Loading...
HomeMy WebLinkAbout04432 - REDROCK COMMUNICATIONS FIRE WIRELESS NETWORK Page: 1 Report: Expired Contracts: Oldest Date = I / and XREF = FIRE -Summary July 24, 2003 Contract Number Description Approval Date Expiration Date Closed Date A4432 Wireless Network 12/19/2001 12/01/2002 Contractor :Redrock Communications, Inc. Insurance Status: XREF: FIRE DEPARTMENT Service: In File * * * * * * END OF REPORT * * * * * * r � t,•� Redrock Communications ' • Fire Wireless Network CITY OF PALM SPRINGS AGREEMENT #4432 M:06977, 12-19-01 CONTRACT SERVICE AGREEMENT ----- THIS CONTRACT SERVICES AGREEMENT(herein "Agreement"), is made and entered into this=day of_���7_ °ti, ,' X , 2Q , by and between the CITY OF PALM SPRINGS, a municipal corporation, (herein"City') and Redrock Communications, Inc., (herein "Contractor"). The term Contractor includes professionals performing in a consulting capacity. The parties hereto agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all terms and conditions of this Agreement, the Contractor shall provide those services specified in the "Scope of Services" attached hereto as Exhibit"A" and incorporated herein by this reference, which services may be referred to herein as the "services" or "work" hereunder. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality, fit for the purpose intended. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. 1.2 Contractor's Proposal. The Scope of Service shall include the Contractor's proposal or bid which shall be incorporated herein by this reference,as though fully 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 perfotmance 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 R:\USERS\WPPUBLIC\02Rfp\RFP 08-02- Redrock Agreemnt2.wpd November 1, 2001 -1- conditions,which will materially affect the performance of the services hereunder,Contractor shall immediately inform the City of such fact and shall not proceed except at Contractor's risk until written instructions are received from the Contract Officer. 1.6 Care of Work. The Contractor shall adopt reasonable methods during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages,to persons or property, until acceptance of the work by City, except such losses or damages as may be caused by City's own negligence. 1.7 Further Responsibilities of Parties. Both parties agree to use reasonable care and diligence to perform their respective obligations under this Agreement. Both parties agree to act in good faith to execute all instruments, prepare all documents and take all actions as may be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified, neither party shall be responsible for the service of the other. 1.8 Additional Services. City shall have the right at any time during the performance of the services,without invalidating this Agreement, to order extra work beyond that specified in the Scope of Services or make changes by altering, adding to or deducting from said work. No such extra work may be undertaken unless a written order is first given by the Contract Officer to the Contractor, incorporating therein any adjustment in (i) the Contract Sum, and/or(ii) the time to perform this Agreement,which said adjustments are subject to the written approval of the Contractor. Any increase in compensation of up to five percent(5%) of the Contract Sum or $25,000; whichever is less, or in the time to perform of up to one hundred eighty(180) days may be approved by the Contract Officer. Any greater increases, taken either separately or cumulatively must be approved by the City Council. It is expressly understood by Contractor that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services or reasonably contemplated therein. Contractor hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services maybe more costly or time consuming than Contractor anticipates and that Contractor shall not be entitled to additional compensation therefore. 1.9 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the "Special Requirements" attached hereto as Exhibit "B" and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit"B"and any other provisions of this Agreement, the provisions in Exhibit"B" shall govern. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, the Contractor shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit"C" and incorporated herein by this reference, but not exceeding the maximum contract amount of one hundred seventy-six thousand seven hundred ninety one dollars ($176,791) (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 forreproduction RAUSERS\WPPUBLIC\02Rfp\RFP 08-02- Redrock Agreemnt2.wpd November 1, 2001 -2- costs, telephone expense, transportation expense approved by the Contract Officer in advance, and no other expenses and only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance of Contractor at all project meetings reasonably deemed necessary by the City; Contractor shall not be entitled to any additional compensation for attending said meetings. 2.2 Method of Payment. Unless some other method of payment is specified in the Schedule of Compensation, in any month in which Contractor wishes to receive payment, no later than the first (1')working day of such month, Contractor shall submit to the City in the form approved by the City's Director of Finance, an invoice for services rendered prior to the date of the invoice. Except as provided in Section 7.3, City shall pay Contractor for all expenses stated thereon which are approved by City pursuant to this Agreement no later than the last working day of the month. 3.0 PERFORMANCE SCHEDULE 3.1 Time of Essence. Time is of the essence in the performance of this Agreement. 