Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
05249 - EMPIRE ECONOMICS CFD 1 ESCENA MARKET ABSORPTION STUDY
DOCUMENT TRACKING Page: 7 Report: Soon to Expire Documents Listing February 5,2007 Condition: Expire Within 90 days,ALL Groups,ALL Services,ALL XREFs Doc�um ryt# Company Group Service Aorvl Date Expire Date Close Date A0505C Rosenow Spevacek Group COMMUNITY &... In File 02/08/2o06 02/08/2007 A4218 Coast Intelligent Inc ASST CM-OP9 In File 05103/2000 05/01/2007 A4487 V S A Airports AIRPORT In File 04/24/2002 042312007 A4513 Courtesy Vending Service AIRPORT Lease Agreement 06/0612002 04/30/2007 A4671 California Office Of Traffic Safety POLICE DEPARTMENT In File 02/1912003 03/31/2007 A4865 q20 Coachella Valley Taxi Owners. . AIRPORT Lease Agreement 041072004 04/14M07 A4874 '�.r+''C LSG Sky Chefs CALease Agreement 0421/2004 04/21/2007 A5086 �f Patm Springs Classic LLC In File 05/04/2005 05/04/2007 A5087 Palm Springs Classic LLC In File 05/04/2005 05/042007 A5088 Palm Springs Classic LLC In File 05104/2005 05/042007 A5089 Palm Springs Classic LLC In File 05104/2005 05/04/200 A5162 Workforce Dev Ctr-Riverside County COMMUNITY &... In File 09/0712Do5 03/16/2007 A5167 Southern California Soil&Testing AIRPORT In File 09/27/2005 05/012007 A5229 r^� Maxwell Security CITY MANAGER In File 021102006 02110/2007 A5240 \la Terra Nova Planning&Research Inc PLANNING In File 02/14/2006 0211312007 A52 Empir Economics A5245 / V'- Dudeka&Associates Inc �E NI N G In File 04/0 ING �2006 04312007 0 iR A5251 r A5258 ON \I A�I,/ MuniFinanclal NEERING In File 04/05/2006 04/11/2007 V*7 A5307 Fentress Bradburn Architects LTD CITY MANAGER In File 05/03/2006 05/02I2007 A5333 �� MSA Consulting DEVELOPMENT.. In File 09/06/2006 04/012007 A5347 Burnett Development Corporation PLANNING In File 11102/2006 04/01/2007 A5353 Grande Construction AIRPORT In Process 10/042006 04/302007 A5369 Palm Springs Air Museum AIRPORT Incomplete/Missing 11/91/2006 03242007 • A5389 LaBelle-Marvin Inc- ENGINEERINRZ G In File 12/01/2006 0211$/2007 _ ** ** * END OF REPORT " �' Empire Economics CFD 1 Escena market absorb study A5249 CM approved 04-04-06 CONTRACT SERVICES AGREEMENT FOR MARKET ABSORPTION STUDY CONSULTANT SERVICES COMMUNITY FACILITIES DISTRICT NO. 2005-2 "ESCENA PALM SPRINGS" (SHORT FORM) THIS CONTRACT SERVICES AGREEMENT (herein "Agreement") is made and entered into this";� day of �� i -L- , by and between the CITY OF PALM SPRINGS, a municipal corporation (herein "City") and Empire Economics, Inc. (herein "Contractor"). NOW, THEREFORE, the parties hereto agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all of the terms and conditions of this Agreement, the Contractor shall perform the work or services set forth in the"Scope of Services" attached hereto as Exhibit"A" and incorporated herein by reference. Contractor warrants that all work and services set forth in the Scope of Services will be performed in a competent, professional and satisfactory manner. 1.2 Compliance With Law. All work and services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental agency of competent jurisdiction. 1.3 Licenses,Permits,Fees and Assessments. Contractor 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. 2,0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, Contractor shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit "B" and incorporated herein by this reference, but not exceeding the maximum contract amount of Seven Thousand Seven Hundred Fifty and No/100 Dollars ($7 750.00) ("Contract Sum"). 2.2 Method of Payment. Provided that Contractor is not in default under the terms of this Agreement, Contractor shall be paid as outlined in Exhibit "B" Schedule of Compensation. 3.0 COORDINATION OF WORK 3.1 Representative of Contractor.JosephT.Janczyk Ph.D.is hereby designated as being the principal and representative of Contractor authorized to act in its behalf with respect to the work and services specified herein and make all decisions in connection therewith. 3.2 Contract Officer. Marcus Fuller is hereby designated as being the representative the City authorized to actin its behalf with respect to thework and services specified herein and make all decisions in connection therewith ("Contract Officer"). The City Manager of City shall have the right to designate another Contract Officer by providing written notice to Contractor. 