HomeMy WebLinkAbout05607 - LSA ASSOCIATES INC INDIAN CYN AT TAMARISK RD TRAFFIC SIGNAL AIR QUALITY STUDY CP 06-12 Page 1 of 1
Kathie Hart
From: Marcus Fuller
Sent: September 01, 2009 9:45 AM
To: Carrie Rovney; Kathie Hart
Subject: RE: A5607 - LSA-CP 06-12
OW\
close
From: Carrie Rovney
Sent: Tuesday, September 01, 2009 938 AM
To: Kathie Hart; Marcus Fuller
Subject: RE: A5607 - LSA - CP 06-12
Kathie,
There is just over$1800 remaining on the PO.
I will have to check with Marcus.
Marcus,
Please give us your input
Tka nits i
cgT ie
x816c
From: Kathie Hart
Sent: Monday, August 31, 2009 2:00 PM
To: Carrie Rovney
Subject: A5607 - LSA - CP 06-12
Carrie:
Ts this one completed? OK to close?
e444e
Kathie Hart, CMC
Chief Deputy City Clerk
City of Palm Springs
3200 E.Tahquitz Canyon Way
Palm Springs,CA 92262
(760) 323-8206 1 P--, (760) 322-8332
21 Kathie.Hart@Palm$prmgsCA.gov
Please note that City Hall is open 8 a.m. to 6 p.m.Monday through Thursday,and closed on Fridays at this time.
09/01/09
CONSULTING SERVICES AGREEMENT
Environmental Services
Indian Canyon Drive at Tamarisk Road Traffic Signal
Air Quality Study
City Project 06.12
THIS AGR EMENT FOR CONSULTING SERVICES (the "Agreement') is made and
entered into thisday 2008, by and between the City of Palm Springs, a
California charter city ("City'), and LSA Associates, Inc. ("Consultant").
RECITALS
A. City requires the services of a professional environmental firm to prepare an air
quality study for the Indian Canyon Drive at Tamarisk Road Traffic Signal Installation, City
Project No. 06-12 ("Project").
B. Consultant has submitted to City a proposal to prepare an air quality study to City
pursuant to the terms of this Agreement-
C. Based on its experience, education, training, and reputation, Consultant is
qualified to provide the necessary services to City for the Project and desires to provide such
services.
D. City desires to retain the services of Consultant for the Project.
NOW, THEREFORE, in consideration of the promises and mutual agreements contained
herein, City agrees to retain and does hereby retain Consultant and Consultant agrees to
provide services to the City as follows:
AGREEMENT
1. CONSULTANT SERVICES
1.1 Scope of Services. In compliance with all terms and conditions of this
Agreement, Consultant shall provide professional environmental services to City as described in
the Scope of Services/Work attached to this Agreement as Exhibit "A" and incorporated herein
by reference (the "services' or "work"), which includes the agreed upon schedule of
performance and the schedule of fees. Consultant warrants that all services and work shall be
performed in a competent, professional, and satisfactory manner in accordance with all
standards prevalent in the industry. In the event of any inconsistency between the terms
contained in the Scope of Services/Work and the terms set forth in the main body of this
Agreement, the terms set forth in the main body of this Agreement shall govern.
1.2 Compliance with Law. All services rendered under this Agreement shall be
provided in accordance with all laws, ordinances, resolutions, statutes, rules, and regulations of
City and any federal, state, or local governmental agency of competent jurisdiction.
1.3 Licenses and Permits. Consultant shall obtain at its sole cost and expense
such licenses, permits, and approvals as may be required by law for the performance of the
services required by this Agreement.
Y,
1.4 Familiaritywith Work. By executing this Agreement, Consultant warrants that it
has carefully considered how the work should be performed and fully understands the facilities, ;
difficulties, and restrictions attending performance of the work under this Agreement. Fs
2. TIME FOR COMPLETION. r;
The time for completion of the services to be performed by Consultant is an essential 3
condition of this Agreement. Consultant shall prosecute regularly and diligently the work of this
Agreement according to the agreed upon schedule of performance set forth in Exhibit "A".
