Loading...
HomeMy WebLinkAboutA6594 - CNS ENGINEERS INC - S PALM CYN DR BRIDGE REPL @ TAHQUITZ CREEK CHANNEL CP 12-02AMENDMENT NO. 4 TO AGREEMENT NO. 6594 SOUTH PALM CANYON DRIVE BRIDGE REPLACEMENT AT TAHQUITZ CREEK CHANNEL CITY PROJECT NO. 12-02, FEDERAL AID PROJECT NO. BRLS-5282 (042) THIS FOURTH AMENDMENT TO Agreement No. 6594 for professional engineering and consulting services, (herein "Amendment") made and entered into on the day of ft yrxi 2019, by and between the CITY OF PALM SPRINGS, a California charter City and municipal corporation, (herein "City") and CNS Engineers, Inc., (herein "Consultant") is hereby amended as follows: RECITALS A. City and Consultant entered into that certain Contract Services Agreement No. 6594 to provide professional engineering and consulting services related to the South Palm Canyon Drive Bridge Replacement at Tahquitz Creek Channel, City Project No. 12-02, Federal-Aid Project No. BRLS-5282 (042), (the "Project"), in the City of Palm Springs, (the "Agreement"), initially approved by the City Council on September 3, 2014. B. The Consultant requested approval for increasing the costs of certain tasks as shown in Exhibit "C" for a net change of $44,683.33 to the contract amount. Tasks to be increased are shown in attached Exhibit "C". Extra scope of services for the tasks to be increased is shown in blue text in attached Exhibit "A". C. The parties wish to amend the Agreement for the fourth time to: (1) adjust the costs of specific tasks for a net change of $44,683.33 to the contract amount, and revise Exhibit "C" accordingly. AGREEMENT SECTION 1. The foregoing Recitals are true, correct, and incorporated by this reference herein as material terms relied upon by the Parties in agreeing to and executing this Amendment No. 4. SECTION 2. Section 9.3, Covenant Against Discrimination, is hereby deleted and replaced in its entirety to read: 9.3 Covenant Against Discrimination. In connection with its performance under this Agreement, Consultant shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin {i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Consultant shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition ORIGINAL BID AND/OR AGREEMENT precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Consultant certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Consultant activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Consultant is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. SECTION 3. Exhibit "C", Schedule of Compensation, is hereby deleted and replaced with the revised Exhibit "C" attached to this Amendment No. 4. SECTION 4. Exhibit "D", Schedule of Performance, is hereby deleted and replaced with the revised Exhibit "D" attached to this Amendment No. 4. SECTION 5. Full Force and Effect. All terms, conditions, and provisions of the Professional Services Agreement (A6594), unless specifically modified herein, shall continue in full force and effect. In the event of any conflict or inconsistency between the provisions of this Amendment No. 4 and any provisions of the Professional Services Agreement (A6594), the provisions of this Amendment No. 4 shall in all respects govern and control. SECTION 6. Corporate Authoritv. The persons executing this Amendment No. 4 on behalf of the Parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Amendment No. 4 on behalf of said party, (iii) by so executing this Amendment No. 4, such party is formally bound to the provisions of this Amendment No. 4, and (iv) the entering into this Amendment No. 4 does not violate any provision of any other agreement to which said party is bound. IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. "CITY" City of Palm Springs Date: APPROVED AS TO FORM: David H. Ready City Manager ATTEST City Attorney RECOMMENDED: Anthony Mejia, City Clerk Marcus L. Fuller, MPA, P.E., P.L.S Assistant City Manager/Director of Engineering APPROVED BY CITY COUNCIL: Date: ^^^reem'ent No. /) Corporations require two notarized signatures: One signature must be from the Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONSULTANT NAME: CNS Enoineers. Inc. Check one: Individual Partnership X Corporation Address npiature (Notarized) JTon^-Jicinn f-U. pye$?dei^ Signafure^^>IZed) - cfv 4r\ HI 10/1^,7^ j"44n A(yC€en\(>}?iit(nS9^ 11 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Califomia County of Riverside J On . before me, D. Frymire, Notary Public, JOlAQ- . llO^A LlL le basis*o£)satisfactorv evidence (insert name and title of the officer) personally appeared who proved to me on the basis^of^satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. D. FRYMIRE [ COMM. #2231912 z Notary Public • California § Riverside County My Comni. Expires Feb. 23,2022 [ 'X;-|r-yYOAJL> (seai) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A Rotsry public or other officer ccni|ilating tliis certiicato verifias orV the identity of the indwdual who eigied the document to which this cenfficatee attached, and not the tnjthlitlnB33.acctirscy, or vafiffily of that document State of Cafifdmia County On Dsto personally appeared Lisa Kitadani Hoffman, N<')tnn/ Public UUlMlki Hem Insert Name and TWO of the Officer Name(^ of Signeffa) who proved to me on the tiaets of sabefactory evidence to t>e the Dgrsonl^wfiDse namp(d^^are 8ulai^t>ed to tfie writftin inaltiumerA,and acknowledged to me ttial hd^^Wiey executed ttie same in htam^raietr auttiorizad capacdy^^L and tfiat l}yjj|sm^n»ir 8ignalura(B)m ttw inatniment ttte persoaf^. or the entity upon liefiatf of wftich tfie peisonj^actscirSKecuted the inatrumenl Lw LISA KITADANI HOFFMAN Nota'v PubltC - California Oranyo County Commission ('2225132 My Conim Expires Jan 8,2022 I oertily under PENALTY OF PERJURY under the laws of the State of Calffomia that the foregoing paragraph istnieand correcL WriNESS my fiand andjofiicial ^pal. Signature tgnatum of Notary Pbco Notary Seat Alxjve OPTtONAL Though this section is