Loading...
Greely Bridge Engineering ServicesAGREEMENT BETWEEN THE CITY OF SALINA, KANSAS and OLSSON ASSOCIATES for ENGINEERING SERVICES This Agreement is entered into February , 2013 by and between the City of Salina, Kansas, (the "City ") and Olsson Associates, a Nebraska corporation, (the "Consultant'). Recitals A. The City desires to contract for the engineering design services for the purpose of removal of the Greeley Avenue Bridge over the old Smoky Hill River channel and the installation of a pedestrian bridge in its place in compliance with federal, state, and local regulations. B. The Consultant has the requisite qualifications and experience to perform the services needed by the City and desires to perform those services pursuant to the terms of this Agreement. The parties, in consideration of the mutual promises set forth in this Agreement, agree and covenant: 1. Definitions. Capitalized words used in this Agreement shall have the following meanings: "Agreement" means this Agreement for Engineering Services, as amended and supplemented from time to time. "City" means the City of Salina, Kansas. "Consultant" means Olsson Associates and its successors. 2. Exhibits. The following Exhibits are attached to and made a part of this Agreement (Mark with "X" if applicable): Exhibit A: Responsibilities of the Parties Exhibit B:Term; Schedule Exhibit C: Basis of Payment Exhibit D: Insurance Requirements 3. Responsibilities of the Parties. The parties agree to perform the responsibilities outlined in the attached and incorporated Exhibit A. Consultant Services (2013- 01 -22) 4. Term; Schedule. The Consultant agrees to perform its responsibilities during the term and according to the timeframe and schedule described in Exhibit B, subject to the potential for prior termination pursuant to the terms of this Agreement. 5. Payment. The City shall pay the Consultant for the performance of its responsibilities pursuant to this Agreement as set forth in Exhibit C. 6. Insurance Requirements. 6.1. Types and Amount of Coverage. The Consultant agrees to obtain insurance coverage as specified in Exhibit D' attached hereto, and shall not make any material modification or change from these specifications without the prior approval of the City. If the Consultant subcontracts any of its obligations under this Agreement, the Consultant shall require each such subcontractor to obtain insurance coverage as specified in Exhibit D. Failure of the Consultant or its subcontractors to comply with these requirements shall not be construed as a waiver of these requirements or provisions and shall not relieve the Consultant of liability. 6.2. Rating. All insurance policies shall be issued by insurance companies rated no less than A- VII in the most recent `Bests" insurance guide, and licensed in the State of Kansas. Except as otherwise specified in Exhibit D, all such policies shall be in such form and contain such provisions as are generally considered standard for the type of insurance involved. 6.3. Certificate of Insurance. Following the execution of this Agreement and prior to the commencement of any work hereunder, the Consultant shall provide the City with a certificate of insurance listing the City as the Certificate Holder and evidencing compliance with the insurance requirements in this Agreement. The City reserves the right to require complete certified copies of all insurance policies procured by the Consultant pursuant to this Agreement, including any and all endorsements affecting the coverage required hereunder. 7. Injury to Persons or Damage to Property. The Consultant acknowledges responsibility for any injury to person(s) or damage to properly caused by its employees or agents in the performance of its duties under this Agreement and shall immediately notify the City's Risk Management Department at (785) 309 -5705 in the event of such injury to person(s) or damage to property. S. Indemnification. To the fullest extent permitted by law, the Consultant shall defend, indemnify and hold harmless the City, its agents, representatives, officers, officials and employees from and against all claims, damages, losses and expenses (including but not limited to attorney fees and court costs) attributable to bodily injury, sickness, disease, death, or injury to, impairment, or destruction of property, including loss of use resulting therefrom, to the extent that such claims, damages, losses, and expenses relate to, arise out of, or are alleged to have resulted from the negligent acts, errors, mistakes, omissions, or defective work or services of the Consultant, its employees, agents, or any tier of subcontractors in the performance of this Agreement. 