Loading...
HomeMy WebLinkAbout04732 - ARCHITECTURAL RESOURCES GROUP HISTORIC PROPERTY SURVEY Architectural Resources Group Historic Resources Survey AGREEMENT #4732 Amend 1 MO7438, 2-4-04 AMENDMENT#1 _—TO CONTRACT SERVICES AGREEMENT#A4732 WITH ARCHITECTURAL RESOURCES GROUP, INC. FOR PROFESSIONAL HISTORIC SURVEY SERVICES FOR A SECOND RECONNAISSANCE SURVEY FOR THE CITY-WIDE HISTORIC RESOURCES SURVEY THIS FIRST AMENDMENT TO THE AGREEMENT QR CONTRACT SERVICES No. A4732 ("First Amendment'), is made and entered into this t day of v.A 2004, by and between the City of Palm Springs ("City"), a municipal corporation, and Architectural Resources Group, Inc. ("Contractor"), and amends that certain Agreement for contract services dated July 16, 2003, between the same parties, as follows: 1. Section 2.1 Contract Sum - The existing Section 2.1 is hereby amended to add $7,040 to the contract not to exceed amount as follows: "Section 2.0 Compensation: 2.1 Contract Sum: This contract sum shall be increased to a not to exceed contract amount of$57,040.00 Dollars ("Contract Sum")." 2. Exhibit A "Scope of Services" - The first sentence of the third paragraph shall be amended to extend the time required to complete all tasks by 4 months as follows: "All tasks shall be completed within 10 months of contract authorization." 3. Exhibit A "Scope of Services" - The section under the heading "Scope of Work" is hereby amended for extensions of time for Tasks 4 through 9 as follows: "Task 4: Complete 100 DPR Primary Records Completed by: March 22, 2004 Task 5: Complete 50 DPR BSO Records Completed by: April 15, 2004 Task 6: Submit Draft Survey Report Completed by: April 26, 2004 Task 7: Attend Meeting Two Completed by: April 26, 2004 Task 8: Submit Final Draft Survey Report Completed by: May 17, 2004 Task 9: Submit Final Survey Report Completed by: May 31, 2004" 4. Exhibit A "Scope of Services" - The section under the heading "Budget` is hereby amended to increase the not to exceed contract amount to $57,040. 5. Exhibit D "Schedule of Performance" - The schedule is hereby amended to extend the task completion dates to conform with corresponding dates in Exhibit A. ORIGINAL B11) AGREF-P,4EN 6 IN WITNESS WHEREOF, the parties have executed and entered into this Amendment #1 to Agreement No. A4732 as of the date stated below. CITY OF PALM SPRINGS a municipal corporation ATTEST: i �_ - - By Ci rk d7(® City Manager APPROVED AS TO FORM: � #,t ?URNUL -40 By: City Attorney T- DATED this day of 2004. CONTRACTOR: Check one:_Individual_Partnership ✓ Corporation Corporations require two notarized signatures: One signature must be from the Chairman of the Board, President, or any Vice President The second si pa ure must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. By: s By: ed Sign 're of Chairman of Board, Not riz d Si na re Secretary, Asst Secretary, Preside or any Vice President Treasu , Asst surer or Chief Financial Officer Name: Bruce D. Judd Name: Takashi Fukuda Title: Vice PrPci r pnt Title: CM State of California ) State of California ) County of San Francisco ) County of San Franci scam ) Ong-1 r7- C t/ before me, J BGtA Cc,ne✓, On Q-M-Ci(/ before me, -1rr.t� t p it2 c("X'5;L � personally appeared Bruce D. Judd personally appeared Takashi Fukud'a 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(s) whose name(s) is/are subscribed to the within instrument and name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), his/her/their 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 official seal WITNESS my hand and official seal 4 Notary Signaturer--s 1 Notary Seal: ( r Notary Seal: / W `t JOAN PRANCES RANDOLPH r JOAN PRANCES RANDOLPH COMM. #1315595 o W COMM. #1315595 t) =W211 NOTARY PUBLIC-CALIFORNIA O C) =m NOTARY PUBLIC-CALIFORNIA � a. SAN FRANCISCO COUNTY d SAN FRANCISCO COUNTY My Comm. Expires July 29,2005 r + My Camm.Expires Julq 29,2005 { Architectural Resources Grour Historic Property Survey AGREEMENT #4732 MO7344, 7-16-03 CITY OF PALM SPRINGS _ -- CONTRACT SERVICE AGREEMENT THIS CONTRACT SERVICES AGREEMENT (herein "Agreement"), is made and entered into this day of r c !; 2011?�, by and between the CITY OF PALM SPRINGS, a municipal corporatie , (herein "City') and Architectural Resources Group, 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 bythis reference as though fullyset 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 A 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 bythis Agreement. Contractor shall have the sole obligation to pay for anyfees, 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 orinterest levied,assessed orimposed 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. :8iix:� ;. it tiV 4'^'. t'ez1 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 ordamages, 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 underthisAgreement. 