Loading...
HomeMy WebLinkAbout04666 - HDR ENGINEERING TRAIL WIDENING CP02-03 Kathie Hart From: Tabitha Richards Sent: Thursday,August 01, 2013 10:45 AM To: Kathie Hart Cc: Jay Thompson;Savat Khamphou; Dave Barakian; Carrie Rovney Subject: RE:A4665 and A4666 HDR (CP01-04 and 02-03) Kathie, 0*0 Lac/r.�l•�.+1 � A4666 can be closed,Wait on A4665. I'll talk to Dave about A4665 and see if it can, but we still have it open. 04)6� Thanks, Tabitha Richards • 760-323-8253 ext 8750 From: Kathie Hart Sent: Monday, July 29, 2013 6:35 PM To: Savat Khamphou; Dave Barakian; Carrie Rovney; Tabitha Richards Cc: Jay Thompson Subject: A4665 and A4666 HDR (CP01-04 and 02-03) According to our records these agreements expired years ago. Have the work been completed? May I close the files? Please advise. Thx! Kathie Hart, CCMC Chief Deputy City Clerk City of Palm 5prings 216'(760)323-8206 3200 E. Tahquitz Canyon Way A(760)322-8332 Palm Springs, Cat 92262 ZOKathie.Hart@Pallns rinoS--4 Oov Please note that City Halt is open 8 a.m. to 6 p.m. Monday through Thursday,and closed on Fridays at this time. 1 AMENDMENT NO- 3 TO CONTRACT SERVICES AGREEMENT NO. 4666 WITH HDR ENGINEERING, INC. GENE AUTRY TRAIL ROADWAY WIDENING CITY PROJECT NO. 02-03 The following articles of Agreement No. 4666 are hereby amended to read as follows: SECTION 2.1 Maximum contract amount is amended to Five Hundred Twenty-Eight Thousand Nine Hundred Twenty-Five Dollars ($528,925-00). SCOPE OF SERVICES (Exhibit"A") - Please see attached sheet for additional work. SCHEDULE OF COMPENSATION (Exhibit "C")- Please see attached sheet. Purchase Order Number(s): 316443 Agreement Number: 4666 Original MO Number. 7272 City Council Approval: March 5, 2003 Original Contract Amount: $ 415,000.00 Amount of Prior Increases: $ 82,807.00 Amount of This Increase: $ 31,118.00 Amended Total: $ 528,925.00 SIGNATURES ON LAST PAGE, Agreement No.4666 Amendment No.3 Page 2 The following articles of Agreement No. 4666 are hereby amended to read as follows: SECTION 2.1 Maximum contract amount is amended to Five Hundred Twenty-Eight Thousand Nine Hundred Twenty-Five Dollars ($528,925.00). EXHIBIT A is amended as follows: Add the following service: Task 6.7, Gene Autry TraiMsta Chino General Plan Widening. Contractor shall prepare one conceptual plan for the intersection of Gene Autry Trail and Vista Chino in accordance with the City of Palm Springs General Plan Update. Consultant shall prepare a geometric layout of the entire intersection, showing modifications for the ultimate build-out condition based on the recommendations from traffic analyses prepared by Endo Engineering(provided by City). Task 6.8, Modify Existing PS&E Package. Contractor shall modify the cxisting PS&E package for the Gene Autry Trail Widening, City Project 02.03, including revisions to current plans to widen The north leg of the Gone Autry Trail/Vista Chino intcrscction based on the approved conceptual plan, and including revisions to the raised median in Gone Autry Trail between Vista Chino and Via Escuela, Task 6.8(a), Revise Typical Sections. Contractor shall prepare typical sections to show revised street widening and median details. A total of one (1) sheet shall be modified. Task 6-8(b), Construction Plans. Contractor shall prepare a revised plan and profile, and bus bay location/dctails. Contractor shall identify impacts to utilities and coordinate with utility companies. A total of two (2) sheets shall be modified. Task 6.8(c), Construction Details. Contractor shall modify existing construction details and prepare additional details to clarify proposed construction A total or one (1) sheet shall be modified. Task 6.8(d), Signing and Striping Plans. Contractor shall revise signing and striping plans based on the approved conceptual plan. A total of 2 sheets shall be modified. Task 6.8(e), Traffic Signal Plan (Gene Aatry Trail/Vista Chino). Contractor shall design a now traffic signal at the intersection of Gene Autry Trail and Vista Chino based on rcviscd lane confi;urations approved by City. A total of 2 sheets shall be modified. The design shall comply with CalTrans and City standards. The existing signal motor and controller shall be relocated to the northwest corner. Task 6.8(t), Drainage Plan and Profiles. Contractor shall prepare one new sheet showing relocation of two existing catch basins at the northwest corner of The Gene Autry Trail/Vista Chino intcrscction. Contractor shall prepare drainage profiles and derails for the impacted drainage systems. Task 6.8(g), Cost and Quantity Estimates. Contractor shall revise the quantity estimates based on the rcviscd layout. Contractor shall revise cost estimates based on revised quantity estimates. Task 6.8(h), Caltrans Encroachment Permit. Contractor shall assist the City with Caltrans encroachment permit application and submittals. Contractor shall coordinate with Caltrans and resolve review comments. Task 6.8(i), Printing. Contractor shall be reimbursed up to the maximum amount shown for printing costs. Agreement No.4666 Amendment No. 3 Page 3 EXHIBIT C the first paragraph under the Schedule of Compensation shall remain, with the body replaced with the following: Sub-Task Total Task Total Lump Sum, Lump Sum Task 1.0, Proiect Managcm cut --- $22,060 00 Task 2.0, Planning and Project Development --- $47,133,00 Task 2.1, Research and Data Gathering $6,780.00 --- Task 2.2, Surveys $36,137.00 --- Task 2.3, Permitting S4.216.00 Task 3.0, Preliminary and Concept Plans (Project Report) --- S82,498.00 Task 3,1, Hydrology Report $25,839.00 --- Task 3.2, Preliminary Geotechnical Report S10,959.00 --- Task 3.3, Utility Coordination $12,220.00 --- Task 14, Traffic Management Plan(IMP) S12,720.00 --- Task 3.5, Fact Sheets $260.00 --- Task 3.6, Geometric Approval Drawings (GADS) S20.500.00 Task 4.0, Environmental Approval --- $26,665.00 Task 4.1, Technical Studies $26,266,00 --- Tas_k 4.2,_biegative Declaration _ S399.00 Task 5.0, Final Design Reports and Studies --- S37,670.00 Task 5.1, Geotechnical Design Report $1,608.00 --- Task 5.I(a), Geotechnical Design Report(Retaining Wall) S1,950.00 --- Task 5.2, Right-of-Way Engineering $9,925.00 --- Task 5.3, Right-of-Way Acquisition S7,791.00 --- Task 5 4. Utilitv Coordination $16 396.00 Task 6.0, Plans, Specifications and)estimates (PS&E) --- $308,339.00 Task 6.1, Draft PS&E (Roadway) $93,682.00 --- Task 6 2, Final PS&E (Roadway) $44,266.00 --- Task 6-3, Final Traffic Signal Plans S2,466.00 --- Task 6.3(a), Final Traffic Signal Plans (Gene Autry Trail at Via Escuela) $10,000.00 --- Task 6.4, Final Traffic Control Plans $12,160.00 --- Task 6.5, Final Miscellaneous Plans S34,790.00 --- Task 6.5(a), Attaining Wall Plan $9,998,00 --- Task 6.6, Individual 404 Permit S69,859.00 --- Task 6.7, Gene Autry Trail/Vista Chino General Plan Widening $4,472,00 --- Task 6.8(a), Revise Typical Sections $1,052.00 --- Task 6.S(b), Construction Plans S4,708.00 --- Task 6.8(c), Construction Details $1,556,00 --- Task 6.8(d), Signing and Swiping Plans S1,952.00 --- Task 6.8(c), Traffic Signal Plan (Gone Autry Trail/Vista Chino) $9,584.00 --- Task 6-8(fj, Drainage Plan and Pro Files S5,104.00 --- Task 6.8(g), Cost and Quantity Estimates S830.00 --- Task 6.8(h), Caltrans Encroachment Permit S1,360.00 --- Task 6.8(i), Printing S500.00 --- Task 7.0, Construction Bidding Phase - S4,560.00 Total of all Tasks of this Contract --- S528,925.00 Except as specifically amended by this Amendment No. 3, all terms and provisions of Agreement No. 4666 remain in full force and effect. - ATTEST: CITY OF PALM SPRINGS, a municipal corporation City Clerk ou .lf 2/ZOO a City Manager�� � APPROVES O FORM: APPROVED BY CITY COUNCIL By. �/I7 c/ Ii' Attorney CONTRACTOR: Check one: _individual_parmership ZCCorporation Corporations require two notarl¢cd signatures: One signature must be from the Chairman of B ard,President,or any Vice PrcSrdcnL The second signature must be fro a Settelary, Assistant Secretary,Treasurer, Assistant Trcysurcr r Chief Finalncer), By: By; otarized Signature of Chairman of Board, tar ed Sigm=e Secretary, Asst Secretary, President or any Vice President Treasurer, Asst treasurer or Chicf FirimcialO7fficcrr Name: T�/kov'"1� l�t rn i P Namc: "—C�/ Il S Title: y . G - Title: Statc a 4_ State of ]CCt561--✓ Count of ' ) )Ss I Count of a5 ylns�s- � ) n On� cfore me, ` ID� On7/a�before me, IX?�i(1�� � , �r-iC�'frC7/1 � y personally appeared II �)3 11 personally appeared 1Lz('Lf5 �• �QC-y�f1'7G_A� personally known to me(arprvvcd-lmne-onit [i4fflUloij' personally known to me(or proved to me on the basis of satisfactory cvtdenvc)to be the person((4 whose name I are subscribed,(the evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to in that he/phffM e7 executed within instrument and acknowledged to me that he/she/they executed the same in his/her it authorized capaciry(s), and that by the same in his/her/their authOri7ed capacity(ics), and that by his/kurft}reti'r the instrument the person(-I,or the cndry, his/her/their signature(s)on the instrument the person(s),or the ennty upon behalf of which thee crson((4 acted, executed the instrument. upon behalf of which the person(s)acted, executed the instrument. WITNESS my hand 9nd' f]iciat seal. WITNESS my hand and official seal. Notary Signature: 'T Notary Signature: •�— ) Notary Seal: ' Notary Seal: _04y CRYSTAL GOBLE GENFA=J-MQR.'0N Comm.# 1666152 NOTARY POKIe•cALIFOmXA N 11 lTM cow — cbutl Err.MAT 12,2m r - CERTIFICATE The undersigned hereby certifies that he is the Secretary of HDR Engineering, Inc., a Nebraska corporation, and that, as such, has custody of the minute books of the Corporation, and that, by Consent and Agreement of the Board of Directors dated May 16, 2007, the following resolution was unanimously adopted: "RESOLVED, that effective immediately and until June 20, 2008, or until termination of said individual from the Corporation, or until recision by the Corporation's Board of Directors, whichever occurs first, the following individuals are hereby granted the nondelegable authority to execute or approve on behalf of the Corporation, contracts for engineering services and architectural services incidental to engineering services to be rendered by the Corporation, . . . , or releases of claim or lien in connection with such services, such contracts or releases so executed or approved shall be binding upon the Corporation. . William E. Bennett, Jr. —Senior Vice President . . . . . . James A. Cathcart—Vice President . . . . . . Thomas T. Kim —Vice President . . -" The undersigned further certifies that the foregoing resolution has been spread in full upon the minute books of the Corporation and is in full force and effect. DATED 12007. .