HomeMy WebLinkAbout05111 - HARRIS REALTY APPRAISAL CONSULTANT SERVICES COMMUNITY FACILITIES DISTRICT ESCENA PALM SPRINGS Page 1 of 1
Cindy Berardi
From: Carrie Rovney
Sent: Friday, May 02, 2008 11:29 AM
To: Cindy Berardi
Subject: RE: Harris Realty Appraisal
I spoke with Marcus regarding these contracts.
Marcus has instructed me to close all of these agreements.
I,nn��l
`_arwae PovneLi
ru 16o
From: Cindy Berardi
Sent: Tuesday, April 29, 20D8 2:09 PM
To: Carrie Rovney
Subject: Harris Realty Appraisal
Which contract(s) did you just close out for the above company? I have the following contracts open:
A4775 re Mountain Gate
A4913 re The Villas in Old Palm Springs and 48 @ Baristc
A4944 re AD 164 Mountain Gate 11
A5111 re CFD No 1 Palm Springs Classic
A5309 re CFD No 2005-2 Escena
Thanks.
Cindy 5crardi
DCuty City Clcrk
Officc of tke CiLy Clerk
City of Palm 5prinpg
P-0-Sox 27+5
calm 5Prinps,CA j226?
NO) )z2-3355
Cindy j jerardiCaPanuFrin�s-ca gov
5/2/2008
Harris Realty
Appraisal Consultant Services
AGREEMENT #5111
MO 7684, 6-1-05
CITY OF PALM SPRINGS _
CONTRACT SERVICES AGREEMENT FOR
APPRAISAL CONSULTANT SERVICES
COMMUNITY FACILITIES DISTRICT NO. 1
"PALM SPRINGS CLASSIC", ALSO KNOWN AS "ESCENA PALM SPRINGS", TRACT 32233
THIS,C,ONTRACT SERVICES AGREEMENT(herein "Agreement"), is made and entered
into this day of 2005, by and between the CITY OF PALM
SPRINGS, a municipal corporation', (herein "City") and Harris Realty Appraisal, (herein
"Contractor"). (The term Contractor includes professionals performing in a consulting capacity.)
The parties hereto agree as follows:
1.0 SERVICES OF CONTRACTOR
1.1 Scope of Services. In compliance with all terms and conditions of this
Agreement, the Contractor shall provide those services specified in the "Scope of Services"
attached hereto as Exhibit "A" and incorporated herein by this reference, which services may be
referred to herein as the "services" or "work" hereunder. As a material inducement to the City
entering into this Agreement, Contractor represents and warrants that Contractor is a provider of
first class work and services and Contractor is experienced in performing the work and services
contemplated herein and, in light of such status and experience, Contractor covenants that it shall
follow the highest professional standards in performing the work and services required hereunder
and that all materials will be of good quality, fit for the purpose intended. For purposes of this
Agreement, the phrase "highest professional standards" shall mean those standards of practice
recognized by one or more first-class firms performing similar work under similar circumstances.
1.2 Contractor's Proposal. The Scope of Service shall include the Contractor's
proposal or bid which shall be incorporated herein bythis reference as though fully set forth herein.
In the event of any inconsistency between the terms of such proposal and this Agreement, the
terms of this Agreement shall govern.
1.3 Compliance with Law. All 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 having jurisdiction in effect at the time service is
rendered.
1.4 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. Contractor shall have the sole obligation
to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be
imposed by law and arise from or are necessary for the Contractor's performance of the services
required by this Agreement, and shall indemnify, defend and hold harmless City against any such
fees,assessments,taxes penalties or interest levied,assessed or imposed against City hereunder.
1.5 Familiarity with Work. By executing this Contract, Contractor warrants that
Contractor(a) has thoroughly investigated and considered the scope of services to be performed,
(b) has carefully considered how the services should be performed, and (c)fully understands the
facilities, difficulties and restrictions attending performance of the services under this Agreement.
If the services involve work upon any site, Contractor warrants that Contractor has or will
investigate the site and is or will be fully acquainted with the conditions there existing, prior to
commencement of services hereunder. Should the Contractor discover any latent or unknown
conditions,which will materially affect the performance of the services hereunder, Contractor shall
immediately inform the City of such fact and shall not proceed except at Contractor's risk until
written instructions are received from the Contract Officer.
1.6 Care of Work. The Contractor shall adopt reasonable methods during the
life of the Agreement to furnish continuous protection to the work, and the equipment, materials,
1 OMGINAL u'30
AN1_)/0P, AGRE507N
papers, documents, plans, studies and/or other components thereof to prevent losses or damages,
and shall be responsible for all such damages, to persons or property, until acceptance of the work
by City, except such losses or damages as may be caused by City's own negligence.
1.7 Further Responsibilities of Parties. Both parties agree to use reasonable
care and diligence to perform their respective obligations under this Agreement. Both parties agree
to act in good faith to execute all instruments, prepare all documents and take all actions as may
be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified,
neither party shall be responsible for the service of the other.
1.8 Additional Services. City shall have the right at any time during the
performance of the services, without invalidating this Agreement, to order extra work beyond that
specified in the Scope of Services or make changes by altering, adding to or deducting from said
work. No such extra work may be undertaken unless a written order is first given by the Contract
Officer to the Contractor, incorporating therein any adjustment in (i) the Contract Sum, and/or (ii)
the time to perform this Agreement, which said adjustments are subject to the written approval of
the Contractor. Any increase in compensation of up to five percent (5%) of the Contract Sum or
$25,000; whichever is less, or in the time to perform of up to one hundred eighty(180) days may
be approved by the Contract Officer. Any greater increases, taken either separately or
cumulatively must be approved by the City Council. It is expressly understood by Contractor that
the provisions of this Section shall not apply to services specifically set forth in the Scope of
Services or reasonably contemplated therein. Contractor hereby acknowledges that it accepts the
risk that the services to be provided pursuant to the Scope of Services may be more costly or time
consuming than Contractor anticipates and that Contractor shall not be entitled to additional
compensation therefore.
