HomeMy WebLinkAbout04478 - DMG MAXIMUS PLANNING BUILDING RECRUITMENT Maximus, Inc
• Building Director Recruitment
AGREEMENT #4478 Amend 1
CM signed 8-22-02
AMENDMENT#1 TO CONTRACT SERVICES AGREEMENT#4478 WITH MAXIMUS, INC.
FOR
EXECUTIVE RECRUITMENT SERVICES
THIS 1s` AMENDMENT TO THE AGREEMEN-T FOR CONTRACT SERVICES (#4478 herein
Agreement), is made and entered into this day of 2002, by and between the
City of Palm Springs (herein City or Owner), a municipal co oration, and Maximus, Inc. (herein
Contractor), and amends that certain Agreement for contract services dated April 11, 2002, as
amended, between the same parties, as follows:
1. EXHIBIT A, SCOPE OF SERVICES, is hereby amended as follows:
The scope of services is changed from recruitment of a Planning Manager to recruitment
of a Director of Building and Safety.
Il. EXHIBIT B, SCHEDULE OF COMPENSATION, is hereby amended to add the following:
The expense allowance is increased from $6500 to $8500.
Total revised compensation for all services and expenses shall not exceed $23,500.00.
(SIGNATURES ON FOLLOWING PAGE)
• •
IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the
date first written above.
CITY OF PALM SPRINGS
A(TTE_8 ' a municipal corporation
City Clerk City Manager V
APPROVED AS TO FORM:
It n4)By:
City Attorney
CONTRACTOR: Check one:—Individual_Partnership/Corporation
Corporations require two notarized signatures: One from each of the following: A. Chairman of Board, President, or any Vice
President.
AND B.Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). � (�
By: By:
/ Signatu/r�e notarized) Signature(notarized)
2 p(�
Name: /y��2� ff�� (7(. 6 "L7f Name: At f s lF-
Title: ✓' ` Title: -kss I
State of_ `/± I State of_M
County of ss County of Q—OO lBS `
On1 oT before re me,_♦L� PiIG �1� 1�O.rS.��r On L>�`� eef ore in �1r.- ��.�-.G1 -a�� J
personally appeared _N01P"4N � bQ,d 1' _ personally appeared _L J i�yS �
ea rsonallL known to m.a (or proved to me on the basis of personally known to me (or proved to me on the basis of
satisfactory evidence) to be the person(r) whose name(A satisfactory evidence) to be the personk) whose name,O
is/all subscribed to the within instrument and acknowledged (is/Tare subscribed to the within instrument and acknowledged
to me that he/s%eJb%y executed he same in htsM&r/thk;lr to me that h%sh�lhey executed the same in hi /herTheir
authorized capacity(!*),and that by hts/fit/UiW signature(S9 authorized capaLiy(j�*J,and that by hi�r/tl eir signature>)'
on the instrument the peison(g, or the entity upon behalf of on the instmment the peison((kr, or the entry upon behalf of
which theperson(gacted,executed theinstrumenl. which the person(�)'acted,executed themstrument
WITNESS my h and and official seat. W ITNES S my h and and official seal.
�_7
Notarynature
Si g � 1���' Notary Signature,,,
Notary Seal: Notary Seal:
OFF3CtAL5P,4L
IalAfd?3'ft'�f!-TATIf tT9C IpI iNM9A JL wyll t T0TAI;Y PUI31 K 0 e r 0'➢L rL t`J'!3
Co m Wkil IV149 ;_I C®MMFsstsr v FxP.YUu Y s,rao6
#4�/11Wt�Cdromlo � ---
I°'Arpl dr
to A4TROIRD BY YH2 C9YY
Maximus, Inc.
-Planning Mgr Recruitment
AGREEMENT #4478
CM signed 4-11-02
CITY OF PALM SPRINGS
CONTRACT SERVICES AGREEMENT FOR
Executive Recruitment Services for Planning Manager
THIS CONTRAC,Z SERVI S AGREEMENT (herein "Agreement') is made and entered
nto this day of ( s9hl, by and between the CITY OF PALM SPRINGS,
a municipal corporation ( rein"City") and Maximus, Inc. (herein "Contractor").
