Loading...
HomeMy WebLinkAbout04354 - DUDEK ASSOCIATES CODA PROJECT (NEVER COMPL) OF PALM S D City of Palm Springs � c * * Department of Planning & Building 6 * ryCnT�mimi,a�y3 3200 Tahquim Canyon Way • Palm Springs,California 92262 cql I FO RN�P TEL:(760)323-8245 • FAX(760)322-8360 • TDD(760)864-9527 July 12, 2002 Mr. Frank Dudek Dudek &Associates 605 3' Street Encinitas, Ca 92024 Re: City of Palm Springs Contract Services Agreement for Coda Project Dear Mr. Dudek: The City appreciates the services provided by Dudek &Associates during the term of this project. Based upon the lack of progress by the developer on this project, the City is hereby providing notice pursuant to Section 7.8 (Termination Prior to Expiration of Term) that this contract will be terminated. As noted above, there has been no progress by the developer and the City will not need to complete the Scope of Work contracted for. The following information is required to complete the City's contract file: 1. Copies of all billing statements from sub-consultants for work performed under this contract. 2. Copies of all work product from Dudek & Associates and all sub-contractors performed under this contract. Please contact me if you have any questions regarding this letter. Sincerely, Dou las R. 'Evans 9 Director of Planning & Zoning Post Office Box 2743 0 Palm Springs, California 92263-2743 Dudek 6 Associates Coda Project -Never Completed- AGREEMENT #4354 M06824, 3-21-01 CITY OF PALM SPRINGS CONTRACT SERVICES AGREEMENT FOR THIS CONTRACT SERVICES AGREEMENT(herein"Agreement"), is made and entered into this 21 day of March, 2001, by and between the CITY OF PALM SPRINGS, a municipal corporation, (herein "City") and Dudek and Associates Inc. (herein "Contractor"). (The term Contractor includes professionals performing in a consulting capacity.) The parties hereto agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, the Contractor shall provide those services specified in the "Scope of Services" attached hereto as Exhibit"A" and incorporated herein by this reference, which services may be referred to herein as the "services" or "work" hereunder. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 1.2 Contractor's Proposal. The Scope of Service shall include the Contractor's proposal or bid which shall be incorporated herein by this reference as though fully setforth herein. In the eventof any inconsistency between the terms of such proposal and this Agreement,the terms of this Agreement shall govern. 1.3 Compliance with Law. All services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental agency having jurisdiction in effect at the time service is rendered. 1.4 Licenses, Permits. Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest,which may be imposed by law and arise from or are necessary for the Contractor's performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City against any such fees,assessments, taxes penalties or interest levied, assessed or imposed against City hereunder. 1.5 Familiarity with Work. By executing this Contract, Contractor warrants that Contractor(a) has thoroughly investigated and considered the scope of services to be performed, (b) has carefully considered how the services should be performed, and (c)fully understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. If the services involve work upon any site,Contractor warrants that Contractor has orwill investigate the site and is orwill 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, F82IT16/D99999J000/2160684 2 6/1 Y/96 Revised 09/01/98 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 maybe undertaken unless a written order is first given by the Contract Officer to the Contractor, incorporating therein any adjustment in (1)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 maybe 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 setforth in the"Special Requirements"attached hereto as Exhibit "B" and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit"B"and any other provisions of this Agreement, the provisions of Exhibit"B" shall govern. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, the Contractor shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit"C" and incorporated herein by this reference, but not exceeding the maximum contract amount of one hundred and sixteen thousand nine hundred eightyfive dollars( 115985) (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(1 st)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 F52/296/099999-3000/2160684 2 6114/96 Revised 09/01/93 • • 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 Majeure. 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 forthe 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 recoverdamages against the City for any delay in the performance of this Agreement,howevercaused,Contractor's sole remedybeing extension of the Agreement pursuant to this Section. 3.4 Term. Unless earlier terminated in accordance with Section 7.8 of this Agreement,this Agreement shall continue in full force and effect until completion of the services but not exceeding one (1)year from the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit "D"). 4.0 COORDINATION OF WORK 4.1 Representative of Contractor. The following principal of Contractor are hereby designated as being the principals and representatives of Contractor authorized to actin its behalf with respect to the work specified herein and make all decisions in connection therewith: Michael A. Peroni It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principal is a substantial inducement for City to enter into this Agreement. Therefore,the foregoing principal 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 principal 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 FS2/276/099999-3 ODD/2160684 2 6/1 Y/96 Revised O9/01/98 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 orencumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise,without the prior written approval of City. Transfers restricted hereunder shall include the 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 orentities with offices located in the Coachella Valley("Local Subcontractors"). Contractor hereby agrees to use good faith efforts to award subcontracts to Local Subcontractors, if Local Subcontractors are qualified to perform the work required. In requesting for the City to consent to a subcontract with a person or entity that is not a Local Subcontractor, the Contractor shall submit evidence to the City that such good faith efforts have been made or that no Local Subcontractors are qualified to perform the work. Said good faith efforts may be evidenced by placing advertisements inviting proposals or by sending requests for proposals to selected Local Subcontractors. The City may consider Contractor's efforts in determining whether it will consent to a particular subcontractor. Contractor shall keep evidence of such good faith efforts and copies of all contracts and subcontracts hereunder for the period specified in Section 6.2. 