Loading...
Bi Center Arena Roof Reinforcing & Rigging ImprovementsAGREEMENT BETWEEN THE CITY OF SALINA, KANSAS and Geiger Engineers for Bicentennial Center Arena- Roof Reinforcing & Rigging Improvements This Agreement is entered into March 11, 2013 by and between the City of Salina, Kansas, (the "City ") and Geiger Engineers, P.C., a New York Professional Corporation (the "Consultant'). Recitals A. The City desires to contract for professional engineering services for the purpose of ensuring the ability to complete the Bicentennial Center Arena — Roof Reinforcing and Rigging Improvements 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 Bicentennial Center Arena — Roof Reinforcing and Rigging Improvements, as amended and supplemented from time to time. "City" means the City of Salina, Kansas. "Consultant" means Geiger Engineers, P.C. 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 Consultant Services (2013 -01 -23) 3. Responsibilities of the Parties. The parties agree to perform the responsibilities outlined in the attached and incorporated Exhibit A. 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. Ratine. 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 property 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 persons) or damage to property. 8. 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 City. 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 the 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: 2 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. 11.2 Other Remedies. The non - defaulting party 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: Geiger Engineers 2 Executive Blvd. Suite 309 Suffern, NY 10901 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, 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. Right 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 parry 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. Counterparts. 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 terns 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 4 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 party 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. Merger 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. CITY OF SALINA, KANSAS By: f J m1 A V. Shirley, Vice -mayor Attest: Lieu no Elsey, CIVIC, City C k Form: al Coun � G�'ItyER ENGINEERS, P.C. Principal EXHIBIT A RESPONSIBILITIES OF THE PARTIES City of Salina Bicentennial Center Arena Roof Reinforcing & Rigging Improvements Scope of Engineering Services February 20, 2013 PROJECT NAME: Bicentennial Center Arena- Roof Reinforcing & Rigging Improvements PROJECT DESCRIPTION: Design reinforcing for the existing roof structure of the Bicentennial Center Arena in Salina, Kansas to enable it to support loads from new smoke exhaust, sound, lighting, and rigging enhancements, as well as 125,000 lbs of entertainment rigging in addition to code required snow and wind. Prepare construction drawings and specifications for the reinforcement of the roof structure to support the proposed enhancements and entertainment rigging loads. Provide summary of rigging capacity and allowable loading criteria in AutoCAD drawings of the roof framing plan composite with the seating plan for use by the facility operator, promoters, and touring productions in planning events. The proposed reinforcing of the existing structure will be based upon Geiger Engineers July 24, 2012 Rigging Evaluation as well as existing structural and architectural drawings. Work with the Project Manager to coordinate mechanical, sound, and electrical system enhancements and improvements with the roof structural work. SCOPE OF SERVICES PREFORMED BY ENGINEER: Task 1: Design Rigging Grid and Reinforcing of Roof 1. Design rigging grid for west side of structure. a. Grid to supplement roof truss to support 125,000 lbs event rigging. b. Grid to internally resist loads from bridling. 2. Provide layout and design parameters for fall protection and rigger access. Develop performance based bid documents for new arena fall protection system. Fall protection system to be designed by vendor to meet specified requirements. A -1 3. Establish weight and load allocations to be delivered to the owner for new exhaust fans, sound, lights, required framing and incorporate into the rigging design. Determine weight reduction from ceiling removal. 