Loading...
HomeMy WebLinkAbout04561 - TMG COMMUNICATIONS NOVEMBER 2002 BALLOT INITIATIVES PROJECT MO7153 • ! pAL,y sA City of Palm Springs Office of the City Clerk G, (760) 323-8204 u � MEMORANDUM � ���011ATt0 C,� Date: October 28, 2003 To: Assistant City Manager From: City Clerk AGREEMENT#4561 —TMG Communications Voter Education Program, Measures U, V, W, X, Y, Z Please let us know the status of the above agreement, and if it may be closed. Termination Date of Agreement: Terminated by City 09-01-03 STATUS: COMPLETED: REMAIN OPEN UNTIL: Date & Initials CLOSE AGR Signa r CTA /IJ PLEASE RETURN TO THE OFFICE OF THE CITY CLERK , l '� c-clk\forms.std\agr-clse.mem TMC Communications November 2002 Ballot Program CITY OF PALM SPRINGS AGREEL•f6NT #4561 M07153, 9-10-02 CONTRACT SERVICE AGREEMENT - - -_ THIS CONTRACT SERVICES AGREEMENT (herein "Agreement") is made and entered into this 10th day of September, 2002, by and between the CITY OF PALM SPRINGS, a municipal corporation, (herein "City") and TMG Communications, Incorporated, (herein "Contractor"). The term Contractor includes professionals performing in a consulting capacity. The parties hereto agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, the Contractor shall provide those services specified in the"Scope of Services" attached hereto as Exhibit "A" and incorporated herein by this reference, which services may be referred to herein as the"services"or"work" hereunder. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 1.2 Contractor's Proposal. The Scope of Service shall include the Contractor's proposal or bid which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such proposal and this Agreement, the terms of this Agreement shall govern. 1.3 Compliance with Law. All services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules and regulations of the City and any Federal, State or local governmental agency having jurisdiction in effect at the time service is rendered. 1.4 Licenses, Permits, Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest,which may be imposed by law and arise from or are necessaryforthe 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 9/16/2002 -1- 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. 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 in Exhibit "B" shall govern. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, the Contractor shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit"C"and incorporated herein by this reference, but not exceeding 9/16/2002 -2- the maximum contract amount of One Hundred and Twenty Five Thousand Dollars ($125,000.00) (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 (1s) working day of such month, Contractor shall submit to the City in the form approved by the City's Director of Finance, an invoice for services rendered prior to the date of the invoice. Except as provided in Section 7.3, City shall pay Contractor for all expenses stated thereon which are approved by City pursuant to this Agreement no later than the last working day of the month. 3.0 PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. Contractor shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the "Schedule of Performance" attached hereto as Exhibit "D", if any, and incorporated herein by this reference. When requested by the Contractor, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty (180) days cumulatively. 3.3 Force Maieure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes,freight embargoes,wars, litigation, and/or acts of any governmental agency, including the City, if the Contractor shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Contractor's sole remedy being extension of the Agreement pursuant to this Section. 9/16/2002 -3- 3.4 Term. Unless earlier terminated in accordance with Section 7.8 of this Agreement, this Agreement shall continue in full force and effect until completion of the services but not exceeding one (1)year from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit "D"). 4.0 COORDINATION OF WORK 4.1 Representative of Contractor. The following principals of Contractor are hereby designated as being the principals and representatives of Contractor authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore,the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. For purposes of this Agreement, the foregoing principals may not be replaced nor may their responsibilities be substantially reduced by Contractor without the express written approval of City. 