Loading...
HomeMy WebLinkAboutBengal Engineering - Cohansey Avenue Bridge ProjectAGREEMENT FOR SERVICES (For design professional contracts over $5,000) This AGREEMENT made this 6th day of October, 20L between: CITY: City of Gilroy, having a principal place of business at 7351 Rosanna Street, Gilroy, California and CONSULTANT: Ben al Engineering, having a principal place of business at 250 Big Sur Drive, Goleta, CA 931176. ARTICLE 1. TERM OF AGREEMENT This Agreement will become effective on November 3, 2014 and will continue in effect through November 2, 2017 unless terminated in accordance with the provisions of Article 7 of this Agreement. ARTICLE 2. INDEPENDENT CONTRACTOR STATUS It is the express intention of the parties that CONSULTANT is an independent contractor and not an employee, agent, joint venturer or partner of CITY. Nothing in this Agreement shall be interpreted or construed as creating or establishing the relationship of employer and employee between CITY and CONSULTANT or any employee or agent of CONSULTANT. Both parties acknowledge that CONSULTANT is not an employee for state or federal tax purposes. CONSULTANT shall not be entitled to any of the rights or benefits afforded to CITY'S employees, including, without limitation, disability or unemployment insurance, workers' compensation, medical insurance, sick leave, retirement benefits or any other employment benefits. CONSULTANT shall retain the right to perform services for others during the term of this Agreement. ARTICLE 3. SERVICES TO BE PERFORMED BY CONSULTANT A. Specific Services CONSULTANT agrees to: perform the services as outlined in Exhibit "A" ( "Specific Provisions ") and Exhibit "B" ( "Scope of Services ") within the time periods described in and Exhibit 11C" ( "Milestone Schedule "). B. Method of Performing Services CONSULTANT shall determine the method, details and means of performing the above - described services. CITY shall have no right to, and shall not, control the manner or determine the method of accomplishing CONSULTANT'S services. 4845 - 6718- 3385v1 _1 LAM04706083 C. Employment of Assistants CONSULTANT may, at the CONSULTANT'S own expense, employ such assistants as CONSULTANT deems necessary to perform the services required of CONSULTANT by this Agreement, subject to the prohibition against assignment and subcontracting contained in Article 5 below. CITY may not control, direct, or supervise CONSULTANT'S assistants in the performance of those services. CONSULTANT assumes full and sole responsibility for the payment of all compensation and expenses of these assistants and for all state and federal income tax, unemployment insurance, Social Security, disability insurance and other applicable withholding. D. Place of Work CONSULTANT shall perform the services required by this Agreement at any place or location and at such times as CONSULTANT shall determine is necessary to properly and timely perform CONSULTANT'S services. ARTICLE 4. COMPENSATION A. Consideration In consideration for the services to be performed by CONSULTANT, CITY agrees to pay CONSULTANT the amounts set forth in Exhibit "D ". In no event however shall the total compensation paid to CONSULTANT exceed $413.552 for the design of the Cohansey Bridge at West Branch of Llagas Creek, as approved by Council on November 3, 2014. B. Invoices CONSULTANT shall submit invoices for all services rendered. C. Payment Payment shall be due according to the payment schedule set forth in Exhibit "D ". No payment will be made unless CONSULTANT has first provided City with a written receipt of invoice describing the work performed and any approved direct expenses (as provided for in Exhibit "A ", Section M incurred during the preceding period. If CITY objects to all or any portion of any invoice, CITY shall notify CONSULTANT of the objection within thirty (30) days from receipt of the invoice, give reasons for the objection, and pay that portion of the invoice not in dispute. It shall not constitute a default or breach of this Agreement for CITY not to pay any invoiced amounts to which it has objected until the objection has been resolved by mutual agreement of the parties. D. Expenses CONSULTANT shall be responsible for all costs and expenses incident to the performance of services for CITY, including but not limited to, all costs of equipment used or provided by CONSULTANT, all fees, fines, licenses, bonds or taxes required of or imposed against CONSULTANT and all other of CONSULTANT'S costs of doing business. CITY shall not be 4845 - 6718- 3385v1 _2_ LAC104706083 responsible for any expenses incurred by CONSULTANT in performing services for CITY, except for those expenses constituting "direct expenses" referenced on Exhibit "A." ARTICLE 5. OBLIGATIONS OF CONSULTANT A. Tools and Instrumentalities CONSULTANT shall supply all tools and instrumentalities required to perform the services under this Agreement at its sole cost and expense. CONSULTANT is not required to purchase or rent any tools, equipment or services from CITY. B. Workers' Compensation CONSULTANT agrees to provide workers' compensation insurance for CONSULTANT'S employees and agents and agrees to hold harmless, defend with counsel acceptable to CITY and indemnify CITY, its officers, representatives, agents and employees from and against any and all claims, suits, damages, costs, fees, demands, causes of action, losses, liabilities and expenses, including without limitation attorneys' fees, arising out of any injury, disability, or death of any of CONSULTANT'S employees. C. Indemnification of Liability, Duty to Defend 1. As to professional liability, to the fullest extent permitted by law, CONSULTANT shall defend, through counsel approved by CITY (which approval shall not be unreasonably withheld), indemnify and hold harmless CITY, its officers, representatives, agents and employees against any and all suits, damages, costs, fees, claims, demands, causes of action, losses, liabilities and expenses, including without limitation attorneys' fees, to the extent arising or resulting directly or indirectly from any willful or negligent acts, errors or omissions of CONSULTANT or CONSULTANT'S assistants, employees or agents, including all claims relating to the injury or death of any person or damage to any property. 2. As to other liability, to the fullest extent penmitted by law, CONSULTANT shall defend, through counsel approved by CITY (which approval shall not be unreasonably withheld), indemnify and hold harmless CITY, its officers, representatives, agents and employees against any and all suits, damages, costs, fees, claims, demands, causes of action, losses, liabilities and expenses, including without limitation attorneys' fees, arising or resulting directly or indirectly from any act or omission of CONSULTANT or CONSULTANT'S assistants, employees or agents, including all claims relating to the injury or death of any person or damage to any property. D. Insurance In addition to any other obligations under this Agreement, CONSULTANT shall, at no cost to CITY, obtain and maintain throughout the term of this Agreement: (a) Commercial Liability Insurance on a per occurrence basis, including coverage for owned and non -owned automobiles, with a minimum combined single limit coverage of $1,000,000 per occurrence for all damages due to bodily injury, sickness or disease, or death to any person, and damage to property, including the loss of use thereof; and (b) Professional Liability Insurance (Errors & Omissions) 4845 - 6718- 3385v1 _3_ LAC104706083 with a minimum coverage of $1,000,000 per occurrence or claim, and $2,000,000 aggregate; provided however, Professional Liability Insurance written on a claims made basis must comply with the requirements set forth below. Professional Liability Insurance written on a claims made basis (including without limitation the initial policy obtained and all subsequent policies purchased as renewals or replacements) must show the retroactive date, and the retroactive date must be before the earlier of the effective date of the contract or the beginning of the contract work. Claims made Professional Liability Insurance must be maintained, and written evidence of insurance must be provided, for at least five (5) years after the completion of the contract work. If claims made coverage is canceled or non - renewed, and not replaced with another claims -made policy form with a retroactive date prior to the earlier of the effective date of the contract or the beginning of the contract work, CONSULTANT must purchase so called "extended reporting" or "tail" coverage for a minimum of five (5) years after completion of work, which must also show a retroactive date that is before the earlier of the effective date of the contract or the beginning of the contract work. As a condition precedent to CITY'S obligations under this Agreement, CONSULTANT shall furnish written evidence of such coverage (naming CITY, its officers and employees as additional insureds on the Comprehensive Liability insurance policy referred to in (a) immediately above via a specific endorsement) and requiring thirty (30) days written notice of policy lapse or cancellation, or of a material change in policy terms. E. Assignment Notwithstanding any other provision of this Agreement, neither this Agreement nor any duties or obligations of CONSULTANT under this Agreement may be assigned or subcontracted by CONSULTANT without the prior written 'consent of CITY, which CITY may withhold in its sole and absolute discretion. F. State and Federal Taxes As CONSULTANT is not CITY'S employee, CONSULTANT shall be responsible for, paying all required state and federal taxes. Without limiting the foregoing, CONSULTANT acknowledges and agrees that: • CITY will not withhold FICA (Social Security) from CONSULTANT'S payments; • CITY will not make state or federal unemployment insurance contributions on CONSULTANT'S behalf; • CITY will not withhold state or federal income tax from payment to CONSULTANT; • CITY will not make disability insurance contributions on behalf of CONSULTANT; • CITY will not obtain workers' compensation insurance on behalf of CONSULTANT. 