Consultant shall not be accountable for delays in the progress of its work caused by any
condition beyond its control and without the fault or negligence of Consultant. Delays shall not
entitle Consultant to any additional compensation regardless of the party responsible for the
delay.
3. COMPENSATION OF CONSULTANT
3.1 Compensation of Consultant. For the services rendered pursuant to this
Agreement, Consultant shall be compensated and reimbursed, in accordance with the schedule
of fees set forth in Exhibit "B,"which total amount shall not exceed $6,000.
3.2 Method of Payment. An invoice shall be submitted for services rendered to the
Contract Officer. Payments shall be based on the rates as set forth in Exhibit "B" for authorized
services performed. City shall pay Consultant for all expenses stated thereon, which are
approved by City consistent with this Agreement, within thirty (30) days of receipt of
Consultant's invoice. There shall be a maximum of one payment per month.
3.3 Changes. In the event any change or changes in the Scope of Services/Work is
requested by City, the parties hereto shall execute a written amendment to this Agreement,
setting forth with particularity all terms of such amendment, including, but not limited to, any
additional fees. An amendment may be entered into:
A. To provide for revisions or modificalions to documents or other work
product or work when documents or other work product or work is required by the enactment or
revision of law subsequent to the preparation of any documents, other work product, or work;
B. To provide for additional services not included in this Agreement or not
customarily furnished in accordance with generally accepted practice in Consultant's profession.
3A Appropriations. This Agreement is subject to and contingent upon funds being
appropriated therefore by the City Council of City for each fiscal year covered by the
Agreement. If such appropriations are not made, this Agreement shall automatically terminate
without penalty to City.
4, PERFORMANCE SCHEDULE
4.1 Time of Essence. Time is of the essence in the performance of this Agreement.
4.2 Schedule of Performance. All services rendered pursuant to this Agreement
shall be performed pursuant to the agreed upon schedule of performance set forth in Exhibit "A".
The extension of any time period must be approved in writing by the Contract Officer.
4.3 Force Maieure. The time for performance of services to be rendered pursuant to
this Agreement may be extended because of any delays due to unforeseeable causes beyond
the control and without the fault or negligence of Consultant, including, but not limited to, acts of
God or of a public enemy, acts of the government, fires, earthquakes, floods, epidemic,
quarantine restrictions, riots, strikes, freight embargoes, and unusually severe weather if
Consultant shall within ten (10) days of the commencement of such condition notify the Contract
Officer who shall thereupon ascertain the facts and the extent of any necessary delay, and
extend the time for performing the services for the period of the enforced delay when and if in
the Contract Officer's judgment such delay is justified, and the Contract Officer's determination
shall be final and conclusive upon the parties to this Agreement.
4.4 Term. Unless earlier terminated in accordance with Section 8.5 of this
Agreement, this Agreement shall continue in full force and effect until completion of the services
but not exceeding one (1) year from the date hereof, except as otherwise provided in the
Schedule and Compensation (Exhibit "A").
5. COORDINATION OF WORK
5.1 Representative of Consultant. The following Principal is hereby designated as
being the representative of Consultant authorized to act in its behalf with respect to the services
and work specified herein and make all decisions in connection therewith: Lyndon T.
Calerdine. It is expressly understood that the experience, knowledge, education, capability, and
reputation of the foregoing employee is a substantial inducement for City to enter into this
Agreement. Therefore, the foregoing Principal shall be responsible during the term of this
Agreement for directing all activities of Consultant and devoting sufficient time to personally
supervise the services hereunder. The foregoing Principal may not be changed by Consultant
without prior written approval of the Contract Officer.
5.2 Contract Officer. The Contract Officer shall be the Assistant Director of
Public Works/Assistant City Engineer, Marcus Fuller, or his designee. It shall be the
Consultant's responsibility to keep the Contract Officer, or his/her designee, fully informed of the
progress of the performance of the services and Consultant shall refer any decisions that must
be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City
required hereunder shall mean the approval of the Contract Officer.