option^, oompteting itua rnftwrnablon can deter alteration of the document or haudulentreattachmmtafthiafonntoanunniendeddgcumerA , ^ Description of Attactied Trtle or Type of Doctmiant Number of Pages: Signer(3) Other Than Named Alxwe: MrTt^CAQ H » Officer — THte^): Capacfly(ieB) Signer's Name: Ujbcrporate Officer □ Partner — □ Limited □ Qeneral □ Individual □ Attorney in Fact □ Trustee □ Quarcfian or Cansarvator Signer'e Name:. \^^T\Pr □ Corporate Othoer — Tdle^^□ Partner— □ Ltmit8d^,0l3ener8l□ Individual ^P^s^mey m Fact □ Trustee Quarcfian or Ocinservator□ Olh€^ /'Sigirap^ Representing: @2014 National Notary As&ociaticn-wwwiilatianaINciaiy.arg-1-800-US NOTARY 0-900-876-6827) Itam4^07 720669.1 13 Revised: 1/31/18 Exhibits A, C FOLLOWS THiS PAGE 14 Revised: 1/31/18 720669.1 EXHIBIT "A" SCOPE OF SERVICES General Scope of Work - Consultant shall provide the City with engineering and environmental phase services related to the South Palm Canyon Drive Bridge at Tahquitz Creek Channel, City Project No. 12-02, Federal Aid Project No. BHLS- 5282(042) (hereinafter the "Project"). The intent of the proposed project is to widen and replace the existing 4-lane bridge without additional traffic lanes within the HBP- participating limits. The scope of work generally includes ail professional services associated with completion of the Project Approval / Environmental Document ("PA/ED") Phase and the Final Design Phase. Preliminary and final design of the trail undercrossing(s) if determined required in the PA&ED phase is not included in the scope. It is assumed that the majority of the training retaining walls upstream and downstream of the bridge will remain intact without a need of major structural modifications or reconstruction. Technical Scope of Work Phase 1 - Environmental Documents and Technical Studies Task 1 - Project Management Task 1.1 Project Administration and Project Controls (Original Contract Scope) Consultant's project administration procedures are generally outlined as follows: Upon receipt of a formal Notice-To-Proceed (NTP) for the project, a project-specific work plan shall be developed to strategize the team resources and detailed assignments. Consultant' work plan shall typically consist of the following items - detailed scope of services; deliverables; schedule; task budget; agency contacts; team member contacts; responsibility of team design disciplines; and project-specific requirements. Consultant' project administration shall be conducted to ensure timely progress reporting and billing, accurate project record keeping, monitoring of costs, progress, deliverables and adherence to quality standards. Internal project coordination meetings shall be conducted monthly through office meetings, conference calls and exchange of emails, to maintain good project communication. Schedule Control: During the project development. Consultant shall ensure that the schedule adheres to all contractual requirements. The schedule will be constantly updated. Consultant shall work closely with the City for the delivery requirements. Document Control: All in-coming and out-going design and correspondence materials shall be logged, and filed according to a project-specific document control system. Exhibit "A" Page 1 of 35 Accounting and Invoicing Procedures: Consultant shall follow general City and Caltrans accounting and billing requirements. All man-hours, direct and indirect costs shall be tracked. Cost Control: Project costs shall be verified on a monthly basis. Cost-to-date, estimated actual percent completed, and estimated budget to complete by individual task at each invoicing period will be documented. Deliverables: monthly invoices, progress reports, schedule updates and document logs (Extra Work for AMD No. 3) Consultant shall carry out the general administration and project controls for the extra work through the final design PS&E phase of the project. (Extra Work for AMD No. 4) Consultant shall carry out the general administration and project controls for the extra work through the final design PS&E phase of the project. Task 1.2 Meetings and Coordination (Original Contract Scope) This task shall include general management and coordination among the City, Consultant Team, Caltrans, jurisdictional agencies, and other key stakeholders. Project meetings shall be conducted to maintain good project communication in purposeful and concise meetings. Project coordination shall be established by frequent progress review meetings or conference calls. Project Development Team (PDT) meetings in the City Hall or by conference calls shall be conducted. A meeting agenda shall be prepared in advance. All action items listed in the meeting minutes shall be reviewed in every meeting. Other typical procedures including preparing monthly progress reports; establishing design criteria; posting project issues to all individuals; conducting biweekly progress review for all engineering plans and reports; mitigating all independent check and review comments; clearing communication lines to maintain the project schedule. Project Manager and appropriate key task leaders or engineers shall attend the meetings. (Extra Work for AMD No. 3) Consultant shall plan for public informational meetings at least once a year throughout the duration of the project to keep the public updated. Proper exhibits presenting bridge aesthetic design, engineering features, traffic control measures during construction, funding sources, and project schedule shall be prepared to support the public meetings. Consultant shall carry out the general management and coordination including attending project progress and focus meetings for the extra work through the final design PS&E phase of the project. (Extra Work for AMD No. 4) Exhibit "A" Page 2 of 35 Consultant shall coordinate the effort of updating right-of-way base map related to the change of the new tract map for the Cameron Development (TR 33575) located on