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 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 fiftythousand dollars($50,000)(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- 2.2 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. Contractorshall 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 severeweather,fires, earthquakes,floods,epidemics,quarantine restrictions,riots,strikes,freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Contractorshall within ten(10)days of the commencementof such delaynotifythe 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 delaywhen and if in the judgment of the Contract Officer such delay is justified. The Contract Officer's determination shall befinal 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,howevercaused, Contractor's sole remedy being extensionof 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: Bridget Maley Katherine Petrin Bruce A. Judd It is expressly understood that the experience, knowledge, capabilityand reputation of the foregoing principals were a substantial ind ucementfor City to enter into this Agreement. Therefore, -3- 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. Itshall 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 Assiqnment. The experience, knowledge,capability and reputation of Contractor, its principals and employees were 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 orencumbered 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 transeerto 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 orfor 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 anyjoint enterprise with Contractor. -4- 5.0 INSURANCE, INDEMNIFICATION AND BONDS 5.1 Insurance. The Contractor shall procureand maintain, atits 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 Policyshall namethe Cityof 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 amountwhich 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, priortothe 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 thatthe provisions of this Section 5.1 shall not be construed aslimiting in any way the extent to which the Contractormay be held responsible for the payment of damages to any persons or property resulting from the Contractor's activities orthe 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 -5- 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 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 maybe changed accordingly upon receipt of written notice from the City Manager or designee; provided thatthe Contractor shall have the right to appeal a determination of increased coverage bythe 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 bythis Agreement as the Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concerned -6- 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 Cityand 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 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 -7- 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 forwhich City maybe 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 partyof any default must be in writing and shall not bea 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 LegalAction. 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 anydelay 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 ($ ) as liquidated damages for each working day of delay in the performance ofanyservice required hereunder,as specified inthe 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 fortermination for cause. The City reserves the right to terminate this Agreement at anytime,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 orwithout cause, upon sixty(60)days written notice to City, except thatwhere 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 immediatelycease 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 -8- 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 maybe 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 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 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-Iiabilityof 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,director indirect, in this Agreement nor shall anysuch officer oremployee 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. Contractorcovenantsthat, 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 th eir race,color, creed, religion, sex, marital status, national origin, or ancestry. -9- 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 partyor 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 andto 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. 