Loading...
HomeMy WebLinkAbout2000-039 Cannon Associates Chico Road Storm Drain Project Contract No. CONSULTANT SERVICES AGREEMENT This agreement is made upon the date of execution, as set forth below, by and between Cannon Associates hereinafter referred to as "Consultant," and the City of Atascadero, California, a Municipal Corporation, hereinafter referred to as "City." The parties hereto, in consideration of the mutual covenants contained herein, hereby agree to the following terms and conditions: 1.00 GENERAL PROVISIONS 1.01 TERMS: This agreement will become effective on the date of execution set forth below, and will continue in effect until terminated as provided herein. 1.02 SERVICES TO BE PERFORMED BY CONSULTANT: Consultant agrees to provide engineering services for the Chico Road Storm Drain Project as specified in the Request for Proposal dated December 21, 1999, attached hereto as "Exhibit A", hereby incorporated herein. Consultant shall determine the method, details and means of performing the above-referenced services. Consultant may, at Consultant's own expense, employ such assistants as Consultant deems necessary to perform the services required of Consultant by this agreement. City may not control, direct or supervise Consultant's assistants or employees in the performance of those services. 1.03 COMPENSATION: In consideration for the services to be performed by Consultant, City agrees to pay Consultant a fee not to exceed Eight Thousand Two Hundred Dollars ($8,200). 2.00 OBLIGATIONS OF CONSULTANT 2.01 MINIMUM AMOUNT OF SERVICE BY CONSULTANT: Consultant agrees to devote the hours necessary to perform the services set forth in this agreement in an efficient and effective manner. Consultant may represent, perform services for and be employed by additional individuals or entities, in Consultant's sole discretion, as long as the performance of these extra- contractual services does not interfere with or present a conflict with City's business. 1 Iwo 2.02 TOOLS AND INSTRUMENTALITIES: The City will cooperate with Consultant on all phases of the services covered by this agreement and will make available to him, as his needs indicate, all existing maps, topographic maps, aerial photographs, soils reports, and other similar data in possession of City covering the sites selected. 2.03 WORKER'S COMPENSATION AND OTHER EMPLOYEE BENEFITS: City and Consultant intend and agree that Consultant is an independent Contractor of City and agrees that Consultant and Consultant's employees and agents have no right to Worker's Compensation and other employee benefits. If any worker insurance protection is desired, Consultant agrees to provide Worker's Compensation and other employee benefits, where required by law, for Consultant's employees and agents. Consultant agrees to hold harmless and indemnify City for any and all claims arising out of any claim for injury, disability, or death of any of Consultant and Consultant's employees or agents. 2.04 INDEMNIFICATION: Consultant hereby agrees to, and shall hold City, its elective and appointive boards, officers, agents and employees, harmless and shall defend the same from any liability for damage or claims for damage, or suits or actions at law or in equity which may allegedly arise from Consultant's or any of Consultant's employees' or agents' operations under this agreement, whether such operations be by Consultant or by any one or more persons directly or indirectly employed by, or acting as agent for, Consultant; provided as follows: a. That the City does not, and shall not, waive any rights against Consultant which it may have by reason of the aforesaid hold-harmless agreement, because of the acceptance by City, or the deposit with City by Consultant, of any of the insurance policies hereinafter described. b. That the aforesaid hold-harmless agreement by Consultant shall apply to all damages and claims for damages of every kind suffered, or alleged to have been suffered, by reason of any of the aforesaid operations of Consultant or any agent or employee of Consultant regardless of whether or not such insurance policies shall have been determined to be applicable to any of such damages or claims for damages. 