3.3 Prohibition Against Subcontracting or Assignment. Contractor shall not contract with any entity to perform in whole or in part the work or services required hereunder without the express written approval of the City. Neither this Agreement nor any interest herein —1— o� may be assigned or transferred,voluntarily or by operation of law,without the prior written approval of City. Any such prohibited assignment or transfer shall be void. 3.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth. Contractor shall perform all services required herein as an independent contractor of City and shall remain under only such obligations as are consistent with that role. Contractor 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. 4.0 INSURANCE, INDEMNIFICATION AND BONDS 4.1 Insurance. The Contractor shall procureand maintain,atitssolecostand expense, in a form and content satisfactory to City, during the entire term of this Agreement including any extension thereof, the following policies of insurance: (a) Commercial General Liability Insurance. A policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least $1,000,000 bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations.The Commercial General Liability Policy shall name the City of Palm Springs as an additional insured in accordance with standard ISO additional insured endorsement form CG2010(1185) or equivalent language. (b) Worker's Compensation Insurance. A policy of worker's compensation insurance in an amount which fully complies with the statutory requirements of the State of California and which includes $1,000,000 employer's liability. (c) Business Automobile Insurance. A policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of $1,000,000 bodily injury and property damage. Said policy shall include coverage for owned, non-owned, leased and hired cars. (d)Additional Insurance. Additional limits and coverages, which may include professional liability insurance, will be specified in Exhibit A. All of the above policies of insurance shall be primary insurance. (Reference Section 4.4 regarding sufficiency.) The insurershall waive all rights of subrogation and contribution it may have against the City, its officers, employees and agents, and their respective insurers. In the event any of said policies of insurance are canceled, the Contractor shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Section 4.1 to the Contract Officer. No work or services under this Agreement shall commence until the Contractor has provided the City with Certificates of Insurance, endorsements or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance, endorsements, or binders are approved by the City. The contractor agrees that the provisions of this Section 4.1 shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages to any persons or property resulting from the Contractor's activities or the activities of any person or persons for which the Contractor is otherwise responsible. In the event the Contractor subcontracts any portion of the work in compliance with Section 3.3 of this Agreement the contract between the Contractor and such subcontractor shall require the subcontractor to maintain the same polices of insurance that the Contractor is required to maintain pursuant to this Section. -2- 4.2 Indemnification. Contractor agrees to indemnify the City, its officers,agents and employees against, and will hold and save them and each of them harmless from, any and all actions,suits,claims,damagesto persons orproperty, losses,costs, penalties,obligations,errors, omissions or liabilities,(herein"claims or liabilities")that may be asserted or claimed byany person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the negligent acts or omissions of Contractor hereunder,or arising from Contractor's negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement,whether or not there is concurrent passive or active negligence on the part of the City, its officers, agents or employees but excluding such claims or liabilities arising from the sole negligence or willful misconduct of the City, its officers, agents or employees, who are directly responsible to the City, and