Loading...
HomeMy WebLinkAbout4.04 Preliminary Design Services for Modification of Civic Center.: CITY CLERK File # 0���-�� AGENDA STATEMENT CITY COUNCIL MEETING DATE: May 20, 1997 SUBJECT: EXHIBITS ATTACHED: RECOMMENDATION: FINANCIAL STATEMENT: Preliminary Design Services for Modification of Civic Center (Prepared by Greg Reuel, Economic Development Manager) � {� Exhibit 1: Agenda Statement for March 18, 1997 City Council meeting Exhibit 2: Consultant Agreement with George Miers & Associates Authorize the Mayor to execute agreement with George Miers & Associates Consultant fee will be $22,200. Sufficient funding is included in this year's budget. DESCRIPTION: Staff was authorized to solicit design proposals for the modification of the Civic Center on March 18, 1997 (Exhibit 1). Invitations were made to five different architectural firms with two companies responding with formal proposals. Both firms that submitted proposals, George Miers &Associates and Famous Designs Architects Incorporated, have excellent references in space planning and are fully capable of assisting the City with their professional design services. City department heads evaluated both of the firms' proposals and determined that the proposal provided by George Miers &Associates best met the needs of the City. The proposed contract cost is $22,200. It is recommended that the City Council authorize the Mayor to execute an agreement with George Miers & Associates for preliminary design services related to the modification of the Civic Center. ------------------------------------------------------------------- COPIES TO: G:\CC-MTG S\97-QTR2\MAY-97\5-20-97\MIERS-AG. DOC ITEM NO. ��' \,;11 Y lJLCr'\1'\ Fit e # D~[QJ[Q]-(3J[QJ . AGENDA STATEMENT CITY COUNCIL MEETING DATE: March 18,1997 SUBJECT: Civic Center Modification Design Services Report Prepared by Greg Reuel,~ Economic Development Manager 5e.. EXHIBITS A TT ACHED: A) Request for Qualification and Cost Proposal RECOMME1\TDATION: ~ Authorize Staff to issue Request for Qualification for design services relating to space planning modification at the Civic Center. FIN_4...~CL4.L STATEMENT: It is estimated that design services for the modifications at the Civic Center will be approximately $25,000. .. DESCRIPTION: The Dublin Civic Center was completed in 1989 \vith a total space of 52,000 square feet. Housed within the Civic Center are the Departments of Administrative Services, City Manager/City Council, Parks & Community Services, Community Development, Public WorksfEngineering, and Police Services. Currently, these Departments and public meeting space occupy 47,422 sq. ft. at the Civic Center, leaving approximately 4,500 sq. ft. vacant. Although the building was originally programmed and sized for growth of City Staff capable of serving a City v-.':ith a population of 40,000 in the Year 2005, as a cost saving measure expansion. areas were constructed without interior improvements. A new progrt'lmming study needs to be completed to evaluate 1997 space needs and to provide space planning of existing and vacant areas of the Civic Center that will accommodate these needs. New City personnel have created a shortage of current improved work space and with the growth of Eastern Dublin, the Civic Center expansion space is going to be needed to house staff that will be added in order to service the City's expansion. e: The selected architect will perform services that are outlined in the Request for Qualifications. It is anticipated that an architect for this project can be selected in May under the following time schedule: ------------------------------------------------------------------- COPIES TO: ITEM NO. 8..2 EXHIBIT 1 I g1cc-mtgs/97-1qtr/rnar-97/3-18-97/318space TIME SCHEDuLE FOR ARCHITECTURAL SELECTION 1. Take agenda item to City Council March 18, 1997 . 