2.05 INSURANCE: Consultant shall not commence work under this contract until they have obtained all insurance required under this section and such insurance shall have been approved by City as to form, amount and carrier: a. Errors and Omissions Insurance. Consultant shall obtain and maintain, as his own expense, prior to commencement of the work of this agreement, professional liability (errors and omissions) insurance, in a company authorized to issue such insurance in the State of California, with limits of 2 • •`� � ern' 'wrr�` liability of not less than one million dollars ($500,000) to cover all professional services rendered pursuant to this agreement. Such insurance shall be kept in force for one (1) year beyond the date of Notice of Completion of the project as accepted by the City Council. b. Public Liability and Property Damage Insurance. Consultant shall take out and maintain during the life of this contract such public liability and property damage insurance as shall protect City, its elective and appointive boards, officers, agents and employees, and Consultant and any agents and employees performing work covered by this contract from claims for damages for personal injury, including death, as well as from claims for property damage which may arise from Consultant's or any subconsultant's operations under this contract, whether such operations be by Consultant or by anyone directly or indirectly employed by Consultant and the amounts of such insurance shall be as follows: (1) Public Liability Insurance. In an amount not less than $1,000,000 for injuries, including, but not limited to death to any one person and, subject to the same limit for each person, in an amount not less than $1,000,000 on account of any one occurrence; (2) Property Damage Insurance. In an amount of not less than $1,000,000 for damage to the property of each person on account of any one occurrence. (3) Comprehensive Automobile Liability. Bodily injury liability coverage of $1,000,000 for each person in any one accident and $1,000,000 for injuries sustained by two or more persons in any one accident. Property damage liability of $1,000,000 for each accident. (4) Worker's Compensation Insurance. In the amounts required by law as set forth in Section 2.03 above. C. Deductibles and Self-Insured Retentions. Any deductible or self-insured retention must be declared to, and approved by, the City. The City may require that either the insurer reduce or eliminate such deductibles or self-insured retentions as respects the City, its elected or appointed officials, employees, agents or volunteers; or the Consultant shall procure a bond guaranteeing payment of all losses, and related investigation, claims administration and legal expenses. 3 !' *4010 d. Proof of Insurance. Consultant shall furnish City, concurrently with the execution hereof, with satisfactory proof of carriage of the insurance required, and adequate legal assurance that each carrier will give City at least thirty (30) days' prior notice of the cancellation of any policy during the effective period of this contract. The certificate or policy of liability of insurance shall name City as an additional insured with the Consultant. 3.00 OBLIGATIONS OF CITY 3.01 COOPERATION: City agrees to comply with all reasonable requests of Consultant necessary to the performance of Consultant's duties under this agreement. 3.02 PLACE OF WORK: Consultant shall perform the services described in this agreement on his own premises. 4.00 TERMINATION OF AGREEMENT 4.01 TERMINATION OF NOTICE: Notwithstanding any other provision of this agreement, any party hereto may terminate this agreement, at any time, without cause by giving at least (30) days prior written notice to the other parties to this agreement. 4.02 TERMINATION ON OCCURRENCE OF STATED EVENT: This agreement shall terminate automatically on the occurrence of any of the following events: (1) Bankruptcy or insolvency of any party; (2) Sale of the business of any party; (3) Death of any party; (4) The end of the (30) days as set forth in Section 4.01; (5) End of the contract to which Consultant's services were necessary; or (6) Assignment of this agreement by Consultant without the consent of the City. 4.03 TERMINATION BY ANY PARTY FOR DEFAULT OF CONSULTANT: Should any party default in the performance of this agreement or materially breach any of its provisions, a non-breaching party, at their option, may terminate this agreement, immediately, by giving written notice of termination to the breaching party. 