Loading...
HomeMy WebLinkAbout04462 - ALBERT GROVER ASSOC INDAN CANYON TWO WAY CONVERSION CP00-35 Page: 4 Report: Expired Contracts: Oldest Date = / / and XREF = ENGINEERING -Summary October 22, 2003 Contract Number Description Approval Date Expiration Date Closed Date A4391 Tramview Rd Sewer/Street Improvement 09/06/2001 12/01/2001 Contractor :Sanborn AE Insurance Status: Certificate and Policies are OK XREF: ENGINEERING Service: In File A4409 450 S. Sunrise Lease Property 10/03/2001 10/01/2003 Contractor :Boys & Girls Club Insurance Status: XREF: ENGINEERING Service: Incomplete/Missing A4417 Traffic Study 10/17/2001 10/01/2002 t/ Contractor :Albert Grover&Associates Insurance Status: Certificate and Policies are OK XREF: ENGINEERING Service: In File A4430 Downtown Parking Structure Survey, R20232 12/05/2001 12/01/2002 Contractor :Sanborn AE Z Insurance Status: Certificate and Policies are OK XREF: ENGINEERING Service: In File A4459 Alejo/belardo Pkg Lot Impr 03/19/2002 12/01/2002 Contractor:Sanborn AE Insurance Status: Certificate and Policies are OK XREF: ENGINEERING Service: In File A4461 Indian Cyn Str& Bridge Widening, CP01-11, M07033, 3-20-02 03/20/2002 03/01/2003 Contractor :Dokken Engineering Insurance Status: Certificate and Policies are OK XREF: ENGINEERING Service: In File A4462 Indian Cyn 2-way, CP00-35, M04462, 3-20-02 03/20/2002 03/01/2003 Contractor :Albert Grover&Associates Insurance Status: Certificate and Policies are OK ��,• XREF: ENGINEERING N Service: In File Albert Grover & Assoc Indian Two-Way Conversion AGREEMENT #4462 Amend 1 FIRST AMENDMENT TO CONTRACT SERVICES AGREEME CM signed 10-21-02 WITH ALBERT GROVER &ASSOCIATES FOR INDIAN CANYON DRIVE TWO WAY MODIFICATION CITY PROJECT NO. 00-35 The following articles of Agreement No. 4462 are hereby amended to read as follows: SECTION 2.1 Maximum contract amount is amended to Seventy-Four Thousand Five Hundred Seventy-Two Dollars ($74,572.00). EXHIBIT A is amended as follows: Add the following paragraph to Task 5, Final PS&E/Bid Documents: e) Add enhanced cross-walk notes and sections to plans in response to Planning Commission direction to provide decorative cross-walks at Indian Canyon Drive and Alejo Road. EXHIBIT C is amended as follows: Add the following to Task 5, Final PS&E/Bid Documents: e) Decorative cross-walk design per Planning Commission direction, $672.00 Amend the Task 5 subtotal to$7,572.00;and amend the total contact amount to$74,572.00. Except as specifically amended by this Amendment No. 1, all terms and provisions of Agreement No. 4462 remain in full force and effect. ATTEST: CITY OF PALM SPRINGS, a municipal corporation By. ID Clerk City Manager APPROVED AS TO FORM: By: y Attorney Irl :':�rlll( CONTRACTOR, Albert Grover &Associates (Check one: _Individual_Partnership X Corporation) By: 4ige( otanzed) Albert L. over, President/CEO Print Name&Title By: Signature(Notarized) Robert A. Kuehn Secretary Print Name&Title Mailing Address: 211 E. Imperial Highway, Suite 208 Fullerton, CA 92835 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 State of California ss. I County of p On �o '� before me, C ��aP, �At.q9\ 110AfIb" / Data Name and Title of Officer(e a "Jane Doe,Nola Pubhc') personally appeared ��{l �j ��G�l*�a� �t< V s�a�r17 Noradj 11of SgneED Irjl personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are (' subscribed to the within instrument and h acknowledged to me that he/she/they executed fit the same in his/her/their authorized �- capacity(ies), and that by his/her/theirI fi n;ATALIE Eo signature(s) on the instrument the person(s), or commission N 13101?4 z Notary Public:- California Z the entity upon behalf of which the persons) 31 fi orailrgia county acted, executed the instrument. II` �s>' f.4y Crorrin1 i_.n�lres Jul�tl„�pp3� ,�I WITNESS my hand and official seal. �i I� Place Notary Seal Above � ture of Notary Public �I OPTIONAL I( Though the information below is not required bylaw, it may prove valuable to net 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: I' Document Date: Number of Pages: 'I �I 3� Signer(s) Other Than Named Above: 31 Capacity(ies) Claimed by Signer I� Signer's Name: �. ❑ Individual Top of thumb here ❑ Corporate Officer—Title(s): I ❑ Partner—❑ Limited ❑ Generale ❑ Attorney in Fact �I ❑ Trustee 3 ❑ Guardian or Conservator 3i ❑ Other: I iI Signer Is Representing: I �I 01999 National Nolary Association-9350Nis Solo A,,,P.O.Box 2J92-Chelsworlh,CA913f3-2402-wwwnaliona1nolaryorg Pmd No 5907 Reorder Call Toll-Free 1-800-870-5827 Albert Grover & Associates Indian Cyn, 2-Way Modification AGREEMENT 14462 M07034, 3-20-02 CITY OF PALM SPRINGS Department of Public Works and Engineering CONTRACT SERVICES AGREEMENT FOR INDIAN CANYON DRIVE TWO-WAY MODIFICATION CITY PROJECT NO. 2000-35 THIS CONTRACT S RVICES AGREEMENT (herein "Agreement"), is made and entered into this ,4ay of , 2002, by and between the CITY OF PALM SPRINGS, a municipal corporation, (herein 'City") and Albert Grover & Associates, (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 rust 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 propo:_l or bid which shall be incorporated herein by this reference as though fully set forth herein. In the event of any inconsistency between the terms of such proposal and this Agreement, the terms of this Agreement shall govern. 