2. Mail out RFQ to select list of Architecture Firms March 20, 1997 3. Conduct site inspection April 3, 1997 4. Due Date for RFQ April 1 0, 1997 5. Interviews April 17, 1997 6. Recommendation to City Council May 6, 1997 7. Negotiation of Contract May 8, 1997 Funds were appropriated in the 1996 CIP in the amount of $25,000 for the hiring of an architect to conduct a space planning assessment and develop preliminary designs and costs to modify the Civic Center. Upon completion of this study, Staff will be prepared to present a cost estimate for the tenant improvement construction needed to modify the Civic Center. A s~para~e design contract would b: requested at a l.ater ~ate to pre~~e working drawings and bid. specIficatIOns for the proposed tenant lIDprovernent modIficatIOn to the CIVIC Center. . '., ,., -- .. /' ) 0'... . e::.. e:: j REQUEST FOR QUAUFICATIONS City of Dublin Civic Center Project J. INTRODUCTION The City of Dublin is requesting a statement of qualifications and cost proposal from professional architects for the programming and space planning drawings to facilitate for growth at the Civic Center. 11. BACKGROUND The Dublin Civic Center was completed in 1989 with a total space of 52,000 square feet. Housed within the Civic Center are the Departments of Administrative Services, City Manager/City Council, Parks & Community Services, Community Development, Public Works/Engineering, and Police Services. Currently, these Departments and public meeting space occupy 47,422 sq. ft. at the Civic Center, leaving approximately 4,500 sq. ft. vacant. The building was originally programmed and sized for growth of City Staff capable of serving a City with a population of 40,000 in the Year 2005. A new programming study needs to be completed to evaluate 1997 space needs and to provide space planning of existing and vacant areas of the Civic Center that will accommodate the City's needs into the future. Ill. SCOPE OF WORK FOR CIVIC CENTER PROJECT . Review of City of Dublin Civic Center programming document. Meeting(s) with Staff (six departments) to review prior programming of Civic Center space and to assess current space requirements of each City Department. Develop Master Space Planning document that outlines best use of Civic Center space for growth anticipated through the year 2005. This will include schematic design only with tenant improvement drawings ll.Q1 being part of this contract. Development of a cost estimate and project phasing plan to provide the City with practical affordable options for completing the tenant improvements all at once or over a period of time. Development of a time schedule of completing above tasks. Assess parking needs for Civic Center and present design for accommodating future personnel growth at the Civic Center through the year 2005. At the conclusion of the project, develop final report and presentation to the City Council. . . . . . . 3P{ /r1 ~eJ:PA srAJcrnc/.-T EXHIBIT A IV. SUBMITTAL REQUIREMENTS Firms wishing to be considered for this project shall submit, as a minimum, the following: .' A. Technical Proposal Consultant shall submit to the City ten (10) copies of a report containing the following: · A statement of relevant experience, both of the firm and personnel to be assigned to the project. · Specific projects the firm and assigned personnel have worked on within the past three years, with contact names and phone numbers of clients. · A list of subconsultants, if any, and their expertise relevant to this project. · A description of the methodology to be used in completing the tasks as outlined in the Scope of Services. · A schedule of delivering professional services. B. Cost Proposal Under a separate envelope marked "CIVIC CENTER PROJECr, please submit a cost proposal which will remain sealed until a consultant is selected. The attached format (City of Dublin Civic Center Expansion Project Design Services Cost Proposal) should be used for the Cost Proposal. .. Copies of proposals shall be submitted by 3:00 p.m., Thursday, April 1 0, 1997 Addressed To: .