Loading...
HomeMy WebLinkAbout00483C - TERRA NOVA PLANNING & RESEARCH INC DDA PRAIRIE SCHOONER PARKING LOT SPA RESORT CASINO Terra Nova Planning&Research Inc. PS Initial Study&MND AGREEMENT #A483C COMMUNITY REDEVELOPMENT AGENCY OF TI CM signed 8-5-04 CITY OF PALM SPRINGS CONTRACT SERVICE AGREEMENT THIS CONTRACT SERVICES AGREEMENT (herein "Agreement"), is made and entered into this s L-day of 2004, by and between the CITY OF PALM SPRINGS, a municipal corporation, ( reih� n "City") and Terra Nova Planning and Research, Inc„ (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 by this 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 - 1 - 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, 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 $18,340; 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 in 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 eighteen thousand three hundred and forty dollars ($18,340.00) (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 - 2 - 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') 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. 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 any, 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 Force Maieure. 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 - 3 - its behalf with respect to the work specified herein and make all decisions in connection therewith: Nicole Sauviat Criste 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 Against Subcontracting or Assignment. 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 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 - 4- 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 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 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 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 and issued by companies whose rating satisfies the requirements in Section 5.4 of this agreement. The insurer shall 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 - 5 - 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 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) Contractor will promptly pay any judgment 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 are 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. 5.3 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. 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 - 6 - 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 create 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 Officer such reports concerning the performance of the services required by this 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, Contractor shall promptly notify the 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. 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 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. 6.4 Release of Documents. The drawings, specifications, reports, records, documents and other materials prepared by Contractor in the performance of services under - 7 - 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. Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 7.2 Disputes. 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 non-defaulting 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. - 8 - 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 Damages. Since the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in 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 ($ --Not Applicable-- ) 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 Agreement except as specifically provided in the following Section for termination 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, 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 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 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 - 9 - 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. 8.3 Covenant Against 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. In the case of the Contractor, it should be addressed 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 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. - 10 - 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) - 11 - IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date stated below. COMMUNITY REDEVELOPMENT AGENCY OF THE CITY OF PALM SPRINGS A public body corporate and politic ATTEST: s/ R ,-"i ems$ By: .. Assiiiant Secretary Executive Director ld 1'�G"v�t`c3v' I( v �1 C'Ju Jv'ti',�:;.,i._°jil viill"fir I�:.