9. Voluntary Termination. Either party may terminate this Agreement, with or without cause, upon 10 days advance written notice to the other party. In the event of such termination, the Consultant shall be compensated for such services as have been satisfactorily performed through the date of termination, but no compensation shall be earned after the effective date of the termination. Within five (5) days of any such termination, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, reports or other material prepared by the Consultant pursuant to this Agreement shall be delivered to the Ciry. Notwithstanding the above, the Consultant shall not be relieved of any liability to the City for damages sustained by the City by virtue of any breach of this Agreement by the Consultant, and the City may withhold any payments to the Consultant for the purposes of set -off until such time as the exact amount of damages due the City from the Consultant may be determined. 10. Default. If either party fails to comply with any term of this Agreement within 10 days after written notice to comply has been mailed by tine non - defaulting party to the defaulting party, such failure shall be deemed an immediate breach of this Agreement ("Event of Default "). 11. Remedies. Upon the occurrence of an Event of Default, the non - defaulting party shall have the following rights and remedies, in addition to any other rights and remedies provided under this Agreement or by law: 11.1 Termination. The non - defaulting party shall have the right to terminate this Agreement or terminate the defaulting party's rights under this Agreement. 2 11.2 Other Remedies. The non - defaulting patty may pursue any available remedy at law or in equity (including specific performance) by suit, action, mandamus or other proceeding to enforce and compel the performance of the duties and obligations set forth in this Agreement, to enforce or preserve any other rights or interests of the non - defaulting party under this Agreement or otherwise existing at law or in equity and to recover any damages incurred by the non - defaulting party resulting from such Event of Default. 12. Non - Assignable. Due to the unique qualifications and capabilities of the Consultant, neither the rights nor responsibilities provided for under this Agreement shall be assignable by either party, either in whole or in part. 13. Notices. All notices required or permitted to be given pursuant to this Agreement shall be in writing and delivered personally or sent by registered or certified mail, return receipt requested, or by generally recognized, prepaid, commercial courier or overnight air courier service. Notice shall be considered given when received on the date appearing on the return receipt, but if the receipt is not returned within five (5) days, then three (3) days after mailed, if sent by registered or certified mail or commercial courier service; or the next business day, if sent by overnight air courier service. Notices shall be addressed as appears below for each party, provided that if any party gives notice of a change of name or address, notices to the giver of that notice shall thereafter be given as demanded in that notice. CITY: City Clerk P.O. Box 736 Salina, KS 67402 -0736 CONSULTANT: Mark Bachamp, P.E. 301 S.4"'Street, Suite 110 Manhattan, KS 66502 14. Retention and Inspection of Records. The Consultant shall maintain complete and accurate records with respect to all costs and expenses incurred under this Agreement. All such records shall be clearly identifiable. The Consultant shall allow a representative of the City during normal business hours to examine, audit, and make transcripts or copies of such records and any other documents created pursuant to, or arising under, this Agreement. The Consultant shall allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 15. Non - appropriation. The City is subject to Kansas budget and cash basis laws, and operates on a calendar fiscal year. In the event that this Agreement involves financial obligations spanning multiple fiscal years for the City, it is subject to annual appropriation by the City's governing body for future fiscal years. If the City's governing body does not appropriate the funds necessary to fulfill the City's financial obligations pursuant to this Agreement, the City shall so notify the other parties to this Agreement and this Agreement shall be null and void for purposes of the fiscal year(s) affected by the decision of the governing body not to appropriate. 