~ Firms needing additional information are asked to call: Greg Reuel, Economic Development Manager Phone: (510) 833-6650 Fax: (510) 833-6651 As this is a sealed response, NO FAXES WILL BE ACCEPTED. . if . .:,- .:-. V.' PROCEDURES AND EVALUATION OF PROPOSALS A. Evaluation Criteria 1. .s.mIT: Do the qualifications of key personnel to be assigned to the project coincide with project's requirements? Do assigned personnel have requisite education, experience, and professional qualifications? 2. Familiarity with locality: Does the firm have familiarity with the City to successfully complete projects? How close are the firm's permanent offices to Dublin? Have they completed previous projects in the City? 3. Specific Management Approach: How will the firm apply its management techniques and resources to complete this project in a timely manner and within a stipulated budget? 4. Experience: Has the consultant demonstrated the ability to successfully provide services for projects of a similar complexity and nature as described herein? 5. Organization: Are the qualifications of the firm's personnel suitable for the project and does the firm's organizational structure show sufficient depth for its present workload? 6. Reputation: Are the firm's references from past clients and associates favorable, and does the firm show financial and operational stability? 7. Services Offered: Does the firm offer the breadth and quality of services required for the project? 8. Timina: What schedule is the architect committed to follow in order to complete the project in a timely manner? B. Procedures 1. A site inspection meeting will be held for all interested parties on Thursday, April 3, 1997 at 2:00 p.m. at the Dublin Civic Center. 2. Submittals are due to the City by Thursday, Apri/10, 1997 as outlined in the Request for Qualification. 3. -The submittals will be reviewed by City Staff. At completion of the review process, consultants will be ranked and the most qualified will be chosen from a "Short List." 4. Firms on the "Short List" mayor may not be asked to formally present their proposal in Dublin and respond to interviewer questions. This determination will be made by Staff following their review of the submittals. If interviews are held, they will be done on Thursday, April 17, 1997 between 9:00 a.m. -12:00 p.m. at the Civic Center. 5. Staff will analyze proposals and make recommendations of the most qualified firm to the City Council on Tuesday, May 6, 1997. 6. The City will negotiate an agreement with approved design firm on May 8, 1997. 7. The City of Dublin reserves the right to reject any and all proposals. f/greg/rfp/cz-rfp CITY OF DUBLIN CIVIC CENTER EXPANSION PROJECT DESIGN SERVICES COST PROPOSAL . PHASE ESTIMATED HOURS COST Programming Master Space Plan Cost Estimate Final Report & Presentation to Council Estimated Reimbursable TOTAL COST $ Hourly Rates of Those to be Assigned to This Project Personnel Hourly Rate I I I . . t STANDARD CONTRACTUAL SERVICES AGREEMENT THIS AGREEMENT is made at Dublin, California, as of, May 20, 1997 by and between the CITY OF DUBLIN, a municipal corporation ("CITY"), and GEORGE MIERS & ASSOCIATES, ("CONTRACTOR"), . who a!:rree as follows: e: ~ 1. SERVICES. Subject to the terms and conditions set forth in this Agreement, CONTRACTOR shall provide to CITY the services described in Exhibit A. CONTRACTOR shall provide said services at the time, place and in the manner specified in Exhibit A. 2. PAYMENT. CITY shall pay CONTRACTOR for services rendered pursuant to this Agreement at the time and in the manner set forth in Exhibit B. The payments specified in Exhibit B shall be the only payments to be made to CONTRACTOR for services rendered pursuant to this Agreement. CONTRACTOR shall