3.2 Schedule of Performance. Contractor shall commence the services pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services within the time period(s) established in the "Schedule of Performance" attached hereto as Exhibit "D", if any, and incorporated herein by this reference. When requested by the Contractor, extensions to the time period(s) specified in the Schedule of Performance may be approved in writing by the Contract Officer but not exceeding one hundred eighty (180) days cumulatively. 3.3 Force Maieure. The time period(s)specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, unusually severe weather,fires,earthquakes,floods,epidemics,quarantine restrictions,riots,strikes,freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Contractor shall within ten (10) days of the commencement of such delay notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Contract Officer such delay is justified. The Contract Officer's determination shall be final and conclusive upon the parties to this Agreement. In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement,however caused,Contractor's sole remedy being extension of the Agreement pursuant to this Section. 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)yearfrom the date hereof, except as otherwise provided in the Schedule of Performance (Exhibit "D"). R:\USERS\WPPUBLIC\02Rfp\RFP 08-02-Redrock Agreemnt2.wpd November 1, 2001 -3- s s 4.0 COORDINATION OF WORK 4.1 Representative of Contractor. The following principals of Contractor are hereby designated as being the principals and representatives of Contractor authorized to act in its behalf with respect to the work specified herein and make all decisions in connection therewith: It is expressly understood that the experience, knowledge, capability and reputation of the foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore, the foregoing principals shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. For purposes of this Agreement,the foregoing principals may not be replaced nor may their responsibilities be substantially reduced by Contractor without the express written approval of City. 4.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City. It shall be the Contractor's responsibility to assure that the Contract Officer is kept informed of the progress of the performance of the services and the Contractor shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.3 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Contractor shall not contractwith any other entity to perform in whole or in part the services required hereunderwithout 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 may consider Contractor's efforts in determining whether it will consent to a particular subcontractor. Contractor shall keep evidence of such good faith efforts and copies of all contracts and subcontracts hereunder for the period specified in Section 6.2. R:\USERS\WPPUBLIC\02Rfp\RFP 08-02-Redrock Agreemnt2.wpd November 1, 2001 -4- 4.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Contractor's employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Contractor shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. City shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a member of any joint enterprise with Contractor. 5.0 INSURANCE, INDEMNIFICATION AND BONDS 5.1 Insurance. The Contractor shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, during the entire term of this Agreement including any extension thereof, the following policies of insurance: (a) Commercial General Liability Insurance. A policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least $1,000,000 bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations.The Commercial General Liability Policy shall name the City of Palm Springs as additional insured in accordance with standard ISO additional insured endorsement form CG2010(1185) or equivalent language. (b) Worker's Compensation Insurance. A policy of worker's compensation insurance in an amount which fully complies with the statutory requirements of the State of California and which includes $1,000,000 employers liability. (c) Business Automobile Insurance. A policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of $1,000,000 bodily and property damage. Said policy shall include coverage for owned, non- owned, leased and hired cars. (d)Additional Insurance.Additional limits and coverages, which may include professional liability insurance, will be specified in Exhibit"B". All of the above policies of insurance shall be primary insurance and issued by companies whose rating satisfies the requirements in Section 5.4 of this agreement. The insurer shall waive all rights of subrogation and contribution it may have against the City, its officers, employees and agents, and their respective insurers. In the event any of said policies of insurance are canceled, the Contractor shall, 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, endorsements or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance, endorsements, or binders are approved by the City. R:\1JSERS\WPPUBLIC\02Rfp\RFP 08-02- Redrock Agreemnt2.wpd November 1, 2001 -5- The contractor agrees that the provisions of this Section 5.1 shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages to any persons or property resulting from the Contractor's activities or the activities of any person or person for which the Contractor is otherwise responsible. In the event the Contractor subcontracts any portion of the work in compliance with Section 4.3 of this Agreement the contract between the Contractor and such subcontractor shall require the subcontractor to maintain the same polices of insurance that the Contractor is required to maintain pursuant to this Section. 