4 4.04. TERMINATION: This agreement shall terminate 60 calendar days from the date of execution of this agreement, unless extended as set forth in this Section. The City, with the agreement of the Consultant, is authorized to extend the term of this agreement beyond the termination date, as needed, under the same terms and conditions set forth in this agreement. Any such extension shall be in writing and be an amendment to this agreement. 5.00 SPECIAL PROVISIONS - N/A 6.00 MISCELLANEOUS 6.00 REMEDIES: The remedies set forth in this agreement shall not be exclusive but shall be cumulative with, and in addition to, all remedies now or hereafter allowed by law or equity. 6.01 NO WAIVER: The waiver of any breach by any party of any provision of this agreement shall not constitute a continuing waiver or a waiver of any subsequent breach of this agreement. 6.02 ASSIGNMENT: This agreement is specifically not assignable by Consultant to any person or entity. Any assignment or attempt to assign by Consultant, whether it be voluntary or involuntary, by operation of law or otherwise, is void and is a material breach of this agreement giving rise to a right to terminate as set forth in Section 4.03. 6.03 ATTORNEY FEES: In the event of any controversy, claim or dispute between the parties hereto, arising out of or relating to this agreement, or the breach thereof, the prevailing party shall be entitled, in addition to other such relief as may be granted, to a reasonable sum as and for attorney fees. 6.04 TIME FOR PERFORMANCE: Except as otherwise expressly provided for in this agreement, should the performance of any act required by this agreement to be performed by either party be prevented or delayed by reason by any act of God, strike, lockout, labor trouble, inability to secure materials, or any other cause except financial inability not the fault of the party required to perform the act, the time for performance of the act will be extended for a period of time equivalent to the period of delay and performance of the act during the period of delay will be excused; provided, however, that nothing contained in this Section shall exclude the prompt payment by either party as required by this agreement or the performance of any act rendered difficult or impossible solely because of the financial condition of the party required to perform the act. 5 6.05 NOTICES: Except as otherwise expressly provided by law, any and all notices or other communications required or permitted by this agreement or by law to be served on or given to any party to this agreement shall be in writing and shall be deemed duly served and given when personally delivered or in lieu of such personal service when deposited in the United States mail, first-class postage prepaid to the following address for each respective party: PARTY ADDRESS A. CITY OF ATASCADERO 6500 Palma Avenue Atascadero, CA 93422 Attn: Public Works Department B. CANNON ASSOCIATES 364 Pacific Street San Luis Obispo, CA 93401 6.06 GOVERNING LAW: This agreement and all matters relating to this agreement shall be governed by the laws of the State of California in force at the time any need for the interpretation of this agreement or any decision or holding concerning this agreement arises. 6.07 BINDING EFFECT: This agreement shall be binding on and shall inure to the benefit of the heirs, executors, administrators, successors and assigns of the parties hereto, but nothing in this Section shall be construed as a consent by City to any assignment of this agreement or any interest in this agreement. 6.08 SEVERABILITY: Should any provision of this agreement be held by a court of competent jurisdiction or by a legislative or rulemaking act to be either invalid, void or unenforceable, the remaining provisions of this agreement shall remain in full force and effect, unimpaired by the holding, legislation or rule. 6.09 SOLE AND ENTIRE AGREEMENT: This agreement constitutes the sole and entire agreement between the parties with respect to the subject matter hereof. This agreement correctly sets forth the obligations of the parties hereto to each other as of the date of this agreement. All agreements or representations respecting the subject matter of this agreement not expressly set forth or referred to in this agreement are null and void. 6.10 TIME: Time is expressly declared to be of the essence of this agreement. 