submit all billings for said services to CITY in the manner specified in Exhibit B; or, if no manner be specified in Exhibit B, then according to the usual and customary procedures and practices which CONTRACTOR uses for billing clients similar to CITY. 3. FACILITIES AND EQUIPMENT. Except as set f011h in Exhibit C, CONTRACTOR shall, at its sole cost and expense, furnish all facilities and equipment which may be required for furnishing services pursuant to this Agreement. CITY shall furnish to CONTRACTOR only the facilities and equipment listed in Exhibit C according to the terms and conditions set forth in Exhibit C. 4. GENERAL PROVISIONS. The general provisions set forth in Exhibit D are part of this Agreement. In the event of any inconsistency between said general provisions and any other terms or conditions of this Agreement, the other term or condition shall control insofar as it is inconsistent with the .,.general provisions. . 5. EXHIBITS. All exhibits referred to herein are attached hereto and are by this reference incorporated herein. 6. CONTRACT ADMINISTRATION. TillS Agreement shall be administered by Richard C. Ambrose C'ADMINISTRA TORti). All correspondence shall be directed to or through the ADMINISTRATOR or his or her designee. 7. NOTICES. Any written notice to CONTRACTOR shall be sent to: Mr. George Miers George Miers & Associates 369 15th Street Oakland CA 94612 Any written notice to CITY shall be sent to: City of Dublin Attn: Greg Reuel P. O. Box 2340 Dublin. CA 94568 Executed as of the day first above stated: Attest: CITY OF DUBLIN a municipal corporation e: City Clerk By EXHIBIT 2 By Approved as to form: City Attorney EXHIBIT A SCOPE OF SERVICES RE.QUEST FOR QUAUFICATIONS . City of Dublin Civic Center Project I. INTRODUCTION The City of Dublin is requesting a statement of qualifications and cost proposal from professional architects for the programming and space planning drawings to facilitate for growth at the Civic Center. 11. BACKGROUND III. . . . --- ~ . . . . 1 The Dublin Civic Center was completed in 1989 with a total space of 52,000 square feet. Housed within the Civic Center are the Departments of Administrative Services, City Manager/City Council, Parks & Community Services, Community Development, Public Works/Engineering, and Police Services. Currently, these Departments and public meeting. space occupy 47,422 sq. ft. at the Civic Center, leaving approximately 4,500 sq. ft. vacant. The building was originally programmed and sized for growth of City Staff capable of serving a City with a population of 40,000 in the Year 2005. A new programming study needs to be completed to evaluate 1997 space needs and to provide space planning of existing and vacant areas of the Civic Center that will accommodate the City's needs into the future. SCOPE OF WORK FOR CIVIC CENTER PROJECT Review of City of Dublin Civic Center programming document. Meeting(s) with Staff (six departments) to review prior programming of Civic Center space and to assess current space requirements of each City Department. Develop Master Space Planning document that outlines best use of Civic Center space for growth anticipated through the year 2005. This will include schematic design only with tenant improvement drawings D..Q1 being part of this contract. Development of a cost estimate and project phasing plan to provide the City with practical affordable options for completing the tenant improvements all at once or over a period of time. Development of a time schedule of completing above tasks. Assess parking needs for Civic Center and present design for accommodating future personnel growth at the Civic Center through the year 2005. At the conclusion of the project, develop final report and presentation to the City Council. . EXHIBIT B .,: PAYMENT SCHEDULE CITY shall pay CONTRACTOR an amount not to exceed the total sum of Twenty-two Thousand