Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
04533 - KEITH COMPANIES WWTP BOUNDARY SURVEY CP02-07
The Keith Companies WWTP Boundary Survey FIRST AMENDMENT TO CONTRACT SERVICES AGREEM AGREEMENT #4533 Amend 1 WITH THE KEITH COMPANIES, INC., FOR CM signed 11-8-02 WASTEWATER TREATMENT PLANT BOUNDARY SbrcvcT - - --- CITY PROJECT NO. 02-07 The following articles of Agreement No. 4533 are hereby amended to read as follows: SECTION 2.1 Maximum contract amount is amended to Twenty-Five Thousand Nine Hundred Twenty-Four Dollars ($25,924.00). EXHIBIT A is amended as follows: Add the following item; Task 7, Additional Legal Descriptions & Plats: The Contractor shall provide the City with a complete and technically accurate legal description and plat (exhibit) of that portion of the wastewater treatment plant boundary survey ("Parcel A") lying within Government Lots 19 and 20; and shall provide the City with a complete and technically accurate legal description and plat(exhibit)of that portion of the Demuth Park boundary survey ('Parcel B") lying within Government Lots 19 and 20. EXHIBIT B is amended as follows: Add the following item; Task 7, Additional Legal Descriptions & Plats: Task 7 -Additional Legal Descriptions & Plats, $1,500.00 Amend the total contact amount to $25,924.00. Except as specifically amended by this Amendment No. 1, all terms and provisions of Agreement No. 4533 remain in full force and effect. ATTEST: CITY OF PALM SPRINGS, a municipal corporation <-E City Clerk ity Manager ;:"taw M'Q'1,y)jti ) IcSi(r'u1�%:�; :._ijji�;" ^t�4; Ij,4,r,;,,:Cy Lai CONTRACTOR, The Keith Companies, Inc. (Check one: Individual_Partnership X Corporation) ® —� Signature (Notarized) MC Q Print Name&Title By:'. < v� Signature Notarized) Gary C. Campanarc Chief Financial Officer Print Name&Title Mailing Address: 73-733 Fred Waring Drive, Suite 100 Palm Desert, CA 92260-2590 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). CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 1 State of California ss. County of Orange r On November 6, 2002 before me, Jane St-Pierre, Notary Public Date Name and Title of Cheat(a g,"Jane Coe,Notary Puhlial personally appeared Fr;c- 0 N;al s n nd r-v C Camnanaro , Nome(s)of Signer(s) Lt personally known to me tory '� .wfidaa�a —" to be the person(s) whose name(s) = are subscribed to the within instrument and acknowledged to me that h he xecuted the same in _their i authorized capacity(ies), and that by his eir a Ww- N E $T. PIERRE signature(s) on the instrument the person(s), or MM. the entity upon behalf of which the person(s) ryPuacted, executed the instrument. NGE COUNTYmm.Expires 4/25/06 WITNESS my hand and official seal. / { 5cnature of Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: First Amendment to Contract Services ( `4533) a Document Date: No date on Signature page Number of Pages: 2 Signer(s)Other Than Named Above: City Clerk, City Manacrer Capacity(ies) Claimed by Signer Signer's Name: I ❑ Individual (Nielsen) (Cartpanaro) Top of thumb here N Corporate Off icer—Title(s): President/C00 and CFO ❑ Partner—❑ Limited El General ❑ Attorney-in-Fact v ❑ Trustee ) ❑ Guardian or Conservator ❑ Other: Signer Is Representing: The Keith Companies, Inc. �) 1 ©1999 Natlo,aMtlory Asaoaletmn•9350 Do BoloAve.,PO Box 2402•Chatewealh,CA 913132e02•e,ranapanalnolarymg Prod No 5907 Reorder Call Toll"Free 1-800-8]6-632] • The Keith Companies • WWTP Boundary Survey AGREEMENT #4533 CITY OF PALM SPRINGS CM signed-6-10-02 Public Works and Engineering Department CONTRACT SERVICES AGREEMENT FOR WASTEWATER TREATMENT PLANT BOUNDARY SURVEY CITY PROJECT NO. 02-07 THIS CONTRACT SERVICES AGREEMENT(herein"Agreement") is made and entered into this LgMday of 'J—0 , , 2002, by and between the CITY OF PALM SPRINGS, a municipal corporation (herein "City") and The Keith Companies, Inc., (herein "Contractor"). (The term Contractor includes professionals performing in a consulting capacity). NOW, THEREFORE, the parties hereto agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all of the terms and conditions of this Agreement, the Contractor shall perform the work or services set forth in the "Scope of Services" attached hereto as Exhibit A and incorporated herein by reference. Contractor warrants that all work and services set forth in the Scope of Services will be performed in a competent, professional and satisfactory manner. 