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) - 10- 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 t / i By' gym City Clerk (l((P�Q�' City Manager Agreement over/under $25,000 APPROVED AS TO FORM: r.evievved 2l](I approved by - Froeurernent Sa Confraete'19 City Attorney I- hutttals Date F.0 Number CONTRACTOR: Check one:_Individual_Partnership ,/Corporation Corporations require two notarized signatures One signature must be from the Chairman of Board, President,or my Vice President. The second signature must beeffro/m//tthprep Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer) By: % C�L" � By: of d' g atur of �rman of Board, kptari ed ign ture Secretary, Asst Secretary, President o any Vice President Treasti r,As t t easureror Chief Financial Officer Name: Bruce D. Judd Name: Takashi Fukuda Title: Vice President Title CFO state of California I State of California l County of5-ii iv&C,cdV ,,rram� // County"i'ss[,I 04L p' beforeme, J rAY\. *tY\O jp/ On - '0.3 before me, I�— personallyappeared '.p•("IAC� �L>,�p1_ personally appeared ` CLI�G�r'l.i rLIRf GPI G. personally known to me (or proved to me m the basis of personally known to me (or prod [o ru 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),or the entity upon behalf of which the person(s)acted,executed the instrument. person(s)acted, executed the instrument. WITNESS my hand and official seal. /WITNESS my hand sod official seal. Notary Signature: - / Signature: Notary Seal Notary Seal: t JOAN FRANCES RANDOLPH� ;-n JOAN FRANCES RANDOLPH 'r_ COMM. #1315595 -0 COMM. #1315595 } s{cr n " NOTARY PUBLIC-CALIFORNIA O n�`I; 4. s° NOTARY PUBLIC-CALIFORNIA p \k SAN FRANCISCO COUNTY SAN FRANCISCO COUNTY �-> t•„ w. My Comm. Expires Jul 29,2005 x1 My Comm. Expires July 29,2005 in 7 - 4 EXHIBIT "A" CITY WIDE HISTORIC RESOURCES SURVEY SCOPE OF SERVICES PROJECT DESCRIPTION The Contractor shall conduct a field survey of historic resources within the Cityof Palm Springs. The survey shall be conducted utilizing California State Historic Preservation Office (SHPO) DPR 523A and DPR 523B forms. The Contractor shall perform a survey of 200 properties with Form A and 50 properties with Form B. One original and one photocopy of each form produced, including appropriate maps and photographs, shall be submitted to the City of Palm Springs. Properties surveyed shall not include properties already designated as City of Palm Springs Class 1 Historic Sites.The Contractor may propose a higher number of properties surveyed with Form B, depending on budget constraints.As part ofthe 200 properties surveyed with Form A,the Contractorwill identity potentially significant resources under 45 years of age. The purpose of the project aims to produce a final survey report which will provide a solidfoundation for the City's historic preservation activities and as avaluable planning tool. The report will address project objectives, the area surveyed, research design, methodology, and results. The Contractor will include an analysis of survey results and make recommendations forfuture preservation activities and National Register nominations in the "results" section of the final report. The final report will be submitted to the Cityas a hard copy and on CD-ROM,with documents in either Word or WordPerfect format. All tasks shall be completed within 6 months of contract authorization.All project work shall conform to the Secretary of the Interior's Standards for Preservation Planning, Identification, Evaluation, and Registration, following guidelines established in National Register Bulletin 24 (Guidelines for Local Surveys:A Basis for Preparation Planning). Evaluations of properties recorded at the intensive level shall be based on National Register and/or California Register criteria. All additional project work and other materials determined necessary by Contractor during project development are subject to review and approval by the City's Planning staff, the Palm Springs Historic Site Preservation Board ("HSPB"), and City Council. The final survey will be approved by Palm Springs City Council and submitted to the State Historic Preservation Officer (SHPO). SCOPE OF WORK Task 1: Reconnaissance Survey Completed by: September 16, 2003 The Contractor will meet with City staff to review the scope of the project, expectations, and final schedule. A reconnaissance survey ("windshield survey) will be performed to compile a list of 200 resources to be formally surveyed with recommendations for subsequent surveys of remaining resources beyond 200.The 200 properties surveyed shall not include those properties already listed as City of Palm Springs Class One Historic Sites. The resources selected as properties to be surveyed shall be photographed. Task 2: Attend Meeting One Completed by: September 16, 2003 The Contractor will attend a public meeting of the HSPB and the property owners of the 200 properties selected in order to review the list of 200 properties to be surveyed and to explain the project. The Contractor will be responsible for coordinating the meeting with staff and preparing information to be distributed to property owners. - 12- Task 3: Complete 100 DPR Primary Records Completed by: November 24, 2003 The Contractor will conduct research, with minimal assistance from City staff, and complete DPR Primary Records for 100 resources. The Contractorwill provide one original and one photocopy of each form produced with appropriate maps and photographs to City staff, on or before the above specified date, to the satisfaction of the City. Maps will either be USGS topographical maps or City parcel maps marked with the location of the historic