REQUEST FOR PROPOSALS AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL. Consultant Services. September 30, 2016

Similar documents
Mobile and Stationary Security Patrol Services

REQUEST FOR PROPOSALS

INVITATION TO BID LANDSCAPE SERVICES

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For Geotechnical Engineering Services Citywide Failed Streets Geotechnical Studies CITY OF SAN MATEO, CALIFORNIA

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR ADULT BASKETBALL REFEREES

REQUEST FOR PROPOSALS. Enterprise network switching equipment & Services. July 26, City of Campbell Information Technology Department

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

REQUEST FOR PROPOSALS For On-Call Surveying Services CITY OF SAN MATEO, CALIFORNIA

Westwood Village Farmers Market Request for Proposals May 14, 2012

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

REQUEST FOR QUALIFICATIONS

Request for Proposal

REQUEST FOR PROPOSALS

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

Insurance Requirements for Contractors

NOTICE OF REQUEST FOR PROPOSALS PREPARATION OF ZONING ORDINANCE UPDATE

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR GREEN INFRASTRUCTURE PLAN

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

responsibility of Tenant and/or Construction Contractors or Construction Subcontractors to pay.

Real Estate Acquisition Services For Neighborhood Stabilization Program

REQUEST FOR PROPOSAL (RFP) Professional Public Education Legal Services for the School District of Janesville. Release Date: Monday, August 6, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

LEGAL SERVICES RFP # AUGUST 13, 2018

CITY OF CAMPBELL Recreation & Community Services REQUEST FOR PROPOSAL FOR CAMPBELL COMMUNITY CENTER SPINNING BIKES FOR FITNESS PROGRAMS

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL

SHORELINE AREA TREE TRIMMING

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

1033 Fifth Street Clovis, CA (559)

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

REQUEST FOR PROPOSALS (RFP) Marina Management Services. Docktown Marina

LONE TREE SCHOOL BELL SYSTEM

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

REQUEST FOR PROPOSAL Compensation Consulting

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

Service Providers for Agency Marketing and Outreach Campaigns

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

REQUEST FOR QUALIFICATIONS/ PROPOSALS LEASE-LEASEBACK CONTRACTOR FOR

REQUEST FOR QUALIFICATIONS TO PROVIDE BUSINESS ATTRACTION CONSULTANT SERVICES

Issued October 25, 2012 SUBMITTAL DEADLINE. Housing Authority of the City of San Buenaventura 995 Riverside Street Ventura, CA 93001

REQUEST FOR QUALIFICATIONS (RFQ) FOR RISK MANAGEMENT CONSULTANT

AGREEMENT FOR PRELIMINARY CONSTRUCTION SERVICES FOR THE DEVELOPMENT OF (INSERT PROJECT NAME HERE)

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

Certificate of. Insurance Information. Packet

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

City of Beverly Hills Beverly Hills, CA

LONE TREE SCHOOL FLOORING REPLACEMENT

Request for Proposal. Marina Coast Water District

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

Butte County Board of Supervisors Agenda Transmittal

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

REQUEST FOR PROPOSALS #17-12 PROJECT MANAGEMENT SERVICES FOR ASSET MANAGEMENT SAAS IMPLEMENTATION Proposals Due: November 9, 2017 by 2:00 PM (Pacific)

HOUSING AUTHORITY OF THE CITY OF TULSA

REQUEST FOR PROPOSALS BY THE PLACER MOSQUITO AND VECTOR CONTROL DISTRICT FOR AN AERIAL MOSQUITO CONTROL LARVICIDE CONTRACTOR

REQUEST FOR QUALIFICATIONS FOR. ISSUE DATE: November 3, 2017 DUE DATE: November 20, 2017

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

Request for Proposal on Qualifications (RFP/Q) Juniata County Government

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

City of El Centro Park & Recreation Division

UCR Campus Planning. Capital Asset Strategies REQUEST FOR QUALIFICATIONS ON-CALL NON-PROJECT SPECIFIC ENVIRONMENTAL CONSULTING SERVICES APRIL 2018

Management of Jobing.com Arena

One ACORD 25 Certificate of Liability (or) Insurance Services Office Form CG Limits of no less than $1,000,000 per occurrence.

REQUEST FOR PROPOSAL for PROFESSIONAL SERVICES for TREE TRIMMING AND WEED ABATEMENT MAINTENANCE SERVICES

STORM DRAIN ENGINEERING DESIGN SERVICES

Proposal Response Date: March 18, 2019, at 1:00p.m.