1.9 Special Requirements. Additional terms and conditions of this Agreement,
if any, which are made a part hereof are set forth in the "Special Requirements" attached hereto
as Exhibit "B" and incorporated herein by this reference. In the event of a conflict between the
provisions of Exhibit "B" and any other provisions of this Agreement, the provisions of Exhibit "B"
shall govern.
2.0 COMPENSATION
2.1 Contract Sum. For the services rendered pursuant to this Agreement, the
Contractor shall be compensated in accordance with the "Schedule of Compensation" attached
hereto as Exhibit "C" and incorporated herein by this reference, but not exceeding the maximum
contract amount of Thirty Thousand Dollars, ($30,000.00) (herein "Contract Sum"), except as
provided in Section 1.8. The method of compensation may include: (i)a lump sum payment upon
Completion, (ii) payment in accordance with the percentage of completion of the services, (iii)
payment for time and materials based upon the Contractor's rates as specified in the Schedule of
Compensation, but not exceeding the Contract Sum or(iv)such other methods as may be specified
in the Schedule of Compensation. Compensation may include reimbursement for actual and
necessary expenditures for reproduction costs, telephone expense, transportation expense
approved by the Contract Officer in advance, and no other expenses and only if specified in the
Schedule of Compensation. The Contract Sum shall include the attendance of Contractor at all
project meetings reasonably deemed necessary by the City; Contractor shall not be entitled to any
additional compensation for attending said meetings.
2.2 Method of Payment. Unless some other method of payment is specified in
the Schedule of Compensation, in any month in which Contractor wishes to receive payment, no
later than the first(1 st)working day of such month, Contractor shall submit to the City in the form
approved by the City's Director of Finance, an invoice for services rendered prior to the date of the
invoice. Except as provided in Section 7.3, City shall pay Contractor for all expenses stated
thereon which are approved by City pursuant to this Agreement no later than the last working day
of the month.
2
3.0 PERFORMANCE SCHEDULE
3.1 Time of Essence. Time is of the essence in the performance of this
Agreement.
3.2 Schedule of Performance. Contractor shall commence the services pursuant
to this Agreement upon receipt of a written notice to proceed and shall perform all services within
the time period(s) established in the "Schedule of Performance" attached hereto as Exhibit"D", if
ainy, and incorporated herein by this reference. When requested by the Contractor, extensions to
the time period(s) specified in the Schedule of Performance may be approved in writing by the
Contract Officer but not exceeding one hundred eighty (180) days cumulatively.
3.3 ForceMaleure. The time period(s)specified in the Schedule of Performance
for performance of the services rendered pursuant to this Agreement shall be extended because
of any delays due to unforeseeable causes beyond the control and without the fault or negligence
of the Contractor, including, but not restricted to, acts of God or of the public enemy, unusually
severe weather,fires,earthquakes,floods, epidemics,quarantine restrictions, riots, strikes,freight
embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the
Contractor shall within ten(10)days of the commencement of such delay notify the Contract Officer
in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent
of delay, and extend the time for performing the services for the period of the enforced delay when
and if in the judgment of the Contract Officer such delay is justified. The Contract Officer's
determination shall be final and conclusive upon the parties to this Agreement. In no event shall
Contractor be entitled to recover damages against the City for any delay in the performance of this
Agreement, however caused, Contractor's sole remedy being extension of the Agreement pursuant
to this Section.
3.4 Term. Unless earlier terminated in accordance with Section 7.8 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
of Performance (Exhibit"D").
4.0 COORDINATION OF WORK
4.1 Representative of Contractor. The following principals of Contractor are
hereby designated as being the principals and representatives of Contractor authorized to act in
its behalf with respect to the work specified herein and make all decisions in connection therewith:
James B. Harris, MAI
It is expressly understood that the experience, knowledge, capability and reputation of the
foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore,
the foregoing principals shall be responsible during the term of this Agreement for directing all
activities of Contractor and devoting sufficient time to personally supervise the services hereunder.
For purposes of this Agreement, the foregoing principals may not be replaced nor may their
responsibilities be substantially reduced by Contractor without the express written approval of City.
4.2 Contract Officer. The Contract Officer shall be such person as may be
designated by the City Manager of City. It shall be the Contractor's responsibility to assure that the
Contract Officer is kept informed of the progress of the performance of the services and the
Contractor shall refer any decisions which 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. The Contract Officer shall have authority to sign all documents on behalf of the
City required hereunder to carry out the terms of this Agreement.
4.3 Prohibition Aqainst Subcontracting or Assiqnment. The experience,
knowledge, capability and reputation of Contractor, its principals and employees were a substantial
inducement for the City to enter into this Agreement. Therefore, Contractor shall not contract with
3
any other entity to perform in whole or in part the services required hereunder without the express
written approval of the City. In addition, neither this Agreement nor any interest herein may be
transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law,
whether for the benefit of creditors or otherwise, without the prior written approval of City.
Transfers restricted hereunder shall include the transfer to any person or group of persons acting
in concert of more than twenty five percent (25%) of the present ownership and/or control of
Contractor, taking all transfers into account on a cumulative basis. In the event of any such
unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No
approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder
without the express consent of City.
The City's policy is to encourage the awarding of subcontracts to persons or entities with
offices located within the jurisdictional boundaries of the City of Palm Springs and, if none are
available, to persons or entities with offices located in the Coachella Valley ("Local
Subcontractors"). Contractor hereby agrees to use good faith efforts to award subcontracts to
Local Subcontractors, if Local Subcontractors are qualified to perform the work required. In
requesting for the City to consent to a subcontract with a person or entity that is not a Local
Subcontractor, the Contractor shall submit evidence to the City that such good faith efforts have
been made or that no Local Subcontractors are qualified to perform the work. Said good faith
efforts may be evidenced by placing advertisements inviting proposals or by sending requests for
proposals to selected Local Subcontractors. The City may consider Contractor's efforts in
determining whether it will consent to a particular subcontractor. Contractor shall keep evidence
of such good faith efforts and copies of all contracts and subcontracts hereunder for the period
specified in Section 6.2.