(CORPORATE SEAL) Louis J. Pachman, Secretary HDR Engineering Inc Gene Autry Road Widening CID 02-03 Amend 2 Agreement A4666 MO 7851 05-03-06 AMENDMENT NO. 2 TO CONTRACT" SERVICES AGREEMENT NO. 4666 WITH HDR ENGINEERING, INC. GENE AUTRY TRAIL ROADWAY WIDENING CITY PROJECT NO. 02-03 The following articles of Agreement No. 4666 are hereby amended to read as follows: SECTION 2.1 Maximum contract amount is amended to Four Hundred Ninety-Seven Thousand Eight Hundred Seven Dollars ($497,807.00). SCOPE OF SERVICES (Exhibit"A")- Please see attached sheets for additional work. SCHEDULE OF COMPENSATION (Exhibit "C") - Please see attached sheet. Purchase Order Number(s): 316443 Agreement Number: 4666 Original MO Number: 7272 City Council Approval: March 5, 2003 Original Contract Amount: $ 415,000.00 Amount of Prior Increases: $ 70,859.00 Amount of This Increase: $ 11,948.00 Amended Total: $ 497,807.00 SIGNATURES ON LAST PAGE 1:))iuPG, L @fry Agreement No.4666 Amendment No. 2 Page 2 The following articles of Agreement No. 4666 are hereby amended to read as follows: SECTION 2.1 Maximum contract amount is amended to Four Hundred Ninety-Seven Thousand Eight Hundred Seven Dollars ($497,807.00). EXHIBIT A is amended as follows: Add the following service: Task 5.1(a), Geotechnical Design Report (Retaining Wall). Contractor shall prepare a letter report including recommendations for design of a proposed combination retaining wall/block wall located on the east right-of-way line of Gene Autry Trail,between Vista Chino and Via Escuela. The i ecommendations shall be determined from findings identified in a Geotecbnical Ilrvestigations Report (dated December 22, 2004) for the proposed Alexander Village project located at the northwest corner of Gene Amoy Trail and Via Escuela Task 6.5(a), Retaining Wall Plan. Contractor shall prepare plans, specifications and estimate for construction of a combination retaining wall/block wall located on the east right-of-way line of Gene Autry Trail, between Vista Chino and Via Escuela. The combination retaining wall/block wall shall be designed to facilitate construction of a landscaped parkway behind the proposed curb and gutter, extending to the easterly right-of-way. A typical section, plan and profile view (at I" = 20' scale), and details shall be included. Agreement No.4666 Amendment No. 2 Page 3 EXHIBIT C is replaced with the following exhibit: SCHEDULE OF COMPENSATION Tasks listed below are identical to tasks identified in Exhibit A of this Agreement. Payments to Contractor shall be made no more frequently than monthly, and shall be based on costs per unit of work as indicated herein. Lump sum payments shall be made to Contractor based upon completion of tasks, or pro-rata portions thereof noted below, to a maximum of 75% of the lump suns task item fee until completion of such task item. Each request for payment shall contain Contractor's statement of the won k or tasks completed or portion performed, with supporting documentation. The determination of payment due shall be made based upon the reasonable judgement of the Contract Officer. Sub-Task Total Task Total Lump Sum Lump Sum Task 1.0 Protect Management $22.060.00 Task 2.0, Planning and Project Development --- $47,133 00 Task 2.1, Research and Data Gathering $6,780.00 --- Task 2.2, Surveys $36,137.00 --- Task 2.3, Permitting $4,216.00 Task 3.0, Preliminary and Concept Plans (Project Report) --- $92,498 00 Task 3.1, Hydrology Report $25,839.00 --- Task 3.2, Preliminary Geotechnical Report $10,959.00 --- Task 3.3, Utility Comminution $12,220.00 --- Task 3.4, Traffic Management Plan (TMP) $12,720.00 --- Task 3.5, Fact Sheets 5260.00 --- Task 3.6 Geometric Approval Drawings (GADS) 520,500.00 Task 4 0, Environmental Approval --- $26,665.00 Task 4.1, Technical Studies 526,266.00 --- Task 4.2 Negative Declaration $399.00 Task 5.0, Final Design Reports and Studies --- $37,670.00 Task 5.1, Geotechnical Design Report $1,608.00 --- Task 5.1(a), Geotechnical Design Report(Retaining Wall) $1,950.00 --- Task 5.2, Right-of-Way Engineering $9,925.00 --- Task 5 3, Right-of-Way Acquisition $7,791.00 --- Task 5.4 Utility Coordination $16 396.00 Task 6.0, Plans, Specifications and Estimates (PS&E) --- 5277,221.00 Task 6 1, Draft PS&E (Roadway) S93,682.00 --- Task 6.2, Final PS&E (Roadway) 544,266.00 --- Task 6.3, Final Traffic Signal Plans $2,466.00 --- Task 6.3(a), Final Traffic Signal Plans(Gene Autry Trail at Via Escuela) $10,000.00 --- Task 6.4, Final Traffic Control Plans $12,160.00 --- Task 6.5, Final Miscellaneous Plans $34,790.00 --- Task 6.5(a), Retaining Walt Plan $9,998.00 --- Task 6.6, Individual 404 Permit $69,859.00 Task 7.0 Construction Bidding Phase S4 560.00 Total of all Tasks of this Contract --- $497,807.00 Except as specifically amended by this Amendment No. 2, all terms and provisions of Agreement No. 4666 remain in full force and effect. ATTEST: CITY OF PALM SPRINGS, a municipal corporation By: City Clerk City Manager e APPROVED TO FORM: APPROVED EY CITY COUNCIL By: ✓d� Attorney CONTRACT R: Check one: _Iudivirlual_Partnership VCorpomtion Corporations require me notarized signatures: One signature nrustbe tom the Chairman of Board,President,or any Vice President.The second signature must be from the y, Assistant Secretary.Treasurer, Assist am Tµcasur er Chief Financial Of . By: �I��/i� Gl � F.;� By: Nlotarized ignatur if Chairman of Board, NoC rued SignaWre Secretary, Asst Secretary, // President or any Vice President Treasurer, Asst treasurer or Chief Financial Officer Name: t(�t C2w� I` , I- `�r,PIIt Name: ��(lS � �l-�� 1 r0. "`'�C•�'N Title: VTe� P�>v% �P�.:� Title: �c Y�rrr Ct ir" 6 (, Slate of['!Ad t tea RN 1A Sran,of N�I�r r 5 Y C-1 County of,(,)RANGE lss Countyof lss On'tt`2-1 0!o beCot°me, p0(lfl'1�.°dn 117E l�qq ,�.flCy , On`0�- `l�fJ(0 befomore, DY1t�l L J//��. personally appeared will;&m E 4'�Enn2'1'f-' personally appeared LCLfi S V pne- vin1a'y personally(mown tome(or proved to me on the basis of satsfactery personally[mown to me(or proved tome on the basis of satisfactory evidence)to be the pcison(s)whose name(s)is/ate subscribed to the evidence)to be the persons)whose name(s)is/are subscribed to the within knshnmont and acknowledged to me that he/shc/thcy executed within instrument and acknowledged to are thathc/shc/they executed the same in his/her/dren authorized capacity(ics), and that by the same in his/her/their authorized capacity(ics), and that by his/herithcii signabac(s)on the instrument theperson(s),or the entity his/her/their sigaature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument upon behalf of which the person(s)acted, executed the instrument. WITNESS my hand and official seal / WITNESS my hand and official seal. Notary Signa . T GC_G Notary Signature:� ('Z��Z �Y tn ICLCC:aJI[;Z/`--- Notary Seal. Notary Seal: sf"LOFrs KATHEPJNE MAEDA e L M.#75953(i0 -m PU0UCCALIFU9IA ,`. StaleofNebraska J.KUDRONGE COT'; M Comm Fap.Dec.2D,20.UPIM JU' - - N 0 -v.., rwy i _ , „ r., HDR Engineering Inc. Amend 1 Gene Autry Trail Roadway Widening CP 02-03 AGREEMENT #4666 AMENDMENT NO. 1 TO CONTRACT SERVICES AGREEMtMO_i76310 0 16-05_ WITH HDR ENGINEERING, INC. GENE AUTRY TRAIL ROADWAY WIDENING CITY PROJECT NO. 02-03 This Amendment No. 1 to the Contract Service Agreement with HDR Engineering, Inc., (Agreement [Vo. 4666), approved by the City Council on March 5, 2003, is made and entered into this � day of %T� )Ufy , 2005, by and between the City of Palm Springs, a municipal corporation (hereinafteV"City") and HDR Engineering, Inc., (hereinafter"Contractor"). RECITALS Whereas, the City and Contractor now desire to extend the term of Agreement No. 4666 to revise the scope of work. The recital above is incorporated herein by reference and the following articles of Agreement No. 4666 are hereby amended to read as follows: 1. SECTION 2.1 The maximum contract amount is amended to Five Hundred Eighty-Eight Thousand Five Hundred Eighty-Five Dollars ($485,859.00). 2. SCOPE OF SERVICES (Exhibit "A") — Exhibit "A," the Scope of Services shall be revised to incorporate new tasks as set forth on the Supplemental Scope of Services which is attached hereto and incorporated herein by this reference as Exhibit "A-1." 3. SCHEDULE OF COMPENSATION (Exhibit "C")— Exhibit "C," the Schedule of Compensation shall be revised to incorporate the new tasks added to the Supplemental Scope of Services. 4. Except as specifically amended by this Amendment No. 1, all terms and provisions of Agreement No. 4666 remain in full force and effect. Purchase Order Number(s): 316443 Agreement Number: 4666 Original MO Number: 7272 City Council Approval: March 5, 2003 Original Contract Amount: $ 415,000.00 Amount of Increase: $ 70,859.00 Amended Total: $ 485,859.00 [SIGNATURES ON NEXT PAGE] ORI,�33li',IAL Ems, ANVIOR AGRE:EME6v i Agreement No.4666 Amendment No. 1 Page 2 ATTEST: CITY OF PALM SPRINGS, / a municipal corporation City Clerk City Manager APPROVED AS TO FORM: p�� r "lb3 I .lb o5 !kbbb W By: 1141,0 V pity At CONTRACTOR: Check one:_Individual_Partnership_Corporation Corporations require two notarized signatures. One signature must be from the Chairman of Board,President,or any Vice President The second signature moat be from the Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer) By: _ By: Notarized Signature of Chairman of Board, Notarized Signature Secretary,Asst Secretary, President or any Vice President Treasurer,Asst treasurer or Chief Financial Officer Name: Name: Title: Title: Stale of = State of County of -ss County of -ss On before me, On before me, , personally appeared personally appeared personally known to me(or proved to me on the basis of satisfactory personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose names)is/are subscribed to the evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed within instrument and acknowledged to me that he/she/they executed the same in his/her/then authorized capacrty(res), and that by the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the Instrument the persons), or the Iris/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the entity upon behalf of which the person(s) acted, executed the instrument instrument. WITNESS my hand and official seal WITNESS my hand and official seal. Notary Signature:_ Notary Signature- Notary Seal: Notary Seal: Except as specifically amended by this Amendnrl 1, all terms and provisions of Agreement No. 4666 remain in full force and effect. ATTEST: CITY OF PALM SPRINGS, a municipal corportition By: ,By: City Clerk City Manager APPROVED,ASIO FORM""' By: City Attorney CONTRACTOR: Check one:—Individual—Partnership_Corporation Corporations require two notarized signatures: One signature must be from the Chairman of Board, President, or any Vice President. The second signature must be from the Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). By: 71-af- Vtmrzed�Signature Secretary, Asst Secretary, y Notarized Signat, ,of Chairman of Board, President or any Vice President Treasurer, Asst treasurer or Chief Financial Officer Name: (A�i G.L 17a'vvs Name: L60 L' C c' ? Title: t r v,IF_�v-'i Olt V-1 11 Title: State of State of oe-b'p--�A"'Q I County, )J�)A)T�10'x' County Iss '�Ill�ulo n "ir, OA\ACGbcfiue me, On before mej)L)np,\i's) '\'�'�h�!N"A _IM46�1 personally appeared Personally appeared LejLk I'S ir-l='CtAVVN­Vs. personally known to me lot proved to me on the basis of satisfactory personally known to me(or proved to me on[lie basis of satisfactory evidence) to be the person(s)whose name(s)is/are subscribed to the evidence) to be the person(s)whose camels) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by the same in his/her/thee authorized capaciLyocs), and that by his/het/their signature(s) on the instrument the person(s), or the his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the entity upon behalf of which the person(s) acted, executed the instrument. instrument. WITNESS my]land and official