Two Hundred Dollars ($22,200) for services to be performed pursuant to this Agreement. CONTRACTOR shall submit invoices during the term of this Agreement based on the cost for services performed in accordance with the following schedule: See Attaclmlent B-1 but not more often than once a month; and provided further, in no event shall CITY pay CONTRACTOR a sum exceeding 20% of the total sum due for services pursuant to this Agreement in anyone month; and provided further, CITY shall pay the last 20% of the total sum due pursuant to this Agreement within forty-five (45) days after completion of the services and submittal to CITY, if all services due pursuant to this Agreement have been satisfactorily performed. The total Sunl stated above shall be the total which CITY shall pay for the services to be rendered by CONTRACTOR pursuant to this Agreement. CITY shall not pay any additional sum for any expense or cost whatsoever incurred by CONTRACTOR in rendering services pursuant to this Agreement. e: CITY shall make no payment for any extra, further or additional service pursuant to this Agreement . unless such extra service and the price therefor is agreed to in writing executed by the City Manager or other designated official of CITY authorized to obligate CITY thereto prior to the time such extra service is rendered and in no event shall such change order exceed twenty-five (25%) of the initial contract price. The services to be provided under this Agreement may be terminated without cause at any point in time in the sole and exclusive discretion of CITY. In this event, CITY shall compensate the CONTRACTOR for all outstanding costs incurred as of the date of written notice thereof and shall terminate this Agreement. CONTRACTOR shall maintain adequate logs and timesheets in order to verify costs incurred to date. The CONTRACTOR is not authorized to perform any services or incur any costs whatsoever under the terms of this Agreement until receipt ofa fully executed Purchase Order from the Finance Department of the City of Dublin. e: Exhibit B Page 1 of 1 7' ATTACHMENT B-1 CITY OF DUBLIN CIVIC CENTER EXPANSION PROJECT DESIGN SERVICES COST PROPOSAL . 40 - 60 hours PHASE Programming Ci Hall Master Space Pia . Cost Estimate Final Report & Presentation to Council Estimated Reimbursable TOTAL COST $ $22.200. Hourly Rates of Those to be Assigned to This Project Personnel Hourly Rate George Miers Normal Rate $120/hr - This Project $80/hr . ' Captain Ed Keller /Trina Goodwin $65/hr Amari & Associates $75/hr avprao-p . /0 EXHIBIT C - City Facilities .. CITY shall furnish physical facilities such as desks, filing cabinets, and conference space, as may be reasonably necessary for CONTRACTOR'S use while consulting with CITY employees and reviewing records and the information in possession of CITY. The location, quantity, and time of furnishing said physical facilities shall be in the sole discretion of CITY. In no event shall CITY be obligated to furnish any facility which may involve incurring any direct expense, including, but not limiting the generality of this exclusion, long-distance telephone or other communication charges, vehicles, and reproduction facilities. .' e: Exhibit C Page 1 of 1 II EXHIBIT D GENERAL PROVISIONS . 1. INDEPENDENT CONTRACTOR. At all times during the term of this Agreement, CONTRACTOR shall be an independent contractor and shall not be an employee of CITY. CITY shall have the right to control CONTRACTOR only insofar as the results of CONTRACTOR'S services rendered pursuant to tlus Agreement; however, CITY shall not have the right to control the means by which CONTRACTOR accomplishes services rendered pursuant to this Agreement. 