4.4 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 herein. City shall have no voice
in the selection, discharge, supervision or control of Contractor's employees, servants,
representatives or agents, or in fixing their number, compensation or hours of service. Contractor
shall perform all services required herein as an independent contractor 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. 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. City shall not in any way or for any purpose become
or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a
member of any joint enterprise with Contractor.
5.0 INSURANCE, INDEMNIFICATION AND BONDS
5.1 Insurance. The Contractor shall procure and maintain,at its sole cost and
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 a 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. The Commercial General
Liability Insurance shall name the City, its officers, employees and agents as additional
insured.
(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.
4
(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 $300,000 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 B.
All of the above policies of insurance shall be primary insurance. (Reference Section 5.4
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 5.1 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 5.1 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 person for which the Contractor is otherwise responsible.
In the event the Contractor subcontracts any portion of the work in compliance.with Section
4.3 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.
5.2 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, damages to persons or property, losses, costs, penalties,obligations, errors,
omissions or liabilities, (herein"claims or liabilities")that may be asserted or claimed by any 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 oromissions 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 event the City,its officers,agents or employees is made a 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.
5
5.3 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 Clerk, 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 entire term of the Agreement and shall be null and void only if the Contractor promptly and
faithfully performs all terms and conditions of this Agreement.
5.4 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 Rating Guide, The Key Rating Guide or in the
Federal Register, unless such requirements are waived bythe City Manager or designee of the City
("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 5 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 Manager to the City Council of City within
ten (10) days of receipt of notice from the City Manager.
6.0 REPORTS AND RECORDS
6.1 Reports. Contractor shall periodically prepare and submit to the Contract
Officersuch reports concerning the performance of the services required bythis Agreement as the
Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concerned
about the cost of work and services to be performed pursuant to this Agreement. For this reason,
Contractor agrees that if Contractor becomes aware of any facts, circumstances, techniques, or
events that may or will materially increase or decrease the cost of the work or services
contemplated herein or, if Contractor is providing design services, the cost of the project being
designed, Contractorshall promptly notifythe Contract Officer of said fact,circumstance,technique
or event and the estimated increased or decreased cost related thereto and, if Contractor is
providing design services,the estimated increased or decreased cost estimate for the project being
designed.
6.2 Records. Contractor shall keep, and require subcontractors to keep, such
books and records as shall be necessary to 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 times during normal business hours
of City, including the right to inspect, copy, audit and make records and transcripts from such
records. Such records shall be maintained for a period of three (3) years following completion of
the services hereunder, and the City shall have access to such records in the event any audit is
required.
6.3 Ownership of Documents. All drawings, specifications, reports, records,
documents and other materials prepared by Contractor, its employees, subcontractors and agents
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 Contractor
shall have no claim for further employment or additional compensation as a result of the exercise
by City of its full rights of ownership of the documents and materials hereunder. Any use of such
completed documents for other projects and/or use of uncompleted documents without specific
written authorization by the Contractor will be at the City's sole risk and without liability to
Contractor, and the City shall indemnify the Contractor for all damages resulting therefrom.
Contractor may retain copies of such documents for its own use. Contractor shall have an
unrestricted right to use the concepts embodied therein. All subcontractors shall provide for
assignment to City of any documents or materials prepared by them, and in the event Contractor
fails to secure such assignment, Contractor shall indemnify City for all damages resulting
therefrom.
6
6.4 Release of Documents.. The drawings, specifications, reports, records,
documents and other materials prepared by Contractor in the performance of services under this
Agreement shall not be released publicly without the prior written approval of the Contract Officer.
7.0 ENFORCEMENT OF AGREEMENT
7.1 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 Contractor covenants and agrees to submit to the personal
jurisdiction of such court in the event of such action.
7.2 Disiutes. In the event of any dispute arising under this Agreement, the
injured party shall notify the injuring party in writing of its contentions by submitting a claim therefor.
The injured party shall continue performing its obligations hereunder so long as the injuring party
commences to cure such default within ten (10)days of service of such notice and completes the
cure of such default within forty-five (45)days after service of the notice, or such longer period as
may be permitted by the injured party; provided that if the default is an immediate danger to the
health, safety and general welfare, such immediate action may be necessary. Compliance with the
provisions of this Section shall be a condition precedent to termination of this Agreement for cause
and to any legal action, and such compliance shall not be a waiver of any party's right to take legal
action in the event that the dispute is not cured, provided that nothing herein shall limit City's or the
Contractor's right to terminate this Agreement without cause pursuant to Section 7.8.
7.3 Retention of Funds. Contractor hereby authorizes City to deduct from any
amount payable to Contractor(whether or not arising out of this Agreement) (i) any amounts the
payment of which may be in dispute hereunder or which are necessary to compensate City for any
losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be
liable to third parties, by reason of Contractor's acts or omissions in performing or failing to perform
Contractor's obligation under this Agreement. In the event that any claim is made by a third party,
the amount or validity of which is disputed by Contractor, or any indebtedness shall exist which
shall appear to be the basis for a claim of lien, City may withhold from any payment due, without
liability for interest because of such withholding, an amount sufficient to cover such claim. The
failure of City to exercise such right to deduct or to withhold shall not, however, affect the
obligations of the Contractor to insure, indemnify, and protect City as elsewhere provided herein.
7.4 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.
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.
7.5 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.
7.6 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 declaratory or
injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement.
7.7 Liquidated Damaqes. Since the determination of actual damages for any
delay in performance of this Agreement would be extremely difficult or impractical to determine in
7
the event of a breach of this Agreement, the Contractor and its sureties shall be liable for and shall
pay to the City the sum of Zero Dollars ($0.00) as liquidated damages for each working day of
delay in the performance of any service required hereunder, as specified in the Schedule of
Performance(Exhibit"D"). The City may withhold from any monies payable on account of services
performed by the Contractor any accrued liquidated damages.