in connection therewith: (a) Contractor will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys' fees incurred in connection therewith; (b) Contractorwill promptly pay anyjudgment rendered against the City, its officers,agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Contractor hereunder; and Contractor agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the eventthe City,its officers,agents oremployees is madea party to any action or proceeding filed or prosecuted against Contractor for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys' fees. 4.3 Performance Bond. Concurrently with execution of this Agreement, Contractor shall deliver to City a performance bond in the sum of the amount of this Agreement, in the form provided by the City,which secures the faithful performance of this Agreement, unless such requirement is waived by the Contract Officer. The bond shall contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney. The bond shall be unconditional and remain in force during the entireterm of the Agreement and shall be null and void only if the Contractor promptly and faithfully performs all terms and conditions of this Agreement. 4.4 Sufficiency of Insurer or Surety. Insurance or bonds required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated"A"or better in the most recent edition of Best's Key Rating Guide or in the Federal Register, unless such requirements are waived by the City Manager or designee of the City Manager due to unique circumstances. In the event the City Manager determines that the work or services to be performed under this Agreement creates an increased or decreased risk of loss to the City,the Contractor agrees that the minimum limits of the insurance policies and the performance bond required by this Section 4 may be changed accordingly upon receipt of written notice from the City Manager or designee; provided that the Contractor shall have the right to appeal a determination of increased coverage by the City Managerto the City Council of City within ten (10)days of receipt of notice from the City Manager. 5.0 TERM 5.1 Term. Unless earlier terminated in accordance with Section 5.2 below, this Agreement shall continue in full force for one year from the date of execution. 5.2 Termination Prior to Expiration of Term. Either party may terminate this Agreement at any time,with or without cause,upon thirty(30)days written notice to the other party. -3- Upon receipt of the notice of termination, the Contractor shall immediately cease all work or .services hereunder except as may be specifically approved by the Contract Officer. In the event of termination by the City, Contractor shall be entitled to compensation for all services rendered prior to the effectiveness of the notice of termination and for such additional services specifically authorized by the Contract Officer and City shall be entitled to reimbursement for any compensation paid in excess of the services rendered. 6.0 MISCELLANEOUS 6.1 Covenant Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns and all persons claiming under or through them, thatthere shall be no discrimination against or segregation of, any person orgroup of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this Agreement. Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin or ancestry. 6.2 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its :successor, or for breach of any obligation of the terms of this Agreement. 6.3 Conflict of Interest. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not payor give any third party any money orother consideration for obtaining this Agreement. 6.4 Notice. Any notice, demand, request, document, 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 prepaid,first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O. Box 2743, Palm Springs, California 92263, and in the case of the Contractor, to the person at the address designated on the execution page of this Agreement. 