HomeMy WebLinkAbout04407 - OLINN AIRPORT SECURITY y*LM sA City of Palm Springs
Office of the City Clerk
yc (760) 323-8204
MEMORANDUM
C.4 1 FORN\' _,_,
Date: August 11, 2003
To: Airport—Janet Buck
From: City Clerk
AGREEMENT#4407 — O'Linn — Security Services
Please let us know the status of the above agreement, and if it may be closed.
Termination Date of Agreement: Terminated by City 01-31-03
n�
STATUS:
COMPLETED:
REMAIN OPEN UNTIL:
Date & Initials
CLOSE AGR
Oigriature
PLEASE RETURN TO THE OFFICE OF THE CITY CLERK
c-clk\forms.std\agr-cl s e.mem
r
O'Linn. Security Services
Airport Security
AGREEMENT #4407 Amend 1
M07097, 6-19-02
AMENDMENT# 1 TO CONTRACT SERVICES AGREEMENT#A44C`__ ., - __
O'LINN SECURITY SERVICES, INC. FOR AIRPORT SECURITY SERVICES
THIS FIRST_AMENDMENT TO THE AGREEMENT FOR CONTRACT SERVICES
(#_A4407_herein Agreement), is made and entered into this A'`'',day of a'� ' rwsZ , 2002, by
and between the City of Palm Springs (herein City or Owner), a municipal corporation, and O'linn
Security Services, Inc. (herein Contractor), and amends that certain Agreement # A4407 for
contract services dated October 3, 2001, as amended, between the same parties, as follows:
EXHIBIT C, SCHEDULE OF COMPENSATION, is hereby amended to add the following:
1. SCHEDULE OF COMPENSATION
1. Remove sentence that states "This contract shall not exceed $80,000
without approval of the City of Palm Springs and replace with "This contract shall not
exceed $150,000 without the written approval of the City of Palm Springs City Council".
EXHIBIT D, SCHEDULE OF PERFORMANCE, is hereby included to add the following:
2. SCHEDULE OF PERFORMANCE
1. Add Exhibit "D" Schedule of Performance. (attached)
IN WITNESS WHEREOF, the parties have executed and entered into this Amendment as
of the date stated below.
ATTEST: CITY OF PALM SPRINGS,
a municipal corporation
City Clerk Cit Manager
DATED this 7`47day of , � , 2002.
CityAmmey
CONTRACTOR:
CORPORATION
far /" cratr�,
Nam
Title- 17-,, 10/4i y
ADDRESS: J
- - Ll L10
41A Z
EXHIBIT "D"
SCHEDULE OF PERFORMANCE
Provisions in Section 3.4 are amended to read as follows:
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 (2) two years from the original agreement date of October 3,
2001 hereof, except as otherwise provided in the Schedule of Performance (Exhibit "D").
#43
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No.5907
State of California
County of Riverside
On October 1, 2002 before me, Loretta H. Clements , Notary Public
DATE NAME,TITLE OF OFFICER-E.G.,'JANE DOE,NOTARY PUBLIC'
personally appeared RICHARD J. O 'LINN
NAME(S)OF SIGNER(S)
personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence
to be the person( whose name��Cs)are
subscribed to the within instrument and ac-
knowledged to me that(F�jshe/they executed
the same in his her/their authorized
capacity(�g)', and that by its/her/their
LORETTA H. CLEMENTS signature on the instrument the person;,S),
,L ' Comm.q. CLEM 0
N '•-s NOTARY PUBLIC-CALIFORNIA +,1 or the entity upon behalf of which the
Riverside County
My Comm.Expires May Y,Y005 -� person acted, executed the instrument.
WIT N SS my hand and official seal.