7.8 Termination Prior to Expiration Of Term. This Section shall govern any
termination of this Agreementexcept as specifically provided in the following Section fortermination
for cause. The City reserves the right to terminate this Agreement at any time, with or without
cause, upon thirty(30) days' written notice to Contractor, except that where termination is due to
the fault of the Contractor, the period of notice may be such shorter time as may be determined
by the Contract Officer. In addition, the Contractor reserves the right to terminate this Agreement
at any time upon, with or without cause, upon sixty (60) days' written notice to City, except that
where termination is due to the fault of the City, the period of notice may be such shorter time as
the Contractor may determine. Upon receipt of any notice of termination, Contractor shall
immediately cease all services hereunder except such as may be specifically approved by the
Contract Officer. Except where the Contractor has initiated termination, the Contractor shall be
entitled to compensation for all services rendered prior to the effective date of the notice of
termination and for any services authorized by the Contract Officer thereafter in accordance with
the Schedule of Compensation or such as may be approved by the Contract Officer, except as
provided in Section 7.3. In the event the Contractor has initiated termination, the Contractor shall
be entitled to compensation only for the reasonable value of the work product actually produced
hereunder. In the event of termination without cause pursuant to this Section,the terminating party
need not provide the non-terminating party with the opportunity to cure pursuant to Section 7.2.
7.9 Termination for Default of Contractor. If termination is due to the failure of
the Contractor to fulfill its obligations under this Agreement, City may, after compliance with the
provisions of Section 7.2, take over the work and prosecute the same to completion by contract or
otherwise, and the Contractor shall be liable to the extent that the total cost for completion of the
services required hereunder exceeds the compensation herein stipulated (provided that the City
shall use reasonable efforts to mitigate such damages), and City may withhold any payments to
the Contractor for the purpose of set-off or partial payment of the amounts owed the City as
previously stated.
7.10 Attorneys' Fees. If either party to this Agreement is required to initiate or
defend or made a party to any action or proceeding in any way connected with this Agreement, the
prevailing party in such action or proceeding, in addition to any other relief which may be granted,
whether legal or equitable, shall be entitled to reasonable attorney's fees. Attorney's fees shall
include attorney's fees on any appeal, and in addition a party entitled to attorney's fees shall be
entitled to all other reasonable costs for investigating such action,taking depositions and discovery
and all other necessary costs the court allows which are incurred in such litigation. All such fees
shall be deemed to have accrued on commencement of such action and shall be enforceable
whether or not such action is prosecuted to judgment.
8.0 CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION
8.1 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.
8.2 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 pay or give any third party any money or other consideration for obtaining
this Agreement.
8
8.3 Covenant Aqainst Discrimination. Contractor covenants that, by and for
itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall
be no discrimination against or segregation of, any person or group 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 insure 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.
9.0 MISCELLANEOUS PROVISIONS
9.1 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. Either party may change its address
by notifying the other party of the change of address in writing. Notice shall be deemed
communicated at the time personally delivered or in seventy-two(72)hours from the time of mailing
if mailed as provided in this Section.
9.2 Interpretation. The terms of this Agreement shall be construed in
accordance with 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.
9.3 Integration;Amendment. It is understood that there are no oral agreements
between the parties hereto affecting this Agreement and this Agreement supersedes and cancels
anyand 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.
9.4 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 a 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 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.
9.5 Corporate Authority. The persons executing this Agreement 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 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
9
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
-Cityv2lerk City Manager
> Agreement ove h&s4er $25,000
APPROVED 0 FORM: APPROVED BY MY COUNCIL
o'eviewed and approved by
�,.
procurement °& Cointracting
By:
HARRIS REALTY APPRAISAL P.O. 1\4nmbe a
CONTRACTOR: Check one:_Individual_Partnership_Corporation
Corporations require two notarized signatures: One from each of the following: A. Chairman of Board, President, or any Vice
President:AND B. Secretary,Assistant Secretary,Treasurer,Assistant Treasurer, or Chief Financial Officer).
By: <7 ,�L4, By:
�IP
ure(notarized) Signature(notarized)
Name g1WL4'r Name:
Title: <- J " n Title:
State of C�Jri7a 0",i1 Stateof I
County of On�awcr�0 lss County
County of Iss
�
s
On r -4� ,;before me, ➢ i,,r�r- e'l' Flr2tH y On before me,
personally appeared ip ;r✓liPi p.r. J- B 14'I''_S personally appeared %
personally known to me (or proved to me on the basis of personally known to me (or proved/to me on the basis of
satisfactory evidence)to be the person(s)whose name(s)is/are satisfactory evidence)to be the person(s)whose name(s)is/are
subscribed to the within instrument and acknowledged to me subscribed to the within instrument and acknowledged to me
that he/she/they executed the same in his/her/their authorized that he/she/they executed the/same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s) on the capacity(ies), and that by�his/her/their signature(s) on the
instrument the person(s),or the entity upon behalf of which the instrument the person(s),6r the entity upon behalf of which the
person(s)acted, executed the instrument. person(s)acted, executed the instrument.
WITNESS my hand-apd official seal WITNESS my hand and official seal.
Notary Signature:� .L"—' 6 ' ✓y1.1 l�f- 'i- 9 Notary Signature:
Notary Seal: f Notary Seal:
t"i3TY1h'MC"u CAR7l1Y
Cw."nklal61 ntts"A,
Notary Publk M Q&I'Vopti"
Ai2'CantRi.F.?!s„y11txF�y1S�
10
EXHIBIT "A"
SCOPE OF SERVICES
Contractor shall prepare an appraisal for City of Palm Springs Community Facilities District No. 1,
"Palm Springs Classic," also known as "Escena Palm Springs," Tract 32233, and shall provide all
services and resources necessary therefor.
The Contractor will derive the "as is" bulk sale market value of the taxable property identified as
Tract Map 32233, a 372.52 acre 1,244 detached and attached dwelling units within a gated
community also known as "Palm Springs Classic" or"Escena Palm Springs", "Subject Property".