seal. WITNESS my hand and official seal. Notary Signmurc� &()M%M%j�.Notary Signature:I )A Notary Seal: Notary Seal: CATHERINE MARIE WIGHTMAN Comk#1352461 NERAL NOTARY-$to of Nebraskil NOTARY PUBLIC-CALIFORNIA BONNIE.I.KUDRON ORANGE COUNTY 0 My Comm.Exp.Dec.20,2008 �ecomm.EXP.APRIL 20,2006 i ?fir- � 6.d ,�'i: 3 - _ 1 .. . _.. .,. ., 1' Agreement No.4666 Amendment No. 1 Page 3 EXHIBIT "A-1" SUPPLEMENTAL SCOPE OF SERVICES The following services are hereby added: Task 6.3(a) Final Traffic Signal Plans (Gene Aahy Trail at Via Escnela). Contractor shall prepare complete traffic signal plans, meeting City standards and requirements, for a new traffic signal at Gene Autry Trail and Via Escuela. Contractor shall coordinate with all appropriate utility companies for verification of utility locations. Contractor shall coordinate with Southern California Edison (SCE) as necessary to obtain electrical service connection points and service for the new traffic signal. The traffic signal plan shall be incorporated into the final PS&E for the project. Traffic signal timing to be provided by the City." Delete Task 6.6 and replace with the following: "Task 6.6 Individual 404 Permit. Contractor shall coordinate with members of the project team to discuss the results of the jurisdictional delineation to be conducted as part of the Project Report phase (Task 3), and review the anticipated permitting approach, discuss and identify any additional information needs, and review the projected permitting schedules. Objectives of the coordination shall include scoping the alternatives analysis, identifying feasible mitigation options, and preparing for initial permitting coordination with regulatory agencies. Contractor will be responsible for arranging any meetings, preparing agendas, and distributing minutes and other relevant materials. Contractor shall schedule, arrange, and prepare any necessary materials for a "pre-application consultation" with the Army Corps of Engineers and other involved agencies. Objectives of the meeting will be to describe the proposed project, discuss permitting approach, and identify potential mitigation options. Contractor shall also arrange a meeting with representatives of the California Department of Fish and Game and the Regional Board (Colorado River Basin Region). The meeting shall be in conjunction with the Corps meeting if schedules allow; otherwise a separate meeting time will be set. A meeting with the Corps and USFWS shall be arranged to discuss the Section 7 Consultation process. Contractor shall summarize and document the results of agency coordination in a letter format. The letters shall be submitted to the respective agencies with copies to project team members. Based on the outcome of the initial coordination with the involved agencies, Contractor shall prepare and submit the necessary permit application materials. This scope of work assumes that the Army Corps of Engineers will provide Section 404 authorization for this project under an Individual Permit; that a Section 401 water quality certification (or waiver) will be issued by the Regional Board; that the California Department of Fish and Game will provide a Streambed Alteration Agreement under Section 1602 of the Fish and Game Code; and that the USFWS will issue a letter concluding that the project is not likely to adversely affect threatened or endangered species. Contractor shall prepare permit applications accordingly. Each application packet will be reviewed with the project team and any required changes will be made prior to submittal to the respective agencies. It is anticipated that the permit application materials will include the following materials: delineation of jurisdictional waters for the project; biological resources report; an alternatives analysis to determine if the proposed project is the least envirommentally damaging practicable alternative (typically involving two off-site and four to six on-site alternatives, evaluated according to site-specific factors - impacts to waters of the U.S., practicability factors such as economic, technical, and logistical feasibility, and general environmental effects such as water quality issues, endangered species, and archaeological resources), Contractor shall coordinate preparation of responses to public comments; standard Corps application forms shall be completed by Contractor and submitted to the City for signature as applicant; a preliminary mitigation and monitoring plan based on Corps guidelines, which shall include information on how on-site impacts will be mitigated to replace jurisdictional areas that will be lost; a final mitigation plan shall be prepared and submitted following Corps review of the application packet, which shall incorporate appropriate conditions based on the Federal and State agency review and comment; Contractor shall prepare all necessary graphics and other supporting materials; a complete copy of the Section 401 Water Quality application and the 1602 Notification of Streambed Alteration. Contractor shall expedite the Corps' permit review process by preparing the Public Notice and Environmental Assessment for the project. Many of the same materials used for the 404 application can be submitted as part of the application materials for the 401 Certification and 1602 Agreement. Contractor shall prepare written correspondence requesting Section 401 water quality certification or waiver and include the following application materials: information prepared for the 404 application to provide a complete project description, including the purpose, location, total site acreage, types of water bodies within the site, total Agreement No. 4666 Amendment No. 1 Page 4 acres of waters of the U.S., wetland acres, and types of riparian habitats, if present; a copy of the report on the delineation of wetlands and jurisdictional waters prepared for the 404 application; an assessment of water quality impacts addressing types of fill material to be discharged, impacts to beneficial uses of the water body, and any expected water diversions; a complete copy of the Section 404 Permit application and the 1602 Notification of Streambed Alteration will be included; completed Standard Regional Board application form; a copy of the final environmental (CEQA) document for the project including any certifications associated with the document; other appropriate material as may be required by the Regional Board; a summary plan describing Best Management Practices (BMP's) to treat road surface runoff for water quality purposes; and a filing fee based on acreage of fill material to be deposited in jurisdictional waters or linear feet of fill, whichever is greater, estimated at $12,500. Contractor shall prepare written correspondence requesting a Section 1602 Streambed Alteration Agreement through the California Department of Fish and Game (CDFG), and include the following application materials: a standard CDFG Notification of Lake or Streambed Alteration form; Lake and Streambed Alteration Program - Project Questionnaire; Wild and Scenic Rivers Evaluation Form; a copy of the report on the delineation of wetlands and jurisdictional waters prepared for the Section 404 application; a copy of the preliminary mitigation and monitoring plan prepared for the Section 404 application with a provision to submit the final plan upon its completion; a copy of the final environmental (CEQA) document including any certifications associated with the document; appropriate plans, exhibits, and maps; a complete copy of the Section 404 Permit application and the Section 401 Water Quality application; and a filing fee of$5,000. Contractor shall prepare a biological assessment (BA) report which summarizes habitat suitability assessment and the sensitive species focused survey results of previous surveys. A description of listed species (i.e. Coachella Valley milkvetch) that may be affected by the action will be included. The report will also include a description of the action being considered and a description of the specific area that may be affected by the action and an evaluation of project impacts and description of proposed mitigation measures. A draft version of the report shall be submitted to the City for review and comments; and Contractor shall revise the draft report and submit a final report to the Federal agencies. Following the review of the biological assessment by the Corps, another informal effort may be appropriate to eliminate any residual adverse effects. If that effort results in elimination of potential impacts, the USFWS will concur in writing that the action, as revised with clearly stated agreed upon modifications, is not likely to adversely affect listed species or designated critical habitat. The USFWS may respond within 30 days to the Corps Biological Assessment finding. No formal consultation is required if the action "may affect, but is not likely to adversely affect" listed species or critical habitat. Contractor shall provide follow-up coordination. Following submittal of the various applications, Contractor shall coordinate with the involved regulatory agencies to respond to agency questions and submit any additional information that may be requested. Follow-up coordination will include responding to comments that may be submitted during the Section 404 public review process. During this process, Contractor shall coordinate closely with members of the project team to discuss any agency concerns, questions, or requests for additional materials that may arise. Agreement No. 4666 Amendment No. 1 Page 5 EXHIBIT C SCHEDULE OF COMPENSATION Tasks listed below are identical to tasks identified in Exhibit A of this Agreement. Payments to Contractor shall be made no more frequently than monthly, and shall be based on costs per unit of work as indicated herein. Lump sum payments shall be made to Contractor based upon completion of tasks, or pro-rata portions thereof noted below, to a maximum of 75% of the lump sum task item fee until completion of such task item. Each request for payment shall contain Contractor's statement of the work or tasks completed or portion performed, with supporting documentation. The determination of payment due shall be made based upon the reasonable judgment of the Contract Officer. Sub-Task Total Task Total Lump Sum Lump Sum Task 1 0. Project Management --- $22,060.00 Task 2.0, Planning and Project Development --- $47,133.00 Task 2.1, Research and Data Gathering $6,780.00 --- Task 2.2, Surveys $36,137.00 --- Task 2.3, Permitting $4,216.00 --- Task 3.0, Preliminary and Concept Plans (Project Report) --- $82,498.00 Task 3.1, Hydrology Report $25,839.00 --- Task 3.2, Preliminary Geotechnical Report $10,959.00 --- Task 3.3, Utility Coordination $12,220.00 --- Task 3.4, Traffic Management Plan (TMP) $12,720.00 --- Task 3.5, Fact Sheets $260.00 --- Task 3.6, Geometric Approval Drawings (GADS) $20,500.00 --- Task 4.0, Environmental Approval --- $26,665.00 Task 4.1, Technical Studies $26,266.00 --- Task 4.2, Negative Declaration $399.00 --- Task 5.0, Final Design Reports and Studies --- $35,720.00 Task 5.1, Geotechnical Design Report $1,608.00 --- Task 5.2, Right-of-Way Engineering $9,925.00 --- Task 5.3, Right-of-Way Acquisition $7,791.00 -- Task 5.4, Utility Coordination $16,396.00 --- Task 