SIGNATURE OF NOTARY
OPTIONAL
Though the data below is not required by law,it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
Amendment #'1 to Contract Services
❑ INDIVIDUAL Agreement OA4407 with O'.Linn Security
❑ CORPORATE OFFICER Services, Inc. , for Airport, Security
S TITLE OR TYPE OF DOCUMENT
TITLE(S)
❑ PARTNER(S) ❑ LIMITED 3
❑ GENERAL
❑ ATTORNEY-IN-FACT NUMBER OF PAGES
❑ TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR 10/1/02
❑ OTHER:
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSON(S)OR ENT BES)
SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION-8236 Remmet Ave.,P O.Box 7184-Canoga Park,CA 91309-7184
O'Linu Executive Security
. Airport Security Officer
AGREEMENT #4407
M06940, 10-3-01
CITY OF PALM SPRINGS
CONTRACT SERVICES AGREEMENT FOR
THIS CONTRACT SERVICES AGREEMENT (herein "Agreement"), is made and entered
into this day of )'c 6\0LA , 2001, by and between the CITY OF PALM
SPRINGS, a municipal corporation, (herein "City ) and O'Linn Executive Security Service, 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 performance of the services underthis 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 affectthe performance of the services hereunder, Contractorshall
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
CITY LONG STD. SVCS. AGREEMENT
REVISED 09/19/01 1
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 of Exhibit"B"
shall govern.
2.0 COMPENSATION
2.1 Contract Sum. For the services rendered pursuant to this Agreement, the
Contractor shall be compensated in accordance with the "Schedule of Compensation" attached
hereto as Exhibit"C" and incorporated herein by this reference, but not exceeding the maximum
contract amount of Eighty Thousand Dollars, ($80,000.00) (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(1 st)working day of such month, Contractor shall submit to the City in the form
approved by the City's Director of Finance, an invoice for services rendered prior to the date of
the invoice. Except as provided in Section 7.3, City shall pay Contractor for all expenses stated
thereon which are approved by City pursuant to this Agreement no later than the last working day
of the month.
CITY LONG STD. SVCS. AGREEMENT
REVISED 09/19/01 2
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 Maleure. 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").
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
CITY LONG STD. SVCS. AGREEMENT
REVISED 09/19/01 3
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
n 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.
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 a 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 General Liability Policy shall name the City of Palm Springs as
an additional insured in accordance with standard ISO additional insured endorsement
form CG2010(1185)or equivalent language. The Commercial General Liability Insurance
shall name the City, its officers, employees and agents as additional insured.
(b) Worker's Compensation Insurance. A policy of workers
compensation insurance in such amount as will fully comply with the laws of the State of
California and which will include $1,000,000 employer's liability.
CITY LONG STD. SVCS. AGREEMENT
REVISED 09/19/01 4
(c) Business Automobile Insurance. A policy of business automobile
liability insurance written on a per occurrence basis with a single limit liability in the amount
of $1,000,000 bodily injury and property damage, Said policy shall include coverage for
owned, non-owned, leased and hired cars.
(d) Additional Insurance. Policies of such other insurance, including
professional liability insurance in a minimal amount of $1,000,000 if contract has
professional liability exposure, as may be required in the Special Requirements.
All of the above policies of insurance shall be primary 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. 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.
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 work,
operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided
for herein, or arising from the negligent acts or omissions of Contractor hereunder, or arising from
Contractor's negligent performance of or failure to perform any term, provision, covenant or
condition of this Agreement, whether or not there is concurrent passive or active negligence on
the part of the City, its officers, agents or employees but excluding such claims or liabilities arising
from the sole negligence or willful misconduct of the City, its officers, agents or employees, who
are directly responsible to the City, and in connection therewith:
(a) Contractor will defend any action or actions filed in connection with
any of said claims or liabilities and will pay all costs and expenses, including legal costs and
attorneys' fees incurred in connection therewith;
(b) Contractorwill promptly pay anyjudgment 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 orproceeding filed or prosecuted against Contractor for such damages orother
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.
CITY LONG STD. SVCS. AGREEMENT
REVISED 09/19/01 5
i •
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. 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.