16. Relationship. It is expressly understood that Consultant in performing services under this Agreement, does so as an independent contractor. The City shall neither have nor exercise any control or direction over the methods by which Consultant performs its services hereunder. The sole interest and responsibility of the City is to see that the services covered by this Agreement are performed and rendered in a competent, efficient, and satisfactory manner. Consultant shall be exclusively responsible for all taxes, withholding payments, employment -based benefits, deferred compensation plans, including but not limited to its workers compensation and social security obligations, and the filing of all necessary documents, forms, or returns pertinent to the foregoing. 17. Subcontracting. Consultant shall not subcontract any work or services under this Agreement without the City's prior written consent. 18. Compliance with Applicable Law. Consultant shall comply with all applicable federal, state, and local law in the performance of this Agreement. 19. Equal Opportunity. (a) In conformity with the Kansas act against discrimination and Chapter 13 of the Salina Code, the Consultant and its subcontractors, if any, agree that: (1) The Consultant shall observe the provisions of the Kansas act against discrimination and Chapter 13 of the Salina Code and in doing so shall not discriminate against any person in the performance of work under this Contract because of race, sex, religion, age, color, national origin, ancestry or disability; (2) The Consultant shall include in all solicitations, or advertisements for employees, the phrase "equal opportunity employer," or a similar phrase to be approved by the city's human relations director; (3) If the Consultant fails to comply with the manner in which the Consultant reports to the Kansas human rights commission in accordance with the provisions of K.S.A. 44 -1031 and amendments thereto, the Contactor shall be deemed to have breached this Contract and it may be canceled, terminated or suspended; in whole or in part, by the City; (4) If the Consultant is found guilty of a violation of Chapter 13 of the Salina Code or the Kansas act against discrimination under a decision or order of the Salina human relations commission or the Kansas human rights commission which has become final, the Contactor shall be deemed to have breached this Contract and it may be canceled, terminated or suspended, in whole or in part, by the City; (5) The Consultant shall not discriminate against any employee or applicant for employment in the performance of this Contract because of race, sex, sexual orientation, gender identity, religion, age, color, national origin, ancestry or disability; and (6) The Consultant shall include similar provisions in any subcontract under this Contract. (b) The provisions of this section shall not apply to this Contract if the Consultant: (1) Employs fewer than four employees during the term of this Contract; or (2) Contracts with the City for cumulatively $5,000 or less during the City's calendar fiscal year. 20. Administration of Agreement. All references in this Agreement requiring the City's participation or approval shall mean the participation or approval of the City Manager, unless otherwise provided herein. 21. Attorney Fees. If any suit or action is instituted by either party hereunder, including all appeals, the prevailing party in such suit or action shall be entitled to recover reasonable attorney fees and expenses from the non- prevailing party, in addition to any other amounts to which it may be entitled. 22. Ri2ht to Independent Legal Advice. The Consultant understands and acknowledges the right to have this Agreement reviewed by legal counsel of the Consultant's choice. 23. Applicable Law; Venue. This Agreement and its validity, construction and performance shall be governed by the laws of Kansas. In the event of any legal action to enforce or interpret this Agreement, the sole and exclusive venue shall be in the Saline County, Kansas District Court. 24. Interpretation. This Agreement shall be interpreted according to its fair meaning, and not in favor of or against any party. 25. Time. Time is of the essence of this Agreement. No extension will be granted unless in writing and signed by the parties. Should the end of a time period fall on a legal holiday that termination time shall extend to 5:00 p.m. of the next full business day. 26. Severability. The unenforceability, invalidity, or illegality of any provision of this Agreement shall not render the other provisions unenforceable, invalid, or illegal. 