Loading...
HomeMy WebLinkAboutLawrence & Associates 2014-06-18 i _ _ _ _ � C �-�� Ct/c�. 13 r�i ���r� I AGREEMENTFOR PROFESSIONAL CONSULTING SERVICES This Agreement, made and entered into this 1 j day of 7i��� C , 2014 (°Effective I Date"), by and between CITY OF UKIAH, CALIFORNIA, hereinafter referred to as "City" and Lawrence & Associates, a corporation, organized and in good standing under the laws of the state of California, hereinafter referred to as "ConsultanY'. RECITALS This Agreement is predicated on the following facts: a. City requires consulting services related to annual sampling of the gas-extraction system at the City of Ukiah Landfill. b. Consultant represents that it has the qualifications, skills, experience and properly licensed to provide these services, and is willing to provide them according to the terms of this Agreement. c. City and Consultant agree upon the Scope-of-Work and Work Schedule attached hereto as Attachment "A", describing contract provisions for the project and setting forth the completion dates for the various services to be provided pursuant to this Agreement. TERMS OF AGREEMENT I 1.0 DESCRIPTION OF PROJECT I 1.1 The Project is described in detail in the attached Scope-of-Work (Attachment "A"). 2.0 SCOPE OF SERVICES 2.1 As set forth in Attachment "A". 2.2. Additional Services. Additional services, if any, shall only proceed upon written agreement between City and Consultant. The written Agreement shall be in the form of an Amendment to this Agreement. 3.0 CONDUCT OF WORK � 3.1 Time of Completion. Consultant shall commence performance of services as required by the Scope-of-Work upon receipt of a Notice to Proceed from City and shall complete such services within 60 days from receipt of the Notice to Proceed. Consultant shall , complete the work to the City's reasonable satisfaction, even if contract disputes arise or I Consultant contends it is entitled to further compensation. 4.0 COMPENSATION FOR SERVICES 4.1 Basis for Compensation. For the performance of the professional services of this Agreement, Consultant shall be compensated on a time and expense basis not to exceed a guaranteed maximum dollar amount of $4,827. Labor charges shall be based upon hourly billing rates for the various classifications of personnel employed by Consultant to perform the Scope of Work as set forth in the attached Attachment B, , ,�� i•��n,��s�e,«m���-rm,�mi,�:_u����,. '. ��,�ci� i oF� I . . _ ._ _ — _ -_ . _ I I I I I i which shall include all indirect costs and expenses of every kind or nature, except direct expenses. The direct expenses and the fees to be charged for same shall be as set forth in Attachment B. Consultant shall complete the Scope of Work for the not-to- exceed guaranteed maximum, even if actual time and expenses exceed that amount. 4.2 Chanpes. Should changes in compensation be required because of changes to the Scope-of-Work of this Agreement, the parties shall agree in writing to any changes in compensation. "Changes to the Scope-of-Work" means different activities than those described in Attachment "A" and not additional time to complete those activities than the parties anticipated on the date they entered this Agreement. 4.3 Sub-contractor Pavment. The use of sub-consultants or other services to perform a � portion of the work of this Agreement shall be approved by City prior to commencement of work. The cost of sub-consultants shall be included within guaranteed not-to-exceed , amount set forth in Section 4.1. ! 4.4 Terms of Pavment. Payment to Consultant for services rendered in accordance with this I contract shall be based upon submission of monthly invoices for the work satisfactorily performed prior to the date of the invoice less any amount already paid to Consultant, which amounts shall be due and payable thirty (30) days after receipt by City. The invoices shall provide a description of each item of work performed, the time expended to perform each task, the fees charged for that task, and the direct expenses incurred and billed for. Invoices shall be accompanied by documentation sufficient to enable City to determine progress made and to support the expenses claimed. 