6.11 DUE AUTHORITY: The parties hereby represent that the individuals executing this agreement are expressly authorized to do so on and in behalf of 6 4 1W 1"01 the parties. 6.12 CONSTRUCTION: The parties agree that each has had an opportunity to have their counsel review this agreement and that any rule of construction to the effect that ambiguities are to be resolved against the drafting party shall not apply in the interpretation of this agreement or any amendments or exhibits thereto. The captions of the sections are for convenience and reference only, and are not intended to be construed to define or limit the provisions to which they relate. 6.13 AMENDMENTS: Amendments to this agreement shall be in writing and shall be made only with the mutual written consent of all of the parties to this agreement. Executed on 102 -- 02 , 2000, at Atascadero, ATTEST: CITY OF ATASCADERO By. Marcia McClure Torgerson Wade G. McKinney City Clerk City Manager APPROVED AS TO FORM: CANN S gOCIE By: Roy . Hanley City ttorney —� TLE-�.r�R � G.✓ �.. �ni4r►�EE�rr/< APPROVED AS TO FORM: 6L�_a Cz'�a4-0 Rachelle Rickar Administrative Services Director 7 EXHIBIT A CITY OF ATASCADERO aai: a COMMUNITY SERVICES DEPARTMENT gla q o 187 6500 PAULA AV21JE,ATASCADERO,CA 93422 CAD Tcicphanc:(805)461-5020 •Fay(805)861-7615 December 21, 1999 .Cannon Associates 364 Pacific Street San Luis Obispo, CA 93401 Attn: Richard Heffner Subject: Chico Road Storm Drain Project Dear Richard: Thank you for your letter proposal dated 10/3/99 for-the design services required for the subject project. Prior to us preparing a consultant services agreament for the project, we-would like you to submit a revised proposal based upon the following: GENERAL DESCRIPTION OF WORK The consultant will prepare plans, contract documents, technical specifications and special provisions for the construction of a storm drain at the intersection of Traffic Way with Chico Road in the City of Atascadero- The purpose of the project is to reduce the frequency of roadway flooding at the intersection. The storm drain will be constructed under the Union Pacific Railroad (UPRR) and discharge into the existing drainage Swale east of Ferrocarril Road. The consultant will evaluate the effect the proposed storm drain has on the culvert under Ferrocarrii Road and onthe existing culvert under the private driveway. The consultant will recommend and design improvements to these downstream facilities if required. The consultant will identify any easements which may be required to construct the storm drain. The consultant will prepare a complete UPRR pipeline crossing agreement application for submission by the City. The consultant will design storm drain improvements in conformance with City Standards. The consultant will prepare a drainage report for the storm drain which provides the hydrologic and hydraulic calculations used to design the storm drain. SERVICES TO BE PROVIDED PLANS -The consultant will prepare plans in conformance with City Standards. The plans shall be prepared on 24" x 36" mylar sheets. The plans shall show existing topographic features and all existing utilities. The plans shall identify and note the disposition of any utility, encroachment, or other obstruction that may interfere with the work. I:19913a10ccumendCanncn LOI.tivpd DRAINAGE REPORT-The consultant will prepare a drainage report which includes all hydrologic and hydraulic calculations used to establish the adequacy of all new storm drainage facilities. CONTRACT DOCUMENTS -The consultant will prepare a bid-ready set of contract documents which shall include plans, bid forms, technical specifications, and special provisions. Final documents shall be submitted in both hard copy and as a WordPerfect 8 for Windows file on a 31/2 disk. The City will provide consultant with the City's standard General Conditions and Bid Documents. The City will reproduce the documents for bidding purposes. Contract