HomeMy WebLinkAboutD-Max Engineering Inc; 2021-11-30; PSA22-1658CA30th
November
DocuSign Envelope ID: C66D15FB-12CC-49C8-AF0E-451C475059B0 (Attachment AM)
PSA22-1658CA
MASTER AGREEMENT FOR STORM WATER TREATMENT CONTROL BEST
MANAGEMENT PRACTICES (TCBMP) INSPECTION SERVICES
D-MAX ENGINEERING, INC.
THIS AGREEMENT is made and entered into as of the ______ day of
________ , 2021, by and between the CITY OF CARLSBAD, a municipal
corporation, hereinafter referred to as "City", and D-Max Engineering, Inc., a California
corporation, hereinafter referred to as "Contractor."
RECITALS
A. City requires the professional services of a consulting firm that is experienced in
the Storm Water TCBMP inspection field.
B. The professional services are required on a non-exclusive, project-by-project
basis.
C. Contractor has the necessary experience in providing professional services and
advice related to Storm Water TCBMP inspections.
D. Contractor has submitted a proposal to City under Request for Qualifications
(RFQ) No. 21-1449CA and has affirmed its willingness and abil ity to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A", wh ich is incorporated by this reference in
accordance with this Agreement's terms and conditions.
Contractor's obligations with respect to any project granted to Contractor under this Agreement
will be as specified in the Task Description for the project (see paragraph 5 below).
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill
customarily exercised by reputable members of Contractor's profession practicing in the
Metropolitan Southern California Area, and will use reasonable diligence and best judgment while
exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of three (3) years from December 1, 2021 ,
through November 30, 2024. The City Manager may amend the Agreement to extend it for one
( 1) additional one ( 1) year periods or parts thereof. Extensions will be based upon a satisfactory
review of Contractor's performance, City needs, and appropriation of funds by the City Council:
The parties will prepare a written amendment indicating the effective date and length of the
extended Agreement.
4. PROGRESS AND COMPLETION
The work for any project granted to Contractor pursuant to this Agreement will begin within ten
( 10) days after receipt of notification to proceed by City and be completed within the time specified
in the Task Description for the project (see paragraph 5 below). Extensions of time for a specific
City Attorney Approved Version 6/12/18
1 of 12
DocuSign Envelope ID:· C66D15FB-12CC-49C8-AF0E-451C475059B0
PSA22-1658CA
Task Description may be granted if requested by Contractor and agreed to in writing by the City
Manager or the Division Director as authorized by the City Manager ("Director"). The City
Manager or Director will give allowance for documented and substantiated unforeseeable and
unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused
by City inaction or other agencies' lack of timely action. In no event shall a specific Task
Description exceed the term of this Agreement.
5. COMPENSATION
The cumulative total for all projects allowed pursuant to this Agreement will not exceed Q.!!,g
hundred fifty thousand dollars ($150,000) per Agreement term. Fees will be paid on a project-
by-project basis and will be based on Contractor's Schedule of Rates specified in Exhibit "A". Prior
to initiation of any project work by Contractor, City shall prepare a Project Task Description and
Fee Allotment (the "Task Description") which, upon signature by Contractor and for City, the City
Manager or Director, will be considered a part of this Agreement. The Task Description will include
a detailed scope of services for the particular project being considered and a statement of
Contractor's fee to complete the project in accordance with the specified scope of services. The
Task Description will also include a description of the method of payment and will be based upon
an hourly rate, percentage of project complete, completion of specific project tasks or a
combination thereof.
6. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and·
in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be
under control of City only as to the result to be accomplished, but will consult with City as
necessary. The persons used by Contractor to provide services under this Agreement will not be
considered employees of City for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete
compensation to which Contractor is entitled. City will not make any federal or state tax
withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be
required to pay any workers' compensation insurance or unemployment contributions on behalf
of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty
(30) days for any tax, retirement contribution, social security, overtime payment, unemployment
payment or workers' compensation payment which City may be required to · make on behalf of
Contractor or any agent, employee, or subcontractor of Contractor for work done under this
Agreement. At the City's election, City may deduct the indemnification amount from any balance ·
owing to Contractor. ·
7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of City.
If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the
acts and omissions of Contractor'.s subcontractor and of the persons either directly or indirectly
employed by the subcontractor, as Contractor is for the acts and omissions of persons directly
employed by Contractor. Nothing contained in this Agreement will create any contractual
relationship between any subcontractor of Contractor and City. Contractor will be responsible for
payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of
a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically
noted to the contrary in the subcontract and approved in writing by City.
8. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
City Attorney Approved Version 6/12/18
2 of 12
DocuSign Envelope ID: C66D 15FB-12CC-49C8-AF0E-451C475059B0
PSA22-1658CA
9. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees
and volunteers from and against all claims, damages, losses and expenses including attorneys
fees arising out of the performance of the work described herein caused by any willful misconduct
or negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly
employed by any of them or anyone for whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or
makes to or on behalf of an injured employee under the City's self-administered workers'
compensation is included as a loss, expense or cost for the purposes of this section, and that this
section will survive the expiration or early termination of this Agreement.
10. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all
amendments, insurance against claims for injuries to persons or damage to property which may
arise out of or in connection with performance of the services by Contractor or Contractor's
agents, representatives, employees or subcontractors. The insurance will be obtained from an
insurance carrier admitted and authorized to do business in the State of California. The insurance
carrier is required to have a current Best's Key Rating of not less tha n "A-:VII"; OR with a surplus
line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating
in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by
the National Association of Insurance Commissioners (NAIC) latest quarterly listings report.
10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits
indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum
amounts of coverage will not constitute any limitations or cap on Contractor's indemnification
obligations under this Agreement. City, its officers, agents and employees make no representation
that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement
are adequate to protect Contractor. If Contractor believes that any required insurance coverage
is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems
adequate, at Contractor's sole expense. The full limits available to the named insured shall also
be available and applicable to the City as an additional insured.
10.1.1 Commercial General Liability (CGL} Insurance. Insurance written on an
"occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per
occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply
separately to this projecUlocation or the general aggregate limit shall be twice the required
occurrence limit. The limits for Commercial General Liability can be achieved through a
combination of primary and excess or umbrella liability insurance, provided that such coverage
will result in the same or greater coverage as the coverage required under this Section .
. 10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's
work for City). $2,000,000 combined single-limit per accident for bodily injury and property
damage.
10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation
limits as required by the California Labor Code. Workers' Compensation will not be req uired if ·
Contractor has no employees and provides, to City's satisfaction, a declaration stating this.
City Attorney Approved Version 6/12/18
3 of 12
DocuSign Envelope ID: C66O15FB-12CC-49C8-AF0E-451C475059B0
PSA22-1658CA
10.1.4 Professional Liability. Errors and omIssIons liability appropriate to
Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be
maintained for a period of five years following the date of completion of the work.
10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under
this Agreement contain, or are endorsed to contain, the following provisions:
10.2.1 The City will be named as an additional insured on Commercial General
Liability which shall provide primary coverage to the City.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional
Liability, which will be written as claims-made coverage.
10.2.3 This insurance will be in force during the life of the Agreement and any
extensions of it and will not be canceled without thirty (30) days prior written notice to City sent
by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to City.
10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance
coverages, then City will have the option to declare Contractor in breach, or may purchase
replacement insurance or pay the premiums that are due on existing policies in order to maintain
the required coverages. Contractor is responsible for any payments made by City to obtain or
maintain insurance and City may collect these payments from Contractor or deduct the amount
paid from any sums due Contractor under this Agreement.
10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete
and certified copies of any or all required insurance policies and endorsements.
11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of the
Agreement, as may be amended from time-to-time.
12. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be clearly identifiable. Contractor will allow a representative of City
during normal business hours to examine, audit, and make transcripts or copies of records and
any other documents created pursuant to this Agreement. Contractor will 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.
13. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant
to this Agreement is the property of City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to th is
Agreement will be delivered at once to City. Contractor will have the right to make one. (1) copy
of the work product for Contractor's records.
City Attorney Approved Version 6/1 2/1 8
4 of 12
DocuSign Envelope ID: C66D15FB-12CC-49C8-AF0E-451 C475059B0
PSA22-1658CA
14. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and
Contractor relinquishes all claims to the copyrights in favor of City.