4.4 Independent Contractor. Neitherthe 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 contractorwith only such obligations as are consistentwith 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 anyway or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a member of any joint enterprise with Contractor. 5.0 INSURANCE, INDEMNIFICATION AND BONDS 5.1 Insurance. The Contractor shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, during the entire term of this Agreement including any extension thereof, the following policies of insurance: (a) Comprehensive General Liability Insurance. A policy of comprehensive general liability insurance written on a per occurrence basis. The policy of insurance shall be in an amount not less than either (i) a combined single limit of$1,000,000 for bodily injury, death and propertydamage or(ii)bodily injury limits of$500,000 perperson,$1,000,000 per occurrence and $1,000,000 products and completed operations and property damage limits of $500,000 per FS2/276/099999d000/2160684 2 6/14/96 Rcviscd 09/01/98 occurrence. If the Contract Sum is greater than $100,000, the policy of insurance shall be in an amount not less than $5,000,000 combined single limit. (b) Worker's Compensation Insurance. Apolicy of worker's compensation insurance in such amountaswill fully complywith the laws of the State of California and which shall indemnify, insure and provide legal defense for both the Contractor and the City against any loss, claim or damage arising from any injuries or occupational diseases occurring to any worker employed by or any persons retained by the Contractor in the course of carrying out the work or services contemplated in this Agreement. (c) Automotive Insurance. A policy of comprehensive automobile liability insurance written on a per occurrence basis in an amount not less than either(i)bodily injury liability limits of$500,000 per person and $1,000,000 per occurrence and property damage liability limits of$250,000 per occurrence and $500,000 in the aggregate or(ii) combined single limit liability of $1,000,000. Said policy shall include coverage for owned, non-owned, leased and hired cars. (d) Additional Insurance. Policies of such other insurance, including professional liability insurance, as may be required in the Special Requirements. All of the above policies of insurance shall be primary insurance and shall name the City, its officers, employees and agents as additional insureds, except that the City shall not be named as an additional insured for the Worker's Compensation Insurance nor the Professional Liability Insurance. The insurer shall waive all rights of subrogation and contribution it may have against the City, its officers, employees and agents and their respective insurers. All of said policies of insurance shall provide that said insurance may not be amended or canceled without providing thirty (30) days prior written notice by registered mail to the City. In the event any of said policies of insurance are canceled, the Contractor shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Section 5.1 to the Contract Officer. No work or services under this Agreement shall commence until the Contractor has provided the City with Certificates of Insurance or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance or binders are approved by the City. All certificates shall name the City as additional insured (providing the appropriate endorsement), be signed by an authorized agent of the insurer, and shall contain the following "cancellation" notice: "CANCELLATION: Should any of the above described policies be cancelled before the expiration date thereof,the issuing company shall mail an advance 30-daywritten notice to the Certificate holder named herein." The Contractor agrees that the provisions of this Section 5.1 shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages to any persons or property resulting from the Contractor's activities orthe activities of any person or persons for which the Contractor is otherwise responsible. In the event the Contractor subcontracts any portion of the work in compliance with Section 4.3 of this Agreement, the contract between the Contractor and such subcontractor shall require the subcontractor to maintain the same policies of insurance that the Contractor is required to maintain pursuant to this Section 5.1. 5.2 Indemnification. Contractor agrees to indemnify the City,itsofficers, 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, F52/2961099999-3000/2160684 2 6/14/96 Revised 09/01/98 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) Contractorwill 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 againstthe City, its officers,agents oremployees foranysuch claims orliabilities arising outofor in connection with the negligent performance of or failure to perform such work, operations or activities of Contractor hereunder; and Contractor agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the event the City,its officers, agents or employees is made a parry to any action or proceeding filed or prosecuted against Contractor for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys'fees. 5.3 Performance Bond. A performance bond is not required. 5.4 Sufficiency of Insurer or Surety. Insurance or bonds required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated "A"or better in the most recent edition of Best Rating Guide, The Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VII or better, unless such requirements are waived by the City Manageror designee of the City("City Manager")due to unique circumstances. In the event the City Manager determines that the work or services to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Contractor agreesthatthe minimum limits of the insurance policies and the performance bond required bythis 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. Forthis 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 forthe 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 P52/276/099999-1000/2160684 2 6/14/96 Revised 09/01/98 records. Such records shall be maintained for a period of three(3)years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required. 