6.0, Plans, Specifications and Estimates (PS&E) --- $267,223.00 Task 6.1, Draft PS&E (Roadway) $93,682.00 --- Task 6.2, Final PS&E (Roadway) $44,266.00 --- Task 6.3, Final Traffic Signal Plans $2,466.00 --- Task 6.3(a), Final Traffic Signal Plans (Gene Autry Trail at Via Escuela) $10,000.00 --- Task 6.4, Final Traffic Control Plans $12,160.00 --- Task 6.5, Final Miscellaneous Plans $34,790.00 --- Task 6.6, Individual 404 Permit $69,859.00 --- Task TO Constrruuion-3ictd n P_laase _ __ -„ _ $4,560.00 _ Total of all Tasks of this Contract --- $485,859.00" CONTRACT ABSTRACT Contract Company Name: HDR Engineering, Inc. Company Contact: Walter Quesada Summary of Services: CP#02-03, GAT Road Widening Contract Price: $485,859 (including this A#1 for $70,859) Funding Source: 134-4497-50217 Contract Term: Open Until Completed Contract Administration Lead Department: Public Works & Engineering Contract Administrator: David Barakian/Marcus Fuller Contract Approvals Council/Conunwuty Redevelopment Original Council Date: March 5, 2003 urgency Approval Date: Amendment Council Date: February 16, 2005 Minute Order/Resolution Number: Original MO#7272 / Current MO#7631 Agreement Number: 4666 Contract Compliance Exhibits: Signatures: Insurance: Bonds: Contract prepared by: Submitted on: By: CERTIFICATE The undersigned hereby certifies that he is the Secretary of HDR Engineering, Inc., a Nebraska corporation, and that, as such, has custody of the minute books of the Corporation, and that, by Consent and Agreement of the Board of Directors dated May 19, 2004, the following resolution was unanimously adopted: "RESOLVED, that effective immediately and until June 20, 2005, or until termination of said individual from the Corporation, or until recision by the Corporation's Board of Directors, whichever occurs first, the following individuals are hereby granted the nondelegable authority to execute or approve on behalf of the Corporation, contracts for engineering services and architectural services incidental to engineering services to be rendered by the Corporation, . . . , or releases of claim or lien in connection with such services, such contracts or releases so executed or approved shall be binding upon the Corporation: ". . . William E. Bennett, Jr. —Vice President . . ." The undersigned further certifies that the foregoing resolution has been spread in full upon the minute books of the Corporation and is in full force and effect. DATED �uu y 2004. (CORPORATE SEAL) L—ouuis J. Pachman, Secretary HDR Engineering Gene Autry Widening AGREEMENT #4666 M07272, 3-5-03 CITY OF PALM SPRINGS Public Works and Engineering Department CONTRACT SERVICES AGREEMENT FOR GENE AUTRY TRAIL WIDENING CITY PROJECT NO. 02-03 THIS CONTRACT SERVICES AGREEMENT (herein "Agreement"), is made and entered into this day of )'j y�,r/ 20 t1 23 by and between the CITY OF PALM SPRINGS, a municipal corporation, (herein "City") and HDR Engineering, 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 Scone 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 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. P52/276/099999-3000/21606842 6114/96 Revised 09/01/98 ORIGINAL U-60 147 1 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 $25,000; whichever is less, or in the time to perform of up to one hundred eighty (180) days may be approved by the Contract Officer. Any greater increases, taken either separately or cumulatively must be approved by the City Council. It is expressly understood by Contractor that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services or reasonably contemplated therein. Contractor hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Contractor anticipates and that Contractor shall not be entitled to additional compensation therefore. 1.9 Special Requirements. Additional terms and conditions of this Agreement, if any,which are made a part hereof are set forth in the "Special Requirements" attached hereto as Exhibit "B" and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit "B" and any other provisions of this Agreement, the provisions of Exhibit "B" shall govern. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, the Contractor shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit "C" and incorporated herein by this reference, but not exceeding the maximum contract amount of Four Hundred Fifteen Thousand Dollars ($415.000.00) (herein "Contract Sum"), except as provided in Section 1.8. The method of compensation may include: (i) a lump sum payment upon completion, (ii) payment in accordance with the percentage of completion of the services, (iii)payment for time and materials based upon the Contractor's rates as specified in the Schedule of Compensation, but not exceeding the Contract Sum or (iv) such other methods as may be specified in the Schedule of Compensation. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expense, transportation expense approved by the Contract Officer in advance, and no other expenses and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contractor at all project meetings reasonably deemed necessary by the City; Contractor shall not be entitled to any additional compensation for attending said meetings, 2.2 Method of Payment. Unless some other method of payment is specified in the Schedule of Compensation, in any month in which Contractor wishes to receive payment, no later than the first(1st)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 F52/296/099999-3000/2160684 2 6/14/96 Revised 09/01/98 2 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 "W, 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. 4.0 COORDINATION OF WORK 4.1 Remesentative 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: Walt Quesada, P.E.; Project Manager &Vice-President 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 F52,276/099999-3M/210684 2 6/14/96 Revrcc� 09/01/98 3 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 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) Comprehensive General Liability Insurance. A policy of comprehensive general liability insurance written on a per occurrence basis. The policy of insurance shall be in an amount not less than either (i) a combined single limit of$1,000,000 for bodily injury, death and property damage or (ii) bodily injury limits of$500,000 per person, $1,000,000 per occurrence and$1,000,000 products and completed operations and property damage limits of$500,000 per occurrence. If the Contract Sum is greater than $100,000, the policy of insurance shall be in an amount not less than$5,000,000 combined single limit. Fs2/296/099999-3000/2160684 2 6/14/96 Revised 09/01/98 4 (b) Worker's Compensation Insurance. A policy of worker's compensation insurance in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the Contractor and the City against any loss, claim or damage arising from any injuries or occupational diseases occurring to any worker employed by or any persons retained by the Contractor in the course of carrying out the work or services contemplated in this Agreement. (c) Automotive Insurance. A policy of comprehensive automobile liability insurance written on a per occurrence basis in an amount not less than either (i) bodily injury liability limits of$500,000 per person and $1,000,000 per occurrence and property damage liability limits of $250,000 per occurrence and $500,000 in the aggregate or (it) combined single limit liability of$1,000,000. Said policy shall include coverage for owned, non-owned, leased and hired cars. (d) Additional Insurance. Policies of such other insurance, including professional liability insurance, as may be required in the Special Requirements. All of the above policies of insurance shall be primary insurance and shall name the City, its officers, employees and agents as additional insureds, except that the City shall not be named as an additional insured for the Worker's Compensation Insurance nor the Professional Liability Insurance. 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. All of said policies of insurance shall provide that said insurance may not be amended or canceled without providing thirty (30) days prior written notice by registered mail to the City. 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 or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance or binders are approved by the City. All certificates shall name the City as additional insured (providing the appropriate endorsement), be signed by an authorized agent of the insurer, and shall contain the following "cancellation" notice: "CANCELLATION: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail an advance 30-day written notice to the Certificate holder named herein." The Contractor agrees that the provisions of this Section 5.1 shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages to any persons or property resulting from the Contractor's activities or the activities of any person or persons 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 policies of insurance that the Contractor is required to maintain pursuant to this Section 5.1. 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, FM76/099999-3000/21 W684.2 6/14/96 Revised 09/01/99 5 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 is made a party to any action or proceeding filed or prosecuted against Contractor for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys' fees. 5.3 Performance Bond. Concurrently with execution of this Agreement, Contractor shall deliver to City a performance bond in the sum of the amount of this Agreement, in the form provided by the City Clerk, which secures the faithful performance of this Agreement,unless such requirement is waived by the Contract Officer. The bond shall contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney. The bond shall be unconditional and remain in force during the entire term of the Agreement and shall be null and void only if the Contractor promptly and faithfully performs all terms and conditions of this Agreement. 5.4 Sufficiency of Insurer or Surety. Insurance or bonds required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated "A" or better in the most recent edition of Best Rating Guide, The Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VII or better, unless such requirements are waived by the City Manager or designee of the City ("City Manager")due to unique circumstances. In the event the City Manager determines that the work or services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies and the performance bond required by this Section 5 may be changed accordingly upon receipt of written notice from the City Manager or designee; provided that the Contractor shall have the right to appeal a determination of increased coverage by the City Manager to the City Council of City within ten(10) days of receipt of notice from the City Manager. 6.0 REPORTS AND RECORDS 6.1 Reports. Contractor shall periodically prepare and submit to the Contract 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. PS2/276/099999-3W0/2160684 2 6/I4/96 Revised 09/01/99 6 6.2 Records. Contractor shall keep, and require subcontractors to keep, such books and records as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the performance of such services. The Contract Officer shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of three (3) years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required. 