27. Authority and Consent to Transaction. Each party represents to the other that the person executing this Agreement has full and legal authority to bind such party to the terms of this Agreement, and that the execution and delivery of this Agreement have been duly and validly authorized by the governing body of each party. 28. Persons Bound. This Agreement shall extend to and bind the heirs, executors, administrators, trustees, successors and authorized assigns (if assignment is allowed under paragraph 12 of the Agreement) of the parties hereto. 29. Counterpart s. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, or in multiple originals, and all such counterparts or originals shall for all purposes constitute one agreement. 30. Amendments. Neither this Agreement nor any of its terms may be changed or modified, waived, or terminated except by an instrument in writing signed by an authorized representative of the party against whom the enforcement of the change, waiver, or termination is sought. 31. Waiver. No failure or delay by a party hereto to insist on the strict performance of any term of this Agreement, or to exercise any right or remedy consequent to a breach thereof, shall constitute a waiver of any breach or any subsequent breach of such term. No waiver of any breach hereunder shall affect or alter the remaining terms of this Agreement, but each and every term of this Agreement shall continue in full force and effect with respect to any other then existing or subsequent breach thereof. 32. Conflict Resolution. No interpretation of this Agreement shall be allowed to find the City has agreed to binding arbitration. 33. No Third Party Beneficiaries. Solely the parties to this Agreement shall have rights and may make claims under this Agreement. There are no intended third parry beneficiaries under this Agreement, and no third parties shall have any rights or make any claims hereunder. 34. Typewritten or Handwritten Provisions. Typewritten or handwritten provisions inserted or attached shall supersede all conflicting printed provisions. 35. Feminine- Masculine, Singular- Plural. Wherever used, singular shall include the plural, plural the singular, and use of any gender shall include all genders. 36. Headings. The headings of the sections of this Agreement are included for the purposes of convenience only and shall not affect the interpretation of any provision hereof. 37. Mereer Clause. These terms are intended by the parties as a complete, conclusive and final expression of all the conditions of their Agreement. No other promises, statements, warranties, agreements or understandings, oral or written, made before or at the signing thereof, shall be binding unless in writing and signed by all parties and attached hereto. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their authorized representatives. CIT! By: Apes Fora OLS By, Q%%q •kZ}��'� (name) �J. qa� FO (title) M1 EXHIBIT A RESPONSIBILITIES OF THE PARTIES This scope of services is intended to be an accurate description of the items and tasks required for completion of the re- design of this project. However, each project is unique and may require more or less effort in an individual task to complete the design. The following information will explain and define in general terms the major re- design items of importance relating to this project. All the elements of work that are necessary to satisfactorily complete the design of this project may or may not be listed. The lack of a specific listing of an element or item in the scope of services does not in itself constitute the basis for additional services, supplemental agreements, and /or adjustment in compensation. Preparation of a supplemental agreement is necessary prior to performance of any work, which is considered as additional services, not included in the original scope of services. The consultant will not be compensated for additional services performed prior to execution of a supplemental agreement. Only additional services, which are required due to changed or unforeseen conditions or are due to a change in the specified end product, will be considered for inclusion in a supplemental agreement. The CONSULTANT will provide the professional, technical, and other personnel resources, equipment, materials and all other things necessary to prepare the construction plans, and pedestrian bridge plans required for development of this specific project. The CONSULTANT will be required to produce and update the construction cost estimate for this project at the completion of each major milestone. PROJECT SUMMARY