5.0 ASSURANCES OF CONSULTANT 5.1 Independent Contractor. Consultant is an independent contractor and is solely responsible for its acts or omissions. Consultant (including its agents, servants, and employees) is not the City's agent, employee, or representative for any purpose. It is the express intention of the parties hereto that Consultant is an independent contractor and not an employee, joint venturer, or partner of City for any purpose whatsoever. City shall have no right to, and shall not control the manner or prescribe the method of accomplishing those services contracted to and performed by Consultant under this Agreement, and the general public and all governmental agencies regulating such activity shall be so informed. Those provisions of this Agreement that reserve ultimate authority in City have been inserted solely to achieve compliance with federal and state laws, rules, regulations, and interpretations thereof. No such provisions and no other provisions of this Agreement j shall be interpreted or construed as creating or establishing the relationship of employer and employee between Consultant and City. Consultant shall pay all estimated and actual federal and state income and self- employment taxes that are due the state and federal govemment and shall fumish and pay worker's compensation insurance, unemployment insurance and any other benefits required by law for himself and his employees, if any. Consultant agrees to indemnify and hold City and its officers, agents and employees harmless from and against any ; claims or demands by federal, state or local government agencies for any such taxes or � benefits due but not paid by Consultant, including the legal costs associated with defending against any audit, claim, demand or law suit. Sd� ProlS�cznbra�nenbNO.'emMr20.?Wtl PA4[?OF) — —— _ _ _ i i � � . Consultant warrants and represents that it is a properly licensed professional or professional organization with a substantial investment in its business and that it maintains its own offices and staff which it will use in performing under this Agreement. 5.2 Conflict of Interest. Consultant understands that its professional responsibility is solely � to City. Consultant has no interest and will not acquire any direct or indirect interest that would conflict with its performance of the Agreement. Consultant shall not in the erformance of this A reement em lo a erson havin such an interest. If the Cit P 9 P Y P 9 Y Manager determines that the Consultant has a disclosure obligation under the City's local conflict of interest code, the Consultant shall file the required disclosure form with the City Clerk within 10 days of being notified of the City Manager's determination. 6.0 INDEMNIFICATION II 6.1 Insurance Liabilitv. Without limiting ConsultanYs obligations arising under Paragraph 6.2 Consultant shall not begin work under this Agreement until it procures and maintains for the full period of time allowed by law, surviving the termination of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with its performance under this Agreement. A. Minimum Scope of Insurance Coverage shall be at least as broad as: I 1. Insurance Services Office ("ISO) Commercial General Liability Coverage Form No. CG 20 10 10 01 and Commercial General Liability Coverage — Completed Operations Form No. CG 20 37 10 01. 2. ISO Form No. CA 0001 (Ed. 1/87) covering Automobile Liability, Code 1 "any auto" or Code 8, 9 if no owned autos and endorsement CA 0025. 3. Worker's Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. 4. Errors and Omissions liability insurance appropriate to the consultanYs profession. Architects' and engineers' coverage is to be endorsed to include contrectual liability. I B. Minimum Limits of Insurance Consultant shall maintain limits no less than: 1. General Liabilitv: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage including operations, ' products and completed operations. If Commercial General Liability Insurance or other form with a general aggregate limit is used, the general aggregate limit shall apply separately to the work performed under this Agreement, or the aggregate limit shall be twice the prescribed per occurrence limit. 2. Automobile Liabilitv: $1,000,000 combined single limit per accident for bodily injury and property damage. ' sm-no�s���sns«<m���-!vo.���r.���o.:oos I'AGE 3 Oi"/ I I — __ . _ __—._ _ _" _— . __ — i I I _ 'I 3. Worker's Compensation and Emplovers Liabilitv: Worker's compensation limits as required by the Labor Code of the State of California and Employers Liability limits of$1,000,000 per accident. 4. Errors and Omissions liabilitv: $1,000,000 per occurrence. 'I , C. 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 the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects to the City, its officers, officials, employees and volunteers; or the Consultant shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liabilitv and Automobile Liabilitv Coveraqes a. The City, it officers, officials, employees and volunteers are to be covered as additional insureds as respects; liability arising out of activities performed by or on behalf of the Consultant, products and completed operations of the Consultant, premises owned, occupied or used by the Consultant, or automobiles owned, hired or borrowed by the Consultant for the full period of time allowed by law, surviving the termination of this Agreement. The coverage shall contain no special limitations on the scope-of-protection i afforded to the City, its officers, officials, employees or volunteers. b. The ConsultanYs insurance coverage shall be primary insurance as respects to the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be in excess of the ConsultanYs insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its officers, officials, employees or volunteers. d. The ConsultanYs 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. 