INTERLOCAL AGREEMENT BETWEEN CITY OF LYNNWOOD AND EDMONDS SCHOOL DISTRICT NO. 15 USE OF CITY AQUATIC FACILITIES

ORANGE COUNTY EDUCATIONAL ARTS ACADEMY HVAC DESIGN-BUILD SERVICES

REQUEST FOR PROPOSALS FOR General Counsel Legal Services

CONSULTANT SERVICES AGREEMENT

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

Real Estate Services For Neighborhood Stabilization Program 3

REQUEST FOR QUALIFICATIONS. Workforce Innovation & Opportunity Act Curriculum Development & Industry Engagement Services

Request for Proposal for Engineering Services. January 10, 2017 Sue Howard Closing Date: January 17,

EXHIBIT B. Insurance Requirements for Construction Contracts

Contractor s Insurance Requirements

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

PHASE 1 STAFF FACILITIES LOCKER ROOM

REQUEST FOR PROPOSALS

CITY OF WEST HOLLYWOOD DEPARTMENT OF PUBLIC WORKS

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

REQUEST FOR PROPOSALS

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

RFP NAME: AUDITING SERVICES

REQUEST FOR QUALIFICATIONS Collier Pool Public Art Project Budget: $17,500 Deadline for Submittal: January 5, 2017

Midpeninsula Regional Open Space District 330 Distel Circle, Los Altos, CA 94022

CITY OF CRESCENT CITY REQUEST FOR PROPOSALS (RFP) PROFESSIONAL AUDITING SERVICES

Transcription:

REQUEST FOR PROPOSALS AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL Consultant Services September 30, 2016 City of Campbell Department of Recreation and Community Services

REQUEST FOR PROPOSAL FOR AQUATIC FACILITY AUDIT CAMPBELL COMMUNITY CENTER POOL TABLE OF CONTENTS Background........................................... 3 Project Location and Characteristics..................... 3 Preliminary Scope of work............................... 3 Aquatic Facility Audit Budget............................. 4 Project Schedule........................................ 4 Consultant Selection.................................... 4 Attachment One Site Plan............................... 9 Attachment Two Photos................................ 10 Attachment Three Insurance Requirements................ 11 Page 2

Background The City of Campbell is requesting proposals from firms or individuals for consulting services to prepare an Aquatic Facility Audit for the Campbell Community Center Pool. This project includes the study of the current condition of the pool, chlorination and filtration systems, as well as cost effective improvements to the pool support areas including the locker rooms, staff offices, exercise room and adjacent entrance to the dance studio. The purpose of the Facility Audit is to provide information which will help the City of Campbell budget for future maintenance work and potential improvements for the aquatics facility. An analysis of whether or not a secondary pool could be added within the existing site will also be explored as part of the Aquatic Facility Audit. Project Location Characteristics In 1985 the City of Campbell Redevelopment Agency purchased the site of the former Campbell High School for use as a Community Center. Campbell High School was built in 1936 1937 with additions, such as the cafeteria building, designed in the late 1950 s. The Community Center pool was installed in the early 1950 s. The filtration, chlorination and mechanical systems are in need of an evaluation to determine their useful life as well as an analysis regarding potential ways to operate with more energy efficiency. The pool is programmed from 6:00 a.m. 9:00 p.m. on most days of the week. The demand for pool space is not sufficient in the summer months. The City rents a pool at a local high school during the summer for the swim team to practice which allows space for swim lessons at the Community Center. The depth of the pool (3.5 in the shallow end to 9.5 in the deep end) makes it challenging to teach swim lessons and a metal platform is used for the youngest swimmers to stand on during group swim lessons. There is a great deal of cement deck space adjacent to the pool at the Community Center. It may be possible to add small pool near the main pool and create enough space for swim lessons, therapeutic exercise or water play. In addition, the locker rooms and swim office are in need of renovation. Preliminary Scope of Work The following Preliminary Scope of Work is presented in outline form for the Consultant s information only. The preliminary scope of work will be used as a basis for initial contract negotiations and will be refined with the selected Consultant. The aquatic facility audit will provide information on the current condition of the existing pool, mechanical equipment, support facilities including the locker rooms, staff offices and exercise room and adjacent entrance to the dance studio. The audit will include recommendations on ADA improvements. The audit will examine the options of refurbishing or replacing the existing swimming pool (and related mechanical and support facilities) with Page 3