` ooment C."et'�ID1I5C�E$� ®(ti0 APPROVED AS I O FORNt' ) n f}✓�i,ll:,"' ii( Lltl �,� :�.i� I ...i!`�r�"�a�il� "�✓���L��PGII�"S.7 B / G` � G- deeddeeved and approved by Y �' d' 'c. Procurement & Contracting City Attorney DATED this day of 2004. RtnotonlS P.O. Number" CONTRACTOR: Check one:_Individual_Partnership K Corporation Corporations require two notarized signatures: One signature must be from the Chairman of the Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasure , Assistant Treasurer, or Chief Financial Offi r. By: \ By , o arized Sign of Chairman of Board, Notarized ' natur Sec etary, Asst Secretary, President or any Vice President Treasurer, Asst Treasurer or ahisf Financial Officer L� Name: / otin Name: Titl Title: State of � +-d^+ ati=k�1 ,�' ) State of "�=B County of�,q �T I P"R— County of �: f 11 4:�t 1) On g Jll%�d� before me, C'0N�4L 4-'�2 tyd®4d.8 Pw� `r/6 ez-/ before me, personally appeared 77Nc,_,o*6E !—a, personally appeared ?/A I �`nt �/Q 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 satisfactory evidence) to be the person(0) whose nameO is/afA subscribed to the within instrument and name(t�,) is/are-subscribed to the within instrument and acknowledged to me that he/sheHhey executed the same acknowledged to me that.lrn/she/thoy executed the same in his/heritheir authorized capacity(ies), and that by in hfS/her/t4etr authorized capacity(i&5J, and that by his/her/theirsignature(f'on the instrument the person(, p1s/her/theft signature(s)on the instrument the person(s), or the entity upon behalf of the which the person(•s)' or the entity upon behalf of the which the person(s) acted, executed the instrument. acted, executed the instrument. WITNESS my hand and Qfficial s I WITNESS my hand n�1 official;seal V Notary Signature: _ r Notary Signature: �✓r� _ �� � ------� i 6 Notary Seal: � Notary Seal: a, �CWA35bil#14174 42 •14174� Nolmy Pubillo-Cd a Mt�1MM1 C -112 - 1MCCmo.6ftYrth1 t p ,i7n.� Zi sr EXHIBIT "A" SCOPE OF SERVICES The following work program is intended to provide for the review of the Redevelopment Agency's Development and Disposition Agreement (DDA) with the Agua Caliente Band of Cahuilla Indians (the Tribe) pursuant to the California Environmental Quality Act (CEQA), California Public Resources Code §21000-21178, as well as the environmental review procedures of the City of Palm Springs. It is assumed that this review will be accomplished via the preparation of a City of Palm Springs Initial Study (IS) and a Mitigated Negative Declaration (MND), if appropriate, prepared pursuant to §15070-15075 of the CEQA Guidelines. In preparing the IS and MIND, Contractor's staff will draw to the extent possible upon existing environmental documentation for projects in the vicinity. The MND will address the potential environmental effects of the DDA with the Tribe pertaining to the use of up to 200 spaces in the City's parking lot, commonly known as the Prairie Schooner parking lot, for valet parking overflow during peak usage periods at the Spa Resort Casino. The format of the environmental analysis presented in the MND will be patterned after the format presented in the IS checklist. The preparation of an MIND of course assumes that the environmental issue analysis concludes that all issues are less than significant after the incorporation of appropriate mitigation measures. For all potential impacts requiring mitigation, the mitigation measures will be clearly identified. The MND will be prepared to meet standards of legal adequacy and edited to ensure conciseness and clarity. Maps, graphics and photographs will be presented in a consistent format throughout the report. The project will be depicted with the use of graphics that will also display relevant environmental data and support discussion of impacts and mitigation measures to be incorporated into the project. It is understood that the City Attorney will provide legal review of the IS and MND and should legal questions arise about the project, the Contractor will rely on the City Attorney's assistance. It is expressly understood that all work as described in the scope of services will fully comply with the requirements of CEQA and that due to the sensitive nature of the project area, there is some potential for litigation concerning this project. Contractor's work product as described in the scope of services, will be subject to the review of the City's Director of Planning and Zoning and