1.3 Compliance with Law. All services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental agency having jurisdiction in effect at the time service is rendered. 1.4 Licenses Permits Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are 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 or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. Should the Contractor discover any latent or unknown conditions, which will materially affect the performance of the services hereunder, Contractor shall immediately inform the City of such fact and shall not proceed except at Contractor's risk until written instructions are received from the Contract Officer. FS2/276/099M-3"/2160684.2 6/14/96 Revived:09/01/98 i�haLIti100�d�1�� C�ISI:> 1 • 1.6 Care of Work. The Contractor shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 1.8 Additional Services. City shall have the right at any time during the performance of the services, without invalidating this Agreement, to order extra work beyond that specified in die Scope of Services or make changes by altering, adding to or deducting from said work. No such extra work may be undertaken unless a written order is first given by the Contract Officer to the Contractor, incorporating therein any adjustment in(i) the Contract Sum, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Contractor. Any increase in compensation of up to five percent (5%) of the Contract Sum or $25,000; whichever is less, or in the time to perform of up to one hundred eighty (180) days may be approved by the Contract Officer. Any greater increases, taken either separately or cumulatively must be approved by the City Council. It is expressly understood by Contractor that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services or reasonably contemplated therein. Contractor hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Contractor anticipates and that Contractor shall not be entitled to additional compensation therefore. 1.9 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made apart hereof are set forth in the "Special Requirements" attached hereto as Exhibit "B" and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit "B" and any other provisions of this Agreement, the provisions 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 Seventy-Three Thousand Nine Hundred Dollars ($73,900.00) (herein "Contract Sum"), except as provided in Section 1.8. The method of compensation may include: (i) a lump sum payment upon completion, (ii) payment in accordance with the percentage of completion of the services, (iii) payment for time and materials based upon the Contractor's rates as specified in the Schedule of Compensation, but not exceeding the Contract Sum or (iv) such other methods as may be specified in the Schedule of Compensation. Compensation may include reimbursement for actual and necessary expenditures for reproduction costs, telephone expense, transportation expense approved by the Contract Officer in advance, and no other expenses and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contractor at all project meetings reasonably deemed necessary by the City; Contractor shall not be entitled to any additional compensation for attending said meetings. 2.2 Method of Payment. Unless some other method of payment is specified in the Schedule of Compensation, in any month in which Contractor wishes to receive payment, no later than the first(1st)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 Fs212761099999-300012160684.E 6n4/96 Re,.reM.09/01/98 2 Contractor for all expenses stated thereon which are approved by City pursuant to this Agreement no later than the last working day of the month. 3.0 PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. Contractor shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the "Schedule of Performance" attached hereto as Exhibit "D", if any, and incorporated herein by this reference. When requested by the Contractor, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty (180) days cumulatively. 