estimated costs and downtime for each. Also an analysis of whether or not a secondary pool could be added within the existing site will be part of the facility audit. Project Planning and Project Management Work with City staff to prepare final Scope of Work and detailed breakdown of staff hours to be devoted to each primary task. Review preliminary project schedule through project completion and prepare final project schedule. Collect and review available existing information, including available plans, studies, reports, aerial photos, maps, and other information. Meet with City staff and aquatics stakeholders to gather information on needs, and other program specific information. Attend regular progress meetings with City staff, prepare agenda, record and distribute minutes. Present the Aquatic Facility Audit to the Parks and Recreation Commission and City Council. Aquatic Facility Audit Budget The City has budgeted $50,000 to perform this work. Project Schedule The preliminary project schedule is as follows: Issue Requests for Proposals September 30, 2016 Deadline to submit questions October 20, 2016 Posting of all questions submitted October 25, 2016 Proposals due October 28, 2016 Selection of Consultant November 30, 2016 Initiate Aquatic Facility Audit January 2017 Parks & Recreation Commission Presentation April 2017 City Council Presentation May 2017 Consultant Selection and Submittal Information Application Procedure and Deadline The submittal should be prepared in 8 ½ x 11 format using a 12-point font size for the text. Please do not submit information that must be returned or information that does not pertain to this RFP. Page 4

Proposals must be received no later than 3:00 p.m. (PDT), October 28, 2016. Please submit five copies identified clearly with the words Aquatic Facility Audit to: City Clerk City of Campbell 70 N. First Street, Campbell, California 95008 All questions related to the Request for Proposals (RFP) must be submitted in writing via e- mail to: recreation@cityofcampbell.com with Aquatic Facility Audit identified in the subject. Questions must be submitted by 5 p.m. on October 20, 2016. Minimum Eligibility Requirements Eligible firms shall be those with appropriate experience in aquatic design and planning related to this Request for Proposals. Proposers must be able to demonstrate significant recent experience on similar projects. Proposal Requirements Proposals must contain the following information listed in the following order: 1. Cover Letter. Please include a cover letter stating project interest which includes: A statement describing why your firm considers itself qualified to complete the project and perform the work required in a responsive manner; and A description of the anticipated interaction with the client. 2. Review of Preliminary Scope of Work. Review the preliminary scope of work and provide comments, suggested modifications, changes and/or additions as appropriate. 3. Review of Preliminary Project Schedule. Review the preliminary project schedule and provide comments, suggested modifications, changes and/or additions as appropriate. Indicate resources that will be allocated to each major task to meet this schedule and discuss your firm s flexibility and record in catching up if milestone dates are not met. Discuss your firm s commitments to other projects in the time frame coinciding with this project. 4. Qualifications and Capabilities. Provide a detailed discussion of the qualifications and experience of the Project Manager that would be assigned to this project. Provide additional information regarding the qualifications and experience of all others that will be assigned to work on the project team. Please submit resumes of only those individuals that will actually be assigned to work on the project. Indicate Page 5

how your firm s resources will work together to complete this project. organizational chart is recommended. An 5. Subconsultants. Identify any subconsultants your firm will utilize to complete this project. Include resumes of the individuals who will be directly involved in this project, and briefly describe your firm s past experience, working relationship and involvement in joint projects with these subconsultants. 6. Related Project Experience and References. Present a description of your firm s Project Manager s past performance on similar projects, including coordinating the work of subconsultants. Provide locations, description of work, dates of construction and value of contracts, if applicable. Include name, address and phone number for three (3) references. Provide a summary or record of your firm s accuracy in preparing engineer s cost estimates for projects designed and subsequently constructed. 7. Fee Estimate. Submit a fee estimate for each task outlined in the preliminary Scope of Work. Provide a breakdown of the fee for each task showing the estimated hours of each project staff member assigned to the task and the associated fee for that project staff member or subconsultant. Also, provide hourly rate schedules for all key project staff, including subconsultants. 8. Insurance Coverage. Identify carriers, A.M. Best ratings, types and limits of insurance carried by your firm. Provide a statement verifying that your firm meets the insurance requirements contained in Attachment 3. 9. Additional Information. Please provide a list of contracts/agreements terminated for convenience or default within the past three years, if any. List any litigation that now affects or may affect the firm s ability to perform in the future. Short List Selection Process A review committee of City Staff will evaluate all responses to the Request for Proposals that meet the submittal requirements and the submittal deadline. Those submittals that do not meet the submittal requirements or the deadline will not be considered. A preliminary ranking of consultant firms will be developed based on a review of each respective applicant s Proposal. Based on this ranking, a short list of consultants will be established and contacted in writing for interviews. At the discretion of the City, references of the firms invited for interviews may be contacted. Finalist Selection Process A single set of interviews with the top ranking firms will be held in order to establish the final ranking. Approximately twenty-five minutes will be allowed for presentations and twenty Page 6