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City. It shall be the Contractor's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Contractor shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding,this Agreement shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express consent of City. The City's policy is to encourage the awarding of subcontracts to persons or entities with offices located within the jurisdictional boundaries of the City of Palm Springs and, if none are available, to persons or entities with offices located in the Coachella Valley ("Local Subcontractors"). Contractor hereby agrees to use good faith efforts to award 9/16/2002 -4- 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) Commercial General Liability Insurance. A policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least$1,000,000 bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations. The Commercial General Liability Policy shall name the City of Palm Springs as additional insured in accordance with standard ISO additional insured endorsement form CG2010(1185) or equivalent language. (b) Worker's Compensation Insurance. A policy of worker's compensation insurance in an amount which fully complies with the statutory requirements of the State of California and which includes $1,000,000 employer's liability. (c) Business Automobile Insurance. A policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of$1,000,000 bodily and property damage. Said policy shall include coverage for owned, non-owned, leased and hired cars. 9/16/2002 -5- • F (d) Additional Insurance. Additional limits and coverages, which may include professional liability insurance, will be specified in Exhibit "B". All of the above policies of insurance shall be primary insurance and issued by companies whose rating satisfies the requirements in Section 5.4 of this agreement. The insurer shall waive all rights of subrogation and contribution it may have against the City, its officers, employees and agents, and their respective insurers. In the event any of said policies of insurance are canceled, the Contractor shall, priorto the cancellation date, submit new evidence of insurance in conformance with this Section 5.1 to the Contract Officer. No work or services under this Agreement shall commence until the Contractor has provided the City with Certificates of Insurance, endorsements or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance, endorsements, or binders are approved by the City. The contractor agrees that the provisions of this Section 5.1 shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages to any persons or property resulting from the Contractor's activities or the activities of any person or person for which the Contractor is otherwise responsible. In the event the Contractor subcontracts any portion of the work in compliance with Section 4.3 of this Agreement the contract between the Contractor and such subcontractor shall require the subcontractor to maintain the same polices of insurance that the Contractor is required to maintain pursuant to this Section. 5.2 Indemnification. Contractor agrees to indemnify the City, its officers, agents and employees against, and will hold and save them, and each of them, harmless from any and all actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities, (herein "claims or liabilities") that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein,or arising from the negligent acts or omissions of Contractor hereunder, or arising from Contractor's negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement,whether or not there is concurrent passive or active negligence on the part of the City, its officers, agents or employees but excluding such claims or liabilities arising from the sole negligence or willful misconduct of the City, its officers, agents or employees, who are directly responsible to the City, and in connection therewith: (a) Contractor will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys' fees incurred in connection therewith; (b) Contractor will promptly pay any judgment rendered against the City, its officers, agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Contractor hereunder; and Contractor agrees to save and hold the City, its officers, 9/16/2002 -6- agents, and employees harmless therefrom; (c) In the event the City, its officers, agents or employees are made a party to any action or proceeding filed or prosecuted against Contractor for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys' fees. 5.3 Sufficiency of Insurer or Surety. Insurance or bonds required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated "A" or better in the most recent edition of Best's Key Rating Guide or in the Federal Register, unless such requirements are waived by the City Manager or designee of the City Manager due to unique circumstances. In the event the City Manager determines that the work or services to be performed under this Agreement create an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies and the performance bond required by this Section 5 may be changed accordingly upon receipt of written notice from the City Manager or designee; provided that the Contractor shall have the right to appeal a determination of increased coverage by the City Manager to the City Council of City within ten (10)days of receipt of notice from the City Manager. 6.0 REPORTS AND RECORDS 6.1 Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Contractor agrees that if Contractor becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the work or services contemplated herein or, if Contractor is providing design services,the cost of the project being designed, Contractor shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Contractor is providing design services,the estimated increased or decreased cost estimate for the project being designed. 