2. Worker's Compensation and Emplovers Liabilitv Coveraqe The insurer shall agree to waive all rights of subrogation against the City, , its officers, officials, employees and volunteers for losses arising from ConsultanYs performance of the work, pursuant to this Agreement. �m-nors.::ne«<m<��-w,<��r«_o.zoos . PAGF.GOF"/ I _ ._ - .- _ _ _ _ . . _ _ __ __ � i I I 3. Professional Liabilitv Coveraqe If written on a claims-made basis the retroactivit date shall be the , Y effective date of this Agreement. , 4. All Coveraqes Each Insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. E. Acceotabilitv of Insurers I Insurance is to be placed with admitted California insurers with an A.M. BesYs rating of no less than A- for financial strength, AA for long-term credit rating and AMB-1 for short-term credit rating. � F. Verification of Coveraqe Consultant shall furnish the City with Certificates of Insurance and with original Endorsements effecting coverage required by this Agreement. The Certificates and Endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The Certificates and Endorsements are to be on forms provided or approved by the City. Where by � statute, the City's Workers' Compensation - related forms cannot be used, I equivalent forms approved by the Insurance Commissioner are to be substituted. All Certificates and Endorsements are to be received and approved by the City before Consultant begins the work of this AgreemenL The City reserves the right I to require complete, certified copies of all required insurance policies, at any time. If Consultant fails to provide the coverages required herein, the City shall have the right, but not the obligation, to purchase any or all of them. In that event, the cost of insurance becomes part of the compensation due the contractor after notice to Consultant that City has paid the premium. ,I G. Subcontractors Consultant shall indude all subcontractors or sub-consultants as insured under j its policies or shall furnish separate certificates and endorsements for each sub- � contractor or sub-consultant. All coverage for sub-contractors or sub-consultants shall be subject to all insurance requirements set forth in this Paragraph 6.1. 6.2 Indemnification. Notwithstanding the foregoing insurance requirements, and in addition thereto, Consultant agrees, for the full period of time allowed by law, surviving the termination of this Agreement, to indemnify the City for any claim, cost or liability that arises out of, or pertains to, or relates to any negligent act or omission or the willful misconduct of Consultant in the performance of services under this contract by Consultant, but this indemnity does not apply to liability for damages for death or bodily I injury to persons, injury to property, or other loss, arising from the sole negligence, willful misconduct or defects in design by the City, or arising from the active negligence of the li City. s�e-nors.�:ns.r<m��i.�o.-emn�,_o.+tae �, PAGEiOFJ J � I � i � i � I I � � � I � � _ I I � "Indemnify," as used herein includes the expenses of defending against a claim and the payment of any settlement or judgment arising out of the claim. Defense costs include all costs associated with defending the claim, including, but not limited to, the fees of attorneys, investigators, consultants, experts and expert witnesses, and litigation expenses. Refererices in this paragraph to City or Consultant, include their officers, employees, agents, and subcontractors. i 7.0 CONTRACT PROVISIONS 7.1 Ownership of Work. All documents furnished to Consultant by City and all documents or reports and supportive data prepared by Consultant under this Agreement are owned and become the property of the City upon their creation and shall be given to City immediately upon demand and at the completion of ConsultanYs services at no additional cost to City. Deliverables are identified in the Scope-of-Work, Attachment "A". All documents produced by Consultant shall be furnished to City in digital format and hardcopy. Consultant shall produce the digital format, using software and media approved by City. 7.2 Governinq Law. Consultant shall comply with the laws and regulations of the United States, the State of California, and all local governments having jurisdiction over this Agreement. The interpretation and enforcement of this Agreement shall be governed by California law and any action arising under or in connection with this Agreement must be filed in a Court of competent jurisdiction in Mendocino County. 