5.3 Prohibition Against Subcontracting or Assignment. The experience,
knowledge, education, capability, and reputation of Consultant, its principals and employees,
were a substantial inducement for City to enter into this Agreement. Therefore, Consultant shall
not contract with any other individual or entity to perform in whole or in part the services
required hereunder without the express written approval of City. In addition, neither this
Agreement nor any interest herein may be assigned or transferred, voluntarily or by operation of
law, without the prior written approval of City.
5.4 Independent Contractor. Neither City nor any of its employees shall have any
control over the manner, mode, or means by which Consultant, its agents or employees,
perform the services required herein, except as otherwise set forth herein. Consultant shall
perform all services required herein as an independent contractor of City and shall not be an
employee of City and shall remain at all times as to City a wholly independent contractor with
only such obligations as are consistent with that role; however, City shall have the right to
review Consultant's work product, result, and advice. Consultant shall not at any time or in any
manner represent that it or any of its agents or employees are agents or employees of City.
6. INSURANCE
Consultant shall procure and maintain, at its sole cost and expense, policies of
insurance as set forth in Exhibit "C", which is attached hereto and is incorporated herein by
reference.
7. INDEMNIFICATION.
To the fullest extent permitted by law, Consultant shall defend (at Consultant's sole cost
and expense), indemnify, protect, and hold harmless City, its elected officials, officers,
employees, agents, and volunteers (collectively the "Indemnified Parties"), from and against any
and all liability, actions, suits, proceedings, claims, demands, losses, costs, judgments,
damages, expenses, including legal costs and attorneys' fees, and causes of action for injury to
or death of person or persons, for damage to property, including property owned by City, for any
violation of any federal, state, or local law or ordinance, and for errors and omissions committed
by Consultant, its officers, employees, representatives, and agents, arising out of or related to
Consultant's performance under this Agreement. Under no circumstances shall the insurance
requirements and limits set forth in this Agreement be construed to limit Consultant's
indemnification obligation or other liability hereunder.
8. RECORDS AND REPORTS
8.1 Reports. Consultant shall periodically prepare and submit to the Contract Officer
such reports concerning the performance of the services required by this Agreement as the
Contract Officer shall require.
8.2 Records. Consultant shall keep such books and records as shall be necessary
to properly perform the services required by this Agreement and enable the Contract Officer to
evaluate the performance of such services. The Contract Officer shall have full and free access
to such books and records at all reasonable times, including the right to inspect, copy, audit,
and make records and transcripts from such records.
8.3 Ownership of Documents. All drawings, specifications, reports, records,
documents, and other materials prepared by Consultant in the performance of this Agreement
shall be the property of City and shall be delivered to City upon request of the Contract Officer
or upon the termination of this Agreement, and Consultant shall have no claim for further
employment or additional compensation as a result of the exercise by City of its full rights or
ownership of the documents and materials hereunder. Consultant may retain copies of such
documents for its own use. Consultant shall have an unrestricted right to use the concepts
embodied therein.
8.4 Release of Documents. All drawings, specifications, reports, records,
documents, and other materials prepared by Consultant in the performance of services under
this Agreement shall not be released publicly without the prior written approval of the Contract
Officer.
8.5 Cost Records. Consultant shall maintain all books, documents, papers,
employee time sheets, accounting records, and other evidence pertaining to costs incurred
while performing under this Agreement and shall make such materials available at its offices at
all reasonable times during the term of this Agreement and for three (3) years from the date of
final payment for inspection by City and copies thereof shall be promptly furnished to City upon
request.
9. ENFORCEMENT OF AGREEMENT
9.1 California Law. This Agreement shall be construed and interpreted both as to
validity and to performance of the parties in accordance with the laws of the State of California.