minutes for questions by the selection group, including feedback on comments received from references. The consultant s proposed Project Manager must lead the presentation. 1. A selection group composed of staff from the City will evaluate the finalist design teams. 2. The presentations will focus on the proposed project team, their relevant project experiences and the proposed organization chart to facilitate coordination and communication between the City and the consultant. Other factors that could be discussed include project approach, philosophy, design, and decision-making processes. Other questions that will be addressed include discussion of the design team s ability to meet schedules or deadlines, complete projects without having major cost escalations or overruns, and familiarity with project costs in Santa Clara Valley. 3. The selection group will rank the consultants. Final ranking of consultants will be based on the Proposal, the interview, and the results of reference checks. The City will proceed with negotiating a contract with the highest-ranked consultant. If the City and the consultant cannot reach agreement in the negotiation, the City will terminate negotiation and, at its option, negotiate with the next-ranked consultant. Selection Criteria The following selection criteria will be used to rank both the Proposal and interview of the finalists. 1. Responsiveness to the issues identified in the RFP. 2. Familiarity with the challenges presented by the project. 3. Technical skills and expertise of the firm and their ability to manage a team of subconsultants, if applicable. 4. Demonstrated ability to manage a project of the type, size and complexity described. 5. Reputation for personal and professional integrity and competence, and key personnel s professional background, caliber and availability for this project. 6. Qualifications and experience of proposed subconsultants identified for this project. 7. Experience of lead consultant and subconsultant working together as a team. Page 7

8. Familiarity and proven accuracy with building construction cost estimates in Santa Clara Valley. 9. Review of firm s current and projected workload in the time frame coinciding with this project. 10. Ability to communicate clearly and concisely. Additional Information The City reserves the right to accept or reject any or all Proposals, or to alter the selection process if warranted, to postpone the selection process for its own convenience at any time, and to waive any defects in the Request for Proposals. The City also reserves the right to accept or reject any individual subconsultant that a candidate proposes to use. This RFP and the interview process shall in no way be deemed to create a binding contract or agreement of any kind between the City and the proposers. The City s standard form of consultant agreement will form the basis of the contract between the parties. Each proposer responding to this RFP acknowledges and agrees that the preparation of all materials for submittal to the City and all presentations, related costs and travel expenses are at the proposer s sole expense and the City shall not, under any circumstances, be responsible for any cost or expense incurred by the candidate. In addition, each proposer acknowledges and agrees that all documentation and/or materials submitted with the RFP shall remain the property of the City. Attachments The following attachments are incorporated into the Request for Proposals: Attachment 1 - Site Map Attachment 2 - Photographs Attachment 3 - Insurance Requirements Page 8

ATTACHMENT 1 SITE PLAN Page 9

HANDICAP BATHROOM WOMENS LOCKER ROOM DANCE STUDIO MENS LOCKER ROOM BENCHES GAS METER BOILER ROOM CHLORINATOR ROOM BENCHES CORRIDOR OFFICE SPIN/CYCLING ROOM BATHROOM LIFEGUARD OFFICE MAIN GYM AUXILIARY GYM SWIMMING POOL City of Campbell WEIGHT ROOM N Campbell Community Center Layout 9-20 - 2016 Page 9a

HANDICAP BATHROOM WOMENS LOCKER ROOM DANCE STUDIO MENS LOCKER ROOM BENCHES GAS METER BOILER ROOM CHLORINATOR ROOM BENCHES CORRIDOR OFFICE SPIN/CYCLING ROOM BATHROOM LIFEGUARD OFFICE MAIN GYM AUXILIARY GYM SWIMMING POOL City of Campbell WEIGHT ROOM N Campbell Community Center Layout 9-20 - 2016 Page 9b