3.3 Force Maieure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Contractor shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Contractor's sole remedy being extension of the Agreement pursuant to this Section. 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. 4.0 COORDINATION OF WORK 4.1 Reuresentative of Contractor. The following principals of Contractor are hereby designated as being the principals and representatives of Contractor authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: Mark Miller, Vice-President Project Manager/Project Engineer It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. For purposes of this Agreement, the foregoing principals may not be replaced nor may their responsibilities be substantially reduced by Contractor without the express written approval of City. 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City. It shall be the Contractor's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Contractor shall refer any decisions which must be made F52/296/099999-300012160684.2 6114/96 Revised:09/01/98 3 by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express consent of City. The City's policy is to encourage the awarding of subcontracts to persons or entities with offices located within the jurisdictional boundaries of the City of Palm Springs and, if none are available, to persons or entities with offices located in the Coachella Valley ("Local Subcontractors"). Contractor hereby agrees to use good faith efforts to award 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 ma; consider Contractor's efforts in determining whether it will consent to a particular subcontractor. Contractor shall keep evidence of such good faith efforts and copies of all contracts and subcontracts hereunder for the period specified in Section 6.2. 4.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Contractor's employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Contractor shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a member of any joint enterprise with Contractor. 5.0 INSURANCE, INDEMNIFICATION AND BONDS 5.1 Insurance. The Contractor shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, during the entire term of this Agreement including any extension thereof, the following policies of insurance: (a) 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 property damage or (ii) bodily injury limits of$500,000 per person, $1,000,000 per occurrence and $1,000,000 products and completed operations and FS2296/099999-30002160684 1 6/14/96 Revisetl 09/01/98 4 0 0 property damage limits of$500,000 per 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. A policy of worker's compensation insurance in such amount as will fully comply with 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-day written 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 or the activities of any person or persons for which the Contractor is otherwise responsible. In the event the Contractor subcontracts any portion of the work in compliance with Section 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, 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 F52276/099999-3"/2160684.2 6/14/96 Revised 09/01/98 5 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. 5.3 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 Clerk, which secures the faithful performance of this Agreement,unless such requirement is waived by the Contract Officer Inc 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. 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 Manager or 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 agrees that the minimum limits of the insurance policies and the performance bond required by this Section 5 may be changed accordingly upon receipt of written notice from the City Manager or designee; provided that the Contractor shall have the right to appeal a determination of increased coverage by the City Manager to the City Council of City within ten (10) days of receipt of notice from the City Manager. 6.0 REPORTS AND RECORDS 6.1 Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Contractor agrees that if Contractor becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the work or services contemplated herein or, if Contractor is providing design services, the cost of the project being designed, Contractor shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the FS2/276/099999-30 12160684.2 6114/96 Re,�,cd:09/01/98 6 • 0 estimated increased or decreased cost related thereto and, if Contractor is providing design services, the estimated increased or decreased cost estimate for the project being designed. 