This project consists of removing the vehicular bridge on Greeley Avenue over the old Smoky Hill River channel and installing a Continental® Pedestrian Truss Bridge. The project scope previously consisted of replacing the bridge with a vehicular /pedestrian bridge. Progress on the project was delayed due to the proposed River Redevelopment Project. The project scope changed due to the CITY's desire to not install a bridge that is inconsistent with the River Redevelopment Project. Project responsibilities are as follows: CONSULTANT CITY Provide Continental`s Pedestrian Truss Bridge Provide title sheet design and plans, weathered steel and timber deck Provide footing design review and channel Provide quantities sheets stabilization plans abutment to abutment) Reference points/coordinate points Provide signing sheets Provide quantities for footing design and Apply for Corps of Engineers and DWR channel stabilization permits A -1 Provide cross section sheets for channel stabilization Provide roadway plans Providespecifications for consultant design Provide temporary traffic control plans Provide information for Corps of Engineers and DWR permits Any required additional surveying Construction support Utility coordination SECTION 404 CORPS of ENGINEERS PERMITS The CONSULTANT shall provide the following information necessary to allow CITY staff to apply for any required Section 404 Corps of Engineers Permits. 1. Provide the amount and type of excavation and material that will be used in streams, lakes, and wetlands below the Corps of Engineers' ordinary high water line (OHL) elevations. 2. Provide location and quantities of permanent berms and spill fills below OHL. • Earth fill, rock blanket (square feet and cubic yards) • Rock blanket along right descending bank and left descending bank (linear feet) • Rock ditch (square feet) 3. Provide channel realignment data. • Existing channel length of section to be modified (feet) • Average channel width in section to be modified (feet) • Realigned section, length and width (feet) 4. Provide temporary fill amounts in wetlands or below OHL in streams. • Earth fill (square feet and cubic yards) • Class C (square feet and cubic yards) 5. Provide information about temporary fills and shoring. • Location of temporary fills and shoring • Source of material • Final disposition of removed materials 6. Provide information about temporary culverts. • Number of culverts • Size (inches) • Length (feet) Provide information on channel cleanout - excavation below OHL. • Cleanout upstream and downstream of structure (linear feet) • Total quantity of material to be removed below OHL (square feet and cubic yards) A -2 8. Provide 8% -inch by 11 -inch copies of any plan or profile sheets required for the permit application. 9. Provide 8%2 -inch by 11 -inch copies of any plan or profile sheets required for the permit application. 10. Provide bridge elevation and plan views with OHL indicated. FINAL DESIGN PHASE The Final Design Phase of this agreement shall include final designs for the pedestrian bridge portion of the project. Final Design — Pedestrian Bridge 1. Design and furnish to the CITY fully checked design plans together with a suitable copy of the final design computations, coordinate geometry data, and quantity computations. 2. The footing design for the pedestrian bridge will be provided by the pedestrian bridge manufacture. Geotechnical report will be supplied. Review of footing design will be completed by Olsson. 3. The design plans shall be complete and shall cover all parts of the structure they represent. 4. The design computations and plans will become the property of the CITY. 5, The Final Bridge Design shall consist of One (1) set of high resolution CAD plots, size 22 -inch by 34 -inch, on 20 lb. engineering bond paper, signed and sealed by a professional engineer registered in the State of Kansas, from which good legible prints and satisfactory reproducible copies can be obtained. The CONSULTANT shall also furnish three sets of 11 -inch by 17 -inch paper prints. 