Legal actions concerning any dispute, claim, or matter arising out of or in relation to this
Agreement shall be instituted in the Superior Court of the County of Riverside, State of
California, or any other appropriate court in such county, and Consultant covenants and agrees
to submit to the personal jurisdiction of such court in the event of such action.
9.2 Waiver. No delay or omission in the exercise of any right or remedy of a non-
defaulting party on any default shall impair such right or remedy or be construed as a waiver.
No consent or approval of City shall be deemed to waive or render unnecessary City's consent
to or approval of any subsequent act of Consultant. Any waiver by either party of any default
must be in writing and shall not be a waiver of any other default concerning the same or any
other provision of this Agreement.
9.3 Rights and Remedies are Cumulative. Except with respect to rights and
remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the
parties are cumulative and the exercise by either party of one or more of such rights or
remedies shall not preclude the exercise by it, at the same or different times, of any other rights
or remedies for the same default or any other default by the other party.
9.4 Legal Action. In addition to any other rights or remedies, either party may take
legal action, in law or in equity, to cure, correct, or remedy any default, to recover damages for
any default, to compel specific performance of this Agreement, to obtain injunctive relief, a
declaratory judgment, or any other remedy consistent with the purposes of this Agreement.
9.5 Termination Prior to Expiration of Term. City reserves the right to terminate
this Agreement at any time, with or without cause, upon thirty (30) days written notice to
Consultant, except that where termination is due to the fault of Consultant and constitutes an
immediate danger to health, safety, and general welfare, the period of notice shall be such
shorter time as may be determined by the City. Upon receipt of the notice of termination,
Consultant shall immediately cease all services hereunder except such as may be specifically
approved by the Contract Officer. Consultant shall be entitled to compensation for all services
rendered prior to receipt of the notice of termination and for any services authorized by the
Contract Officer thereafter. Consultant may terminate this Agreement, with or without cause,
upon thirty (30) days written notice to City.
10. CITY OFFICERS AND EMPLOYEES; NON-DISCRIMINATION
10.1 Non-Liability of City Officers and Employees. No officer or employee of City
shall be personally liable to the Consultant, or any successor-in-interest, in the event of any
default or breach by City or for any amount which may become due to the Consultant or its
successor, or for breach of any obligation of the terms of this Agreement.
10.2 Covenant Against Discrimination. Consultant covenants that, by and for itself,
its heirs, executors, assigns, and all persons claiming under or through them, that there shall be
no discrimination or segregation in the performance of or in connection with this Agreement
regarding any person or group of persons on account of race, color, creed, religion, sex, marital
status, disability, sexual orientation, national origin, or ancestry.
11. MISCELLANEOUS PROVISIONS
11.1 Notice. Any notice, demand, request, consent, approval, or communication
either party desires or is required to give to the other party or any other person shall be in
writing and either served personally or sent by pre-paid, first-class mail to the address set forth
below. Either party may change its address by notifying the other party of the change of
address in writing. Notice shall be deemed communicated seventy-two (72) hours from the time
of mailing if mailed as provided in this Section.
To City: City of Palm Springs
Attention: City Manager
3200 E. Tahquitz Canyon Way
Palm Springs, California 92262
To Consultant: LSA Associates, Inc.
Attn: Lyndon Calerdine
901 E. Tahquitz Canyon Way
Palm Springs, CA 92262
11.2 IntecIrated Agreement. This Agreement contains all of the agreements of the
parties and cannot be amended or modified except by written agreement.
11.3 Amendment. This Agreement may be amended at any time by the mutual
consent of the parties by an instrument in writing.
11.4 Severability. In the event that any one or more of the phrases, sentences,
clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or
unenforceable by valid judgment or decree of a court of competent jurisdiction, such invalidity or
unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs,
or sections of this Agreement, which shall be interpreted to carry out the intent of the parties
hereunder.
11.5 Authority. The persons executing this Agreement on behalf of the parties hereto
warrant that they are duly authorized to execute this Agreement on behalf of said parties and
that by so executing this Agreement the parties hereto are formally bound to the provisions of
this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates
stated below.
