only
1) to protect the lives of building occupants during a major
earthquake and 2) to allow dispatch of emergency response workers
and equipment after a major earthquake. Project objectives do
not include keeping the buildings operable. The alternative
strategy is bringing the structures up to current state codes for
"essential services" facilities -- buildings like new police
stations, fire stations and hospitals. This work is expensive
but helps ensure that buildings will be usable following a major
ilil���� lllllil city o[ San LU J osespo
COUNCIL AGENDA REPORT
Engineering Services on the Seismic Safety Corrections Project
page 3
i
I
earthquake.
In the opinion of the project engineer, the cost of bringing
these three buildings up to essential services codes would
approach replacement cost and be prohibitive. It would make more
sense to plan future buildings to meet the strict essential
services standards. At City Hall, which will remain at its
existing location far into the future, the eventual expansion
area might be designed as an essential services building to
iprotect the extended disaster recovery functions of public works
and utilities departments. The two fire stations will be ap-
proaching the ends of their expected useful lives in the next 10
to 20 years. Within the next 20 years, the fire department might
logically replace Fire Station No. 2 (on North Chorro) with a new
station designed to meet current codes and located to accom-
modate a cooperative firefighting force, including personnel and
equipment from the California Department of Forestry (now housed
j off Highway 1 just north of Highland Drive) and Cal Poly. During
i the same period the department might replace Fire Station No. 3
(on Laurel Lane) with a new station designed to meet current
codes and located to serve the Edna/Islay area as well as the
Johnson/Orcutt/Broad area.
FISCAL IMPACT:
I I
I The cost of structural analysis, field investigation and con-
struction documents preparation is a fixed fee of $43 , 616. Bid
assistance work will be billed at an hourly rate and is estimated
j to cost $2 , 500. The cost of construction administration will be
negotiated after award of the construction contract, when staff
will better understand the extent of construction administration
services needed.
The 1991/93 Financial Plan (page E-10) allocates $45, 000 for
design of the seismic safety corrections project.
CONCURRENCES:
Chief Building Official Tom Baasch and Fire Chief Bob Neumann
have reviewed this agenda report and concur with its recommenda-
tions.
Attach: agreement
budget amendment request
I
C�3 '
AGREEMENT
FOR ENGINEERING SERVICES
ON THE SEISMIC SAFETY CORRECTIONS PROJECT
This agreement is made this day of 1991 by and between the City of San Luis
Obispo ("the City") and Howard F. Stup & Associates ("the Engineer").
SECTION I. RECITALS
The City and the Engineer recognize and acknowledge the following circumstances:
A. Through a study conducted by H.J. Degenkolb Associates in Fall 1990, the City identified possible
structural weaknesses in three city buildings (City Hall, Fire Station No. 2, and Fire Station No. 3)
which might lead to serious damage in a major earthquake.
B. The City needs professional structural engineering ser-6ces to 1) further analyze these possible
weaknesses 2) identify the need for structural corrections and 3) design identified structural
corrections.
C. The Engineer has demonstrated its ability to perform the required services by performing related
work for the City to comply with SB547, commonly known as the Unreinforced Masonry Building
Law.
D. The Engineer has offered to perform the required services according to the terms of this agreement.
SECTION II. GENERAL STIPULATIONS
A. PROJECT STAFF
1. The City's Project Manager. The City's project manager shall be David Elliott, who shall
represent the City for all purposes under this agreement, supenise the progress and
execution of this agreement, and approve all work products submitted by the Engineer.
2. The Engineer's Project Engineer. The Engineer's project engineer shall be John P.
Nelson, who shall represent the Engineer for all purposes under this agreement and shall
supervise the day-to-day project work, work closely with and report to the City's project
manager, make necessary presentations, and stay with the project from start to finish. The
Engineer's project engineer shall not change without the City's prior written approval.
3. Subcontractors. The Engineer shall not subcontract any of the work under this agreement
without the City s prior written approval. If the City approves subcontract work, the
Engineer shall not change subcontractors or retain additional subcontractors without the
City's prior written approval.
B. THE ENGINEER'S DUTIES AND RESPONSIBILITIES
1. Work to be performed. The Engineer shall perform all the work particularly described in
Section III of this agreement.