6. Prepare a list of items, including the appropriate bridge plan sheet of each item that will require special provisions. PLANS, SPECIFICATIONS AND ESTIMATE The following list shall be considered the minimum requirements for a completed set of Final Design Plans. a) Plan Sheets at I"=100' horizontal (or different scale as determined by CITY for clarity) b) Profile Sheets at 1 " =100' horizontal and I"=10' vertical C) Bridge plan set, complete for each structure. d) Earthwork Quantities, Cross Sections at 100' intervals, 1"=10'(I:100), horizontal and vertical, including entrance sections with existing and A -3 proposed grades e) Tabulation of Quantities Sheets f) Job Special Provisions in a format readable in CITY'S current word processor BIDDING AND CONSTRUCTION PHASE After the Final Design Phase of the project is completed the CONSULTANT shall be available to the COMMISSION to discuss and interpret the plans and specifications during the bidding and construction phase of the project as determined necessary by the ENGINEER M EXHIBIT B TERM;SCHEDULE The phases of work will be completed in accordance with the following schedule: 1. PRELIMINARY DESIGN will be completed for permitting within 45 days of the notice to proceed. 2. FINAL DESIGN will be ready for bidding after all permitting by the City has been obtained. The CITY will grant time extensions for unavoidable delays beyond the control of the CONSULTANT. Requests for extensions of time shall be in writing by the CONSULTANT, before plans are due, stating fully the reasons for the request. a] EXHIBIT C BASIS OF PAYMENT 1. Compensation. The City agrees to compensate the Contractor on the basis of the actual hourly rates and reimbursable expenses shown on the Contractor's attached fee schedule in amounts not to exceed the budgetary summaries, annual budgets and summary list of tasks attached and incorporated. 2. Invoices. The Contractor agrees to submit to the City detailed invoices at least monthly for work performed and reimbursable expenses actually incurred. The invoices shall identify the personnel performing the work, the date of the work, the work performed and the time required to the one -tenth of an hour. Charges for subcontracted work will be supported with similar documentation. Charges for reimbursable expenses will specifically identify the type and amount of each expense in a manner consistent with the classifications of reimbursable expenses set forth in this Exhibit C. 3. Payment. Invoices will be due and payable within 45 days of receipt by the City. If the City disputes any items in the Contractor's invoice for any reason, the City may temporarily delete the disputed item and pay the remaining amount of the invoice. The City will promptly notify the Contractor and request clarification and /or correction. Following resolution of any dispute, the Contractor will include the disputed items as resolved on a subsequent invoice. The Contractor retains the right to assess the City interest at the rate of up to one percent (I%) per month on undisputed invoices which are not paid within 45 days of receipt by the City. C -1 0 00 M m C m T V a d a d Q 't` N v N v� M N a t � W p a 0 0 0 0 & 0 0 O O O O O O M O N N ci 0, N 6 1N O VOp N %CL O 00 N Ot O O fR O O N O O O 0 0 0 O O O O O O S O O O O O O O O O O O O Ci 0 0 0 0 0 O O O O O Ci O O f9 N N N N I N N M VT Vf O N N L O O VF K O O N ON1 O O O M O O p O O fR O O O O O O O O O f9 O L O O O OC ' y t0 N aD fp y 0 c 0 .q ° O ` ow a o v m W m 6 q 0 c m 0 o a 'm o u 0 a CL p p U W O O) q q G q° q 0 o 'y q y f0 C A O 0 O a y C q y0 c0 ° 7 N O 2 C Ol U in U U O w O C 0 U' T Z m 0 O 0 K L? U t0 m O. tll U d F _ o > > O a~ La L a L IL L CL a O K O O N ON1 EXHIBIT D INSURANCE REQUIREMENTS Pursuant to Section 6 of the Agreement, the Consultant shall obtain, pay for, and maintain — and shall require each of its authorized subcontractors to obtain and maintain — for the duration of the Agreement, policies of insurance meeting the following requirements: 1. General Requirements. A. Additional Insured. With the exception of the workers' compensation and professional liability policies to be obtained by the Contractor hereunder, all policies shall name as an additional insured the City, its agents, representatives, officers, officials, and employees as additional insured(s). Insurance for the additional insured shall be as broad as the insurance for the named insured, including defense expense coverage, and shall apply as primary and non- contributory insurance before any other insurance or self - insurance, including any deductible, maintained by, or provided to, the additional insured(s). B. Waiver of Subrogation. Where allowed by law, all policies will include a waiver of subrogation in favor of the City, its agents, representatives, officers, officials, and employees. 