NOW, THEREFORE, the parties hereto agree as follows:
1.0 SERVICES OF CONTRACTOR
1.1 Scope of Services. In compliance with all of the terms and conditions of this
Agreement,the Contractor shall perform the work or services set forth in the "Scope of Services"
attached hereto as Exhibit"A" and incorporated herein byreference. Contractor warrants that all
workand services setforth 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 andAssessments. Contractorshall obtain at its sole
cost and expense such licenses, permits and approvals as may be required by law for the
performance of the services required by this Agreement.
2.0 COMPENSATION
2.1 Contract Sum. For the services rendered pursuant to this Agreement,
Contractor shall be compensated in accordance with the"Schedule of Compensation" attached
hereto as Exhibit "B" and incorporated herein by this reference, but not exceeding the maximum
contract amount of twenty-one thousand five hundred dollars ($21,500.00) ("Contract Sum").
2.2 Method of Payment. Provided that Contractor is not in default under the
terms of this Agreement, in any month in which Contractor wishes to receivepayment, no laterthan
the tenth (101") 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. City
shall pay Contractor for all expenses stated thereon which are approved by City pursuant to this
Agreement no later than the last working day of the month.
3.0 COORDINATION OF WORK
3.1 Representative of Contractor. Norm Roberts and Eric Middleton are 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. Sue Mills is hereby designated as being the
representative the City authorized to act in its behalf with respect to the work and services specified
herein and make all decisions in connection therewith ("Contract Officer"). The City Manager of
City shall have the right to designate another Contract Officer by providing written notice to
Contractor.
H:\USERS\WPPUBLIC\02Rfp\Wximus-03-27.wpd
October 30,2001
-1-
1
3.3 Prohibition Against Subcontracting or Assignment. Contractor shall not
contract with any entity to perform In whole or in part the work or services required hereunder
without the express written approval of the City. Neither this Agreement nor any interest herein
may be assigned ortransferred,voluntarilyor by operation of law, without the prior written approval
of City. Any such prohibited assignment or transfer shall be void.
3.4 Independent Contractor. Neither the City nor any of its employees shall have
any control over the manner, mode or means by which Contractor, its agents or employees,
perform the services required herein, except as otherwise set forth. Contractor shall perform all
services required herein as an independent contractor of City and shall remain under only such
obligations as are consistent with that role. Contractor shall not at any time or in any manner
represent that it, or any of its agents or employees, are agents or employees of City.
4.0 INSURANCE, INDEMNIFICATION AND BONDS
4.1 Insurance. The Contractorshall procure and maintain,at its solecost and
expense, in a form and content satisfactory to City, during the entire term of this Agreement
including any extension thereof, the following policies of insurance:
(a) Commercial General Liability Insurance. A policy of commercial general
liability insurance written on a per occurrence basis with a combined single limit of at least
$1,000,000 bodily injury and property damage including coverages for contractual liability,
personal injury, independent contractors, broad form property damage, products and
completed operations.The Commercial General Liability Policyshall name the City of Palm
Springs as an additional insured in accordance with standard ISO additional insured
endorsementform CG2010(1185) or equivalent language.
(b) Worker's Compensation Insurance. A policy of worker's
compensation insurance in an amountwhich fully complies with the statutory requirements
of the State of California and which includes $1,000,000 employer's liability.
(c) Business Automobile Insurance. A policy of business automobile
liability insurance written on a per occurrence basis with a single limit liability in the amount
of $1,000,000 bodily injury and property damage. Said policy shall include coverage for
owned, non-owned, leased and hired cars.
(d)Additional Insurance. Additional limits and coverages, which may
include professional liability insurance, will be specified in Exhibit B.