The Subject Property is considered undeveloped at this time and is in a raw to partially graded
condition. The undeveloped proposed parcels will be valued by a Developmental Analysis. A
discounted cash flow, utilizing absorption estimates provided by an independent absorption
consultant,will be completed.The estimated value will reflect the bulk value of the"As Is"condition
of the land, giving consideration to the proposed development to be partially funded by the
Community Facilities District No. 1 ("District"). The Market Value of the properties will consider the
various individual ownerships, if any, merchant builder ownerships and the master developer
ownership. The aggregate of the bulk values will represent the "As Is" Market Value for all the
property within the proposed District. The scope of work will be to arrive at the aggregate "As Is"
Market Value of the land within the boundaries of the District. The merchant builder land will be
valued by Direct Comparison. A cursory review of the market to test the reasonableness of the
absorption estimates provided for use in the Development Analysis. The Contractor will include
in the scope of work the preparation of a full appraisal and a detailed summary appraisal to be
included in the offering document for the District's bonds. The format, substance and quality of the
appraisal and summary will be of a type used in connection with land secured financings, and will
include as part of the closing documents for the bonds, a certificate that the City is authorized to
use the appraisal in the Bond Official Statement, that the information regarding the appraisal is
properly presented in the Official Statement, and that the appraisal summary is complete and
accurate. The Contractor will also participate in conference calls and a maximum of two meetings
with the Finance Team in the weeks/months preceding distribution of the draft appraisal and may
be asked to provide insight on the probable value of the property at various stages of development.
The Contractor shall provide three copies of the final report.
11
EXHIBIT "B"
SPECIAL REQUIREMENTS
Section 5.3 The requirements of Section 5.3 for a Performance Bond are hereby waived.
Section 5.1(b) Worker's Compensation Insurance. The Contractor does not have employees and
therefore does not carry worker's compensation insurance. The Contractor will write a letter to the
City stating that if at any time during the course of this engagement the Contractor gets an
employee, the Contractor will obtain 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
of employer's liability.
Section 5.1(d) A policy of Professional Errors and Omissions insurance in the amount of
$1,000,000 is required.
12
EXHIBIT "C°
SCHEDULE OF COMPENSATION
Total compensation for the work to be performed by Contractor shall be a lump sum amount of
$30,000, including all reimbursables, upon completion of all services and delivery of the Appraisal
Report to the City.
13
EXHIBIT "D"
SCHEDULE OF PERFORMANCE
Unless otherwise modified by the City and/or its financial advisor to dates later than dates shown
below, the schedule of performance is as such:
Immediately upon execution of this Agreement:
• Begin assembling information of the "Palm Springs Classic", now known as"Escena Palm
Springs", Community Facilities District No. 1 project;
• When scheduled: Attend disclosure meeting with City's financial advisor, underwriter and
developer;
• Prepare and submit a Preliminary Draft Appraisal within 15 days following the date of value;
• Prepare and submit the complete self-contained narrative report within one to two weeks
following the review process for the draft appraisal report.
14
_Hairris Reality Appraisal _
5100 Birch Street, Suite 200
Newport Beach, California 92660
_ 949-851-1227 FAX 949-851-2055
www.harris-appraisal.com
April 5, 2005
Mr. Marcus Fuller
Senior Civil Engineer -'��
City of Palm Springs
91200 E. Tahquitz Canyon Way
Palm Springs, CA 92262 0?,iv I
���' 'rciJ���r,�'��iu�b�
RE: Workers Compensation Certification
Dear Mr. Fuller:
This letter certifies that Harris Realty Appraisal has no employees. However, If
Harris Realty Appraisal does employ any person during the term of this agreement, the
necessary certificate of insurance will be immediately filed with the City of Palm Springs.
Respectfully Submitted,
(Ja6 -g, J512J r�
mes B. Harris, MAI
Policy Number U�VLHn/-1I IVIVJ i Hum r vicrvULU kWH tz LUU4
92-BH-4079-9
STATE FARM GENERAL INSURANCE COMPANY
31303 AGOURA RD, WESTLAKE VILLAGE,CA 91363-0001
A STOCK COMPANY WITH HOME OFFICES IN BLOOMINGTON,ILLINOIS
Named Insured and Mailing Address
8251-F418 S
HARRIS,JAMES B & 11E
JUDYSEMLER,LUTC,Agent
CANNON, BERRI J 1111 Town&Cuntryy Rd.,Ste.48
DBA HARRIS REALTY ADVISORS & Orangge,CA 92868
CANNON APPRAISAL SERVICES Peale':(714)547-1689Fax(714)547-1807
5100 BIRCH ST STE 200 judysemler.com
NEWPORT BEACH CA 92660-2160
Cov A - Inflation Coverage Index: N/A
BUSINESS POLICY -SPECIAL FORM 3 Cov B -Consumer Price Index: 186.2
AUTOMATIC RENEWAL - If the POLICY PERIOD is shown as 12 MONTHS, this policy will be renewed automatically
subject to the premiums, rules and forms in effect for each succeedinq policy period If this policy is terminated, we will
give you and the Mortgagee/Lienholder written notice in compliance wi Ii the policy provisions or as required by law.
Policy Period: 12 Months The policy period begins and ends at 12:01 am standard time at the
Effective Date: JUN 23 2004 premises location.
Expiration Date: JUN 23 2005
Named Insured: Individual
Your policy is amended APR 22 2004
ADDL INSURED NAME &ADDRESS DELETED
Location of Covered Premises:
5100 BIRCH ST STE 200
NEWPORT BEACH CA 92660-2160
Other items shown are effective
with the policy's 2004 renewal
Coverages & Property Limits of Insurance Occupancy: Office
Section I
A Buildings Excluded
B Business Personal Property $ 31 900
C Loss of Income- 12 Months $ Actual I'oss
Section II Deductibles -Section
L Business Liability $ 2,000,000
M Medical Payments $$ 5,000 $ 250 Basic
Products-Completed Operations 4,000,000
(PCO)Aggregate
General Aggregate (Other $ 4,000,000
Than PCO) In case of loss under this policy, the deductible will be
applied to each occurrence and will be deducted from the
amount of the loss. Other deductibles may apply - refer to
policy.