the City Attorney. Contractor will make any and all revisions necessary in the opinion of said City officials for all matters set forth in this Agreement and for all tasks listed below, to ensure that all work performed and documents produced are in full compliance with CEQA, without making any additional claims for compensation. If the City requires additional work beyond that stated in the scope of services and the Agreement, Contractor shall not proceed to complete said additional work until and unless the parties first comply with the process set forth in Section 1.8, entitled "Additional Services", of the Agreement. The tasks required to complete the work are as follows: Task 1. Review of project description with City and Tribal staff as currently developed. Gather data to include historic usage data for the casino valet, both in Palm Springs and in Rancho Mirage, if available. Task 2. Review Convention Center expansion Environmental Assessment and determine sections and discussions which can be used in development of Initial Study text. - 13 - Task 3. Secure maps of all parking lots, both convention center and casino related, and other mapping as needed for exhibit preparation. Task 4. Consult with Endo Engineering and Tribal traffic engineering consultant as needed to analyze the parking provided for both the convention center and the casino. Task 5: Consult with noise engineer on noise levels for idling autos, periodic noise spikes, etc. for noise discussion. Task 6. Prepare a comprehensive air quality analysis for moving and stationary emissions, as well as fugitive dust (PM10) emissions associated with vehicle trips and operations and other potential impacts in conformance with the SCAQMD Environmental Handbook and City Air Quality Guidelines. Task 7. Prepare a CEQA Initial Study Checklist and review same with City. Task 8. Integrate all special studies and other analyses into a single document, similar in style and scope to the environmental assessment Terra Nova prepared for the Convention Center expansion project. Five copies of the screencheck draft document will be provided to the City. Task 9. Make amendments to draft document as required by City comments. Deliver document to City staff for distribution. One print master and five bound copies shall be provided. Task 10. A mitigation and monitoring program shall be integrated into the draft EA on a categorical basis, and modified as needed based on comments to the EA and requirements imposed by public hearing actions. Task 11. Prepare Notice of Availability and Notice of Intent to Adopt a Mitigated Negative Declaration and Public Notice or combined form and assist City in posting and advertising same as required. Task 12. Transmit environmental assessment to responsible and trustee agencies, as needed. The list shall be developed based on standard City mailing lists for environmental documents, as well as any other parties who may have requested notification of the project. A total of 25 copies of the final draft document are estimated for purposes of this proposal. Task 13. Prepare public notice for publishing, and deliver same to City for review and insertion into Desert Sun and transmittal to surrounding property owners (400 feet). Task 14. Coordinate responses to all comments received with City and Tribal staff, and draft response to comments for distribution by the City. A maximum of 16 hours shall be devoted to this task. Should the comments received exceed 16 hours for response, additional time will be billed on a time and materials basis as set forth in Exhibit "D" of this agreement. One print master shall be provided for the City's use. - 14 - Task 15. Coordinate with City staff in their preparation of staff reports, attend one City Council/CRA meeting to act as staff support in presentation of project, and make presentations as needed. Task 16. Prepare Notice of Determination form and deliver to County Clerk for posting, as required. Task 17. Prepare final adopted document, including any modifications to mitigation measures or mitigation monitoring resulting from public hearings, and deliver five bound copies and one print master to City for use in the future. - 15 - EXHIBIT "B" SPECIAL REQUIREMENTS Parties to the Agreement: All references to the "City of Palm Springs" as a party to this agreement shall instead refer to the "Community Redevelopment Agency of the City of Palm Springs". Performance Bond: The requirements of