documents and technical specifications shall be of such quality that they are ready to go to construction, and shall be subject to the approval of the City Engineer. Special provisions and technical specifications shall be prepared in CalTrans format. SURVEY-The consultant will provide all topographic surveying services required to design the storm drain and downstream improvements. EASEMENTS AND ACQUISITIONS -The consultant will prepare a UPRR pipeline crossing application and assist the City with coordination and application submittals. The consultant will make recommendations for the acquisition of any other easements or right-of-way that may be required. The City will acquire the necessary easements or rights-of-way or pay any application fees required by the UPRR. UTILITIES -The consultant will coordinate with the utility companies affected by the proposed project and will obtain layouts of their facilities within the project area. The consultant will show the both existing and proposed utility information on the plans. The consultant will have the plans signed by a representative of each utility affected by the project. SUBMITTALS -The consultant will submit plans and specifications to the City Engineer at 50% completion and at 95% completion. Four sets of plans will be required for each submittal. CONSTRUCTION COST ESTIMATE -The consultant will provide a detailed and itemized construction cost estimate with unit quantities and cost and an itemized bid list with quantities suitable for inclusion in the bid documents. Plans shall be modified as required to stay within the budgetary limits for the project. INSURANCE REQUIREMENTS The City requires that the consultant have errors and omissions insurance in the amount of$ 500,000.00 and general liability insurance in the amount of$1,000,000.00. PROPOSAL REQUIREMENTS Three copies of the proposals shall be submitted and shall include the following: 1. A detailed statement of the scope of work based on the above requirements. 2. A not to exceed fee for the scope of work described. 3. A statement that the proposal shall remain firm for 90 days following the submission due date. 4. A schedule of hourly fees to remain in effect for the duration of the project design. 5. Proof of insurance coverage. 6. A list of any subconsultants to be used on this project. 1:\99134\0ocumentlCannon LOI.wpd 7. An estimate of the total time required to complete the project, with intermediate milestone tasks. All work must be completed within 60 calendar days from receipt of a Notice to Proceed. Estimate shall include 5 working days for City review of submittals. CONTRACTUAL AGREEMENT The consultant will be required to sign a contract with the City. A copy of the City's standard Consultant Services Agreement is attached. The agreement contains specific requirements for insurance coverages and other legal responsibilities. Submittal of a proposal will indicated consultant's acceptance of the agreement conditions. PROPOSAL DUE DATE Proposals may be hand delivered or mailed, but must be received by 5:00 p.m. on January 20, 2000. Proposals will be received at the office of the City Engineer at the following address: City of Atascadero Room 106 6500 Palma Avenue Atascadero, CA 93422 Please direct all requests for clarification or question to the undersigned at North Coast Engineering (239-3127 FAX 239-0758). Sinc ly John B. Neil Assistant City Engineer JBN Attachment 1:\99134\Document\Cannon LOt.wpd ` ' EXU, B , MICHAEL F. CANNON, PE ANDREW G. MERRIAM, AIA, AICP JDANIELS. HUTCHiNSON, LS ASSOCIATES January 20,2000 ENGINEERS Assistant City Engineer PLANNERS John Neil City of Atascadero SURVEYORS 6500 Palma, Room 308 Atascadero,CA 93422 Project: Storm Drain at Chico Road City of Atascadero,California Dear Mr. Neil: Thank you for the opportunity to assist you with this project. Cannon Associates will provide the following services for this project as detailed below. Scope of Work: TOPOGRAPHIC SURVEY We will prepare a topographic survey of the site showing the following information: • Elevations based on an assumed City datum, NGVD 29 transformed. • A minimum of one permanent benchmark on site for each 4 acres;description and elevation to the nearest one-hundredth of a foot. • Contours at 1-foot interval • Spot elevation at each inttcs .ion c . 