Endorsement Premium None
Forms, Options, and Endorsements
Special Form 3 FP-6143
Amendatory Endorsement FE-6205 Discounts Applied'
Debris Removal Endorsement FE-6451 Renewal Year
Policy Endorsement FE-6506.2 Years in Business
Business Policy Endorsement FE-6464 Claim Record
Real Estate Agents Endorsement FE-6405.1
Additional Insured Endorsement FE-6494
Continued on Reverse Side of Page
Prepared
OTHER LIMITS AND EXCLUSIONS MAY APPLY- REFER TP YO R POLICY
!/
APR 23 2004 Countersi e
FP-8030.2C BM5T By (� �/�ii�� Agent
06/1993 JUDY SEML
Your policy consists of this page,any endorsements (714)547-168
and the policy form.PLEASE KEEP THESE TOGETHER. (o i@T72b)
21st Century Insurance INSURED'S COPY X*
21st.com 1-800-211-SAVE RENEWAL DECLARATION OFFER
EFFECTIVE 11/01/04
AUTOMOBILE POLICY DECLARATION PAGE IN THE EVENT PAYMENT IS NOT RECEIVED
mtlavA•fn�u,Ll - maveaw,+o-• BY THE RENEWAL EFFECTIVE DATE NOTED
12'01 A M.PACIFIC TIME ABOVE, YOUR POLICY BECOMES NULL AND
AP 3262238 (FROM 11/01/04 ITO 05/01/05 VOID.
NAMED INSURED AND ADDRESS LOSS PAYEE AND/OR ADDITIONAL INSURED ADDRESS(SEE REVERSE)
** EVIDENCE OF '+INSURANCE **
CNTY OF ORANGE/CEO PURCHASING
JAMES B HARRIS 1300 S GRAND AVE #A
BERRI J HARRIS SANTA ANA CA 92705
51DO BIRCH ST STE 200
NEWPORT BEACH CA 92660 K* EVIDENCE OF INSURANCE *X
COMMUNITY REDEVELOPMENT AGENCY
PO BOX 88005
MORENO VALLEY CA 92552
�W�h�en attached to the Personal Auto Policy,these declarations complete the policy and represent the current status of your coverages and limits of[lability.
IsUEf=�wsy. :): .n1 �«. ems• ,�, e--,'N: GOM
1 2001 MBNZ CLK320 WDBLJ65G31TO83053 W MCI) 92620 6000
3 2004 BMW X5 3.0I SUXFA13574LU21480 W MCD 92620 15000
3 JAMES HARRIS 41 0 1 BI/PD/COLL coo
1 BERRI CANNON 38 0 coo
• — - rl---�AIx1�r.+sliaH�.Fr r7f�,Tf1�IT1:1f,(fRf�l:L4T
COVERAGE IS PROVIDED WHERE A PREMIUM AND A LIMIT OF LIABILITY ARE SHOWN FOR THE COVERAGE
A Bodily Injury
_ ..11110.50.00 PER VEHICLE FRAM FEE $ 100,000 Each Person $300,000 Each Accident _ 117 78
B Property Damage $ 50,000 Each Accident 63 84
C. Medical Payments $ 5,000 Each Person _ 64_ 57
D. Uninsured Motorist _$ 100,000 Each Person $310,000 Each Accident 24 21
DAMAGE To YOUR VEHICLE
ACTUALCASH E.COMPREHENSIVE
VALUE LESS $ 250 Ded $ DetlS 250 Ded $ Der. 93 83
DEDUCTIDLE F.COLLISION $ 500 Ded S Ded. $ 500 Ded $ Ded. 214 1.69
01.UNINSURED MOTORIST.PD
J. ADDITIONAL EQUIPMENT $ 1,000 TOTAL $ TOTAL $ 1,000 TOTAL $ TOTAL
FIRST$10001S AUTOMATICALLY
INCLUDED WITH COMPREHENSIVE OR $ 1,000 INCL $ INCL $ 1,0001NCL $ INCL
COLLISION.
ADDITIONAL COVERAGE IS OPTIONAL $ 0 ADO'L $ ADD'L $ 0 ADD'L $ ADD'L
G TOWING 8,LABOR S $50 Each Disablement Automatically Included INCL INCL
H RENTAL REIMBURSEMENT
�!f!.�. 575 492
t'IGORSE�ENT'FS;J$ABLE'T... ...3z:%s::.;:_'. r ;- t _,:^ „ b"` 'le •M'iP%MIUMe�:a= "'=�—__1,067.00_
10/07/04
PRESIDENT DATE
- STATEMENT OF ACCOUNT FOR POLICY 3262238 -
TOTAL PREMIUM . . . . . . . . . . . . . . . . *1067.00
CHOOSE THE PAYMENT PLAN YOU PREFER:
PAY IN FULL $1067.00 11/01/04
IyS�,MlC �Sr.PLY'- K2-PAY PLAN 4 538.00 11/01/04
a7 E Yt( 5ft 1ih, $ 537.00 01/01/05
Ulf@EC�R' ,'IUBf�ED btFiP�dl}1'^ 0E *4-PAY PLAN $ 271.00 11/01/04
$ 271.00 12/01/04
IIIIIIIIIIIIIIIIIIIIIIuI�Illlll $ 271.00 02/01/05
u $ 270 DO 02/01/05
r h41,, £+ts
* INCLUDES $4 PER PAYMENT SERVICE CHARGE
L _J
For Customer Care all 1-800-443-3100, or visit Zlst.com to make policy changes, pay Your premium# and mare! Register today!