6.2 Records. Contractor shall keep, and require subcontractors to keep, such books and records as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the performance of such services. The Contract Officer shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of three (3) years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required 9/16/2002 -7- 6.3 Ownership of Documents. All drawings, specifications, reports, records, documents and other materials prepared by Contractor, its employees, subcontractors and agents in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement. Contractor shall have no claim forfurther employment or additional compensation as a result of the exercise by City of its full rights of ownership of the documents and materials hereunder. Any use of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Contractor will be at the City's sole risk and without liability to Contractor, and the City shall indemnify the Contractor for all damages resulting therefrom. Contractor may retain copies of such documents for its own use. Contractor shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City any documents or materials prepared by them, and in the event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages resulting therefrom. 6.4 Release of Documents. The drawings, specifications, reports, records, documents and other materials prepared by Contractor in the performance of services underthis Agreement shall not be released publicly without the prior written approval of the Contract Officer. 7.0 ENFORCEMENT OF AGREEMENT 7.1 California Law. This Agreement shall be construed and interpreted both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county. Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 7.2 Disputes. In the event of any dispute arising under this Agreement,the injured party shall notify the injuring party, in writing, of its contentions by submitting a claim therefor. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the injured party; provided that if the default is an immediate danger to the health, safety and general welfare, such immediate action may be necessary. Compliance with the provisions of this Section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party's right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's or the Contractor's right to terminate this Agreement without cause pursuant to Section 7.8. 7.3 Retention of Funds. Contractor hereby authorizes City to deduct from any amount payable to Contractor (whether or not arising out of this Agreement) (i) any amounts the payment of which may be in dispute hereunder or which are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by reason of Contractor's acts oromissions in performing orfailing to perform Contractor's obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Contractor, or any indebtedness shall exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without 9/16/2002 -8- liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Contractor to insure, indemnify, and protect City as elsewhere provided herein. 7.4 Waiver. No delay or omission in the exercise of any right or remedy by a non- defaulting party on any default shall impair such right or remedy or be construed as a waiver. A party's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 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 One Hundred Dollars ($100.00)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, with or without cause, upon sixty (60) days written notice to City, except that where termination is due to the fault of the City, the period of notice may be such shorter time as the Contractor may determine. Upon receipt of any notice of termination, Contractor shall immediately cease all services hereunder except as may be specifically approved by the Contract Officer. Except where the Contractor has initiated termination, the Contractor shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or as may be approved by the Contract Officer, except as provided in Section 7.3. In the event the Contractor has initiated termination, the Contractor shall be entitled to compensation only for the reasonable value of the work product actually produced hereunder. In the event of termination without cause pursuant to this Section, the terminating party need not provide the non-terminating party with the opportunity to cure 9/16/2002 -9- 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 overthe work and prosecute the same to completion by contract or otherwise, and the Contractor shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Contractor for the purpose of set-off or partial payment of the amounts owed the City as previously stated. 