1.2 Compliance With Law. All work and services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental agency of competent jurisdiction. 1.3 Licenses Permits Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, Contractor shall be compensated in accordance with the Schedule of Compensation attached hereto as Exhibit B and incorporated herein by this reference, but not exceeding the maximum contract amount of Twenty-Four Thousand Four Hundred Twenty-Four Dollars ($24,424.00) ("Contract Sum"). 2.2 Method of Payment. Provided that Contractor is not in default under the terms of this Agreement, Contractor shall be paid $24,424.00. 3.0 COORDINATION OF WORK 3.1 Representative of Contractor. Dean Palumbo is hereby designated as being the principal and representative of Contractor authorized to act in its behalf with respect to the work and services specified herein and make all decisions in connection therewith. 3.2 Contract Officer. Marcus Fuller is hereby designated as being the representative the City authorized to act in its behalf with respect to the work and services specified F52\276\099999-3000\2022693 2 m08/22/95 Revised 09/01/98 herein and make all decisions in connection therewith ("Contract Officer"). The City Manager of City shall have the right to designate another Contract Officer by providing written notice to Contractor. 3.3 Prohibition Against Subcontracting or Assignment. Contractor shall not contract with any entity to perform in whole or in part the work or services required hereunder without the express written approval of the City. Neither this Agreement nor any interest herein may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of City. Any such prohibited assignment or transfer shall be void. 3.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth. Contractor shall perform all services required herein as an independent contractor of City and shall remain under only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. 4.0 INSURANCE, INDEMNIFICATION AND BONDS 4.1 Insurance. The 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 a least $1,000,000 bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broadform property damage, products and completed operations. The General Liability Policy shall name the City of Palm Springs, its officers, employees, and agents, 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 such amount as will fully comply with the laws of the State of California and which will include $1,000,000 employer's liability. (c) Business Automobile Insurance. A policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of $1,000,000 bodily injury and property damage, Said policy shall include coverage for owned, non- owned, leased and hired cars. (d) Additional Insurance. Policies of such other insurance, including professional liability insurance in a minimal amount of$1,000,000 if contract has professional liability exposure, as may be required in Exhibit "A", Scope of Services. All of the above policies of insurance shall be primary insurance. The insurer shall waive dl rights of subrogation and contribution it may have against the City, its officers, employees and agents, and their respective insurers. In the event any of said policies of insurance are canceled, the Contractor shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Section 4.1 to the Contract Officer. No work or services under this Agreement shall commence until the Contractor has provided the City with Certificates of Insurance or appropriate insurance binders evidencing the above insurance coverages and said Certificates of F52\276\099999-3000\2022693 2 m08/L95 Revised 09/01/98 Insurance or binders are approved by the City. The contractor agrees that the provisions of this Section 4.1 shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages to any persons or property resulting from the Contractor=s activities or the activities of any person or person for which the Contractor is otherwise responsible. In the event the Contractor subcontracts any portion of the work in compliance with Section 3.3 of this Agreement the contract between the Contractor and such subcontractor shall require the subcontractor to maintain the same polices of insurance that the Contractor is required to maintain pursuant to this Section. 