6.3 Ownership of Documents. All drawings, specifications, reports, records, documents and other materials prepared by Contractor, its employees, subcontractors and agents in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement, and Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Contractor will be at the City's sole risk and without liability to Contractor, and the City shall indemnify the Contractor for all damages resulting therefrom. Contractor may retain copies of such documents for its own use. Contractor shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages resulting therefrom. 6.4 Release of Documents. The drawings, specifications, reports, records, documents and other materials prepared by Contractor in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. 7.0 ENFORCEMENT OF AGREEMENT 7.1 California Law. This Agreement shall be construed and interpreted both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, and Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 7.2 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 parry'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 FS2/276/099999-3"/2160684.2 6/14/96 RemseU.09/0,198 7 exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Contractor to insure, indemnify, and protect City as elsewhere provided herein. 7.4 Waiver. No delay or omission in the exercise of any right or remedy by a nondefaulting party on any default shall impair such right or remedy or be construed as a waiver. A party's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 7.7 Liquidated 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 Zero Dollars 0.00 as liquidated damages for each working day of delay in the performance of any service required hereunder, as specified in the Schedule of Performance (Exhibit "D"). The City may withhold from any monies payable on account of services performed by the Contractor any accrued liquidated damages. 7.8 Termination Prior to Expiration Of Term. This Section shall govern any termination of this 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 upon, with or without cause, upon sixty (60) days' written notice to City, except that where termination is due to the fault of the City, the period of notice may be such shorter time as the Contractor may determine. Upon receipt of any notice of termination, Contractor shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Except where the Contractor has initiated termination, the Contractor shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer, except as provided in Section 7.3. In the event the Contractor has initiated termination, the Contractor shall he 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 FS2/276/099999-3000/21W68426/14/96 - Rev"d.09/01/99 8 herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Contractor for the purpose of set-off or partial payment of the amounts owed the City as previously stated. 7.10 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees. Attorney's fees shall include attorney's fees on any appeal, and in addition a party entitled to attorney's fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. 8.0 CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINA11ON 8.1 Non-liability of City Officers and Em lloovees. 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, and in the case of the Contractor, to the person at the address designated on the execution page of this Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in seventy-two (72) hours from the time of mailing if mailed as provided in this Section. 9.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. F52/216/099999-3"2160684 2 6/14/96 RevwcA 09/01/98 9 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. IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS, a municipal corporation r' Tr% � ''• t-- City Manager APPROVED AS TO FORM: AAA X— Agreement over/t*der $25,000 City Attorney Reviewed and approved by Procurement&c Contracting Initials`" Date' P.O. Numb ar#ti"c"'�C'110'l_;' 514 i? 1. R52" 610 9101/98 000I2160684 2 6114/96 Rwrscd 09/01I98 10 CONTRACTOR: HDR ENGINEERING, INC. (Check one: _Individual_Partnership_Corporation) i y: Signature Print Name&Title By: Signature Print Name&Title (Corporations require two signatures: One from each of the following: A. Chairman of Board,President,any Vice President: AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer,or Chief Financial Officer). Mailing Address: One City Boulevard West, Suite 900 Orange, CA 92868-3621 (END OF SIGNATURES) rs2/276/099999-3000/2160684 2 6/14/96 Revised 09/01/98 II ALL-PURPOSE ACKNOWLEDGEMENT OGCOG�G^^ State of California qq SS. County of J ( GAYr G�'3 On before me, t �y A (DAIE) (NOTARY) personally appeared ( ve ^� C SIGNER(S) VIP ersonally known to me OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed BARBARA RAE TURNBULL� , the same in his/her/their authorized Comm,Cummtd'12,61„3 molaev ru�uc-cnuFoeNin capacity(ies), and that by his/her/their Umng=. County signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WIITNNESS my hand and official seal. NOTAI V' SIGNATURE OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl- edgement to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLES) ❑ PARTNER(S) ❑ ATTORNEY-IN-FACT ]NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR DATE OF DOCUMENT ❑ OTHER: OTHER SIGNER IS REPRESENTING: RIGHT THUMBPRINT _ NAME OF PERSON(S)OR ENTITY(IES) OF E SIGNER APA 5/99 VALLEY SIERRA, 800-362-3369 EXHIBIT "A" SCOPE OF SERVICES The intent of this contract is to provide the City with environmental and engineering design services to accomplish the widening of Gene Autry Trail from two (2) to four (4) lanes, extending from the Union Pacific Railroad bridge (Palm Drive Overhead - Bridge 56C-082) to Vista Chino Road. The Scope of Services as detailed herein shall provide the City with complete environmental services necessary to obtain requisite legal approvals to proceed with engineering plans, specifications and estimates (PS&E) with which to facilitate future construction of the desired improvements. Task 1.0 Proiect Management Hold PDT Meetings. Contractor shall coordinate and attend Project Development Team(PDT) meetings with the City's Project Manager and other required representatives from affected agencies at least once per month, or as necessary. Walt Quesada, the Project Manager, along with any necessary sub-consultants, shall attend as appropriate. Minutes shall be prepared by the Contractor at each meeting and then distributed to the City's Project Manager and other attendees at each succeeding meeting. Budgeting. Budgets for each task shall be prepared by Contractor, along with milestone for the project. Contractor shall monitor the budgets, and shall be used as the basis for cost monitoring and control. Cost Accounting. Monthly reports shall be prepared of expenditures for the project by task and milestone. The expenditure reports shall serve as the basis for the monthly invoices. Scheduling. A detailed project schedule will be prepared within one month after receiving the Notice to Proceed from the City. The schedule will include all tasks, milestones and project activities, deliverables, and shall reflect necessary review time by affected agencies. Project schedule adjustments will be accommodated on an as needed basis throughout the duration of the project, and schedule updates shall be provided at each monthly progress meeting. Document Control. Contractor shall establish and maintain project files in accordance with the Caltrans Project Development Uniform file system, or as required by the City's Project Manager. Quality Control Plan. Contractor shall submit a Quality Control Plan to the City within two weeks of Notice-To- Proceed (NTP). Task 2.0 Planning and Proiect Development Task 2.1 Research and Data Gathering. Contractor shall obtain and review existing topographic mapping, photos, bridge reports, maintenance reports, right-of-way maps, as-built plans, record maps and surveys, study reports, assessor maps, contract documents, and any other pertinent data required for the project. The Contractor shall review all available information and determine what additional information will be necessary to complete the project. P5212961099999-30 /2160694.26/14/96 Revised 09/01/98 EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 12 Task 2.2 Surveys. Contractor shall perform and coordinate all required field surveys, and shall research and compile all existing control data, including research of all affected utility companies within the project area. The Contractor shall perform and coordinate all utility coordination necessary to determine and identify locations of all utilities and facilities, as well as future utility requirements. Required surveys include, but are not limited to, the following: Control Survey: Contractor shall determine and/or establish vertical and horizontal control. Topographic Survey: The Contractor shall conduct field and/or aerial surveys as necessary. Utility Survey: The Contractor shall conduct field surveys to locate all existing underground and overhead utilities and facilities. Task 2.3 Permitting. Contractor shall submit an Encroachment Permit application to the City to allow field staff to conduct geotechnical sampling and surveys within right-of-way (if necessary). Concurrently, Contractor shall identify additional locations outside of the right-of-way where it will be necessary to obtain specific rights-of-entry from affected property owners. A listing of candidate locations outside of the right-of-way shall be furnished to the City. Task 3.0 Preliminary and Concept Plans (Project Report) Contractor shall prepare preliminary and concept roadway and bridge plans as part of a Project Report for approval by the City. As part of the Project Report, the following technical studies and reports shall be prepared: Task 3.1 Hydrology Report. Contractor shall provide hydrology/hydraulics analysis closely coordinated with the affected agencies, including the Riverside County Flood Control and Water Conservation District (RCFC) and/or Coachella Valley Water District (CVWD). The report will quantify the magnitude and frequency of the design flows from adjacent areas to the Project area and the volumes attributable to the proposed improvements. The City will provide recent and comprehensive hydrology studies within the project area that may be available for use by the Contractor. Task 3.2 Preliminary Geotechnical Report. The draft Preliminary Geotechnical Report will be used in the Project Report and environmental documents. This tasks entails collecting existing subsurface information that is available for the area, including geological maps by the California Division of Mines and Geology, geological maps published by the USGS and groundwater well information. The available information shall be reviewed to provide seismic and geologic information and groundwater data for the Project Report and environmental documents. Findings identifying any seismic and geological hazards impacting the design and construction of the project shall be documented in the report. Task 3.3 Utility Coordination. Existing utilities including irrigation lines within the