4845. 6718- 3385v1 _4_ LAM04706083 ARTICLE 6. OBLIGATIONS OF CITY A. Cooperation of City CITY agrees to respond to all reasonable requests of CONSULTANT and provide access, at reasonable times following receipt by CITY of reasonable notice, to all documents reasonably necessary to the performance of CONSULTANT'S duties under this Agreement. B. Assignment CITY may assign this Agreement or any duties or obligations thereunder to a successor governmental entity without the consent of CONSULTANT. Such assignment shall not release CONSULTANT from any of CONSULTANT'S duties or obligations under this Agreement. ARTICLE 7. TERMINATION OF AGREEMENT A. Sale of Consultant's Business/ Death of Consultant. CONSULTANT shall notify CITY of the proposed sale of CONSULTANT's business no later than thirty (30) days prior to any such sale. CITY shall have the option of terminating this Agreement within thirty (30) days after receiving such notice of sale. Any such CITY termination pursuant to this Article 7.A shall be in writing and sent to the address for notices to CONSULTANT set forth in Exhibit A, Subsection V.I., no later than thirty (30) days after CITY' receipt of such notice of sale. If CONSULTANT is an individual, this Agreement shall be deemed automatically terminated upon death of CONSULTANT. B. Termination by City for Default of Consultant Should CONSULTANT default in the performance of this Agreement or materially breach any of its provisions, CITY, at CITY'S option, may terminate this Agreement by giving written notification to CONSULTANT. For the purposes of this section, material breach of this Agreement shall include, but not be limited to the following: 1. CONSULTANT'S failure to professionally and/or timely perform any of the services contemplated by this Agreement. 2. CONSULTANT'S breach of any of its representations, warranties or covenants contained in this Agreement. CONSULTANT shall be entitled to payment only for work satisfactorily completed through the date of the termination notice, as reasonably determined by CITY, provided that such payment shall not exceed the amounts set forth in this Agreement for the tasks described on Exhibit C" which have been fully, competently and timely rendered by CONSULTANT. Notwithstanding the foregoing, if CITY . terminates this Agreement due to CONSULTANT'S default in the performance of this Agreement or material breach by CONSULTANT of any of its provisions, then in addition to any other rights and remedies CITY may have, CONSULTANT shall 4845- 6718- 3385v1 _5_ LAC104706083 reimburse CITY, within ten (10) days after demand, for any and all costs and expenses incurred by CITY in order to complete the tasks constituting the scope of work as described in this Agreement, to the extent such costs and expenses exceed the amounts CITY would have been obligated to pay CONSULTANT for the performance of that task pursuant to this Agreement. C. Termination for Failure to Make Agreed -Upon Payments Should CITY fail to pay CONSULTANT all or any part of the compensation set forth in Article 4 of this Agreement on the date due, then if and only if such nonpayment constitutes a default under this Agreement, CONSULTANT, at the CONSULTANT'S option, may terminate this Agr eement if such default is not remedied by CITY within thirty (30) days after demand for such payment is given by CONSULTANT to CITY. D. Transition after Termination Upon termination, CONSULTANT shall immediately stop work, unless cessation could potentially cause any damage or harm to person or property, in which case CONSULTANT shall cease such work as soon as it is safe to do so. CONSULTANT shall incur no further expenses in connection with this Agreement. CONSULTANT shall promptly deliver to CITY all work done toward completion of the services required hereunder, and shall act in such a manner as to facilitate any the assumption of CONSULTANT's duties by any new consultant hired by the CITY to complete such services. ARTICLE 8. GENERAL PROVISIONS A. Amendment & Modification No amendments, modifications, alterations or changes to the terms of this Agreement shall be effective unless and until made in a writing signed by both parties hereto. B. Americans with Disabilities Act of 1990 Throughout the term of this Agreement, the CONSULTANT shall use due professional care to comply fully with all applicable provisions of the Americans with Disabilities Act of 1990 ( "the Act ") in its current form and as it may be amended from time to time. CONSULTANT shall also require such compliance of all subcontractors performing work under this Agreement, subject to the prohibition against assignment and subcontracting contained in Article 5 above. The CONSULTANT shall defend with counsel acceptable to CITY, indemnify and hold harmless the CITY OF GILROY, its officers, employees, agents and representatives from and against all suits, claims, demands, damages, costs, causes of action, losses, liabilities, expenses and fees, including without limitation attorneys' fees, that may arise out of any violations of the Act by the CONSULTANT, its subcontractors, or the officers, employees, agents or representatives of either. C. Attorneys' Fees If any action at law or in equity, including an action for declaratory relief, is brought to enforce or interpret the provisions of this Agreement, the prevailing party will be entitled to reasonable 4845 - 6718- 3385v1 _6_ LAC104706083 attorneys' fees, which may be set by the court in the same action or in a separate action brought for that purpose, in addition to any other relief to which that party may be entitled. D. Captions The captions and headings of the various sections, paragraphs and subparagraphs of the Agreement are for convenience only and shall not be. considered nor referred to for resolving questions of interpretation. E. Compliance with Laws The CONSULTANT shall keep itself informed of all State and National laws and all municipal ordinances and regulations of the CITY which in any manner affect those engaged or employed in the work, or the materials used in the work, or which in any way affect the conduct of the work, and of all such orders and decrees of bodies or tribunals having any jurisdiction or authority over the same. Without limiting the foregoing, CONSULTANT agrees to observe the provisions of the Municipal Code of the CITY OF GILROY, obligating every contractor or subcontractor under a contract or subcontract to the CITY OF GILROY for public works or for goods or services to refrain from discriminatory employment or subcontracting practices on the basis of the race, color, sex, religious creed, national origin, ancestry of any employee, applicant for employment, or any potential subcontractor. F. Conflict of Interest CONSULTANT certifies that to the best of its knowledge, no CITY employee or office of any public agency interested in this Agreement has any pecuniary interest in the business of CONSULTANT and that no person associated with CONSULTANT has any interest that would constitute a conflict of interest in any manner or degree as to the execution or performance of this Agreement. G. Entire Agreement This Agreement supersedes any and all prior agreements, whether oral or written, between the parties hereto with respect to the rendering of services by CONSULTANT for CITY and contains all the covenants and agreements between the parties with respect to .the rendering of such services in any manner whatsoever. Each party to this Agreement acknowledges that no representations, inducements, promises or agreements, orally or otherwise, have been made by any party, or anyone acting on behalf of any party, which are not embodied herein, and that no other agreement, statement or promise not contained in this Agreement shall be valid or binding.. No other agreements or conversation with any officer, agent or employee of CITY prior to execution of this Agreement shall affect or modify any of the terms or obligations contained in any documents comprising this Agreement. Such other agreements or conversations shall be considered as unofficial information and in no way binding: upon CITY. 4845. 