4.2 Indemnification. Contractor agrees to indemnify the City, its officers, agents and employees against, and will hold and save them and each of them harmless from, any and all actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities, (herein _claims or liabilities_) that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the negligent acts or omissions of Contractor hereunder, or arising from Contractor's negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, whether or not there is concurrent passive or active negligence on the part of the City, its officers, agents or employees but excluding such claims or liabilities arising from the sole negligence or willful misconduct of the City, its officers, agents or employees, who are directly responsible to the City, and in connection therewith: (a) Contractor will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys'fees incurred in connection therewith; (b) Contractor will promptly pay any judgment rendered against the City, its officers, agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Contractor hereunder; and Contractor agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the event the City, its officers, agents or employees is made a party to any action or proceeding filed or prosecuted against Contractor for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys' fees. 5.0 TERM 5.1 Term. Unless earlier terminated in accordance with Section 5.2 below, this Agreement shall continue in full force until December 31, 2002. 5.2 Termination Prior to Expiration of Term. Either party may terminate this Agreement at any time, with or without cause, upon thirty(30) days'written notice to the other party. Upon receipt of the notice of termination, the Contractor shall immediately cease all work or FS2\276\099999-3000\2022693.2 inOS/22/95 Revised 09/01/98 services hereunder except as maybe specifically approved by the Contract Officer. In the event of termination by the City, Contractor shall be entitled to compensation for all services rendered prior to the effectiveness of the notice of termination and for such additional services specifically authorized by the Contract Officer and City shall be entitled to reimbursement for any compensation paid in excess of the services rendered. 6.0 MISCELLANEOUS_ ._ 6.1 Covenant Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this Agreement. Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, maital status, national origin or ancestry. 6.2 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 6.3 Conflict of Interest. No officer or employee of the City shall have any financial interest, director indirect, in this Agreement nor shall any such of Jcer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 6.4 Notice. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O. Box 2743, Palm Springs, California 92263, and in the case of the Contractor, to the person at the address designated on the execution page of this Agreement. 6.5 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 6.6 Integration Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 6.7 Severability. In the event that part of this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining portions of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless FS2\276\099999.3000\2022693 2 m08/22/95 Revised 09/01/98 the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 6.8 Waiver. No delay or omission in the exercise of any right or remedy by a nondefaulting party on any default shall impair such 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. 6.9 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees, whether or not the matter proceeds to judgment. 