6.2 Records. Contractor shall keep, and require subcontractors to keep, such books and records as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the performance of such services. The Contract Officer shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of three (3) years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required. 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 for further 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 end other materials prepared by Contractor in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. 7.0 ENFORCEMENT OF AGREEMENT 7.1 California Law. This Agreement shall be construed and interpreted both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county, 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 or which are necessary to compensate City for any losses, costs, liabilities, or damages FS2/276/099999J000/2160684.2 6/14/96 Revim0 09/01/98 7 0 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 or failing to perform Contractor's obligation under this Agreement. In the event that any claim is made by a third party, the amount or validity of which is disputed by Contractor, or any indebtedness shall exist which shall appear to be the basis for a claim of lien, City may withhold from any payment due, without liability for interest because of such withholding, an amount sufficient to cover such claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect the obligations of the Contractor to insure, indemnify, and protect City as elsewhere provided herein. 7.4 Waiver. No delay or omission in the exercise of any right or remedy by a nondefaulting party on any default shall impair such right or remedy or be construed as a waiver. A parry's consent to or approval of any act by the other party requiring the parry's consent or approval shall not be deemed to waive or render umtecessary the other party's consent to or approval of any subsequent act. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.6 Legal Action. In addition to any other rights or remedies, either party may take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 7.7 Liquidated Damages. Since the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, the Contractor and its sureties shall be liable for and shall pay to the City the sum of One Hundred Dollars ($100.00) as liquidated damages for each working day of delay in the performance of any service required hereunder, as specified in the Schedule of Performance (Exhibit 'D"). The City may withhold from any monies payable on account of services performed by the Contractor any accrued liquidated damages. 7.8 Termination Prior to Expiration Of Term. This Section shall govern any termination of this Agreement except as specifically provided in the following Section for termination for cause. The City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days' written notice to Contractor, except that where termination is due to the fault of the Contractor, the period of notice may be such shorter time as may be determined by the Contract Officer. In addition, the Contractor reserves the right to terminate this Agreement at any time upon, with or without cause, upon sixty (60) days' written notice to City, except that where termination is due to the fault of the City, the period of notice may be such shorter time as the Contractor may determine. Upon receipt of any notice of termination, Contractor shall immediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Except where the Contractor has initiated termination, the Contractor shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or 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. FS2/2761099999-3000/260684 2 6/14/96 Rc,kmd.09/01/98 8 7.9 Termination for Default of Contractor. If termination is due to the failure of the Contractor to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 7.2, take over the work and prosecute the same to completion by contract or otherwise, and the Contractor shall be liable to the extent that the total cost for completion of the services required hereunder exceeds the compensation herein stipulated (provided that the City shall use reasonable efforts to mitigate such damages), and City may withhold any payments to the Contractor for the purpose of set-off or partial payment of the amounts owed the City as previously stated. 7.10 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees. Attorney's fees shall include attorney's fees on any appeal, and in addition a party entitled to attorney's fees shall be entitled to all other reasonable costs for investigating such action, taking depositions and discovery and all other necessary costs the court allows which are incurred in such litigation. All such fees shall be deemed to have accrued on commencement of such action and shall be enforceable whether or not such action is prosecuted to judgment. 