6.3 Ownership of Documents. All drawings, specifications, reports, records, documents and other materials prepared by Contractor,its employees,subcontractors and agents in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement,and Contractor shall have no claim 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 of any documents or materials prepared by them, and in the event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages resulting therefrom. 6.4 Release of Documents. The drawings, specifications, reports, records, documents and other materials prepared by Contractor in the performance of services under this Agreement shall not be released publiclywithout the priorwritten approval of the Contract Officer. 7.0 ENFORCEMENT OF AGREEMENT 7.1 California Law. This Agreement shall be construed and interpreted both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute,claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, and Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 7.2 Disputes. In the event of any dispute arising under this Agreement,the injured party shall notify the injuring party in writing of its contentions by submitting a claim therefor. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10)days of service of such notice and completes the cure of such default within forty-five (45)days after service of the notice, or such longer period as may be permitted by the injured party; provided that if the default is an immediate danger to the health,safety and general welfare,such immediate action may be necessary. Compliance with the provisions of this Section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any 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 orwhich are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by reason of Contractor's acts or omissions in performing orfailing to perform Contractor's obligation under this Agreement. In the event that any claim is made by a third parry, the amount or validity of which is disputed by Contractor,or any indebtedness shall exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due,without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Contractor to insure, indemnify, and protect City as elsewhere provided herein. GSD296/099999-3000/2160684 2 6/14/96 Revised WOOS 7.4 Waiver. No delay or omission in the exercise of any right or remedy by a nondefaulting party on any default shall impair such right or remedy or be construed as a waiver. A party's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.6 Legal Action. In addition to any other rights or remedies,either party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default,to compel specific performance of this Agreement,to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 7.7 Liquidated Damages. Since the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement,the Contractor and its sureties shall be liable for and shall pay to the City the sum of tMt ($ )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 shortertime as may be determined by the Contract Officer. In addition, the Contractor reserves the right to terminate this Agreement at any time upon,with or without cause, upon sixty(60)days'written notice to City, except thatwhere termination is due to the fault of the City, the period of notice may be such shorter time as the Contractor may determine. Upon receipt of any notice of termination,Contractor shall immediately cease all services hereunder except such as maybe specifically approved by the Contract Officer. Except where the Contractor has initiated termination, the Contractor shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as may be approved by the Contract Officer,except as provided in Section 7.3. In the event the Contractor has initiated termination, the Contractor shall be entitled to compensation only for the reasonable value of the work product actually produced hereunder. In the event of termination without cause pursuant to this Section, the terminating party need not provide the non-terminating party with the opportunity to cure pursuant to Section 7.2. 7.9 Termination for Default of Contractor. If termination is due to the failure of the Contractor to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 7.2,takeover the work and prosecute the same to completion by contractor 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 maywithhold any payments to the Contractor forthe purpose of set-off or partial payment of the amounts owed the City as previously stated. FS2/296/099999-7000/2160694 2 6/14/96 Revised 09/01/98 7.10 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a partyto any action or proceeding in anyway connected with this Agreement,the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees. Attorney's fees shall include attorney's fees on any appeal, and in addition a party entitled to attorney's fees shall be entitled to all other reasonable costs for investigating such action,taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. 8.0 CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 8.1 Non-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, 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. 8.3 CovenantAoainstDiscrimination. 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 oris required to give to the other party or any other person shall be in writing and eitherserved personally or sent by prepaid,first-class mail,in the case ofthe City, to the City Manager and to the attention of the Contract Officer,CITY OF PALM SPRINGS, P.O. Box 2743, Palm Springs, California 92263, and in the case of the Contractor, to the person at the address designated on the execution page of this Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in seventy-two(72)hours from the time of mailing if mailed as provided in this Section. 9.