5-0-foot s luare grid, covering the property. • Spot elevations at street intersections and at 25 feet on center, on curb, sidewalk, and edge of paving, including the far side of paving. • Locations of structures and natural features. • All fire hydrants located on site or within the right-of-way that fronts the property including fire hydrant or water system appurtenances. An attempt will be made to correlate data that is collected in the field with the location 364 PACIFIC STREET and size of water mains as shown on city atlases. However, no guarantee is SAN Luis Oeisao, CA made with respect to the accuracy of this data without the client's formal 93401 request to pothole the lines. 805 544-7407 PROVIDING SERVICE SINCE 1976 FAx 805 544-3863 albimon ASSOCIATES Storm Drain at Chico Road Proposal January 20,2000 City of Atascadero,California Page 2 • Location,size, depth, and direction of`low of sanitary sewers, and storm drains serving, or on,the property; l(� ;a?ion of catch basins and manholes and invert elevations at each. • Locations of trees that are 4 inches in diameter or greater. • Specimen trees flagged by the Owner or the Architect located to the center, within 6 inches of tolerance. • Perimeter outlines of thickly wooded areas. STORM DRAIN We will prepare.plans and specifications for a storm drain to be constructed under the Union Pacific Railroad (UPRR) near the intersection of Traffic Way and Chico Road. The plans will include details of the proposed storm drain, two inlet structures, and 60 feet of steel casing pipe,and limits of storm drain easements required. Calculations for the sizing of storm drain pipes and inlets will be provided. Hydraulic calculations and recon m cndations will be included for design improvements at the culvert cr iing indes• Ferrocarril Road and the adjacent private driveway. All plans, specifications, and calculations will conform to the requirements of the City of Atascadero and the UPRR. We will prepare the LIPRR pipeline crossing application and assist the City of Atascadero with coordination and application submittals. We will prepare a bid-ready set of Contract Documents and Technical Specifications in CSI format. Special provisions and technical specifications shall be prepared in Cal Trans format. We will also prepare an itemized bid list with bid item quantities,and an engineer's opinion of probable cost. We will coordinate with representatives from the utility companies (water, gas, power,telephone, and cable television) to obtain layouts of their utility lines within the project area. Utility notes will be included on the plans to identify disposition of any utility conflict that may interfere with the work. Each representative from the utility companies will sign the plans. Estimated Fees: Fees are based on the hourly rates per the enclosed fee schedule and do not include City or County checking and recording fees, or title company fees. Project meetings shall be billed on a time and materials basis. Total Estimated Fees: 2, 00 �3� Maymon ASSOCIATES Storm Drain at Chico Road Proposal January 20,2000 City of Atascadero,California Page 3 Acceptance and Terms: Cannon Associates bills monthly for work in progress and payment is due within 10 calendar days of receipt of the bill. Overdue amounts will be surcharged at 18 percent per annum or 1.5 percent monthly. Materials are charged at cost plus 10 percent. If this proposal meets with your approval,please issue us your standard contract for signature and authorization to proceed. The fees quoted in this proposal are valid 90 days. If you have any questions,please give me a call. Sincerely, Richard J. Heffner J. Project Engineer WIuig 990620/proposal Mamon ASSOCIATES FEESCHEDULE February 1999 Civil Engineering Department Rate/Hour Senior Civil Engineer $ 90.00 Associate Civil Engineer 75.00 Civil Project Designer 11 58.00 Civil Engineering Technician 11 47.00 Technical Editor 50.00 Clerical II ,_ -40.00 Clerical Assistant 25.00 FEE SCHEDULE February 1999 Survey Department Rate/Hour One-Man GPS Survey Crew (includes 2 receivers) $ 115.00 Two-Man GPS Survey Creat, (inc` 7c, " --eceivers) 190.00 One-Man Survey Crew with Robotic E9 ivl 90.00 Two-Man Survey Crew 