properties and keyed to survey forms. Photographs will be either black and white contact prints, colour photos, or scanned images with at least 400-600 dsi as a substitute for original photos attached to the survey forms. As part of the 200 properties surveyed, the Contractor will identify potentially significant resources under 45 years of agewith the appropriate National Registerstatus code. Properties that do not have the required level of information necessaryto be evaluated for National Register/California Register eligibility shall be given a status code of"T'for"unevaluated". The Contractorwill identify50 properties to be surveyed at the intensive levelwith DPR Building, Structure, Object Records. More than 50 properties may be selected by the Contractor, depending on budget constraints. Task 4: Complete 100 DPR Primary Records Completed by: December 8, 2003 The Contractor will conduct research, with minimal assistance from City staff, and complete the remaining DPR Primary Records for 100 resources.The Contractorwill provideone original and one photocopy of each form produced with appropriate maps and photographs, on or before the above specified date, to the satisfaction of the City. Maps will either be USGS topographical maps or City parcel maps marked with the location of the historic properties and keyed to survey forms. Photographs will be either black and white contact prints, colour photos, or scanned images with at least 400-600 dsi as a substitute for original photos attached to the survey forms. As part of the 200 properties surveyed, the Contractor will identify potentially significant resources under 45 years of age with the appropriate National Register status code. Properties that do not have the required level of information necessary to beevaluated for National Register/California Register eligibility shall be given a status code of 7'for"unevaluated".The Contractorwill identify50 properties to be surveyed at the intensive level with DPR Building, Structure, Object Records. More than 50 properties may be selected by the Contractor, depending on budget constraints. Task 5: Complete 50 DPR BSO Records Completed by: January 5, 2004 The Contractor will conduct further research, with minimal assistance from City staff, and complete DPR Building, Structure, Object Records for each of the 50 resources. The Contractor will provide one original and one photocopy of each form produced with appropriate maps and photographs, on or before the above specified date, to the satisfaction of the City. Maps will either be USGS topographical maps or Cityparcel mapsmarked withthe location of the historic properties and keyed to survey forms. Photographs will be either black and white contact prints, colour photos, or scanned images with at least 400-600 dsi as a substitute for original photos attached to the survey forms. Evaluations for resources recorded attheintensive levelwill be based on National Register/California Register criteria. Task 6: Submit Draft Survey Report Completed by: February 9, 2004 The Contractor will complete a draft survey report and submit a hard copy and electronic copy to the City on or before the above specified date.The draft report will include all DPR forms including all appropriate attachments,statement of objectives,area surveyed, research design,methodology, and results. - 13- Task 7: Attend Meeting Two Completed by: February 9, 2004 The Contractor will attend a public meeting to present the preliminary survey results to property owners, the general public, and the HSPB. The Contractor shall be responsible for coordinating the meeting with staff and preparing information to be distributed to property owners. Task 8: Submit Final Draft Survey Report Completed by: February23, 2004 The Contractor will complete a final draft survey report and submit a hard copy and electronic copy to the City on or before the above specified date. The final draft report will include all DPR forms including all appropriate attachments, statement of objectives, area surveyed, research design, methodology, and results. Task 9: Submit Final Survey Report Completed by: March 8, 2004 The Contractor will complete a final survey report to the City on or before the above specified date. The final report will include the finalized DPR forms and context statement, statementof objectives, area surveyed, research design, methodology, and results.The Contractor will submit one original of all DPR forms. The Contractor shall analyze the survey results and make recommendations for future preservation activity and future National Register nominations, as part of the`results"section of the report. The final survey report must be submitted as a hard copy and on CD-ROM, with documents either in Word or WordPerfect format. BUDGET The total budget for all aspects of this project shall not exceed $50,000. - 14- EXHIBIT B SPECIAL REQUIREMENTS Section 1.1 Scope of Services Replace Section 1.1 with the following: 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 maybe 