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 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 interpretthis Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. P52/276/099999d000/2160604 2 6/14/96 Hemsed 09/01/99 9.4 Severability. In the event that anyone 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 competentjurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences,clauses, paragraphs, or sections 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. 9.5 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that(i)such party is duly organized and existing, (ii)they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii)by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. (Signatures on next page) FS2?761099999d 000/2160684 2 6/14/96 Revised.09/01/92 b IN WITNESS WHEREOF,the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS, a municipal corporation ATTEST: By: By: City Manager City Clerk (Check one: Individual _ Partnership /Corporation) APPROVED AS TO FORM: By: CONTRACTOR: TJDEK 3 ASSoC,01 64C City Attorney Bw Sign ure DJDEK .r�E3ATfK S / Print Name & Title By:4 (/ Signature Name$ itIe � u Mailing Address: 696 � 4D STi , �b No. 2973-0► (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). G\I Vz 1G i JiQdi iR' =J'Y ti'I ill_= II"il'Vr' i lo;Mf,�1 L F52/296/099999-3000/2160694 2 6/14/96 Revised.09/01/90 EXHIBIT "A" Dudek and Associates SCOPE OF SERVICES I. Overview The proposed project is similar to the Palm Springs Classic Planned Development District in terms of intensity of land use but that the location and types of land uses have been altered somewhat from the original plan (PDD 231). The proposed project would include revisions to the existing entitlements,including the adopted PDD 231 and associated Tentative Tract Map. The revised development entitlements will be consistentwith the City of Palm Springs General Plan and Zoning Ordinance. Revisions to the Tentative Map will reflect the changes to the overall land development, including grading, roads, drainage, and landscaping. The City's discretionary approval of these documents will create a consistent set of City policies and regulations and establish the necessary framework for subsequent construction and occupancy permitting. The City is requesting that Dudek and Associates provide planning consulting services including preparation of an Environmental Assessment for the project. The analysis will be tiered-off of the Certified Palm Springs Classic Final Environmental Impact Report(1994) and supporting technical studies, as well as the Palm Springs General Plan Environmental Impact Report (1992). Dudek&Associates will be responsible for contracting and managing the project sub- consultant team, consisting of biologist(Jim Cornett),and an traffic/air/noise consultant(Endo Engineering), to prepare updated Biology, Traffic, Noise &Air Quality analysis for inclusion in the Environmental Assessment, based upon their previous studies. Along with these consultants, it is assumed that the applicants design team will work at Dudek &Associates direction to facilitate the project. The developers design team will provided items like infrastructure analysis,and descriptive projectdesign information necessaryto clearlydescribe the proposed action. It is further understood that the developers design team will work with Dudek &Associates to develop mitigation strategies as determined necessary. Dudek&Associates will serve as supporting staff to the City of Palm Springs (Lead Agency), by managing the project, coordinating with sub-consultants, and preparing the associated Mitigation Monitoring Plan, Resolutions, and Staff Reports. These documents are required for the Public Hearing process and are scheduled to be prepared to be available for the hearings. A previous version of this project on the same site was the subject of the Palm Springs Classic Environmental Impact Report (1994), and the broad impacts of development in the area are addressed in the City's General Plan Environmental Impact Report (1992). In its decision to require an Environmental Assessment for the revised Planned Development District, the City has anticipated that, due to the similar intensity of land use, the impacts of the revised project will be similar to or less than the impacts identified in the previous reports. Determinations made by the City with respect to significant impacts and feasible mitigation in the previous reports and related resolutions will be presumed to apply to similar impacts of the revised project. II. Scope of Services 1. Environmental Assessment Hydrology/Flood Control Dudek & Associates will work with the applicants consultant who will prepare an updated analysis ofthe project's hydrological impacts in accordance with Riverside County Flood Control standards based upon the revised project description (especially the drainage plan) and site plan. Dudek&Associates will then draft an Environmental Assessment section,which analyzes the proposed project's drainage plan and identifies significant adverse impacts and mitigation measures required to address the impacts. Water Quality FS2/Y76/099999-3000/2160684 2 6/14/96 Revised 09/01/93 i 0 Dudek&Associates will utilize data based upon the prior technical analysis prepared for the original project,the City of Palm Springs General Plan Environmental Impact Report,the Palm Springs Classic Environmental Impact Report,and project description materials provided bythe applicant's consultants(especially the pesticide management plan). These resources will be used to document the project areas existing surface water and groundwater quality conditions, and to determine project related impacts. Impacts identified as significant will be addressed with mitigation measures. Geology, Soil, Erosion, Seismic Safety Dudek&Associates will utilize data based upon the prior technical analysis undertaken by the project geologist,the City of Palm Springs General Plan Environmental Impact Reportand the Palm Springs Classic Environmental Impact Report. The project geologist will prepare and letter of update to his prior report that analyzes the revised project for impacts related to geotechnical considerations on the project site. Based on this input, an impact analysis will be provided which identifies any significant adverse impacts which may occur as a result of project implementation, and mitigation measures will be developed to address identified impacts. Biology Dudek &Associates