"CITY"
City of Palm Springs
Date: �—C� By:2� ��e�
David H. Ready
City Manager APPROVED BY CITY MANAGER
ATTEST - ---
Date: CAI lob/; ,ao5 By.
James Thompson,
City Clerk --
"CONSULTANT"
LSA Associates, Inc.
Date: By :
��crrl�.lMc�n.l f J�ica�dc•�f—
Name/Title
EXHIBIT "A"
SCOPE OF SERVICES
Consultant shall provide services as indicated in the attached letter dated December 19, 2007,
incorporated herein by reference and made a part hereof.
IRVINE az RKzLEY
L A LPA TAIT i[Z INN oo T RSCHMONN FT COLLINS
J r(` 60- 6-
yoi C TAII{ZNiTZ CYN WY SUITE P e Ors 3o65 RIVERSIDE ROCKLIN
PALM SYNINCS CA Prs:6rs 160-h�6-3066 FAX SAN LOIS OBISPO COLMA
CARLSRAP
December 19, 2007
Marcus L. Fuller, P.R., P.L.S.
Assistant Director of Public Works/Assistant City Engineer
City of Palm Springs
3200 E. Tahquitz Canyon Way
Palm Springs, CA 92263-2743
Subject:Air Quality Study for the Signalization of the bzdian Avenue/Tarnarisk Road
Dear Marcus:
Pcr your request, LSA is pleased to provide you with a proposal for the subject work.
PROJECT UNDERSTANDING
Based upon the work performed for the original scope of work for the Indian/Tamarisk Signalization
project, the project is not exempt under 40 CFR 93.126 due to the Signalization component. Based on
the Caltrans CE conformity analysis checklist,the proposed project is subject to CO conformity
analysis, PM,and PM,, conformity analysis and interagency consultation, as listed below in the
scope of work. Preliminary contact with Caltrans and the City has indicated that a CO analysis, PMio
and PMZ 5,and interagency consultation will be required. Therefore,LSA has enclosed the following
scope of work and fee for the Air Quality Confortmty Analysis.
Additionally,the City is able to provide LSA with the needed traffic counts and Level of Service for
the intersection to complete the following scope of work.
SCOPE OF WORK
LSA will prepare an Air Quality Analysis for the project in accordance with Caltrans Transportation
Project Level Carbon Monoxide(CO) Protocol,the EPA'c ftigitive dust conformity rule, and South
Coast Air Quality Management District(SCAQMD) CEQA Handbook air quality guidelines. LSA
will conduct the screening analyses specified in the protocol and, if required, conduct CALINE4
modeling for CO hot spots for up to 20 receptor locations for the Existing,Future No Build, and each
of the Build Alternatives. LSA will evaluate the proposed project's impacts to long-term particulate
matter concentrations (PM,, and PM,,,) and mobile source air mxics (MSAT)using the
Transportation Conformity Guidance for Qualitalive Nol-spot Analysis in PNI.5 and P1I10
Nonattaininent and Maintenance Areas(EPA,March 2006) and the Interim Guidelines on An,Toxic
Analysis in NEPA Docinnents(FHWA,February 2006).
In addition to the air quality analysis, LSA will coordinate and prepare the project-level air quality
conformity determination documented by completing the conformity analysis checklist,as required
by Caltrans.
L•\Proposals\Air Signal\Proposal Leupr.l2-I9.n7 dot
BUDGET
The total estimated cost of$6,000.00 for the above scope of work is based on the attached billing
rates and will not be exceeded without your prior authorization.
Please authorize this work by preparing a Task Order for our signature.
Sincerely,
LSA ASSOCIATES, INC.
4r,iwvn -F-
Lyndon T. Calordinc
Principal
Attachment Billing Rates
L&A ASSOCIATES INC.