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 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
CITY LONG STD. SVCS. AGREEMENT
REVISED 09/19/01 6
i
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.
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 orthe Contractor's rightto 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 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 party's consent to or approval of any act by the other party requiring the party's consent or
approval shall not be deemed to waive or render unnecessary the other party's consent to or
approval of any subsequent act. Any waiver by either party of any default must be in writing and
shall not be a waiver of any other default concerning the same or any other provision of this
Agreement.
7.5 Rights and Remedies are Cumulative. Except with respect to rights and
remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the
parties are cumulative and the exercise by either party of one or more of such rights or remedies
shall not preclude the exercise by it, at the same or different times, of any other rights or remedies
for the same default or any other default by the other party.
7.6 Legal Action. In addition to any other rights or remedies, either party may
take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages
CITY LONG STD. SVCS. AGREEMENT
REVISED 09/19/01 7
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 NONE ($ ) 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
orwithout 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 forthe 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
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.
CITY LONG STD. SVCS. AGREEMENT
REVISED 09/19/01 8
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 orthrough them,thatthere 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.
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.
CITY LONG STD. SVCS. AGREEMENT
REVISED 09/19/01 9
IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the
date first written above.
A.T-fEST7--) CITY PALM SPRINGS,
r� a municiid pal corporation
t y Clerk
City Manager
APPROVED AS TO FORM:
(Check one: Individual_Partnership
j �,r � +� Corporation)
By. � 'k�
City AttOFrfey NTRACTOR:
By:
Si at ( tarized)
Corporations require two notarized signatures: One from each of
the following' A. Chalrman of Board, President, or any Vice Richard J. 'Linn, President & CEO
President:AND B. Secretary Assistant Secretary, Treasurer,
Assistant Treasurer,or Chia(Financiat Officer). Print Name &Title
/�
By. [ 1C4eaP Q
40 2 '� 2" '�
4 gnature ( !N�ii tarized)
Carolyn S. Crierson, Secretary
Print Name &Title
1025 S. Palm Canyon Drive
Mailing Address:
Palm Snrinac- CA 99764
r y �nj a
A �
CITY LONG STD, SVCS. AGREEMENT
REVISED 09/19/01 10
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
':s:�'�'�C�p:�':�5�'�?cY.'�'�,rc�'�?cS'ur,:ct•:c<'_cr:�':�`�>cX'�':�'��'��'�'�':cc'�:�':s�Y.?��;�•:�?v"Y„'�?�.�•�?�':
1
I State of California
County of
ss.
/'110G'I1 � i�•�- I
l
r ? — .
rF, On 9�Z.,Y'%cD( before me, lY�r�:,'ad )is6, �''�(�n ✓tr/�n,ll 1
9
y1'z
Name antl Ttle of OHscr(e g,"June Doc,Nolary PW c'")
personally appeared "RK( Ail O ft( I) 4 M 612'0 1
1 Neal of signer(,)
personally known to me
fi ❑ proved to me on the basis of satisfactory
evidence
I to be the persons) whose name(,) is/are
� > *z"' '�a�' ''"" "' •' subscribed to the within instrument andI
r RUSSEL E.56G RD
?; Commission;: 1169747 acknowledged to me that he/she/they executed
z • ' NotaryPuulic-Callfornio > the same n his/her/their authorizedI
Riverside county capacity(ies), and that by his/her/their I,
My comm.Expires Jan 16,2002 ' signature(s) on the instrument the person(s), or
— the entity upon behalf of which the person(s)
acted, executed the instrument.
I
'1
WITNESS my hand and official seal.