5.2 Indemnification. Contractor agrees to indemnify the City, its officers, agents and employees against, and will hold and save them, and each of them, harmless from any and all actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities, (herein"claims or liabilities")that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the worts, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the negligent acts or omissions of Contractor hereunder, or arising from Contractor's negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, whether or not there is concurrent passive or active negligence on the part of the City, its officers, agents or employees but excluding such claims or liabilities arising from the sole negligence or willful misconduct of the City, its officers, agents or employees, who are directly responsible to the City, and in connection therewith: (a) Contractor will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys' fees incurred in connection therewith; (b) Contractor will promptly pay any judgment rendered against the City, its officers, agents or employees for any such claims or liabilities arising out of or in connection with the negligent performance of or failure to perform such work, operations or activities of Contractor hereunder; and Contractor agrees to save and hold the City, its officers, agents, and employees harmless therefrom; (c) In the event the City, its officers, agents or employees are made a party to any action or proceeding filed or prosecuted against Contractor for such damages or other claims arising out of or in connection with the negligent performance of or failure to perform the work, operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers, agents or employees, any and all costs and expenses incurred by the City, its officers, agents or employees in such action or proceeding, including but not limited to, legal costs and attorneys' fees. 5.3 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. R:\USERS\WPPUBLIC\02Rfp\RFP 08-02-Redrock Agreemnt2.wpd November 1, 2001 -6- 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's Key Rating Guide or in the Federal Register, unless such requirements are waived by the City Manager or designee of the City Manager due to unique circumstances. In the event the City Manager determines that the work or services to be performed under this Agreement create an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies and the performance bond required by this Section 5 may be changed accordingly upon receipt of written notice from the City Manager or designee; provided that the Contractor shall have the right to appeal a determination of increased coverage by the City Manager to the City Council of City within ten (10) days of receipt of notice from the City Manager. 6.0 REPORTS AND RECORDS 6.1 Reports. Contractor shall periodically prepare and submit to the Contract Officer such reports concerning the performance of the services required by this Agreement as the Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Contractor agrees that if Contractor becomes aware of any facts, circumstances, techniques, or events that may orwill materially increase or decrease the cost of the work or services contemplated herein or, if Contractor is providing design services, the cost of the project being designed, Contractor shall promptly notify the Contract Officer of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto and, if Contractor is providing design services, the estimated increased or decreased cost estimate for the project being designed. 6.2 Records. Contractor shall keep, and require subcontractors to keep, such books and records as shall be necessary to perform the services required by this Agreement and enable the Contract Officer to evaluate the performance of such services. The Contract Officer shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of three(3)years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required 6.3 Ownership of Documents. All drawings, specifications, reports, records, documents and other materials prepared by Contractor, its employees, subcontractors and agents in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Contract Officer or upon the termination of this Agreement. Contractor shall have no claim 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 any documents or materials prepared by them, and in the event Contractor fails to secure such assignment, Contractor shall indemnify City for all damages resulting therefrom. 6.4 Release of Documents. The drawings, specifications, reports, records, documents and other materials prepared by Contractor in the performance of services under this Agreement shall not be released publicly without the prior written approval of the Contract Officer. RAUSERS\WPPUBLIC\02Rfp\RFP 08-02- Redrock Agreemnt2.wpd November 1, 2001 -7- 7.0 ENFORCEMENT OF AGREEMENT 7.1 California Law. This Agreement shall be construed and interpreted both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Riverside, State of California, or any other appropriate court in such county. Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. 7.2 Disputes. In the event of any dispute arising underthis Agreement,the injured party shall notify the injuring party, in writing, of its contentions by submitting a claim therefor. The injured party shall continue performing its obligations hereunder so long as the injuring party commences to cure such default within ten (10) days of service of such notice and completes the cure of such default within forty-five (45) days after service of the notice, or such longer period as may be permitted by the injured party; provided that if the default is an immediate danger to the health, safety and general welfare,such immediate action may be necessary. Compliance with the provisions of this Section shall be a condition precedent to termination of this Agreement for cause and to any legal action, and such compliance shall not be a waiver of any party's right to take legal action in the event that the dispute is not cured, provided that nothing herein shall limit City's or the Contractor's right to terminate this Agreement without cause pursuant to Section 7.8. 