HOURLY BILLING RATES EFFECTIVE AUGUST 2007
Job Classificarion Hourly Rate
Planning I Environmental Tams urtation Air/Noise Cultured Resources Biology GIS Range"
meal Principal Principal Principal Principal Principal _ Principal _ $1?5-250
Assuclale Associate Associate Associate AsanciMic Associate Associate $75-200
Senior Planner Senior Environmental Senior Transportation Scniol All Quality/ Senior Cultirml Senior Bioegist/Hotanist/ Senior GIS $65-175
Planner Planner/Engrinecr Nacc Specialist Resources Munaper Wildlife Biologist/ Spceigllst
Lcologi RvSail Scicnrisr/
_ Fler crola iSVArborist _
Planner Hnvlronmenral Planner Transportation Au Qualiry/NoiSC Cultural Resources Biologist/Bolanist/Wildldc GIS Specialist 350-125
Planncr/Engineer Specialist Managel Hmlogisr/Fcologisl/Soil
Sciuntist/Herpernlogiat/
Arborisl
Assistant Planner Assistant N n Fq c Cpllliidl Resources Aagi9ranl Biologist/ Assistant GlS S50-100
Fnvlronmenlal Planncr Planncr/En�nccr Analyst Analyst Bolanist/WildliTc Riologisl/ Specialist
Fcologist/Suil Scientisu
l-Ic ctolomcVAi bol isl
Field Services _
Field Director S50-100
Senior Field Crew/[held Crew _ h $35—$0
Office Services
Rcscmch ASSisIanVTeuhniciun _ $25-50
Graphics �_ S70-100
Office Assistant _ $40-72
Word Proccscing/Tcchnical Editing $GO-90
I
r
s
M
Y
The hourly rate for work involving actual axpenses in ceua,giving deposaicn>or similar expert testimony,well be billed at$250 per hour regardless ofjob classifications. 1
I
l
n
'Ir
I
7
LEA ASSOCIATES INC
LSA IN-HOUSE DIRECT EXPENSES
Unit Cost
Reproduction _ $0.10 per page
Color Reproduction (8.5 x 1 I) _ $1.00 per page
Color Reproduction 11 x 17) $3.00 cp r page
Mileage _
Road $0.485 per mule
Off-Road _ S0.635 per mile
Facsimile $1.00 per page
CD Production $5.00 py CD_
plotting $5.00 per linear ft.
Diazo Printin $0.20 per s . ft.
developing billed se ap ralcl as a direct cost) $5.00 per roll
Disposable camera and film (developing billed se arately ass direct-cost) $1o.00 per camera
Search of Specialized Data Bases $100.00 er inquiry_
GPS Unit $100.00 per day
Aerial Photos $200.00 per pholo
EXHIBIT "B"
COMPENSATION
Payment for services rendered under this Agreement shall be paid on a not to exceed, time and
material basis, not to exceed $6,000, rates of compensation and fees shall be consistent with
those identified on the attached letter of December 19, 2007, incorporated herein by reference
and made a part hereof.
Compensation shall be paid monthly, based on submitted invoices showing hours charged,
expenses paid, and receipts therefore.
EXHIBIT "C"
INSURANCE
Prior to commencing any Work, all contractors, vendors and service providers shall
procure and maintain, at their own cost and expense for the duration of their contract with
the City, appropriate insurance against claims for injuries to persons or damages to
property which may arise from or in connection with the performance of the work or
services. The types of insurance required and the coverage amounts are specified below:
A. Minimum Scope of Insurance Required
1. General Liability Insurance is required whenever the City is at risk of third-party
claims which may arise out of work or presence of a contractor, vendor and service
provider on City premises. At a minimum this policy shall:
• be written on a per occurrence basis; and
• include products and completed operations liability, independent contractors
liability, broad form contractual liability, and cross liability protection.
2. Automobile Liability Insurance is required only when vehicles are used by a
contractor, vendor or service provider in their scope of work or when they are
driven off-road on City property. Compliance with California law requiring auto
liability insurance is mandatory and cannot be waived. At a minimum this policy
shall:
• be written on a per occurrence basis; and
• include coverage for Bodily Injury and Property Damage, Owned, Non-owned
and Hired Vehicles; and
• include coverage for owned, non-owned, leased and hired vehicles.