All of the above policies of insurance shall be primary insurance. (Reference Section 4.4
regarding sufficiency.) The insurershall waive all rights of subrogation and contribution it may have
against the City, its officers, employees and agents, and their respective insurers. In the event any
of said policies of insurance are canceled, the Contractor shall, prior to the cancellation date,
submit new evidence of insurance in conformance with this Section 4.1 to the Contract Officer. No
work or services under this Agreement shall commence until the Contractor has provided the City
with Certificates of Insurance, endorsements or appropriate insurance binders evidencing the
above insurance coverages and said Certificates of Insurance, endorsements, or binders are
approved by the City.
The contractor agrees that the provisions of this Section 4.1 shall not be construed as
limiting in any way the extent to which the Contractor may be held responsible for the payment of
damages to any persons or property resulting from the Contractor's activities or the activities of any
person or persons for which the Contractor is otherwise responsible.
H:\USERS\WPPUBLICkO2Rfp\N4aximus-03-27.wpd
October 30, 2001
-2-
1
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, including paying any legal costs, attorneys' fees, or paying any judgment
(herein "claims or liabilities")that may be asserted or claimed by any person, firm or entity arising
out of the negligent performance of the work or services 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, but excluding such claims or liabilities
to the extent caused by the negligence or willful misconduct of the City.
4.3 Performance Bond. Concurrently with execution of this Agreement,
Contractor shall deliver to City a performance bond in the sum of the amount of this Agreement,
in the form provided by the City, which secures the faithful performance of this Agreement, unless
such requirement is waived by the Contract Officer. The bond shall contain the original notarized
signature of an authorized officer of the surety and affixed thereto shall be a certified and current
copy of his power of attorney. The bond shall be unconditional and remain in force during the
entire term of the Agreement and shall be null and void only if the Contractor promptly and faithfully
performs all terms and conditions of this Agreement.
4.4 Sufficiency of Insurer or Surety. Insurance or bonds required by this
Agreement shall be satisfactory only if issued by companies qualified to do business in California,
rated"A"or better in the most recent edition of Best's Key Rating Guide or in the Federal Register,
unless such requirements are waived by the City Manager or designee of the City Manager due
to unique circumstances. In the event the City Manager determines that the work or services to
be performed under this Agreement creates an increased or decreased risk of loss to the City, the
Contractor agrees that the minimum limits of the insurance policies and the performance bond
required by this Section 4 may be changed accordingly upon receipt of written notice from the City
Manager or designee; provided that the Contractor shall have the right to appeal a determination
of increased coverage by the City Manager to the City Council of Citywithin ten (10)days of receipt
of notice from the City Manager.
5.0 TERM
5.1 Term. Unless earlier terminated in accordance with Section 5.2 below, this
Agreement shall continue in full force until August 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
services hereunder except as may be specifically approved by the Contract Officer. In the event
of termination by the City, Contractor shall be entitled to compensation for all services rendered
prior to the effectiveness of the notice of termination and for such additional services specifically
authorized by the Contract Officer and City shall be entitled to reimbursement for any
compensation paid in excess of the services rendered.
6.0 MISCELLANEOUS
6.1 Covenant Against Discrimination. Contractor covenants that, by and for
itself, its heirs, executors, assigns and all persons claiming under or through them, that there shall
be no discrimination against or segregation of, any person or group of persons on account of race,
H:\USERS\WPPUBLIC\02Rfp\Maximus-03-27.wpd
October 30, 2001
-3-
color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this
Agreement. Contractor shall take affirmative action to ensure that applicants are employed and
that employees are treated during employment without regard to their race, color, creed, religion,
sex, marital status, national origin or ancestry.
6.2 Non-liability of City Officers and Employees. No officer or employee of the
City shall be personally liable to the Contractor, or any successor in interest, in the event of any
default or breach by the City or for any amount which may become due to the Contractor or to its
successor, or for breach of any obligation of the terms of this Agreement.