will review existing recently prepared biology studies and work with the project's biological consultant(James W. Cornett,)to provide an Environmental Assessment section which analyzes the proposed project, identifies significant adverse impacts and proposes mitigation measures required to address the impacts. Dudek&Associates will hire, supervise, coordinate and scope the work of the biological consultant, who will provide an updated analysis based upon the priortechnical study,including any available recent biological reports prepared for the general area, and project description materials provided by the applicant.The biologist will also conduct record search for any sensitive biological resources which are listed on the California Natural Diversity Data Base. Dudek and the Biological consultantwill meetwith California Departmentof Fish and Game and U.S. Fish and Wildlife Service and document the people in attendance and the results ofthe meeting(this may be the CVAG Interim Project Review Meeting). Cultural/Historical Dudek&Associates will base the cultural analysis on the previous technical report prepared for the Palm Springs Classic EIR. The proposed projectwill then be analyzed for impacts related to cultural considerations of the project site based on the previous site survey. Impacts and concerns will be identified, and mitigation will be provided as necessary. Traffic and Circulation Dudek & Associates will be responsible for contracting and working with the project traffic consultant (Endo Engineering) to prepare an updated analysis of the project's traffic impacts based upon the revised project description and site plan. A trip generation forecast will be made and compared to the Palm Springs Classic project's trip generation forecast so that expected increases or decreases in traffic impacts can be discussed including analysis of affected intersections. The internal circulation concept will be evaluated for consistency with City standards as well as approved traffic/engineering practices. An Environmental Assessment section will be prepared based upon the revised study and technical data. Potential impacts identified will be discussed and mitigation measures will be developed to mitigate potentially significant impacts. Air Quality Dudek & Associates will be responsible for contracting and working with the air quality consultant (Endo Engineering) to prepare an updated analysis of the project's air quality impacts based upon the revised project description and site plan. Dudek & Associates will review the Palm Springs Classic Environmental Impact Report and discuss project impacts proportionally in comparison to the original project's impacts. Mitigation measures will be based upon the prior study and the City of Palm Springs General Plan Environmental Impact Report. An Environmental Assessment section documenting project impacts and required mitigation for air quality will be prepared. Noise Dudek &Associates will be responsible for contracting and working with the noise consultant (Endo Engineering) to prepare an updated analysis of the project's noise impacts based F82/276/099999-3000/2160684 2 6114196 O Revised 09/01/98 upon the revised project description and site plan. The existing noise environment will be updated to account for any new noise sources, increases/decreases in average daily traffic volumes, and discuss the potential for on site noise impacts related to future aircraft overflights associated with the Palm Springs International Airport. Dudek &Associates will compare the Palm Springs Classic Plan to the revised project and provide a discussion of the relative increase/decrease in noise levels on a general basis. An Environmental Assessment section will be prepared which documents project noise impacts relative to the previously evaluated project and mitigation measures will be provided for impacts identified as significant. Visual Aesthetics Utilizing data from existing reports such as the Palm Springs Classic Environmental Impact Report, City of Palm Springs General Plan Environmental Impact Report, and project description materials provided by the applicant's consultants (especially bulking characteristics), Dudek &Associates will analyze the proposed project for impacts related to uses proposed on the site. A qualitative impact analysis will be provided which identifies significant adverse impact and mitigation measures required to address the impacts. Jobs/Housing Utilizing data from the State Department of Finance, City of Palm Springs Economic Development Department, including existing reports such as the Palm Springs Classic Environmental Impact Report, City of Palm Springs General Plan Environmental Impact Report, and project description materials provided by the applicant's consultants (especially descriptions of proposed uses and employees required), Dudek &Associates will analyze the proposed project for impacts related to proposed uses. An impact analysis will be provided which identifies significant adverse impacts and mitigation measures required to address the impacts. Risk of Upset Utilizing data from existing reports such as the Palm Springs Classic Environmental Impact Report, City of Palm Springs General Plan Environmental Impact Report, and project description materials provided by the applicant's consultants (especially descriptions of proposed uses and circulation plan), Dudek &Associates will analyze the proposed project for impacts related to natural disasters, hazardous spills, gas leaks, and fire. An impact analysis will be provided which identifies significant adverse impacts and mitigation measures required to address the impacts. Public Utilities Utilizing data from existing reports such as the Palm Springs Classic Environmental Impact Report, City of Palm Springs General Plan Environmental Impact Report, and project description materials (including public utilities analysis), provided by the applicant's consultants, Dudek &Associates summarize estimates of the consumption of electricity, natural gas, telephone, cable and water and generation of sewage effluent. Dudek & Associates will prepare a discussion of project impacts related to each of the utilities and provide mitigation measures to reduce, avoid or eliminate impacts identified as significant. In coordination with the project description materials provided by the project