If an automobile is not used in connection with the services provided by the
contractor, vendor or service provider, a written request to waive this requirement
should be made to the City's Risk Manager.
3. Workers' Compensation and Employer's Liability Insurances is required for
any contractor, vendor or service provider that has any employees at any time
during the period of this contract. Contractors with no employees must complete a
Request for Waiver of Workers' Compensation Insurance Requirement form
available from the City's Risk Manager. At a minimum, this policy shall:
• provide statutory requirements of the State of California; and
• include $1,000,000 Employer's Liability.
B. Minimum Limits of Insurance Coverage Required
$1 Million per Occurrence/$2 Million Aggregate
Umbrella excess liability may be used to reach the limits stated above.
Additional insurance requirements may be imposed by the City for services or
products that have a higher risk. Refer to the City's Risk Manager for information of
the insurance requirements for the following types of services or products:
1. Construction contracts which are awarded or administered through City
departments other than the Public Works Department,-
2. Medical, excavation, drilling, trenching or shoring services, or services involving
explosives or pyrotechnics;
3. Environmental consulting, engineering or related services or operations;
4. Custom manufactured products;
5. Products or services involving firearms, tobacco, alcohol, or controlled substances;
6. Any unusual or high-risk activities, operations or products.
C. General Standards for Insurance Policies
All insurance policies shall meet the following standards.
1. Insurance carrier is to be placed with duly licensed or approved non-admitted
insurers in the state of California.
2. Insurers must have a Best's rating of B+, Class VII, or higher (this rating includes
those insurers with a minimum policyholder's surplus of $50 Million to $100
Million). Exceptions to the Best's rating may be considered when an insurance
carrier meets all other standards and can satisfy surplus amounts equivalent to a
B+, Class VII rating.
3. Certificate must include evidence of the amount of any deductible or self-insured
retention under the policy.
D. Verification of Insurance Coverage
All individuals, contractors, agencies, and organizations conducting business for the
City shall provide proof of insurance by submitting one of the following: (1) an
approved General and/or Auto Liability Endorsement Form for the Citv of Palm
Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an
approved Additional Insured Endorsement with the following endorsements stated on
the certificate:
1. "The City of Palm Springs, its officials, employees and agents are named as an
additional insured" ("as it relates to a specific contract" or "for any and all work
performed with the City" may be included in this statement).
2. "This insurance is primary and non-contributory over any insurance or self-
insurance the City may have" ("as it relates to a specific contract" or "for any and
all work performed with the City" may be included in this statement). See
Example A below.
As an alternative to the non-contributory endorsement, the City will accept a waiver
of subrogation endorsement on the General Liability policy. At a minimum, this
endorsement shall include the fallowing language:
"This insurance company agrees to waive all rights of subrogation against the City
of Palm Springs, its officers, officials and employees for losses paid under the
terms of this policy which arise from the work performed by the named insured for
the City."
3. "The insurance afforded by this policy shall not be cancelled except after thirty
days prior written notice by certified mail return receipt requested has been given
to the City." Language such as, "endeavor to" mail and "but failure to mail such
notice shall impose no obligation or liability of any kind upon the company, its
agents or representative" is not acceptable and must be crossed out. See
Example B below.
The Workers' Compensation and Employer's Liability policies shall contain waiver of
subrogation clause in favor of City, its elected officials, officers, employees, agents
and volunteers. See Example C below.
In addition to the endorsements listed above, the City of Palm Springs shall be named
the certificate holder on the policy.
All certificates and endorsements are to be received and approved by the City before
work commences. All certificates of insurance must be authorized by a person with
authority to bind coverage, whether that is the authorized agent/broker or insurance
underwriter. Failure to obtain the required documents prior to the commencement of
works hall not waiver the contractor's obligation to provide them.