2. LICENSES: PERMITS: ETC. CONTRACTOR represents and warrants to CITY tllat he has all licenses, permits, qualifications and approvals of whatsoever nature which are legally required for CONTRACTOR to practice Ius profession. CONTRACTOR represents and warrants to CITY that CONTRACTOR shall, at his sole cost and expense, keep in effect at all times during the term of this Agreement any licenses, permits, and approvals which are legally required for CONTRACTOR to practice his profession. 3. TIME. CONTRACTOR shall devote such time to the performance of services pursuant to this Agreement as may be reasonably necessary for satisfactory performance of CONTRACTOR'S obligations pursuant to this Agreement. 4. INSURANCE REQUIREMENTS. CONTRACTOR shall procure and maintain for the duration oftlIe contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the CONTRACTOR, his agents, representative." employees or subcontractors. The cost of such insurance shall be included in the CONTRACTOR'S bid. , " .' (a) Minimum Scope ofInsurance. Coverage shall be at least as broad as: 1. Insurance Services Office form number GL 0002 (Ed.1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability; or Insurance Services Office Commercial General Liability coverage ("occurrence" form CG 0001.) 2. Insurance Services Office form number CA 0001 (Ed. 1/78) covering Automobile Liability, code 1 "any auto" and endorsement CA 0025. 3. Workers' Compensation Insurance as required by the Labor Code of the State of California and Employers Liability Insurance. (b) Minimum Limits ofInsurance. CONTRACTOR shall maintain limits no less than: 1. General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial General Liability Insurance or other form with a general aggregate linut is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Workers' Compensation and Employers Liability: Workers' Compensation limits as _. required by the Labor Code of the State of California and Employers Liability limits of$l,OOO,OOO per accident: Exhibit D (Page 1 of 3) 1.1-- (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 the CITY, its officers, officials and employees; or the .., CO~~RA~TOR shall procure a bond guaranteeing payment of losses and related investigations, claim ~adml11lstratIOn and defense expenses. (d) Other Insurance Provisions. The policies are to contain, or be endorsed to contain, the following proVISIOns: 1. General Liability and Automobile Liability Coverages. a. The CITY, its officers, officials, employees and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the CONTRACTOR; products and completed operations of the CONTRACTOR, premises owned, occupied or used by the CONTRACTOR, or automobiles owned, leased, hired or borrowed by the CONTRACTOR. The coverage shall contain no special limitations on the scope of the protection afforded to the CITY, its officers, officials, employees or volunteers. b. The CONTRACTOR'S insurance coverage shall be primary insurance as respects 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 excess of the CONTRACTOR'S 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 CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits ofthe insurer's liability. .:: 2. Workers' Compensation and Employers Liability Coverage. The insurer shall agree to waive all rights of subrogation against the CITY, its officers, officials, employees and volunteers for losses arising from work performed by the CONTRACTOR for the CITY. 3. Professional Liability. CONTRACTOR shall carry professional liability insurance in an amount deemed by the CITY to adequately protect the CONTRACTOR against liability caused by negligent acts, errors or omissions on the part of the CONTRACTOR in the course of performance of the services specified in this Agreement. 4. All Coverages. 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) Acceptability ofInsurers. Insurance is to be placed with insurers with a Bests' rating of no less than A:VII. (f) Verification of Coverage. CONTRACTOR shall furnish CITY with certificates of insurance and with original endorsements effecting coverage required by this clause. 