110.00 Three-Man Survey Crew 135.00 Principal Surveyor 95.00 Senior Land Surveyor 75.00 Land Surveyor 11 65.00 Land Surveyor 1 60.00 Survey/Technician:111 60.00 Survey/Technician II 55.00 Survey/Technician I 40.00 Expert Testimony 125.00 Clerical 1 35.00 VlllOrl ASSOCIATES REIMBURSABLE EXPENSE SCHEDULE April 1998 In-House Reproduction Blueprints $ 2.00 per sheet Sepia Mylars $10.00 per sheet Plots $10.00 per sheet Photocopies $ 0.15 per page Other Reproduction Cost + 15% Communication (Mail and Telephone) Cost + 15% FAX $ 1.00 per page Shipping (UPS, Fed Ex, etc.) Cost + 15% Travel by Automobile $0.30 per mile Travel - Other Than Automobile Cost + 15% Per Diem (room and board for 2 person crew $160.00/day GPS Equipment $25.00 per hour/per receiver $50.00/day minimum charge Robotic EDP $25.00 per hour Permit Fees Cost + 15% Subconsultant Fees Cost + 10% If authorized by the client, an overtime premium multiplier of 1.5 will be applied to the billing rate of hourly personnel who work overtime in order to meet a deadline which cannot be met during normal hours. Applicable sales taxes, if any, will be added to these rates. Survey crews are billed portal to portal, and mileage charges are included in the hourly rate. ACOR_a CERTIFICA` OF LIABILITY INSURI VC ID o 2 . 11//222 00 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Morris 6 Garrcense ano#03 Insurance ONLY HOLDER.THIS H S CERTIFICATCONFERS NO IGHTS UPON THE CERTIFICATE E DOES OTA END,EXTEND OR Agenca License #0305584 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. PO Drawer 1189 San Luis Obispo CA 93406-1189 INSURERS AFFORDING COVERAGE Phone: 805-543-6887 Fax:805-543-3064 INSURED INSURER A: Golden Ea le Insurance Co. INSURER B: Connecticut Indemnity Company CSD Engineering,Inc. INSURER C: DBA: Cannon Associates 364 Pacific Street INSURER D: _ San Luis Obispo CA 93401 INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. rGENERAL RANCE POLICY NUMBER DATE MMIDDIYY DATE MMfD LIMITS EACH OCCURRENCE $ 1,OOO,OOO ERAL LIABILITY CCP670692-01 10/02/00 10/02/01 FIREDAMAGE(Anyonefire) $ 100,000 [*] OCCUR MED EXP(Any one person) s5,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 X POLICY E¢ LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 A X ANY AUTO CCP670692-01 10/02/00 10/02/01 (Ea accident) ALL OWNED AUTOS BODILY INJURY $ (Per person) SCHEDULED AUTOS X HIRED AUTOS BODILY INJURY $ (Per accident) X NON-OWNED AUTOS PROPERTY DAMAGE $ (Per accident) AUTO ONLY-EA ACCIDENT $ GARAGE LIABILITY EA ACC $ ANY AUTO OTHER THAN AUTO ONLY: AGG $ EACH OCCURRENCE $ EXCESS LIABILITY OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND X TORY LIMITS ER EMPLOYERVIJIABILRY CCP105441-00 09/01/00 09/01/01 E.L.EACH ACCIDENT $ 1,000,000 B E.L.DISEASE-EA EMPLOYE $ 1,000,000 E.L.DISEASE-POLICY LIMIT $ 1,000,000. OTHER A Inland Marine CCP670692-01 10/02/00 10/02/01 Eirid 0 nt 1,000Ded DESCRIPTION OF OPERATIONStLOCATIONSIVEHK LES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Re:Operations of the named insured, per form CECG601 10/98 attached. *Ten day notice if cancelled for nonpayment of premiums CERTIFICATE HOLDER Y ADDITIONAL INSURED;INSURER LETTER: A CANCELLATION CITYATA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO 30 SHALL City of Atascadero IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Public Works REPRESENTATIVES. 6500 Palma Ave Atascadero CA 93422 ©ACORD CORPORATION 1988 ACORD 25-S(7197) GOLDEN EAGLE INSURANCE CORPORATION P.O. BOX 85826 SAN DIEGO, CA. 92186-5826 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM 13) Policy No; CCP638680-01 G8 E ineP Inc. THIS E3VDOIgSE /p T CHANGES SIE POLICY. PLEAsE REjW IT � �jjLLn Associates Y. This endorsement modifies insurance provided under the following; COMMERCIAL GENERAL, LIABILITY COVERAGE PART WHO IS AN INSURED (Section Il) is amended to include as an insure organization shown in the Schedule, but only with res d.the person or work" for that insured by or for you_ Pew to liability arising out of."your The coverage afforded the additional insured does not apply to any project on w Your work" was completed prior to the effective date of this endorsement hicfi SCHEDULE Blanket Additional Insured Endorsement per certificates on file witt Company CG 20 17 (11 35� M1;odiflrd GCCG Ec`,1 (10-58)