the east side of South Palm Canyon Drive between Tahquitz Creek Channel and Mesquite Avenue; conducting Casey's June Beetle (CJB) Field Survey and U.S. Fish and Wildlife Service (USFWS) Consultation; preparing one additional legal description and plat for the unanticipated right-of-way impact at the northwest corner of Sunny Dunes Road and South Palm Canyon Drive intersection; providing right-of-way services for one additional ownership parcel (APN 513-290-012) to construct a curb ramp the meets ADA requirements; preparing a Loss of Goodwill appraisal for the KFC Restaurant located at the southwest corner of Sunny Dunes Road and South Palm Canyon Drive intersection. Consultant shall carry out the general coordination including attending project progress and focus meetings for the extra work through the final design PS&E phase of the project. Deliverables: meeting agendas, meeting minutes, and coordination memorandums Task 1.3 Quality Assurance and Quality Control (Original Contract Scope) Consultant shall provide Quality Control and Quality Assurance (QC/QA) for all project documents and plans to ensure that the project moves fonward to delivery as quickly as possible. Upon notice to proceed, the QC/QA procedures shall be clearly outlined for the project team. These procedures shall include checklists for plan preparation, e-file sharing procedures and document controls, and independent reviews by senior staff. Consultant shall review the design documents to make sure that the design is consistent with the funding requirements so that the review and approval process is expedited. Consultant shall make sure all right-of-way acquisitions; easements; and utility relocation for the project are reasonable and efficient. (Extra Work for AMD No. 3) Consultant shall provide quality control and quality assurance for all project documents related to the extra work through the final design PS&E phase of the project. Deliverables: Quality Control and Quality Assurance Plan Task 2 - Planning and Project Development Task 2.1 Research and Data Gathering Consultant shall collect available existing reports, data, as-built plans, and information relevant to the project from the City, Riverside County Flood Control and Water Conservation District (RCFC&WCD), Caltrans, and other stakeholders and agencies. Consultant shall conduct a field review meeting and a thorough site investigation with the City. The field review meeting shall assist the Consultant in verifying plan information obtained in data collection and research, clarifying the project scope, documenting existing street improvements including public facilities and private Exhibit "A" Page 3 of 35 (Extra Work for AMD No. 4) Consultant's subconsultant, Albert A. Webb Associates shall revise the project base map to reflect the modifications to the right-of-way due to the recent recording of the new tract map for the Cameron Development (TR 33575) located on the east side of South Palm Canyon Drive between Tahquitz Creek Channel and Mesquite Avenue. This base map changed the right-of-way and boundary lines in the southeast quadrant of the project. Extra work consists of providing additional research and coordination efforts related to this change, and to update the base map to reflect the current condition. Deliverables: digital base map file Preliminary Title Work: Consultant's team member, OPC shall order eleven (11) preliminary title reports, according to the assessor parcels being impacted and provide to all team members as needed. Right of Entries: Consultant's team member, OPC shall create four (4) necessary Right of Entry documents, according to the ownership parcels being impacted, for engineering and environmental surveys, securing approval from the City. OPC shall contact and negotiate with private property owners and secure execution of required agreements. OPC shall facilitate any payments from City to private property owners via mail. Deliverables: Preliminary Title Reports (11); Right of Entry Agreements (4) Task 2.4 Utility Research and Mapping Utility Research: Consultant's subconsultant shall be the primary point of contact with utility owners for identifying and verifying all utility facilities lying within existing and proposed rights of way of planned construction, actively participate on Project Development Team, forward a letter of introduction to the utility owners, and obtain utility owner as-built maps from all utility owners within the project area and provide these to the design team for plotting. Based on preliminary research several utility owners have facilities within the project or its surrounding area. The exact locations of the following facilities will be verified: SCO - 4" MP Gas, Desert Water Agency - 10" & 12" Water, SCE - Electric, Verizon - Phone/Fiber, Time Warner - Cable TV, and City of Palm Springs - Sanitary Sewer. Utility Mapping: Consultant's subconsultant shall compute and plot the utilities using the as-built plans and the field survey data on a base file. Deliverables: As-built plans from utility owners, letter of introduction to owners, digital utility base file Task 3 - Preliminary/Concept Plans Task 3.1 Roadway Geometric Approval Drawings Exhibit "A" Page 5 of 35 A field reconnaissance survey and general habitat evaluation shall be conducted at the project site. The consulting biologists shall evaluate the suitability of existing habitat on the site to support special-status species with special attention for burrowing owl. The type(s) of vegetation shall be characterized, and dominant plants identified. Human disturbance levels shall also be characterized. Field notes shall include any wildlife species observed or detected on-site and in immediately adjacent areas. The consulting biologists shall prepare a biological resources report summarizing the results of the literature review, biological field reconnaissance and findings which shall include recommendations for