7.3 Entire Aqreement. This Agreement plus its Attachment(s) and executed Amendments set forth the entire understanding between the parties. 7.4 Severabilitv. If any term of this Agreement is held invalid by a court of competent jurisdiction, the remainder of this Agreement shall remain in effect. 7.5 Modification. No modification of this Agreement is valid unless made with the agreement of both parties in writing. 7.6 Assiqnment. Consultant's services are considered unique and personal. Consultant shall not assign, transfer, or sub-contract its interest or obligation under all or any portion of this Agreement without City's prior written consent. 7.7 Waiver. No waiver of a breach of any covenant, term, or condition of this Agreement shall be a waiver of any other or subsequent breach of the same or any other covenant, term or condition or a waiver of the covenant, term or condition itself. 7.8 Termination. This Agreement may only be terminated by either party: 1) for breach of ' the Agreement; 2) because funds are no longer available to pay Consultant for services provided under this Agreement; or 3) City has abandoned and does not wish to complete the project for which Consultant was retained. A party shall notify the other party of any alleged breach of the Agreement and of the action required to cure the breach. If the breaching party fails to cure the breach within the time specified in the notice, the contract shall be terminated as of that time. If terminated for lack of funds or abandonment of the project, the contract shall terminate on the date notice of termination is given to Consultant. City shall pay the Consultant only for services I performed and expenses incurred as of the effective termination date. In such event, as ya-vml5vcsns.cemem.Vmcmncr]u.2uoe PAGE b OF i I . . ._ _ _ _ ._ a condition to payment, Consultant shall provide to City all finished or unfinished i documents, data, studies, surveys, drawings, maps, models, photographs and reports prepared by the Consultant under this Agreement. Consultant shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder, subject to off-set for any direct or consequential damages City may incur as a result of ConsultanYs breach of contract. 7.9 Duplicate Oriqinals. This Agreement may be executed in duplicate originals, each bearing the original signature of the parties. When so signed, each such document shall be admissible in administrative or judicial proceedings as proof of the terms of the I Agreement between the parties. 8.0 NOTICES Any notice given under this Agreement shall be in writing and deemed given when personally delivered or deposited in the mail (certified or registered) addressed to the I parties as follows: i CITY OF UKIAH LAWRENCE & ASSOCIATES DEPT. OF PUBLIC WORKS 3590 IRON COURT � 300 SEMINARY AVENUE SHASTA LAKE, CA 96019 UKIAH, CALIFORNIA 95482-5400 9.0 SIGNATURES IN WITNESS WHEREOF, the parties have executed this Agreement the Effective Date: CONSULTANT BY: '��c �+-La_ �y?�rL�-�c �tiU�. . /� �c �< � BONNIE LAMPLEY � D te I 94-2661102 IRS IDN Number CITY OF UKIAH BY: � � l�- I /JANE CHAMBERS Date CITY MANAGER ATTEST r l � � � � ��' � )��� «��� C �� �- �� � /iy KRISTINE LAWLER, CITY CLERK Date I s�e-r.o�s.��snE«�����m-va��em�zo.zooa PAGF)OF� ', i � � ' I �i 1 � , - - - � • . City of Ukiale June 12, 1014 i Proposal jor 2074 Annua!Emissions Samp/ing Page 1 of 3 Introduction As requested by Mr. Rick Seanor of the City of Ukiah, this proposal describes the scope of work and associated wsts for conducting the annual emissions sampling of the perimeter gas- extractio� system at the City of Ukiah Landfill (Landfill). � In 1997, a perimeter gas-extraction system was installed at the Landfill to control the migration of landfill gases away from the Landfill. The system consists of vertical extraction wells (between the landfill and the property line) connected to a header pipe. Landfill gas that has migrated outside of the Landfill is collected by the wells, and then conveyed in the header pipe to the stack. I The collected gas is discharged without treatment, because a screening-level health-risk assessment, conducted when the system was staRed, showed a less than ]0-in-one-million excess cancer risk (the 10-in-one-million limit was established by Mendocino County Air Quality Management District [MCAQMD]). Monitoring since start up has shown similar results each year. The system is operating under a "Permit to Operate" issued by the MCAQMD. Condition XN.B.2. requires annual testing of stack gas for methane and the"specified air contaminants" of the California Health and Safety Code, §41805.5, and reporting of the results to the MCAQMD 30 days before each permit renewal date (August 30 of each year). This condition requires sampling and analysis