Section 5.3 for a performance bond are hereby waived. Required Additional Insurance: Professional Liability Insurance. A policy of professional liability insurance written on a occurrence or claims made basis with limits of a minimum of $1,000,000. Subcontractors: The City hereby approves the use of Endo Engineering, Inc. and P&D Consultants as a subcontractor for preparation of the traffic circulation analysis portion of the scope of work. - 16 - EXHIBIT "C" SCHEDULE OF COMPENSATION Total compensation for the services to be provided shall not exceed $18,340.00. Payment will be made to the Contractor as follows: 75% Upon completion by Contractor and acceptance by City of all work comprising Tasks 1 through 12, inclusive. 25% Upon completion by Contractor and final acceptance by City of all work comprising Tasks 13 through 17. - 17 - EXHIBIT "D" SCHEDULE OF PERFORMANCE (Note: assumes contract initiated by July 23, 2004) Task Description Complete By Cost Review of project description with City and Tribal staff as 1 currently developed. Gather data to include historic usage data g/10/04 for the casino valet, both in Palm Springs and in Rancho Mirage, if available. Review Convention Center expansion Environmental $880 2 Assessment and determine sections and discussions which can 8/10/04 be used in development of Initial Study text. Secure maps of all parking lots, both convention center and 3 casino related, and other mapping as needed for exhibit 8/10/04 preparation. Consult with Endo Engineering and Tribal traffic engineering 4 consultant as needed to analyze the parking provided for both 8/31/04 $1,500 the convention center and the casino. Consult with noise engineer on noise levels for idling autos, 5 periodic noises ikes, etc. for noise discussion. 8/31/04 $1,500 Prepare a comprehensive air quality analysis for moving and stationary emissions, as well as fugitive dust (PM10) emissions 6 associated with vehicle trips and operations and other potential 8/31/04 $2,800 impacts in conformance with the SCAQMD Environmental Handbook and City Air Quality Guidelines. 7 Prepare a CEQA Initial Study Checklist and review same with 8/31/04 City. 7a City to provide comments 9/10/04 N/A Integrate all special studies and other analyses into a single document, similar in style and scope to the environmental 8 assessment Terra Nova prepared for the Convention Center 10/8/04 expansion project. Five copies of the screencheck draft document will be provided to the City. 8a City to provide comments 10/18/04 N/A Make amendments to draft document as required by City 9 comments. Deliver document to City staff for distribution. One 11/1/04 $6500 rint master and five bound copies shall be provided. A mitigation and monitoring program shall be integrated into the 10 draft EA on a categorical basis, and modified as needed based 11/1/04 on comments to the EA and requirements imposed by public hearing actions. Prepare Notice of Availability and Notice of Intent to Adopt a 11 Mitigated Negative Declaration and Public Notice or combined 11/5/04 form and assist City in posting and advertising same as re uired. Transmit environmental assessment to responsible and trustee agencies, as needed. The list shall be developed based on 12 standard City mailing lists for environmental documents, as well 11/5/04 $400 as any other parties who may have requested notification of the project. A total of 25 copies of the final draft document are estimated for purposes of this proposal. Prepare public notice for publishing, and deliver same to City 13 for review and insertion into Desert Sun and transmittal to 11/5/04 surrounding property owners 400 feet). - 18 - Task Description Complete By Cost Coordinate responses to all comments received with City and Tribal staff, and draft response to comments for distribution by the City. A maximum of 16 hours shall be devoted to this task. 14 Should the comments received exceed 16 hours for response, 11/29/04 $2000 additional time will be billed on a time and materials basis as set forth in Exhibit "D" of this agreement. One print master shall be provided for the Cit 's use. Coordinate with City staff in their preparation of staff reports, 12/3/04 15 attend one City Council/CRA meeting to act as staff support in (10/15/04 $880 resentation of project, and make presentations as needed. meeting) 16 Prepare Notice of Determination form and deliver to County 12/22/04 $380 Clerk for ostin as required. Prepare final adopted document, including any modifications to 17 mitigation measures or mitigation monitoring resulting from 12/27/04 -- public hearings, and deliver five bound copies and one print master to Cityfor use in the future. N/A Reimbursables N/A $1500 TOTAL $18340 Reimbursables:' CAD Drafting and Misc.Exhibit Preparation...... ... .. ........................... ......... ........................... ................................. .. ............