HomeMy WebLinkAbout05048 - DOKKEN ENGINEERING VISTA CHINO WHITEWATER RIVER PRELIMINARY BRIDGE DESIGN HBRR GRANT PREPARATION Kathie Hart
From: Tabitha Richards
Sent: Tuesday,July 30, 2013 7:00 AM
To: Kathie Hart; Carrie Rovney; Dave Barakian;Savat Khamphou
Cc: JV"hempseR
Subject: E:A5048-D kken Eng(Prelim bridge design &prepare HBRR Pkg $12,540.00)
This can be closed
Tabitha Richards
760-323-8253 ext 8750
From: Kathie Hart
Sent: Monday, July 29, 2013 2:36 PM
To: Tabitha Richards; Carrie Rovney; Dave Barakian; Savat Khamphou
Cc: Jay Thompson
Subject: A5048 - Dokken Eng (Prelim bridge design &prepare HBRR Pkg $12,540.00)
This agreement expired in 2006. Has the work been completed? OK to Close this file?
Kathie Hart, CAW
Chief Deputy City Clerk
City of Palm Springs 9(760)323-8206
3200 f. Tahquitz Canyon Way A (760)322-8332
Palm Springs; CA 92262 O9athie.Hart@Pahn,5priWCA.90
Please note that tarty Hall is open H a.m. to 6 p.m. Monday through Thursday,and closed on Fridays at this time.
Q�
r
1
Dokken Engineering
Vista Chino @ Whitewater
River Prelim Bridge Design
AGREEMENT#5048
Cm signed, 3-4-05
CITY OF PALM SPRINGS
CONTRACT SERVICES AGREEMENT FOR
---------------------------------
VISTA CHINO AT WHITEWATER RIVER
PRELIMINARY BRIDGE DESIGN AND ESTIMATE
HBRR GRANT PREPARATION AND SUBMITTAL PACKAGE
THIS CONTRACT SERVICES AGREEMENT (herein "Agreement") is made and
entered into this day of "WA aLO6 by and between the CITY OF PALM
SPRINGS,a munlclPa*01�1corporation(herein"City")and Dokken Engineering (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 Twelve Thousand Five Hundred Forty and 001100 dollars ($12,540.00)
("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. Don Bloodworth 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 act in its behalf with respect to the work 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 Subcontractinq or Assiqnment. Contractor shall not
contract with any entity to perform in whole or in part the work or services required hereunder
ORIGINAL BID
MWOR AGREEMENT
y�. .`��`� . , . �h,,, :�Yr`-.
without the express written approval of the City. Neither this Agreement nor any interest herein
may be assigned or transferred, voluntarily or by operation of law,withoutthe priorwritten 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 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 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 B.
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,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.
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
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.
4.4 Sufficiency of Insurer or Suretv. 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 Manager to 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 until December 31, 2005.
-3-
5.2 Termination Prior to Expiration of Term. Either party may terminate this
Agreement at anytime,with orwithout cause, upon thirty(30)days written notice to the other party.
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 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 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 pay or give any third party any money or other 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
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.
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 SeverabilftV. 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.
-4-
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.
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 party to 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,
whether legal orequitable, shall be entitled to reasonable attorney's fees,whetheror notthe matter
proceeds to judgment.
6.10 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
-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
City Clerk City Mara er, �
/ Approved by the City Manager on:
' -' -IDh � \a4�4V y�
DOKKEN ENGINEERING
CONTRgpA,CCTO,R: Check one:_�Individual_Partnership""Corporraattiy.,n
By:
Signature(notari2eq!y Si� '5e(notarized)
Name: Name:
Title: Title:
(This Agreement must be signed in the above space by one of This Agreement must be signed in the above space by one of
the following: Chairman of the Board,President or any Vice the following. Secretary,Chief Financial Officer or any
President) Assistant Treasurer)
Stateof (^.9eiFoR^i a,ry I State I
County of e..,{R4mt�%U Iss County of5A64Y 41�d++Ta Iss
On 2- •p" before me, fpv �• ✓Tt Q�3L OnZ'/•/-&c — befoieme,
personally appeared ,Rg�;A,icI1Ut T. �iAf'-'C.K personally appeared C4-jyg- «/'J1
personally known to me(or proved to me on the basis of satisfactory personally known to me(or proved to me on the basis of satisfactory
evidence) to be the person(s)whose mallets) is/arc subscribed to the evidence)to be the persons)whose name(s)is/are subscribed to the
within mstrumentand acknowledged tome that he/she/they exeoutedthe within mstrunientand ackaowledgedto me that he/she/they executed the
same in his/her/their authorized capacity(ies),and that by his/her/their sane in his/her/their authorized capaeity(ies),and that by his/her/their
signalure(s)on the instrument the person(s),or the entity upon behalf of signature(s)on the insrment the person(s),or the entity upon behalf of
which the person(s)acted,executed the instrument. which the person(s)acted,executed the instrument.