1 +4,4�•.
r
I Place Notary Seal Above Slgnalur Notary Public
I , I
OPTIONAL -
Though the Information below is not required by law, it may prove valuable to persons relying on the document
I� and could prevent fraudulent removal and reattachment of this form to another document :(
fi Description of Attached Document J h
Title or Type of Document: '�i'1C:M S PR IA/�S 1'+`(<�¢�r�7 C04T( la/C�I'
I
Document Date: Number of Pages: 'I
Signer(s) Other Than Named Above: llrt'7nle_
I
if Capacity(ies) Claimed by Signer I
Signer's Name: I
❑ Individual '1
❑ Corporate Officer—Title(s). Top of thumb here
❑ Partner—❑ Limited ❑ General
❑ Attorney In Fact(
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
I�r<r=G�r i;�c,G�•tigti'.�.'ct-�t�;�r c>�.'�ti'��r_=�;rt:�:�'u.��c,�ezzt:;cii`v`�:r��:�_-i>`�:�:`��.�'����`��u>�c��..-a.i
01997 National Notary Aasoclalion•9350 De Solo Ave,PC Box 2402•Cholsworth,CA 91313 2402 Plod.No.5907 Reorder:Call Toll-Free 1-800-876-6827
EXHIBIT "A"
SCOPE OF WORK
A. At the direction of the Interim Director of Aviation or his designee, Contractor shall provide
one (1) or more unarmed, uniformed security officer(s)on 8-hour shifts on a 24-hour basis
seven days per week.
B. The assigned officer(s)shall monitor vehicular traffic at an assigned stationary post at Palm
Springs International Airport.
C. The assigned officer(s) shall visually inspect all vehicles that pass his assigned post with
the intent of detecting any type of improvised explosive device (IED).
The shape and size of such a device can vary and may be determined by the type of
container. Usable containers include, but are not limited to, metal drums, boxes, and plastic
bags. Significantly, a container is not necessary for this type of device to be fully effective.
The loose explosive material can fill an empty area such as a truck or vehicle interior.
D. The assigned officer(s) shall visually inspect all vehicles that pass his assigned post in
accordance with the following:
(1) Visually inspect vehicles, to ensure that spare tire, speaker box areas and
trunks, or any of their major compartments which are large enough to
contain IED material described above.
(2) If the vehicle contains items which individually or in close contact with each
other could contain IED material, those items must be visually inspected to
ensure they do not contain explosive materials. Such items could include
filled plastic garbage bags, large shipping containers or boxes, trash cans,
etc.
(3) Visually inspect cargo beds or other storage compartments that are hidden,
covered, or otherwise obscured from view. Inspect automobile interiors
hidden by heavily tinted or masked glass, and which are large enough to
contain the suspect IED.
(4) The inspection process need NOT include that underside of vehicles,
smaller compartments, or other congested areas such as engine
compartments, consoles, glove boxes, wheel wells, behind door panels,
under seats, etc.
(5) Items such as luggage, golf bags and suit bags normally encountered in the
possession of passengers in an airport environment, need not be inspected.
E. The assigned officer(s) is to observe and report only. Any suspicious object, device,
situation or activity is to be immediately reported to the Airport Police via a two-way radio
provided by the City. No enforcement action of any kind is to betaken by the assigned
officer(s).
F. Shifts may be assigned at the discretion of Contractor; however, the officer(s) assigned to
t each shift may not leave their post until properly relieved.
�{ Not withstanding the above, the contractor agrees that scope of work shall include any and
\ all changes which may occur from time to time based on Federal Aviation Administration
security directives or standard changes.
Z:\Threat1V\0'L1nn\0'L1nn Contract.wpd
November 9,2001 (1:49pm) -6-
EXHIBIT "B"
SPECIAL REQUIREMENTS
Provisions for performance bond as specified in Section 5.3 are waived.
CITY LONG STD. SVCS. AGREEMENT
REVISED 09/19/O1 12
EXHIBIT "C"
SCHEDULE OF COMPENSATION
SCHEDULE OF COMPENSATION
Contractor shall be paid on an hourly basis at the following rates:
PER HOUR REGULAR TIME $11.50 PER HOUR
PER HOUR OVERTIME This is a 24-hour contract
Overtime rates do not apply.