further biological studies (if necessary). The report shall describe the survey methods employed, present the results of the fieldwork, assess the potential for additional sensitive resources to occur on the site, identify regulatory issues related to the resources on the site, and recommend potential mitigation measures. A draft report shall be provided to accompany and support the NES. Provisions are made for one report revision. Burrowing Owl Protocol Survey: As noted above, a habitat suitability evaluation shall be conducted for the burrowing owl. If the owl has the potential to occur on site or in the immediate vicinity, focused protocol owl survey for burrowing owl shall be conducted by a qualified biologist. All areas to be evaluated shall be examined carefully for habitat characteristics and disturbance factors. The study area for this work is assumed to be the proposed project footprint and appropriate buffer area. It is assumed that access for the survey will be granted by the property owners based on the right of entry secured by OPC. Potentially suitable habitat shall be mapped. No permits are required to perform a habitat evaluation, but the biologist must be experienced with the species' biology, identification of direct and indirect sign, and physical characteristics of potentially suitable habitat. Habitat evaluations for this species can be performed any time of year. A burrowing owl survey and mitigation report (if needed) shall be prepared and the results shall be directly incorporated into the NES. The survey window for this work is limited to March 1 and August 31 and the survey consists of four visits made to all potential habitats on four separate days. Site surveys can be conducted outside the survey window with the express permission of the CDFW. The site visits need to occur during one hour before sunrise to two hours after and/or two hours before sunset to one hour after. The results of the focused survey for Burrowing Owl shall be directly incorporated into the NES. (Extra Work for AMD No. 4) Casey's June Beetle (CJB) Field Survey and U.S. Fish and Wildlife Service (USFWS) Consultation: Consultant's subconsultant. Terra Nova shall meet and confer with the project team regarding Caltrans' request for a consultation with the USFWS regarding potential project impacts to the federally listed Casey's June Beetle. Terra Nova shall coordinate a joint field survey with USFWS and Wood Environment and Infrastructure biologists (formally AMEC) regarding the possible presence of suitable habitat for Casey's June Beetle. Terra Nova shall review the findings of Wood's field survey and provide a final letter report determining if future CJB surveys are required for the Exhibit "A" Page 14 of 35 Project. The final letter report shall be reviewed in consultation with Caltrans and USFWS. Deliverables: Natural Environmental Study and Protocol Owl Survey (if needed), CJB Survey Letter Report Task 4.7 Wetland Delineation and Assessment Consultant's subconsultant and its consulting biologists shall conduct a state and federal jurisdictional delineation to establish waters of the state and of the US. The delineation shall also determine whether and to what extent wetlands, as defined by Federal Regulations, occur within and could be impacted by the proposed bridge project. The results of the delineation shall also be incorporated into the bio report and the Section 1600 and 404 permits, as necessary. The jurisdictional delineation shall be prepared in accordance with methodology in the USAGE 1987 Wetlands Delineation Manual, Arid West Supplement and applicable definitions in the California Fish and Game Code. Tasks associated with this effort include coordination with USAGE, CDFW and CRWQCB, and include (1) review existing literature related to the site including historical topographic maps and aerial photos. National Wetland Inventory Maps, Soil Surveys, and any previous USAGE 404 Permit, etc. in order to determine potential jurisdictional water. Consultant shall review preliminary engineering plans for the project to assess potential impacts to waters in the area, (2) conduct field survey to collect data upstream and downstream of the site location, evaluate soils, vegetation and hydrologic conditions on the site, and delineate jurisdictional waters using approved state and federal methods and collect data using GPS with sub-meter accuracy. Deliverables: A Jurisdictional Determination and Delineation Report that defines methods and results of the field assessment. Boundaries of Jurisdictional waters shall be overlaid onto aerial photographs for identification. Proposed impact areas shall be overlaid onto the aerial photograph to identify and quantify impacts. Approximate calculations of the amount of acreage of waters to be impacted (if any) by the project shall also be provided. Task 4.8 Section 4(f) De Minimis Consultant's subconsultant shall evaluate the potential of the proposed project to have an adverse impact on community recreational resources, including trails and bike paths. This assessment shall be conducted in conformance with FHWA Technical Advisory 6640.81 Guidance on Preparing and Processing Environmental and Section 4(f) Documents. It is expected that De Minimus findings can be made by the City and that these findings will satisfy Caltrans with regard to possible impacts to recreational facilities. Deliverables: Draft and secure signed Section 4(f) De Minimus Letter from City, as appropriate. Task 4.9 Visual Resources Technical Memorandum Exhibit "A" Page 15 of 35 Task 4.3 Right-of-Way Legal Descriptions and Plats (Original Contract Scope) Consultant's subconsultant shall prepare right-of-way map to support local assistance right of way certification, and prepare right-of-way legal descriptions and plats based on the final right of way acquisition needed for review by the City. (Extra Work for AMD No. 4) Consultant's subconsultant, Albert