7.10 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees. Attorney's fees shall include attorney's fees on any appeal, and in addition a party entitled to attorney's fees shall be entitled to all other reasonable costs for investigating such action,taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. 8.0 CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 8.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 8.3 Covenant Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them,that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this Agreement. Contractor shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin, or ancestry. 9.0 MISCELLANEOUS PROVISIONS 9.1 Notice. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other 9/16/2002 -10- person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O. Box 2743, Palm Springs, California 92263. In the case of the Contractor, it should be addressed to the person at the address designated on the execution page of this Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in seventy-two (72) hours from the time of mailing if mailed as provided in this Section. 9.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 9.3 Integration; Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 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. [SIGNATURE BLOCK ON NEXT PAGE] 9/16/2002 11- IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above CITY OF PALM SPRINGS ATTEzT----` a municipal corporation By: City Clerk City Manao APPROVED AS TO FORM: City Att me J � 511`� `� CONTRACTOR: Check one:_individual_Partnership_Corporation By: Signature (notarized) Signature (notarized) Name: i��'�✓<a" f!'t '�� � Name: Title: ✓'.�4� G :° `� Title: (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)", j Assistant Treasurer) State of(���aL���l)i�� �] State of �1 County ouel y���"Llks 'q n County of J ss ON/00,,�'before me, A45Zlns65 /vy- Z 4i2,t-r"— On before me, personally appeared personally appeared personally personalty known to me or proved to me on the basis of satisfactory known to me(or proved to me on the basis of satisfactory evidence)to be evidence) to be the person(v),whose name( is re subscribed to the the person(s)whose name(s)is/are subscribed to the within instrument within instrument and acknowledged to me that0shc/they executed the and acknowledged to me that he/she/they executed the same in same in ri%/herkhetr authorized capactry(rgg),and that ta<Pis his/her/their authorized capacity(ies), and that by his/her/their signature(f)on the instrument the person(s),or the entity uponbehalfof signature(s)on the instrument the person(s),or the entity upon behalf of which the person(o acted,executed the instrument. which the person(s)acted,executed the instrument. WITNFSS my hand and official seal. WITNESS my hand and official seal. �— �� �iy r s� �• Notary Signature: Notary Signature: , Notary Seal: Notary Seal: NE E M. LARA to COMM.#'1267779 0 NOTARY PUBLIC-CALIFORNIA A U RIVERSIDE COUNTY m Nly Comm.Exyt.June 20,200A e -ram 9/16/2002 -12- EXHIBIT "A" SCOPE OF SERVICES CONTRACTOR proposes to design,coordinate and implement a neutral,nonbiased public education program (hereinafter "education program") in order to disseminate the facts, answer questions and counter misinformation related to the City's six November 2002 ballot measures. The education program information will be provided to the residents of Palm Springs by the City as a public service and will not represent any position advocating or opposing the measures. The education program will consist of the following elements: Direct mail information brochures CONTRACTOR will produce a direct mail program consisting of the following components: Mail Piece Description Ballot Pamphlet 8.5 x11/8 Page Brochure 2 Color This is a comprehensive ballot pamphlet that will include factual non-biased information on all six of the city ballot measures. It will be sent to all 35,000 Palm Springs residents in advance of the absentee ballots. Mail Piece Description Measure U - Q&A I Ix17 Single Fold Brochure 2 color This piece will be a comprehensive question and answer piece on Measure U, the repeal of the utility tax that will clearly outline the benefits of this measure and the impacts on city services. This will be mailed to all 14,000 registered voter households in Palm Springs Mail Piece Description Measure V- Q&A llxl7 Single Fold Brochure 2 color This piece will be a comprehensive question and answer piece on Measure V, which seeks to redirect the TOT tax, and will outline how those funds would be restricted under this measure and the impacts it will have on city services. This will be mailed to all 14,000 registered voter households in Pahn Springs Mail Piece Description Measures W, X,Y, Z l lxl7 Single Fold Brochure 2 color This piece will provide basic factual information on the less complex measures on the ballot, Measures W, X, Y, Z requiring less explanation and being able to fit within one mail piece. This will be mailed to all 14,000 registered voter households in Palm Springs Mail Piece Description Measures W,X,Y, Z 8.5x11 Jumbo Postcard Info Piece 2 color This piece will serve as an abbreviated