6.3 Conflict of Interest. No officer or employee of the City shall have any
financial interest, direct or indirect, in this Agreement nor shall any such officer or employee
participate in any decision relating to the Agreement which effects his financial interest or the
financial interest of any corporation, partnership or association in which he is, directly or indirectly
interested, in violation of any State statute or regulation. The Contractor warrants that it has not
paid or given and will not payor give any third partyany 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 SeverabilitV. In the event that part of this Agreement shall be declared invalid
or unenforceable by a valid judgment or decree of 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 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 ornot the matter
proceeds tojudgment.
H:\USERS\WPPUBLIC\02Rfp\Maximus-03-27.wpd
October 30,2001
-4-
6.10 Corporate Authori�. The persons executing this Agreement on behalf of the
parties hereto warrant that(i)such party is duly organized and eAsting,(ii)they are dulyauthorized
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.
IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as
of the date first written above.
1EST,3y CITY OF PALM SPRINGS,
a municipal corporation
I y C �T By City Manager f
---;,
CONTRACTOR:
Byc w
Signature (Notarized)
sir
Corporations require two notarized NO wt /;?,Lzr113 VP
signatures:one from each of the following:A. j Print Name & Title
Chairman of Board, President, or any Vice I9
President; and B. Secretary, Assistant By UULIL w�
Secretary, Treasurer,Assistant Treasurer,or Signature (Notarized)
Chief Financial Officer
� ttc C S
Print Name & title
mwdn5on##1271W Mailing Address
WD.N C �No loLl7y 5�+z�r�i /3/Jp / zl'g
a n cam
Mrcrnm.�sN,aiaam�
yy /-cs A nye/es c.4 gDOZS
ILL �•qy,.;°.^s`:�s"..?a2J�rs',,..;.�^v?iJ.ft^^S.S,SS�w-;Z
Agreement over/under$25,000
Reviewed and approved by
Procurement&Coatracttnd S b P-r✓7 AR
Initials ` Date jj 'r ua
P.O.Number
H:\USERS\WPPUBLIC102Rfp\Maximus-03-27.wpd i r
October 30, 2001 v � 0-I. R-L FLJ fA- LI t—
APPKMDBYTK3QWLAM^=
•,,,-
r
EXHIBIT "A"
SCOPE OF WORK
Contractor is to provide executive recruitment services for the Planning Manager position for the
City of Palm Springs.
The following services shall be provided in the recruitment effort:
Organizational and Position Analysis
Interview the appropriate individuals to determine views of the position and expectations
regarding desirable training,experience and personal characteristics of candidates. Gather
and review relevant updated information about the City and the Planning Department, such
as budgets, organization charts, etc.
Submit a Recruitment Profile with the desired qualifications and characteristics for City
approval. The Recruitment Profile sent to the potential candidates will include information
about the City, the Department, the job and the criteria established by the City.
Conduct an informal salary survey of surrounding and like cities for positions having a
similar scope of responsibilities as the City's Planning Manager position.
Recruitment
Contractor shall utilize it's experience, contacts and file data to actively seek out, on a
statewide basis, individuals with superior qualifications and invite and encourage their
interest in the City's Planning Manager position.
There will be no discrimination against any applicant for employment on the basis of race,
religion, creed, age, color, marital status, sex, sexual preference, disability, medical
condition,veteran status or national origin.
Preliminary Screening
Review, acknowledge and evaluate all resumes received. Preliminary screening will be
based upon criteria contained in the Recruitment Profile, information contained in the
resumes submitted and knowledge of the people and organizations in which they work.
Telephone screening will be conducted with the most promising candidates to gain a better
understanding of their backgrounds.
Progress Reporting
Upon completion of the preliminary screening, assemble and submit a progress report of
the leading candidates to the City. The report will include summary resumes,supplemental
information and the original resumes of those candidates believed to be best qualified for
the position. Supplemental information on a candidate typically includes: the size of the
organization for which the person works, reporting relationships, budget responsibility, the
number of people supervised, related experience and reasons for interest in the position.
Any other specific information will be dictated by the criteria set forth in the Recruitment
Profile.
H:\USERS\WPPUBLIC\02Rfp\Maximus-03-27.wpd
October 30, 2001
-6-
The purpose of the progress report is to allow the City an opportunity to review the
candidates prior to the conclusion of the search and allows feedback on the caliber of the
candidates recruited.