E. Acceptable Alternatives to Insurance Industry Certificates of Insurance
The City will accept either a CG 20 10 10 01 or a CG 20 33 10 01 (or some form
specific to a particular insurance company that has similar wording) as long as the
form is accompanied by a CG 20 37 10 01. In addition, the City will accept the
following:
• A copy of the full insurance policy which contains a thirty (30) days' cancellation
notice provision (ten (10) days for non-payment of premimium) and additional
insured and/or loss-payee status, when appropriate, for the City.
• Binders and Cover Notes are also acceptable as interim evidence for up to 90
days from date of approval
F. Endorsement Language for Insurance Certificates
Example A:
THE INSURANCE SHALL BE PRIMARY WITH RESPECT TO THE INSURED SHOWN
IN THE SCHEDULE ABOVE, OR IF EXCESS, SHALL STAND IN AN UNBROKEN
CHAIN OF COVERAGE EXCESS OF THE NAMED INSURED'S SCHEDULED
UNDERLYING PRIMARY COVERAGE. IN EITHER EVENT, ANY OTHER
INSURANCE MAINTAINED BY THE INSURED SCHEDULED ABOVE SHALL BE IN
EXCESS OF THIS INSURANCE AND SHALL NOT BE CALLED UPON TO
CONTRIBUTE WITH IT.
Example B:
SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE
CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE
ISSUING INSURER WILL EN9E i9RTon MAIL 30 DAYS* WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT
CAII I IOC T-Q MAIL CI IQH NIQTIQF CLJAI 1 IP4PQ9F= NQ QR IQATIQI I (11_
I IARII ITV OF ANY Kl= I IPQ- l TUC IAICI RER ITS AGFC ITS QR
RERRE-`;E-SE E8.
*The broker/agent can include a qualifier stating "10 days notice for
nonpayment or premium.,,
Example C:
IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES
THE RIGHT OF SUBROGATION AGAINST THE ABOVE ADDITIONAL
INSURED($), BUT ONLY WITH RESPECT TO THE JOB OR PREMISES
DESCRIBED IN THE CERTIFICATE ATTACHED HERETO-
G. Alternative Programs/Self-Insurance
Under certain circumstances, the City may accept risk financing mechanisms such as
Risk Retention Groups, Risk Purchasing Groups, oft-shore carriers, captive insurance
programs and self-insurance programs as verification of insurance coverage. These
programs are subject to separate approval once the City has reviewed the relevant
audited financial statements and made a determination that the program provides
sufficient coverage to meet the City's requirements.
The City has recently joined SPARTA (Service Providers & Artisans Trade Activities
Program) to accommodate smaller contractors and service providers who have
difficulty in meeting the City's insurance requirements. The SPARTA Program offers a
general liability program that provides the $1 million limit and, upon request, will also
provide auto insurance with the $1 million limit (only in conjunction with the purchase of
general liability insurance). SPARTA is only available during the time your company is
under contract with the City.
Insurance is provided on a per project basis and is overseen by the Municipality
Insurance Services, Inc. Essex Insurance Company provides coverage and is an A++
rated company. There is a 24-hour response time and coverage is immediate.
A quote may be obtained by calling 1-800- 20-0555 or online at www.2sparta.com.
Type of work covered:
A. Personal services contracts;
B. General contractors and their subcontractors (certain specialty trades excluded);
C. Consultants; and
D. Providers of goods.
H. Waiver of Modification of the Insurance Requirements
Any waiver or modification of the insurance requirements can only be made by the
City's Risk Manager or designee at City's discretion. If you do not believe that the
insurance requirements apply to you (e.g., you do not have employees and therefore
are not subject to the State workers' compensation insurance requirements; you do not
drive an automobile in connection with the services you provide to the City;
professional liability or errors and omissions liability insurance is not available for the
type of services you are performing, etc.), please submit a written request for waiver or
modification of the insurance requirements and the reasons underlying your request to
the Risk Manager. All requests for waiver or modification will be reviewed and a final
determination rendered by the Risk Manager.