C-S-�
Agreement for Engineering Services on the Seismic Safety Corrections Project
Page 2
2. Laws to be Observed.
a. The Engineer shall:
(1) procure all permits and licenses, pay all charges and fees, and give all
notices which may be necessary to lawfully perform the work required
under this agreement
(2) keep itself fully informed of all existing and proposed federal, state and
local laws and regulations which may affect its performance under this
agreement
(3) at all times comply with and cause all of its employees and subcontractors
to comply with all applicable laws and regulations
(4) immediately report to the City's project manager in writing any change,
discrepancy or inconsistency it discovers in applicable laws and regulations
which may affect its performance under this agreement, particularly its
preparation of construction documents.
b. The City and the Engineer recognize that seismic safety evaluation and
strengthening techniques are continually evolving and that construction codes and
regulations may change abruptly to incorporate new technology. The City and the
Engineer also recognize the remote possibility that sudden code or regulation
changes might render project designs obsolete or unacceptable before construction
is started. In this extraordinary circumstance if the Engineer can demonstrate that
it could not reasonably anticipate such code or regulation changes, the City will not
hold the Engineer liable for necessary corrections without additional compensation.
3. Quality of Work. The Engineer shall be responsible for the professional quality, technical
accuracy, timely completion, and coordination of all work performed by the Engineer and its
subcontractors under this agreement. The quality and accuracy of all work products shall
reflect the care and skill ordinarily exercised by structural engineers practicing under similar
circumstances in San Luis Obispo, Santa Barbara and Ventura Counties. Without additional
compensation the Engineer shall ensure correction of any errors, omissions or other
deficiencies in its work or its subcontractors' work. The City's approval of work or payment
for work shall not relieve the Engineer of its responsibility for the quality of all work
performed under this agreement. The City's approval of work or payment for work shall
not be construed as a waiver of the City's rights or the Engineer's responsibilities under this
agreement.
4. The Engineer's Liability. The Engineer shall be liable under applicable law for all
damages to the City caused by the negligence, errors, omissions or deficiencies of the
Engineer or its agents, officers, employees or subcontractors. The Engineer shall not be
liable for damages caused by negligence, errors, omissions or deficiencies attributable to the
City. The Engineer shall not be liable for a) the City's use of incomplete work products b)
the City's modifications to work products or c) the City's use of work products for a project
other than the projects contemplated in this agreement. The Engineer shall not be liable
for the performance of either the original building design or the existing building
construction. The Engineer shall not be responsible for delays in the project's progress
caused by circumstances beyond the Engineer's control.
5. Errors, Omissions and Deficiencies. "Errors, omissions, and deficiencies" shall be
defined as instances of failure to meet standards of practice normally observed in
performing similar professional services. Nothing contained in this agreement shall expand
or increase the responsibilities of the Engineer beyond the responsibility imposed by law.
C-Q-S
Agreement for Engineering Services on the Seismic Safety Corrections Project
Page 3
6. Release of Work Products. Any original structural calculations, contract drawings,
contract specifications or other work products received or prepared by the Engineer under
this agreement shall be the property of the City and shall not be released by the Engineer to
any individual or organization without prior written approval of the City's project manager.
7. Copies of Work Products. If the City requests additional copies of structural calculations,
contract drawings, contract specifications or other work products beyond what the Engineer
must furnish in specified quantities as part of its work under this agreement, the Engineer
shall provide the additional copies requested, and the City shall reimburse the Engineer for
its direct costs to prepare the copies.
C. THE CITY'S DUTIES AND RESPONSIBILITIES
1. General Duties and Cooperation. The City shall cooperate with the Engineer to a
reasonable extent in order to help the Engineer complete all the work described in this
agreement.
2. Work to be Performed. The City shall contract for materials testing, apply for all required
reviews and permits, compile and distribute invitations to bid, inspect building construction,
and retain other consultants which might become necessary to complete project work.
D. AUTHORIZATION TO PROCEED
The Engineer may proceed with its work only after execution of this agreement and after receiving
authorization to proceed as described in Section III of this agreement.
E. TIME FOR COMPLETION OF WORK
1. Time Specified. The Engineer shall complete each assigned task within the time speed
in Section III of this agreement.
2. Time Extensions. The Engineer may apply to the City for time extensions needed because
of delays caused by circumstances beyond the Engineer's control. The Cites project
manager must approve any time extensions in writing.
F. TERMINATION
1. Right to Terminate. The City and the Engineer shall each retain the right to unilaterally
terminate this agreement for any reason by notification in writing 14 days before
termination.