WITNESS my hand and official seal._ WITNESS my hand and official seal.
Notary Signahne /;���, ,fi'I ! Notary Signatur
Notary SC&I / Notary Sea
f?unvl �P 9.3b0e 9'a Ca 'a '1114hi Sf'iC0679 his
:g
' y Ptl iu¢o.. h 7119i'dDPd'19a 'd
,:y .3 i; lip r l; -r iJ 2006 „r
$25,0H
�c*rua:�,�'s:d 2tnr^ �L_�t4-ovsd �y
�'.-nctta-�caa�alt 'c �.�®alta-rcha�a�
-6-
�C �
J e &-s
EXHIBIT "A"
SCOPE OF WORK
The following scope of work shall provide the City with professional civil engineering services
necessary to provide preliminary estimates and conceptual plans for a future bridge across the
Whitewater River at Vista Chino, in accordancewith the Bridge Design Study prepared by Berryman
&Henigar in 1997; and to prepare all necessaryforms for application to Caltrans for Highway Bridge
Rehabilitation and Replacement (HBRR) Program funding for construction of a new bridge at the
low water crossing on Vista Chino at the Whitewater River. Submittal of the HBRR package to
Caltrans and all associated coordination to be performed by City.
TASK 1.0 - RECORD RESEARCH/PRELIMINARY ENGINEERING
Contractorshall conductthorough record research to determine existing conditions.Contractorshall
research roadway and utility as-builts, Riverside County Flood Control information, and right of way
APN documents to determine property lines. Contractor shall use information collected to create a
Bridge Plan that includes plan view, profile view, and typical section.A cost estimate shall be shown
on the Bridge Plan. The cost estimate shall include: cost to construct new bridge, costs for
temporary detour roadway including any necessary easements, costs for environmental clearance,
costs to perform hydrological studies, costs for preliminary design, costs for final plans,
specifications, and estimates, cost for right of way engineering, and cost for construction
administration/inspection. The cost estimate will include a 25% contingency.
TASK 2.0 - PREPARE GRANT APPLICATION
Contractor shall prepare necessaryforms and paperwork to complete the PIES Form and the HBRR
Grant Application. Contractor shall submit documents to City for review and approval, an shall
response to review comments, and resubmit to City for final approval. City shall be responsible for
submitting HBRR Grant Application to Caltrans for review and approval, and all associated
coordination related to receiving Caltrans approval of the grant and authorization to proceed.
-7-
EXHIBIT "A-V
SPECIAL REQUIREMENTS
lormance Bond" is waived.
-a-
EXHIBIT "B"
SCHEDULE OF COMPENSATION
Tasks listed below are identical to tasks identified in Exhibit A of this Agreement. Payments to
Contractor shall be made no more frequently than monthly, and shall be based on lump sum units
of work as indicated herein. Lump sum payments shall be made to Contractor based upon
completion of tasks, or pro-rata portions thereof noted below,to a maximum of 75%of the lump sum
task item fee until completion of such task item. Each request for payment shall contain
Contractor's statement of the work or tasks completed or portion performed, with supporting
documentation. The determination of payment due shall be made based upon the reasonable
judgement of the Contract Officer.
Task Total
Lump Sum
Task 1, Record Research/Preliminary Engineering $8,800.00
Task 2, Prepare Grant Application $3,740.00
Total not to exceed contract amount $12,540.00
-9-
M E M O R A N D U M
TO: Mari Lynn Boswell
Procurement Department
FROM: Kathie Hart
Chief Deputy City Clerk
DATE: March 9, 2005
SUBJECT: Dokken Engineering
A5048
cc: Jay Thompson, City Clerk
File
Attached are three (3) duplicate originals of the above referenced agreement. We have
retained the original our files.
Please feel free to contact me if there are any questions, ext. 8206.
/kdh
attach.