by EPA TO-14 methodology. TO-14 analysis, however, is not appropriate for inethane and some of the specified air contaminants. The appropriate analytical methods are described in the Scope of Work, below. Special Condition XIV.B3. states that if a health-risk assessment conducted by the MCAQMD shows a greater than 10-in-one-million excess cancer risk at the nearest receptor, the MCAQMD may require treatment of the effluent. A health-risk assessment conducted now or in the future would be based on the annual sampling conducted for Special Condition XIV.B.2. Scope of Work This scope ofwork addresses Special Condition XIV.B.2 (the annual emissions sampling) in the Permit to Operate. For all analyses, the system effluent will be sampled via a tee fitting attached to the sampling port on the stack, inside the blower building. All samples will be collected in duplicate. Formaldehyde samples will be collected using vacuum pumps constructed of stainless steel, Teflon, Viton rubber, and borosilicate glass, and designed for gas monitoring. Samples for I P03748.00 Task l3 Lawrenee&Associales I City nf Ukiah Jiuee l2, 2014 I Proposu!jor 2014 An�iva!Emissions Sanepling pqge z of3 I i I formaldehyde will be drawn through DNPH-coated silica-gel cartridges at about 1 liter/minute ' for 6-8 hours. A field blank will be analyzed for formaldehyde. The field blank will consist of a cartridge that remains in its culture tube next to the pumps during the duration of sampling. Hydrogen sulfide samples will be collected in tedlar bags, and volatile organic compounds and fixed gases will be collected in 6-liter SUMMA canisters cleaned at the laboratory. Before sampling, the canisters can hold a vacuum of up to -28 inches of inercury. The high vacuum allows sample(s) to be drawn into a canister, without the use of a pump, when the stainless-steel bellows valve on the canister is opened. All samples will be shipped overnight to Air Toxics, Ltd., Folsom, California. Air Toxics is a Califomia certified environmental laboratory. � Fixed (natural) gases and total nonmethane hydrocarbons (nonmethane organic compounds, NMOC) will be analyzed by ASTM Method D-1945. The specified air contaminants of the Cu(ifornia Health and Safety Code, Part 4, Chapter 3, Article 2, Section 41805.5(i)(6) will be analyzed by EPA Method TO-ll (for fonnaldehyde), EPA Method TO-14 (for halogenated hydrocarbons), and ASTM D-5504 (for hydrogen sulfide). Results wil] be presented in a written report containing field notes, laboratory sheets, tabulated summaries of the data, and a discussion of results. The results also will be used to evaluate compliance with Special Condition XIV.B.I, the emission limit for NMOC of 220 pounds/day. The work does not include a health-risk assessment. If results from the proposed sampling are similar to previous results (for which a health-risk assessment was conducted), presumably the excess cancer risk of 10-in-one million would not be exceeded. The City does not need to conduct a health-risk assessment unless specifically requested to by the MCAQMD. I I P03748.00 Tusk 13 Lawrence&Associales i . . - - � Ciry oj(7kiah Juire 71, 2074 Propnsa!jor 10I4 Annua!Emissions Sampling Page 3 of 3 � � Cost Estimate The estimated cost of work is not to exceed �4,827. This includes laboratory analysis. A � detailed cost estimate is shown below. ANNUAL GAS-EXTRACTION SYSTEM SAMPLING-2014 Item Qty Unit $Nnit Subtotal LABOR Principal geologist, review report 0.5 Hr $145.00 $72.50 Field geologist, prepare report 6 Hr $95.00 $570.00 , Technician, 24 Hr $80.00 $1,920.00 order sampling supplies, prepare to sample, collect, package, and ship samples (requires 6-S hr for formaldehyde) AutoCAD operator, prepare figures 1 Hr $75.00 $75.00 Clerical, edit and reproduce report 1 Hr $60.00 $60.00 Subtota[ 52,697.50 EXPENSES Report materials 3 Ea $20.00 $60.00 Equipment rental (pumps, manometer) 1 LS $100.00 $100.00 Laboratory (Air Toxics, Ltd.) Mod. TO-14 (vol. organics) 2 Ea $144.00 $288.00 Mod. TO-1] (formaldehyde) 3 Ea $115.00 $345.00 Mod. ASTM D-1945 (natural gas) 2 Ea $172.50 $345.00 Mod. ASTM D-5504 (HzS) 2 Ea $ll5.00 $230.00 Tedlarbags (1 liter) 2 Ea $34.50 $69.00 ' Formaldehyde cartridges 3 Ea $29.00 $87.00 6-liter SUMA canister 2 Ea $34.50 $69.00 Shipping (samples and reports) 1 LS $150.00 $150.00 PerDiem 1 Dy $120.00 �120.00 Mileage 380 Mi $0.70 $266.00 i Subtotal �2,129.00 I LABOR $2,697.50 I EXPENSES $2,129.00 TOTAL � IP03748.00 Task 13 Lawrence&As:+ociutes i � - . I � '� ��� I i ���, iz i �: � � i ��� .