7.3 Retention of Funds. Contractor hereby authorizes City to deduct from any amount payable to Contractor(whether or not arising out of this Agreement) (i) any amounts the payment of which may be in dispute hereunder orwhich are necessary to compensate City for any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be liable to third parties, by reason of Contractor's acts or omissions in performing or failing to perform Contractor's obligation under this Agreement. In the event that any claim is made by a third party, the amount orvalidity of which is disputed by Contractor, or any indebtedness shall existwhich 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 non- defaulting party on any default shall impair such right or remedy or be construed as a waiver. A party's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.5 Rights and Remedies are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.6 LegalAction. Inadditiontoanyotherrightsorremedies,eitherpartymaytake 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. RAUSERS\WPPUBLIC\02Rfp\RFP 08-02-Redrock Agreemnt2.wpd November 1, 2001 -8- 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 ($ ) 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 fortermination for cause. The City reserves the right to terminate this Agreement at any time, with or without cause, upon thirty (30) days written notice to Contractor, except that where termination is due to the fault of the Contractor, the period of notice may be such shorter time as may be determined by the Contract Officer. In addition, the Contractor reserves the right to terminate this Agreement at any time, with or without cause, upon sixty (60) days written notice to City, except that where termination is due to the fault of the City, the period of notice may be such shorter time as the Contractor may determine. Upon receipt of any notice of termination, Contractor shall immediately cease all services hereunder except as may be specifically approved by the Contract Officer. Except where the Contractor has initiated termination, the Contractor shall be entitled to compensation for all services rendered prior to the effective date of the notice of termination and for any services authorized by the Contract Officer thereafter in accordance with the Schedule of Compensation or as may be approved by the Contract Officer, except as provided in Section 7.3. In the eventthe Contractorhas initiated termination,the Contractorshall be entitled to compensation only for the reasonable value of the work product actually produced hereunder. In the event of termination without cause pursuant to this Section, the terminating party need not provide the non- terminating party with the opportunity to cure pursuant to Section 7.2. 7.9 Termination for Default of Contractor. If termination is due to the failure of the Contractor to fulfill its obligations under this Agreement, City may, after compliance with the provisions of Section 7.2, 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 R:\USERS\WPPUBLIC\02Rfp\RFP 08-02-Redrock Agreemnt2.wpd November 1, 2001 -9- 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,byandforitself, 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. In the case of the Contractor, it should be addressed to the person at the address designated on the execution page of this Agreement. Either party may change its address by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in seventy-two (72) hours from the time of mailing if mailed as provided in this Section. 9.2 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 9.3 Integration;Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 9.4 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 9.5 Corporate Authority. The persons executing this Agreement on behalf of the R:\USERS\WPPUBLIC\02Rfp\RFP 08-02- Redrock Agreemnt2.wpd November 1, 2001 -10- 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, a municipal corporation ATTEST: City Clerk City Manager (Check one: _Individual _ Partnership APPROVED AS TO FORM: _Corporation) CONTRACTOR: By: �gj Cit Atiomey By: o' / i "natpyr .. arized) the fol(oMng: A. re two Chairm tarot Board, signatures: ent,from or aneach of �'--�r`f me & Title the following: A. Chairman of Board, President, or any Vice President: AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer,or Chief Financial Officer). 8i nat/ (Notarized) Print Nam(!�&Title MINUTE ORDER #6977 AGMT NUMBER: 4432 AWARDED: 12/19/01 �y Mailing Address: (ru'IiU, �fc{ RAUSERS\WPPUBLIC\02Rfp\RFP 08-02-Redrock Agreemnt2.wpd November 1, 2001 -11- ,anz, .z "_ ,em d�o�k,n--ta�ge 9493803334 mo, � / CK fi rommun , < ltion ; e 1/231200-2 na »cw :ram mmm Deri. av -3 : RE: mr Mary, z n. m confirm : WA m mm =»&area We MAdow and Swromy of R& < zLic. launalso Co-rounde, J mamma w K quids, : \ ^ : 2 » . R r E Cuff,milli r AFFC. « «m« m m s« J ; CALIFORNIA ALL-PURPOSILE ACKNOWLEDOM,'ENT State of County of of ✓ 7/0/ before rne�/ (V, On, 7, )� __ Naradond rude of Officer(ea "Jare Do� Notary Pablo) Date personally appeared Nam.