CONTRACT ABSTRACT
Contract
Company Name: Dokken Engineering
Company Contact: Don Bloodworth
Summary of Services: Preliminary Bridge Design&Prepare fIBRR Package
Contract Price: $12,540
Funding Source: 134-4498-50120
Contract Term: December 31, 2005
Contract Administration
Lead Department: Public Works & Engineering
Contract Administrator: David Barakian/Marcus Fuller
Contract Approvals
Council/Community Redevelopment
Agency Approval Date: Under $25,000
Minute Order/Resolution Number: N/A
Agreement Number: To be assigned �hlA%
Contract Compliance
Exhibits: Attached
Signatures: Complete
Insurance: Attached
Bonds: N/A
Contract prepared by: Public works & Engineering
Submitted on: 3/1/05 By: Mari Lynn Boswell
Client#: 654 DOKKEENGI
A j0RD„, CERTIFICATE OF LIABILITY INSURANCE 211 712 00 5 Y)
02/17/2005
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Dealey, Renton &Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
P. O. Box 12675 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Oakland, CA 94604-2675
510 465-3090 INSURERS AFFORDING COVERAGE
INSURED INSURERA United States Fidelity&Guaranty
Dokken Engineering Inc INSURER B. American Automobile Ins. Co.
11171 Sun Center Drive, Suite 250 INsuRERc Hudson Insurance Company
Rancho Cordova, CA 95670 — — —
INSURER D
INSURER E
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
—_INSR POLICY EFFECTIVE POLICY EXPIRATION
LTR TYPE OFINSURANCE POLICY NUMBER DATE(MM/DDNY) DATE(MM/DDNY) LIMITS
A GENERAL LIABILITY BKO1804219 05/12/04 05/12/05 EACH OCCURRENCE _$1,0001000 _
x COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) S1,000,000
CLAIMS MADE J OCCUR MED EXP(Any one person) $10,000
PERSONAL&ADV INJURY $1,000,000
GENERAL AGGREGATE _ $2,000,000
GEN'L AGGREGATE LIM ITAPPLIES PER. PRODUCTS -COMPUDPAGG $2,000,000
� PRO-
h l JECT $ LOC
A AUTOMOBILE LIABILITY BA01805289 05/12/04 05/12/05 COMBINED SINGLE LIMIT
x IANY AUTO (Ea accident) $1,000,000
ALL OWNED AUTOS BODILY INJURY - -
SCHEDULED AUTOS I
(Per poison) S
HIRED AUTOS
BODILY INJuav
NON-OWNED AUTOS (Per accident) $
- PROPERTY DAMAGE
(Per.moonl) $
GARAGE LIABILITY (AUTO ONLY-EA ACCIDENT $
ANY AUTO AOUTO ONLVN EA AGG $
A EXCESSLIABILITV BK01804219 05/12/04 05/12/05 EACHOCCURRENCF $4,000,000
X OCCUR CLAIMS MADE AGGREGATE $4,000,000
DEDUCTIBLE _ $
RETENTION $10000 $
WC STATU- OTH-
B WORKERS COMPENSATION AND WZP80923454 107/01/04 07/01/05 X TORV UMIrs$ER
-- -EMPLOYERS'LIABILUY - - - _-- - ff - -
- --I_- —_-- - - - - _
E L.EACH ACCIDENT $1,000,000
EL DISEASE-EA EMPLOYEE $1,000,000
E.L.DISEASE-POLICY LIMIT $1,000,000
C OTHER Professional AEE7114400 03/13/05 03/13/06 $1,000,000 per claim
Liability $3,000,000 annl aggr.
�I
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
General Liability excludes claims arising from professional services.
Certificate holder is included as additional insured for general liability per policy.
Re: Indian Canyon Road Widening (DE-1309)
CERTIFICATE HOLDER ADDIRONALINSURED;INSURERLETTER CANCELLATION
SHOULD ANYOFTH E ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Palm Springs 2 DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3O—DAYS WRITTEN
Dept. of Public Works NOTICETOTHE CERTIFICATE HOLDERNAMED TOTHE LEFT,BUTFAILURE TO DOSOSHALL
Attn: Mary Lynn IM POSE NO OBLIGATION OR LIABILITYOF ANYKIND UPON THE INSURER,ITS AGENTS OR
P.O. Box 2743 REPRESENTATIVES.
Palm Springs, CA 92263-2743 AUTHORIZED REPRESENTATIVE
ACORD 25-5(7/97)1 of 1 #M120889 J � � �'`/_��MNN 0ACORD CORPORATION 1988