� �, � �� i , ii � ENGINEERS 8 GEOLOGISTS SCHEDULE OF FEES Professional Services Engineering GeologisdHydrogeologist Principal ..................................................................................................... $145/hour Senior.......................................................................................................... $120/hour � Associate................._.................................................................................. $105/hour � Staff............................................................................................................. $95/hour Assistant...................................................................................................... $90/hour Fngineer Principal Engineer....................................................... ................................ $150/hour Senior Registered Civil ............................................................................... $125/hour AssociateCivil............................................................................................ $I15/hour AssistantCivil..........._....................................................._......................... $95/hour Gngineering Technician..........................................................................._.. $80/hour ProjectManager......................................................................... $]20/hour AutoCAD Operator(Level I) ........................................................................... $75/hour AutoCAD Operator(Level 11) ................_._................................................... $65/hour FieldTechnician ........................................................................ $80/hour Laborer.................................................................................... $60/hour Surveyor........................................................................................................... $75/hour Tank Fund Administrator................................................................................. $60/hour Clerical ............................................................................................................. $60/hour WordProcessor................................................................................................ $60/hour Depositiou and Court Appearances Minimum charge .............................................................................................. $1200 part or full day DepositionRate ............................................................................................... $180/hr Prepara[ion at consulting-service ra[es.............................................._............. as lis[ed above Drilling Services (CD1E-55 drilling rig) 7-5/S and 9-SiR-inch OD augers w�ith operator and helper............................._ (See drilling Mobilization..................................................................................................... schedule of fees) Other In-Hause Equipment 1'est pumps(submersible,through 5 HP)......................................................... quoted/job . Campbell 21 X data loggers w/transducers(water and gas)............................. quoted/job � Conductivity, oxygen, temperature and dissolved oxygen probes.............._.... quoted/job Me�eorological station(wind direction and velocity)....................................... quoted/job Gas-extraction and air-monironng pumps........................................................ quo[ed/job Mileage ..............................._.......................................................................... $OJO ' Mileage(drillingrig)........................................................................................ �1.00 � Pcr diem(per person/day; may vary dep. upon location)................................. $120+/day I Level D protection(per person/day)................................................................. $30/day Level C protection(per person/day)................................................................. $50/day I Survey equipment(per day) ............................................................................. �50/day GPS SurveY�Per day)....................................................................................... 5150/day Expenses, Matcrials, Outside Services . (All direct-job related expenses: reproduction,rental equipment, �I materials, subcontracted labor and equipmenQ ............................................._. at cost+ 15% i 3590 Iron Court • Shasta Lake,California 96019 • (530)275-4800 • fax(530)275-7W0 • wwwJwmccom I — _ J i I I I I l i I Client#: 1718 LAWREASS01 ACORD�. CEhTIFICATE OF LIABILITY INSURa4NCE °"'E,MM,°°""", I' I � vzo�zo�a � aeo�ucea THIS CERTIFlCATE IS ISSUED AS A MATTER OF INFORMATION I Dealey, Renton&AssoCiates ONLV AND CONFERS NO RIGHTS UPON THE CERTIFICATE ; P. O. 6oc 12675 HOLDER.THIS CERTIfICA7E DOES NOT AMEND,EXTEND OR � ALTER THE COVERAGE AFFORDED BV THE POLICIES BELOW. Oaklantl,CA 94604-2675 510 465-3090 INSl1RERS AFFORDING COVERAGE NAIC k iNSUaeo imsuaeA n� Hudson Specially Ins.Co. 37079 Lawrence&Associates wsuaea e: Travelers Property Casualty Co 25674 '� 3590 