(.)of Signal(s) f;)T o e basis of satisfi��t ry evidence to be theperson(s)o L�personally known tome-OR i roved to me on the instrument 1� "'i whose name(s) is/are subscribed to the within 9 and acknowledged to me that-heishq nth executed the 1 same in-bis/her/heir authorized authorized ca and that by aai I his/her/ I'eir sign ure(s) on the instrument the person( ­®rthe eW tit y-6_pon beTialf of which the person(s) acted, MARGAREf�C�O N�7N executed the instrument. CPMM185803 0 NOTARY PUBLIC-CALIFORNIA LIC-CALIFORNI A 01 ID ORANGE COUNTY cd WITNESS my hand and official seal My Term EXP.June 4 ,2002 :2?OY2 Z *rel6L- V /S19n.Wr.of Nora,Public 14'i OPTIONAL ... ..... Though the information below is not required by law, 12 May Prove Valuable to persons relying on the document and could prevent , fraudulent removal and reattachmeni of this form to another document 12 Description of Attached Document �J; Title or Type of Document: Document Date: Number of Pages: CL, lid Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) H, sil Signer's Name: Signer's Name: Lj Individual Lj Individual E Corporate Officer 0 Corporate Officer Title(s): Title(s): 0 Partner- Ll Limited FI General L Partner—IJ Limited 10 General U Attorney-in-Fact D Attorney-in-Fact D Trustee Ll Trustee YV Ll Guardian or Conservator D Guardian or Conservator Top 01! of thumb here D Other: Top of thumb here 0 Other: Signer Is Representing. Signer Is Representing: A __j 1905 N.,.rmi Notary Association 8236 Reroro.,Av. PO Box 7184•Canoga Park,CA 97209-718- Prod No.5907 R..,d.r Ca Toll-Free 1-800-876-68', EXHIBIT "A" SCOPE OF SERVICES Contractor shall provide all necessary engineering, installation, WAN specialist and all other services, as necessary in providing, furnishing, installing, testing, making fully operational, and maintaining a turnkey, wireless 5.8 GHz point-to-point wide area network linking Palm Springs Fire Department locations. The Fire Department facilities to be linked are: Fire Station #1, 277 N. Indian Canyon Avenue; Fire Station #2, 300 N. El Cielo Road; Fire Station #3, 590 E. Racquet Club Road; Fire Station #4, 1300 La Verne Way; Fire Station #5, 5800 Bolero Road; and the Fire Department Training Facility, 3000 E. Alejo Road. Objectives of Network: Contractor's services hereunder for the interconnection of the Fire Department's outlying locations to the servers at City Hall will enable data sharing of Fire Department records, access to the Internet and access to the City's email servers. The Fire Department's records management system is installed on servers at City Hall. Stand-alone versions are of this system are currently installed on PC's at each remote site. The records management software is SQL based. Interconnection of the Fire Department's outlying facilities will complete the implementation of this records management software. Another objective of the network to be installed by Contractor is to be able to broadcast live or recorded digitized video programs from either the Fire Training Center or Fire Station #442. The network shall have sufficient bandwidth to broadcast to all remote sites simultaneously and shall be able to deliver digitized video programs on-demand. The video-on-demand features of the system shall allow each receiving site to access the video server 24 hours-a-day 7 days-a-week to select and view pre-recorded video training programs. Each remote site may view one program at a time. Live broadcasts may also be digitally recorded, allowing on-demand playback. The video server shall have an initial storage capacity of 30 GB. The storage capacity of the system shall be expandable by means of adding internal or external storage devices. Two-way audio and video communications between the sites is not being considered at this time, therefore cameras are not needed, only the broadcast and receive equipment. The wireless network must operate continuously 24 hours-a-day, seven days a week and must provide simultaneous data transmission at a minimum data transfer rate of 6 MBPS and Ethernet- capable video on-demand distributed at 30 frames per second from the Fire Department Training Facility and received at the Fire Department locations at a minimum of 29.5 frames per-second. Prior to acceptance of the system by the City, complete system as-builts must be delivered to the Fire Department. Specifications for Work and Services: For the Contract Sum as specified in this Agreement including Schedule "C", and within the times set forth in Exhibit "D", Contractor shall provide all services and equipment set forth in this Schedule "A." Contractor shall install the wireless network in accordance with the engineered path study, site plans and communications system-commissioning plan submitted by Contractor to City as part of Contractor's proposal on file with the City. #17819 v3 - Fire Dept Network Agreementl.rtf November 1, 2001 -13- a • Contractor shall install the equipment having the brand names, model numbers and technical specifications for the Fire Department Wireless Point-to-Point Wide Area Network consistent with those described in the Schedule of Compensation attached to this Agreement as part of Exhibit "C-1". • A tower analysis shall be performed and engineering drawings created for the extra load on Police tower. • If utilized, flagpole towers shall replace existing fire station flagpoles and may not exceed 55' in height. • The equipment to be installed must operate in variable weather conditions from 20 to 130 degrees Fahrenheit with rooftop temperatures reaching 160 degrees and wind conditions, which reach 80 MHP gusts. Rain shall not interfere with the operations of the system. • System components must be compliant with FCC and FAA guidelines. • All tower climbers utilized for the project must be OSHA-Certified. Company safety and training program summaries must be submitted for City review. The City reserves the right to review and approve any climber working on a tower during the course of this project. A minimum of two certified climbers must be submitted for consideration. • The City of Palm Springs Information Technology Department will participate in the IP address-planning portion of the design. • Contractor shall further implement an adequate and reliable methodology for testing compliance with the City's performance criteria. All test results must be documented with a copy provided to the City. Independent tests will be conducted by the City's Information Technology Department to validate the contractor's test information. • The system design