4. Using current Code, develop wind and snow load cases to be considered concurrently with existing and proposed superimposed deadload and 125,0001b rigging. Make allowance for snow drifting which will occur as a consequence of the exhaust hoods or "doghouses" anticipated for the new smoke exhaust. 5. Evaluate numerical model of the existing roof structure, from Geiger Rigging Evaluation, for loading conditions. 6. Evaluate the existing roof structure for lateral loads from bridling, as required, and rigger access. 7. Evaluate demands on the roof support column, connections and foundations. 8. Determine required reinforcing of roof members and their connections. 9. Provide design of reinforcing and connections. Consultant Deliverables: • Provide structural construction drawings and specifications for arena roof truss reinforcing, rigging grid & rigger access, and fall protection. • Specification for painting the reinforced roof trusses and all new components. • Document outlining qualifications for contractors. City Responsibilities: • Review of construction documents for acceptance for bidding. • Prequalification of bidders per engineer's qualifications recommendations. Meetings /Travel: • See task 3. Task 2: Demolition of Ceiling and other items, 1. Prepare Demolition Drawing and Specifications for the ceiling and other items to be removed from the arena roof. 2. Prepare documents for painting the remaining ceiling and other designated surfaces in the arena. Consultant Deliverables: • Provide written narrative of demolition scope. Bid drawings and specifications for demolition of ceiling and related items. Bid drawings and specifications for painting the remaining ceiling and designated surfaces. City Responsibilities: • Review demolition narrative and provide acceptance as basis for bid scope. • Review of construction documents for acceptance for bidding. Meetings /Travel: • No special travel is anticipated. FEW Task 3: Coordinate with Project Manager Work with the Project Manager to coordinate mechanical, sound, and electrical system enhancements and improvements with the roof structural work. 1. Meet on site with the Project Manager to review the scope of the roof structure, smoke exhaust, and rigging work and coordinate mechanical, sound, and electrical system enhancements and improvements. 2. Provide the Project Manager with weight and load requirements for new sound, exhaust and lighting system contract documents. Deliverables: ■ Summary of weight and load requirements for sound, smoke exhaust, and lighting system City Responsibilities: • Engage project manager. Meetings /Travel: • Two (2) Engineers for on -site meeting with Project Manager Task 4: Bid and Construction Services 1. Provide support during bid review period. 2. Review shop drawings and submittals for roof reinforcement, rigging grid, and lifelines. 3. Visit the site during construction to review progress and assess compliance with construction documents. Deliverables: ■ Written bid addenda as necessary to respond to bidder questions. City Responsibilities: • Bid the work. • Award contract. Meetings /Travel: • 3 site visits for Structural Engineer Task 5: Summary of Rigging Capacity and Allowable Loading Criteria t. Prepare composite plan of roof framing, rigging grid, and seating plans in AutoCAD for use in planning stage locations and rigging. a. Annotate the composite plan with rigging guidelines and allowable load capacities including bridling and local load limitations. b. Provide composite plan as .dwg and .pdf for the venue's use. F-IN Deliverables: • Composite plan as .dwg and .pdf for the venue's use. City Responsibilities: • None Meetings /Travel: • None ME! EXHIBIT B TERM;SCHEDULE SCHEDULE: Approximately 5 to 6 weeks to complete the preparation of bid documents. The project goal is to begin construction on site in June of 2013 and complete by the beginning of October of 2013. MI EXHIBIT C BASIS OF PAYMENT 1. Compensation. The City shall pay the Consultant the total amount of $74,400.00, payable in five (5) equal installments of $14,880.00 each, based upon the Consultant's satisfactory completion of each of the tasks identified in Exhibit A. The City shall not be obligated to reimburse or compensate the Consultant for any costs or fees incurred in excess of the total lump -sum amount specified above. 