factual and non-biased description of the impacts of a yes and no vote on Measures W, X, Y and Z. This will be mailed to all 14,000 registered voter households in Palm Springs 9/16/2002 -13- Mail Piece Description Measure U 8.5x11 Jumbo Postcard Info Piece 2 Color This piece will serve as an abbreviated factual and non-biased description of the impacts of a yes and no vote on Measure U. This will be mailed to all 14,000 registered voter households in Palm Springs Mail Piece Description Measure V 8.5x11 Jumbo Postcard Info Piece 2 Color This piece will serve as an abbreviated factual and non-biased description of the impacts of a yes and no vote on Measure U. This will be mailed to all 14,000 registered voter households in Palm Springs Mail Piece Description Comprehensive 11x 17 Single Fold Summary Piece 2 Color This piece will go to all 35,000 resident households in Palm Springs and will serve as a simple fact sheet for all of the city ballot measures. It will arrive in mailboxes the Friday prior to the election and can be used as a reference piece for voters to take to the polls. This mailing will include an update of new registrations. Educational information newspaper advertisements CONTRACTOR will work with City staff to place newspaper advertisements suggesting readers understand the facts and obtain information on each of the measures via the information phone line,or City's web site. Complete information packages Packages consisting of all official background information for each measure as well as one larger package consisting of the information on all six measures will be developed. These information packages will contain the arguments for and against,rebuttals to, impartial analyses, most frequently asked questions, the City's economic/service reduction information and other relative information regarding the measures. These packages are made available to anyone seeking additional information on the measures (via information phone line, web site or through contact with City representatives). Educational information posted on the City's web site The City's web site address will be printed on all collateral material and information on each of the measures will be designed and posted on the City's web site. Those interested in receiving additional information can request it via a designated e-mail address. All E-mail requests will be forwarded to CONTRACTOR. CONTRACTOR shall provide a "Complete Information Package" to any person requesting additional information. In addition, CONTRACTOR will be responsible for forwarding issue-specific questions to the appropriate City staff personnel for follow-up. A toll-free information phone line A toll-free information phone line will be established and its number will be printed on all collateral material. 9/16/2002 -14- Voters can call to request additional information and get answers to issue-related questions. TMG will monitor calls daily and provide a"Complete Information Package"to the callers and/or forward their issue-specific questions to the appropriate City staff personnel for follow-up. PowerPoint presentation A PowerPoint or 35mm slide presentation with a narrative script will be developed for City representatives to use for presentations to community service clubs,the Chamber of Commerce,senior citizen groups, homeowner associations and local trade and business groups. The presentation will discuss each measure in detail with an emphasis on the more complex and controversial measures. All educational information will be made available in Spanish upon request and will be so noted in Spanish on all printed material,information phone line greeting,newspaper advertisements and on the web site infonnation. 9/16/2002 -15- EXHIBIT "C" SCHEDULE OF COMPENSATION The total cost of the program is not to exceed$125,000.00. A breakdown of the estimated expenses is provided below. CONTRACTOR will provide the analytical consulting as well as the logistics management and coordination services necessary to deliver the above outlined public education program covering all six City ballot measures for$45,000. This fee does not include the costs of vendor services and necessary expenses(printing,mail handling, postage,photo production,newspaper advertising and other direct expenses)which is listed separately under the Direct Mail Program. The costs for newspaper advertisements will be paid to the selected newspapers by the City directly and are not a part of the not to exceed price. Total Program Expenses Consulting, Analytical and Logistics Management Services $45,000.00 Direct Mail Program (see breakdown) $71,128.00 -Targeted Voter and Resident Data- Collections and Processing $750.00 Produce and Forward Complete Issue Information Packages to Constituents $2,750.00 as Requested(including postage) Miscellaneous Expenses and Contingency $4,500.00 Total $124,128.00 Payment Schedule For vendor services and/or materials rendered pursuant to the Direct Mail Program specified under this agreement, the CONTRACTOR shall be compensate upon presentation of a certified,invoice detailing all charges incurred. CITY will compensate CONTRACTOR,for consulting,analytical and logistical management services, as well as all out-of-pocket expenses including but not limited to shipping, postage, long distance telephone charges,incurred on CITY's behalf,upon the successful completion of the entire project,but no later than November 15, 2002. Payment shall be made upon submission of a certified invoice for allowable cost incurred in the performance of this agreement. 