Iron Court I wsuaen c: Shasta Lake,CA 96019 insuaea o�. I insuaER E� �'� COVERAGES 1 FE FGLDES OF INSURANCE�iSTED BELOVr'hAVE BEEY ISSIJE�i 0 THE INSURED NAA1ED ABOVE FOR THE POLICY PERIO�INDICATEO.NDTWITMSTAN�ING 4VV RLOU'.REMENT,TEH'J OR CONDiTIDN OF Arvv CGNiFACT OR OTHER DOCIIMF.M K'iTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUE�OR I MqV nFHTnIN THE INSl1RANGE AFFOROE�BY iHE PO'JCIES�ESCRIBED HEREiN IS SUBJECT TO ALL THE TERMS.EXCLUSIONS AND CONDITIONS OF SUCH PO�ICI[S AGGREGATE LIMITS SHOWN MAY FAVE BEEN REGUCED BY PAIO C�N415. ' POIICYEFFECTIVE FOLICVE%PIRATION LfN N R TyPEOFINSUFANCE POLICYNIIMBER D/TE MM�� OATE MM1VOD LIMRS q �EHEqaivaewrv E564205121401 02101I74 02f01(15 =ncnoceuHaeHCe s2000000 X URMPGt i0 RENTEO coumeacin�aer+eR;.:urai�"rv ea i 550 000 ev.iMSM.+oE �occuH MEOExaia�y��,evr,so-�� s5000 % BI/PD Ded:10000 veasonni s aov iwuav s2 000 000 GENEHALAGGREGFTE SP OOO,OOO GENIPGGREGATELIMiiNPPULSPEH� PROpOCTS�COM?IOPAGG SYOOOOOO PXO- X PO�ICY 1 I.OL B nurornoai�eunaiurr BA3977X570 02/Ot/14 02/01I15 COIABMEOSINGLEUMIi X ��NYnllTO 1Eae«menq S1,OOO.00D Au OW VED wJi05 BOOILY INJURY (Pe�p¢rsm) 5 I SGHE�ULED AJT0. I X HI4EU FUi05 pOpll Y INJURY I X NON�ONMEOAlli05 IPe�s[ctlBnl� S aaOPFFiYDAMPGE 5 (Per am0¢n:l GARAGELIA&LITV /WTOO�V-EFACCIDENT 5 FV1'PUTC' pl"MEHTHhN EAACC $ AUTDOV�P. pGG 5 E%CESS:UMBRELLALIABILRY CACHOGCUHRLNCE S OCCUH �GIAIMSNhOE AGGREGATE S 5 DED�CT��BLE 5 RFTFNTbN $ 5 WGST�TU- OTH- WORKE0.5 COMPENSATION pNO EMGLOYERS LIABIIJTV E...EACHACCIOENT S AvY GHOPftIETOR��NRTmEN�E%ECUTNE OfFlCER/MEMBERE%CLII�ED? E.�..D6EASE-EAEMPLOYEE 5 uyes aescnoeo�ae� 5'ECIP:PRO'JISiONS o&o�e E�.DISEASE�POIIGY LIMII 5 q omea professional ES64205721401 021071i4 02/Ot115 $2,000,OOOperclaim Liability $2,000,000 annl aggr. OESCRIPTION OF OPEF/110N5�LDCAi10N5�VEHIQES/E%C W SIONS A�DED BT ENDOqSEMENi/SPECIPL PROVISIONS �. Ge�eral liability excludes claims out of the performance of professionai services All Operations of the Named Insured The City of Ukiah, its officers,officials,employees and volunteers are named as additional insureds as respects geaerel liabiliry for claims arising from the operations of the nametlinsured. 'I CERTIFICATE HOLDER CANCELLATION SHOIILD 4NV OF THE FBOVE DESCNIBEO GOLICIES BE CANCELLED BEFOFE THE E%P�0.l�ilON CityofUkiah DATEiHEREOF.TXEIS5l11NGIN5UREFWILLENOEAVORTOM.AIL �Q_ DAVSWRITTEN Dept. of Public Warks NDTICE i0 THE LERTIFlCATE HOL�ER NPMEO TO iHE tEFT,BIIT FNL'JRE TO DO 50 SHALL .�SOO SCl111�18(Y AVE. IMPOSE NO OBLIGATION OR LIPBI�RY OF NNV HIND UPON THE INSURER,ITS NGENTS OR I I Ukiah,CA 95482•0000 REaaESeNrarrvES. PIITMOR12E0 REPRESENTRiIVE ' ACORD 25(2001I08)� of 1 BS863513IM663515 MXG a �+CORD CORPORA710N 1988 �I I _ , , � �I � I i POLICY NUMBER: BA3977X570 COMMERCIAL AUTO '� CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED ' This endorsemeM modifies insurance provided under the(ollowing: � BUSINESS AUTO COVERAGE FORM GARAGECOVERAGEFORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverege Form apply unless modified by this endorsement. I This endorsement identifies person(s)or organization(s)who are "insureds" under the Who Is An In sured Provision of the Coverage Form. This endorsement does not alter coverege provided in the Coverage Form. This endorsement changes the policy effective on the inception dale of the policy unless anoiher date is indicated below. Endorsement effective '�� ovc�i�a , Named Insured Countersigned by n/ '// i_ �� � //il^*-����c.r Lsw:ence 8 l�csocietes �I (Authorized Representative) SCHEDULE I Name of Person�s)or Organization(s): ��, The G[y o`Ukiah,its officers,oRCials,employees an0 volunteers Qf no entry appears above, information required to complete [his endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organizalion shown in the Schedule 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 o(the Coverage Form. I i I I CA 20 48 02 99 Copyright, Insurance Services Office, Inc.: 1998 Page 1 of 1 III I li --_. _. -. _ J HUDSON SPECIALTY INSURANCE COMPANY I (A New York Domiciled Corporarion) I ECO-PAK Additional Insured Owners, Lessees or Contractors Automatic Assignment Endorsement In consideradon of the pcemium paid,it is hereby undcrstood and agreed that thc following shall ! apply to: PolicyNumbec �t�"'0`�'!'�'� I Effective Datr. � This endorsement modifies inwrance provided under the applicable Policy covetage patt(s) SCH F.DUI.E ��. Name of Person or Organizarion: An}'person(x) or ocganizadon(s) whom the NAMED IVSCRED agrees, in a written contract,co name as an addirional insurcd, shall be deemed an INSURED. However,this scatus e�sts only foc the project specified in that conttac[ but onl}'�V�th respect to [ha[persods or organizanon's vicacious liabiliry arising ouc of ongoing operations perEoimed for[hat addi¢onal insuled. This endorsemrnt does not apply to the Envizonmental Professional Liability covezage part. A!I othrrpoGcy tenne�and condiuons shall remain the same. I, � J�.