8.0 CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 8.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 8.3 Covenant Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this Agreement. Contractor shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin, or ancestry. 9.0 MISCELLANEOUS PROVISIONS 9.1 Notice. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other 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. 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. F52/276/099999-3"21606842 6114196 Revised 09/01/98 9 9.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 9.3 Integration; Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 9.4 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 9.5 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that(i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and(iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS, ATTEST: a municipal corporation Y City Clerk City Manag9r, Agreement over $25,000 APPROVED AS TO FORM: Reviewed and approved by Procurement & Contracting By: {� City Attorney Initials`- y,NJ Date 3 Z aZ P.O. Number FS3276/099999-3W /2 160684.2 6114/96 APPROVED ®7 THE CITY COUNCIL Revised 09/01/98 10 (Check one: _Individual Partnership Corporation) Z#By: r Signature /J ,49,& , Print Name&Title By: / �J Signature/ Print Name &Title (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). Mailing Address: 211 1'. Imperial Highway, Suite 208 Fullerton, CA 92835 (END OF SIGNATURES) I-SI/276/099999-30002160684 2 6/14/96 Revged:09/01/98 II Ask AdML CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of C �,, 60(Ai'c� County of C(1)`4" r On before me, Date Name,mle-e.g,J 6lit Doe,Notary' blic personally appeared ��i c' ���� Name sjbf Signerd(03 " , Personally known to me OR ❑\Proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)is/are subscribed.to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/ her/their signature(s)on the instnunent the person(s),or the entity upon behalf of which the person(s) acted, executed the instrument. NATALIE EID Witness my hand and official seal. Commission#1310174 z �.---A----- Notary Public-California �] Orange County My Comm.Expires Jul 20.2005 Signature of Notary Seal Pont Notary's Name,Counry in whichcoonnussioacd an ' omtmsston Expuauon Date OPTIONAL The data below is not required by law, however it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. SIGNATURE AUTHORITY OF SIGNER: DESCRIPTION OF ATTACHED DOCUMENT ❑INDIVIDUAL ❑ CORPORATE OFFICER(S) ZI PARTNER Title(s) TITLE OR TYPE OF DOCUMENT ❑Llimir= ❑ GENERAL NUMBER OF PAGES ❑ATTORNEY-IN-FACT ❑TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR DATE OF DOCUMENT ❑ OTHER: SIGNER(S) OTHER THAN NAMED ABOVE: NAME(S)OF PERSONS)OR ENm(IES)SIGNER IS REPRESENTING' 0 1997 Reproduction prohibited.Reorder from American Soctery of Notanes,S'JO.E22-.9392. EXHIBIT "A" SCOPE OF SERVICES The intent of this contract is to provide the City with traffic and civil engineering design services, and landscape architectural services to accomplish the following items: conversion of one-way traffic circulation to two-way traffic circulation on North Palm Canyon Drive and Indian Canyon Drive between Alejo Road and Granvia Valmonte; modification of Granvia Valmonte to provide on-street parking adjacent to the Francis Stevens Park complex; construction of a fully landscaped median island or islands within Indian Canyon Drive between Alejo Road and Granvia Valmonte. The Scope of Services as detailed herein shall provide the City with engineering plans, specifications and estimates (PS&E) with which to facilitate future construction of the desired improvements Task 1: Kick Off Meeting/Circulation Discussion The Contractor shall conduct a pre-design conference meeting with the City to discuss project objectives, project schedule, circulation needs, traffic signal timing criteria, budget factors, and various other project parameters and constraints. The Contractor shall present a complete discussion of preliminary traffic distribution and circulation issues, and suggested available options and alternatives for the two-way conversion. Task 2: Data Collection/Circulation Analyses The Contractor shall conduct analyses to quantify both short and long term levels of service in the project study area. For short term analysis purposes, the Contractor shall use, as a basis, recent ADT and turning movement counts either currently available from the City or that will be collected as part of this project if such counts are currently not available. Traffic counts shall be adjusted for seasonal fluctuations if necessary. The Contractor shall collect data, via review of City provided as-built plans combined with