A. Webb Associates shall prepare one additional legal description and plat for the unanticipated right-of-way impact at the northwest corner of Sunny Dunes Road and South Palm Canyon Drive intersection in order to construct a curb ramp the meets ADA requirements. Deliverables: right-of-way legal descriptions and plats signed by a licensed land surveyor Task 4.4 Right-of-Way Appraisal and Acquisition (Original Contract Scope) Pre-Appraisal Activities: Consultant's subconsultant shall obtain a mailing list of property owners along with three sets of labels, for the area within a 1,000' radius from the project in order to support the environmental notification efforts. Subconsultant will mail a Notice of Decision to Appraise letter and acquisition policies brochure to the impacted property owners, requesting permission to conduct an on-site inspection of the property, advising them of their right to accompany the appraiser at the time of the inspection, and requesting information regarding the property appraised which could influence the appraised value. Appraisal/Appraisal Review - 4 ownerships parcels (11 Assessor parcels) to be appraised: Appraiser shall review title information pertaining to respective ownerships and shall review drawings and other pertinent information relative to the parcel. Appraiser shall inspect each property personally with the owner (if possible) and document the inspection with photographs for use in the report. Appraiser shall inventory all improvements affected by the proposed taking, including notes on their manner of disposition (i.e., pay-for and remove vs. move back). Appraiser shall perform market research to support the selected appraisal methodologies and shall document and confirm comparable sales information. Appraiser shall prepare a narrative appraisal report that conforms to the Uniform Standards of Professional Appraisal Practice (USPAP). The appraisal study and report are intended to serve as an acquisition appraisal and shall be prepared in a summary format consistent with the specifications for narrative appraisal reports. Upon completion of the fee appraisal, subconsultant shall conduct a formal review by an independent appraiser in accordance with federal regulations and Caltrans procedures manual. Subconsutant shall receive and analyze the completed appraisal reports accordingly. Exhibit "A" Page 32 of 35 If necessary interests are secured through eminent domain proceedings, subconsultant shall assist eminent domain counsel with the following: 9. Prepare a letter for the client signature to eminent domain counsel, requesting proceeding to condemnation. 10. Provide eminent domain counsel with available right-of-way maps and legal descriptions, preliminary title reports and title review documents, and information on how to contact each owner or interest holder. 11. Provide eminent domain counsel with a duplicate copy of the parcel file, together with a copy of the appraisal, offer to purchase, correspondence, acquisition contract, and deed as presented. 12. Convert preliminary title reports to litigation guarantees for eminent domain counsels' use (Title Company fees are additional and not part of this scope). Caltrans Right-of-Way Certification: The final phase of the right-of-way program is right- of-way certification which documents the construction project is ready for advertising. During this process, subconsultant shall coordinate and attend certification planning meeting with the City, Caltrans Right-of-Way Local Assistance Coordinator, and project team to determine project requirements and certification level required to meet project construction schedule. Subconsultant shall coordinate with the project engineer, as well as the utility relocation, property acquisition, and relocation managers to confirm their respective activities have been completed in compliance with all applicable laws and regulations. Subconsultant shall prepare certification forms in coordination with the engineer and the City to include the compilation of all necessary back-up documents required including; deed, final order of condemnation, access easements, cooperative agreements, permits, right of entries, etc. Subconsultant shall also attend and coordinate pre and post-audit submittal meetings. (Extra Work for AMD No. 3) The preliminary design (PA/ED) phase of the project has identified one additional entity that will require valuation and negotiations. It was determined that a vapor extraction system that is located within the street area north of Tahquitz Creek Channel will require relocation/modification due to the proposed elevation change of the street. This matter will require negotiations with an additional ownership (of the extraction system) along with the cost to cure estimate to relocate the portion of the system that will have to be relocated/modified. (Extra Work for AMD No. 4) Consultant's subconsultant, OPC shall provide right-of-way services for one additional ownership parcel that will require a partial acquisition in order to construct a curb ramp the meets ADA requirements. The fifth ownership is APN 513-290-012 located at the northwest corner of Sunny Dunes Road and South Palm Canyon Drive intersection. This parcel will require a fee appraisal, review appraisal, acquisition, escrow coordination and related project management. Additional work includes preparing a Loss of Goodwill appraisal for the KFC Restaurant located at the southwest corner of Sunny Dunes Road and South Palm Canyon Drive Exhibit "A" Page 34 of 35 intersection. One of the ingress and egress points to that parcel will be eliminated during construction. In the eventuality that that the business will file a claim for loss of goodwill, the additional consulting services include a loss of goodwill appraisal and additional time to oversee the appraisal and work with the business if such a claim is filed. Deliverables: Notice of Decision to