21st Century Insurance Company 6301 OWensmouth Avenue Woodland Hills, California 91367
21st Century Insurance *** INSURED COPY ***
21st:.com 1-800-211-SAVE RENEWAL DECLARATION OFFER
EFFECTIVE 02/02/05
UMBRELLA POLICY DECLARATION PAGE
WHEN ATTACHED TO THE PERSONAL UMBRELLA POLICY,THESE DECLARATIONS COMPLETE THE POLICY AND REPRESENT IN THE EVENT PAYMENT IS NOT RECEIVED
THE CURRENT STATUS OF YOUR COVERAGES AND LINTS OF LIABILITY ACCORDING TO OUR RECORDS BY THE DUE DATE NOTED BELOW IN THE
Qrrl.ula'r+nnla�a� uw'��a:M•t•�• -�— +adlu� STATEMENT OF ACCOUNT, YOUR POLICY
1201 AM.STANDARD TIME
M 02/02/05 LTD 02/02/06 �12 MO BECOMES NULL AND VOID.
PEP 91122892 7
NAMED INSURED AND ADDRESS
JAMES HARRIS
BERRI HARRIS
5100 BIRCH ST STE 200
NEWPORT BEACH CA 92660
Ie•NIA:LfH�69Ja•191•IA•lYWla�a�:\�IVdYi•Iy11L•1.11�YPI-t-9:1•YPI�R-9LI=AI�HiUf9�7tl•17VIYi(•]P6Y•tyi:I6Y1•14N'
LIMITS OF LIABILITY POLICY PREMIUMS
L.PERSONAL LIA131LITY SELF-INSURED RETENTION BASIC POLICY PREMIUM ADDITIONAL CHARGES
EACH OCCURRENCE EACH OCCURRENCE - : II II
$ 1100,01000 $ 250.00 $ 192.00 $ 40.00 $ 232.00
� :Ia.Lulaa.>t�:ul'n:1:1•nol--tq:rac[•laa.wa:ma
YOU AGREE THAT PRIMARY INSURANCE IS IN FORCE AND WILL CONTINUE TO BE IN FORCE FOR ALL EXPOSURES
COVERED BY THIS POLICY FOR AT LEAST THE LIMITS SHOWN BELOW SUBJECT TO FORM TCE-79.IF APPLICABLE.
��i'IdX•lYtl•1'/�:/:fNX•]a-J•14•]'� I'111J11011•II'1•J:iIPIL1:17�IrIlY
AUTOMOBILE LIABILITY BODILY INJURY— $ 250,000 EACH PERSON
OFF-ROAD RECREATIONAL VEHICLE LIABILITY $ 500,000 EACH OCCURRENCE
PROPERTY DAMAGE— $ 50,000 EACH OCCURRENCE
COMPREHENSIVE PERSONAL LIABILITY BODILY INJURY AND PROPERTY $ 100,000 EACH OCCURRENCE
DAMAGE COMBINED
-------- ADDITIONAL CHARGES --------
AUTOMOBILES 2 40.00
RESIDENCES I INCLUDED
1-4 FAMILY RENTALS .00
OFF-ROAD VEHICLES .,n0
YOUTHFUL OPERATORS .00
*** REMINDER: ALL PRIMARY LIMITS MUST BE
IN FORCE AS NOTED ABOVE ***
TCE-79 05/92
—� � 01/03/05
PRESIDENT DATE
FOR CUSTOMER CARE CALL 1-800-443-3100 CLAIMS SERVICE PHONE: 1-800-322-8200
STATEMENT OF ACCOUNT FOR POLICY 9022892 -
TOTAL PREMIUM . . . . . . . . . . . . . . . . S 232.00
AMOUNT DUE 02/02/05 . . . . . . . . S 232.00
h
N
I°- THANK YOU FOR LETTING US SERVE YOU
05/10/2006 10;29 FAX $059620652 LIABILITY INSURANCE 0 002/002
CERTWICATE OF INSURANCE
Producer: Issue Dale:05/10/2005
This Certificate is issued as a matter of information only and
LIABILITY INSURANCE,ADMINISTRATORS confns no rights upon the Certificate Bolder,This Certificate
P.O.Box 1319 does nor amend,extend or alter the covenge afforded by the
Santa Barbara,CA 93102-1319 policy below.
Insured: 101175 COMPANY AFFORDING COVERAGE -
HARRIS REALTY APPRAISAL
James B.Harris,MAI Liberty Insurance Underwriters,Inc.
5100 Eirch Street,Suite 200
Newport Beach,CA 92660
Fax Number949-851-2055 Age
Authorized esentalive
This is to cenify that the policy of insurance listed below has been issued to dic Insured named above for the policy period
indicated.Notwithstanding any requirement,term of oendilion Of any contram or other document with respect to which this
Certificate may be issued or may pertain, the insurance afforded by the policy described herein is subject to all the terms,
exclusions and conditions of such policy.Limits shown may have been reduced by paid claims.
i
TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE LIMITS
Prolmninnal Liability LIU003120-004 05/04/2005 05/04/2006 General Aggregaro S 11000,000
Each Claim 5 1,090,0W
Description of Operations/Locations/Special Items:
REAL ESTATE APPRAISERS PROFESSIONAL LIABILITY INSURANCE EVIDENCE OF INSURANCE
Certificate;Bolder: Cancellation:
City of Palm Springs Should the above described policy be cancelled before the
expiration date thereof,the issuing Company will endeavor to
3200 E.Tahquitz Canyon Way mail 30 days notice,except 10 days notice for nonpayment of
Palm Springs, CA 92262 premium,to the certificate holder named to the left.However,
failure to mail such notice shall Impose no Obligation or liability
of any kind upon the Company,its agents or representatives.
LIAOOO1 (11/97) Certificate Holdor Copy
CERTIFIC�tAy�T�yE OF INSURANCE
Producer: 1'x'5,"�EI v 1^ D ,issue Date:05/10/2005
� l Y f7F ALf of {1ydG'
Certificate is issued as a matter of information only and
juABILITY INSURANCE AD11I5TI 'tp5 ter" t� pp confers no rights upon the Certificate Holder.This Certificate
P.D. Box 1319 IY I 1 AM 8' 56 does not amend,extend or alter the coverage afforded by the
Santa Barbara, CA 93102-1319 policy below.