engineer, Dudek & Associates will contact the Desert Water Agency and obtain their input regarding the requirements for a new water delivery system needed to serve the project. This work effort does not include an extensive analysis nor technical report associated with the issue of energy. Public Services Utilizing data from existing reports such as the Palm Springs Classic Environmental Impact Report, City of Palm Springs General Plan Environmental Impact Report, and project description materials provided by the applicant's consultants, Dudek &Associates will estimate the project demands created on schools, libraries, parks, hospitals, fire and police services. Impacts identified as significant will be addressed with mitigation measures developed by Dudek &Associates. B. Environmental Assessment Mitigation Monitoring Program F52/276/099999-3000/2 160604 2 6/14/96 Reused 09/01/98 Dudek &Associates will prepare, with the cooperation of City staff and the project applicant, a Mitigation Monitoring Program which summarizes state requirements concerning the program, and identifies the mitigation measure, implementation method, and compliance record (i.e., timing) for each mitigation measure identified sequentially in the Environmental Assessment. Each mitigation measure will be fully identified. Implementation will include identification of persons responsible, permits and/or materials required, and contacts required with pertinent agencies. The compliance record will identify when, throughout the entitlement and construction processes, and during the life of the project, the identified mitigation must be implemented, the monitoring agency(s) and the mechanism for evaluation, and the date of completion. This task includes attendance at one three-hour meeting with City staff. C. PDD Mitigation Monitoring Program Dudek &Associates will, with the cooperation of the City staff, ensure that the mitigation measures in the mitigation monitoring program are implemented in the Planned Development District (PDD). The applicant will prepare PDD materials for Dudek & Associates's review. Dudek &Associates will distribute the mitigation monitoring program components to appropriate City departments and contact those departments to ensure that mitigation measures proposed are being implemented in the Planned Development District. The file copy of the mitigation monitoring program will be updated to show that mitigation measures are being implemented as required. Dudek & Associates will monitor the implementation of mitigation measures in the PDD until the preliminary PDD is approved or denied by the City. D. Public Hearing Preparation Staff Report Dudek & Associates will draft Planning Commission and City Council Staff Reports for the Environmental Assessment, General Plan amendment, Planned Development District and Tentative Map for the project. The Planning Commission Staff Report(s) will include discussion sections on project background, project description, identification of major issues, additional permits, General Plan consistency, environmental review, and summary. The City Council Staff Report will include the Planning Commission Staff Report, along with identification of Planning Commission recommendations (i.e., approval, disapproval), Planning Commission action and issues raised during the Planning Commission hearing. Resolution of Approval Dudek &Associates will prepare Resolutions of Approval utilizing standard City formats for the Planning Commission and City Council adopting the Environmental Assessment, the PDD, Tentative Map, and the Mitigation Monitoring Program(s) for the project. The Resolutions will include a brief description of the project, identification of facts consistent with resolution format, a listing of City Council findings, and the resolution. Printing Dudek &Associates will provide the following products (deliverables): • 50 copies of the Environmental Assessment. • 10 copies of the Staff Reports with Resolutions. • 10 copies of the Mitigation Monitoring Program for the Environmental Assessment. • 10 copies of the Mitigation Monitoring Program for the PDD. Draft documents shall be made available to City staff for review and comment prior to preparation of the deliverables. Meetings Dudek &Associates will attend and take part in four (4) public hearings and four (4) study sessions for the project (4 hours each). Each sub-consultant will attend a maximum of two meetings. E. Project Management PS2/276/099999-3000/2160684 2 OHM Revised 09/01/98 It is assumed that Dudek & Associates will spend 10 hours a week attending to general management, consisting of fielding public and agency correspondence, coordinating subconsultant efforts, organizing, scoping up to two design team meetings, up to two Planning Commission meetings, and up to two City Council Meetings. It is assumed that up to 40 hours will be required to review application material for completeness. Dudek & Associates will also serve as supporting staff to the City of Palm Springs (Lead Agency), by drafting public hearing materials including; public notices, staff reports, mitigation monitoring programs, and resolutions. F52/296/099999-3000/21606842 6/14/96 w Revised 09/01/98 EXHIBIT "B" SPECIAL REQUIREMENTS 1. Section 5.1 applies to the Contractor"Dudek and Associates" and does not apply to any subcontractors that "Dudek and Associated" may utilize. 2. The Contract Officer agrees to waive the performance bond as per Section 5.3. 