6.5 Interpretation. The terms of this Agreement shall be construed in accordancewith the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 6.6 Integration:Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations,arrangements,agreements and understandings, if any, between the parties,and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 6.7 Severability. In the event that part of this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining portions of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 6.8 Waiver. No delay or omission in the exercise of any right or remedy by a nondefaulting party on any default shall impair such right or remedy or be construed as a waiver. -4- A party's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. 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. 6.9 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a partyto any action or proceeding in anyway connected with this Agreement,the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whetherlegal or equitable,shall be entitled to reasonable attorney's fees,whether or not the matter proceeds to judgment. 6.10 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that(!)such party is duly organized and existing, (!!)theyare dulyauthorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. SIGNATURES ON NEXT PAGE -5- IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the --date first written above. CITY OF PALM SPRINGS ATTEST: a municipal corporation By / .ahy"6erk City Manager APPROVED AS�`rTO FORM: APPROVED BY CITY MANAGER EMPIRE E ONOMICS, INC. CONTRA TOR: Check one._Individual_Partnership='Corporation Corporations regmre notarized signatures: One from each of the following: A. chairman of Board, President, or any Vice Piesidenta�"RDB�Se retary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). IB ���,--7 ignature (notarized) Signature(notarized) ��/ Name>',)- �1 `L ���� S,A. Name: Title: `(k?�t c o ltl 'e C c- q Title: / State of cyll �� I State of I county ffnn Y ; lss� T County of Iss OUP 'before me, " r0>✓^' L On before e, personallyappeare personallyappeared personally-known-te-me (or proved to me on the basis of personally known to me (or roved to on the basis of satisfactory evidence)to be the person(s)whose name(s)is/are satisfactory evidence)to be the rson( hose name(s)is/are subscribed to the within instrument and acknowledged to me subscribed to the within instrum t d acknowledged to me that he/she/they executed the same in his/her/their authorized that he/she/they executed the sam in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the capacity(ies), and that by his/ rhheir signature(s) on the instrument the person(s),or the entity upon behalf of which the instrument the person(s),or th entitylupon behalf of which the persons)acted,exe_ Led the instrument 1... ,person(s)acted,executed th instmme�n[. WITNESS m hand an official seal WITNESS my hand and fficial seal. Notary Sign tune„ 4011. > / otary Signature: Notary Seal: ` Notary Seal: JUDY MARIE NORRIS _ Commission#15�7035 -1 Notary Public-California t Orange county My Comm.Expires Oct 1,2008 i -6- EXHIBIT "A" SCOPE OF WORK Contractor shall prepare an update to the Market Absorption Study Summary previously prepared for the City of Palm Springs Community Facilities District No. 20005-2 (Escena Palm Springs) completed in June 2005, as necessary to provide a summary report for use in a market appraisal and bond issuance forthe Community Facilities District and shall provideall services and resources necessary therefore. Contractor shall commence preparation of the update to the Market Absorption Study Summary onlyafter receiving the product mix information from the developer/builders, and has confirmed this information with the City of Palm Springs Planning Department. Contractor shall deliver the updated Market Absorption Study Summary, Delivery Letter by E-Mail in PDF format to facilitate its distribution and also its use in the Official Statement. Contractor shall arrive at an estimate of the competitive market prices for the forthcoming residential products in CFD No. 2005-2 (Escena Palm Springs), and then confirm that the Special Taxes and ad valorem property taxes for CFD No. 2005-2 (Escena Palm Springs) residential projects are within the City of Palm Springs's policy guidelines. Contractor shall arrive at the following market demand and absorption schedules for CFD No. 2005-2 (Escena Palm Springs): Aggregate Absorption Schedule - Entire Project: some 1,287 homes Absorption Schedules for the CFD's Planning Areas: 10 for