Candidate Evaluation
Interview(either in person or via video-conference)those candidates whose qualifications
most closely match the criteria established by the City. Examine candidate's qualifications
and achievements in view of the selection criteria. Verify degrees and certifications and
gather newspaper articles via the Internet.
Conduct telephone reference checks by speaking directly with individuals who are,or have
been, in a position to evaluate the candidate's performance on thejob. Conduct preliminary
references on candidates to be interviewed and finalize for the top one or two candidates.
Final Reporting and Client Interviews
Assist in scheduling final candidates for interviews with the City and send candidates
packets of information obtained from the City.
Prepare a brief written report for candidates most nearly meeting the City's specifications,
provide interviewing/selection tips, suggest interview questions, and rating forms for use
by the City. Conduct a "briefing session" immediately preceding the interviews to ensure
that the process flows smoothly and assist the City in a "debriefing" immediately following
the interviews. Conduct credit/criminal/civil litigation/motor vehicle record checks on final
candidates and provide supplemental written report.
Additional Assistance
Additional services to be provided include:
Arranging the schedule of interviews and the associated logistics for final candidates;
Providing advice on starting salary, fringe benefits, relocation trends and employment
packages;
Acting as a liaison between the City and the candidate in discussing offers and counter
offers.
Conducting a final round of reference checking with current employers; and
Notifying unsuccessful candidates, who were not recommended for interview of the
decision.
Tasks that the City will perform in conjunction with the efforts of the Contractor include:
Inform Contractor about matters relevant to the search that should be kept confidential;
Providethe Contractorwith names of people the Cityhas previously interviewed/considered
for this position;
Provide Contractor with copies of resumes the City receives in this effort;
H:\US ERS\W PPUBLIC\02Rfp\Maximus-03-27.wpd
October 30,2001
-7-
Schedule of Performance:
Recruitment services shall be provided in accordance with the following schedule (all dates are
from Notice by City to Contractor to proceed):
Week 1 Meetwith appropriate individuals to gather background information.
Week 2-4 Develop and obtain approval for the Recruitment Profile. Develop
a list of potential candidates to target. Prepare and place
advertisements, if desired. Conduct salary survey.
Week 5-8 Active recruitment - solicit, receive and acknowledge resumes.
Week 9 Evaluate resumes and gather supplemental information.
Week 10 Submit progress report and meet with to review leading candidates.
Week11-12 Verify degrees and certifications,conduct preliminary references and
interview the best qualified candidates.
Week 13 Submit final report and initiate the interview process.
Following interviews Finalize references, conduct credit/criminal/civil litigation/motor
vehicle record checks, and assist with negotiations.
The requirements of Section 4.3 for a performance bod are hereby waived.
H:\USERS\WPPUBLIC\02Rfp\Maximus-03-27.wpd
October 30, 2001
-8-
EXHIBIT "B"
SCHEDULE OF COMPENSATION
Total compensation for all services and expenses shall not exceed $21,500.00.
Compensation for the services to be provided shall be a $15,000 flat fee for recruitment services
with a $6500.00 allowance for reimbursable expenses for a statewide search effort.
Contractor shall submit invoices to the City and City shall pay Contractor pursuant to Section 2.2
of this Agreement. Contractor agrees to work with City until its services culminate in recruiting, for
full-time employment at the City, a Planning Manager that meets the City's approval and
qualifications. Pursuant to such agreement, Contractor specifically acknowledges and agrees that
should it fail to find a candidate for Planning Manager that meets the qualifications and approval
of the City Council within the Term or within the contract sum set forth at Section 2.1, or should any
candidate referred by Contractor and approved by the City Council leave the City's employ within
six(6) months of the date of hire, Contractor agrees to perform a new search, at no additional fee
to the City, to recruit a candidate for Planning Manager meeting the approval and qualifications of
the City. Any expenses incurred by Contractor in performing a new search shall be payable to
Contractor, subject to the terms set forth immediately below, except that such new search shall be
subject to a new cap of Six Thousand Five Hundred Dollars ($6,500).