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 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. . (g) Subcontractors. CONTRACTOR shall include all subcontractors as insureds under its policies or ..' shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. Exhibit D (Page 2 of 3) IS (h) The Risk Manager of CITY may approve a variation in those insurance requirements upon a determination that the coverages, scope, limits and forms of such insurance are either not commercially available or that the CITY's interests are otherwise fully protected. 5. CONTRACTOR NO AGENT. Except as CITY may specify in writing, CONTRACTOR shall have:' authority, express or implied, to act on behalf of CITY in any capacity whatsoever as an agent. CONTRACTOR shall have no authority, express or implied, pursuant to this Agreement to bind CITY to any obligation whatsoever. 6. ASSIGNMENT PROHIBITED. No party to this Agreement may assign any right or obligation pursuant to this Agreement. Any attempted or purported assignment of any right or obligation pursuant to this Agreement shall be void and of no effect. 7. PERSONNEL. CONTRACTOR shall assign only competent personnel to perform services pursuant to this Agreement. In the event that CITY, in its sole discretion, at any time during the term of this Agreement, desires the removal of any such persons, CONTRACTOR shall, immediately upon receiving notice from CITY of such desire of CITY, cause the removal of such person or persons. 8. STANDARD OF PERFORMANCE. CONTRACTOR shall perform all services required pursuant to this Agreement in the manner and according to the standards observed by a competent practitioner of the profession in which CONTRACTOR is engaged in the geographical area in which CONTRACTOR practices his profession. All instruments of service of whatsoever nature which CONTRACTOR delivers to CITY pursuant to this Agreement shall be prepared in a substantial, first class and workmanlike manner and conform to the standards of quality normally observed by a person practicing in CONTRACTOR's profession. 9. HOLD HARMLESS AND RESPONSIBILITY OF CONTRACTORS. CONTRACTOR shall take e: responsibility for the work, shall bear all losses and damages directly or indirectly resulting to him, to any" subcontractor, to the CITY, to CITY officers and employees, or to parties designated by the CITY, on account of the performance or character of the work,...lmforeaee-n difficulties, acoidcnts, occurrCl1~c.s 01 other c.au;:,c;;:, predicated on active or passive negligence of the CONTRACTOR or any subcontractor. CONTRACTOR spall indemnify, defend and hold harmless the CITY, its officers, officials, directors, employees and agents from and against any or all loss, liability, expense, claim, costs (including cosr~",~~~ense), s~~,,~~mages of every kind, nature and description directly or indirectly arising from th~~gg~ance ofilie~w6ik: This paragraph 1111 shall not be construed to exempt the CITY, its employees and o~ers from its 0~aij~~'~111ffu injury or violation oflaw whether willful or negligent. For purposes of Section 2782 of the Civil Code the parties hereto recognize and agree that this agreement is not a construction contract. By execution of this agreement CONTRACTOR acknowledges and agrees that he has read and understands the provisions hereof and that this paragraph is a material element of consideration. Approval of the insurance contracts does not relieve the CONTRACTOR or subcontractors from liability under this paragraph. 1 O. GOVERNMENTAL REGULATIONS. To the extent that this Agreement may be funded by fiscal assistance from another governmental entity, CONTRACTOR shall comply with all applicable rules and regulations to which CITY is bound by the terms of such fiscal assistance program. 