Appraise, Summary Appraisal Reports (4), Appraisal Review Reports (4), Acquisition documents and case files (4), Caltrans Certification Form and back-up documents, Appraisal and Acquisition documents (APN 513-290- 012), Loss of Goodwill Appraisal for the KFC Restaurant. Bidding Phase Supports Design Construction Supports Consultant shall remain available to attend a pre-bid meeting to be scheduled in advance of the bid opening date. Consultant shall answer bidders' questions regarding the contract bid documents, and prepare bid addenda if required. Consultant shall perform bid review and analysis, if required. Consultant shall attend a pre-construction meeting as directed by the City. Consultant shall review shop drawings and submittals for conformance with the contract plans and specifications, and make recommendations for acceptance, denial or re-submittal within reasonable time of receipt. Consultant shall provide response to contractor's requests for information (RFI's) about the contract plans and specifications fonwarded to Consultant by the City within reasonable time of receipt. Upon written authorization from the City, Consultant shall provide engineering design services for revisions to construction documents resulting from changed field or unforeseen conditions or other change order work required due to actions of the City. Subsequent change order documentation and processing shall be prepared by the City's Resident Engineer. Consultant shall perform up to five (5) site visits during the construction as requested by the City. Following the completion and acceptance of the project. Consultant shall furnish the City with a complete set of revised contract drawings showing as-built conditions. Revisions shall be solely based on as-built redlined information provided by the Contractor and the City. The as-built plans will be delivered to the City within two months of receipt of redlined plans. The tasks for bidding and design construction supports are listed below: 4.5 Pre-Bid Meeting 4.6 Bidding Interpretations 4.7 Bid Review and Analysis 4.8 Respond Contractor's RFi's and Review Shop Drawings/Submittais 4.9 Prepare Design Addenda 4.10 Prepare As-buiit Plans END OF EXHIBIT "A" Exhibit "A" Page 35 of 35 EXHIBIT "C" SCHEDULE OF COMPENSATION Tasks listed below are identical to tasks identified in Exhibit A of this Agreement. Payments to Contractor shall be made no more frequently than monthly, and shall be based on lump sum costs per task item of work as indicated herein. Lump sum payments shall be made to Contractor based upon completion of tasks, or pro-rata portions thereof noted below, to a maximum of 75% of the lump sum task item fee until completion of such task item as determined by the Contract Officer. Each request for payment shall contain Contractor's statement of the work or tasks completed or portion performed, with supporting documentation. The determination of payment due shall be made based upon the reasonable judgment of the Contract Officer. Task Total Lump Sum Phase 1 - Environmental Documents and Technical Studies Task 1 - Project Management Task 1 - Project Administration and Project Controls Task 1.1, Project Administration and Project Controls Task 1.2, Meetings and Coordination Task 1.3, Quality Assurance and Quality Control $ 44,239.56 $44,127.35 $ 42,533.92 $40,416.39 $ 15,438.89 Task 2 - Planning and Project Development Task 2.1, Research and Data Gathering Task 2.2, Surveys and Aerial Topographic Mapping Task 2.3, Right-of-Way Research and Base Mapping Task 2.4, Utility Research and Mapping $ 30,532.03 $11,437.53 $26,510.03 $ 24,908.38 $ 7,358.78 Task 3 - Preliminary/Concept Plans Task 3.1, Roadway Geometric Approval Drawings Task 3.2, Preiiminary Geotechnical Investigations Task 3.3, Floodplain and Bridge Hydraulics Study Task 3.4, Roadway Drainage Study Task 3.5, Preliminary Right-of-Way Cost Estimates Task 3.6, Bridge Type Selection Study Task 3.7, Supplemental Engineering and Environmental Studies Task 3.8, Bridge Aesthetics Study and Visual Simulations $ 20,733.80 $ 8,407.48 $ 25,074.52 $ 9,429.07 $ 7,508.55 $44,981.88 $61,749.17 $56,988.10 Exhibit "C" Page 1 of 4 Task 4 - Environmental Approval Task 4.1, Preliminary Environmental Study (PES) $ 12,643.09 Task 4.2, Traffic Study $ 20,294.86 Task 4.3, Phase I Initial Site Assessment $ 16,279.96 Task 4.4, Water Quality Assessment Report (WQAR) $ 14,983.77 Task 4.5, Location Hydraulic Study and Summary Floodplain Encroachment Report $ 6,803.86 Task 4.6, Biological Study (Natural Environmental Study) $ 22,688.69 $ 19,603.73 Task 4.7, Wetlands Delineation and Assessment $ 7,648.85 Task 4.8, Section 4(f) De Minimis $ 3,456.68 Task 4.9, Visual Resources Technical Memorandum $ 9,621.61 Task 4.10, Cultural Resources Study (ASR/HPSR/APE) $ 17,340.26 Task 4.11, Air Quality Study (CEQA Purpose) $ 8,169.08 Task 4.12, Draft Environmental Document (CEQA IS/MND) $ 13,593.89 Task 4.13, Circulate Draft Environmental Document and Respond Comments (CEQA) $ 4,956.34 Task 4.14, Final Environmental Document (CEQA IS/MND) $ 5,948.71 Task 4.15, File Notice of Determination (CEQA) $ 11,487.17 Phase 2 - Civil Engineering Design (Plans, Specifications and Estimates - PS&E) Task 1 - Final Design Reports and Studies Task 1.1, Utility Potholing $ 22,218.46 Task 1.2, Geotechnical Design Reports $ 11,645.11 Task 1.3, Storm Water Pollution Prevention Plan (SWPPP) $ 7,610.80 Task 1.4, Utility Relocation Coordination $ 9,865.05 Task 2 - Plans, Specifications and Estimates (PS&E) Civil Roadway PS&E Task 2.1, 65% Roadway Plans $ 102,101.66 Task 2.2, 65% Traffic Control Plans $ 16,556.43 Task 2.3, 65% Sign/Striping/Signal Modification Plans $ 25,021.38 Task 2.4, 95% Civil Roadway PS&E $ 52,069.28 Structure (Bridge and Retaining Walls) PS&E Task 2.5, Unchecked Structure Plans $ 97,389.69 Task 2.6, Bridge Design Independent Check $ 30,385.00 Task 2.7, 95% Structure PS&E $ 23,004.53 Task 2.8, Final 100% Design