includes protection of all critical system components by uninterruptible power supplies. Minimum capacity shall be commensurate with the protected equipment's power supply requirements for a minimum of 15 minutes. • Contractor shall not interfere with City's emergency response operations at the City's Fire Department in performing the services hereunder. Contractor further agrees to abide by all rules of City or requests by authorized City personnel regarding the location and manner where Contractors' vehicles may be parked at the City's facilities. • Contractor shall perform the services herein in a clean and professional manner and shall remove any debris, trash, equipment and other items in and around the job sites at the end of each day when services are performed hereunder. Upon completion of Contractor's services hereunder, Contractor shall restore the City facility to a good and clean condition and repair any damages caused to such facilities by Contractor's employees, agents or representatives. Site Survev: Contractor acknowledges that it has performed the following surveys and is familiar with the site and its technical requirements: • Contractor has visited and surveyed each site for the purposes of locating the microwave equipment, determining suitability of the site for the microwave application, verifying site coordinates and site elevation. • Contractor has surveyed the line of sight path to locate and measure obstructions and observe and record terrain characteristics along the path. • Contractor has gathered information necessary for preparation of engineering drawings and design requirements. #17819 v3 - Fire Dept Network Ageementl.rtf November 1, 2001 -14- Warranty: Contractor warrants all products for a period of one (1) year from the acceptance date of the project. The warranty included all parts and all labor. Any unit found to be defective will be replaced by Contractor free of charge including in and outbound shipping costs. Defective units are defined as any unit that requires three or more repairs within a period of one year. Non-Warranty On-Site Service After the system has been accepted by the City, Contractor shall provide ongoing on-site service and support during the 1 year warranty period. Such on-site service and support shall be for the services and at the price set forth at Exhibit C. The on-site service and support shall require next business day service as a minimum, with emergency, after hours, weekends and holiday charges as set forth at Exhibit C. Post Warranty Service: At City's option, and after the system has been accepted by the City, City has the option to accept in writing a maintenance agreement with Contractor for Contractor to provide ongoing on-site service and support for 5 years after the warranty period. Such on-site service and support shall be for the services and at the price set forth at Exhibit C-2. The on-site service and support shall require next business day service as a minimum, with emergency, after hours, weekends and holiday charges as set forth at Exhibit C-2. The service period shall commence upon acceptance of the system by the City #17819 v3 - Fire Dept Network Agreementl.rtf November 1, 2001 -15- EXHIBIT "B" SPECIAL REQUIREMENTS The requirement of Section 5.3 for deliverance of a performance bond is hereby waived. The City approves the use of the following subcontractors in performance of the scope of services: D/A Pacific, 75-101 Sego Lane, Suite H, Palm Desert, CA 92211 Wave Wireless Networks, 6399 E Greenway Road, #102-200, Scottsdale, AZ 85254 Total Telco, 1602 W. Southern Avenue, Orange, CA 92865 Install Guys, 4955 Niagara Avenue, Suite 36, San Diego, CA 92107 #17819 v3 - Fire Dept Network Agreementl.rtf November 1, 2001 -16- EXHIBIT "C" SCHEDULE OF COMPENSATION Total compensation for this project shall not exceed $176,791. Equipment and Labor: Compensation for the equipment and labor portion of this project shall be based upon the schedule of costs and fees set forth in the chart on the following page, Exhibit "C- 1" and shall not exceed $167,010.03. Partial payments for equipment and labor will be made after the successful completion of the following milestones: City receipt of confirmation that specialized equipment has been ordered by contractor (Specialized 15% equipment is defined as 5.8 Ghz radios) City receipt of confirmation that specialized equipment 20% has been received by contractor Successful test of data and video transmission and 40% commissioning of system by contractor Acceptance of system by City (after successful 30-day 25% post-commissioning period of performance) On-Site Support Service: Compensation for one year of next day on-site support service shall not exceed $9,780.96. The service period shall commence upon the City's acceptance of the system. Payments for next day on-site support service shall be made in quarterly installments of $2,445.24 each, payable at the end of each quarter following the City's acceptance of the system. For after-hours, same-day, weekend, or holiday calls the following rates will apply: $150 per hour with 3-hour minimum for after hours, same-day, or weekend service; $250 per hour with 3-hour minimum for holidays #17819 v3 - Fire Dept Network Agreementl.rtf November 1, 2001 -17- EXHIBIT C-2 Page 18 FINAL Equipment&Services with Options added in www.redrockusa.com REEDROCK c o m m u in i c a t i o n s Palm Springs Fire Department Bid No.08-02 Primary Equipment with 3 Flag PoleTowers 12/4/2001 Line Qty Req Part Number Product List Price Disc% Net Price Extended Price Wireless Equipmemt 1 11 SM-24-CP-8400 SPEEDLAN 8400, 11 Mb Shelf Mount CPE Wireless Radio $1,499.00 15% $1,274.15 $14,015.65 3 11 UP-CONVERTER-57 SPEEDLAN Up Converter to 5.8Ghz $1,495.00 15% $1,270.75 $13,978.25 4 4 KU-LM R400-1 10 Installation Kit, 110'LMR 400 $375.00 15% $318 75 $1,275.00 5 5 KU-LMR600-160 Installation Kit, 160'LMR 600 $650.00 15% $552.50 $2,762 50 6 1 KU-LMR400-060 Installation Kit,60'LMR 400 $325.00 15% $276.25 $276.25 9 11 A57-22PP Antenna,22 dBi Parabolic,5.8 GHz $365.00 15% $310.25 $3,412.75 11 1 NPRM9 Non Penetrating Roof Mount and Ballast,Heavy Duty 9' $495.00 15% $420.75 $420 75 13 3 55'FlagPoleTower $6,100.00 $6,100.00 $18,300� 14 1 30'25G Tower Assy for Training Center with Mounting $1,000.00 15% $850.00 $850. 