11. DOCUMENTS. All reports, data, maps, models, charts, studies, surveys, photographs, memoranda. or other written documents or materials prepared by CONTRACTOR pursuant to this Agreement shall becom: property of CITY upon completion of the work to be performed hereunder or upon termination of the. . '. ' Agreement. Exhibit D (Page 3 of 3) Ii , ':!i( THIS CERTIFICATE IS ISSUED AS ^ MATTER OF INFORM.6.TlON . ONLY AND CONFERS NO RIGNlS UPON THE CERTIFlCATE $, N, Potter losi.Jrance Agy Joe HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND DR LJcenm 0562307 ALTER THE COVERAGE AFFORDED BY THE POUCfES BELOW. P.O. fm 7187 COMPANIES AFFORDING COVERAGE S~ CA 9S257..{)187 CO!PA""l' . A Fremont Compensation Ins. COMPANY ~ MIer5 l. ~s. Inc. B Unigard Insura.nce Group 359 15th Stroot COMPANY oaJd&rrj GA 94S1200;() C Fireman'S Fund lnsuraooJ - COMP .I..\'Y 0 Admiral Insurance Co. !ERAGES '.':;'.':',<: ;. , .. .. ....-. ~... ",,",T~ J _...... "'11 -.-,.... J I 'II '__I U v.....- ",S is TO CEM,Ii=Y ,,;.A7 THE POJCIESO""INSU~NCE UST::DBECOW KAV:: BEEN ISSUED TO THE lNS~?::D /IIAMS; A30VE FC,::, i;.;:; ~OUCY PERIOD 'OIc;..TED. NOnNr.H5iA.~DING ANY REOUlRElllENT, iER,y' 0;:; CONDlTlON OF ANY COIITRAc;T OR CTH:R OOCUMENi \\~iH RESPECT iO Wli::::H THIS .SRiIFl:;ATE: M-,Y 5:: 1~5~D OR MAY PERTAIN. THE iNSURANCE AFFORDED BY THE POLiC1ES DES::;R:BED HEREIN IS SUBJECT TO ALL THf: TERMS. X., lISl0NS . 1\" ~. :Jr.'ONS OF SU"'H POU"'ES 'IM1i<:: SHOWN MAY P.A IF 9-EN R~D' IC-" BY oA1D CLAJMS "/ ; \,L ~v ,,!\ il " ..., . "- Iv :: t: - , =:'" . . 1 TYPE. 0;: ,II:.SlJAAl(CE I POUC'1' NUNBa\ PO~ EF1=EC'I'l'f:: POUCY EXPlAA'l1O!/ U~rTS .J DATE (l/.u''DDNY) Dolle (IoI1I,1);)1\'Y) GEN:AAL UASlUir Ale S0509607 04/30i97 04130/98 G;NE-AAL AG"R~(ih iE S ~,OOO,OOO Xl WMMEIl~JJ. G~~AA,. LiABJLl/Y PRO:JUCiS ' CO"'.?/O? AGG S 2,000,000 W cu.1~~S !J.l.;lE o OCCUR PERSO!-l~L ~ PJ)v INJURY S 1 ,000: 000 I-- . CWNER"S S w~;~CTOR'S PROT U..CH OCCl.8RrNCE S 1 ,'OOU ,VUl! . f-- FIR; D.lW.Au~ (An)' C1'o~ lore) S 10V,OOO /.IF-D El(I> iAny one per;on) S iO.OOO J,:.rrO~3U UABlLl:Y BA 61 0431 04130,'97 04i30lga ~ COMBINED SINGLE lI/o!IT S ~.OOO.OOO X .l..NY"lnQ - A:.J. OWNED AVT~ ( - BODll \' INJURY S I SCl-lEDlJLED A:....W5 (pel pe:;oo) T HiRED luiOS eoDlL Y mJ<Ji<\' I -,.,.. s _"".v.~" ,,-,. {l'tr ~w..Il . '.''f ..... ...1........ PROPERTY DA.MAGE S I Gt.R4GE LWlJL~ AUTO O~;:' Y . EA ACCIOeNT S =l AI,Y AU1'C OTHER THAN ALTfO ONtY: .' '<.::.:~,::: . .. , ,.. . . -. . . , . ,$ I $ . . ~ tXCES-~ UABILlTY XSCOOOS3D~3292 04!30197 04i30/98 EACH OW;;;RtNC;F S 1 ; 000,000 , .- Ii UIJ.SRELt.,l. J'O"M . AGGAEc.ATC S 1,000,000 OTHtn Tf'A" .:)WcRELLA FORM S \'''OR~~S (".()!.'."':/Sl. TlON ANO X I "',-, ::OJ,, I.!' \ IV~n" ::-'~' ;:"::."~ " :: :1 TOR'>' UM:'rS " fW" ..oYERS L,l,:,f;"JiY IVN96 .632284 .02 E~ EACH ACClDEm $ \ ,000,000 A. 07/01196 07/0\197 WE F'RoP~ETOR! R'NCl EL D1SEASE . POLICY Ll).\lT $ ~,OOO,OOO PARniER..';;EXEMfIIE ~ orFCER.." AAE~ t'xCL EL DIS;ASE . EA EfJPLOrt:E $ 1.000,000 OTHeR , ....... J Professional Liability AS7PL02006 05;05/97 05/05/98 Aggregate Limit ~.OOO.OOO C\ai~s Made ?ol icy Each CI aim 1,000,000 -- R2troact;v~ Dale 1/4/82 Deduct ible 2{),OOO - ;Esq;I?1IVN Ob OPfIlAHt'l&,.OCAlIONSNE.HICLES.'SPEGIAL n~w.5 )rOJ~cl: ~b In IVIC enter CERTlF.ICA TI; , HOT:DER: 'CANCEllATION . ' .... . .' ... ~ . .~ ~. '" . . s..:;o~.D 1lJ,"Y Of iliE A~OVF. O';$::RJ8F.O r>OUC1ES BE CAt.J:.ELLEO BEFORE m .01 DuDlln E;(PIRAT1ON DATE THEREOF. 1HE :SSUING CCl.lf'AWY wlU. Er.'P;AVOR TO MAll. : G~uel ~ DAYS WRI'ffiN NOTICE TO THE C;RTIFlG,ATE HOLD~ NAMEtl TO THe LEFT. 1-'.0. Ba.t: SUi FAJLl)~ TO l,I1Il SUCH N::mCE SHA~L IMPOSE NO OII(JGATIQN OR llABllITY Dublin CA 94568 OF AWY KJI'.,'tJ U?Of'l THE COM?ANY. ITS "GENiS OIl REPRESENTAT1;:t""J ----- AU1liORIZEOREPRESS,'TATTVE., // . R~ B. Fuller /--::,,/t,.~;.//, ..(/. ~~~'-<,.._ ,__" ... , ACORD 25-S (1~. . , ~....... @ ACO COR?ORATlOW;1Q88 . vl..D /5 ,..:---..., , ' "