6718- 3385v1 _7_ LAC104706083 H. Governing Law and Venue This Agreement shall be governed by and construed in accordance with the laws of the State of California without regard to the conflict of laws provisions of any jurisdiction. The exclusive jurisdiction and venue with respect to any and all disputes arising hereunder shall be in state and federal courts located in Santa Clara County, California. I. Notices Any notice to be given hereunder by either party to the other may be effected either by personal delivery in writing or by mail, registered or certified, postage prepaid with return receipt requested. Mailed notices shall be addressed to the parties at the addresses appearing in Exhibit "A ", Section V.I. but each party may change the address by written notice in accordance with this paragraph. Notices delivered personally will be deemed delivered as of actual receipt; mailed notices will be deemed delivered as of three (3) days after mailing. J. Partial Invalidity If any provision in this Agreement is held by a court of competent jurisdiction to be invalid, void or unenforceable, the remaining provisions will nevertheless continue in full force without being impaired or invalidated in any way. K. Time of the Essence All dates and times referred to in this Agreement are of the essence. L. Waiver CONSULTANT agrees that waiver by CITY of any one or more of the conditions of performance under this Agreement shall not be construed as waiver(s) of any other condition of performance under this Agreement. Executed at Gilroy, California, on the date and year first above written. CONSULTANT: Bengal Engineering, Inc. By: _ Name: Title: Scott Onishuk, PE Director Social Security or Taxpayer Identification Number 20- 2027764 4845 - 6718 -33850 LAM04706083 -8- CITY: ITY F GILROY By: Name: Thomas J. Haglund Title: City Administrator A� Approved as to Form City Attorney 4845 - 6718- 3385v1 _9_ LACk04706083 EXHIBIT "A" SPECIFIC PROVISIONS I. PROJECT MANAGER CONSULTANT shall provide the services indicated on the attached Exhibit "B", Scope of Services ( "Services "). (All exhibits referenced are incorporated herein by reference.) To accomplish that end, CONSULTANT agrees to assign Scott Onishuk, PE, who will act in the capacity of Project Manager, and who will personally direct such Services. Except as may be specified elsewhere in this Agreement, CONSULTANT shall furnish all technical and professional services including labor, material, equipment, transportation, supervision and expertise to perform all operations necessary and required to satisfactorily complete the Services required herein. II. NOTICE TO PROCEED /COMPLETION OF SERVICE A. NOTICE TO PROCEED CONSULTANT shall commence the Services upon delivery to CONSULTANT of a written "Notice to Proceed ", which Notice to Proceed shall be in the form of a written communication from designated City contact person(s). Notice to Proceed may be in the form of e-mail, fax or letter authorizing commencement of the Services. For purposes of this Agreement, David Stubchaer, PE, shall be the designated City contact person(s). Notice to Proceed shall be deemed to have been delivered upon actual receipt by CONSULTANT or if otherwise delivered as provided in the Section V.I. ( "Notices ") of this Exhibit "A ". B. COMPLETION OF SERVICES When CITY determines that CONSULTANT has satisfactorily completed all of the Services, CITY shall give CONSULTANT written Notice of Final Acceptance, and CONSULTANT shall not incur any further costs hereunder. CONSULTANT may request this determination of completion when, in its opinion, it has satisfactorily completed all of the Services and, if so requested, CITY shall make this determination within two (2) weeks of such request, or if CITY determines that CONSULTANT has not satisfactorily completed all of such Services, CITY shall so inform CONSULTANT within this two (2) week period. III. PROGRESS SCHEDULE The schedule for performance and completion of the Services will be as set forth in the attached Exhibit "C ". IV. PAYMENT OF FEES AND DIRECT EXPENSES Payments shall be made to CONSULTANT as provided for in Article 4 of this Agreement. 4845 - 6718- 3385v1 -1- LAM04706083 Direct expenses are charges and fees not included in Exhibit "B ". CITY shall be obligated to pay only for those direct expenses which have been previously approved in writing by CITY. CONSULTANT shall obtain written approval from CITY prior to incurring or billing of direct expenses. Copies of pertinent financial records, including invoices, will be included with the submission of billing(s) for all direct expenses. V. OTHER PROVISIONS A. CONSULTANT'S SERVICES TO BE APPROVED BY A REGISTERED PROFESSIONAL ENGINEER All civil (including structural and geotechnical) engineering plans, calculations, specifications and reports shall be prepared by, or under the responsible charge of, a licensed civil engineer and shall include his or.her name and license number. Interim documents shall include a notation as to the intended purpose of the document, such as "preliminary' or "for review only." All civil engineering plans and specifications that are permitted or that are to be released for construction shall bear the signature and seal of the licensee and the date of signing and sealing or stamping. All final civil engineering calculations and reports shall bear the signature and seal or stamp of the licensee, and the date of signing and sealing or stamping. B. STANDARD OF WORKMANSHIP CONSULTANT represents and warrants that it has the qualifications, skills and licenses necessary to perform the Services, and its duties and obligations, expressed and implied, contained herein, and CITY expressly relies upon CONSULTANT'S representations and warranties regarding its skills, qualifications and licenses. CONSULTANT shall perform such Services and duties in conformance to and consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Any plans, designs, specifications, estimates, calculations, reports and other documents furnished under this Agreement shall be of a quality acceptable to CITY. The minimum criteria for acceptance shall be a product of neat appearance, well - organized, technically and grammatically correct, checked and having the maker and checker identified. The minimum standard of appearance, organization and content of the drawings shall be that used by CITY for similar purposes. C. RESPONSIBILITY OF CONSULTANT CONSULTANT shall be responsible for the professional quality, technical accuracy, and the coordination of the Services furnished by it under this Agreement. The CITY'S review, acceptance or payment for any of the Services shall not be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement, and CONSULTANT shall be and remain liable to CITY in accordance with 4845- 6718- 3385v1 _2_ LAC104706083 applicable law for all damages to CITY caused by CONSULTANT'S negligent performance of any of the services furnished under this Agreement. D. RIGHT OF CITY TO INSPECT RECORDS OF CONSULTANT CITY, through its authorized employees, representatives or agents, shall have the right, at any and all reasonable times, to audit the books and records (including, but not limited to, invoices, vouchers, canceled checks, time cards, etc.) of CONSULTANT for the purpose of verifying any and all charges made by CONSULTANT in connection with this Agreement. CONSULTANT shall maintain for a minimum period of three (3) years (from the date of final payment to CONSULTANT), or for any longer period required by law, sufficient books and records in accordance with standard California accounting practices to establish the correctness of all charges submitted to CITY by CONSULTANT, all of which shall be made available to CITY at the CITY's offices within five (5) business days after CITY's request. E. CONFIDENTIALITY OF MATERIAL All ideas, memoranda, specifications, plans, manufacturing procedures, data (including, but not limited to, computer data and source code), drawings, descriptions, documents, discussions or other 'information developed or received by or for CONSULTANT and all other written and oral information developed or received by or for CONSULTANT and all other written and oral information submitted to CONSULTANT in connection with the performance of this Agreement shall be held confidential by CONSULTANT and shall not, without the prior written consent of CITY, be used for any purposes other than the performance of the Services, nor be disclosed to an entity not connected with the performance of the such Services. Nothing furnished to CONSULTANT which is otherwise known to CONSULTANT or is or becomes generally known to the related industry (other than that which becomes generally known as the result of CONSULTANT'S disclosure thereof) shall be deemed confidential. CONSULTANT shall not use CITY'S name or insignia, or distribute publicity pertaining to the services rendered under this Agreement in any magazine, trade paper, newspaper or other medium without the express written consent of CITY. F. NO PLEDGING OF CITY'S CREDIT. Under no circumstances shall CONSULTANT have the authority or power to pledge the credit of CITY or incur any obligation in the name of CITY. G. OWNERSHIP OF MATERIAL. All material including, but not limited to, computer information, data and source code, sketches, tracings, drawings, plans, diagrams, quantities, estimates, specifications, proposals, tests, maps, calculations, photographs, reports and other material developed, collected, prepared (or caused to be prepared) under this Agreement shall be the property of CITY, but CONSULTANT may retain and use copies thereof subject to Section V.E of this Exhibit "A". CITY shall not be limited in any way in its use of said material at any time for any work, whether or not associated with the City project for which the Services are performed. 4845 - 6718- 3385v1 _3 _ LAC104706083 H. NO THIRD PARTY BENEFICIARY. This Agreement shall not be construed or deemed to be an agreement for the benefit of any third party or parties, and no third party or parties shall have any claim or right of action hereunder for any cause whatsoever. I. NOTICES. Notices are to be sent as follows: CITY: Rick Smelser, City Engineer City of Gilroy 7351 Rosanna Street Gilroy, CA 95020 CONSULTANT: Scott Onishuk 513 Stanley Dr Santa Barbara, CA 93105 J. FEDERAL FUNDING REQUIREMENTS. ❑ If the box to the left of this sentence is checked, this Agreement involves federal funding and the requirements of this Section V.J. apply. ® If the box to the left of this sentence is checked, this Agreement does not involve federal funding and the requirements of this Section V.J. do not apply. DBE Program CONSULTANT shall comply with the requirements of Title 49, Part 26, Code of Federal Regulations (49 CFR 26) and the City- adopted Disadvantaged Business Enterprise programs. 2. Cost Principles Federal Acquisition Regulations in Title 48, CFR 31, shall be used to determine the allowable cost for individual items. . 