project limits that may be impacted shall be identified. Task 3.4 Traffic Management Plan (TMP). A TMP shall be developed in conjunction with the City and other local agencies to minimize disruptions to traffic circulation during construction. The TMP may be combined into one comprehensive plan for use with both City Project 01-04 and City Project 02-03. Task 3.5 Fact Sheets. Contractor shall conduct a review of the preferred alternative using the Caltrans Design Checklist (Bulletin 78). Any deviations from design standards will be recorded using the guidelines in the PDPM. F52276/099999-300021606042 6/14196 Revised 09/01/98 EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 13 Task 3.6 Geometric Approval Drawings (GADS). Upon determination of the preferred alternative, geometric drawings shall be prepared for approval. These drawings will cover the roadway and bridge improvements, and the area affected by them. The geometry of the project will be defined and impacts to right-of-way and utilities will be identified. Task 4.0 Environmental Approval Contractor shall perform all required environmental research and analysis necessary for the project, pursuant to CEQA requirements. Contractor shall be responsible for the preparation of technical studies and a legally adequate CEQA documentation in the form of an Initial Study (IS). All documentation shall be prepared pursuant to the City of Palm Springs' guidelines for implementing CEQA. Task 4.1 Technical Studies. The following technical studies shall be prepared to support the environmental document: Air Quality. An air quality assessment for the project shall be prepared in accordance with Caltrans Transportation Project Level Carbon Monoxide(CO) Protocol, Caltrans Project-Level PM10 Hot Spot Analysis Interim Guidance, and the South Coast Air Quality Management District's air quality guidelines. Contractor shall conduct the screening analyses specified in the protocol and conduct CALINE4 modeling for CO hot spots for up to ten (10) receptor locations. Construction related emissions will be quantified and discussed in a general format unless project specific information is available. Noise Study. Contractor shall prepare a noise study to address the project's impact on sensitive noise receptors. Field noise monitoring will be conducted at up to five (5) receptor locations to provide existing noise levels and calibration of modeled results. Traffic noise will be evaluated with Caltrans SOUND32 noise model. Recommendations will be made for any required noise attenuation measures. Natural Environment Study Report(NESR). Contractor shall conduct a literature review to assist in determining the existence or potential occurrence of sensitive plant and animal species on the project site or in the vicinity of the site. Federal and State lists of sensitive species and current database records, including the California Natural Diversity Data Base (California Department of Fish and Game, 1999) and the California Native Plant Society's Electronic Inventory of Rare and Endangered Vascular Plants of California (Skinner, et al., 1994), will be examined. The results of the records search will be summarized in a table and included in the NESR. The fieldwork for this task will be conducted by qualified biologists in order to document the presence/absence of sensitive biological resources (e.g., species or habitats), or to determine the potential for occurrence of such resources that may not be detectable when the fieldwork is conducted. The location of any sensitive biological resources present on site, including plants and plant communities, will be mapped. Contractor shall conduct focused surveys for the Coachella Valley round-tailed ground squirrel, Coachella Valley fringe-toed lizard, and Desert tortoise in accordance with U.S. Fish and Wildlife Service survey protocol. No I rapping of the ground squirrel is proposed. Findings of the surveys will be incorporated into the NESR and appropriate mitigation discussed with the City, if mitigation is required. FS2/2961099999-3W/2160684.26/14/96 Revise 1.09/01/98 EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 14 Contractor shall prepare an NESR that will include a description of the field methods used and the results of the biological assessment of the property. The report will include a list of plant and animal species present within the project area and a general description of the plant communities occurring. If there are any sensitive resources found on the site, Contractor will prepare and include in the NESR a graphic displaying the location of the sensitive plant communities on site and any sensitive biological resources observed. A table describing sensitive species that are present or potentially present will also be provided in the report. The NESR will identify and assess project impacts on the existing biological resources, including any sensitive species. The NESR will recommend appropriate mitigation measures if any significant adverse impacts are identified. Cultural Resources Study. Contractor shall complete an archaeological and historical records search through the Information Center of the California Historical Resources Information System located at the University of California, Riverside. The records search will determine whether the project area has been surveyed and, if so, what site types are within a one-mile radius of the project area. Based on the results of the records search, Contractor will conduct a systematic on-site pedestrian survey of previously unsurveyed property within the right- of-way to determine the presence of cultural resources. If previously recorded sites exist within the area that will be directly impacted by the project, these will be located and existing site records will be updated, consistent with the guidelines established by the California Office of Historic Preservation. At a minimum, a Negative Historic Property Survey Report(HPSR) and Negative Archaeological Survey Report(ASR)will be prepared as part of the final environmental document for the project. An Area of Potential Effects (APE) map will be established for approval by the City. The entire APE will need to be surveyed for historic and prehistoric resources. The APE for the widening of the roadway is assumed to be within existing right-of-way. Depending on the survey findings, additional reports may be necessary. They may include one or more of the following: a Positive HPSR, a Positive ASR, an Historic Architectural Survey Report(HASR), an HASR-MOU Short Form, and/or an Historic Resources Evaluation Report. These reports will be submitted for review and comment to the City. Hazardous Waste Assessment (ISA). Concurrent with preparation of the preliminary environmental assessment, Contractor shall prepare an ISA in accordance with City procedures. The tasks described below will identify all documented hazardous waste sites located within the project study area, as well as facilities located within the project study area that store, transfer or utilize large quantities of hazardous materials. Contractor shall conduct an agency records search to identify all hazardous waste sites located within the project study area and classified as a hazardous waste site under State law. The records search will also identify business types located within the project study area that would be likely to store, transfer, or utilize large quantities of hazardous materials. This information will be obtained from records maintained by the State of California Department of Health and Regional Water Quality Control Board, and other appropriate agencies. Contractor shall conduct a visual survey of the project area via available public access to identify any obvious area of hazardous waste contamination. If hazardous waste sites are identified within the project study area (via governmental records and/or the visual survey), Contractor shall determine the potential impact to the project and identify subsequent procedures to determine the extent of contamination and remediation requirements. Potential hazardous waste sites located within the project area will be investigated per information available from local and/or State agencies. Historic land use information for the project study area will be requested from the City of Palm Springs and the County of Riverside to determine whether previous uses may have resulted in hazardous waste contamination. FS2/276/099999-3000/2160684 2 6/14/96 RM'M 09/01/99 EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 15 A draft ISA will be submitted to the City for review. Contractor shall revise the ISA as necessary, and submit a final ISA for City approval. The ISA will include the results of lead testing of soil samples within the project area. Task 4.2 Negative Declaration. The Initial Study (IS) will be based on the preparation of an Environmental Document to support a Negative Declaration(ND). The IS will include the following contents: Purpose and Need for the Project, Description of the Proposed Project, Effected Environment, Environmental Evaluation(checklist), Discussion of Environmental Evaluation, Consultation and Coordination, Determination and Appendices. The IS will be revised in accordance with comments from the City. The Contractor shall coordinate release of the IS for public distribution and review, and address/respond to public comments/revise the IS as necessary to facilitate final approvals and Public Hearings. The Contractor shall prepare a mitigation monitoring program for implementation of any necessary mitigation measures determined by the IS. The following process will be used in the preparation of the IS: Prepare Administrative Draft IS. The results of the technical studies will be presented in a Draft IS. Contractor shall prepare an administrative Draft IS incorporating the findings of the technical studies for submittal to the City for review. Prepare Second Administrative Draft. Contractor shall revise the Draft IS based on comments received from the City and will submit the revised Draft IS to the City for review. Public Review. Contractor shall prepare a draft public distribution list per input from the City. The IS will be circulated for public review per the distribution list, once the list has been approved by the City. Contractor shall prepare a Notice of Intent to Prepare a Negative Declaration for publication in the local newspaper. Prepare Draft Response to Comments. Contractor shall prepare a draft Response to Comments for submittal to the City. Contractor shall prepare responses for its areas of responsibility, and will coordinate with the City to prepare responses for its respective areas of responsibility. Prepare Draft Mitigated Negative Declaration (MND). Contractor shall prepare a Draft MND, including revisions based on responses to comments received during the public review period, for submittal to the City for review. Prepare Final MND. Contractor shall prepare a Final MND for submittal to the City for review and approval. Contractor shall prepare response letters to agencies that submitted comments on the Draft IS, prepare and file a Notice of Determination(NOD). Note: With respect to all of the foregoing tasks related to environmental approval, Contractor shall prepare studies, assessments, documents