a field inventory update, for all existing geometric conditions such as roadway widths, turn pocket lengths and widths, etc., signal control hardware, striping and signing, signal phasing, cycle lengths, etc. Topographic field surveying, as necessary, shall be provided to complement all record information and to accommodate engineering design of proposed improvements along Grandvia Valmonte and Indian Canyon Drive. Analysis shall be conducted to evaluate traffic signal warrants at the North Palm Canyon Drive /Granvia Valmonte intersection. Task 3: Preliminary PS&E The Contractor shall prepare preliminary plans, specifications, estimates (PS&E) and contract documents for: a) Modification of existing traffic signals at Indian Canyon Drive/Granvia Valmonte, North Palm Canyon Drive/Alejo Road, and Indian Canyon Drive/Alejo Road b) Installation of a new traffic signal at North Palm Canyon Drive/Granvia Valmonte (if warranted) c) Traffic striping and signing for Granvia Valmonte, North Palm Canyon Drive, Alejo Road, and Indian Canyon Drive d) Street improvements along Granvia Valmonte, North Palm Canyon Drive, and Indian Canyon Drive including curb relocations, new median islands, "pork chop" island removals, new diagonal parking spaces, bike lane, pedestrian walkway, and other proposed appurtenant street improvements PS2/276/099999-3000/21606802 6/14196 I2eviseJ 09/01/98 EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 12 e) Median island landscaping and irrigation improvements within Indian Canyon Drive, including schematics, designs for landscape, decorative hardscape and plant palettes; irrigation, planting and miscellaneous details, and appurtenant landscaping/irrigation improvements f) Street/walkway electrical and lighting improvements along Granvia Valmonte Preliminary plans shall be drawn on standard 24"X36" City title block sheets. Project specifications shall be written, based on Greenbook Standard Specifications, in Microsoft Word, Version 97. Estimates shall be prepared for each individual item of work. In addition to the required plans, a title sheet will also be prepared. All design shall conform to the latest guidelines of the Federal Manual on Uniform Traffic Control Devices, the Traffic Manual of the State of California Department of Transportation, NEMA, and other accepted industry standards and specifications. Preliminary plans shall be prepared and submitted to the City for review and comment. Each plan sheet shall be prepared utilizing AutoCAD Release 14. Task 4: City Review The City will review the preliminary submittal and will provide written comments and suggested revisions to the preliminary PS&E. The Contractor shall meet with the City to discuss City comments before changes are made for the next submittal to the City. Task 5: Final PS&E/Bid Documents The Contractor shall prepare final plans and submit to the City for final review and comment, and make appropriate revisions. The Contractor shall prepare Bid and Contract documents, including finalized specifications and c(`st estimates for: a) Traffic Signal/Striping/Signing b) Roadway Improvements c) Landscaping/Irrigation d) Street/walkway Electrical and Lighting The Contractor shall provide all cost estimate back-up material, pertinent design correspondence, and any other back-up material to the City. Task 6: Modify Signal Timing Plans/Time-Space Dia rams The Contractor shall modify existing a.m., mid-day and p.m. peak hour, off-peak and weekend timing plans for Palm Canyon Drive and Indian Canyon Drive to reflect any changes at Granvia Valmonte, and Alejo Road. Time of day plans shall be modified based on field observations, 24-hour traffic counts, proposed distribution/redistribution factors, and input from City staff. The Contractor shall submit modified signal timing plans and time-space diagrams to the City for review. The Contractor shall develop individual controller timing sheets and submit to the City for review. The Contractor shall meet with the City to discuss their comments, and make changes prior to the next submittal to the City. PS2/2761099999J000/2160684 2 6/14196 Revise0.09/01/99 EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 13 Task 7: City Review The City will review the modified signal timing plans and time-space diagrams and will provide written comments and suggested revisions. The Contractor shall meet with the City to discuss City comments before changes are made for the next submittal to the City. Task 8: Finalize Timin Plans/Time Space Dia rams Based on City comments, finalized timing plans, time-space diagrams and controller timing sheets shall be prepared by the Contractor and submitted to the City for final review and approval. Task 