3. The Contract Officer agrees to waive liquidated damages as per Section 7.7. F52/296/099999d000/2160684 261W96 2evised.09/01/99 EXHIBIT "C" SCHEDULE OF COMPENSATION A payment of $8000 shall be made upon the execution of the contract. All other payment shall be made on a monthly basis. Each month, the Consultant shall submit a detailed invoice noting all tasks completed and the percentage of the project complete. All bills shall be paid within 30 days of receipt. The budgeted funds, as noted in Exhibit C, may be shifted from one task to another provided that the total payments shall not exceed the contract sum and with approval of the Contract Officer. The Contract Officer may also determine if contingency funds should be utilized. CODA FEE SCHEDULE ENVIRONMENTAL ASSESSMENT Item Hours Rate Amount Project Description 24.0 $65.00 $1,560.00 G.P Land Use/Zoning: 16.0 $65.00 $1,040.00 Groundwater Quality 6.0 $65.00 $390.00 Surface Water Quality 6.0 $65.00 $390.00 Geology & Soil Erosion 16.0 $65.00 $1,040.00 Biology 20.0 $65.00 $1,300.00 Cultural & Historical Resources 8.0 $65.00 $520.00 Traffic & Circulation 20.0 $65.00 $1,300.00 Air Quality 8.0 $65.00 $520.00 Noise 10.0 $65.00 $650.00 Visual Aesthetics (field visits) 12.0 $65.00 $780.00 Utilities 40.0 $65.00 $2,600.00 Public Services 40.0 $65.00 $2,600.00 Graphics 40.0 $55.00 $2,200.00 Quality Review/Edits 20.0 $130.00 $2,600.00 Subtotal $19,490.00 F52/276/099999-3000/2160684 2 6/1096 Revised 09/01/98 MEETINGS Item Hours Rate Amount Four (4) Public Hearings - Principal 16.0 $130.00 $2,080.00 - Project Planner 16.0 $65.00 $1,040.00 Four (4) Study Sessions - Principal 16.0 $130.00 $2,080.00 - Project Planner 16.0 $65.00 $1,040.00 Subconsultant (2 meetings)* $1.960.00 Subtotal $8,200.00 PROJECT MANAGEMENT Item Hours Rate Amount Weekly Management** 280.0 $85.00 $23,800.00 Coordinate Application as Complete 40.0 $85.00 $3,400.00 Staff Report(s) Preparation 40.0 $65.00 $2,600.00 Mitigation Monitoring Program 85.0 $65.00 $5,525.00 Resolution, Preparation 12.0 $65.00 $780.00 Subtotal $36,105.00 TECHNICAL SUPPORT Item Amount Endo Engineering -Air, Traffic, and Noise Analysis $24,750.00 JWC Ecological Consultants - Biological Analysis $3,840.00 Subtotal $28,590.00 F82296/099999-3000/2160684 2 6114/96 Revised 09/01/98 EXPENSES Item Amount Printing: 50 Copies Environmental Assessment $2,500.00 10 Copies Staff Report w/ Resolution $50.00 10 Copies Mitigation Monitoring $50.00 Reimbursable budget $2,000.00 Subtotal $4,600.00 TOTAL $96,985.00 Meeting costs of subconsultants (upon request of the City) will be: - Endo Engineering ($690.00/meeting) x (2 meetings) _ $1,380.00 - James Cornett ($290.00/meeting) x (2 meetings) _ $580.00 ** Budget for general management, consisting of fielding phone calls, coordinating subconsultant efforts, organizing team meetings, and administration duties. It is assumed that general management will require 10 hours/week of staff time for 28 weeks. A contingency is to be provided and held in reserve should the work scope require expansion or additional subconsultants be determined necessary. The contingency to be held in reserve until work scope authorized by the client. CONTINGENCY Item Amount Contingency $20,000.00 Subtotal $20,000.00 DUDEK&ASSOCIATES INC. Staff Member Hourly Rate Principals $130.00 Project Manager $105.00 Senior Planner $85.00 Project Planner $75.00 Research Planner $65.00 Assistant Planner $60.00 Planning Technician $55.00 Draftsperson $55.00 Research Assistant $40.00 Word Processing/Clerical $45.00 Reimbursable Expenses Court appearances and depositions as expert witness will be billed at 1.15 times normal rates. F S2/276/099999-3000/2160684 2 6/14196 Revised 09/01/98 Material and Outside Services - Subcontractors, rental of special equipment, special reproductions and blueprints, outside data processing and computer services, etc., are charged at 1.15 times the direct cost. Travel Expenses - Mileage at 34.5 cents per mile. Per diem where overnight stay is involved is charged at cost. 1. Hourly rates apply to travel time related to site investigations and meetings. 2. Statements will be submitted monthly for work in progress and upon completion of the work. 3. Statements are payable in accordance with this contract. 4. Any invoice unpaid after 30 days shall be subject to interest at the maximum rate permitted by law or a minimum of 1.5% per month. 5. Any controversy or claim arising out of or relating to this contract, or the breach thereof, shall be settled by arbitration in accordance with the rules of the American Arbitration Association, and judgement upon the award rendered by and entered in any court having jurisdiction thereof. F52/276/099999d000/2160694 2 6/14/96 O Revised 09/01/99 EXHIBIT "D" SCHEDULE OF PERFORMANCE The processing timeline shall be as attached. The Contract Officer is authorize to adjust the time frame as deemed necessary provided the draft Environmental Analysis is completed by August 1, 2001. MINOR ¢�u FS21276/099999-3000/2160684 2 6I14196 Revised 09101I98 MPROCESSINGTIMELINE Dec Jan Feb Mn, Apr May Jun JW A.a Sep 0cf Nav 10 9 TaWMema ..a. 3tlR 9ish 9e 19 50 51 52 1 2 13141 3 B ] 5 B 10 1f 13 13 11 15 16 1] 13 19 PO 21 22 23 24 23 20 2] ZB 29 30 31 32 33 34 33 36 37 35 39 40 91 92 93 44 95 96 1 r%epf.bnd We%n 111 a., Fri 1211NOr Ftl U"l 19111111111111 2 0 FMellwra Pmpmm e0 deya, FAIVIM1 Thu In IMI 3 © wLeMIk.PIm 20 drys: Man.INAI, Fn MMI _ 9 - MWaFTMIMID -___ --309 a.ya_ -IN"aRP9p' _-_ ___ _-1-_em muwl r r 3 sua ae"Bar PDO Idq'r Wed TMO[ Wed 12100 B -�Msetwr Ckyn:camplWnee 1 1 p dy rnu tniAt, TwinaAl 0 T SbMl.da mlam Cry ', laq' ru.1/a0A1. Tw1A0AI r : 0 : paw. -Ry - o I - e Rx rmmc - -- -1 aye ThusAAl; TM1VSAAt � � ° ® slLmR end.Iola m CRy -_T 1Cey -_W.d=IMI1 Wed=WI r r 1° p caycaman cawyraa I 1 c,1 w.a MlAl 11 w.a3rzml 11 ® FODPmsxsnp 125d"; Wed MIMI Tu.M11A1 r 12 0 : M.ebrTMeudM Id,, Wed4MMI W.d U1iA1 t3 0©__ nd 4Improw a2 Mer TMPmau.h, OdM: W.d4t&MI� Tw MMI 14 Gn Plen lM aye, MonsMem1: Fd1A1 alnp 15 ©- -D.el;n McFx fa PDO TS dye Wed SAA1 1 Tw ta1A1 , r � 16 © Emlmednrd RM- 1: 110 deya'i W.d MIMI 1, T..MIMI 17 T.M.Ste*Uadls 95 des' Man 4CMI HUM r ie p %n.ny canmTMmDD layl w.a ataOl l w.aat2At ': 0 __ - r r r 19 ® 6My CowdI TMRDO Idy- Wed MMOI_--- --w.a r r r - _ a2bAb 20 © FmJ Mep 40 cf s: Mon M4MI1 FelIAMI 21 L.MpvabpmeN- - 1 1M daya Mon MIMI! Mon4IIM2 : r 22 0 1 Pnxfb�llM 50 drye 1, M.o IIaM1 ---Fa1n IA2 r 23 1 Co papnll Idyl Man 12AM1, Mon12n0Ni r r r r r r -_ - -__ hu 22fA2 29 GMn lOtlrys� Fa 11/a0A11 : 25 © Infivd lus ConebuclWl E0tlyc1, Thu I d01 Wsd Y13A2 26 © LmAcgLq 0dv,�' Tw IAA21 Mon9nA3 v 1ConWetlan nudge, TIM113IM2 1Wa111MM3 r r � r - : : r : 2B Modl Hemea .6dM Thu tAfA3. Wetl MRA2 ': r r r r r r 29 0 Hw.Inp Canbuctlon 250 tlep, Tho1AIA2 Wa ll16AJ : r r r r ® p ary: Mm B5T13 30 PfuH Ocm na f Mon15A2, • :GokC...Con.Wctlan 211tl- - - - ---- :r _ _ __ I MonlRIM2 31 - --- - - _-;- .ys Men ffI5A11 32 PnW.kq 50daW Man lthAl Fr IMIN2 33 © Gntlln° SO tlrye' Fa1111BA1 : Tha M1A2 34 1 ShIng 5{dpyej Wa fneA2'I i -li I'd,., lud - Tu.12n.At' -33 ® ry:' - - Ffl Yt0A2 3B © Fnl.Mrp Bf ays Wed i/i0N21 Man5TA2 3] ® GnrtNp 1 5ed" Thu MIM T.M4M2 35 © LndacnlM I, 126drys W.tl2AA2� Tw]MA2 3p © Con,I.G..Wq 95dry. Mon MA12, Fn Ml3 90 © G rc_.Of oioa f aryl Men MMZ Man MA2 Pmfect p.cbmalm Txk RCOree. Summary ^ Rolled Op SIM ...... Pmlect5u..aT Wta.Tw 3RON1 SpIR MIe.poe ♦ Rolled Up Tesk Rolled Up Mlleebne Q E .e MT..ks .......rr:.. Po°.i CM PROCESSING TIMELINE Oec Jvn FeE Mer Apr Mry Jun JW qu0 Sep Oct Nov Dec Jm 10 TukNamv 4] 46 49 50 51 4 1 2 3 4 5 6 ] B 9 f0 N t2 13 f4 15 t5 19 t! 19 20 2f 22 23 24 25 25 2] 28 29 30 31 133124 24 35 36 37 3B 39 40 41 42 43 44 45 46 47 48 49 50 51 52 1 2 3 1 IhvpHt LY1d UM%N i 2 ©�- ---FhW Lnd Pm 3 0 RIWL.dL Pln r 4 Mavbv Tmm 6 ',© Su ftAM.WPDD B ',,© Mvvtw/CYyry camplWnv � r r r r r r r r r r r r r i r r r r r r r r r ii0 6WmR Wtl.IvfuN Cly i � '0 I RvvPomv M1wn CM1y 9 6 ftR d IMob Cky t0 �i3 cMCawnanconyroc -11 IQ ' -Pm PmeweeMp 12 ® WY rWS6W f3 © Mvvbr TM Pmcenkq r 14 0 Gt�r9ilmplms Rnv 15 '0 Dev49n GrydvLYrev for PM r 16 '0 Em4omnxyal Re fl 'I© TnIIfc GWdY L4tl r 16 i© Fumlrq camm TMADD 19 li® OByC--d TMRDO 20 © FM Mq 21 'LvM OeM.Pmem - - 22 © Pr nm _ 23 .