HomeMy WebLinkAbout04670 - SANBORN A/E MESQUITE STREET WIDENING Page 1 of 3
Kathie Hart
From: Carrie Rovney
Sent: April 13, 2009 10:31 AM
To: Kathie Hart
Subject: RE: A4670-Sanborn -Topical Survey
Final payment made
Closed Ca �\
Can go ahead and Close Contract
Tinan6l
Ca, ic
x&6c
From: Kathie Hart
Sent: Thursday, April 09, 2009 5:11 PM
To: carrie.rovney@palmsprings-ca.gov
Cc: Jay Thompson
Subject: A4670 - Sanborn -Topical Survey
Carrie: OK to close? It expired in 2004.
04/14/09
FIRST AMENDMENT TO CONTRACT SERVICES AGREEMENT NO. 4670
WITH SANBORN A/E FOR Sanborn AIE
TOPOGRAPHIC SURVEY Mesquite Widening
MESQUITE AVENUE WIDENING AGREEMENT #4670 Amend 1
CITY PROJECT NO, 94-17 CM signed 4-3-03
The following articles of Agreement No. 4670 are hereby amended to read as follows:
SECTION 2.1 Maximum contract amount is amended to TwentyThousand Four Hundred
($20,400.00).
EXHIBIT A is amended as follows:
Add the following paragraph g:
Topographic mapping of the Demuth Park area southerly of Mesquite Avenue and the
treatment plant; and the area 100 feet westerly of the treatment plant and extending
approximately 300 feet southerly into the Tahquitz Creek Golf Course. Topographic
mapping to be provided in AutoCAD R14 digital format. Task to include all necessary field
survey and office work required to complete the topographic mapping.
EXHIBIT C is amended as follows:
Amend the total contact amount to $20,400.00
Except as specifically amended by this Amendment No. 1, all terms and provisions of
Agreement No. 4670 remain in full force and effect.
ATTEST: CITY OF PALM SPRINGS,
a municipal corporation
City'EI City Manager �,�'
Agreement oXvr/under $25,000
Reviewed and approved by
Procurement & Contracting
15:1�)'Y1;' i i.d` ��-9N V' f '�.l4'c!MIA,i�^mt'ti.
(wR!1 `�_-.=� Initials Aate d-L"-, :_
° Ile ' P.O. Numbel,-s
CONTRACTOR,
SANBORN A/E
(Check one: _Individual_Partnership X Corporation)
By: A' &
C—&L=
Signature(Notarized)
Allen M. Sanborn, President
Print Name&Title
By:
�ISldnature (Notarized)
/John L. Sanborn. Secretary & Treasurer
Print Name&Title
Mailing Address:
1227 S. Gene Autry Trail, Suite C
Palm Springs, CA 92264
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).
State of California )
)ss.
County of Riverside )
On April 1, 2003 before me, Carrie Rovnev.Notary Public
Date Name and Title of Officer
personally appeared ----------------------------------John L. Sanborn ----------------------------------------------
Nanme(s)of Signer(s)
® personally known to me
Q piuved to nir on the basis of mitisfactory evidence
to be the person(s)whose name(s)is/are subscribed to the
CARRIE ROVNEY +�+`/ within instrument and acknowledgment to me that
CommNrlon# 134E457 l he/shefthey executed the same in his/herh1reir authorized
Notary Public-California capacityf ies), and that by his/lherftheir signatures(s)on the
RNealde County instrument the person(s), y p
P fs),ortheentit u onbehalfofwhich
0MyCM"-EVIw3Mor26,2M4
the person(s)acted, executed the instrument.
WITNESS my hand and official seal
-� olary ublic
State of California )
)ss.
County of Riverside )
On April 1, 2003 before me, Carrie Rovnev,Notary Public
Dale Name and Title of Officer
personally appeared----------------------------------Allen A Sanborn ----------------------------------------------
Name(s)of Signer(s)
® personally known to me
..