2. Invoices. At the conclusion of each task identified in Exhibit A, the Consultant shall submit to the City a detailed invoice in a format acceptable to the City. Invoices will be due and payable within 45 days of receipt by the City. If the City disputes any items in the Consultant'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 Consultant and request clarification and /or correction. Following resolution of any dispute, the Consultant will include the disputed items as resolved on a subsequent invoice. The Consultant retains the right to assess the City interest at the rate of up to one percent (1 %) per month on undisputed invoices which are not paid within 45 days of receipt by the City. C -1 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 Consultant 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. C. Claims Made Policies. In the event coverage is provided on a claims -made basis, the 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. 2. Specific Coverage Requirements. A. Commercial General Liability ( "CGL "). The Consultant 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 Consultants 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 Consultant 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 Consultant and include automobiles not owned by but used on behalf of the Consultant. The BAL policy limits shall not be less than the following: • Combined single limit $1,000,000 D -1 C. Professional Liability — Errors and Omissions. The Consultant shall maintain professional liability insurance covering errors and omissions, with limits of not less than the following: a. Each occurrence $1,000,000 b. General aggregate $1,000,000 D. Workers' Compensation/Employer's Liability. The Consultant 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 The Consultant shall be responsible for all premiums and retention or deductible expense for any and all policies shown above, regardless of whether or not such retention or deductible expense results from negligent acts of sub contractor or other causes. D -2 GEIGE -1 OP ID: KF CERTIFICATE OF LIABILITY INSURANCE DATE(MM /DOYVYY) 03/13/13 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 600- 272-6771 Marquis Agency A &E Practice 732- 634 -5379 900 Route 9 North, Suite 503 Woodbridge, NJ 07095 National Account Team NAMEACT PHONE A No: IAIC No Eml- ADDRESS' INSURERS AFFORDING COVERAGE NAIC M INSURERA:Charter Oak Fire Ins. Co. -Tray 25615 INSURED GeigerGossen Cam pbell Engineers, P.C. 2 Executive Boulevard, Ste 309 Suffern, NY 10901 INSURER e:Travelerslndemnit Company 25658 INSURER C:Alterra America Insurance Co 21296 INSURER D: d X X 680 - 18394661- COF -12 INSURER E, 10111113 I 'A' RFR F - $ 10,00 (;UVt_''tALICJ VGnrrrlVml",nwnu.) n. 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 TYPE OF INSURANCE ADDL SUB P LICYN BER POLICY EFF POLICY EXP LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,800,88 DAMAGE TO RtNHt PREMISES lEa occurrence) $ 1,000,88 A X COMMERCIAL GENERAL LIABILITY CLAIMSWADE a OCCUR X X 680 - 18394661- COF -12 10111112 10111113 MED EXP (Any one person) $ 10,00 PERSONAL & ADV INJURY $ 1,000,00 GENERAL AGGREGATE $ 2,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $ 2,000,00 COMB NED S N L L M Ea accitlant $ 1,000,00 lFr.T F7 POLICY X PRO LOC AUTOMOBILE LIABILITY BODILY INJURY (Per person) $ A ANY AUTO X X 680 - 18394661- COF -12 10/11112 10111113 BODILY INJURY(Per amiden0 $ ALLOWNED SCHEDULED AUTOS AUTOS OWNED X HIRED AUTOS X AUTOS PROPERTY DAMAGE Per accident $ B X UMBRELLA UAB EXCESSLIAB X OCCUR CLAIMS -MADE X X CUP - 18398715.12 -47 10111/12 10111/13 EACH OCCURRENCE $ 3,000,00 AGGREGATE $ 3+000,00 QED I X I RETENTION 10,000 WORKERS COMPENSATION X I WC STATU- OTH- $ E.L. EACH ACCIDENT $ 1,000,00 A C AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE Y OFFICERJMEMBER EXCLUDED? (Mandatory in NH) Hyes, describe under DESCRIPTION OF OPERATIONS below Prof Liability NIA UB- 3824T61 -0 -12 MAXA7131.9991943 10111112 10/11/12 10111113 10111/13 E. L. DISEASE - EA EMPLOYEE $ 1,000,00 E. L. DISEASE - POLICY LIMIT $ 1,000,00 Per Claim 2,000,DO Aggregate 2,000,00 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Addidonal Remarks Schedule, if more space is required) Certificate holder and its agents,- representatives, officers, officials and employees are included as additional insured, where required by contract, under the General, Auto and Umbrella Liability policies. A Waiver of Subrogation in favor of the same is also included. CITYSAL SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Salina, Kansas ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 736 Salina, KS 67402 AUTHORIZED REPRESENTATIVE ©1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD 10 5 3/14113