® - GmndC 0 24 '� Gndln➢ 26 '8 InOaNxCavC..d- AQ Lnd¢vpM1q 20 © MadNHmme L_ 2923I Wuen ConaNclbn 90 Pbvvl Oca ntl i i i � P -31 IGPPC...e C..tl Oo O .................... 99 �D GMmp i i i •© sbog 35 ,,0 __ 1-W-n9 _S ,E3 38 '© L�dacrPM1q ' 99 li a0 ComPleb G�eavhM 40 Ia0 Glf Cmme Oponln9 r Pmtect gctlmelln T-1 Pm9M°° Summary ^ Rolled Up6plll ... . .. Rolled Up PmOrees Prafetl6ummary Dffi:T.32001 fipNl Mlntom ♦ Rolled Up Tvek R.Md Up Mlevlone O E emWTab Pepe 2 Acvw CERTIFICA10OF LIABILITY INSURANCI+ DATE AUG 24 01 PRODUCERTHIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND MICHAEL J.HALL&COMPANY AIE INSURANCE SERVICES CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE 1957810TH AVENUE N.E. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POULSBO WA 98370 POLICIES BELOW. PHONE: (360)598.3700 FAX: (360)598-3703 '_ '"'�, Agency Uc#:0792445 ' � 'y'� „ COMPANIES AFFORDING COVERAGE INSURED .k�.'COMPANYA: GREENWICH INSURANCE COMPANY 71 DUDEK&ASSOCIATES,INC. I,p➢ AMERICAN MANUFACTURING MUTUAL EN 3RD STREET at,gai ,l ^`)j�0 c. .l,;� ailCOMPANY B:CINITAS,CA 92024 ',COMPANY C: LUMBERMENS MUTUAL CASUALTY COMPANY D. AMERICAN MOTORIST INSURANCE COMPANY COMPANYE: COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCYPERIOD 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 LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR TYPE OF INSURANCE PGLICY NUMBER POLICYEFFECTIVE POLICY UPIRATION LIMITS LTR DATE(MWDDIYY) DATE(MWDDM) GENERAL LIABILITY 7RE797603-00 AUG 28 01 AUG 28 02 EACH OCCURRENCE Is 1,000,000 X COMMERCIALGENERALUABILITV FIRE DAMAGE(Any One1,,e) $ 300,000 CLAIMS MADE _J OCCUR MED.EXP(Any One Person) $ 10,000 B PERSONAL&ADV INJURY s 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGO $ 2,000,000 POLICY 7 ppOJECT n LOC AUTOMOBILE LIABILITY F3L000939.00 AUG 28 01 AUG 28 02 COMBINED SINGLE LIMIT X ANVAUTO (Ea accident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY (Per person) $ 0 C SCHEDULED AUTOS X HIRED AUTOS BODILY INJURY $ 0 X NON-OWNED AUTOS (PeraccldaM) PROPERTY DAMAGE $ 0 GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO EA ACC s 0 O HER THAN AUTO ONLY: qGG $ O EXCESS LIABILITY 7RE797603.00 AUG 28 01 AUG 28 02 EACH OCCURRENCE $ X OCCUR ❑ CLAIMS MADE AGGREGATE $ 1,0001000 B 0 $ 0 DEDUCTIBLE 0 $ 0 RETENTION $ D b 0 WORKERS COMPENSATION AND 7CW305330 AUG 28 01 AUG 28 02 WC STATJ- OTHER EMPLOYERS'LIABILITY D E.L.EACH ACCIDENT $ 1,000,000 El DISEASE-EA EMPLOYEE $ 1,000,000 E.L.DISEASE-POLICY LIMIT is 1,000,000 A PROFESSIONAL LIABILITY PEC0005283 AUG 28 00 AUG 28 02 $1,000,000 PER CLAIM 000 AGGREGATE POLLUTION LIABILITY CLAIMS MADE POLICY DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS SEE SUPPLEMENTAL CERTIFICATE INFORMATION CERTIFICATE HOLDER ADDITIONAL INSURED:INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL 30 DAYS WRITTEN CITY OF PALM SPRINGS NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT 3200 TAHQUITZ CANYON WAY PALM SPRINGS,CA 92262 AUTHORIZED REPRESENTATIVE Attention: CITY MANAGER l�2 z *� ACORD 25-S(7/97) Certificate# 12003 ASHLEY HURD ACOM CERTIFICATE OF LIABILITY INSURANCE DATAUG 26 2' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND MICHAEL J.HA!I,&COMPANY A/E INSURANCE SERVICES CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE 1957810TIa ALNUE N.E. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POULSBO WA 98370 POLICIES BELOW. PHONE: (360)5983700 FAX: (360)598-3703 Agency Lic#:0792445 COMPANIES AFFORDING COVERAGE INSURED COMPANY A GREENWICH INSURANCE COMPANY DUDEK&ASSOCIATES,INC. COMPANY B: AMERICAN MOTORISTS MUTUAL 605 3RD STREET ENCINITAS,CA 92024 COMPANY C LUMBERMENS MUTUAL CASUALTY f'I COMPANY D COMPANY E. THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED By PAID CLAIMS. iNSR TYPE OF INSURANCE POLICY NUMBER Poucv EPEEOTIVE PODGY exPIReTION LIMITS GENERAL LIABILITY 7RD820906.00 AUG 28 02 AUG 28 03 EACH OCCURRENCE S 1,000,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any One Fire) S 300,000 CLAIMS MADE OCCUR MED.EXP(Any One Person) S 10,000 C PERSONAL d ADV INJURY S 1,Cw,000 GENERAL AGGREGATE S 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG. $ 2,000,000 POLICY vROJECT LOC AUTOMOBILE LIA3ILI T V F3L000939.01 AUG 28 02 AUG 28 03 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) a T,000,000` ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ 0 C X HIREDAUTOS BODILY INJURY $ O X NON-OWNED AUTOS (Per accident) PROPERTYDAMAGE $ 0 GARAGE LIABILITY AUTO ONLY-EAACCIDENT $ 0 ANY AUTO EA ACC $ 0 OTHER THAN AUTO ONLY: AGO S O EXCESS LIABILITY 7RD820906.00 AUG 28 02 AUG 28 03 EACH OCCURRENCE $ 1,000,000 X OCCUR CLAIMS MADE AGGREGATE $ 11000,000 C 0 $ 0 DEDUCTIBLE 0 $ 0 RETENTION $ 0 $ 0 WORKERS COMPENSATION AND I 7CW305330-04 AUG 28 02 AUG 28 03 X WCSTATU- — OTHER EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ 1,000,000 B EL DISEASE-EA EMPLOYEE S 1,000,000 E L.DISEASE-POLICY LIMIT Is 'i,LJ0,030 OTHER: PEC000528301 AUG 28 02 AUG 28 03 $1,000,000 PER CLAIM A PROFESSIONAL LIABILITY $1,000,000 AGGREGATE POLLUTION LIABILITY CLAIMS MADE POLICY DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS SEE SUPPLEMENTAL CERTIFICATE INFORMATION CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: _ CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL 30 DAYS WRITTEN CITY OF PALM SPRINGS NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT 3200 TAHOUITZ CANYON WAY PALM SPRINGS,CA 92262 AUTHORIZED REPRESENTATIVE Attention: CITY MANAGER ACORD 25-S(7197) Certificate# 12003 ASHLEY HURD