� . I i A T ORIZEll RESENTATIVE '' i ESB-COM-llb&279 Page 7 of 1 I I — _ _ _ _ — —. . _ _ . ._ — � � ,I I � I i � - - ,aco°� CERTIFICATE OF LIABILITY INSURANCE DATE�MMIpD/YYYY� �i� 6/11/2014 THIS CERTIFICA7E IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGH7S UPON THE CERTIFICATE HOLDER. THIS li CER7IFICA7E DOES NO7 AFFIRMA7IVELY OR NEGATIVELY AMEND, EX7END OR ALTER THE COVERAGE AFFORDED BY THE POLICIES �� BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETVJEEN 7HE ISSUING INSURER(S), AUTHOR�ZED � REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If lhe certiticate holder is an ADDITIONAL INSURED, the policy(ies)musl be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the '�. certificate holder in lieu of such endorsement(s. P0.0DUCER ����A�� HEdCYlEL Dickereon NAME: S F I Insurance Services v�o�E (530)244-7446 F'ix . �sao�z�z-oios 1524 Market Street E#IAIL INSURER 5 AFFOR�ING GOVERAGE NAIC p i Redding CA 96001 INSURERA:StdCE Com eneation Ine. Fund 5076 ' INSURED INSURER B: Lawrence & Aseociates ZIIC INSIINERC: 3590 Iron Ct INSURERD: INSURER E' Shasta Lake Cit CA 96019 INSURERF: COVERAGES CERTIFICATE NUMBER:2014-15 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLIQES OF INSURANCE LISTE�BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR TME POLICV PERIOC INDICATED. NOTWITHSTqNDING ANV REQUIREMENT, TERM OR CONDITION OF ANV CONTRACT OR OTHER �OCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAV PERTAIN. THE INSURANCE AFFORDED BV THE POLIGES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, E%CLUSIONS AND CONDITIONS OF SUCH POLIGES.LIMITS SHOWN MAV HAVE BEEN REDUCED BY PAID CLAIMS. MSR rypEOFINSURPNCE AODL BR pOLICYNUMBER MMID�DNVYY MMIOD�IYYYY LIMITS LTR GENERAL LIA9ILITY EAGH OCCURRENCE S OAMAGETO N ED ' COMMERCIALGENERALLIABILITV PREMISES Ea urte 5 CLAIMS�MADE ❑OGCOR MED EXP(An me person 5 PERSONAL 8 ADV INJIIRY 5 GENERA�AGGREGATE 5 GEN'L AGGREGATE LIMIT aPPUES vER. PRODUCTS-COMPIOP AGG 5 POLICV PRO- LOC 5 AUTOMOBILE LIABIIJtt COMBINED SINGLE LIMR Ea acciEenl ANY AUTO BODILYINJUftY�Pttperson) 5 ALLONMED SCHEOULED BODIIYINJURV�PeramlCenl) 3 AUTOS AUTOS NON-OWNED PROPERTYDAMAGE a HIREDAUTOS qUT05 P raccitlenl S UmaRELLALINB OCCUR EACHOCCURRErvCE 5 EXLE55 LIAB �LAIMS-MAOE AGGREGATE 5 ❑ED RETENTION$ 5 � j� WONKER$COMPENSATION X WC STRTU- OTM- , AND EMPLOVERS'LIABILT' ANYPROPRIETOWPARTNEWEXECUTNE� N�p E.LEACHACCIOENT 5 1�000 OOO �� oFFicEamieMaEa excwoEO? 968162-19 /1/]014 /1/2015 (MantlatoryinNH� ELDISEASE-EAEMPLOYE 5 1 OOO 000 II yes EeuribeunCer DESCRIPTIONOFOPERATIONS�elow ELOISEASE-POLICVLIMIT $ 1 OOO 000 OESCRIPTION OF OPERATIONS I LOCATION51 VENICLES �AtlacM1 ACOPD 101,Ftltlitlonal RemarNS ScM1atlule,II more zpace Is reyulretl) WAIVER OF SUBROGATION APPLIES TO POLICY # 1968162-14 CERTIFICATE HOLDER CANCELLATION �I SHOULD ANV OF THE ABOVE DESCRIBED POLICIES BE CANCELLEO BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICV PROVISIONS. CITY OF UKIAH i 300 SEMINARY AVE. UKIP.H� CA 9 54 82-540 0 FUTHORI2EDREPRESENTATrvE Joe Gibeon/HLD `�' - ���--4'-- -- I ACORD 25(2010/OS) OO 1988-2010 ACORD CORPORATION. All rights reserved. � INS025¢oionsl.oi The ACORD name and logo are registered marks of ACORD ' 1 I I I I I ENDORSEMENT AGREEMENT WAIVER OF SUBROGATION � 1968162-13 RENEWAL NF HOME OFFICE 0-79—BS-40 I SAN Ff7ANC15C0 PAGE 3 �F 8 I ALLEFFEC7IVE �ATESARE ar iz oi nnn PACIFIC EFFECTIVE JULY 1, 2013 AT 12, 01 A.M. STANDqRD TIME OR rHE AND EXPIRING JULY 1 , 2014 AT 12 , 01 A.M. TIME INDICaTED A7 PACIFIC STANDARD TIME I DAVID A LAWRENCE INC I 3590 IRON CT i SHASTA LAKE, CA 96019 ' I I ANYTHING IN THIS POLICY TO THE CONTRARY NOTWITHSTANDING, TT IS AGREED THAT THE STATE CONPENSATION INSURANCE FUND I WAIVES ANY RIGHT OF SUBROGATION AGAINST, �; CITY [1KIAH I WHICH MTGHT ARISE BY REASON OF ANY PAYMENT UNDER THIS � POLICY IN CONNECTION WITH WORK PERFORMED BY, I ! DAVTD A LAWRENCE IRC � I IT IS FQRTHER AGREED THAT THE INSURED SHALL MAINTAIN , PAYROLL RECORDS ACCURATELY SEGREGATING THE REMUNERATION I OF EMPLOYEES WHILE ENGAGED IN WORK FOR THE ABOVE �� iEMPLOYER. ' IT IS FURTHER AGREED THAT PREMIUM ON THE EARNINCS OF 5[1CH I EMPLOYEES SHALL BE INCREASED BY 03%. i I ' I I � NOTHING IN THIS ENDORSEMENT CONTAINED SHqLL BE HELD 70 VARY, ALTER, WAIVE OP EXTEND ANV OF THE TERMS, COND1710NS, AGREEMENTS, OR LIMI7A7�ONS OF THIS POLICY OTHEP THAN AS STATED. NOTHING ELSEWHERE IN 7HIS POLICY SHALL BE i HELD TO VARY, ALTER, WA7VE OR LIMIT THE TFRMS, CONDITlOMS, AGREEMENTS OR , LIMITATIONS OF THIS ENDORSEMEN7. I � COUNTERSIGNED AND ISSUED AT SAN FRANCISCO� JUNE 2� � ZO13 ZS7O ,���/�� `�. �� � ' AUTNORIZED REPRESENTA WE PRESIDENT AND CEO SCIF FORN I041) 16EV.1-2012j OLD OP 21) II— _ _ _ — — — _ — _— —. — ._ _— _ — _ —_—_ —_ . — i � I � � ,, I i !� � � i I � � � � � , ; � � i � � � �,