single-family detached and 5 for attached Contractor shall provide the appraiser with the absorption schedule for the discounted cash flow analysis, a critical factor in arriving at the appraised value of CFD No. 2005-2 (Escena Palm Springs). Additionally, Contractor shall make the study available to the following professionals working with the City on CFD 2005-2(Escena Palm Springs)and shall provide consulting services as described: Special Assessment Analyst: Contractor shall review the prices that are being utilized in the Special Assessment Analysis for purposes of estimating the Total Tax Burden placed upon the future homeowners. Contractor will also provide the Special Assessment Analyst with the estimated absorption schedules by various product types so that the amounts of the Special Assessment that are expected to be paid by the developer/builder, as compared to the final user/homeowner, can be calculated. Appraiser: Contractor shall provide the Appraiser with absorption schedules for each of the product types, with respect to the number of units absorbed each year, from market entry to build-out. Underwriter: Contractor shall provide copies of the Study to members of the finance team in the Bond Issue and shall furnish a "Summary and Conclusions" of the Study for use in the Official Statement. As-necessary, Contractor shall discuss the market absorption studyand the study findings with the Special Assessment Analyst, the Underwriter and prospective bond purchasers. Special Notes: Section 4.3, Performance Bond, is waived. In accordance with Section 4.1 (d), a policy of$1,000,000 of professional liability insurance shall tie provided. -7- EXHIBIT "B" SCHEDULE OF COMPENSATION Upon completion of all services required, and the delivery of the updated to the Market Absorption Study Summary, payment of a lump sum fee of$7,750 shall be made. -8- EMPIRE ECONOMICS, INC. Economic-Real Estate Consultants Joseph T. Janczyk, Ph.D. 35505 Camino Capistrano, Suite 200 Capistrano Beach, CA 92624 Phone: (949) 661-7012 Fax: (949) 661-8763 March 8, 2006 Mr. David J. Barakian Director of Public Works/City Engineer Department of Public Works/Engineering City of Palm Springs 3200 E, Tahquitz Canyon Way Palm Springs, CA 92262 Re: Market Absorption Study Summary Update—CFD No.1 (Eseena Palm Springs) Dear David, Empire Economics is commencing research on the Market Absorption Study Summary Update for the City of Palm Springs CFD No. 1 (Palm Springs Escena). Accordingly, based upon our Agreement, enclosed is an invoice for the retainer payment. If you have any questions or comments, please contact me as I would be pleased to respond to them. I am looking forward to assisting you with the Bond Financing for CFD No.I (Palm Springs Escena). inc r'y, Jose P��f nczyk, Ph.D. Ec io Consultant JTJ:rrn INVOICE EMPIRE ECONOMICS, INC. Joseph T.Janczyk,Ph.D. 35505 Camino Capistrano, Suite 200 Capistrano Beach, CA 92624 Phone: (949) 661-7012 Fax: (949)661-8763 March 8,2006 Mr. David J.Barakian Director of Public Works/City Engineer Department of Public Works/Engineering City of Palm Springs 3200 E.Tahquitz Canyon Way Palm Springs, CA 92262 Re: Market Absorption Study Summary Update-CFD No,I (Escena Palm Springs) Description of Amount Due Balance Payments Presently Retainer $3,000 $3,000 $0 Final Payment $4,750 $0 $4,750 Total: $7,750 $3,000 $4,750 $3,000 kouink .D. 03/29/2006 08:24 5306262539 ISU ATWOOD AGENCY PAGE 01/02 DATE ACCU�M CERTIFICATE OF LIABILITY INSURANCE ';/22 200 PROMMER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE I9V InTt Services»lLtwwC Agency HOLDER. TMSS CERTSNCATE DOES NOT AMEND, E%TEND OR 800 Pacifte St. ALTER TILE COVERAGE AFFORDED HY THE POLICIES EELOW. Placerville, CA 95667 *MURERS AFFORM40 COVERAGE �s�6z6-z MBD*ED TNsuRERA: ,and c�gyaltX,� swire Economics, Inc. INGURH 6: _ 35505 Camino Capistrano #200 aRs+G TTnitEllj 3LAten L+II'i--= *�S Z� Capistrano Beach, CA 92624 MsuRERv NS ER E COVERAGES THE pmMS CW INSL RMCE USTEO BELOW HAVE BEEN L4sLwTo THE INSERTED NAJIED APIOYE FOR THE POLIDY PERIOD INDICATED.NOTWITH2TANDMT3 ANY REOUYRRA TT,TERM OR CONOITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS 50 JFCT TO ALL THE TERMS,EXCLUSION$AND CONOITIONS OF SUCH POLICES.NIGGREGATE LBAT$SHOWN MAY HAVE SEEN REDUCED BY PAID CLAIMS, YYPE OP M9URANCE POLICYNIGN R IN" GENERN.UABILITV MACH OCCURRENCE COMMERCJAI.DISJTdEALLIAFLNv PIREPUAAGE(AAToIMsm) CLAIMS MAW R OCCUR MED FJI?