CARRIE ROVNEY
a ; CIMInion# t
z ._�, 348457 to be the person(s)whose name(s) is/are subscribed to the
Notary Public-Collfamta within instrument and acknowledgment to me that
RWealae county 'Mh'Cofnm.Expires Mar26,2ppy he/shefthey executed the same inhis/herfthc it authorized
capacityfies), and that by his/herftl e signatures fs)on the
instrument the person(s),or the entity upon behalf of which
the person(s)acted, executed the instrument.
WITNESS my hand and official seal
ure of Not Public
1,
Sanborn w�
Mesquite Ave Widening
AGREEMENT#4670
CM Signed, 3-14-03
CITY OF PALM SPRINGS __----- ------
CONTRACT SERVICES AGREEMENT FOR
TOPOGRAPHIC SURVEY
MESQUITE AVENUE WIDENING
CITY PROJECT 94-17
(SHORT FORM)
THIS CONTRACT SERVICES AGREEMENT (herein "Agreement') is made and
entered into this -._%�`i`day of`-7,,Y7ea: s.r.� :. „'" s_=; by and between the CITY OF PALM
SPRINGS, a municipal corporation (herein "City") and Sanborn A/E (herein "Contractor").
NOW, THEREFORE, the parties hereto agree as follows:
1.0 SERVICES OF CONTRACTOR
1.1 Scope of Services. In compliance with all of the terms and conditions of this
Agreement, the Contractor shall perform thework or services set forth in the "Scope of Services"
attached hereto as Exhibit"A" and incorporated herein by reference. Contractor warrants that all
work and services set forth in the Scope of Services will be performed in a competent, professional
and satisfactory manner.
1.2 Compliance With Law. All work and services rendered hereunder shall be
provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of the City
and any Federal, State or local governmental agency of competent jurisdiction.
1.3 Licenses, Permits.Fees and Assessments. Contractor shall obtain at its sole
cost and expense such licenses, permits and approvals as may be required by law for the
performance of the services required by this Agreement.
2.0 COMPENSATION
2.1 Contract Sum. For the services rendered pursuant to this Agreement,
Contractor shall be compensated in accordance with the "Schedule of Compensation" attached
hereto as Exhibit"B" and incorporated herein by this reference, but not exceeding the maximum
contract amount of Fifteen Thousand Nine Hundred Dollars ($15,900.00) ("Contract Sum").
2.2 Method of Payment. Provided that Contractor is not in default under the
terms of this Agreement, Contractor shall be paid as outlined in Exhibit "B" Schedule of
Compensation.
3.0 COORDINATION OF WORK
3.1 Representative of Contractor. John Sanborn is hereby designated as being
the principal and representative of Contractor authorized to act in its behalf with respect to the work
and services specified herein and make all decisions in connection therewith.
3.2 Contract Officer. Marcus Fuller is hereby designated as being the
representative the City authorized to act in its behalf with respect to the work and services specified
herein and make all decisions in connection therewith("Contract Officer"). The City Manager of City
shall have the right to designate another Contract Officer by providing written notice to Contractor.
H:\USERS\ENG\Correspondence\Cp94-17\topo contract.wpd
-1-
3.3 Prohibition Against Subcontracting or Assignment. Contractor shall not
contract with any entity to perform in whole or in part the work or services required hereunder
without the express written approval of the City. Neither this Agreement nor any interest herein
may be assigned or transferred, voluntarily or by operation of law, without the prior written
approval of City. Any such prohibited assignment or transfer shall be void.
3.4 Independent Contractor. Neither the City nor any of its employees shall
have any control over the manner, mode or means by which Contractor, its agents or employees,
perform the services required herein, except as otherwise set forth. Contractor shall perform all
services required herein as an independent contractor of City and shall remain under only such
obligations as are consistent with that role. Contractor shall not at any time or in any manner
represent that it, or any of its agents or employees, are agents or employees of City.
4.0 INSURANCE, INDEMNIFICATION AND BONDS
4.1 Insurance. The Contractor shall procure and maintain, at its sole cost
and expense, in a form and content satisfactory to City, during the entire term of this Agreement
including any extension thereof, the following policies of insurance:
(a) Commercial General Liability Insurance. A policy of commercial general
liability insurance written on a per occurrence basis with a combined single limit of at least
$1,000,000 bodily injury and property damage including coverages for contractual liability,
personal injury, independent contractors, broad form property damage, products and
completed operations.The Commercial General Liability Policy shall name the City of Palm
Springs as an additional insured in accordance with standard ISO additional insured
endorsement form CG2010(1185) or equivalent language.
(b) Worker's Compensation Insurance. A policy of worker's
compensation insurance in an amount which fully complies with the statutory requirements
of the State of California and which includes $1,000,000 employer's liability.
(c) Business Automobile Insurance. A policy of business automobile
liability insurance written on a per occurrence basis with a single limit liability in the amount
of$1,000,000 bodily injury and property damage. Said policy shall include coverage for
owned, non-owned, leased and hired cars.
(d) Additional Insurance. Additional limits and coverages, which may
include professional liability insurance, will be specified in Exhibit A.
All of the above policies of insurance shall be primary insurance. (Reference Section 4.4
regarding sufficiency.) The insurer shall waive all rights of subrogation and contribution it may
have against the City, its officers, employees and agents, and their respective insurers. In the
event any of said policies of insurance are canceled, the Contractor shall, prior to the cancellation
date, submit new evidence of insurance in conformance with this Section 4.1 to the Contract
Officer. No work or services under this Agreement shall commence until the Contractor has
provided the City with Certificates of Insurance, endorsements or appropriate insurance binders
evidencing the above insurance coverages and said Certificates of Insurance, endorsements, or
binders are approved by the City.
The contractor agrees that the provisions of this Section 4.1 shall not be construed as
limiting in any way the extent to which the Contractor may be held responsible for the payment of
damages to any persons or property resulting from the Contractor's activities or the activities of
any person or persons for which the Contractor is otherwise responsible.
In the eventthe Contractor subcontracts any portion of the work in compliance with Section
3.3 of this Agreement the contract between the Contractor and such subcontractor shall require
H:\USERS\ENG\Co respondence\Cp94-17\topo contract.wpd
-2-
subcontractor to maintain the same polices of insurance that the Contractor is required to maintain
pursuant to this Section.
4.2 Indemnification. Contractor agrees to indemnify the City, its officers, agents
and employees against, and will hold and save them and each of them harmless from, any and all
actions,suits, claims,damages to persons or property, losses,costs, penalties, obligations,errors,
omissions or liabilities,(herein"claims or liabilities")that may be asserted or claimed by any person,
firm or entity arising out of or in connection with the negligent performance of the work, operations
or activities of Contractor, its agents, employees, subcontractors, orinvitees, provided for herein,
or arising from the negligent acts or omissions of Contractor hereunder,or arising from Contractor's
negligent performance of or failure to perform any term, provision, covenant or condition of this
Agreement,whether or not there is concurrent passive or active negligence on the part of the City,
its officers, agents or employees but excluding such claims or liabilities arising from the sole
negligence or willful misconduct of the City, its officers, agents or employees, who are directly
responsible to the City, and in connection therewith:
(a) Contractor will defend any action or actions filed in connection with
any of said claims or liabilities and will pay all costs and expenses, including legal costs and
attorneys' fees incurred in connection therewith;
(b) Contractorwill promptly pay anyjudgment rendered against the City,
its officers,agents or employees for any such claims or liabilities arising out of or in connection with
the negligent performance of or failure to perform such work, operations or activities of Contractor
hereunder; and Contractor agrees to save and hold the City, its officers, agents, and employees
harmless therefrom;
(c) In the event the City,its officers,agents oremployees is made a party
to any action or proceeding filed or prosecuted against Contractor for such damages or otherclaims
arising out of or in connection with the negligent performance of or failure to perform the work,
operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers,
agents or employees, any and all costs and expenses incurred by the City, its officers, agents or
employees in such action or proceeding, including but not limited to, legal costs and attorneys'fees.
4.3 Performance Bond. Concurrently with execution of this Agreement,
Contractor shall deliver to City a performance bond in the sum of the amount of this Agreement, in
the form provided by the City, which secures the faithful performance of this Agreement, unless
such requirement is waived by the Contract Officer. The bond shall contain the original notarized
signature of an authorized officer of the surety and affixed thereto shall bea certified and current
copy of his power of attorney. The bond shall be unconditional and remain in force during the entire
term of the Agreement and shall be null and void only if the Contractor promptly and faithfully
performs all terms and conditions of this Agreement.
4.4 Sufficiency of Insurer or Surety. Insurance or bonds required by this
Agreement shall be satisfactory only if issued by companies qualified to do business in California,
rated"A"or better in the most recent edition of Best's Key Rating Guide or in the Federal Register,
unless such requirements are waived by the City Manager or designee of the City Manager due to
unique circumstances. In the event the City Manager determines that the work or services to be
performed under this Agreement creates an increased or decreased risk of loss to the City, the
Contractor agrees that the minimum limits of the insurance policies and the performance bond
required by this Section 4 may be changed accordingly upon receipt of written notice from the City
Manager or designee; provided that the Contractor shall have the right to appeala determination
of increased coverage by the City Manager to the City Council of City within ten (10)days of receipt
of notice from the City Manager.
5.0 TERM 5.1 Term. Unless earlier terminated in accordance with Section
5.2 below, this Agreement shall continue in full force until June 30, 2004.
F:\USERS\ENG\Correspondence\Cp94-17\topo contract.wpd
-3-
5.2 Termination Prior to Expiration of Term. Either party may terminate this
Agreement at any time,with or without cause, upon thirty(30)days written notice to the other party.
Upon receipt of the notice of termination,the Contractor shall immediately cease all work or services
hereunder except as may be specifically approved by the Contract Officer. In the event of
termination by the City, Contractor shall be entitled to compensation for all services rendered prior
to the effectiveness of the notice of termination and for such additional services specifically
authorized by the Contract Officer and City shall be entitled to reimbursement for any compensation
paid in excess of the services rendered.
6.0 MISCELLANEOUS
6.1 Covenant 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 ensure that applicants are employed and that employees
are treated during employment without regard to their race,color,creed, religion,sex, marital status,
national origin or ancestry.
6.2 Non-liability of City Officers and Employees. No officer or employee of the
City shall be personally liable to the Contractor, or any successor in interest, in the event of any
default or breach by the City or for any amount which may become due to the Contractor or to its
successor, or for breach of any obligation of the terms of this Agreement.
6.3 Conflict of Interest. No officer or employee of the City shall have any financial
interest,director indirect,in this Agreement nor shall any such officer or employee participate in any
decision relating to the Agreement which effects his financial interest or the financial interest of any
corporation, partnership or association in which he is, directly or indirectly interested, in violation of
any State statute or regulation. The Contractor warrants that it has not paid or given and will not
pay or give any third party any money or other consideration for obtaining this Agreement.
6.4 Notice. Any notice, demand, request, document, consent, approval, or
communication either party desires or is required to give to the other party or any other person shall
be in writing and either served personally or sent by prepaid,first-class mail, in the case of the City,
to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O.
Box 2743, Palm Springs, California 92263, and in the case of the Contractor, tothe person at the
address designated on the execution page of this Agreement.
6.5
terms of
his
ce
with the meaning of the tlanguage used and shall tnot be construed for or aeement shall be n in t eitherpartystrued in nby
reason of the authorship of this,Agreement or any other rule of construction which might oterise
apply.
6.6 Integration:Amendment. It is understood that there are no oral agreements
between the parties he—reto affecting this Agreement and this Agreement supersedes and cancels
any and all previous negotiations, arrangements,agreements and understandings, if any, between
the parties, and none shall be used to interpret this Agreement. This Agreement may be amended
at any time by the mutual consent of the parties by an instrument in writing.
6.7 Severability. In the event that part of this Agreement shall be declared invalid
or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity
or unenforceability shall not affect any of the remaining portions of this Agreementwhich 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.
H:\USERS\ENG\Correspondence\Cp94-17\topo contract.wpd
-4-
6.8 Waiver. No delay or omission in the exercise of any right or remedy by a
nondefaulting party on any default shall impair such right or remedy or beconstrued as a waiver.
A party's consent to or approval of any act by the other party requiring the party's consent or
approval shall not be deemed to waive or render unnecessary the other party's consent to or
approval of any subsequent act. Any waiver by either party of any default must be in writing and
shall not be a waiver of any other default concerning the same or any other provision of this
Agreement.
6.9 Attorneys' Fees. If either party to this Agreement is required to initiate or
defend or made a party to any action or proceeding in 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,whether or not the matter
proceeds to judgment.
6.10 Corporate Authority. The persons executing this Agreement on behalf of the
parties hereto warrant that(1)such party is duly organized and existing, (ii)they are duly authorized
to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement,
such party is formally bound to the provisions of this Agreement, and (iv) the entering into this
Agreement does not violate any provision of any other Agreement to which said party is bound.
SIGNATURES ON NEXT PAGE
H:\USERS\ENG\Correspondence\Cp94-17\topo contract.wpd
-5-
IN WITNESS WHEREOF,the parties have executed and entered into this Agreement as of the date
first written above
CITY OF PALM SPRINGS
(ATTEST:
� a municipal corporation ��----"
City Clerk s Clt manager
y g, Agreenft to ww/under $25,000
r t GS` i"J Ll)v-jiv,ii arvC4Y✓?'A w
c=F Reviewed and approved by
`e � „ r T j Procurement& Contracting
CONTRACTOR: Check one:_Individual '0corporation ,,7 fniti tls � _t/� da
�j —Partnership �' �y Dater
BY: P.O. Number
BY es 't `�fli d,"ip L,' — \ l ` ., G,y;....
Signature(notarized) `
Signature (notarized)
Name:
Name: '1U/V / J+�✓ x`v y�
Title:_ ' - t-,:j Title:_
r
(This Agreement must be signed in the above space by one of This Agreement must be signed in the above space by one of
the following:Chairman of the Board,President or any Vice the following: Secretary,Chief Financial Officer or any
President) Assistant Treasurer)
State of 1 State of
County of Iss
County of Iss
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
withininsl
evidence)to be the persons)whose names) is/are subscribed to the evidence)to be the person(s)whose name(s) is/are subscribed to the
mmentand acknowledged[o nre thathe/she/they executedthe within instmmentand acknowledgedto me thathe/she/theyexecutedthe
same in his/her/their authorized capacity(ies),and that by his/her/their same in his/her/their authorized capacily(ies),and that by his/her/their
signature(s)on the instrumenttlre person(s),ortbeentityupon behalfof signature(s)on the instmmemthe person(s),or the entity upon behalf of
which the person(s)acted,executed the instrument. which the person(s)acted,executed the instrument.
WITNESS my hand and official seal WITNESS my hand and official seal.
Notary Signature: Notary Signature:
Notary Seal: Notary Seal:
H:\USERS\ENG\Correspondence\Cp94-17\topo contract.wpd
-6-
CALIFORNIA
ALL-PURPOSE
ACKNOWLEDGEMENT
STATE OF CALIFORNIA )
COUNTY OF Riverside )
f
On before me, Elaine L. Wedekind, Notary Public
DATE NAME,TITLE OF OFFICER-E.G.,"JANE DOE,NOTARY PUBLIC"
personally appeared, John L. and Allen M, Sanborn
personally known to me ( )to be the perso6W.)
whose nam4 ), 1s/G.1,ubscribed to the within instrument and acknowledged to me that he/she/
fhey�executed the same in his/her e_ir-.>authorized capacit(i(ies,) and that by his/he4e_ib
signaturei*the instrument the persorl sgortheentityuponbehalfofwhichthepersonrs))acted,
executed the instrument,
WITNESS my hand and official seal.
ELAINE L.WEDEKIND
Commission# 1399015
s-i Notary Public-California
�' Riverside County
(SEAL) My Comm.Expires Feb 8,2007 IF
NOTARY PUBLIC SIGNATUREV�
y OPTIONAL INFORMATION mz=,
7 1!N
TITLE OR TYPE OF DOCUMENT
DATE OF DOCUMENT NUMBER OF PAGES
SIGNER(S)OTHER THAN NAMED ABOVE
EXHIBIT "A"
SCOPE OF WORK
The scope of this contract shall provide the City of Palm Springs with topographic surveying as
required to provide for engineering design of the Mesquite Avenue Widening Project, City Project
94-17, as follows:
Additional topographic information in the area of the proposed improvements, not originally
included in the pervious topographic area, including but not limited to:
a. The area of the existing dirt/gravel parking lot east of the Youth Center, giving sufficient
spot elevations to design the one-way reverse curve alignment as shown on the conceptual
drawings (i.e. 300' by 300'with spot elevations every 25 feet, or as determined in the field).
b. Cross-sections of the existing access road to the southerly portion of Demuth Park(300 foot
length at 25 feet), giving elevations for: top of curb,top of ac berm, top of utilities, light pole
locations, flow line, etc.
C. The northerly portion of the existing west parking lot.
d. The area of the park north of the existing west parking lot, giving sufficient spot elevations
(i.e. 300' by 300' with spot elevations every 25 feet, or as determined in the field).
e. The entire portion of the existing central parking lot, giving elevations for: top of curb, finish
surface, top of grate(s) (if any), top of utilities, light pole locations, flow line, etc.
f. Extension of Vella Road to the Tahquitz Creek/Palm Canyon Wash (through the
wastewater treatment plant), providing sufficient topographic information for this area
through the width of the extension of Vella Road (as possible between existing sewer
treatment plant facilities), and across the existing berm into the wash itself, including
elevations for: top and bottom of fill slopes, top of curb, top of ac berm, centerline, top of
manholes, top of utilities, corners of building (if abutting the area) etc., and sufficient
topographic information for the area out into and downstream of the wash to be able to
design the required outlet structure; and spot elevations of two existing sewer lines that
cross the storm drain alignment.
Topographic survey shall be provided in Autocad R-14 digital drawings; and copies of all field notes
from the field surveys shall be provided.
Hydrology calculations for the sizing of catch basins, in accordance with the Master Storm Drain
Plan shall be provided for a total of 12 locations, as required.
Section 4.3, Performance Bond, is waived. A performance bond is not required for this contract.
Section 4.1 (d), Additional Insurance, Professional Liability (Errors & Omissions) Insurance is
required.
H:\USERS\ENG\Correspondence\Cp94-ITtopo contractmpd
-7-
EXHIBIT"B"
SCHEDULE OF COMPENSATION
All services as required hereunder shall be compensated at a Lump Sum Fee of $15,900.00.
Progress payments may be made, upon approval of invoices therefore, for amounts up to a total
maximum of 75% of the lump sum fee, prior to completion of the required services. Progress
payments may be made no more than monthly, upon approval of invoices by the Contract Officer.
H:\USERS\ENG\Correspondence\Cp94-17\topo contract.wpd
'8-
Client#: 6321 SANBOAE
CERTIFICAT_jOF LIABILITY INSURR ICE DATE(MM/13E)MY)
07/n/2002
P UCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Dealey, Renton &Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
P. O. Box 10550 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Santa Ana, CA 92711-0550 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
714 427.6810 INSURERS AFFORDING COVERAG F 0A-
INSL9EO
INSURER A:United States Fidelity&Guaranty ,o
Sanborn A& E INSURER a American Motorist Insurance
1227 S. Gene Autry Trail Suite C
_INSURERc:Lum ermens Mutual Casualty
Palm Springs, CA 92264 INSURER D: lam'/i
INSURERE:
COVERAGES 14 q -
L•
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAC PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR1i POLICY EFFECTIVE POLICY EXPIRATION LIMITS
7R TYPE OF INSURANCE POLICY NUM BER
A GE NERAL LIABILITY IBKO1158716 07/10/02 07/10/03 EACHOCCURRENCE $1 OOOOOO
X COMMERCIAL GENERAL LIABILITY FIREDAMAGE(Anyonefire $1000000
CLAIMS MADEI X I OCCUR MED EXP(Anyone person) $10 000
PERSONAL&ADVINJURY $1000000
GENERAL AGGREGATE $2000000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG $2 OOO OOO
POLICY --1 PRO- LOG
A AUTOMOBILE LIABILITY 131<01158716 07/10/02 07/10/03 COMBINED SINGLE LIMIT
-I ANY AUTO (Eaaccidenl) 41,000,000
_ ALL OWNED AUTOS
DILY
SCHEDULEDAUTOS (P�peson)URY $
X HIRED AUTOS
BODILY INJURY
X- NON-OWNEDAUTOS (Peraccldent) $
PROPERTYAGE $
(Per acmtlendent)q
GARAGE LIABILITY AUTOONLY-
EAACCIDENT $
ANY AUTO
EA ACC $
AUTO ONLY:
AGO $
EXCESS LIABILITY
.- I EACH OCCURRENCE $
OCCUR CLAIMS MADE! AGGREGATE $
DEDUCTIBLE
RETENTION $ Is
B WORKERS COMPENSATIONAND I7CW61838002 O7/10/O2 07/10/03 JOTH.
EMPLOYERS'LIABILITY
E.L.EACH ACCIDENT $1,000,000
E L.DISEASE-EAEMPLOYE $1,000,000
E.L.DISEASE-POLICYLIM11 $1,000,000
C OTHER Professional IQL01752600 07/10/02 07/10/03 $1,000,000 per claim
Liability
$1,000,000 annl appr
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS AD DE D BY EN DORSEMENT/SPECIAL PROVISIONS
*Exl:ept 10 days notice of cancellation for non-payment of premium.
Re: all operations of the named insured covered by the policy The City of Palm Springs, it's officers,
employees and agents are named as additional insureds on general liability but only as respects to Work being
performed by the insrued.
CERTIFICATE HOLDER ADDMONALINSURED'INSURER LETTER: CANCELLATION
SHOULD ANYOFTHE ABOVE DESCRIBED POUCIES BE CANCELLLED BEFORETHEEXPRATICN
CITY OF PALM SPRINGS DATE THEREOF,THE ISSUING INSURER WILL RXW=MAI L30*_DAYSWRMEN
Attn: Patricia Sanders-City Clerk NOTICETOTHE CERTIFICATE HOLDER NAMEDTOTHELEFT,B
Post Office Box 2743 kdBp6JF�RXpRXD(Y0f7RRY1RARJCNOC
Palm Springs, CA 92263.2743 1=RXXN0 VMX.
UTI�HO EO REPRESENTA IVE
ACORD 25-S(7/97)1 of 1 #M17563 THC 0 ACORD CORPORATION 19"