Expenses: Within the time set forth at Section 2.2, City shall reimburse Contractor the actual and
allocated expenses incurred by Contractor for travel, advertising, sourcing, background checks,
printing, photocopying, postage and delivery, telephone and clerical expenses incurred in
connection with the services provided by it under this Agreement in an amount not to exceed Six
Thousand Five Hundred Dollars ($6,500)for a statewide search, provided Contractor first submits
an invoice specifically and adequately describing each expense and the City approves such
expense in its sole discretion. Contractor shall be required to produce to City, upon City's request
therefor, any receipt or other evidence of expenses listed in any invoice provided by Contractor to
City.
Additional Services: In the event the City requires services in addition to those set forth in this
Agreement, Contractor shall be compensated, pursuant to invoices delivered to City in accordance
with Section 2.2 of this Agreement, at a flat rate to be negotiated by, and subject to the approval
of,the parties, plus expenses, as set forth in this Exhibit"B". In the event that City hires,within one
(1) year of the completion of Contractor's services, any candidate identified as a result of
Contractor's recruitment services hereunder for any position other than Planning Manager the City
agrees to pay Contractor a fee of Six Thousand Five Hundred ($6,500) for each candidate hired,
provided, however, that City had not identified such candidate prior to receiving information of that
candidate from Contractor. For purposes of this paragraph, "candidate" is defined to include any
and all individuals about whom information of any sort was provided by Contractor in writing to the
City in the course of Contractor's services under the Agreement. The parties agree that the
obligations set forth in this paragraph shall survive the termination of this Agreement.
H:\USERS\WPPUBLIC\02Rfp\Maximus-03-27.wpd
October 30,2001
-9-
marSh USA Inc . 4/8/02 2 : 58 : PAGE 2/3 RightFAX
,dMk
'D4T (M'MiDD'm�- 1?
4 -Al yx 04/08/02
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
MARSH USA INC, ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
1255 23rd STREET,NW HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
SUITE 400 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
WASHINGTON,DC 20037
Attn PA77YMUNIZ-T-202-263-7769 COMPANIES AFFORDING COVERAGE
COMPANY
500625-MAXIM-GAUWP-2001 A FEDERAL INSURANCE CO
INSURED COMPANY
MAXIMUS, INC.AND ALL SUBSIDIARIES 5 ROYAL INDEMNITY CO
11419 SUNSET HILLS ROAD
RESTON, VA 20190 COMPANY
0 N/A
COMPANY
D
o"KAP t p0
'ek
THIS is TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TOTHE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED,NOTWITHSTANDING ANY REQUIREMENT, TERM CR CONDITION OF ANY CONTRACTOR OTHER DOCUMENTwTH 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 CONDITlCNS OF SUCH POLICIES LIMITS SHOIAN MAY HAVE BEEN REDUCED BY PAIL)CLAIMS
Go TYPE OF INSURANCE POLICYNLIMEER PCLIGYEFFECTIVE POLICY EXPIRATION
L TR DATE(MMIDOM) DATE(MMUDDUYY) LIMITS
GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000
A X COMMERC)a ENERALLIABILiTY 3537'4297 04101/02 04/01103 PRCOUCTS-COMPIOPAGG $ 2,000,0()O
CL AIMSMADF Lm'J OCCUR PERSONAL&MVINJURY 1,00(),00()
OWNER'S&CONTRACTOR'SPRO7 EACH OCCURRENCE 1,000,000
FIRE DAMAGIF(A,yonefre) $ 1,000,000
MED E]AP(My M.p.(=) $ 10,000
AUTOMOBILE LIABILITY
A ANY AUTO 353742-97 04/01/02 04101103 COMBINED SINGLE LIMIT $ 1,000,000
ALL OWNED AUTOS BODILY INJURY $
SCHEDULED AUTOS (Per p.m.)