6.10 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that(i) such party is duly organized and existing, (ii)they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. FS2\276\099999-3000\2022693 2 08/22/95 Revised 09/01/98 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 City Manager ,NpR®UE®6y�gN1+E CITY MANAGER ATTEST: ON CBy City C erk Agreement*verfunder$25,000 Reviewed and approved by Procurement&Contracting InitiatS v lfata�Z P.O.Number FS2\276\099999-3000\2022693.2 mOS/22/95 Revised 09/01/99 A CONTRACTOR, The Keith Companies, Inc. � (Check one: _Individual_Partnership _-Corporation) - B : - Signature(Notarized) LnYm�QQ1j I;42i1rfllq rs Print Name &Title By: `/c 6, —_ Signature(Notarized) CDMtty' &CampanarO Chief Financial Officel' Mailing Address: 73-733 Fred Waring Drive, Suite 100 Palm Desert, CA 92260-2590 (END OF SIGNATURES) (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). F52\276\099999-3000\20226932 m08/22J95 Revised 09/01/99 State of California County of 7L,�I RIGHT THUMBPRINT(Optional) w �q F On �/✓� ��:�a Y7 before me, �d� ' .14, /�h4/hP k'`(;PW,f' !,if c (DATE) (NAME/TITLE OF OFFICER-I.e."JANE OLE,NOTARY PUB&A ) `o personally appeared ��� (NAMES)OF SIGNER(SI) ...-.._. CAPACITY CLAIMED BY SIG ER(S) ❑INDIVIDUALS ❑CORPORATE personally Known to me -OR- ❑ ved-to-met-On--the OFFICERIS) - -iS-0-f y]C ti J,�alai try- [TITLES) -evIdenee' to be the DPARTNER(S) ❑LIMITEO person(V whose name(V ❑GENERAL Is/a€e- subscribed to the IIATTORNEY IN FACT i within instrument and ❑TRUSTEEIS) acknowledged to me that OGUARDIAN/CONSERV)OR he/s,hea-hi executed the °OTHER: same In his/4w-/their f UNDAM.FZ S authorized capacity(iEQ, _ < commis5loD.4E 12156/c and that by his/her-/t-4eir- SIGNER IS REPRESENTING: PSOICNT/Public-C�OIIlm'i01 ? signatureX on the i (Name of Perron(s)or�ntitypes) � � ; J :ngerounN instrumenttthe persona�,� /' r` or the entity upon behalf f of which the persons �, I I acted, executed the - d Instrument. RIGHT THUMBPRItIJT IOptionap 1 Witness my hand and official seal. (SEAL) (SIGNATURE OF NOTARY) pyr CAPACITY CLAMMED BY SIGNER(S) ❑INDIVIDUALS( ❑CORPORATE. ATTENTION NOTARY ' OFFICERS) qI The information requested below and in the column to the right Is OPTIONAL. (TITLES) Recording of this document Is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any ❑PARTNER(Si ❑LIMITED unauthorized document. I ❑GENERAL ( lb`oh Ac �` Itl �� JJ / 0 p ❑ATTORNEY IN FACT THIS CERTIFICATE Trtle or Type of Document V.(I 4 %' Y,k'GAL✓Q'f✓�b/ OTRUSTEE(S) MUST BE ATTACHED py ❑GUARDI+CONSERVATOR TO THE DOCUMENT Numberof Pages r'2— Date Of Document sU� 0'y�� ❑OTHER: II DESCRIBED AT RIGHT: �,7 J Signor(s)Other Than Named Above SIGNER ISI REPRESENTING: Name of iPercon(s) or Entrtypes) ) I f I F Y ALL PURPOSE TS FORM 6323E Rev.ENT (price class RNIAI Q1994 ER CAPATS FORMS,INC. --� I ALL PURPOSE ACKNOWLEDGMENT FOR CALIFORNIA WITH SIGNER CAPACITY/REPRESENTATION/PNO FINGERPRINTS ��Jjiiiliiii II 7 67775 63237 a State of California RIGHT THUMBPRINT(Optional)County of ��L / i On WZ7/2i02before me, bjw' . �f I ll�l%��. hloyz j (/ N (= /TI(DATE) (NAMETLE OF OFFICER I a'JA E DOE,NOTARY LI C-) u personally appeared C C/�j C ( /��W'( NAMES)OF SIGNERISII — i —' 4Person(s)or TY CLAIMED BY SIGNER( ) { IDUAL(S) { ORATE !d personally known to me -OR- ❑ eped-�to a on a ERS) L3 sIs o#-satts#ac ery- ITITILEe) f -e}/ dtfrCe to be the ER(S) ❑LIMITED persorI whose name(A, ❑GENERAL Is/aFe- subscribed to the RNEY IN FACT within instrument and TEE(S) acknowledged to me that DIAN/CONSERVATOR l he/she/t-"Texecuted the R: same in his/IHer4thI authorized capacity(l'� IS REPRESENTING: Commissio 2 sa7a [ and that by his/her�ttrtsii < ? y7 z signature(: on the f Personls)ar Entity ms) ~R a nofa;yPuhfic-califxrrla instrument theperson(Pfy Orcr,,a County My ��mr�rO k� z or the entity upon behalf of which the person(, acted, executed the Instrument. RIGHT THUMBPRINT( ptonal) I Witness my hand and official seal. 4CLAIME (SEAL) ISIGNATURE OF NOTCNEq(S) ATTENTION NOTARY OFFICERIS) The information requested below and In the column to the right is OPTIONAL. (TITLES) Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any ❑PARTNER(SI ❑LIMITED unauthorized document. ❑GENERAL sir {`I— �^�� �'(�y� / n `�/ art /� ATTORNEY IN FACT THIS CERTIFICATE Title or Type of Document c tt 1'—rac �1.r b ices / L�//r'�l J LF w ❑TRUSTEE( ) MUST BE ATTACHED pr J/,� �� ,.t -.1 - ❑GUARDI /CONSERVATOR TO THE DOCUMENT Numberof Pages L Date of Document �/`�+=/ s���' ❑OTHER: DESCRIBED AT RIGHT: Signers)Other Than Named Above SIGNER REPRESENTING: (Name Person(.)or IE tity(ies) ) 4 WOLCOTTS FORM 63237 Rev 3-94(pnce cIe H 2A) �1994 WOLCOTTS FORMS,INC S ( ALL PURPOSE ACKNOWLEDGMENT FOR CALIFORNIA WITH SIGNER CAPACITYIREPFESENTATION/TWO FINGERPRINTS II IIIIIIII II 7 67775 63237 s EXHIBIT "A" SCOPE OF SERVICES Contractor shall provide professional services to the City of Palm Springs for the Wastewater Treatment Plant Boundary Survey, City Project No. 02-07, as follows: Task 1: Research—The Contractor shall provide and perform all necessary research of existing recorded maps in the immediate area and use recovered monuments as the basis for the control of the boundary survey. Task 2: Field Survey —The Contractor shall provide and perform a complete and thorough field survey using global-positioning-satellite (GPS) technology of the City of Palm Springs wastewater treatment plant facility. The Contractor shall perform a static GPS survey to locate existing monuments as recovered and any additional control points required to locate the existing fence lines and/or golf course limits. The Contractor shall perform a survey using pseudo kinematic or "Stop and Go" kinematic process to locate all points of deflection and/or curve points of the fence lines and/or golf course limits within the project area. The boundary survey shall be of sufficient detail such that the wastewater treatment plant facility can be distinguished and separated from the adjacent Demuth Park recreation facilities and Tahquitz and Palm Canyon Washes. The Contractor shall field survey the exterior boundary of the wastewater treatment plant facility, and shall field survey the exterior boundary of the Number 1 Lift Pump Station, located separately and distinct from the wastewater treatment plant facility and within the Tahquitz Creek Golf Course. Task 3: Calculations — The Contractor shall perform all required field surveying calculations required for this project. The Contractor shall prepare a base survey plat, showing the horizontal coordinates of every control point found or set. The fence lines and/or golf course limits shall also be shown, with bearings and distances shown between each angle point. All public street right of ways shall be delineated and excluded from the wastewater treatment plant area. Task 4: Legal Descriptions—The Contractor shall provide the City with complete and technically accurate legal descriptions of the wastewater treatment plant facility. The boundary survey of the City properties provided in Task 2 shall be used to produce two separate legal descriptions: one legal description of that portion of the Airport property incorporated into the Demuth Park recreation facility; and one legal description of that portion of the Airport property incorporated into the wastewater treatment plant facility. All portions of the Tahquitz and Palm Canyon Washes shall be excluded from the legal descriptions. Additionally, the Contractor shall provide a legal description of the Number 1 Lift Pump Station, and of the northerly 85 feet of the two percolation ponds east of Gene Autry Trail and south of the "Knotts Berry Farm" waterpark, and the portion of City property identified by the Riverside County Assessor as 680-180-022, Task 5: Plats—The Contractor shall provide the City with complete and technically accurate plats (exhibits) of the legal descriptions prepared in Task 4. r52\276\099999-3000\2022693.2 11,08122/95 Revised 09/01/98 EXHIBIT "A" SCOPE OF SERVICES Task 6: Record of Survey Map — The Contractor shall provide the City with a complete and technically accurate Record of Survey Map, delineating the fence lines and golf course limits used to determine the exterior boundary of the wastewater treatment