3. Covenant against Contingent Fees The CONSULTANT warrants that he /she has not employed or retained any company or person, other than a bona fide employee working for the CONSULTANT, to solicit or secure this Agreement, and that he /she has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift or any other consideration, contingent upon or resulting from the award or formation of this Agreement. For breach or violation of this warranty, the Local Agency shall have the right to annul this Agreement without liability or, at its discretion, to deduct from the agreement price or 4845- 6718- 3385v1 _4_ LAC104706083 consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. 4845. 6718- 3385v1 _5_ LAC104706083 EXHIBIT "B" SCOPE OF SERVICES 4845. 6718- 3385v1 LAC104706083 Bengal's Proposal for the Design of the Cohansey Avenue Bridge Over Llagas Creek Submitted to: David Stubchaer, PE Operations Manager, Department of Public Works: City of Gilroy 4 1 s Submitted October, 2014 Bengal Engineering, Inc. Civil, Bridge, Hydraulics, Structural 3 Highway Engineers 250 Big Sur Drive Phone: (805) 563 -0788 www.bengalengineering.com Goleta, CA 93117 City of Gilroy: Proposal for the Design of the Cohansey Ave. Bridge Contents PHASE I: PRELIMINARY ENGINEERING .................................................................. ............................... 3 1.1 Project Management and Administration / Phase 1 ......................................... ............................... 3 KickoffMeeting ............................................................................................................. ............................... 3 QualityControl .............................................................................................................. ............................... 3 1.2 Environmental ....................................................................................................... ..............................3 1.3 Field Surveys and Mapping ................................................................................ ............................... 4 Surveys, mapping and topography ............................................................................... ............................... 4 1.4 Preliminary Utility Coordination (By Others) .................................................... ............................... 4 Utility Research and Information Request (By Others) ................................................. ............................... 4 1.5 Geotechnical Engineering .................................................................................. ............................... 4 SubsurfaceExploration Program .................................................................................. ............................... 5 DraftFoundation Report ............................................................................................... ............................... 6 1.6 Bridge Hydraulics ................................................................................................ ............................... 7 1.7 Preliminary Engineering ..................................................................................... ............................... 8 Coordination with Roadway Engineer ........................................................................... ............................... 8 BridgeType Selection ................................................................................................... ............................... 9 PHASE II: DETAILED ENGINEERING DESIGN (Plans, Specifications & Estimate ) ........................... 11 2.1 Project Management and Administration /Phase 2 ........................................ ............................... 11 2.2 Prepare 65% Plans ............................................................................................ ............................... 11 Prepare 65% Roadway Plans: Santa Clara Valley Water Dist. Dirt Maintenance Road ........................... 11 Prepare65% Bridge Plans ......................................................................................... ............................... 12 Submit 65% (Unchecked) Plans ................................................................................. ............................... 12 R/W & Utility Coordination (By Others) ....................................................................... ............................... 12 2.3 Prepare Draft (95 %) PS &E ................................................................................ ............................... 12 PrepareDraft Bridge Plans ......................................................................................... ............................... 12 Prepare Draft Roadway Plans: SCVWD Maintenance Road ..................................... ............................... 12 Prepare Construction Schedule .................................................................................. ............................... 13 Specifications / Special Provisions ............................................................................. ............................... 13 Perform Quantity Takeoffs and Calculations .............................................................. ............................... 13 SubmitDraft (95 %) PS& E ........................................................................................... ............................... 13 2.4 Prepare Final (100 %) PS &E .............................................................................. ............................... 13 UpdateContract Plans ................................................................................................ ............................... 13 Update Contract Specifications .................................................................................. ............................... 13 Update Quantities and Estimate ................................................................................. ............................... 13 2.5 Prepare Foundation Report .............................................................................. ............................... 13 2.6 Prepare "Resident Engineer Pending" File .................................................... ............................... 15 2.7 Submit Final PS &E ............................................................................................ ............................... 15 2.8 Bid Support ........................................................................................................ ............................... 15 Respondto Inquiries ................................................................................................... ............................... 15 PrepareAddenda ........................................................................................................ ............................... 15 Review /Recommend Award ....................................................................................... ............................... 15 3 TASK BREAKDOWN SUMMARY & RATES ............................................................ ............................... 16 3.1 Task Summary Spreadsheets .......................................................................... ............................... 16 3.2 Wage Rates ........................................................................................................ ............................... 18 3.3 Assumptions / Exclusions ................................................................................ ............................... 19 4 SCHEDULE ................................................................................................................ ............................... 21 October, 2014 City of Gilroy: Proposal for the Design of the Cohansey Ave. Bridge eI_i1j, Bengal Engineering's Work Plan The City of Gilroy has identified the need for construction of the new Cohansey Avenue Bridge over Llagas Creek. The project will be funded with development fees. This scope of services includes project management, surveys and topographic mapping, bridge hydraulics, geotechnical investigation, preliminary and final design, quality control, and preparation of the plans, specifications and estimates for the construction of a new bridge to cross the creek. The proposed bridge will connect the existing roadway on the west side with a proposed roadway on the east side. In the future, a path may pass under the bridge within the limits of the lower maintenance road. This scope of services is divided into two phases: PHASE 1 — Preliminary Engineering PHASE 2 — Detailed Engineering Design These two phases conform to the typical phases of work used for bridge work in California. The roadway design and the environmental studies / permits will be performed by others, and therefore these items are not included in our scope as this work. PROJECT UNDERSTANDING AND APPROACH We have identified the following key objectives for project success: • Identify and address key technical issues associated with the extension of the Cohansey Ave over Llagas Creek, including Santa Clara Valley Water District (SCVWD) flood conveyance requirements, coordination between bridge and roadway design, access, and right -of -way, while balancing with the environmental constraints. • Maximize the use of available funds by reducing project costs. • Meet or exceed the proposed project schedule. • Implement aesthetic features within the project budget. • Identify and address local agency and community concerns while providing innovative and