9/16/2002 -17- City of Palm Springs Public Information Campaign Direct Mail Program: Mail Piece Description Cost 35,000* In-Home Ballot Pamphlet 8.5 x11/8 Page $18,753 9/30/02 Brochure 2 Color This is a comprehensive ballot pamphlet that will include factual non-biased infonnation on all six of the city ballot measures. It will be sent to all 35,000 Palm Springs residents in advance of the absentee ballots. Mail Piece Description Cost 14,000 ** In-Home Measure U - Q&A l lxl7 Single Fold $7,684 10/5/02 Brochure 2 color This piece will be a comprehensive question and answer piece on Measure U, the repeal of the utility tax that will clearly outline the benefits of this measure and the impacts on city services. This will be mailed to all 14,000 registered voter households in Palm Springs Mail Piece Description Cost 14,000** In-Home Measure V - Q&A l lxl7 Single Fold $7,684 10/802 Brochure 2 color This piece will be a comprehensive question and answer piece on Measure V, which seeks to redirect the TOT tax, and will outline how those funds would be restricted under this measure and the impacts it will have on city services. This will be mailed to all 14,000 registered voter households in Palm Springs Mail Piece Description Cost 14,000** In-Home Measures W,X,Y, Z l lxl7 Single Fold $7,684 10/10/02 Brochure 2 color This piece will provide basic factual information on the less complex measures on the ballot,Measures W, X, Y, Z requiring less explanation and being able to fit within one mail piece. This will be mailed to all 14,000 registered voter households in Palm Springs Mail Piece Description Cost 14,000** In-Home Measures W,X, Y, Z 8.5xl1 Jumbo Postcard $7,213 10/28/02 Info Piece 2 color This piece will serve as an abbreviated factual and non-biased description of the impacts of a yes and no vote on Measures W, X, Y and Z. This will be mailed to all 14,000 registered voter households in Palm Springs Mail Piece Description Cost 14,000** In-Home Measure U 8.5x11 Jumbo Postcard $7,213 10/29/02 Info Piece 2 Color This piece will serve as an abbreviated factual and non-biased description of the impacts of a yes and no vote on Measure U. This will be mailed to all 14,000 registered voter households in Palm Springs Mail Piece Description Cost 14,000** In-Home Measure V 8.5xl l Jumbo $7,213 10/30/02 Info Piece Postcard 2 Color This piece will serve as an abbreviated factual and non-biased description of the impacts of a yes and no vote on Measure U. This will be mailed to all 14,000 registered voter households in Palm Springs Mail Piece Description Cost 14,000 ** In-Home Comprehensive 1lx 17 Single Fold $7,684 l l/l/02 Summary Piece Brochure 2 Color This piece will go to all 35,000 resident households in Palm Springs and will serve as a simple fact sheet for all of the city ballot measures. It will arrive in mailboxes the Friday prior to the election and can be used as a reference piece for voters to take to the polls. This mailing will include an update of new registrations. Total Direct Mail Budget $71,128 EXHIBIT "D" SCHEDULE OF PERFORMANCE Time is of the essence of this agreement. CONTRACTOR shall perform all services hereunder as expeditiously as is consistent with professional skill and care, as well as the orderly progress of the Project work so as not to be the cause, in whole or in part, of delays in the completion of the Project or in the achievement of any Project milestones, as provided herein. Specifically, CONTRACTOR shall perform its Services so as to allow for the full and adequate completion of the Project within the time required by the CITY and within any completion schedules adopted for the Project: If at any time it appears that an individual mail piece cannot be completed by the date specified, CONTRACTOR shall notify CITY of that fact and provide an estimate of the time when the mail piece will be completed. If CONTRACTOR has been the sole source of delay, and if completion of the mail piece would be expedited by use of other or additional consulting services, CITY may use the retained amounts for the purpose and shall be relieved of paying such retention to CONTRACTOR. If the CONTRACTOR's work is not satisfactory, CITY has the right to take appropriate action, including but not limited to: (1)meeting with the CONTRACTOR to review the quality of the work and resolve matters of concern; (2)requiring the CONTRACTOR to perform the work at no additional fee until it is satisfactory; (3) suspending the delivery of further work to the CONTRACTOR for an indefinite time; (4)withholding payment; or(5) terminating the Agreement as set forth in Section 7.8. DIRECT MAIL PROGRAM Mail Piece Description In-Home Ballot Pamphlet 8.5 x11/8 Page 9/30/02 Brochure Mail Piece Description In-Home Measure U - Q&A l lxl7 Single Fold 10/5/02 Brochure Mail Piece Description In-Home Measure V- Q&A l lx17 Single Fold 10/802 Brochure Mail Piece Description In-Home Measures W, X,Y, Z 11xl7 Single Fold 10/10/02 Brochure Mail Piece Description In-Home Measures W, X,Y, Z 8.5x11 Jumbo Postcard 10/28/02 9/16/2002 -18- Mail Piece Description In-Home Measure U 8.5x11 Jumbo Postcard 10/29/02 Mail Piece Description In-Home Measure V 8.5x11 Jumbo 10/30/02 Mail Piece Description In-Home Comprehensive 1lx 17 Single Fold l l/l/02 Summary Piece Brochure 9/16/2002 -19- 09/2G/02 IG:07 NO.365 P02 .... .. .... ;o's Q 'p. "MAY",Im ' I'll —1..... .. 'R ;N9,01/11/2002 VAUN 4." W.9 M� -NIA1.4 I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ralbot ins & Fin srVOS, lnc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. T141S CERTIFICATE DOES NOT AMEND, EXTEND OR 4371 tatham Street Suite 101 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 1,0 Box 5345 COMPANIES AFFORDING COVERAGE RiVaraide, CA 92517 COMPANY Hartford Casualty' ins Co 909-708-0500 fax 929-_7BB-2994 A WSURFD COMPANY Tma CommullicatAona Inc 24E60 MandinA Ave Ste 7 COMPANY C Moreno Valley CA 92551 COMPANY -ru �*97", IER ...... N. 0, Till:: IS TO CERTIFY I'IJAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE PON THE POLICY PERIOD INDICATED,NOTY11i'myrANDING ANY AeOUMEMENT, TERM ON CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CQ(III:jrATE MAY LIE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCI LISIONS AND CONDITIONS or SUCH POLICIES.LIMITS SHOWN MKY HAVE BEEN REDUCED BY PAID CLAIMS, Co TYPE Of INSIHIANOF POLICY NUMBER POLICY EFFECTIVE POLICY 0XIIJOATICIN LIMITS Tfl DAYC(MMIDONVI DATERAMAMNY11 OSHEnALUAEBLIVY 7298AA122t) 01/11/2002 01/11/2003 GENERAL AGGREGAY6 _ a 2, 00 _a 0 0 CUMMEACIALGEWRAL LIABILITY _rRaovcTq_SOmpme Ar 2 OOO�900 CLAIMS MADE FKI OCCUR PgRSONAL&AOViNJUJIV. . 11, 000,DDO OWNER'S A CONTRACTOR'S PROT EACH OCCURRENCE 0 FIRE DAMAGE iAnY W9 RIO .1 300, 000_ MID FIRF iAny A,. 1 10,000 AtITUMUO)MV LIAOILITY COMBINED%INGLE LIMIT I ANY AUTO All OWNCOAUTOU BODILY INJURY SClifill 11.1111 AUTOS IF"P494014 HIIIIII AUOIJS DUDILY INJUny HIIN-OWNED AUTOS IPn .04a.sl LP140POITY DAMAGE ijAPAGE 0-MIRLITY AUTO ONLY h EA ACCIDENT 4 ANYAUIO OTHER lHA"AUTD ONLY: EACH ACCIDENT III EXCEGG LIAIIIU IV EACH OCCU"nLNC!_---I- 611CLIA I DAM AISORWATE OTIORA THAN UNUIR[i LA FORM WC STATU I j nTp jL WOME119 COMPEN3ATION AND —laabil . EMPOLQVKRS'LAPRITY EL VACI I ACCIDENT I 1. VIE PROPMET0111 MCI, EL DISEASE-POLICY LIMIT I PATITNERSMXVCUYNE OFFICES$ARE: T F.XCL EL PISIIASE-EA EMPLOYEE I QT,lEft 065CAIP1 1.111 UP OrtRATIONSILOCA)'IntiSN916WLESISPECIAL ITEMS CRATIFICATO HOLDER IS ADDITIONAL IN.511119D AS RESPECTS WORK P1;1,0,KNEP BY TMA COMMUNICATIONS tN(: .......... 777=777M�dANot�LATIbo A SHOULD ANY OP TOM PROVE DESQ11160 POLIMES BE CANCELLED BEFORE IIIE EXPIRATION PATE Tlimor. Tild mauma COMPANY WILL ENPUVQ;l TO MAIL 3 0 DAYS WAITY9111 NOTICE TO Till CERTIFICATE HOLDER NAMM YO THE LEFT, T-A"Waya i,otice for Son mmol; '"Va MIT FARLINE TO MAIL SUCH NO .1611ACL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, OTC AOINYOO OR REPRESENTATIVES. AUTIIORlkfU REPRESENTATIVE ...... NOV AQOftq.20 STATE?"=, F.Or BOX 420807, SAN FRANCISCO, CA 94142 0807 COMPFNSATCO 3V - ., o 9�.s tT ii-�dd Diu c 0 m 4 rERTUF GATE OF�'rCORKERS' COMPENSAT9(Srv'INSURANC E i _ 1 ,I,PKL'u'4. 8 - 002 - - POLICY NUMBER:i j -' CERTIFICATE EXPIRES: -3 S ';7'!` �G!.` �i'1'.� 1.� iti .1'J . IAs� air',` � �.'1 2 2 3� - L _ This is to certify that we have-Issued a valid Workers' Compensation insurance-policy-in a form approved by the California l Insurance Commissioner to the employer named below forthe policy period indicated - This policy is not subject to cancellation by the Fund except upon ten days'advance written notice to the employer. , . ., i - - We will also give you TEN 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, extendoralter the coverage afforded by the policies listad herein. Notwithstanding any,requlrement, term, or conditign of2nycontract or otherdocument with , respect to .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. - AUTHOR IZED REPRESENTATIVE' - PRESIDENT Sr':,-1 i' '.�1 ,'G1.j,+"it L 7TIJ.i. 7:i�!t.1,vi)L!'v'(i Lam. r'��r„F`` t, .i��: `�I t��� nF,(7 - - h` r EMPLOYER '....' ,..,,,.. • " - ' ,....; F- Iz (J I' 1" 1. ..... ....... C,tW. ,�. THIS DOCUMENT HAS A BLUE PATTERNED BACKGROUND N0.3GS P03 09/26/02 16:07 CALIFORNIA YI/utINSURANCE . RD } Stata Form Mu�ual Automoblb Insurance Company 31303 Arm Road WastLaks Village CA III= INSURED KNOX,AARON MUTL, VOL POLICY NUMBER VOO7000.003.7SC EFFECTIVE YR 1927 MAKE TOYOTA OCT012002 TO APR022002 MODEL A RUNNER VIN YI7OQNOGROV004527s AGENT /M/yyA��ggR�SSp"ALLtSCOTT CaVOERAGE PFlDVIoCf HY 7H6 POIJcy MEE1'x1:THE MINIMUM LIA9ILITY LIMITS CO RAGES A C 025D GS00 H R1 U Ut SEC THE nEVEn9C SIDE FOR AN EXPLANATION, I