15 2 WS-C3512-XL-EN Catalyst 3512 XL Enterprise Edition, (required for Tower) $1,871.25 10% $1,684.13 $3,368.25 1000BASE-SX fiber connection will be needed at the PD if the current switch cant handle 16 2 O WS-G5484= the Fire department's needs,ie VLAN for separate network separation. $375.00 10% $337.50 $675 00 APC Smart-UPS,3000VA/2250W, Rack Mount 3U, Input 120V/Output 17 1 SU3000RM3BX120 120V $1,500.00 10% $1,350.00 $1,35000 18 5 O APC 1400XL extended Life,rack mounted,may not be needed at all locations $ 894.00 15% $759.90 $3,799.50 19 1 Free Standing 19" Rack for Tower with overhead ladder $245.00 10% $220.50 $220.50 20 Video Equipment 21 2 9100-1200-0000 Vbrick 1200 Ethernet MPEG-1 Video Encoder $3,995.00 15% $3,395.75 $6,791.50 22 6 8000-0022-0000 Vbrick4000 MPEG-1 &2 Decoder $1,200.00 15% $1,020.00 $6,120.00 23 1 O 8230-0001-0000 Vbrick VBVOD Package w/Enterprise Stream Player License $13 995 00 15% $11 895 75 $11 895 75 24 25 Subtotal Equipment $89,511.65 26 Sales Tax @ 7.5% $6,713.37 27 Equipment Total with Tax $96,225.02 28 Hours Days Labor, Rental and Services 29 144 18 Wireless Installation/Integration, Per Day $1,500.00 20% $1,200.00 $21,600. 30 2 Network Integration, Per Day $1,500.00 20% $1,200.00 $2,40 31 Flat Rate Project Management $4 500 32 5 Days Equipment Rental $750.00 $3,750.00 33 22 Days Per Diem,Travel Expenses $150.00 $3,300.00 34 26 3 Video Equipment Installation $1,250.00 15% $1,062.50 $3,187.50 35 24 3 Video Cable Installation $500.00 15% $425.00 $1,275.00 36 1 Days Wireless Training $1,250.00 15% $1,062.50 $1,062.50 37 Qty 38 3 Tower Intstallation $3,500.00 $10,500.00 39 3 Tower Construction/Foundation $2,500.00 $7,500.00 40 150 Feet,Trench&Install Conduit, per foot,50'minimum $55.00 $8,250.00 41 3 Coredrill per hole $165.00 $495.00 42 3 Tower Freight, Est. $750.00 included line 41 43 44 Subtotal Equipment&Integration Services $164,045.02 45 Freight $2 965 00 46 Total Required Equipment with Freight, Integration and 1 Year Warranty $167 010.02 EXHIBIT C-2 POST WARRANTY ON-SITE SERVICE: The annual rate for next-day on-site support service, services to be provided Monday through Friday 8-5 shall be as follows: Year 1 $11,676.60 Year 2 $11,676.60 Year 3 $11,676.60 Year $11,676.60 Year $11,676.60 Except for the regular quarterly realignment services, outages caused by weather (requiring realignment) are not included in the rates quoted above, but shall be charged at the hourly rates described in Exhibit "C", except as described below. For after-hours, same-day, weekend, or holiday calls the following rates will apply: $150 per hour with 3-hour minimum for after hours, same-day, or weekend service; $250 per hour with 3-hour minimum for holidays #17819 v3 - Fire Dept Network Agreementl.rtf November 1, 2001 -19- EXHIBIT "D" SCHEDULE OF PERFORMANCE The successful test of data and video transmission and vendor's commission of the system to the City shall be completed within 90 calendar days from the date of receipt of Notice to Proceed/Purchase Order. The City shall have a 30-day post-commissioning period of performance during which the system will be tested by City IT and Fire Department staff. In the event that the system fails at anytime during this 30 day period, the period shall be extended another 30 days, until such time that the system has performed without fail for 30 consecutive days and is deemed acceptable by the City. #17819 v3 - Fire Dept Network Agreementl.rtf November 1, 2001 -20- ACORD,M CERTIFICAJE OF LIABILITY INSUR NCE DATE(MMIOOnV) 1z/zs/zaol PRODUCER (714)536-6086 FAX S36-4054 THIS CERTIFICATE IS-11.111111111111UED AS A MATTER OF INFORMATION Bannister & Associates Insurance Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR License #0691071 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 305 17th Street Huntington Beach, CA 92648-4209 INSURERS AFFORDING COVERAGE 9 `Mr.D Lei o"``*. INSURED Redrock Communications, Inc. id S's"0 INSURERA Zurich Group 1SS30 Rockfieid Blvd. , #b-1 �; P �INsuRER e Irvine, CA 92618 4 �P p '1y � INSURERC 4(�`y6 (INSURER D: ✓'INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER POUCYEFFECTIVE POLICY EXPIRATION LIMITS LTR DATE MMIDDnY DATE MMIDDIYY GENERAL LIABILITY PAS 36483866 06/13/2001 06/13/2002 EACH OCCURRENCE $ 2,000,00 COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $ 2,000,000 CLAIMS MADE O OCCUR MED EXP(Any one person) $ 10,000 A X -PERSONAL BADVINJURY $ 2,000,00 GENERAL AGGREGATE $ 4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGG $ 4,000,000 X POLICY PR JE CTO- LOG AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANY AUTO PAS 36483866 06/13/2001 06/13/2002 (Ea a°°,dent) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY $ A SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON�OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND TORY LIMITS ER EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ EL DISEASE-EA EMPLOYE $ E L.DISEASE-POLICY LIMIT $ - OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS 0-day notice of cancellation for non-payment/This, notice will be sent in the event of company election Reference: Palm Springs Fire Department Wireless System Certificate holder is named as additional insured per the attached CG 20 10 10 93 endorsement 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 ENDEAVOR TO MAIL City of Palm Springs 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Department