creative solutions for all parties involved with the project. In this proposal we identify key technical issues for the project. We also discuss our technical approach by providing a comprehensive scope of work addressing each task for the project. This proposal includes sub -tasks to clearly delineate the methodology to accomplishing each of the specified tasks. Additionally, a schedule highlighting critical path tasks is presented. The Bengal Team stands ready to provide the planning, engineering, and coordination necessary for the successful completion of the project. The discussions herein demonstrate Bengal's commitment to identify key issues early, perform a detailed assessment of the various options, and then deliver a cost effective solution. October, 2014 2 City of Gilroy: Proposal for the Design of the Cohansey Ave. Bridge PHASE I: PRELIMINARY ENGINEERING 1.1 PROJECT MANAGEMENT AND ADMINISTRATION/ PHASE 1 BENGAL will manage the project by tracking the schedule, budget and value of the products produced. Brief progress reports will be prepared and submitted to the City each month. The progress reports will identify work completed to date, work performed in the prior month, work anticipated for the next month, and action items necessary to keep the project on track and moving forward. Kickoff Meeting A kickoff meeting for the project team, including City, the roadway designer, and SCVWD representatives will be held in Gilroy. Associated with the kick -off meeting will be a field review at the bridge site with the City and District to review the critical aspects of the project. Deliverable: • One copy of the project information binder including scope of services, schedule, fee, project contact list, for the City's use. Quality Control BENGAL will provide internal quality control on products submitted to the City. A senior level BENGAL engineer will provide independent quality control review. 1.2 ENVIRONMENTAL BENGAL's review existing CEQA document for the proposed development work. We understand the CEQA document for the proposed development work has been prepared. BENGAL will review the CEQA document in relation to the proposed bridge over the Llagas Creek. BENGAL and our sub - consultant LSA are very familiar with the environmental CEQA process of the City and technical studies required for this project. The BENGAL Team will be available to assist the environmental studies, if such need arise throughout the design development process. Such effort for this is not included in this proposal. Deliverable (City to Bengal): • An electronic copy of the CEQA document. October, 2014 3 City of Gilroy: Proposal for the Design of the Cohansey Ave. Bridge 115 1.3 FIELD SURVEYS AND MAPPING Surveys, mapping and topography Reese Water and Land Surveying will provide surveying and topographic mapping. Deliverable: Topographic mapping for bridge corridor Overlay of City - provided linework for utilities Overlay of City - provided linework of Right -of -Way and Easements 1.4 PRELIMINARY UTILITY COORDINATION (BY OTHERS) We assume that the utility verification and request letters (by others) will comply with Caltrans Policy on High Risk Utilities. Utility Research and Information Request (By Others) Others will prepare Utility Information Request letters to be sent to the various utility companies, along with the base plans, requesting the utility facility maps within the project limits. Deliverable: One (1) hardcopy of the base plans for each utility company 1.5 GEOTECHNICAL ENGINEERING BENGAL will provide geotechnical engineering (including geotechnical seismic design) services for the subject bridge structure. The scope of work for our geotechnical services will be developed and executed in accordance with procedures included in Exhibit 11 -C, Foundation Investigation for Design (of Bridge Structures) of the current Caltrans Local Assistance Procedure Manual (LAPM). Our geotechnical engineering services will be provided in accordance with Caltrans' current policy, procedures, standards and specification documents, including but not limited to: • AASHTO LRFD Bridge Design Specifications, 4th Edition (2007) with Caltrans California Amendments. • Seismic Design Criteria (2013) • AASHTO Guide Specifications for LRFD Seismic Bridge Design. 2nd Edition with 2012 and 2014 Interim Revision. • Bridge Memo to Designers MTDs, specifically 1 -35, 4 -1 and 3 -1 • Corrosion Guideline (2012), 2nd Edition • Caltrans Soil and Rock Logging, Classification, and Presentation Manual (2010) • Foundation Report Preparation for Bridges • Caltrans ARS Online (v2.2.06) October, 2014 4 City of Gilroy: Proposal for the Design of the Cohansey Ave. Bridge fk Where necessary, we will supplement Caltrans procedures with the applicable AASHTO, ASTM, FHWA and NCHRP guidelines, procedures and standards. Preliminary geotechnical services for the projects will consist of site reconnaissance and data review, subsurface exploration using borings drilled with a truck - mounted drill rig; geotechnical testing of soil samples; engineering analyses and geo- hazards evaluation, and preparation of a Draft Foundation Report. Subsurface Exploration Program BENGAL's geotechnical staff will visit the site to observe site access, the presence of below ground and overhead utilities, trees and other site conditions and evaluate potential exploration locations. Selected exploration locations will be marked in the field for review by local utility companies (notified through Underground Service Alert). BENGAL will contact Underground Service Alert regarding potential conflicts between exploration locations and existing utilities. BENGAL will submit an encroachment permit application to the Santa Clara Valley Water District ( SCVWD) and the CITY (if applicable) for the field work. The exploration program consists of excavating, sampling, and logging two (2) hollow -stem drill holes at the site, one at each approximate abutment location, drilled to depths of roughly eighty feet (80') below grade. Exploration borings will be drilled using hollow steam auger and will include Standard Penetration Testing (SPT) and collection of samples utilizing a California Modified sampler from selected depths; generally at 5 foot intervals. The borings will be logged by an engineer or geologist from BENGAL's geotechnical staff. Soil samples obtained from the borings will be classified in the field based on visual observations, packaged in moisture tight containers and transported to the laboratory for testing. The borings will be backfilled with a lean concrete grout, in accordance with SCVWD guidelines. Borings drilled in pavement areas will be patched with asphalt cold patch. If materials are encountered that are believed to contain hydrocarbons or other contaminants (visually or by odor), BENGAL will notify the CITY for directions on how to proceed with that exploration and disposal of cuttings. This scope assumes that no contaminated soils will be found. It is assumed that traffic control will be not be necessary for either of the borings. Geotechnical Laboratory Testing BENGAL's subconsultant will perform geotechnical laboratory tests on selected samples obtained from the subsurface exploration program to assist in characterization of selected geotechnical engineering properties and design parameters. The actual tests will be selected on the basis of the soil material types encountered and will likely consist of moisture - density, gradation analysis, Atterberg Limits tests , compaction, R -value testing, shear strength testing, consolidation and soil chemical or corrosion testing. October, 2014 5 City of Gilroy: Proposal for the Design of the Cohansey Ave. Bridge Draft Foundation Report f I t1i BENGAL will compile and review readily available geotechnical data to develop an understanding of the likely geotechnical conditions at the site. BENGAL will compile the field and laboratory test results and prepare a Draft Foundation Report (DFR). The DFR will be prepared to aid in the preparation of the Bridge Type Selection Report with General Plan and Foundation Plan. Geotechnical information provided in the report will consist of: • Generalized subsurface soil and groundwater conditions; Preliminary seismic information and qualitative assessment of geologic hazards such as seismicity, fault ground rupture hazards, liquefaction potential, and seismic settlement. Seismic information will include preliminary data on the (a) identification of and seismic source parameters for the nearby faults, (b) Design Acceleration Response Spectrum (ARS) developed using Caltrans ARS Online Tool (Version 2.0) for the seismic design of the bridge structure, and (b) Design Peak Ground Acceleration (PGA) and (c) Design Earthquake Magnitude for geotechnical seismic hazard analysis and design. • Discussion and summary of the procedures and findings gathered during the site soil infiltration assessment; • Geotechnical input to potential foundation types, their advantages /disadvantages for the project sites, capacities, and a recommended foundation type; and • Preliminary opinions regarding construction considerations related to excavation characteristics of the soils encountered, adjacent structures, and CIDH pile construction. • Findings, preliminary opinions and preliminary recommendations will be documented in a Draft Foundation Report. Deliverable: • Draft Foundation Report (DFR) October, 2014 6 City of Gilroy: Proposal for the Design of the Cohansey Ave. Bridge '&M 1.6 BRIDGE HYDRAULICS Background There is no bridge crossing currently at Cohansey Avenue over Llagas Creek. The USDA Natural Resources Conservation Services (NRCS) made a major flood protection improvement within the creek in 1989. The project (PL -566) included increasing the channel x- section, installing a low -flow channel, re- grading of the channel profile, establishing upper and lower maintenance access roads, and installing a combination of drainage structures, grade control structures, and levees. Hydraulics The major hydraulic issues include: • Per SCVWD, the soffit of the bridge must be higher than 217 feet (NGVD29 datum) MSL, over an area with limits extending at least 5 feet east and west of both channel lower maintenance roads. • The flood elevation is higher than the existing top of bank. As such, freeboard will not be impacted for the free span bridge nor would a hydraulic analysis will not be required. • The CEQA documentation for the project assumed the future bridge would be a free -span design. • The District prefers a free span bridge. • A proposal to build a bridge with supports in the channel will require a separate CEQA document and hydraulic analysis. BENGAL will use the flood elevation data provided by the SCVWD for the site. No HEC- RAS analysis will be performed for the site. BENGAL will be ready to provide such analysis, if requested by the City. October, 2014 7 City of Gilroy: Proposal for the Design of the Cohansey Ave. Bridge 1.7 PRELIMINARY ENGINEERING Coordination with Roadway Engineer Bengal proposes to design the bridge, modifications to the channel and SCVWD's maintenance road in this contract. Others will design the roadway itself. Bengal will meet with the City and the roadway designer before we begin our bridge design, to clarify roadway issues which affect our work. Topics which come to mind at the time this proposal was prepared include: A. West Side: Intersection sight distance. Because the west side of the bridge will require guard rail and safety fencing at the intersection of Cohansey Ave. and Nightengale Drive to protect traffic and pedestrians, the roadway designer should accommodate corner site distance for all traffic movements. B. Location of the cross walks and access ramps. C. Curb return geometry: We anticipate spandrels (curved flares) on the bridge to accommodate the turning movements from Nightengale Dr. to the bridge, which will require special design. D. Roadway Stopping Sight Distance: profile E. Street lighting, Cohansey Ave, east of the proposed bridge F. Intersection Lighting: Cohansey / Nightengale Dr., Future signals: We anticipate that the intersection will be stop - controlled initially. Someday we anticipate that the intersection will be signalized. Where will the signals be placed, what type of mast -arms, how might the conduit run, where would the controller and power supply be located? G. Accommodation for utilities. Allowance of utility openings: number, size, location H. Adequate "dirt" shoulders on the east side, beyond the proposed bridge wingwalls. We recommend dirt shoulders at least 8- feet -wide to accommodate guard rail flares and to provide room, behind the sidewalk, avoid digging up the street or sidewalk for future utilities. I. Thickness of base and paving of the approach roadway. J. Staging Concept: coordination between road, bridge, and developer's site work. October, 2014 8 City of Gilroy: Proposal for the Design of the Cohansey Ave. Bridge Deliverable by others (for Bengal's use): • Others will develop the roadway geometry, layout and profile, including: centerline, gutters /flow lines, striping, curb returns, turn pocket transitions, sidewalks, cross walks, and access ramp locations, street lighting and future signal locations. • Right -of -way linework to be provided. • This linework will be provided, along with Civil3d corridors and surfaces, ready for our use. Linework Geometry (by Others) for Bengal's Bridge Plans Bengal will use the roadway, right -of -way, and utility linework provided by the City in preparing our base geometry sheet for our design. Potential for an Adjustment to The Cohansey Ave. Profile Roadway and bridge design is an interactive process. Bengal plans to design a bridge to fit the profiles provided. However, there may be complications in the bridge design to satisfy SCVWD; the thickness of the bridge is dependent on the span length and required flood elevations. If necessary, Bengal will provide the roadway designer information to revise the roadway profile and approach roadway grading. Bridge Type Selection Prepare bridge General Plan & Structure Tvoe Selection Report BENGAL will prepare the bridge General Plan and Type Selection Report. The Type Selection Report will be developed to present design features of the bridge in a format similar to Caltrans Memo to Designers Section 1 -29. BENGAL will tailor the bridge rail appearance to coincide with the wishes of the City. BENGAL has successfully designed many beautiful bridges with different and creative railings, and looks forward to working with City staff as directed to develop the right look for the bridge. October, 2014 9 City of Gilroy: Proposal for the Design of the Cohansey Ave. Bridge Examples of Bridges & Bridge Rails Storke Road at Hwy 101, Goleta, CA. We developed the outside of this bridge rail for visual interest to the standard Caltrans bridge rail. It has been so successful that it is now the basis for all bridge rails on Highway 101 in Santa Barbara. State Street Bridge at Cabrillo Blvd, Santa Barbara, CA. Note hand cut sandstone and pronounced bollards gracing this bridge. Extensive public review and comment went into the development of this unusual rail. Deliverable: Structure Type Selection Memo, Update and Finalize bridge General Plan Based on the comments received from the Type Selection submittal, BENGAL will update and finalize the bridge General Plan. October, 2014 10 City of Gilroy: Proposal for the Design of the Cohansey Ave. Bridge 2 PHASE II: DETAILED ENGINEERING DESIGN (PLANS, SPECIFICATIONS & ESTIMATE) 2.1 PROJECT MANAGEMENT AND ADMINISTRATION /PHASE 2 This is a continuation of the Phase 1 Project Management and Administration tasks. 2.2 PREPARE 65% PLANS Bridge Design Bridge design will be in accordance with Caltrans Bridge Design Specifications and applicable sections of the Caltrans Bridge Memo to Designers and Bridge Design Aids manuals. The design will meet City, Caltrans and FHWA standards in effect as of the date of Notice to Proceed. Seismic design will be performed in accordance with latest edition of the Caltrans Seismic Design Criteria. Detailing of plans will be in accordance with Caltrans Bridge Design Details Manual, and Caltrans Standard Plans and Standard Specifications. Utility Openings Openings for future utilities can be included in the bridge design. City to specify locations for our information. Prepare 65% Roadway Plans: Santa Clara Valley Water Dist. Dirt Maintenance Road. • Typical Cross Section • Layout • Profiles Roadway Cross Sections and Earthwork Qtys Relocation /Reconstruction of the existing OMPI inlet at the bridge location October, 2014 11 City of Gilroy: Proposal for the Design of the Cohansey Ave. Bridge Prepare 65% Bridge Plans Typically, the bridge plans will include the following sheets: • General Plan • Deck Contours • Foundation Plan • Abutment 1 Layout • Abutment 2 Layout • Abutment Details • Typical Section Submit 65% (Unchecked) Plans 0 • Girder Layout • Girder Reinforcement • Miscellaneous Details • Structure Approach Type EQ(10) • Log -of- Test - Borings This submittal is a progress submittal for City review. These plans will also be used internally in preparing the final specifications and final reports. R/W & Utility Coordination (By Others) All Right -of -Way acquisition and Utility Relocation will be performed by others. We anticipate this will be undertaken by the roadway designer, in accordance with the protocol defined by the City. 2.3 PREPARE DRAFT (95 %) PS&E Prepare Draft Bridge Plans Perform bridge independent check An engineer not otherwise involved in the original design of the bridge will independently check the bridge. The independent check will result in a set of calculations back - checked and reconciled with the designer. Incorporate comments from 65% review and independent check. The designer will reconcile with the checker, and incorporate design changes into the contract plans. Prepare Draft Roadway Plans: SCVWD Maintenance Road BENGAL will respond to and incorporate, where appropriate, comments from the 65% submittal review. The final plans will be prepared for use in estimating, specifications and permit applications. October, 2014 12 City of Gilroy: Proposal for the Design of the Cohansey Ave. Bridge 1111vwk� Prepare Construction Schedule BENGAL will prepare the construction working day schedule. For the bridge work, this schedule will be used for programming the construction phase of the project and for preparing the project special provisions. Specifications / Special Provisions BENGAL will prepare "Section 10" of the special provisions for the bridge, in Caltrans format. Standard City contract language will be incorporated into the special provisions. City will provide electronic "boilerplate" files for our use. Perform Quantity Takeoffs and Calculations BENGAL will prepare a set of quantity calculations for the bridge items. The roadway quantities will be calculated and summarized on Excel spreadsheets. The Engineers Estimate of cost will be developed from the bridge and roadway quantities. Submit Draft (95 %) PS &E The 95% plans, specifications and estimate will be submitted to the City for review and comment. 2.4 PREPARE FINAL (100 %) PS &E Update Contract Plans BENGAL will update the project plans based on appropriate comments from the 95% PS &E review. BENGAL will prepare a memorandum to address the comments from the 95% PS &E review. Update Contract Specifications BENGAL will incorporate appropriate comments from the 95% PS &E review into the contract specifications. Update Quantities and Estimate BENGAL will update the quantities and estimate from appropriate comments from the 95% PS &E review. 