2. Compensation after Termination. If this agreement is terminated by the City, the City
shall pay the Engineer an amount equal to the total compensation due for all work
completed less any progress payments. If this agreement is terminated by the Engineer or
because of the Engineer's default, the City shall pay the Engineer only for the portion of the
Engineer's work which benefits the City. If the City and the Engineer cannot agree on the
amount of final compensation after termination, they shall mutually appoint an arbiter, who
shall make a final decision, binding upon both the City and the Engineer.
Agreement for Engineering Services on the Seismic Safety Corrections Project
Page 4
3. Surrender of Work Products upon Termination. Upon termination the Engineer shall
immediately surrender to the City any original structural calculations, contract drawings,
contract specifications or other work products, completed or not, which have been received
or prepared by the Engineer under this agreement. In order to receive these work
products, the City shall have paid the Engineer reasonable compensation for them. Such
work products shall become the City's permanent property. The Engineer shall not be
liable for a) the City's use of incomplete work products b) the City's modifications to work
products or c) the City's use of work products for a project other than the projects
contemplated in this agreement.
G. INSPECTION OF WORK AND MATERIALS
The Engineer shall furnish the City with every reasonable opportunity for the City to determine that
the Engineer is performing its services according to the requirements and intentions of this
agreement. All work performed and all materials furnished shall be subject to inspection and
approval of the City's project manager. Inspection and approval of work performed and materials
furnished shall not relieve the Engineer of any obligations under this agreement.
H. OWNERSHIP OF MATERIALS
All original contract drawings, contract specifications or other work products received or prepared by
the Engineer under this agreement shall become the City's permanent property and shall be
delivered to the City on demand, provided the City has paid the stipulated fee for completion of the
work products.
I. INDEPENDENT JUDGMENT
Failure of the City to agree in judgment with the Engineer's independent findings, conclusions, or
recommendations as required under this agreement shall not be construed as a failure of the
Engineer to perform the work required.
J. ASSIGNMENT
The Engineer shall not assign this agreement to another party without the City's prior written
consent. The Engineer shall not assign work under this agreement to subcontractors other than
those listed in paragraph A of this section without the City's prior written consent.
K. NOTICES
All official notices required under this agreement shall be given in writing and submitted by certified
mail, postage prepaid and addressed as follows:
To the Citv: David Elliott
City of San Luis Obispo
955 Morro Street
San Luis Obispo, CA 93401
To the Engineer: John P. Nelson
Howard F. Stup & Associates
601 Daily Drive, Suite 205
Camarillo, CA 93101
C-9
Agreement for Engineering Services on the Seismic Safety Corrections Project
Page 5
L INDEMNITY
The Engineer shall defend, indemnify, protect and hold harmless the City and its agents, officers and
employees from and against any and all claims asserted or liability established for damages or
injuries to any person or property, including injury to the Engineer's employees, agents, or offices
which arise from or are connected with or are caused or claimed to be caused by the negligent acts
or omissions of the Engineer and its agents, officer, or employees in performing•the work under this
agreement, and all expenses of investigating and defending against such claims or liability. The
Engineer's duty to indemnify and hold harmless shall not include any claims or liability arising from
the established sole negligence or willful misconduct of the City and its agents, officers and
employees.
M. INSURANCE
The Engineer shall procure and maintain for the duration of this agreement insurance which meets
the requirements of Attachment B to this agreement. As evidence of this insurance, the Engineer
shall provide the City with a certificate of insurance and an endorsement naming the City as
"additional insured".
N. ENFORCEMENT COSTS AND ATTORNEY'S FEES
The prevailing party in any action between the parties to this.agreement brought to enforce the
terms of this agreement may recover from the other party its reasonable costs and attorney's fees
spent in connection with such an action.
O. ENTIRETY AND INTEGRITY OF AGREEMENT
This document represents the entire and integrated agreement between the City and the Engineer
and supersedes all prior negotiations, representations, or agreements, either written or oral,
regarding work under this agreement. This document may be amended only by written instrument,
executed by both the City and the Engineer. All provisions of this agreement are expressly made
conditions. This agreement shall be governed by the laws of the State of California.
SECTION III. SCOPE OF THE ENGINEER'S WORK
A. GENERAL SCOPE OF WORK
The Engineer shall perform structural engineering work to correct possible structural weaknesses at
City Hall, Fire Station No. 2 and Fire Station No. 3. This work shall focus on specific building
elements and shall include specific tasks which are described elsewhere in this section. The ultimate
objectives of the seismic safety corrections project shall be 1) to protect the lives of building
occupants during a major earthquake and 2) to allow dispatch of emergency response workers and
equipment after a major earthquake.