(AFY�PaFUA) S 10.a IA PAS 39816008 1/8/06 1/8/07 POJSONALAADVINIURY lTi= GENERAL AGGREGATE ! GENLACCREGATEUMDAPPLIEGP Tt FROOUCII9-COMppp AGC s OOTaa, POLICY LOC AUMMOBR.ENABS,RY COMBINED SINGLE LIMB' A,A� mi,,,d," s 1,a00,000 ALLOWNEDAUTOO BODILY Or m SCTIEDULED AUTOS 10FKtNI) ! A HIR90AMOS PAS 39816089 1/8/06 1/8/07 BDM w ! rv0N.OWN1-4)AUTOS PRCP1SKIY DAMACE ! (Per*xlarrt) IIARACGi LAMPY AVTOONLY�P AOCIDEW P ANYAUTO AUIO ONL OT OINIL'ANY: EA ACC $ AGG $ Ent"LWI KITY EACH OCCURRENCE $ OCCUR F-1 CLAIMCMADE ADOREGATE S 4 OOxJCneLE $ INORKFNA COMPENSATION AND TO EMPLOYERS'LIABILrFV E.L.EACH ACCIDENT ! ELD*EASE.EAEMPL s EL.DSEASE-POUCYLRAR $ OTINER C ftoloaxIonal SP10011901) 2/5/06 2/5/07 $1,000,000 gg s IONS11 CLOMIJUMM BOBY ALPCertificate olds listed a additionalwith res pect to the Insureds consulting operations per form CG2026 1185 *Except 10 day notice of cancel for non payment. CERTTFTCATE BOLDER I X jAnammAL KNELImv,INSURE*L TITEA: AL CANGELWITION ' SIIOIILO ANY OF THE AB W l?06lCRIBEO PGLK7IE$9E CANCFII,EO YEAO*D 7HE EXpIRA City of Palm Springs DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL ram.DAYS WIdTTEN big- Carrie Rovney NVACETO THE CERTGNOATEHOLDER NAMED TO THE LEFT.BUTFAAJMETo Dip noSMALL P.O. Box 2743 IMPOSE NO OELKJATRM OR LIAdARY OF ANY MD UPON THE INSURER,GTE AGENTS OR Palm Springe, CA 92263 I"RESEHTATIvM AUTNGN®K&RESWATNE ACORO4A.s(1107) dACORD CORPORATION 1809 03/29/2006 08:24 5306262539 ISU ATWOOD AGENCY PAGE 02/02 P.OLICYRUMBER: COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. -~ ADDITIONAL INSURED-DESIGNATED -PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Plamo:of'Person o►Orzanization: City of Palm Springs PO Roa 2743 Palm Springs,CA 92263 (If no entry appears above,information required to complete this endorsement Will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section 11) is amended to include as an Insured the person or organliatlon shown In the Schedule as an insured but only wlth.respect to Oability arising o4i of your operations or premises owned by or rented to you. CG 20 261185 Copyright, Insurance 2ervices Office, Inc.,1984 p CERTHOLDER COPY SG STATE P.O. BOX 420807, SAN FRANCISCO,CA 94142-0807 COMPENSATIONINSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 03-01-2006 GROUP: POLICY NUMBER: 1241438-2006'fF; p;e1GP, CERTIFICATE ID: fit CERTIFICATE EXPIRES: 03-01-2007 'min 03-01-2006/03-01-2007 CITY OF PALM SPRINGS SG ATTN MS CARRIE ROVI ENGINEERING P 0 BOX 2743 PALM SPRINGS CA 92263 This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy. "LQI]-- THORIZED REPRESENTATI PRESIDENT MO EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1 ,000,000 PER OCCURRENCE. ENDORSEMENT #1600 - JOSEPH T JANCZYK., PRES,SEC - EXCLUDED. ENDORSEMENT #1600 - LIETA JANCZYK, VP,TRES - EXCLUDED. ENDORSEMENT #1600 - SCOTT J JANCZYK VP - EXCLUDED. ENDORSEMENT #1600 - PAUL A JANCZYK VP - EXCLUDED. ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EIFFECTIVE 03-01-1992 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. EMPLOYER EMPIRE ECONOMICS, INC SG 35505 CAMINO CAPISTRANO CAPISTRANO BEACH CA 92624 M0408 (REV.2-05) PRINTED 02-18-2006 Best's Rating Center- Search Results Page 1 Page 1 of 1 RadflWhter MemberBenefits I View Ratings: Financial Strength Issuer Credit Securities Advanced Search Other Web Centers. Select One Search Results Page 1 of 1 1 Rated and non-Rated companies found, results sorted by Company Name Criteria Used: Company Name: Company names starting with maryland casualty To refine your search, please use our Advanced Search or view our Online Help for more information. New Search maryland casualty View results starting with: A B C D E F G H I J K L M N O P Q R S T U V W X Y Z �RE Company Information Financial Strength Ratings Issuer Credit Ratings Outlook/ Outlook/ * AMB# Company Name + Rating Implication Long-Term Implication Short-Term Domicile 02306 Maryland Casualty Company A Stable a+ Stable US: Maryla (Property/Casualty-Insurance Company) Note: Financial Strength Ratings as of 0312812006 10:21 AM E.S.T. Financial Strength Ratings (FSR) are sometimes assigned to