2.5 PREPARE FOUNDATION REPORT As presented above the field exploration, laboratory testing, preliminary geotechnical evaluation and Draft Foundation Report will be completed during the prior phase of this project. October, 2014 13 City of Gilroy: Proposal for the Design of the Cohansey Ave. Bridge After the type selection, and once the 95% structure plans with selected foundation type (s), support locations, and the design loads (service, strength and seismic) are available, Bengal will prepare a Foundation Report (FR). BENGAL will address Preliminary Foundation Report review comments from the CITY, if available, and prepare and submit a final Foundation Report for the project. A Log of Test Borings sheet will also be provided in the report. In general, the FR will be prepared by updating the items included in the DFR. It will also include results of additional analysis and recommendations necessary for the preparation of the structure PS&E. The Foundation Report is anticipated to include the following items: • Soil/ rock, and groundwater conditions encountered; • Site geology, faulting and seismicity; • Potential for geologic hazards to impact the project and geotechnical seismic design recommendations (such as, surface rupture hazard design ARS, design PGA and Earthquake Magnitude , and secondary seismic hazards including soil liquefaction, slope instability and /or lateral spreading, landslides, flooding /inundation, and ground subsidence); • Corrosion considerations for design of structure Recommended foundation type for the conditions encountered (such as spread footings, driven concrete or steel piles, or CIDH piles); • Foundation design recommendations including the foundation size, embedment depth, and geotechnical design parameters for all three LRFD Limits States including foundation nominal resistances for the Strength and Extreme (Seismic) designs, and abutment slope stability evaluation and settlement as part of the Service Limit State design. • If deep foundations are recommended, geotechnical design parameters will include pile spacing and group reduction factors for vertical and lateral loads, and soil parameters for lateral analysis. • Lateral earth pressures, spring constants, and passive pressure resistance for abutment design; and • Construction considerations specific to the site conditions and the recommended foundation type. DELIVERABLES - • Foundation Report October, 2014 14 City of Gilroy: Proposal for the Design of the Cohansey Ave. Bridge �I The geotechnical engineer will review and provide geotechnical sign -off of the Foundation Plan. 2.6 PREPARE "RESIDENT ENGINEER PENDING" FILE BENGAL will assemble the "Resident Engineer Pending" file with 4 -scale deck contours, the quantity calculations, engineers estimate, and designer notes to the Resident Engineer. 2.7 SUBMIT FINAL PS &E BENGAL will submit the final PS &E and support documents, reports and permits for advertisement, award and administration of the construction contract. 2.8 BID SUPPORT The BENGAL Project Manager will attend a pre -bid meeting. Respond to Inquiries BENGAL will respond to bidder inquiries by phone or email. Prepare Addenda BENGAL will prepare addenda as requested by City. Review /Recommend Award BENGAL will assist in recommendation for award. October, 2014 15 City of Gilroy: Proposal for the Design of the Cohansey Ave. Bridge S-ki . 3 TASK BREAKDOWN SUMMARY & RATES 3.1 TASK SUMMARY SPREADSHEETS October, 2014 16 ul g 333 ONI833NION31VDN38 j d 5b ail Yf I M M gg II sesuedz3 asS :poyomluoapn I I ' $ "I", SMIIOH T1DN38 _. ! I 1 TI-Til e °Ly BH/ s 1VD183101 NIWO C e � RS SS � 8S° � � o Sm HH/SSS - NV131NHDAI 8H/Om ISI'JO1O3`J'ON = I 8 CC w HH/OSIS'9N3H:)-LO3 _ = I -H33N1`JN311AI Ir of NMM I a tlWOSI 3 a 'ON3 'OAH f 3'JOIN_ . man �. 8WO910 H3OHN'd I N = ° n v as m my -a MStll 8o iowOHd I! uR gg g 9 9 8 9 9 8 8 9 9 9 8 8 E E 9,. E 8 E 8 E 9 9 E E 9 o T 3 E Z o c p m m rc S aO ul p 123 m g � 'e ci I.a C S m C w m ._ fe m Q LL �o a ul Y 2 t 2� B t t g u5 °� aaem y5� war11J g u m`' im` S'mmO 'aa_a 9gg 3 m -d.m °ui� �cER '•�d4 � gg 3m °a` o $pa c�y� C p = Al2R ECi� g X� as pOOCio6 °'M.cy °LL �� P� E _ S u'� � E3 § gy €- g.4 E m w Op .-.-_V emESS em :e En mFE aa Za 2esm3o 1�dll of �. W R s$CC°sG LLU V 40' Sa W zO mK a m O6� gm a �� 6LLLLD.LLO_ mmmg e a�J» 6d K� mLL I I mMLL 1- Jw Cal w o m V City of Gilroy: Proposal for the Design of the Cohansey Ave. Bridge 3.2 WAGE RATES July, 2014 Bengal Engineering's Wage rates and Classification of Personnel Classification Rate Project Manager $150 /hr Bridge Engineer $150 /hr Geotechnical Engineer $150 /hr Civil Engineer $150 /hr Environmental Specialist $150 /hr Drafter/Technician $ 85 /hr Clerical $ 55 /hr Hourly rates will be increased 5% annually over the next two years. Direct Costs Travel cost +15% Vehicle $ 0.52 /mile Reproduction/ Postage/ cost + 15% Reimbursable Expenses cost + 15% October, 2014 18 City of Gilroy: Proposal for the Design of the Cohansey Ave. Bridge ' 3.3 ASSUMPTIONS / EXCLUSIONS Our scope includes the surveying, geotechnical investigations, and bridge design to build the proposed Cohansey Bridge over the Llagas Cr. Channel, on the alignment and profile provided by others. Our proposed work assumes the following: 1. The project is feasible as described. 2. All city street roadwork design, including intersection improvements, lighting and provisions for future signals, is by others. 3. The coordination meeting between Bengal and the roadway engineer will occur the same day as the kick -off meeting. 4. The engineers designing the roadway understand the traffic safety issues associated with bridges located close to intersecting streets, and will provide a design which accommodates the City's standards. 5. Our work includes realigning dirt SCVWD maintenance road. 6. Based on our discussion with the SCVWD, we understand that the existing upper maintenance roadway will not pass under the new bridge. Therefore, retaining walls are not included in our proposed work. 7. All utility relocation and coordination is by others. We will provide the requested utility openings and blank conduits in the bridge rails— within reasonable limits (special designs such as large utility lines within the bridge are not anticipated; the thickness of the bridge will likely be an important factor). 8. Any relocation of existing roadway features, on either side of the bridge, such as street lights, fences, storm drains, will be designed and coordinated by others. 9. All guard rail, terminal systems beyond the bridge rail, will be designed by others. 10.All environmental coordination is by others. We understand that the project has environmental approval. 11. Storm Water Pollution and Erosion Control Plans will be provided by others as part of the road plans. Bengal will provide basic AutoCAD linework showing the limits of the bridge so that others can include the bridge on these erosion control / SWPPP plans. 12. All right -of -way coordination is by others. October, 2014 19 City of Gilroy: Proposal for the Design of the Cohansey Ave. Bridge &MI, 13. The linework for underground utilities will be provided by the City. 14. Because we assume the bridge will span the channel with changing the channel slopes, we assume no scour protection (rock slope protection) will be required. October, 2014 20 City of Gilroy: Proposal for the Design of the Cohansey Ave. Bridge ' 4 SCHEDULE A design baseline schedule is provided on the following page. This schedule will be updated at the end of Phase 1, for the Phase 2 work. October, 2014 21 ID Task Name Nov'14 Dec'14 Jan'15 Feb 15 Mar'15 Apr'15 May'15 Oun'15 Jul'15 Aug '15 Sea' 26 2 9 16 23 30 7 14 21 28 4 11 16 25 1 8 15 22 1 8 15 22 i 29 5 12 19 26,1 3 j 10.1 17 f 24 ]_ 31_1...7 1,14 1 21 28 5 12 19 26 - 2 1 9 16 23 1 30 ._ 1 NTP 9 1 - 2 Kick -Off 11/20 3 Phase I: Preliminary Engineering 4 Project Management 5 Environmental 6 Field Survey and Mapping 7 Preliminary Utility Coordination 8 Geotechnical Engineering -- — -- -- -- 9 Bridge Hydraulics f 10 Preliminary Engineering 17 Coordination with Roadway Engineer 12 Bridge Type Selection i 13 Submit - Bridge Type Selection Memo 1/12 14 City Review 15 Phase I Completion 2126 16 Phase II: Detailed Engineering Design (PS &E) 17 Project Management 16 Prepare 65% Plans 19 65% Roadway Plans 20 65% Bridge Plans 21 Submit - 65% Plans 4j♦ RO 22 City Review 23 Prepare Draft (95 %) PS &E 24 95% Roadway Plans 25 95% Bridge Plans 26 Draft Specification & Estimates 27 Submit Draft (95 %) PS &E aj♦ 26 28 City Review 29 Prepare Final (100 %) PS &E 30 100% Roadway Plans 31 100% Bridge Plans 32 Final Foundation Report — 33 Final Specification & Estimates 34 Submit Final (100 %) PS &E 716 35 Bid Support 36 Completion Design Phase r8111 Task External Tasks Inactive Summary Start-only Deadline b Split ,,,,,,,,,,,,,,,,,,,,,,,,, F)demal Milestone ♦ Manual Task Finish-only 11 Project: Cohansey Ave Bridge Design Milestone ♦ Inactive Task Duration -onty External Tasks Date: Tue 10/7!14 .. ,,�,..,.,,�����., " Summary 11 Inactive Milestone Manual Summary Rollup ♦ External Milestone Project Summary Inactive Milestone Manual Summary ♦ Progress EXHIBIT "C" MILESTONE SCHEDULE 4845-6718- 3385v1 LACN706083 Cohansey Ave Bridge Design Schedule BENGAL ENGINEERING. Inc. %0-0; M.