PS&E and Contract Bid Documents $ 52,590.47 Task 3 - Environmental Permitting Exhibit "C" Page 2 of 4 Task 3.1, ACOE Section 404 Nationwide Permit $ 19,117.04 Task 3.2, RWQCB Section 401 Water Quality Certification $ 5,857.24 Task 3.3, CDFW1602 Streambed Alteration Agreement $ 9,435.89 Task 3.4, HMMP (1602) & NEPA Revalidation $ 14,164.92 Reimbursable Expenses $ 26,900.00 $ 26,800.00 Sub-Total (Phase 1 and Phase 2) $1,116,366.51 $ 1,102,161.31 Exhibit "0" Continues on Next Page Exhibit "C" Page 3 of 4 Task 4 - Optional Tasks (Upon Written Authorization) Task 4.1, Supplemental Engineering and Environmental Studies $ 0.00 Task 4.2, Bridge Aesthetics Study and Visual Simulations $ 0.00 Task 4.3, Right-of-Way Legal Descriptions and Plats $ 19,715.75 $ 16,211.94 Task 4.4, Right-of-Way Appraisal and Acquisition $ 84,674.40 $ 57,700.09 Bidding Phase Supports Task 4.5, Pre-Bid Meeting $ 701.43 Task 4.6, Bidding Interpretations $ 3,498.17 Task 4.7, Bid Review and Analysis $ 1,280.82 Design Construction Supports Task 4.8, Respond RFI's, Review Shop Drawings and Submittals $ 18,743.88 Task 4.9, Prepare Design Addenda $ 8,085.71 Task 4.10, Prepare As-Built Plans $ 7,074.25 Sub-Total (Optional Tasks) $ 143,774.41 $ 113,296.29 Grand Total $1.260.140.92 $ 1.215.457-759 END OF Exhibit "0" Exhibit "C" Page 4 of 4 EXHIBIT "D" SCHEDULE OF PERFORMANCE City and Consultant hereby mutually agree that the nature of the scope of services associated with this Contract, and the requirement to coordinate and obtain approvals by other agencies, including but not limited to, Caltrans and FHWA, may cause the term of this contract to exceed initial project schedule estimates. The term of this contract shall automatically extend until such time as required approvals are obtained and all services identified in Exhibit "A" are completed. The schedule shall be adjusted accordingly to revise the project notice to proceed (NTP) date of October 7, 2014, as indicated in the originally submitted proposal, to the actual NTP date indicated in the City's letter to Consultant following approval of this agreement by the City Council. For Phase 2 (PS&E) Services, the Consultant's schedule of performance shall comply with the schedule shown on the following page. Clly of Pabn Sprtng* - South Palm Canyon Orlvt Bridge at Tahqultz Craak CItannolPhaao 2 n Englnaorlng Oatlgn fPlana. Spociricallans & Eitbnata [PSSEDWRS fMk MjmrOgraion Sra'iF fWlPrfcpcc»vcrvBegin Phase II - PS&EProject ManegomentTeam MobSizstionTask 1 Final Oosign Reports and Studies1.1 utility PotholmgGeotechnical Design R^oitsStorm Waler Pollution Presentation Plan 45 days Men 11/26/18(SWPPP)Submit RFA for R/W and Receive E-76 119 days Men 3/5/18Right-of-way Legal Oescnptlon and Plats 45 days Tue 8/21/18Right-of-way Appraisal and Acquisition 160 days Wed 10/3/18Right-of-way CerUfcationUtiBty Relocation CoordinationTask2PS8£Civil Roadway PSSE65% Street. Storm Drain. & ChannelPlans65% Traffic Control Plans65% Slgn/Slftplng/L^hting/SlgnalModiflcation Plans1.2131.4151 62 12223Odays Mon 7/3/17544 days Mon 7/3/17todays Mon7/3/17536 days Tue 7/18^740 days Tue 8/29/1755 days Tue 7/18/1765 days Tub 5/21/19325 days Tue 10/24/17448 days Tue 8/22M7368daysTue8/22M7148 da^ Tua 8/22/1765 days Wed 12/13/1765 days Wed 12/13/17Mon 7/3/17Fri 8/16/19 1Mon 7/17/17 1Mon 8/19M9Mon1(V23/17 »$>40d«y>Mon 10/2/17 )Tua 1/29/19 20Mon 8/20/16Tue 10/23/18 8Mon 5/20/19 SSS^-SO daysMon 8/19/19 10.12Mon2M/19 5Tue 5/21/19Tue 1/29/19Fri 3/16/18J»*3b dayi2/VW2/17/1713/21/12Thu 3/15/18Thu 3/15/1815SS-r80da>15SS-r60daysISOC Review and Revision18 daysMon 3/19/18Wad 4/11/181S.16.17.6.S19City and Agency Reviews92 daysThu 4/12/18Tue 8/21/18ISlo"2.495% Civil Roadway PS&E65 daysVifed 8/22/18Wed 11/21/181921QC Review and RevisionIS daysMon 11/26n8Fri 12/14/187022City and Agency Reviews30 daysMon 12M7/18Tue 1/29/19212.1Structure (Bridge and WaOa) PS&E428 dsya Tue 9/19/17Tuo 5/21/191-!25Unchecked Structure Plans128 days Tue 9/19/17Fri 3/16/18USi4Sitavi2SQC Review and f^evisioniSdeyeMon 3/19/18Wed 4/11/1824ISCity and Agency Revlewe72 daysThu 4/12/18Tue 7/24/182b272.6Bridge Design Independant Check40 daysThu 4/12/18Thu 6/7/182b282795% Structure PS&E75 daysVlted 7/25/18Wed 11/7/182629QC Roviaw and RevisionISdaysThu 11/8M8Frill/30/1878.7710City and Agency Reviews30 daysWed 1/30/19Tua 3/12/1929.7It2.8Final 100% Design PS&E & Contract60 daysWed 3/13/19Tue S/21/1972.MBid Documents12Task 3 Environmental Permitting40 daysMon 7/3/17Mon 8/28/171131ACOE Section 404 Nationwide Penult40 daysMon 7/3/17Mon 8/28/1711432RQCB and EPA Section 401 Water40 daysMon 7/3/17Mon 8/28/171Quality Certificationlb3.3CDFW1602 Streambed Aiteration40 daysMon 7/3/17Mon 8/28^171AgreementJSComplete Phase IIOdaysMon 8/19/19Mon 8^19/19U.J1.14.1bJ17CaUrans Autliorization for Construction OdaysMon 8/19/19Mon 6/19/19361«Bidding and Construction SupportsOd«v<Mor 8/19/19Mor 8/19/19377/1/177/VI710/24/17 ^i/U/17MtVU/Utaiivu/u»s^S5B.a/20/18S/JI/U.^HMHiie/vis»Bi1/U/IS1/U/IS1/19/11^^,4/11/lS4/12/lB8/Z2/U bB^U/21/1Su/is/istca. U/14/U12/17/lS9/19/17MSi^muj.l/lt/isl/19/ie T:—' amria1/18 t>/ia ^4/11/184/lJ/iat i/l/lS7/lVlS11/7/1111/8/U^^ U/M/Ui/w/n""TTa-8/19/19I t/W/17t^l9/194^1/19/194^/19/19' PTojfcl; S Patin C4r7yon tiridgp a)OjU: ScpWtnbrf 21,2017I CMS|-e>r*Ct-V VKSp)tMtfmtonoiufivnyyProject SuTtTia'vLstmvai -4«Jnijiifmy Uteiter4trjclivpTjtlinxtivc Mlef»RcnKt)M# SunvnifVItuD.'JtttiVdWvM»f)44«lSufrm3fvRoluo <KUa«a] Suirnury <IPnKh-o«4YDead noCflticsCfiiicj Soil A tis9 q A��Q® - CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 11/29/2022 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 have ADDITIONAL INSURED provisions or 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 endorsements . PROWLER AssuredPartners Design Professionals Insurance Services, LLC 3697 Mt. Diablo Blvd Suite 230 Lafayette CA 94549 CONTACT Mafia Swaney NAME: PHONE . 