of Procurement and Contracting BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 3200 Tahqui tz Canyon Way OF ANY K ID UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES, Palm Springs, CA 92262 AUTHOSIZED EPRESENTATI� ACORD 25-S(7197) FAX: (760)322-8372 C! ©ACORD CORPORATION 1988 i . STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142=0807 COMPENSATION - • - INSURANCE - F U N D CERTIFICATE OF WORKERS`,CONIPENSATION INSURANCE DECEI BER 26, 2001 POLICY NUMBER 14 06A07 - 19+ i ' CERTIFICATE EXPIRES: G-1-?2 " I CITY or PALM SPRINGS , DEPT OF PROCUREMENT & CONTRACTING 3200 Im IL'ITZ CANYuN wiPiy rN-H SPRING'S CA 922A2 L This is to certify that we have issued a valid Workers' Compensation insurance policy In a form approved by the California Insurance Commissioner toShe employer-named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days'advance written notice to the employer. We will also give you TEN.days'advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an Insurance policy and does not amend, extend or,alter the coverage afforded by the policies listed herein. Notwithstanding any ;requirement, term, or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the,Insurance afforded by,the policies, described herein is subject to all the terms,.exclusions and conditions of such policies. . r I AUTHORIZED REPRESENTATIVE _ ` PRESIDENT ENPLOYER'.S LIABii..STY LIMIT INCLUDING DEFENSE COSTS: 51,0007000 PER�OCC1ftF',EIVCE� EPdDORSErIEf,!"FtM15 EN1".TTLED ADDC1"j01AL ll�.!SUPED'"C(�IPLOYEF EFFECTIVE 1.2/29/01 IS ATTACHED TO AND FORIS A PART OF THIS POL'ICY. NAPE Of' iI I-TONAL INSURE0a CITY OF PAIN SPRINGS EMPLOYER - - _ , REDROCK SOI U T T.OIUS IhiC - 20752 R]hh•I: ItiG' DLEh L'h( I-AGLINn NIGUEL CA 92677 THIS . . • • 77 T.Ti re ,QCORDM CERTIFICAW OF LIABILITY INSU NCE 0DATE(MMIDDIYY) 9/26/2002 PRODUCER (714)536-6086 FAX 536-4054 THIS CERTIFICATE ISWFUED AS A MATTER OF INFORMATION Bannister & Associates Insurance Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR License #0691071 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 305 17th Street Huntington Beach, CA 92648-4209 INSURERS AFFORDING COVERAGE INSURED Redrock Communications, Inc. INSURER Maryland Casualty Company 15530 Rockfield Blvd. , #B-1 INSURERB. Philadelphia Indemnity Ins. Irvine, CA 92618 NsuRERc 'Pi , INSURER D -- ASURER E: COVERAGES '"�'' 7 4N eil 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 TYPE OF INSURANCE POLICY NUMBER POLICYEFFECTIVE POLICY EXPIRATION LIMITS LTP. DATE MMIDDM' DATE h.MIDD/YY GENERAL LIABILITY PPS 40693906 06/13/2002 06/13/2003 EACH OCCURRENCE $ 2,000,000 COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one Fire) $ 2,000,000 CLAIMS MADE OCCUR MED EXP(Any one person) $ 10,00D A X PERSONAL&ADV INJURY $ 2,000,000 X BFPD, XCU GENERAL AGGREGATE $ 4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER, PRODUCTS-COMP/OP AGG $ 4,000,000 X POLICY PECTRO- LOC AUTOMOBILE LIABILITY PPS 40693906 06/13/2002 06/13/2003 COMBINED SINGLE LIMIT ANY AUTO (Ea accident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY $ A SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNEDAUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPEIJSATiON AND - - — — - - TORV LIMB ER EMPLOYERS'LIABILITY E L.EACH ACCIDENT $ EL DISEASE EA EMPLOYE $ EL DISEASE-POLICY LIMIT $ ProYessional Liability PHSD022707 02/01/2002 02/01/2003 $1,000,000 Each Claim B $1,000,000 Annual Aggregate DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS 0-day notice of cancellation for non-payment/this notice will be sent in the event of company election REF: 4432, Wireless Network M06977 12-19-01 CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL City of Palm Springs Office of The City Clerk 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Attn: Patricia A Sanders BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 3200 Tahqui tz Canyon Way OF ANY IU UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. Palm Springs, CA 92262 AUTHORIZ?.R ESENTAfTIVE ACORD 25-S(7/97) FAX: (760)322-8332 ©ACORD CORPORATION 1988 C THOLDER COPY STATE P.O. BOX 807, SAN FRANCISCO,CA 94142-0807 COMPENSATION IN S U'R"AN'CE FUND CERTIFICATE OF,INORIGERS' COMPENSATION INSURANCE • ISSUE DATE: 10-01-2003 - " GROUP: POLICY NUMBER: 1606607-2003 CERTIFICATE ID: 5 CERTIFICATE EXPIRES:' 10-01-2004 ' 10-01.-2003/10-61-2004 CITY OF PALM SPRINGS SG , DEPT OF PROCUREMENT 6 CONTRACTING 1 3200 TAH'QUITZ ,CANYON WAY PALM SPRINGS CA 92262 This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the 1 California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 30 days' advance written notice, to the employer. We will also give you 30 days' advance notice should this policy be cancelled prior to its normal expiration. This certificate of-insurance is not an insurance policy and does notamend, extend or alter "the coverage afforded I by the policies listed herein., Notwithstanding any requirement, 'term, or condition of any contractor other document _ with respect:,to which this'certificate of insurance" maybe;issued or may pertafn,:'the insurance afforded„by the policies described herein Is subject to all the terms, exclusions,and conditions of such policies, - - AUTHORIZED REPRESENTATIVE PRESIDENTS • " ' EMPLOYERS'>LIABILITY L;?MIT INCLUDING DEFENSE COSTS: $"1,060 000.00 PER OCCURRENCE- ENDORSEMENT #0019 ENTITLED ADDITIONAL INSURED EMPLOYER,-EFFECTIVE 10=01-2003, IS ATTACHED TO AND FORMS A PART OF THIS POLICY. . NAME OF ADDITIONAL INSURED: CITY OF PALM SPRINGS SG " ENDORSEMENT 'X2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 10-01-2003 IS 'ATTACHED TO AND FORMS A PART OF THIS POLICY. EMPLOYER rLEGAL NAME 1 REDROGK•.COMMUNICATIONS , SOLUTIONS REDROCK"COMMUNICATIONS, SOLUTIONS, INC. 15530 ROCKFIELD 8L M1 IRVINE CA 92618, ' IREv.a-osl - "PRINTED: 09"-17-2003 P0408 . ■• ilfn '3 IN 7 We --Till