B. TASK DESCRIPTIONS
1. Structural Analysis
a. Work from record documents to complete a quantitative structural analysis for
lateral seismic loading
b. Analyze and design strengthening methods
C. Prepare structural calculations
d. Submit a report to summarize findings and recommendations
C-��8
Agreement for Engineering Services on the Seismic Safety Corrections Project
Page 6
2. Field Investigation
a. Examine the existing connections of the horizontal trusses and cementitious roof
panels at City Hall
b. Determine the need for out-of-plane bracing at the top of non-bearing masonry
walls at City Hall
C. Perform destructive tests on the cementitious roof panel material at City Hall
d. Complete construct ability reviews for proposed strengthening work at Fire Station
No. 2 and Fire Station No. 3
C. Submit a report to summarize findings and recommendations
3. Construction Documents Preparation
a. Prepare construction drawings on 24" X 36" mylar sheets furnished by the City
b. Prepare construction specifications in the long-form CSI three-part format
C. Submit original drawings and specifications
4. Bid Assistance
a. Attend the pre-bid walk-through and meeting
b. Prepare addenda necessary to clarify contract documents
S. Construction Administration
a. Attend the pre-construction meeting
b. Attend weekly job-site meetings
C. Conduct weekly job-site observations
d. Submit weekly job-site observation reports
C. Provide written responses to requests for information
f. Assist in contract change order preparation
g. Review submittals required from the construction contractor
h. Complete record documents by transferring as-built information to the original
construction drawings
C. CITY HALL WORK
1. Affected Building Elements
a. Eight basement-level columns supporting a first floor masonry wall
b. Horizontal bracing at the lower chord of the roof trusses
C. Cementitious roof panel connections
d. Unbraced non-bearing masonry interior partitions
2. Compensation
a. Structural Analysis: $4,160
b. Feld Investigation: $2,664
C. Construction Documents Preparation: $20,116
d. Bid Assistance: For bid assistance work the City shall pay the Engineer at the
hourly rates and charges listed in the fee schedule of Attachment A to this
agreement.
e. Construction Administration: The compensation for construction administration
work shall be negotiated at a later date.
D. FIRE STATION NO. 2 WORK
1. Affected Building Elements
a. Apparatus room door opening
b. Out-of-plane anchorage for masonry walls at the roof and mezzanine floor
Agreement for Engineering Services on the Seismic Safety Corrections Project
Page 7
2. Compensation
a. Structural Analysis: $2,476
b. Feld Investigation: $1,170
C. Construction Documents Preparation: $4,692
d. Bid Assistance: For bid assistance work the City shall pay the Engineer at the
hourly rates and charges listed in the fee schedule of Appendix A to this agreement.
e. Construction Administration: The compensation for construction administration
work shall be negotiated at a later date.
E. FIRE STATION NO. 3 WORK
1. Affected Building Elements
a. Open bays of-the apparatus room
b. Out-of-plane anchorage for masonry walls at the wood-framed floor
2. Compensation
a. Structural Analysis: $2,476
b. Field Investigation: $1,170
C. Construction Documents Preparation: $4,692
d. Bid Assistance: For bid assistance work the City shall pay the Engineer at the
hourly rates and charges fisted in the fee schedule of Appendix A to this agreement.
e. Construction Administration: The compensation for construction administration
work shall be negotiated at a later date.
F. PROGRESS PAYMENTS
Once each month the Engineer may submit a progress payment request for work completed. Before
a progress payment request for fixed fee work may be submitted, the City's project manager and the
Engineer's project engineer shall agree on the percentage of work completed and the fee earned.
Within 14 days of receiving a progress payment request the City shall issue payment for the fee
earned.
G. TIME FOR COMPLETION
1. Structural Analysis: 45 calendar days after the Engineer receives written authorization to
proceed from the City's project manager
2. Field Investigation: 14 calendar days after the structural analysis is completed and the
Engineer receives oral authorization to proceed from the City's project manager
3. Construction Documents Preparation: 60 calendar days after the field investigation is
completed and the Engineer receives oral authorization to proceed from the City's project
manager
4. Bid Assistance: to run concurrent with advertising and awarding the construction contract
5. Construction Administration: to run concurrent with the construction contract term
C' ?10
Agreement for-Engineering Services.on the Seismic Safety Corrections Project
Page 8
This agreement is executed by the following authorized representatives:
FOR THE ENGINEER:
date
FOR THE CITY:
Mayor
date
Attested:
City Clerk
Approved:
/;. l ✓ ?�
ATTACHMENT A
FEE SCHEDULE
A. HFSSA EMPLOYEES
STRUCTURAL ENGLNBER SERVICES HOURLY RATE
Principal /Structural Engineer . . . . . . $120
Registered Structural Engineer . . . . . . 93
Project Professional . . . . . . . . . . . . . . . 75
Structural Designer . . . . . . . . . . . . . . . . . . 68
Structural Draftsperson . . . . . . . . . . . . . . . . 58
Structural Technician . . . . . . . . . . . . . . . 55
Word Processor/Technical Assistant . . . . . . . . . . . 38
Fees for expert witness testimony will be billed at the rate
of $1 , 200. per day ($600 . per half-day) . Preparation for
testimony will be billed at the rates given above.