and reports in compliance with applicable law. Contractor shall respond to comments in a legally sufficient manner. To the extent City staff or legal counsel recommend changes necessary to meet legal requirements for environmental review, Contractor shall make such changes within the approved budget. Task 5.0 Final Design Reports and Studies Contractor shall prepare the following final design reports and studies: Task 5.1 Gemechnical Design Report. Contractor shall conduct field exploration and laboratory testing to serve as background for the preparation of a written geotechnical report that shall present the findings and design level F52/276/099999-3000/21fi 89.26114/96 Revised 09/01/99 EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 16 recommendations related to the following: soluble sulfate, chlorides, pH, and resistively of the soil. In addition, the following shall be incorporated into the Geotechnical Design Report: Pavement Structure Section Recommendations based on natural soil conditions at the site. Task 5.2 Right-of-Way Engineering. Based on survey data, Contractor shall prepare right-of-way maps depicting right-of-way limits and requirements. Two sets of each preliminary right-of-way maps shall be submitted to the City and Caltrans for review and comment. Contractor team shall use the approved right-of-way requirement maps to prepare legal descriptions, plats, and right of way maps to acquire the necessary right of way. Contractor shall coordinate with effected utility companies and shall provide relocation plans and permits. Task 5.3 Right-of-Way Acquisition. Contractor shall perform block surveys to tie cadastral centerline and property line control. A boundary analysis and calculations of the limits of "take" shall be performed, legal descriptions and plats shall be prepared to be used for acquisition and preparation of fee transfer deeds, easements, and/or vacations. Contractor shall prepare appraisal reports for the affected parcels. Task 5.4 Utility Coordination. Contractor shall compile contact lists of utility purveyors with existing and planned utilities in the project area. Meetings shall be held with utility companies and the City as required to ensure project coordination. Schedules and progress reports for the utility effort shall be prepared. Plans and cost estimates provided by the utility companies shall be reviewed and recommendations made. Task 6.0 Plans. Specifications and Estimates (PS&E). Contractor shall prepare PS&E for review and approval by the City, and shall submit at 35%, 65%, 95% and Final levels of completion for review. Contractor shall prepare specifications and special provisions using Microsoft Word conforming to Caltrans format. Contractor shall prepare construction estimates using the latest available City and Caltrans cost data and actual recent construction costs in the project area. For specialty items, vendors and manufacturers shall be consulted for appropriate unit costs. The final PS&E shall be provided in a "bid-ready" form. Contractor shall submit project files and the Resident's Engineer's file along with the final PS&E. Upon completion, the entire Project prepared in Intergraph/Micro Station format shall be submitted. The final PS&E submittal shall be one-vellum set. Task 6.1 Draft PS&E (Roadway). Contractor shall prepare roadway plans addressing all the findings from the geotechnical report as well as complying with City design criteria and requirements. The street plans shall depict vertical and horizontal alignments with cuts and fills and proposed grading clearly indicated. The structural pavement sections shall reflect the finding from the Geotechnical Report. Prior to the preparation of the drainage plans, Contractor shall prepare hydrology and hydraulic studies to obtain and provide design solutions. Stage Construction and Detour plans shall be compatible with the approved TMP. Contractor shall ensure coordination of impacted utilities with the utility owners as necessary. Contractor shall prepare Special Provisions for items not covered by the Caltrans Standard Specifications or Standard Special Provisions (SSP's). The SSP's shall be edited and Roadway Special Provisions specific to this project produced and incorporated into the Final PS&E. The Roadway Special Provisions shall be prepared, signed and stamped by a California registered Professional Engineer. Contractor shall prepare Roadway Design Specifications conforming to the Caltrans Standard Specifications, current edition, or other standard specifications P52276/099999-5000/2160684.2 6114/96 Revised 09/01/99 EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 17 as appropriate. Contractor shall prepare quantity calculations for items applicable to this project, and prepare the corresponding roadway cost estimate. Contract items shall be supported by quantity calculations prepared in a neat and orderly fashion and show all sketches, diagrams and dimensions necessary to allow them to be independently used by field inspectors. All quantity calculations shall be independently checked. Contractor shall prepare a Construction Cost Estimate using the latest available Caltrans cost data, City's cost data and actual recent construction costs in the Project area. Task 6.2 Final PS&E (Roadway). Contractor shall prepare a final "bid-ready" PS&E incorporating the review comments from the City and other effected agencies. Task 6.3 Final Traffic Signal Plans. Contractor shall prepare traffic signal modification plans limited to replacement of existing loop detectors and relocation or replacement of existing pull boxes, as required, for the existing traffic signal at Vista Chino Road and Gene Autry Trail. Traffic signal warrant analysis for new signals is not included, nor design of a new traffic signal at Gene Autry Trail and Via Escuela. Task 6.4 Final Traffic Control Plans. Contractor shall prepare traffic control plans showing stage construction, traffic handling, detours, construction area signs and temporary pavement delineation. The City will provide traffic volume information to facilitate preparation of the traffic control plans. Traffic control plans may be combined into one comprehensive plan for use with both City Project 01-04 and City Project 02-03. Task 6.5 Final Miscellaneous Plans. Contractor shall prepare plans to account for utility relocations and NPDES Erosion Control and Dust Control. Task 6.6 Nationwide 404 Permit. Contractor shall coordinate with members of the project team to discuss the results of the jurisdictional delineation to be conducted as part of the Project Report phase (Task 3), and review the anticipated permitting approach, discuss and identify any additional information needs, and review the projected permitting schedules. Objectives of the coordination shall include scoping the alternatives analysis, identifying feasible mitigation options, and preparing for initial permitting coordination with regulatory agencies. Contractor will be responsible for arranging any meetings, preparing agendas, and distributing minutes and other relevant materials. The need for Section 7 Consultation and Biological Assessment(BA) is contingent on the presence of a habitat or a take of federally endangered or threatened species and may also be determined through the City's negotiations with Caltrans on the Mitigation Bank for the I-10/Gene Autry Trail interchange project that there will be indirect effects to endangered or threatened species because of the Gene Autry Trail widening under City project 02-03. The level of effort for the Section 7 Consultation is also dependent on the number of endangered or threatened species that may be present and the consequent complexity of the BA. If the Section 7 is required and if the level of effort is reasonably beyond what can be absorbed by the existing fee, the Contractor will negotiate a change order with the City of Palm Springs. Contractor shall schedule, arrange, and prepare any necessary materials for a "pre-application consultation" with the Army Corps of Engineers and other involved agencies. Objectives of the meeting will be to describe the proposed project, discuss permitting approach, and identify potential mitigation options. Contractor shall also arrange a meeting with representatives of the California Department of Fish and Game and the Regional Board (Santa Ana Region). F52276/099999-3000/2160684.2 6114196 Reused:09/01/98 EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 18 Contractor shall summarize and document the results of agency coordination in a letter format. The letters shall be submitted to the respective agencies with copies to project team members. Based on the outcome of the initial coordination with the involved agencies, contractor shall prepare and submit the necessary permit application materials. This scope of work assumes that the Army Corps of Engineers will provide Section 404 authorization for this project under Nationwide Permitting. In the event,the Army Corps of Engineers determines that an Individual 404 Permit is required, an additional scope of work, not included in this contract, will be required. Additionally, the following clearances are assumed as part of this scope of work: a Section 401 water quality certification(or waiver) will be issued by the Regional Board; the California Department of Fish and Game will provide a Streambed Alteration Agreement under Section 1601 of the Fish and Game Code. Contractor shall prepare permit applications accordingly. Each application packet will be reviewed with the project team and any required changes will be made prior to submittal to the respective agencies. It is anticipated that the permit application materials will include a complete copy of the Section 401 Water Quality application and the 1601 Notification of Streambed Alteration. Many of the same materials used for the 404 application can be submitted as part of the application materials for the 401 Certification and 1601 Agreement. Contractor shall prepare written correspondence requesting Section 401 water quality certification or waiver and include the following application materials: information prepared for the 404 application to provide a complete project description, including the purpose, location, total site acreage, types of water bodies within the site, total acres of waters of the U.S., wetland acres, and types of riparian habitats, if present; a copy of the report on the delineation of wetlands and jurisdictional waters prepared for the 404 application; an assessment of water quality impacts addressing types of fill material to be discharged, impacts to beneficial uses of the water body, and any expected water diversions; a complete copy of the Section 404 Permit application and the 1601 Notification of Streambed Alteration will be included; standard Regional Board application form; a copy of the final environmental (CEQA) document for the project including any certifications associated with the document; other appropriate material as may be required by the Regional Board; and a filing fee based on acreage of fill material to be deposited in jurisdictional waters (1 acre or less, flat fee of$500 and up to $1,000 for each additional acre of fill or portion thereof up to the statutory maximum of$10,000). Contractor