$300 MiscellaneousPrinting2.................................................... .. .............................-.. - ........................... .. ........................ .. .. . .. $200 DocumentPrinting.......... .................................. .. .. .............................. .. ... .. ..................... .... .. ...................... .. .. ...............$250 Misc.Office:postage,telephone,fax,photocopies,etc...................... ..... ........................ ............................... .. .. .....................$750 TOTAL.. .. . ........................ .. .. .. .. .. ........................ .. .. .. .. ...................... .. .. ........................... .. .. .............................. $1500 1. Reimbursable are estimates and will be billed on a cost basis 2. Blueprints,copies of reports,screen check draft and similar printing - 19 - CERTIFICATE OF INSURANCE T"' at Q STATE FAR;..,-IRE AND CASUALTY COMPANY, Bloomingtc.,Illinois f,� STATE FA0.M ® STATE FARM GENERAL INSURANCE COMPANY, Bloomington, Illinois C3 ' ❑ STATE FARM FIRE AND CASUALTY COMPANY, Scarborough, Ontario L El STATE FARM FLORIDA INSURANCE COMPANY,Winter Haven, Florida n• INSURANCE ❑ STATE'FARM L'LOYDS, Dallas,Texas �' fEYT ti 3 e"JAI insures a ollowing policyholder for the coverages indicated below_ TERRA NOVA PLANNING & RESEARCH INC. 14 Policyholder 400 S. FARRELL, SUITE B 205 Address of policyholder Palm Springs, ca 92262 Location of operations various Description of operations The policies listed below have,been issued to the policyholder for the policy periods shown. The insurance described in these policies is subject to all the terms exclusions, and conditions of those policies. The limits of liability shown may have been reduced by any paid claims. POLICY PERIOD LIMITS OF LIABILITY POLICY NUMBER TYPE OF INSURANCE Effective Date Expiration Date (at beginning of policy Period) 90-63-8797-9G Comprehensive 09/13/03 09/13/04 BODILY INJURY AND Business Liability PROPERTY DAMAGE ------r - --------------- ------------------ ------------------ s insurance includes: ❑Products-Completed Operations ❑Contractual Liability Q Underground Hazard Coverage Each Occurrence $ 1,000,000 ❑ Personal injury ❑Advertising Injury General Aggregate $2,000,000 ❑ Explosion Hazard Coverage ❑ Collapse Hazard Coverage Products—Completed $ ❑ Operations Aggregate El POLICY PERIOD BODILY INJURY AND PROPERTY DAMAGE EXCESS LIABILITY Effective Date Expiration Date (Combined Single Limit) Q Umbrella Each Occurrence $ ❑ Other Aggregate $ Part 1 STATUTORY Part 2 BODILY INJURY Workers'Compensation and Employers Liability Each Accident $ Disease-Each Employee$ Disease-Policy Limit $ POLICY PERIOD LIMITS OF LIABILITY POLICY NUMBER TYPE OF INSURANCE Effective Date i Expiration Date (at beginning of policy period) V85-4787—A13-55F ALL AUTOMOBILES 01/13/04 01/13/05 1,000,000 THE CERTIFICATE OF INSURANCE IS NOT A CONTRACT OF INSURANCE AND NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS,EXTENDS OR ALTERS THE COVERAGE APPROVED BY ANY POLICY DESCRIBED HEREIN. If any of the described policies are canceled before its expiration date, State Farris will try to mail a written notice to the certificate holder 30 days before Name and Address of Certificate Holder cancellation. If however, we 'I to mail such notice, no obli ation or liability vi b impos d on State CITY OF PALM SPRINGS Farm its agents or repr ent Ives. 3200 E. TAHQUITZ CANYON WAY PALM SPRINGS, CA 92262 gnature of Aut med epresentative AGENT 02/09/04 Title Date i ii558-994 a.4 11.12-2002 Punted in U.SA. l Ciiy, CA 92234 - SK - RTHOLDER COPY,. t '41 STATE P.0 EiOX' 1507, SAN FRANCISCO; A':94142 0'807 COMPENSATIbN INSUrRA#4QE FUND CERTIFICATE 6F w6RKERS' CC)MPENSATION INSURANCE �j�6,2QP3 REQ ISSUE DATE: 09-0 03, ` 1r20 . GROUP: - POLICY NUMBER 107491-200'3 CERTIFICATE ID: 2 CERTIFICATE, EXPIRES: .09-01-2004" 09-01-2003/08-01-2004 C'ITY,.OF PALM SPRINGS SK: JOB:' OB ATTN: `,BRUCE, JOHNSON', 3200>,E ,T',AHQU,ITZ •CAN.YQN, WAY PALM SPRINGS CA92262 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 itsnormal,'expiration. This certificate;of,lnsurange,is trot an insurance policy and does not amend, extend or alter the coverage Afforded by the policies listed herein: Notwithstanding any requirement, term, or condition of any contract, or' other document., with res0ect-to which this certificate of insurance..