plant facility. Contractor agrees to begin work upon receipt of an executed copy of this agreement and a Notice to Proceed from the City, and shall complete such work within 15 working days thereof. Special Requirements: The Contractor shall procure and maintain professional liability insurance in a minimal amount of $1,000,000 in conformance with the provisions of Section 4.0 of this Agreement. FS2\276\099999-3000\2022693 2 mOS/2J95 Rev .d 09/01/98 EXHIBIT "B" SCHEDULE OF COMPENSATION Contractor's compensation for services described on attached Exhibit "A" will be on a Lump Sum basis in accordance with Contractor's proposal, for the following lump sum fees: Task 1 — Research $1,300.00 Task 2 — Field Survey $12,920.00 Task 3 — Calculations $1,656.00 Task 4— Legal Descriptions $2,576.00 Task 5 — Plats $1,472.00 Task 6 — Record of Survey Map $4,500.00 Total (Not to Exceed) $24,424.00 Payment shall be made after completion of the work by Task, and after the City's receipt and approval of an invoice therefore. FS2\276\099999d000\20226932 08/22/95 Re,rs.d 09/O1/98 Client#:5i f�COMP ACORD, CERTIFICATE OF LIABILITY INSURANCE D/ATE(MM/DD//02YY) 624 PRoouceq THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Dealey,Renton &Associates AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O.Box 10550 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Santa Ana,CA 92711-0550 714 427.6810 INSURERS AFFORDING COVERAGE INsuRBD JONLY URERA Hartford Fire Ins.Co. The Keith Companies,Inc. uRER e. Travelers Indemnity Co.of Illinois DBA Keith International, Inc./PD URER C' United States Fire Insurance Co. P.O.Box ,CA INSURER❑ Security Ins.Co.of Hartford Santa Ana,CA 92799-5127 NSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSF POLICY EFFECTIVE POLICY EXPIRATION LTR TVPEOF INSURANCE POLICY NUMBER DATE MMIDD/YV GATE MM/DO/YY LIMITS A GGEENERAL LIABILITY 57CESOA1665 12/31/01 12/31/02 EACH OCCURRENCE $11000 Q00 X I COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one hre) $1 QOQ,QQ0 _ CLAIMS MADE 5xiOCCUR INDP.CONTRACTORS MED EXP(Any one person) $10,000 X CONTRACTUAL INCLUDED. PERSONAL&ADV INJURY $1000000 X BFPD XCU,OCP GENERAL AGGREGATE $2,000,OQQ LIM POLICY GEN' GATE PRO- PPLIES PER: PRODUCTS-COMP/OP AGG s2000000 POLICY JECT JECT LOC B AUTOMOBILE LIABILITY P810153D782701 12/31/01 12/31/02 COMBINED SINGLE LIMIT X IANY AUTO (EeaccM.N) $1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Perpercan) $ 1XX HIRED AUTOS BODILY INJURY NON-OWNED AUTOS (Peraccidenl) $ PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ _ ANY AUTO OTHER THAN EA ACC _ $ _ AUTO ONLY. AGO $ EXCESS LIABILITY EACH OCCURRENCE g J OCCUR El CLAIMS MADE AGGREGATE $ DEDUCTIBLE RETENTION $ $ C WORKERS COMPENSATION AND 4086150282 12/31/01 12/31/02 X WC STATU- OTH- EMPLOYERS'LIABILITY V L IT EL EACH ACCIDENT $1,000000 E.L DISEASE-EA EMPLOYEE $1,000,000 E.L.DISEASE-POLICY LIMIT $1,DDD,QDO D OTHER professional PL700885 12/13/01 12/13/02 $2,000,000 Per Claim Liability $2,000,000 Annl Aggr. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Re:Wastewater Treatment Plant Facility Boundary Survey; City Project 02 07 City of Palm Springs is Additional Insured as respects to General Liability.(AI/X) CERTIFICATE HOLDER AD DRIONAL INSUREDONSURER LETTER: CANCELLATION Ten nay Ng1jQe for Non-PayD]QBj gf Premium SHOULD ANYOFTH EBOOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Palm Springs DATE THEREOF, THE ISSUING INSURER WILL ICNRLPW )OP MAIL 30_—DAYS WRITTEN Attn: Marcus L.Fuller NOTICETOTHE CERTIFICATE HOLDERNAMEDTOTHELEFT,EX30AID ERxXX_V NNAV(xX 3200 Tahquitz Canyon Way NNjC06x7tUW(1WDppN7nNp)Qxpn[gtgGNJ(A](MN%NDtlk)[OP1Gx7[NxJ7➢HrNRA)nHONN3N➢7{XD@X x Palm Springs,CA 92262 XXIU3=KXM3=X AUTHORIZED REPRESENTATIVE r ACORD 25•S(7/97)1 of 1 #M69523 -F(MK 0 ACORD CORPORATION 1983 POLICY NUMBER: 57CESOA1665 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES or CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Palm Springs Attn: Marcus L. Fuller 3200 Tahquitz Canyon Way Palm Springs, CA 92262 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of"your work"for that insured by or for you. CG 20 10 11 85