15. NOTICES
The name of the persons who are authorized to give written notice or to receive written notice on
behalf of City and on behalf of Contractor under this Agreement are:
For City: For Contractor:
Name Eleida Felix Yackel Name John Quenzer
Title Senior Contract Administrator Title Project Manager
Dept Public Works Address 5440 Morehouse Drive,
Suite 4500
CITY OF CARLSBAD SAN DIEGO, CA 92121
Address 1635 Faraday Avenue Phone 858-352-6816 EXT. 25
Mobile 619-742-1055
Carlsbad, CA. 92008 Email jguenzer@dmaxinc.com .
Phone 760-602-2767
Each party will notify the other immediately of any changes of address that would require any
notice or delivery to be directed to another address.
16. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report
investments or interests in all categories.
Yes~ NoD
17. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and regulations
which in any manner affect those employed by Contractor, or in any way affect the performance
of the Services by Contractor. Contractor will at all times observe and comply with these laws,
ordinances, and regulations and will be responsible for the compliance of Contractor's services
with all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986
and will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors and consultants whose services are
required by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
19. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following procedure will
be used to resolve any questions of fact or interpretation not otherwise settled by agreement
between the parties. Representatives of Contractor or City will reduce such questions, and their
respective views, to writing. A copy of such documented dispute will be forwarded to both parties
City Attorney Approved Version 6/12/18
5 of 12
DocuSign Envelope ID: C66D15FB-12CC-49C8-AF0E-451C475059B0
PSA22-1658CA
involved along with recommended methods of resolution, which would be of benefit to both
parties. The representative receiving the letter will reply to the letter along with a recommended
method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory
to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The
City Manager will consider the facts and solutions recommended by each party and may then opt
to direct a solution to the problem. In such cases, the action of the City Manager will be binding
upon the parties involved, although nothing in th is procedure will prohibit the parties from seeking
remedies available to them at law.
20. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
termination. If City decides to abandon or indefinitely postpone the work or services contemplated
by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon
notification of termination, Contractor has five (5) business days to deliver any documents owned
by City and all work in progress to City at the address contained in this Agreement. City will make
a determination of fact based upon the work product delivered to City and of the percentage of
work that Contractor has performed which is usable and of worth to City in having the Agreement
completed. Based upon that finding City will determine the final payment of the Agreement.
Either party upon tendering thirty (30) days written notice to the other party may terminate this
Agreement. In this event and upon request of City, Contractor will assemble the work product and
put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work
performed to the termination date; however, the total will not exceed the lump sum fee payable
under this Agreement. City will make the final determination as to the portions of tasks completed
and the compensation to be made.
21. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contr,actor has not employed or retained any company or person, other
than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that
Contractor has not paid or agreed to pay any company or person, other than a bona fide
employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration
contingent upon, or resulting from, the award or making of this Agreement. For breach or violation
of this warranty, City will have the right to annul. this Agreement without liability, or, in its discretion,
to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the
fee, commission, percentage, brokerage fees, gift, or contingent fee.
22. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must
be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation
of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is
submitted to City, it may be considered fraud and Contractor may be subject to criminal
prosecution. Contractor acknowledges that California Government Code sections 12650 et seq.,
the False Claims. Act applies to this Agreement and, provides for civil penalties where a person
knowingly submits a false claim to a public entity. These provisions include false claims made
with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of
information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to
recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a
false claim may subject Contractor to an administrative debarment proceeding as the result of
which Contractor may be prevented to act as a Contractor on any public work or improvement for
a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is
grounds for City to terminate th is Agreement.
23. JURISDICTIONS AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of enforcing a right
or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the
City Attorney Approved Version 6/12/18
6 of 12
DocuSign Envelope ID: C66O15FB-12CC-49C8-AF0E-451 C475059B0
PSA22-1658CA
County of San Diego, State of California, and the parties waive all provisions of law providing for
a change of venue in these proceedings to any other county.
24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and Contractor
and their respective successors. Neither this Agreement nor any part of it nor any monies due or
to become due under it may be assigned by Contractor without the prior consent of City, which
shall not be unreasonably withheld.
25. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it, along
with the purchase order for this Agreement and its provisions, embody the entire Agreement and
understanding between the parties relating to the subject matter of it. In case of conflict, the terms
of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions
may be amended, modified, waived or discharged except in a writing signed by both parties.