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 professional 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 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 "professional standards" shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. Section 5.2 (a) Indemnification Replace Section 5.2(a) with the following: Contractor will defend any action or actions filed in connection with any of said claims or liabilities arising from its own negligent acts or omissions and will pay all costs and expenses, including legal costs and attorneys' fees incurred in connection therewith; Section 5.3 Performance Bond. This section does not apply. Section 7.7 Liquidated Damages. This section does not apply. - 15- EXHIBIT "D" SCHEDULE OF PERFORMANCE Task Completed,by,` Reconnaissance Survey September 16, 2003 Attend Meeting One September 16, 2003 Complete 100 DPR Primary Records November 24, 2003 Complete 100 DPR Primary Records December 8, 2003 Complete 50 DPR BSO Records January 5, 2004 Submit Draft Survey Report February 9, 2004 Attend Meeting Two February 9, 2004 Submit Final Draft Survey Report February 23, 2004 Submit Final Survey Report March 8, 2004 EXHIBIT C SCHEDULE OF COMPENSATION Histonarl Arch.Historian Arch.Historian Project Billing Payment B.Maley K.Petrin Schedule Schedule Amount i Project Start-Up Meeting 2 2 2 within Iwo weeks Mee[with City staff to establish project goals,project raq,cea6ons,and finalize schedule as well as(asks. This will occur the same day the project team begins the Reconnaissance survey Staff wit provide ARG with map of existing historic resources 1 Reconnaissance Field Survey and Photography 16 36 36 within lour weeks 20% $9,60000 Conduct reconnaissance survey and compile list of 200 properties that will be documented on DPR forms Complete photography of 200 resources 2 Attend Meeting One 4 6 0 within two months Attend Joint Planning Commission Meeting and Hill Site Preservation Board Meeting to review Reconnaissance List 3 Complete DPR Primary Records 3 40 40 within two 112 months 40% $9,600 00 Complete First 100 Primary Records 4 Complete DPR Primary Records 3 38 38 within three months 50% $4,80000 Complete Second 100 Primary Records 5 Complete DPR BSO Records 6 76 76 within four months 60% $4,80000 Complete 50 B5O Records including research necessary,application of CR and NR topers, completion of location maps. 6 Draft Survey Report&DPR Forms 6 30 16 within five months 75% S7,200.00 Develop draft survey report including all DPR forms,objectives,area surveyed,research design,statement of objectives,methodology,and results Attend Meeting Two 4 4 0 within five months Bo% $2,40000 Attend public meeting to present draft survey findings. 8 Final Draft Survey Report B DPR Forms 4 16 0 upon request 90% $4,800 00 Develop final draft survey report 9 Final Survey Report&DPR Forms 4 8 0 upon request 100% $4,800 00 Work with Staff to finalize DPR forms and Survey Report If SHPO Staff has major comments on the work praducts,ARG will negotiate with the City for additional services 10 complete the project Total Hours 52 256 20B Rate per hour $120 $90 $90 Subtotal per person $6,240 $23,040 1 $18,720 SUBTOTAL $48,000 Reimbursable Expenses" $2,000 Maximum Fee $50,000 ARG will provide the City with one camera ready copy of all draft and final tlocuments,one copy of the survey materials,and electronic copies of all information All other reproduction of documents will be coordinated by the City Reimbursable expenses not to exceed$2,000 and to be billed as expanded Reimbursable expenses shall be billed at cost plus 15%antl shall include the following.a)repmduckon casts such as printing or indicator,of peacocks,specifications,wntien reports,and cost estimates,etc,b)lodging,subsistence,and out-of-pocket expenses for an Named travel in connection with work,of local travel al$0 301 plus lolls and parking,Of data long distance Ielephoneltelegraph/lelexlfax charges/database access charges,etc,e)cost of models.special renderings,photography,special process printing,special printed reports or publications and maps;i)postage and delivery charges,g)professional consultants retained with client approval;h)specialized equipment renal bequned by project) uyilU/u3 ConfirmNet -7 17603238238 Pg 2/3 ACORD1. CERTIFICATE OF LIABILITY INSURANf DATE0/03 IYY) 09/10(03 PRODUCER 0641361 1-650-369-5900 THIS CERTIFICATE ISMATTER OF INFORMATION Professional Practice Insurance Brokers, Inc. ONLY AND CONFER UPON THE CERTIFICATEA Hilb, Rogal and Hamilton Co. HOLDER. THIS CERTNOT AMEND, EXTEND OR10 California Street ALTER THE COVERABY THE POLICIES BELOW.Redwood city, CA 94063 INSUR COVERAGE LeSlie pancoaet INSURED Architecrual Reaourcee Group INSURERA.St. Paul Fire & Marine Insurance Com an INSURER e.St. Paul Fire and Marine Pier 9, The Krbarcadero, Suite 107 INSURER o St.Panl Fire & Marine Ins. Co. San Francisco, CA 94110 INSURERD Continental Casualty Company 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 BYTHE POLICIES DESCRIBED HEREIN IS