9: Construction Related Services The Contractor shall provide the following assistance to the City: a) Answer questions during the bidding process. b) Review bids and recommend award. c) Prepare agenda and conduct pre-construction meeting. d) Review Contractor's proposed schedule. e) Provide as-builts upon completion of construction, based on red-lined plans provided by the construction contractor or City inspector. Task 10: Implementation and Fine-Tuning of Timing Plans Following construction of the proposed improvements, the Contractor shall enter the new local timing data and coordinated timing plans into the individual controllers at all project intersections. Each timing plan shall identify cycle lengths, splits and offsets for all signals along Palm Canyon Drive and Indian Canyon Drive, and shall identify start times and end times for each of the five separate timing plans. The Contractor shall observe the new timing in the field, and new timing shall be tested for two weeks. Coordinating with City staff, the Contractor shall provide fine-tuning adjustments to the timing as necessary, and shall prepare revised timing plan data files and time-space diagrams. END OF EXHIBIT "A" FS21276/099999-M/2160684 2 6/14196 Revised:09/01/99 EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 14 EXHIBIT "B" SPECIAL REQUIREMENTS Section 5.1, Insurance, first paragraph after 5.1(d), add: "except for Professional Errors and Omissions Insurance" to the end of the first sentence. Section 5.1, Insurance, replace (d), Additional Insurance, with the following: (d) Professional Errors and Omissions Insurance. A policy of Professional Errors and Omissions Insurance in an amount not less than Five Hundred Thousand Dollars ($500,000.00)per claim and in the aggregate with respect to loss arising from the actions of the Contractor performing professional services hereunder on behalf of the City. Section 5.3, Performance Bond, is waived. END OF EXHIBIT "B" EXHIBIT "B" RS],,/d I09/01/98 002160684 6/14/96 TO CONTRACT SERVICES AGREEMENT Revered 09/01/90 15 EXHIBIT "C" SCHEDULE OF COMPENSATION Tasks listed below are identical to tasks identified in Exhibit "A" of this Agreement. Task Lump Sum 1. KickOff Meeting/Circulation Discussion $2,000 2. Data Collection/Circulation Analyses $9,500 3. Preliminary Signal and Interconnect PS&E a. Traffic Signal Modification Plans i. Indian Canyon Drive/Granvia Valmonte $ 5,000 ii. North Palm Canyon Drive/Alejo Road $5,000 iii. Indian Canyon Drive/Alejo Road $ 5,000 b. Traffic Signal Installation Plans i. North Palm Canyon Drive/Granvia Valmonte $ 5,000 C. Traffic Striping & Signing Plans $ 5,000 d. Street Improvement Plans $ 18,000 C. Landscaping& Irrigation Plans $7,000 f. Street/Walkway Electrical and Lighting Plans 1,500 Sub-total: $51,500 A. City Review $0 5. Final PS&E/Bid Documents a. Traffic Signal, Striping & Signing Plans $ 3,000 b. Street Improvement Plans $2,700 C. Landscaping & Irrigation Plans $ 1,000 d. Street/Walkway Electrical and Lighting Plans 200 Sub-total: $ 6,900 6. Modify Signal Timing Plans/Time-Space Diagrams $2,000 7. City Review $ 0 S. Finalize Timing Plans/Time-Space Diagrams $500 9. Construction Related Services $0 10. Implementation and Fine-Tuning of Timing Plans 1 500 Total: $ 73,900 Lump sum payments shall be made to contractor upon completion of the individual tasks, or portions thereof, as noted above. END OF EXHIBIT "C" EXHIBIT "C" TO CONTRACT SERVICES AGREEMENT EXHIBIT "D" SCHEDULE OF PERFORMANCE Tasks 1 - 3 shall be completed within 2 months of the receipt of a Notice to Proceed from City. Task 5 shall be completed within two weeks upon completion of Task 4. Task 6 shall be completed within 2 months upon completion of Task 4. Task 8 shall be completed within two weeks upon completion of Task 7. Tasks 9 and 10 shall be provided as and when required by the City. END OF EXHIBIT "D" FS2/276/099999J000/216068416114196 EXHIBIT "D" Re,,M:09/01/98 TO CONTRACT SERVICES AGREEMENT 17 �ACORD„ CERTIFICAf# OF LIABILITY INSU NCE DATE(MMIDDIYY) 03/18/2002 PRODUCER (949)263-0606 FAX (949)263-0906 THIS CERTIFICATE IS -„UED AS A MATTER OF INFORMATION Complete Insurance, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR California DOI #0437762 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 1500 Quail St. , Suite 410 Newport Beach, CA 92660 INSURERS AFFORDING COVERAGE INSURED Albert Grover & Associates INSURER American Motorists Ins. Co. 211 E Imperial Hwy #208 INSURERS (c/o Kemper KSA) Fullerton, CA 92835 INSURER INSURER D INSURER 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 INSR rypE OF POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTR DATE MMIDDIYY DATE MMIDDMI LIMITS GENERAL LIABILITY 7RS66399401 