26. PUBLIC AGENCY CLAUSE
Contractor agrees that any public agency as defined by Cal. Gov. Code section 6500; if authorized
by its governing body, shall have the option to participate in this contract at the same prices,
terms, and conditions. If another public agency chooses to participate, the term shall be for the
term of this contract, and shall be contingent upon Contractor's acceptance. Participating public
agencies shall be solely responsible for the placing of orders, arranging for delivery and/or
services, and making payments to the Contractor. The City of Carlsbad and Carlsbad Municipal
Water District shall not be liable, or responsible, for any obligations, including but not limited to
financial responsibility, in connection with participation by another public agency.
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
City Attorney Approved Version 6/12/18
7 of 12
DocuSign Envelope ID: C66D15FB-12CC-49C8-AF0E-451C475059B0
PSA22-1658CA
EXHIBIT "A"
SCOPE OF SERVICES
Perform a variety of Storm Water TCBMP inspection tasks as outlined in individual Project Task
Description & Fee Allotments (PTD&FA) related to the following :
A. Preform Storm Water TCBMP Inspections using Esri's ArcGIS Collector application
software.
B. Pre-inspection activities, including surface runoff, drainage patterns, nearby
conveyances, visible discharge points along the perimeter, and outdoor arears of
intensive activity.
C. Review Storm Water Management Plans (SMWP), engineering plans, and the
California Storm Water Quality Association (CASQA) design and maintenance
guidelines.
D. Write and submit inspection reports digitally based on observations and BMP's
implemented and assess impact on storm water quality as well as BMP effectiveness.
Requests for work not listed above must be contracted under separate agreement.
9 of 12
City Attorney Approved Version 6/12/18
DocuSign Envelope ID: C66D15FB-12CC-49C8-AF0E-451C475059B0
EXHIBIT A PSA22-1658CA
EXHIBIT B -SAMPLE MASTER AGREEMENT RATE SCHEDULE -DISCIPLINE 14
Prices valid through Term of Agreement
STAFF
NAME TITLE HOURLY RATE
1 Arsalan Dadkhah Principal Engineer $214.00
2 John Quenzer Principal Scientist $202.00
4 John Draminski Assistant Project Engineer $147.00
5 Julio Garcia Project Engineer $163.00
6 Kath Raskin Staff Scientist II $118.00
7 Brittany Perkins Staff Scientist I $107.00
8 Delaney Coyle Staff Scientist I $107.00
SUB-CONSULTANTS
NAME TITLE HOURLY RATE
1 N/A
EXPENSES
DESCRIPTION COST %MARKUP
1 Mileage (Current IRS rate) 0%
2 Copy services (outside; no As billed by outside copy se rvice (e .g., Office 5%
charge for in-house copies) Depot)
3 Post age As bi lled by postal service provider (USPS, UPS, 5%
FedEx, etc.)
4 Tablet with mobile internet $SO/month 0%
service
5 Parking As billed by parking provider 5%
Notes
-Rates for particular staff levels will be held constant over the term of the agreement, but may be adjusted up for
individual staff listed in the tables above if those staff are promoted to a higher level during the term of the
agreement.
-New staff members may be hired during the term of the agreement; they will be charged at the billing rate
appropriate to their level (e.g., Staff Scientist II).
-A full fee schedule is included on the following page.
11 of 12
DocuSign Envelope ID: C66D15FB-12CC-49C8-AF0E-451C475059B0
EXHIBIT A
D-MAX ENGINEERING, INC.
PSA22-1658CA .. _.._ ...... -.._. __
-w ... -----_....,....,_,_...,
• -... ra.a..
2021-2024 SCHEDULE OF CHARGES FOR CITY OF CARLSBAD
LABOR
Classification
Word Processor/Admin
Drafter
Technician
Senior Technician
Staff Scientist I
Staff Scientist II
Assistant Project Scientist
Project Scientist
Senior Scientist
Principal Scientist
Staff Engineer I
Staff Engineer II
Assistant Project Engineer
Project Engineer
Senior Engineer
Principal Engineer
SF-1
12 of 12
Hourly Rate
74
84
84
97
107
118
137
152
173
202
118
129
147
163
186
214
... TRAVELERSJ ·
ONE TOWER SQUARE
HARTFORD CT 06183
WORKERS COMPENSATION
AND
EMPLOYERS LIABILITY POLICY
ENDORSEMENT WC 99 03 76 ( A) -001
POLICY NUMBER: UB-5P855873
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS
ENDORSEMENT -CALIFORNIA
(BLANKET WAIVER)
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not
enforce our right against the person or organization named in the Schedule.
The additional premium for this endorsement shall be 2. oo % of the California workers' compensation pre-
mium.