Insured: 101175 I e COMPANY AFFORDING COVERAGE
HAP12:[S REALTY APPRAISAL - "I^
fames B. Harris, MAI Liberty Insurance Underwriters, Inc.
5100 Birch Street, Suite 200
Newport Beach, CA 92660 t
Fax Number 949-851-2055 �"
Authorized escrustive
This is to certify that the policy of insurance listed below has been issued to the Insured named above for the policy period
indicated. Notwithstanding any requirement,term of condition of any contract or other document with respect to which this
Certificate may be issued or may pertain, the insurance afforded by fire policy described herein is subject to all the terms,
exclusions and conditions of such policy. Limits shown may have been reduced by paid claims.
TYPE 01-INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE LIMITS
Professional Liability LIU003120-004 05/04/2005 05/04/2006 General Aggregate $ 1,000,000
Each Clain $ 1,000,000
Description of Operations/Locations/Special Items:
REAL ESTATE APPRAISERS PROFESSIONAL LIABILITY INSURANCE EVIDENCE OF INSURANCE
Certificate Holder: Cancellation:
City of Palm Springs Should the above described policy be cancelled before the
expiration date thereof,the issuing Company will endeavor to
3200 E. Tahquitz Canyon Way niai130 days notice, except 10 days notice for nonpayment of
Palm Springs, CA 92262 premium, to the certificate holder named to the left. However,
failure to mail such notice shall impose no obligation or liability
of any Had upon the Company,its agents or representatives,
LIA0001 111/97l Certificate Holder Copy
U J,h, rMn,V, „VJU SMIVI C 4VIYIYMItlICJ fittYtWAL CERTIFICATE
'—
m i State Farm General Insurance Company POLICY NUMBER 92-BH-4079-9
31303 Agoura Road Business-Office
Wecaake Village,CA 91363-0001 JUN 23 2004 to JUN 23 2005
S-8251-F418 F U 3 DATE DUE PLEASE PAY THIS AMOUNT
HARR.IS, JAMES B & JUN 232004 $559.00 l
CANNON, BERRI J Coverages and Limits
DBA HARRIS REALTY ADVISORS &
CANNON APPRAISAL SERVICES Section
5100 BIRCH ST STE 200 A Buildings Excluded
NEWPORT BEACH CA 92660-2160 B Business Personal Property 31,900
III, „I,LII,,,II,JI,„rdJr,rlLll„Ilrrr,Ll,ll„rr,ll,l k'1�S C Loss of Income Actual Loss
Deductibles -Section 1
OQ Basic 250
>, -o Other deductibles may
apply-refer to policy
Location: 5100'BIRCHST, STE200 C1TYG��
NEWPORT BEACH CA
Section II
L Business Liability $2,000,000
M Medical Payments 5,000
Gen Aggregate (Other than PCO) 4,000,000
Add Ins-Il: CITY OF FONTANA Products-Completed Operations 41 000,000
(POO Aggregate)
Add Ins-II: WESTERN SOUTHERN LIFE INS CO
Add Ins-II: COUNTY OF ORANGE
Forms,Options,and Endorsements
Special Form 3', FP-6143 Annual Premium $532.00
Amendatory Endorsement FE-6205 Forms,Opts,& Endrsmnt 6.00
Debris Removal Endorsement FE-6451 Bus Liability - Cov L 21.00
Policy Endorsement FE-6506.2 Amount Due $559.00 1
Business Policy Endorsement FE-6464
Real Estate Agents Endorsement FE-6405.1
Additional Insured Endorsement FE-6494 Premium Reductions
Glass Deductible -Section I FE-6538.1 Your premium has already been reduced
Additional Insured FE-6320 by the following:
Blank Endorseinent(s) FE-7315.1 Renewal Year Discount
Amendatory Collapse * FE-6551 Yrs in Business Discount
Terrorism Insurance Cov Notice *- FE-6999 Claim Record Discount
*Effective: JUN 23 2004 Cov. A- Inflation Index: N/A
Cov. B-Consumer Price: 186.2
NOTICE: Information concerning changes in your policy language is included. Please call your agent if
you have any questions.
,
y7 p_ 80 3294 0727
See reverse side for important information.
ct� .
9 UDY SI MLER o Please keep this part foryour record.
A ent
Telephone (714) 547-1689 Prepared APR 14 2004
CONTRACT ABSTRACT
CONTRACTOR NAME: Harris Realty
CONTACT NAME: Jim Harris
DESCRIPTION OF SERVICES: CFD #1
CONTRACT PRICE: $30,000
FUNDING SOURCE: 160-4506-43200
CONTRACT START: JUNE 1, 2005
CONTRACT END: JUNE 1, 2006
CONTRACT ADMINISTRATOR: Dave Barakian
DEPARTMENT: Public Works & Engineering
COUNCIL/AGENCY
APPROVAL DATE: June 1, 2005
MINUTE ORDER/RESOLUTION: 7684
AGREEMENT NUMBER: 5111
Account (Agreement) Number: 5111
Risk Type (Class): 1
Business Unit 1 (Department): Public Works & Engineering
Business Unit 2 (Contract Type): Service Agreement
Insured (Contractor) Name: Harris Realty
Address 1: P.O. Box 1319
Address 2:
City: Santa Barbara
State: CA
Zip: 93102-1319
Country: USA
Contact Name: Jim Harris
Phone: 800-334-0652
Fax: 805-962-0652
Email: jim@harris-appraisal.com
Contract Effective Date: JUNE 1, 2005
Contract Expiration Date: JUNE 1, 2006
Description of Services: CFD #1
Exceptions to Risk Class: Workers comp is waived, E&O in the amount of$1,000,000 reqd.
SVI
M E M O R A N D U M
TO: Public Works/Engineering
FROM:
01" Kathie Hart, CMC
Chief Deputy City Clerk
DATE: July 14, 2005
SUBJECT: Harris Realty—A5111
cc: File
Attached are two copies of the above referenced agreement, fully executed. We have kept the
originals for our files.
Please feel free to contact me if there are any questions, ext. 8206.
/kdh
attach.