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. AUTHORIZED.REPRESENTATIVE PRESIDENT.' - EMPLOYER'S,LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000.,OOO'OO PER OCCURRENCE. O,NDQRSEMENT d001'5 ENTI'TLEQ ADDITIONAL-,INSURED EMPLOYM EFFECTTVE' 09-01-2003` IS AtTACHED70 AND FORMS A PART OF THIS POLICY.} NAME of ADDITIONAL INSURED, CITY OF 'PA•LM SPRINGS --• SK - ENDORSEMENT $2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 09-01-2003'IS ATTAGHE'b-„TO AND FORMS A PART 'OF THIS`POLICYJ - - .EMPLOYER' ._ .. • - ` - ,.,... 'LEGAL NAME - TERRA NOVA PLAN NJ,NG;& RESEARCH INC TERRA NOVA 'PLANNING .&,RESEAIYCH INC , 400 .S -FARRELL ,bRE S`ft Q205 .- PALM: SPRINGS CA 92262: .- OS -15-.2003 AUG-02-2004 MON 11:34 AM FAX NO, P. 01 acgm,,. CERTIFICATE OF LIABILITY INSURANCE OPID 27 DATE @tM DOM YY) TERRA-6 07 30 04 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Brakke,SChafnitZ Ins, Brokers ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE LSCenae #0428915 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 28202 Cabot Road, Suite 500 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Laguna Niguel CA 92677-1251 Phoue; 949-365-5100 Paxs949-365-5161 INSURERS AFFORDING COVERAGE NAIL INSURERA: Continental Casualty Co / /Y 4 /V w•L ' INSURER Terra Nova Planning fA Research Y' INSURER C'._�_,_�_ _ 400 South Farrell Ste 8-205 INSURER Di Palm Springs CA 9�1262 • --- INSURER ERE: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 LIMITS SHOWN MAY HAVE BEEN REDUCED By PAID CLAIMS- LTR NSRd TYPEOP INSURANCE POLICY NUMBER 0 H NMIIDOPW ATE MM�- IDOOm LIMITS VOENERAL LIABILITY EACH OCCURRENCE 5 _ MERCIAL GENERAL LIABILITY PREMISES Ee ocaurancei S,_^ CLAIMSMAGE OCCUR MED EXP(AnY one Peron) S pERSONALSADV INJURY S _ _ OENERALAGGREGATE S _ GREGATE LgIIMoIT APPLIES PER; PRODUCTS-COMPIOPAGG $ DY JEOT LOC AUTOMOBILELIARIUTY COMBINED SINGLE LIMIT ANY AUTO (Ea Amami) S ALL OWNED AUTOS BODILY INJURY „ SCHEDULED AUTOS (Par por.Pn) S —_ 'I HIREDAUTOS BODILY INJURY NON•OWNEOAUTOS (par acclaenq 5 ropir PROPERTY DAMAGE y (Per aceAYenC GARAGE LIABILITY AUTOONLY_EAACCIDENT $ ANY AUTO OTHER THAN EAACC S AUTO ONLY: AGO 5 EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR El CLAIMS MADE AGGREGATE E DEDUCTIBLE E RETENTION S -- 5 WORKERS COMPENSATION AND TORV LIMITS ER , EMPLOYERC LIABILITY µY PROPRIETOR PARTNERIEXECUTIVE E L EACH ACCIDENT $ OFFIC,PWMEMBER EXCLUDED? DISEASE-EA EMPLOYEE $ f c3,ae6Cflbc4Ca9fF �—` SPECIAL PROVISIONS bolow E L.DISEASE,POLICY LIMIT S OTHER A Professional Liab. TERRA12345 11/05/03 ll/05/04 Per Claim $1,000,000 A re ate 42,000,000 DESCRIPTIQN OF OPERATIONS I LOCATIONS I VEHICLES/EXCLUSIONS ADOEO BY ENOORbEMENTI SPECIAL PROVISIONS Proof of Insurance. *S,xcept 10 days for non-payment of promium. CERTIFICATE HOLDER CANCELLATION CSTYOPS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL *30 DAYSWRCREN City of Palm Springs NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,OUT FAILURE TO DO SO SHALL Attn: ,ling Y90 IMPOSE NO OILICATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR 3200 E-TahquitZ Canyon Way Palm Springs CA 92262 REPRFSENTATVES. AV7HOTNZEO REPRE N E ACORD 25(2001103) G;ACORD CORPORATION 19138 CONTRACT ABSTRACT Contract Company Name: TERRA NOVA PLANNING AND RESEARCH, INC. Company Contact: Nicole Sauviat Criste Summary of Services: Review of DDA and environmental review for Prairie Schooner parking lot (including preparation of Initial Study & Mitigated Negative Declaration). Contract Price: $18,340.00 Funding Source: Community Redevelopment Agency Merged Area No. 2 - Unscheduled Capital #812-8192-50000 Contract Term: One Year (from contract execution) Contract Administration Lead Department: Planning/Community & Economic Development Contract Administrator: Jing Yeo/Curt Watts Contract Approvals City Council/ Agreement No: Community Redevelopment Agency Approval Date: N/A - Contract Amount under $25,000 Minute Order/ Resolution Number: N/A Contract Compliance Exhibits: Attached Signatures: Attached Insurance: Attached Bonds: N/A Contract prepared by: Jing Yeo & Curt Watts Submitted on: August 3, 2004 By: