Loading...
HomeMy WebLinkAbout04650 - DREAM ENGINEERING HERITAGE UPTOWN DECORATIVE LIGHTING CP02-26 Dream Engineering Heritage Decorative Lighting AGREEMENT #4650 CITY OF PALM SPRINGS CM signed 2-28-03 CONTRACT SERVICES AGREEMENT FOR ELECTRICAL ENGINEERING DESIGN HERITAGE DISTRICT/UPTOWN DECORATIVE LIGHTING CITY PROJECT 02-26 (SHORT FORM) THIS CONTRACT SERVICES AGREEMENT (herein "Agreement') is made and entered into this: l'day of G.��� .? a, ,�. ,• ewra, by and between the CITY OF PALM SPRINGS, a municipal corporation (hereih "City") and Dream Engineering Inc (herein "Contractor"). NOW, THEREFORE, the parties hereto agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all of the terms and conditions of this Agreement, the Contractor shall perform the work orservices 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. Contractorshall 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 Five Thousand Five Hundred Dollars ($5,500.00) ("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. Joseph M. Nolan 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. H:\USERS\ENG\Correspondence\Cp02-26 Herit.Distr.Decor.Lighting\design contract.wpd 4- 3.2 Contract Officer. Marcus Fuller is hereby designated as being the representative the City authorized to act in its behalf with respect to the work and services specified herein and make all decisions in connection therewith("Contract Officer"). The City Manager of City shall have the right to designate another Contract Officer by providing written notice to Contractor. 3.3 Prohibition Against 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 Contractorshall procure and maintain,at its sole cost and expense, in a form and content satisfactory to City, during the entire term of this Agreement including any extension thereof, the following policies of insurance: (a) Commercial General Liability Insurance. A policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least $1,000,000 bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations.The Commercial General Liability Policy shall name the City of Palm Springs as an additional insured in accordance with standard ISO additional insured endorsement form CG2010(1185) or equivalent language. (b) Worker's Compensation Insurance. A policy of worker's compensation insurance in an amount which fully complies with the statutory requirements of the State of California and which includes $1,000,000 employer's liability. (c) Business Automobile Insurance. A policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of $1,000,000 bodily injury and property damage. Said policy shall include coverage for owned, non-owned, leased and hired cars. (d) Additional Insurance. Additional limits and coverages, which may include professional liability insurance, will be specified in Exhibit B. All of the above policies of insurance shall be primary insurance. (Reference Section 4.4 regarding sufficiency.) The insurer shall waive all rights of subrogation and contribution it may have against the City, its officers,employees and agents,and their respective insurers. In the event any of said policies of insurance are canceled,the Contractor shall, priortothe cancellation date,submit new evidence of insurance in conformance with this Section 4.1 to the Contract Officer. No work or services under this Agreement shall commence until the Contractor has provided theCity 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 whichthe Contractor may be held responsible for the payment of H:\USERS\ENG\Correspondence\Cp02-26 Herit.Distr.Decor.Ligltting\design contractmpd -2- damages to any persons or property resulting from the Contractor's activities or the activities of any person or persons for which the Contractor is otherwise responsible. In the event the Contractor subcontracts any portion of the work in compliance with Section 3.3 of this Agreement the contract between the Contractor and such subcontractor shall require the subcontractor to maintain the same polices of insurance that the Contractor is required to maintain pursuant to this Section. 4.2 Indemnification. Contractor agrees to indemnify the City, its officers, agents and employees against, and will hold and save them and each of them harmless from, any and all actions,suits,claims,damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities,(herein"claims or liabilities")that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the negligent acts 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 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 oremployees is made a party to any action or proceeding filed or prosecuted against Contractor for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys'fees. 4.3 Performance Bond. Concurrently with execution of this Agreement, Contractor shall deliver to City a performance bond in the sum of the amount of this Agreement, in the form provided by the City, which secures the faithful performance of this Agreement, unless such requirement is waived by the Contract Officer. The bond shall contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his power of attorney. The bond shall be unconditional and remain in force during the entire term of the Agreement and shall be null and void only if the Contractor promptly and faithfully performs all terms and conditions of this Agreement. 4.4 Sufficiency of Insurer or 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 rightto appeal a determination H:\USERS\ENG\Correspondence\Cp02.26 Herit.Distr.Decor.Lighting\design contract.wpd -3- 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. 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 Contractorshall immediately cease all work orservices 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 Officerand 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 ofthisAgreement. Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard totheirrace,color,creed, religion, sex, marital status, national origin or ancestry. 6.2 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 6.3 Conflict of Interest. No officer or employee of the City shall have any financial interest,direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 6.4 Notice. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid,first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O. Box 2743, Palm Springs, California 92263, and in the case of the Contractor, to the person at the address designated on the execution page of this Agreement. 6.5 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 6.6 Integration:Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations,arrangements,agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. This Agreement maybe 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 competentjurisdiction, such invalidity H:\USERS\ENG\Correspondence\Cp02-26 Herit.Distr.Decor.Lighting\design contract.wpd -4- or unenforceability shall not affect any of the remaining portions of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 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 rightor remedy or be construed as a waiver. A party's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 6.9 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in 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(i)such party is duly organized and existing, (ii)they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. SIGNATURES ON NEXT PAGE H:\USERS\ENG\Correspondence\Cp02-26 Herit.Distr.Decor.Lighting\design 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 ATTESTV a municipal corporation --- ` F_' ,�-. ,•. ice City Clerke, Reviewed and approved by Procurement et Contracting Initials --- � ateZ 2 CONTRAC R: Check one:_Individual_Partnership_Corporation 0. Number By: By: gn ture ri d) Signa (notarized)Name:' k JJP1 ot) Name: JR GVER U/ aS, NOL/fA/ Title: � �� Title: SEZRE7 Y (This Agreement must be signed in the above space by one of This Agreement most 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) r/�� Assistant Treasurer) State of ea ;fth r)t%Z i State of/a6jjnoyk I County of ,utiy,.JJrilss t� County of as On[� before in t bfd S. PDOit it On .7 before meA bus). l!'. iffy personally appeared GSG nln. 1/N : AJD & personally appeared d. personally known to me(or proved to me on the basis of satisfactory personally known to me(or proved t me on to basis of satisfactory evidence)to be the person(Vwhose name(r)isAw*subscribed to the evidence)to be the personMwhose namgKis46r subscribed to the within insnumentand acknowledgedto me that heSheklic5fexecuted the within instrumentandacknowledgedto me that1Wsbe/kl69executed the same in hisAw"44vek`authorized capacitypesj,and that by his/ReAkw same in>WIier7*L'audiorized capaciuTros),and that by t?iSFherR<jt signatureZe7on the instrument the person,or the entity upon behalfof signature�g'fon the instrument die person Q*,or the entity upon behalf of which the person(3 acted,executed the instrument. which the person(+racted,executed the instrument. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: !— r Notary Seal: Notary Seal: • DEBRA S.POPINEAU DEBRA S. POPINEAU 1 y Corrttn'tWQn#iM476 e^ ^acilyrijbic-ccowk _ ,%MrWL lion#1234376 z NSerr acPno County Notay Pubic-Cardarrlia San D ro'a; Cnn m.Crp t sOc#9.7DD3 u Sm Bernardino Cc" lilyCo=Mr sOct9,2b3 �pSraC3°tf L� f$� I UfV MANAGO H:\USERS\ENG\Correspondence\Cp02-26 Herit.Distr.Decor.Lighting\design contract.wpd -6- EXHIBIT "A" SCOPE OF WORK The scope of this contract shall provide the City of Palm Springs with professional electrical engineering services necessary to provide construction drawings and specifications for installation of electrical service(s), conduit and conductors, and appurtenant facilities as required to provide for operation of the Heritage District/Uptown Decorative Lighting Project, City Project 02-26. Specifically, a new system forwalkway lights,similarto systems that exist elsewhere throughout the downtown area, will be installed at the following locations: 1. West side of North Palm Canyon Drive, between Granvia Valmonte and Tachevah Drive, a distance of approximately 2070 feet. Within this area, thereare 13 existing light fixtures and 8 proposed light fixtures. 2. East side of North Palm Canyon Drive, between Granvia Valmonte and Tachevah Drive, a distance of approximately 2070 feet. Within this area,there are 3 existing light fixtures and 18 proposed light fixtures. 3. Both sides of Tamarisk Road, between North Palm Canyon Drive and North Indian Canyon Drive, a distance of approximately 355 feet. Within this area, there are10 proposed light fixtures (5 either side). 4. North side of Granvia Valmonte, between North Palm Canyon Drive and North Indian Canyon Drive, a distance of approximately 354 feet. Within this area, there are 5 proposed light fixtures. Task 1, Preliminary Engineering and Project Coordination 1. Kick Off Meeting. 2. Obtain as-built drawings,street improvements plans(as available), inventory maps,standards and previous similar documents, light poles and fixtures data, and other relevant information from the City of Palm Springs. 3. Conduct afield review of the project areas, review existing walkway light system locations and improvements,determine existing light system layout in coordination with proposed light fixture locations, and identify existing electrical service points of connection. 4. Coordinate with Southern California Edison (SCE) to determine circuit loading and new electrical service points of connection. 5. Coordinate with various utility companies and obtain as-built record drawings for location of existing underground utilities. 6. Identify and review with the City project constraints. Task 2, Plans, Specifications & Estimate 1. Prepare a base plan, in Autocad or other digital format, of the project areas, showing existing curb, gutter, sidewalk and other improvements, property lines and right-of-way, and existing underground utilities. (Note, the City does not have a base plan available for this project). 2. Develop existing and new single line diagrams as needed. Complete preliminary load calculations. Complete preliminary voltage drop calculations. Prepare preliminary site plans including photometric analysis of proposed and existing light pole locations. 3. Prepare a preliminary conduit and substructure plan. 4. Prepare and submit preliminary(30%)plans(consistentwith the conceptual design previously approved by the City) for review. This review includes construction documents and a preliminary construction cost estimate. Plans shall be on standard 24" by 36"City title block sheets. 5. Address plan-check comments and update plans as required. H:\USERS\ENG\Correspondence\Cp02-26 Herit.Distr.Decor.Lighting\design contract.wpd -7- EXHIBIT"A" SCOPE OF WORK 6. Develop and prepare detailed conduit and substructure plans. Identify appropriate SCE electrical meter information depending on the quantity, type, etc., of meters required. 7. Develop and prepare details for trenching, trench repair, pole light foundations,and all other appropriate construction information. 8. Prepare and submit 90% plans for review. This review includes construction documents, specifications,and a construction cost estimate. Plans shall be on standard 24"by 36"City title block sheets. Specifications shall be written using City"boiler plate"documents(to be provided in Microsoft Word format). 9. Address plan-check comments and update plans and specifications as required. 10. Complete final coordination with SCE. Secure approval for the electrical design. Coordinate with City on application for service for new electrical meters. 11. Prepare and submit final(100%)plans for approval and bidding. This includes all construction documents, specifications, and a final construction cost estimate. One set of final plans shall be provided on mylar media. Final plans shall also be provided in digital format (Autocad version R14). One set of final specifications shall be provided for duplication, and shall be provided in digital format. 12. Provide bidding assistance during the bidding phase of the project. This includes answering specific questions regarding the plans and specifications and attendance at a Pre-Construction Conference. Section 4.3, Performance Bond, is waived. A performance bond is not required for this contract. H:\USERS\ENG\Correspondence\Cp02-26 Herit.Distr.Decor.Lighting\design contract.wpd _g_ EXHIBIT"B" SCHEDULE OF COMPENSATION Task 1, (Preliminary Engineering and Project Coordination) and Task 2, (Plans, Specifications & Estimate) shall be compensated at a Lump Sum Fee of $5,000.00. 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. Reimbursable expenses for reproduction and printing costs, not to exceed $500.00, shall be paid upon receipt of verified payment of such costs associated with this project. Payment for reimbursable expenses shall be included with invoices for progress payments, upon approval and verification of receipts therefore. H:\USERS\ENG\Correspondence\Cp02-26 Herit.Distr.Decor.Lighting\design contract.wpd -9- Client#: 5400 DREAMENGI ACORDTM CERTIFICATE OF LIABILITY INSURANCE 0DATE 1/24/03D vrv) PRODUCER ` !' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Dealey, Renton 8:Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P. O. Box 10550 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Santa Ana, CA 92711-0550 714 427-6810 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA: United States Fidelity& Guaranty- Dream Engineering Inc INSURERS: Lumbermens Mutual Casualty,'Co ** 19031 Highway 18, #200 INSURER Apple Valley, CA 92307 INSURER D: I� " INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, N D POLICY EFFECTIVE POLICY EXPIRATION LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE MM/DD/YY DATE MM/DD/YY LIMITS A GENERAL LIABILITY BKO1277821 01/08/03 01/08/04 EACH OCCURRENCE $1000000 X COMMERCIAL GENERAL LIABILITY PREMISES(E.occurrence) $1,000,000 CLAIMS MADE M OCCUR MED EXP(Anyone person) $10 000 PERSONAE&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000 000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG $2000000 POLICY M PROT LOC JEC A AUTOMOBILE LIABILITY BA01170107 07/23/02 07/23/03 COMBINED SINGLE LIMIT $1,000,000 X ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHERTHAN EA ACC S AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND WCST OTH- -TTORVLIMITMIT ER EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE - - - - E.L.EACH ACCIDENT - S -- OFFICERIMEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYE S If yes,describe under SPECIAL PROVISIONS below E L DISEASE-POLICY LIMIT $ B OTHER Professional QL02008600 07/09/02 07/09/03 $1,000,000 per claim Liability $1,000,000 annl aggr. DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT SPECIAL PROVISIONS * If cancelled for non-payment, 10 days notice given. General Liability policy excludes claims arising out of the performance of professional services. **The insurer's policy payment obligations are backed by a cut-through agreement to National Indemnity Company, an A++ rated Berkshire Hathaway subsidiary. (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Palm Springs DATETHEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL y"D* DAYS WRITTEN Attn: Judith Sumich P. O. Box NOTICETOTHE CERTIFICATE HOLDER NAMEDTOTHE LEFT,BUTFAILURETO DOSO SHALL 2743 IMPOSE NOOBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Palm Springs, CA 92263-2743 REPRESENTATIVES. AUTHORIZED REPRESENTATIVE P6atyu, ACORD 25(2001/08) 1 of 2 #M83429 EHB © ACORD CORPORATION 1988 CERTIFICATE HOLDER COPY STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807 COMPENSATION INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE FEBRUARY 21, 2003 GROUP: POLICY NUMBER: 677972-2003 CERTIFICATE ID: 89 CERTIFICATE EXPIRES: 02-01-2004 02-01-2003/02-01-2004 GEORGE FARGO PO BOX 2743 PALM SPRINGS CA 92263 This is to certify that we have issued a valid Worker's Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 10 days advance written notice to the employer. We will also give you 10 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend,extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement,term or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain,the insurance afforded by the policies described herein is subject to all the terms,exclusions,and conditions,of such policies. AUTHORIZED REPRESENTATIVE PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1, 000, 000 PER OCCURRENCE EMPLOYER DREAM ENGINEERING INC. 19031 HWY 18 # 200 APPLE VALLEY CA 92307 SCIF 10265 [EPF-UI:T31