2. Specific Coverage Requirements. A. Commercial General Liability ( "CGL "). The Contractor shall maintain CGL coverage written on ISO Occurrence form CG00 01 or an industry equivalent and shall cover liability arising from Personal Injury, Bodily Injury, Property Damage, Premises and Operations, Contractual Liability, Independent Contractors and Advertising Injury. The policy limits shall not be less than the following: • Each occurrence $1,000,000 • General aggregate $2,000,000 • Personal and Advertising Liability $1,000,000 B. Business Automobile Liability ( "BAL "). The Contractor shall maintain BAL coverage written on ISO form CA 00 01 or an industry equivalent. Coverage shall be applicable to all autos and other vehicles subject to compulsory auto liability laws that are owned, hired, rented or used by the Contractor and include automobiles not owned by but used on behalf of the Contractor. The BAL policy limits shall not be less than the following: • Combined single limit $1,000,000 C. Professional Liability — Errors and Omissions. The Contractor shall maintain professional liability insurance covering errors and omissions, with limits of not less than $1,000,000.00. In the event coverage is provided on a claims -made basis, the professional liability insurance shall be maintained for a period of not less than two (2) years after completion of the contract or in lieu thereof purchase of tail coverage (extended reporting period) under which the City shall be afforded protection. D -1 D. Workers' Compensation/Emplover's Liability. The Contractor shall maintain workers' compensation and employer's liability coverage with policy limits not less than the following: • Workers' Compensation (Coverage Part A) o Statutory • Employer's Liability (Coverage Part B) o $100,000 each accident o $500,000 disease— policy limit o $100,000 disease— each employee D -2 'J- P A6&Z CERTIFICATE OF LIABILITY INSURANCE DATE (MWDDIYYYY) 3/1 /2013 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 The Harry A. Koch Co. P.O. Box 45279 Omaha NE 68145 -0279 NAME: PHONE .40 - 6 ac Na C. E -MAIL ADDRESS: ina INSURERS AFFORDING COVERAGE NAIC If INSURER A:XL Specialty Insurance Co 37885 INSURED Olsson Associates, Inc. 7301 W 133rd Street Overland Park, KS 66213 INSURER B:TraV PropQ[Jy Qarivally of Amer 25674 INSURER c7he Phoenix Insurance Cc 25623 INSURER 0: 1/1212014 INSURER E: $1,000,000 INSURER F: X COMMERCIAL GENERAL ABILITV COVERAGES CERTIFICATE NUMBER: 1710645759 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 ADDLISUBR INS D POUCYNUMBER POUCYEFF MMIDDIYYYY POLICY EXP MMIDDIYYYY LIMITS C GENERAL LIABIUTV 5302B 113933 1/12/2013 1/1212014 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL ABILITV DAMAGE III RIENT11 PREMISES -a accurrenee $500,000 MED ExP(Any ore eiwn) $10,000 CLAIMS -MADE OCCUR PERSCJNAL A ADV INJURY $1.000,000 GENERALAGGREGATE $2.000,000 GENL AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMROP AGG $2,000,000 $ POLICY X PRO- —1 LOG JECT —1 B UABIUTY 81070449124 1/12/2013 1112/2014 Ea a¢klartl 1,000000 uIer perwn) $ ANY AUTO &�DILV INJURY IPe,aspenl) $ PIHOMOBILE ALL OWNED SCHEDULED AUTOS AUTOS NON -OWNED HEDAUTOS X AUTOS PPOPEHTV DAMAGE $ B X UMBRELLA LIAB X OCCUR CUP7C449135 1/12/2013 1/12/2014 EACH OCCURRENCE $9,000,000 AGGREGATE 1 $9,000000 EXCESS UAB CLAIMS -MADE DEU I I RETENTION$ $ I D WORKERS COMPENSATION U135C505272 1/12/2013 1/12/2014 X WC STAfU- OIH- AND EMPLOYERS' LIABILITY ANY PROPRIETORPARTNEHUXECUTIVE Y N OFFICERMIEMBER EXCLUDED? N] (Mandatory In NH) NIA E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYE- $1,000,000 LL .DISEASE - POLICY LMO $1,000,000 If yyecs, de Iw under DESCRIPTION OFOPEHATIONS below A Prole »tonal Liability Claims'Made DPRD703522 1/1212013 1/12/2014 PL Each Claim $5,000,000 PL Aggregate $5,000,000 PL Ded Per Claim $350,000 DESCRIPTION OF OPE RATIONS I LOCATIONS /VEHICLES (Attach ACORD 1 m, Additional Remarks Schedule, it more space Is required) Carrier AM Best's Ratings: Insurer A: AXV. Insurer B,C,D: A +XV City of Salina, its agents, representatives, officers, officials, and employees are additional insureds for general liability and automobile liability if required by written contract executed prior to loss. Primary & noncontributory status is governed by the terms & conditions of the insurance policies of all parties to the contract. Waiver of Subrogation applies for general liability, automobile liability, and workers' compensation if required by written contract executed prior to loss. CERTIFICATE HOLDER CANCELLATION ACORD 25 (2010/05) ® 1988 -2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD t-i)5 3/ I 113 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Salina ACCORDANCE WITH THE POLICY PROVISIONS. Public Works Department P.O. Box 736 / 300 W. Ash Street Salina KS 67402 AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) ® 1988 -2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD t-i)5 3/ I 113