X HIRED AUTOS BODILYINJURY $
NON-CANNED AUTOS (p
e ac�rdFxM1)
PROPERTY DAMAGE $
GARAGE LIABILITY AUTO ONLY-EAACCIDENT $
MY AUTO OTHER THAN AUTO ONLY
EACH ACCIDENT $
AGGREGATE $
EXCESS LIABILITY EACH OCCURRENCE
UMBRELLAFORM AGGREGATE
OTHER THAN UMBRELLA FORM
ISAIION AND FT7ATjT RY LIMITS EMPLOYERS'LIABILITY
RTO465-555 04V/02 04101103 EACH ACCI DENT $ 1,000L000
THE PROPRtETGRI X INCL UISEASE-POUCYLMT $ 1,000,000
PARTNERSTFXECUTIME
QFFI CERB ARE EXCL DISEASE-EACH EMPLOYED $ 1,000,000
OTHER I
DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESISPECIAl-ITEMS LIMITS MAY HAVE BEEN REDUCED BYPAID CLAIMS AND MAY HAVE DEDUCTIBLES OR RETENTIONS.
'ITY OF PALM SPRINGS IS INCLUDED AS AN ADDITIONAL INSURED FOR GENERAL LIABILITY AS REQUIRED BY CONTRACT WITH THE NAMED
INSURED
CIE rF 14AT 5#914 DERW GEL
"FAT LAP Ak 4,
SHOULD MY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
CITY OF PALM SPRINGS EXPIRATION DATE THEREOF,THE INSURANCE COMPANY WILL ENDEAVOR TO MAIL
ATTN BRUCE R JOHNSON SQ__DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
SENIOR CONTRACTING SPECIALIST BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF
3200 TAHQUrrZ CANYON WAY
PALMS FIRINGS, CA 92262 ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
looss"womm MARSH��Lr)
"SWxmt=tA-=De n
2r,\ , , " , W
N�k- lt,**-, ut,'� -w- ,, ", -
'816A tii6y2% -- -',"7 - K-1�4- � '4" & ik�
Marsh USA Inc . 4/8/02 2 : 58 : PAGE 3/3 RightFAX
A a M I 1^�
IO NAL I � oaTe�n omt
(30657$33 7Q 0 4
PRODUCER COMPANIES AFFORDING COVERAGE
MARSH USA INC. COMPANY
1255 23rd STREET, NW
SUITE 400 E
WASHINGTON,DC 20037
Atm PATTYMUNIZ-T-202-263-7769 COMPANY
F
500 625-MAXIM-GA U W P-2001
INSURED COMPANY
MAXIMUS,INC.AND ALL SUBSIDIARIES
11419 SUNSET HILLS ROAD G
RESTON, VA 20190
COMPANY
H
TEXT", rw. .._... .�
INSURED MAXIMUS, INC.AND ALL SUBSIDIARIES
POLICY NUMBER'3537-42-97 COMMERCIAL GENERAL LIABILITY CG 2010 0397
EFFECTIVEIEXPI RATION DATES. 4/1102-4/1l03
NAME OF COMPANY FEDERAL INSURANCE COMPANY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
ADDITIONAL INSURED-OWNERS, LESSEES OR
CONTRACTORS-SCHEDULED PERSON OR ORGANIZATION
This endorsement modifies insurance provided under the following
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization'
CITY OF PALM SPRINGS, ITS CITY COUNCIL,COMMISSIONS,OFFICERS AND EMPLOYEES.
(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 ansng
out of your ongoing operations performed for that insured.
The coverage provided by this endorsement Is primary insurance over any other Insurance.
CG 20 10 03 97 Page 1 of 1 Copyright,Insurance Services Office, Inc., 1996
CITY OF PALM SPRINGS
ATTN BRUCER JOHNSON
SENIOR CONTRACTING SPECIALIST
3200 TAHQUITZ CANYON WAY
PALM SPRINGS, CA 92262
INCLUDES COPYRIGHTED MATERIAL OF ACORD CORPORATION WITH ITS PERMISSION.