shall prepare written correspondence requesting a Section 1601 Streambed Alteration Agreement through the California Department of Fish and Game (CDFG), and include the following application materials: a standard CDFG Notification of Lake or Streambed Alteration form; Lake and Streambed Alteration Program - Project Questionnaire; Wild and Scenic Rivers Evaluation Form; a copy of the report on the delineation of wetlands and jurisdictional waters prepared for the Section 404 application; a copy of the preliminary mitigation and monitoring plan prepared for the Section 404 application with a provision to submit the final plan upon its completion; a copy of the final environmental (CEQA) document including any certifications associated with the document; appropriate plans, exhibits, and maps; a complete copy of the Section 404 Permit application and the Section 401 Water Quality application; and a filing fee of$1,390.50. Contractor shall provide follow-up coordination. Following submittal of the various applications, contractor shall coordinate with the involved regulatory agencies to respond to agency questions and submit any additional information that may be requested. Follow-up coordination will include responding to comments that may be submitted during the Section 404 public review process. FSM16/099999-30002160684 2 6/14196 Revised:09/01/98 EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 19 During this process, contractor shall coordinate closely with members of the project team to discuss any agency concerns, questions, or requests for additional materials that may arise. Task 7.0 Construction Bidding Phase Contractor shall attend a pre-bid meeting (if scheduled), and provide bid interpretations, bid review and analysis. Contractor shall be available in the event that items requiring interpretation in the drawings or specifications are discovered during the bidding period, and shall prepare necessary addendum issued by the City (during bidding) or by through change order after award of the construction contract. END OF SCOPE OF SERVICES END OF EXHIBIT "A" F52/276/099999-3000/2160684 2 6/14/96 Revised 09/01/98 EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 20 EXHIBIT "B" SPECIAL REQUIREMENTS Section 5.1, Insurance, First paragraph after 5.1(d): Replace "...Professional Liability Insurance." with "Professional Errors and Omissions Insurance" at the end of fire first sentence. - As specified in Section 5.1 (d), Additional Insurance, the following insurance policy shall be required: Professional Errors and Omissions Insurance. A policy of Professional Errors and Omissions Insurance in an amount not less than One Million Dollars ($1,000,000.00) per claim and in the aggregate with respect to loss arising from the actions of the Contractor performing professional services hereunder on behalf of the City. Section 5.3, Performance Bond, is waived. EXHIBIT "B" rvv,1d.09/01/98 00m606ea.z bn°19G TO CONTRACT SERVICES AGREEMENT Revised.09/OV98 21 EXHIBIT "C" SCHEDULE OF COMPENSATION Tasks listed below are identical to tasks identified in Exhibit A of this Agreement. Payments to Contractor shall be made no more frequently than monthly, and shall be,based on costs per unit of work as indicated herein. Lump sum payments shall be made to Contractor based upon completion of tasks, or pro-rata portions thereof noted below, to a maximum of 75% of the lump sum task item fee until completion of such task item. Each request for payment shall contain Contractor's statement of the work or tasks completed or portion performed, with supporting documentation. The determination of payment due shall be made based upon the reasonable judgement of the Contract Officer. Sub-Task Total Task Total Lump Sum Lump Sum Task 1.0, Project Management 22 060 00 Task 2.0, Planning and Project Development --- $47,133.00 Task 2.1, Research and Data Gathering $6,780.00 --- Task 2.2, Surveys $36,137.00 --- Task 2.3, Permitting 4 216 00 Task 3.0, Preliminary and Concept Plans (Project Report) --- $82,498.00 Task 3.1, Hydrology Report $25,839.00 --- Task 3.2, Preliminary Geotecludcal Report $10,959.00 --- Task 3.3, Utility Coordination $12,220.00 --- Task 3.4, Traffic Management Plan(TMP) $12,720.00 --- Task 3.5, Fact Sheets $260.00 --- Task 3 6 Geometric Approval Drawings (GADS) $20,500.00 Task 4.0, Environmental Approval --- $26,665.00 Task 4.1, Technical Studies $26,266.00 --- Task 4.2, Negative Declaration $399.00 Task 5.0, Final Design Reports and Studies --- $35,720.00 Task 5.1, Geotechnical Design Report $1,608.00 --- Task 5.2, Right-of-Way Engineering $9,925.00 --- Task 5.3, Right-of-Way Acquisition $7,791.00 --- Task 5.4, Utility Coordination $16 396 00 Task 6.0, Plans, Specifications and Estimates (PS&E) --- $196,364.00 Task 6.1, Draft PS&E (Roadway) $93,682.00 --- Task 6.2, Final PS&E(Roadway) $44,266.00 --- Task 6.3, Final Traffic Signal Plans $2,466.00 --- Task 6.4, Final Traffic Control Plans $12,160.00 --- Task 6.5, Final Miscellaneous Plans $34,790.00 --- Task 6.6, Nationwide 404 Permit $9,000.00 Task 7.0, Construction Bidding Phase 4 560 00 Total of all Tasks of this Contract --- $415,000.00 END OF EXHIBIT "C" EXHIBIT "C" FS2276/099999-3"2160684.26/14/96 TO CONTRACT SERVICES AGREEMENT Rcvrscd:09/01/98 22 EXHIBIT "D" SCHEDULE OF PERFORMANCE Task 1 shall be completed within 12 months of receipt of a Notice to Proceed from City. Task 2 shall be completed within 4 months of receipt of a Notice to Proceed from City. Task 3 shall be completed within 5 months of receipt of a Notice to Proceed from City. Task 4 shall be completed within 8 months of receipt of a Notice to Proceed from City. Tasks 5 and 6 shall be completed within 12 months of receipt of a Notice to Proceed from City. Task 7 shall be completed as necessary during the Construction Bidding Phase. END OF EXHIBIT "D" EXHIBIT "D" rsl1176fo999993"21066426/14/96 TO CONTRACT SERVICES AGREEMENT Revised 09/01/98 23 CERTIFICATE The undersigned hereby certifies that she is the Assistant Secretary of HDR Engineering, Inc., a Nebraska corporation, and that, as such, has custody of the minute books of the Corporation, and that, by Consent and Agreement of the Board of Directors dated May 15, 2002, the following resolution was unanimously adopted: "RESOLVED, that effective immediately and until June 20, 2003, or until termination of said individual from the Corporation, or until recision by the Corporation's Board of Directors, whichever occurs first, the following individuals are hereby granted the nondelegable authority to execute or approve on behalf of the Corporation, contracts for engineering services and architectural services incidental to engineering services to be rendered by the Corporation, . . . , or releases of claim or lien in connection with such services, such contracts or releases so executed or approved shall be binding upon the Corporation: ". . . James E. Owens -Vice President . . The undersigned further certifies that the foregoing resolution has been spread in full upon the minute books of the Corporation and is in full force and effect. DATED July 19, 2002. (CORPORATE SEAL) Bonnie J. Kudron, Asst. Secretary ,..... ------ �� �.,, Ivu.ion r.mid S ACO DM CERTIFICATE OF LIABILITY INSURANCE 06/Ol/2o03 U1114/2oo P h A FT3 LoOkton Companies THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 444 Kansas City 12-1 M HOLDERNTHISOCERTSF CATE DOES UPON THE Kansas City M064112-1906 (816)9603000 INSURERS AFFORDING COVERAGE 3,63A 1 HORENGINI=RRING,INC. a: 8163 ATTN:LOUIS J.RACHMAN 04041NDIAN HILLS DRIVE OMAHA,NE 68114404� COVERAGES SI3 THE POLICIES OF INSURANCE LISTED BELOW HAVE (TEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWRHSTANDING ANY REQUIREMENT,TERM OR OONPITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERYnIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF 8uCH POI R IRA 6 Y HAV BEEN REDO PAID CLAIMS. A.ZMLR13R YEFPEC E POLICY i DN G NERAL LIABILITY A X COMMERCIALGENERALLIABILRY 01,03504583 06/012002 06/012 1,060,000 003 Fenn 1060000 CLAIMS WON OCCURo e xwn $000 EERSONAL&ADVm Y D00000 OENE AAGMaA Low wo ENL AGGREGATE LIMIT APPLIE PORI PRODUCTS 1.000,000 POUP AurOMOBILE LIABILITY B X ANYAUTO BAP3504584 06/01/2002 06/01/2003 COMBINED SINGLE LIMIT T 1,000,000 ALLOWNEDAUTOS BAP3504585 SCHNMULED AUTO$ TAP3504586 BODILY INJURY 9 XXXXXXX (Pa WWI X HIREDAUTOS X NONLWNEDAUTO9 BODILYINJURY $ RPde ddeA9 XXXXXXX IPmi PgaIDMIAOE S XXXXXXX AA�AGELMAI ANYAUTO NOT APPLICABLE AUTO ONLY-FA A=DENT mtieAUTOONLmYN XXXXXXX esE Lw NLm EACH OCCURRENCE 4&0 000 E X OccuR ❑c AIMS MADE BX052852174 06/012002 06/01/2003 ABGREMTE 4.000000 UMBRMU (EXCLUDES PROF.LIAB) XXXXXXX DEDUCTIBLE FOAx )O XXXXX RETENTION C AMP XXXXXXX MMMYRV UABILrfY 06/02003 X E.L.EACHACCNDENY 1000000 L.D=ASC.EA FL DISEASE-POLICY LIMIT 1 D000DO D OTHER PLN113978408 06/O1h002 06 /0 1 /2003 PIM CLAIM',S1.000.000. AGG:X.000,000. ARCRS k ENOS PROFESSIONAL LIAO= T DESCRIPTION OF WERATIONSILOCATENSNEHCL69/EYCLUSIONS ADDED BY ENDORSEAENfffipWAL PMO,, TIM CITY ON PALM SPRINGS,7CS OFFICERS,EMPLOYEES AND AGENTS ARE NAMED AS ADDITIONAL INSURED AS RESPECTS GENERAL LTABII.ITY COVERAGE. WAIVER OF SUBROGATON APPLIES, RE:PR03ECT 12142.005-042.GENE AUTRY TRAIL WMENING,CITY PROTECT NO.02-03. uELLATION 1 CITY SHOULPANY OF THE ABOVE DESCkISLD POUCIFs BE Cµc"p BEPORETHE EXPIRATION CITY OF PALM SPRINGS, WORKS PAM THEREOF,THE ISSUING INSURER WILL ENDEAVOR r MAIL In PAYS WRITTEN DEPARTMENT OF PUELIC WORKS ATTN: MARCUS FULLER PE NOTICETOTHECERTIFICATE HOLDER NAMED TO TYPE LFFr,iUFPNWRCT0.Do-iMSHya, 3200 E.TAHOUITZ CANYON WAY PALM SPRINGS CA 92262 as /AUTHOHILEO REPRESENTATIVE ACORD 25S(7107) �ACORp C PORATION 1888 ,�r,,..�ti.�uuo iu•oonri wuni�iv wnrHnyca NO.165 P.3/3 r t I i IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsoment(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may ret{ulre an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the Issuing insurer(s), authorized representative or. producer. and the certificate holder, nor does it affirmatively or negatively emend, extend or alter the coverage afforded by the policies listed thereon, ..,,...------- nU.ion r,i/. I p UXK M IryWAnee And RiskMam¢emeat Speoiglisu FAX TRANSMITTAL Date: March 14,2003 Total Pages Sent: 3 (Including Cover Sheet) Company: CITY OF PALM SPRINGS, CA Attention: MARCUS FULLER,PE Regarding: HDR Sender: MARILYN LEIiMAN Sender's phone 816-960-9306 Sender's Fax: 816-783-9306 NOTIM Or CONFWEIQTb4MYt The documents seeodtpanyirig this telephono tnnsmispien facsimile arc confidential,leptly privileged and the tWusive property of The gender. The umsmirted information is intended exclusively for the use of the Individual or entity to whom the docomeno should be delivered, 1f you ore not the inta,ded recipient,you ore hereby n9tified that any disclosure,copying distribution or action taken in reliance on fl7c contents of this telephone trammesion is strictly prohibited. If you have received this telephone transmission in error,please notify The sender immediately by telephone or ariango for the mWtu of the trancrohted decumenu. Message: ATTACHED IS THE CERTIFICATE YOU nQUESTED. PLEASE LET US KNOW IF WE CAN BE OF FURTHER SERVICE. THANKS, Company's Fax Number: 760-322-8325 LocKwN CowAN7Es 444 W.47w Street,Suite 900 Kansas City,Miacaud 64112-1906 816-960-9000 Fax: 816.960.9099