6266g6-169D F'X xu: E-MAIL ADDRESS: CertsDesi nPr uredPartners.com INSURERS AFFORDING COVERAGE NAIC0 INSURER A: Sentinel Insurance Company 11DOO icense#: 6003745 INSURED CNSENG141 INSURER a: Travelers Casualty and Surety CO Of America 31194 CNS Engineers, Inc. 949-588-6191 INSURERC: Property 8 Casualty Insurance Company of Hartford 34690 1 Orchard Rd, #225 INSURERD: INSURER E: Lake Forest CA 92630 INSURER F : CnVFRACFS CERTIFICATE NUMBER:936792366 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INBR TYPE OF INSURANCE 1 LSBR POLICY NUMBER POLICY EFF MMIDOIYYYY POLICYYY MM1D LIMITS A X 00EIMERCIALGENE1A11AI11TY Y Y 57SBABN8700 12/11/2022 12/11/2023 EACH OCCURRENCE $1,OOD,000 CLNMS-MADE rx] OCCUR DAMAGE TO PREMISES EaENTED oc msrwe $1,ODG,000 X MED EXP (Any one parson) $10, WO ContracAW Use X XCU included PERSONAL B ADV INJURY $1.000,000 GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRODUCTS -COMPIOPAGG $2,000,000 POLICY JECT � PC] LOC $ OTHER: A AUTOMOSILELIABILITY Y Y 57SBABN8700 12/11/2022 12/11/2023 COMBINED SINGLE LIMIT Ea and nt $1,000,000 BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED X AUTOS ONLY X AUTOS ONLY BODILY INJURY (Par accident) $ PROPERTY DAMAGE r e nl $ $ X Noowrod Aura A X UMBRELLA LKS X OCCUR Y Y 57SBABN8700 12/11/2022 12/112023 EACHOCCURRENCE $5,OW,000 AGGREGATE $5,000.000 EXCESS LAB CLAIMS -MADE DED X I RETENTIONS s C WIXiXER5 COMPENSATION AND EMPLOYERS' LIABILRY ANYPROPRIETORIPARTNERIEXEWTIVE YI❑N Y 5%WECAE4RW1 12H 12G22 12/112023 X STATUTE ORµ E.L. EACH ACCIDENT $1,OW,OW E.L. DISEASE - EA EMPLOYEE $1.000,000 OFFlCERIMEMBEREXCLUDED9 (Mndabory In NH) N/A E.L. DISEASE -POLICY LIMIT $1000,000 H yes, describe under DESCRIPTION OF OPERATIONS Wlow a Professional Uability 8 106214202 121112022 12M 12023 Px Chimda,00Dp00 $5,000,000/Aggr Po$u0cn Uab. induded DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Insured owns no company vehicles; therefore, hired/non-awned auto is the maximum coverage that applies. Umbrella Liability policy is follow -form to its underlying Policies: General Liability/Auto Liability/Employers Liability RE: #13016, City Proj CIP 12-02, South Palm Canyon Bridge — City Of Palm Springs, its elected officials, officers, employees, agents and volunteers are named as additional insured's as respects general and auto liability as required per written contract or agreement. General Liability is Primary/Non-Contributory per policy form wording. Insurance coverage Includes waiver of subrogation per the attached endomement(s). RECEIVED City of Palm Springs, Eng Svcs Dept DEC 0 5 Z022 Attn: Vonda Teed, Eng Admin Sec 3200 E Tahquitz Canyon Way Palm Springs CA 92262 City Hall Reception Desk SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) 1988.2015 The ACORD name and logo are registered marks of ACORD All riqhts reserved. A tis9 q A��Q® - CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 11/29/2022 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 have ADDITIONAL INSURED provisions or 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 endorsements . PROWLER AssuredPartners Design Professionals Insurance Services, LLC 3697 Mt. Diablo Blvd Suite 230 Lafayette CA 94549 CONTACT Mafia Swaney NAME: PHONE . 6266g6-169D F'X xu: E-MAIL ADDRESS: CertsDesi nPr uredPartners.com INSURERS AFFORDING COVERAGE NAIC0 INSURER A: Sentinel Insurance Company 11DOO icense#: 6003745 INSURED CNSENG141 INSURER a: Travelers Casualty and Surety CO Of America 31194 CNS Engineers, Inc. 949-588-6191 INSURERC: Property 8 Casualty Insurance Company of Hartford 34690 1 Orchard Rd, #225 INSURERD: INSURER E: Lake Forest CA 92630 INSURER F : CnVFRACFS CERTIFICATE NUMBER:936792366 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INBR TYPE OF INSURANCE 1 LSBR POLICY NUMBER POLICY EFF MMIDOIYYYY POLICYYY MM1D LIMITS A X 00EIMERCIALGENE1A11AI11TY Y Y 57SBABN8700 12/11/2022 12/11/2023 EACH OCCURRENCE $1,OOD,000 CLNMS-MADE rx] OCCUR DAMAGE TO PREMISES EaENTED oc msrwe $1,ODG,000 X MED EXP (Any one parson) $10, WO ContracAW Use X XCU included PERSONAL B ADV INJURY $1.000,000 GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRODUCTS -COMPIOPAGG $2,000,000 POLICY JECT � PC] LOC $ OTHER: A AUTOMOSILELIABILITY Y Y 57SBABN8700 12/11/2022 12/11/2023 COMBINED SINGLE LIMIT Ea and nt $1,000,000 BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED X AUTOS ONLY X AUTOS ONLY BODILY INJURY (Par accident) $ PROPERTY DAMAGE r e nl $ $ X Noowrod Aura A X UMBRELLA LKS X OCCUR Y Y 57SBABN8700 12/11/2022 12/112023 EACHOCCURRENCE $5,OW,000 AGGREGATE $5,000.000 EXCESS LAB CLAIMS -MADE DED X I RETENTIONS s C WIXiXER5 COMPENSATION AND EMPLOYERS' LIABILRY ANYPROPRIETORIPARTNERIEXEWTIVE YI❑N Y 5%WECAE4RW1 12H 12G22 12/112023 X STATUTE ORµ E.L. EACH ACCIDENT $1,OW,OW E.L. DISEASE - EA EMPLOYEE $1.000,000 OFFlCERIMEMBEREXCLUDED9 (Mndabory In NH) N/A E.L. DISEASE -POLICY LIMIT $1000,000 H yes, describe under DESCRIPTION OF OPERATIONS Wlow a Professional Uability 8 106214202 121112022 12M 12023 Px Chimda,00Dp00 $5,000,000/Aggr Po$u0cn Uab. induded DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Insured owns no company vehicles; therefore, hired/non-awned auto is the maximum coverage that applies. Umbrella Liability policy is follow -form to its underlying Policies: General Liability/Auto Liability/Employers Liability RE: #13016, City Proj CIP 12-02, South Palm Canyon Bridge — City Of Palm Springs, its elected officials, officers, employees, agents and volunteers are named as additional insured's as respects general and auto liability as required per written contract or agreement. General Liability is Primary/Non-Contributory per policy form wording. Insurance coverage Includes waiver of subrogation per the attached endomement(s). RECEIVED City of Palm Springs, Eng Svcs Dept DEC 0 5 Z022 Attn: Vonda Teed, Eng Admin Sec 3200 E Tahquitz Canyon Way Palm Springs CA 92262 City Hall Reception Desk SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) 1988.2015 The ACORD name and logo are registered marks of ACORD All riqhts reserved.