All hourly rates are subject to a seven percent (7$) rate
increase effective January 1 of each year.
All hourly rates shall be multiplied by a 1. 5 factor for all
hours other than the standard work day of 7 : 00 a .m. to
6 :00 p.m. , Monday through Friday, and for time in excess of
eight hours per day.
B . OTHER CHP.RGES
Subcontracted Services incl . Professionals Cost plus 15%
Outside Reproduction . . . . . . . . . . . . . Cost plus 15%
Outside Laboratory . . . . . . . . . . . . . . Cost plus 15%
Out-of-Pocket Expenses . . . . . . . . . . . . Cost plus 15%
Travel and Subsistence . . . . . . . . Cost plus 15%
Extraordinary Shipping S Hailing . Cost plus 15%
Additional Insurance Coverage
(above the existing coverage) . . . . . . Cost plus 15%
Special Travel
(overnight , plane, auto rental , etc . ) Cost plus 15%
Automobile Mileage (outside 50-mile radius ) $0. 35/mile
Hylar for In-House Originals .. . . . . . . . . S2. 75/sq. ft .
C. COMPUTER EQUIPMENT/SOFTWARE CHARGES
Finita Element/SAP 90 . . . . . . . . . . . 025/hour
Stress . . . . . . . . . . . . . . . . . . . . . . $30/hour
CAD . . . . . . . . . . . . . . . . . . . . . . . $20/hour
C-� /�
ATTACHMENT B
INSURANCE REQUIREMENTS
The Engineer shall 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 work by the Engineer,its agents,
representatives,and employees.
Minimum Scope of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office commercial general liability coverage (occurrence form CG 0001)
2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering automobile liability,code 1 (any auto).
3. Workers'compensation insurance as required by the State of California and employer's liability insurance.
4. Errors and omissions liability insurance as appropriate to the Engineer's profession.
Minimum Limits of Insurance
The Engineer 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 or other form with a general aggregate limit is used,either the general aggregate limit shall apply
separately to this project 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.
3. Employer's liability. $1,000,000 per accident for bodily injury or disease.
4. Errors and omissions liability: £250,000 per occurrence.
Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City,either a)the
insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers,officials,employees
and volunteers, or b)the Engineer shall procure a bond guaranteeing payment of losses and related investigations,claim
administration and defense expenses.
Other Insurance Provisions
The general liability and automobile liability policies are to contain,or be endorsed to contain,the following provisions:
1. The City, its officers,officials,employees,agents and volunteers are to be covered as insureds as respects a) liability
arising out of activities performed by or on behalf of the Engineer b)products and completed operations of the
Engineer c) premises owned,occupied or used by the Engineer or d) automobiles owned, leased,hired or borrowed
by the Engineer. The coverage shall contain no special limitations on the scope of protection afforded to the City,its
officers, officials,employees,agents and volunteers.
2. For any claims related to this project,the Engineer's insurance coverage shall be primary insurance as respects the
City, its officers, officials,employees,agents and volunteers. Any insurance or self-insurance maintained by the City,
its officers,officials, employees,agents or volunteers shall be excess of the Engineer's insurance and shall not
contribute with it.
3. 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 officers,officials,employees, agents and volunteers.
4. The Engineer's insurance shall apply separately to each insured against whom claim is made or suit is brought,
except with respect to the limits of the insurer's liability.
5. Each insurance policy required by this attachment shall be endorsed to state that coverage shall not be suspended,
voided,cancelled by either parry,or reduced in coverage or in limits except after 30 days'prior written notice by
certified mail,return receipt requested, has been given to the City.
Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII.
Verification of Coverage
The Engineer shall furnish the City with original endorsements effecting coverage required by this attachment. The
endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to
be received and approved by the City before work starts.
C- F=I3