Person or Organization
ANY PERSON OR ORGANIZATION FOR
WHICH THE INSURED HAS AGREED
BY WRITTEN CONTRACT EXECUTED
PRIOR TO LOSS TO FURNISH THIS
WAIVER.
Schedule
Job Description
ENGINEERS PLAN
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise
stated. ·
(The information below is required only when this endorsement is issued subsequent to preparation of
the policy.)
Endorsement Effective 01/01/2021
Insured
Insurance Company
Policy No. UBSP855873 Endorsement No.
Premium
Countersigned by ____________ _
ST ASSIGN: Page 1 of 1
--!!!!!!!!!!!!! iiiiiiiiiii
!!!!!!!!!!!! -
iiiiiiii -
Policy Number: B7012585747 SB146968C
(Ed. 10-19)
C. Under Businessowners Liability Conditions, the condition entitled Duties In The Event of Occurrence, Offense,
Claim or Suit is amended to add the following:
An additional insured under this endorsement will as soon as practicable:
1. Give written notice of an occurrence or an offense to us which may result in a claim or "suit" under this insurance;
2. Tender the defense and indemnity of any claim or "suit" to us for a loss we cover under this Coverage Part;
3. Except as provided for in paragraph D.2. below:
a. Tender the defense and indemnity of any claim or "suit" to any other insurer which also has insurance for a
loss we cover under this Coverage Part; and
b. Agree to make available any other insurance which the additional insured has for a loss we cover under this
Coverage Part.
We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice
of a claim or "suit" from the additional insured.
D. With respect only to the insurance provided by this endorsement, the condition entitled Other Insurance of the
BUSINESSOWNERS COMMON POLICY CONDITIONS is amended to delete paragraphs 2. and 3. and replace them
with the following:
2. This insurance is excess over any other insurance available to the additional insured, whether primary, excess,
contingent or on any other basis, But if required by the written contract or written agreement, this insurance will be
primary and noncontributory relative to insurance on which the additional insured is a Named Insured.
3. When this insurance is excess, we will have no duty under Business Liability insurance to defend the additional
insured against any "suit" if any other insurer has a duty to defend the additional insured against that "suit" If no
other insurer defends, we will undertake to do so, but we will be entitled to the additional insured's rights against
all those other insurers.
When this insurance is excess over other insurance, we will pay only ou r share of the amount of the loss, if any,
that exceeds the sum of: ·
(a) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and
(b) The total of all deductible and self-insured amounts under all that other insurance.
We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance
provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations
of this Coverage Part.
E. Additional Insured -Extended Coverage
When an additional insured is added by this or any other endorsement attached to this Coverage Part, the section
entitled Who Is An Insured is amended to make the following natural persons insureds:
If.the additional insured is:
1. An individual, then his or her spouse is an insured;
2. A partnership or joint venture, then its partners, members and their spouses are insureds;
3. A limited liability company, then its members and managers are insureds;
4. An organization other than a partnership, joint venture or limited liability company, then its executive officers,
directors and shareholders are insureds; or
5. Any type of entity, then its employees are insureds;
but only with respect to locations and operations covered by the additional insured endorsement's provisions, and only
with respect to their respective roles within their organizations. Furthermore, employees of additional insureds are not
insureds with respect to liability arising out of:
(1) "Bodily injury" or "personal and advertising injury" to any fellow employee or to any natural person listed in
paragraphs 1. through 4. above;
SB146968C (Ed. 10-19) Page 2 of 3
Copyright, CNA All Rights Reserved.
Policy Number: B7012585747 SB1 46968C
(Ed. 10-19)
(2) "Property damage" to property owned, occupied or used by their employer or by any fellow employee; or
(3) Providing or failing to provide professional health care services.
F. The condition entitled Transfer of Rights of Recovery Against Others to Us of the BUSINESSOWNERS COMMON
POLICY CONDITIONS is amended to deleted paragraph 2. and replace it with the following:
2. We waive any right of recovery we may have against any person or organization with whom you have agreed to
waive such right of recovery in a written contract or agreement because of payments we make for injury or
damage arising out of your ongoing operations or "your work" done under a contract with that person or
organization and included within the "products-completed operations hazard."
All other terms and conditions of the Policy remain unchanged.
SB146968C (Ed. 10-1 9) Page 3 of 3
Copyright, CNA All Rights Reserved.