DANCE STUDIO OFFICE HANDICAP BATHROOM CORRIDOR BATHROOM WOMENS LOCKER ROOM BENCHES SPIN/CYCLING ROOM MENS LOCKER ROOM BENCHES BOILER ROOM LIFEGUARD OFFICE CHLORINATOR ROOM GAS METER AUXILIARY GYM MAIN GYM SWIMMING POOL City of Campbell N WEIGHT ROOM Campbell Community Center Layout 9-20 - 2016

ATTACHMENT 2 - PHOTOGRAPHS Pool Office Locker Room Boiler Room [Type a quote from the document or the summary of an interesting point. You can position the text box anywhere in the document. Use the Drawing Tools tab to change the formatting of the pull quote text box.] Page 10

ATTACHMENT 3 - INSURANCE REQUIREMENTS CONSULTANT shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to properties, which may arise from, or in connection with, the performance of the work hereunder by the CONSULTANT, his agents, representatives, employees, or sub-consultants. The cost of such insurance shall be included in the CONSULTANT s fee. A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office form number GL 0002 (Ed. 1/96) covering Commercial General Liability and Insurance Services Office form number GL 0404 covering Broad Form Commercial General Liability; or Insurance Services Office Commercial General Liability coverage ( occurrence form CG 0001), including X, C, U (explosion, collapse, underground). 2. Insurance Services Office form number CA 0001 (Ed. 12/93) covering Automobile Liability, code 1 any auto, or code 2 owned autos and endorsement CA 0025. Coverage also to include code 8 hired autos and code 9 non owned autos. 3. Workers Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 4. Errors and Omissions Liability insurance appropriate to the CONSULTANT s profession. B. Minimum Limits of Insurance CONSULTANT shall maintain limits no less than: 1. Commercial General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 combined single limit per accident for bodily injury and property damage. 3. Workers Compensation and Employers Liability: Workers Compensation limits as required by the Labor Code of the State of California and Employers Liability limits of $1,000,000 per accident. Page 11

4. Errors and Omissions Liability: $1,000,000 per occurrence. C. Deductibles and Self-Insured Retentions Any deductibles of self-insured retentions must be declared to, and approved by, the CITY. At the option of the CITY, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the CITY, its officials, employees, agents, and contractors; or the CONSULTANT shall procure a bond guaranteeing payment of losses and related investigations, claim administration, and defense expenses in an amount specified by the CITY. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. General Liability and Automobile Liability Coverages a. The CITY, its officials, employees, agents, and contractors are to be covered as an additional insureds as respects: liability arising out of activities performed by, or on behalf of, CONSULTANT; products and completed operations of the CONSULTANT; premises owned, leased, or used by the CONSULTANT; or automobiles owned, leased, hired, or borrowed by the CONSULTANT. The coverage shall contain no special limitations on the scope of protection afforded to the CITY, its officials, employees, agents, and contractors. b. The CONSULTANT s insurance coverage shall be the primary insurance as respects the CITY, its officials, employees, agents, and contractors. Any insurance or self-insurance maintained by the CITY, its officials, employees, agents, or contractors shall be excess of the CONSULTANT s insurance and shall not contribute with it. c. Any failure to comply with the reporting provisions of the policies shall not affect coverage provided to the CITY, its officials, employees, agents, or contractors. d. Coverage shall state that CONSULTANT s insurance shall apply separately to each insured against whom claim is made or suit is brought except with respect to the limits of the insurer s ability. 2. All Coverages Page 12

Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, or reduced in limits except after thirty (30) days prior written notice has been given to the CITY. E. Acceptability of Insurers Without limiting Consultant's indemnification provided hereunder, Consultant shall take out and maintain at all times during the life of this contract, up to the date of acceptance of the work by the City, the policies of insurance listed. Insurance is to be issued by an issuer with a current A.M. Best Rating of A:VII and be authorized to transact business in the State of California, unless otherwise approved by the City. F. Verification of Coverage CONSULTANT shall furnish the CITY with certificates of insurance and with original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. Copies of all the required ENDORSEMENTS shall be attached to the CERTIFICATE OF INSURANCE, which shall be provided by the CONSULTANT s insurance company as evidence of the stipulated coverages. This proof of insurance shall then be mailed to: G. Subconsultants CITY OF CAMPBELL Recreation and Community Services Department 70 North First Street Campbell, CA 95008-1423 CONSULTANT shall include all subconsultants as insureds under its policies or shall obtain separate certificates and endorsements for each subconsultant. Page 13