07/01/2001 07/01/2002 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LABILITY _ FIRE DAMAGE(Any one lire) S Soo,000 CLAIMS MADE XO OCCUR MED EXP(Any one person) $ 10,000 A PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGO $ 2,000,000 POLICY PRO LOC CT AUTOMOBILE LIABILITY 7RS66399401 07/01/2001 07101,12002 COMBINED SINGLE LIMIT ANY AUTO (Ea accidenl) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) A % HIRED AUTOS BODILY INJURY $ % NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EAACC $ AUTO ONLY AGG $ EXCESS LIABILITY 7RS66399401 07/01/2001 07/01/2002 EACH OCCURRENCE $ 2,000,000 X OCCUR ❑ CLAIMS MADE AGGREGATE $ 2,000,000 A $ DEDUCTIBLE If RETENTION $ $ WORKERS COMPENSATION AND 7BG08850201 07/01/2001 07/01/2002 % TORYLIMITS OER EMPLOYERS'LIABILITY A EL EACH ACCIDENT $ 1,000,000 EL DISEASE-EA EMPLOYEE $ 1,000,000 EL DISEASE-POLICY LIMIT $ 1,000,000 OTHER 10 day notice applies to non-payment and/or non-reporting DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS ertificate holder is additional insured as respects general liability but only if required by written .tract with the named insured prior to an occurence and as per coverage form BP7434. Coverage subject o all policy terms and conditions. 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 X%XX%ORXpD MAIL City of Palm Springs 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Attn: Marcus Fuller, Associate Civil Engineer XxIXF?PX'lOBCB('ttMYNDX9UFK]OOIWOIX9ED4XLtlD1Bi061Ek16JOlim5M�D6CURX.YA'B1l.q%% 3200 Tahquitz Canyon Way CiB(.KN6XttN�1PItlIXXHfXOCt4WXAn\Y;LfsD:OflNx9(OIFX&EpRE(9FJ0%4QWC9CX X%XXXX Palm Springs, CA 92262 AUTHORIZED REPRESENTATIVE Alicia Igram, AAI'I/MICHMA ACORD 25-5(7197) ©ACORD CORPORATION 1988 AGDW. CERTIFICATE OF LIABILITY INSURANCE ioi izoo PRODUCER (949)263-0606 FAX (949)263-0906 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Complete Insurance. Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE California DOI #0437762 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 19000 MacArthur Blvd., Penthouse Floor Irvine, CA 92612-1447 INSURERS AFFORDING COVERACE NAIC 4 INSURED INSURERA: Fidelity and Guaranty InSurance Company Albert Grover & Associates jlusuRgRk St. Paul Fire & Marine Ins Co 211 E, Imperial Hwy, Ste. 208 INSURERC: (C/o St. Paul) Fullerton, CA 92835 INSURER DI INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDIN ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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- INSR D TYPE OF INSURANCE POLICY NUM POLICY9 FECTIVE PO CTE%PIRATION LIMITS GENERALLIABILITY BKOIS10192 07/0l/2003 07/Ol/2004 EAcHoccuRRENcE s 1,000,000 X COwMERCIAL GENERAL LIABILITY -DAMAGET RENTED S S00 000 CLAIMS MADErVI OCCUR MET,EXF(Any one Pmean) S 10,00 A PERSONAL A ADV INJURY S 1,000,000 GENERAL AGGREGATE $ 21000.000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS,CDMPIOPAGG S 2,000.000 POLICY 71 JEOTOAO- LOC AUTOMOBILE LIABILITY RKOM0192 07/01/2003 07/01/2004 COMBINED SINGLE LIMIT ANYAUTO (Eawvdm0 B 1,000.000 ALL OWNED AUTOS BODILY INJURY S SCHEDULED AUTOS (P,,W446) A X HMEDAUTOS BODILY INJURY X NON-OWNED AUTOS (Par IMIGeM) S PROPERTY DAMAGE S (rera"Idem) ARAGELIABILITY AUTO ONLY-EAACCIDENT S ANY AUTO OTHERTHAN EA ACC S O AUTO ONLY: AGO S EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ 2.000.00 71 OCCUR LIWIMS MADE AGGREGATE S 2,000.00 A BKO15I0192 07/Ol/2003 07/01/2004 s DEDUCTIBLE S RETENTION $ S WORKERS COMPENSATION AND WVASDD369S 07/01/20D3 07/01/2004 X WCSTATU- EMPLOYERS'LIABILITY E.L EACH ACCIDENT S 1,000,00( B ANY PROPRIETOR/PARTNERIEXECUTIVE OFFICERIMEMBER EXCLUDED? E.L.DISEASE•EA EMPLOYEE S 1,000,000 Eyea donbewoof E.bDIEEASE-POLICY LIMIT S 1 000,00 9PECIAL PROVISIONS bell- OTHER 10 day notice applies to non-payment and/or non-reporting DESCRIPTION OP OPERATIONS I LOCATIONS l VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS ertificate holder is additional insured as respects general liability but only if required by written Contract with the named insured prior to an occurence and as per endt. form CL/BF 21810101, Coverage subject to all policy terms and conditions. E: Sunrise Way Coordination Timing TIFI T CANCELLAM SHOULD ANYOF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF.THE ISSUING INSURER WILL 1'110tXV Vft MAIL 30 OATS WmTTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. City of Palm Springs 11xpI�I�Jf9G1ExxEEdfdd6YL1(aOIMIOkY)OxYxd[-0W67d{Jt1QXlA>bXMXXX Attn: Carrie (Traffic Engineering) 3200 Tahquitz Canyon Way XKAWA*XxkxkxmKlxku*lxwMldxxbuwuueLwxxxxxxxx Palm Springs, CA 92262 AUTHORIZED REPRESENTATIVE � , Q Alicia I ram ICHMA 7 ACORD 25(2001/00) (PACORD CORPORATION 1988 E 'd 6908 'ON 9060—E9Z (P6) 9)HVxASV H197M) NV67 :01 HU '01 ',ran