Property/Casualty-A.M. Best Consolidated Groups. Please nc $Life/Health -A.M. Best Consolidated Groups and Company Consolidated Financial Statements are not assigned FSR rating; * Denotes Under Review Best's Ratings Visit Best's Rating Center for a complete overview of our rating process and methodologies. Important Notate:Best's Ratings reflect our independent opinion,based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet stren operating performance and business profile.These ratings are neither a warranty of a company's financial strength nor its ability to meet its financial obligations,includin policyholders.View our entire notice for complete details. Customer Service I Product Support I Member Center I Contact Info I Careers About A.M_ Best I Site Map I Privacy Policy I Security I Terms of Use I Legal & Licensing Copyright©2006 A.M.Best Company, Inc.All rights reserved. A.M. Best Worldwide Headquarters,Ambest Road,Oldwick, New Jersey,08858, U.S.A. http://www3.ambest.coin/ratings/RatiiigsSearch.asp?AltSre=9 03/28/06 Best's Rating Center- Search Results Page 1 Page 1 of 1 iter 1 Member Denellift r _M- I View Ratings: Financial Strength Issuer Credit Securities Advanced Search Other Web Centers: Select One Search Results Page 1 of 1 2 Rated and non-Rated companies found, results sorted by Company Name Criteria Used: Company Name: Company names starting with united states liability To refine your search, please use our Advanced Search or view our Online Help for more information. -'-New Search. Iunited states liability View results starting with: A B C D E F G H I J K L M N O P O R S T U V W X Y Z RE Company Information Financial Strength Ratings Issuer Credit Ratings Outlook/ . Outlook/ AMB# Company Name Rating Implication T Long-Term - Implication Short-Term Domicile 02541 United States_Liability Insurance Co A++ Stable aa+ Stable US: Penns) (Property/Casualty-Insurance Company) 00936 $U-nit-ed States Liability Insurance A++ Stable aa+ Stable US: Penns) Group (Property/Casualty-A.M.Best Consolidated Group) Note:Financial Strength Ratings as of 03/28/2006 10,:21 AM E.S.T. Financial Strength Ratings (FSR) are sometimes assigned to Property/Casualty-A.M. Best Consolidated Groups. Please nc Life/Health -A.M. Best Consolidated Groups and Company Consolidated Financial Statements are not assigned FSR rating, * Denotes Under Review Best's Ratings Visit Best's Rating Center for a complete overview of our rating process and methodologies. Important Notice:Best's Ratings reflect our independent opinion,based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet stren operating performance and business profile.These ratings are neither a warranty of a company's financial strength nor its ability to meet its financial obligations,includin policyholders.View our entire notice for complete details Customer Service I Product Sup-port I Member Center I Contact Info I Careers About A.M Best I Site Map I Privacy Policy-I Security I Terms of Use I Legal & Licensing Copyright©2006 A.M.Best Company, Inc.All rights reserved. A.M Best Worldwide Headquarters,Ambest Road,Oldwick,New Jersey,08858, U.S.A. http://www3.ambest.com/ratings/RatingsSearch.asp 03/28/06 CONTRACT ABSTRACT Contract Company Name: Empire Economics Company Contact: Joseph T. Janczyk, PhD Stunmary of Services: Market Absorption Study for 2005-2 Contract Price: $7,750 Funding Source: 160-4506-43200 Contract Term: February 28, 2007 Contract Administration Lead Department: Public Works & Engineering Contract Administrator: David Barakian/Marcus Fuller Contract Approvals elopment To Be Approved by City Manager Agency Approval Date: Date Approved:_ 4 A,10 b Minute vrdcrrnzso'--rauorrNiunber: n/a Agreement Number: TBA by Clerk: A#�la Contract Compliance Exhibits: Signatures: Insurance: Bonds: Q� 4 Contract prepared by: 4 !Submitted on: By: JF ?ALM S U GN M E M O R A N D U M nip ropy;cw' `, TO: Carrie Rovney, Engineering FROM: Kathie Hart, CIVIC \ Chief Deputy City Clerk DATE: April 5, 2006 SUBJECT: Empire Economics—A 5249 (CFD 1, Escena, market absorption study) cc: File Attached are two duplicate originals for your records and/or distribution. We have retained the original for our files. Please feel free to contact our office if there are any concerns. /kdh Attachment