SUBJECTTO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS PIRH GENERAL LIABILITY BKO150GO12 09/01/03 09/01/04 EACH OCCURRENCE $ 1,000,00D X COMMERCIALGENERALLIAHUTY FIRE DAMAGE(Any one fire) $ 500,000 CLAIMS MADE El OCCUR MED FXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GENERALAGGREGATE $ 2,000,000 GEN'1 AGGREGATE LIMIT APPLIES PER; PRODUCTS-COMPIOP AGG $ 21000,000 X pOLICV PRO. LOC ECT A AUTOMOBILE LIABILITY 13KO150ID85 09/01/03 09/01/04 COMBINED SINGLE LIMIT g1.000,000 ANY AUTO (Ea acmtlenO ALL OWNEDAUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (PeracotlenH PROPERTY DAMAGE $ (Por a,oderU GARAGE LIABILITY AUTO ONLY-EAACCCENT $ ANY AUTO OTHERTHAN EA ACC $ AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR ❑CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ C WORKERS COMPENSATION AND WVA7726817 09/01/03 09/01/04 X WDO STATUEB- - OTH- EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ 1,D00,000 E.L.DISEASE-EA EMPLOYEE $ 1,000,(300 E.L.DISEASE-POLICY LIMIT $ 1•DD0,00D OTHER D Professional Liability AEH00613.1056 08/20/03 08/20/04 Aggregate 2,000,000 Per Claim 2,ODO,000 DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS All operations of the named insured. See additional insured endorsement attached. Professional Liability is written at aggregate limits o£ liability not less than the amount shown. RE: City-Wide Historic Resources Survey CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION*NON-PAYMENT OF PREMIUM: 10 DAYS NOTICE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City Of Palm Springs DATE THEREOF,THE ISSUING INSURER WILL 4l13L)WIYU MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,dilE7F79[XI€NX5B0 SHALL Attn: Bruce R. Johnson XIg3!'gXlffi}tlfCDiS7[IIXWd�Yi61i1LIiRNSFa747hYfiINS%iFffi17X1[9IliSFxitEYXN'14YffiR 3200 E. Tahquitz Canton Way XIY&wgjtlyy'ply(yEgXXXXXXXXXXXXXX%XXXXXX7CXXXXXXXXXXXXXXXXXXXXXX Palm Springs, CA 92262 USA AUTHORIZED REPRESENTATIVE ACORD 25-S (7/97) Viven GACORD CORPORATION 1988 1335894 Powered ByCertiRcatesNowTN u i 11). Uv uulllix Net -> 11603238238 Pg 3/3 PREMIER ENDORSEMENT FOR ARCHITECTURE AND ENGINEERING FIRMS THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESSOWNERS LIABILITY COVERAGE 1. ADDITIONAL INSURED --BY CONTRACT,AGREEMENT OR PERMIT ADDITIONAL INSURED: City Of Palm Springs Item 5. of Section C.—WHO IS AN INSURED,is deleted and replaced by the following: Any person or organization (named above) to whom or to which you are obligated by virtue of a written contract, agreement or permit to provide such insurance as afforded by this policy is an insured, but only with respect to liability arising out of-- a) "Your work"for that insured by you, including work or operations performed on your behalf for that insured; b) Permits issued by state or political subdivisions for operations performed by you; or c) Premises you own, rent,occupy or use. This provision does not apply unless the written contract or agreement has been executed,or the permit has been issued, prior to the"bodily injury,""property damage,""personal injury"or"advertising injury." This provision does not apply to any person or organization included as an insured under Additional Insured—Vendors. (NOTE MEETS OR EXCEEDS GG 20 1011 85) 2. PRIMARY--NON-CONTRIBUTORY This insurance is primary and is not additional to or contributing with any other insurance carried by or for the benefit of Additional Insureds. 3. SEPARATION OF INSUREDS Except with respect to the Limits of Insurance, and any rights or duties specifically assigned in this policy to the first Named Insured,this insurance applies: a) As if each Named Insured were the only Named Insured;and b) Separately to each insured against whom claim is made or"suit' is brought. 4. NOTICE OF CANCELLATION If we cancel this policy for any reason other than non-payment of premium,we will mail written notice at least 30 days before the effective date of cancellation to the Additional Insureds on file with the Company. If we cancel this policy for non-payment of premium,we will mail written notice at least 10 days before the effective date of cancellation to the Additional Insureds on file with the Company. 5. WAIVER OF SUBROGATION If the insured has rights to recover all or part of any payment we have made under this policy,those rights are transferred to us. This insurance shall not be invalidated should the Named Insured waive in writing, prior to a loss, any or all rights of recovery against any party for a loss occurring. However,the insured must do nothing after a loss to impair these rights. At our request,the insured will bring "suit'or transfer those rights to us and help us enforce them. This condition does not apply to Medical Expenses Coverage- Nothing herein contained shall vary,alter or extend any provision or condition of the Policy other than as above stated. NAMED INSURED: architecrual POLICY NO: sxo15oe 012 Effective Date: os/o1/o3 Expiration Date: 09/01/04 St. Paul Fire and Marine .J Authorized Signature: ISSUED: 09/10/03 Note Meets or Exceeds CG2010 11/85