� Ctatt, Bridge, ■>Nranno, St— Aural, & Nkw+r aryn..rs ID Task Name 1 NTP 2 Kick -Off 3 Phase I: Preliminary Engineering 4 Project Management 5 Environmental 5 Field Survey and Mapping 7 Preliminary Utility Coordination ° Geotechnical Engineering ° Bridge Hydraulics 10 Preliminary Engineering Coordination with Roadway Engineer 12 Bridge Type Selection '3 Submit - Bridge Type Selection Memo 14 City Review 15 Phase I Completion 15 Phase II: Detailed Engineering Design (PS &E) 17 Project Management 18 Prepare 65% Plans 19 65% Roadway Plans 20 65% Bridge Plans 21 Submit - 65% Plans a City Review 23 Prepare Draft (95 %) PS &E 24 95% Roadway Plans rs 95% Bridge Plans zs Draft Specification & Estimates n _ Submit Draft (95 %) PS &E is - _ City Review m Prepare Final (100 %) PS &E x 100% Roadway Plans 31 100% Bridge Plans U Final Foundation Report 35 Final Specification & Estimates 34 Submit Final (100 %) PS &E 35 'Bid Support 36 Completion Design Phase Milestone Summary: 2015 4th Quarter 1 st Quarter 2nd Quarter 3rd Quarter Oct Nov Dec _. Jan. Feb Mar Apr May Jun Jul _.. Aug. Sep Oct I * 11120 — t•� I• i MI .r Submit- Etidw7ijeadaa5ort91Naq~ - - - Phw I CotrtplaNsn �4J3 submit -SP,i Plus w Submit Bridge Type Selection Memorandum - March 2015 Phase 1 Completion (internal milestone) - April 2015 Submit 65% Plans - May 2015 Submit 95% PSE - June 2015 Submit Final (100 %) PSE - August 2015 Design Phase Complete - September 2015 a! Submit Draft (115%) PS&E j Submit FAW (100X) P5&E '514' Compietbn Design Phase *'9115 EXHIBIT "D" PAYMENT SCHEDULE 4845 - 6718- 3385v1 LAC104706083 The Contract Sum shall be paid to Consultant in installment payments made on a monthly basis. Exhibit B identifies "Scope of Services" and wage rates of this Agreement. The maximum total compensation to be paid to Consultant under this Agreement is Four Hundred Thirteen Thousand, Five Hundred Fifty Two Dollars ($413,552) ( "Contract Sum ") ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE 10 /15/2014 10/15/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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). PRODUCER Tina Jackson Insurance Services, Inc 3834 Pemm PI Santa Barbara, CA 93110 CONTACT NAME: Tina Jackson IZ12 8059662500 FvC N.):8055635328 n DRESS, tins @tina'acksonins.com INSURERS AFFORDING COVERAGE NAIC sR INSURERA: Mesa Underwriters Insurance Company COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FX OCCUR INSURED Bengal Engineering, Inc 250 Big Sur Drive Santa Barbara CA 93117 INSURER B: U.S. Specialty Insurance Company MP0004008004808 INSURER C: 08/06 /2015 INSURER D $ 1,000,000 INSURER E : DAMAGE E PREMISES a occurrence) INSURER F: COVERAGES_ CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I�TRAD TYPE OF INSURANCE L UBR MD MDM/DNYY MIDIYY Y LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE FX OCCUR Y Y MP0004008004808 08/06/2014 08/06 /2015 EACH OCCURRENCE $ 1,000,000 DAMAGE E PREMISES a occurrence) $ 300,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GEHL AGGREGATE LIMIT APPLIES PER: PRO- POLICY E:1 JECT LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP /OP AGG $ 2,000,000 $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS HIRED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea ccident $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ UMBRELLA LIAS EXCESS LIAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR /PARTNER /EXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA PER OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYE $ E.L. DISEASE - POLICY LIMIT - 1 $ B Professional Liability Retroactive 9/17/97 USS1425818 09/17/1409/17/15 $1,000,000 Per Claim $2,000,000 Aggregate DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) City of Gilroy, its officers and employees are listed as Additional Insured in respects to general liability. City Of Gilroy Attn: David Stubchaer 7351 Rosanna Street Gilroy, CA 95020 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION. DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE @ 1988 -2014 ACORD CORPORATION. All riahts reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD BENGENG -01 SNBR ACOR ®' CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 2/13/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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). PRODUCER (805) 965 -0071 Brown & Brown Insurance License # OD04053 P.O. Box 61010 Santa Barbara, CA 93160 NAME CT Susana DeRobles PHONE FAX N E 805 690 -2634 A/C No : 805 690 -2734 E-MAIL ADDRESS: sderobles@bbofcal.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA:State Compensation Insurance Fund INSURED Bengal Engineering, Inc. 250 Big Sur Drive Goleta, CA 93117 INSURERS: INSURER C : EACH OCCURRENCE INSURER D DAMAGE PREMISES Ea occurrence INSURER E : MED EXP (Any one person) INSURER F: PERSONAL & ADV INJURY enVFRer_FC CFRTIFICOTF NUMBFR- REVISION NUMBER: THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Gilroy, CA 95020 - POLICY NUMBER M /DD✓YYYY MMLDD� LIMITS GENERAL LIABILITY. COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR EACH OCCURRENCE $ DAMAGE PREMISES Ea occurrence $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- LOC PRODUCTS - COMP /OP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS NON-OWNED HIRED AUTOS AUTOS COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) _ $ BODILY INJURY (Per accident) $ PER ACCIDENT AGE $ UMBRELLA LIAR EXCESS LIAB OCCUR EACH OCCURRENCE $ HCLAIMS-MADE AGGREGATE $ DED I I RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN OFFICERIMEMBER EXCLUDE ? (Mandatory In NH) If Yes,. describe under DESCRIPTION OF OPERATIONS below N/A 185888514 5/15/2014 5115/201.5 X W C STATU- 0TH - ER E.L. EACH ACCIDENT $ 1,000,00 E.L. DISEASE - EA EMPLOYEE $ 1,000,00 E.L. DISEASE - POLICY LIMIT $ 1,000,00 DESCRIPTION OF OPERATIONS / LOCATIONS /VEHICLES (Attach ACORb 161, Additional Remarks Schedule, If more space Is required) Re: Projects Include Eigleberry Street Resurfacing, Gardens Trail, Sprts Park Trail, Alley Assessment and Cohansey Bridge. Proof of Insurance. CFRTIFICATE HOLDER CANCELLATION ©1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Gilroy 7351 Rosanna Street THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Gilroy, CA 95020 - AUTHORIZED REPRESENTATIVE ©1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: MP0004008004808 COMMERCIAL GENERAL LIABILITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS,. LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s : Location(s) Of Covered Operations I City of Gilroy, its officers, elected and appointed All operations of the named Insured. employees, and agents. 7351 Rosanna St. Gilroy, CA 95020 Information required to complete this Schedule if not shown above, will be shown in the Declarations. A. Section 11 — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operation's for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required . by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after. 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises, has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 2010 0413 C Insurance Services. Office, Inc., 2012 Page 1 of 2 INSURED C. With respect to the insurance afforded to these additional insureds, the following is added to Section 111 — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we Will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available. under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarafions. CG 2010 0413 © Insurance Services Office, Inc., 2012 Page 2 of 2. A���� ®- ' CERTIFICATE OF LIABILITY INSURANCE DATE 02/1 2/201 5 1 02/12/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. . - . - -- - -- -- IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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). PRODUCER Tina Jackson Insurance Services, Inc NAAME: ME: Tina Jackson PHONE 8059662500 ac Nc: 8055635328 AoDRess: tina @tinajacksonins.com 3834 Pemm PI INSURERS AFFORDING COVERAGE NAILS Santa Barbara, CA 93110 INSURER A: Mesa Underwriters Insurance Company 08/06/2014 08/06/2015 INSURED INSURER 13: U.S. Specialty Insurance Company Bengal Engineering, Inc INSURER C: Hanover Insurance Group INSURER D INSURER E: DAMAGE TO RrENTEIT PREMISES Ea occurrence) 250 Big Sur Drive Santa Barbara CA 93117 INSURER F: MED EXP (Any one person COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF MMIDD POLICY EXP MMIDD LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y M P0004008004808 08/06/2014 08/06/2015 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE FX OCCUR DAMAGE TO RrENTEIT PREMISES Ea occurrence) $ 300,000 MED EXP (Any one person $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 _ GEML AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY � JE O 7 LOC PRODUCTS - COMP /OP AGG $ 2,000,000 $ OTHER: C AUTOMOBILE LIABILITY AW3A50250500 12/12/14 12/12/15 COMBINED SINGLE LIMIT Ea accident $ 1,000,000 X BODILY INJURY (Per person) $ ANY AUTO BODILY INJURY (Per accident) $ ALL OWNED SCHEDULED AUTOS AUTOS HIRED AUTOS X AUTOSWNED X PROPERTY DAMAGE (Per accident $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ HCLA1MS-MADE AGGREGATE $ EXCESS LIAR DED I I RETENTION $ $ WORKERS COMPENSA71ON AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? (Mandatory in NH) N 1 A I PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE. $ If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT 1 $ B Professional Liability USS1425818 09/17/1409/17/15 $1,000,000 Per Claim Retroactive 9/17/97 $2,000,000 Aggregate DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) City of Gilroy, its officers and employees are listed as Additional Insured in respects to general liability. Resurfacing Eigleberry Street, Gardens Trail, Sports Park Trail, Alley Assessment, Cohansey Bridge Design City of Gilroy Attn: David Stubchaer 7351 Rosanna Street Gilroy, CA 95020 ACORD 25 (2014101) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE t�:tv�t•..� ne 1988 -MA ACORN The ACORD name and logo are registered marks of ACORD All riehts reserved