PER HOUR HOLIDAYS $17.25 PER HOUR
Recognized holidays shall be Thanksgiving Day,Christmas Day, New Years Day, Independence
Day, Labor Day and Memorial Day,
The Contractor will submit Invoices to the Contract Officer,Allen F.Smoot,A.A.E., Interim Director
of Aviation, for review and approval. The invoice will indicate the name of the security officer
performing the work, the number of hours worked, the date the security officer worked, and4he
s of payer{aear#er the�werk pert�i_e�r at the fo grates of pay:
6P�
This contract shall not exceed$80,000 without approval of the City of Palm Springs City Council.
CITY LONG STD. SVCS. AGREEMENT
REVISED 09/19/01 13
Oct 22 01 09: 42a P. 2
iM STATE: FARM-INSURA OMPANIES
State Farm General Insurance Cc ny /1 r // 6 7 10ENEWAL CERTIFICATE "
31303 Agoura Road y/��/L°9v`/P
Westlake Village,CA 91363-0001
" POLEYNUMBE� RUSINESS-OFFICE DATE DUE,-_ PLEASE PAY TnrSA OUrrr
u 92-QR-6019.3 JUN 08 2001 TO JUN 09 2002 JUN 08 2001 $517.00 �
Coverages and Limits
V-tBaS-F771 FU a Section I "
D'LINN, RICHARD A Buildings Excluded
D➢A INFINITE ME➢ICAL EXCHANGE B Business Personal Property 25,700
3025 5 PALM eAWO* DR C Loss of Income Actual Loss
PALM SPRINGS CA 92264-8378
ILInuIduLLllnrhdlulndldrnlLJmlJJdnlrrll Deductibles-Sect"I
Basic 500
Other deductibles may
apply-refer to policy
Location: 1025 S PALM CANYON DR
PALM SPRINGS CA Section II
L Business Liability bl,DDD,D00
M Medical Payments 5 000
Gen Aggregate (Other than PCO) 2,000:000
Products-Completed Operations 2,000,000
(PCO Aggregate)
Forms,Options, and Endorsements
Special Form 3 FP-6143
Glass Deductible •Section I FE-6538.1 Annual Premium $506.00
Protective Safeguard FE-5303 Bus Liability-Gov L 11.00
Business Policy Endorsement FE-6464 Amount Due $517.00
Amandatory Endoreement FE-6205
Debns Removal Endorsement FE-645I
Policy Endorsement FE-6506.I Premium Reductions
Your premkrm has already been reduced
by the following:
Prof. Devices Discount
Gov.A-Inflation lndex: NIA
Gov- B-Consumer Price: 175-8
See revcroc aide for important rnfonrration.
ARY H (7VER O Please keep this part lar your record
Agent ralanhnnn ( 188 887.1060
) •" • "" """.
Oct 22 01 09: 45a P• 1
STATE FARM INSURANCE C&PANIES AUTO RENEWA
i? State Foam MutaMI Automobile Insu Company POLICY NUMBER 77 3770-012-75B
,
3130a Age,ms Road
Woellake Village CA 91363 SEP 12 2001 to MAR 12 2002
—VATE-OVE PLEASE PAY TNISAMmur
OCT 10 2001 $425.81
O'LINN EXECUTIVE SECURITY
SERVICES, INC overages and Lfmis Premiums �.
1025 S PALM CANYON DR f
_ PALM SPRINGS C0. 92264-9576 } (n� -A Liability `
Bodily Injury 100,000/300,000
Property Damage 50,000 Z67 _5.3
— Il,l..nl,I..I'll II.,.Lill.In.IL11..II..In.LI,LI..l.,ll D SOO Doduotiblc Comptchcneivc tb . I I
G 500 Deductible Collision 103 .56
U Uninsured Motor Vehicle
Bodily Injury 30,000/60,000 26 . 21
U1 Uninsured Motor Vehicle
Property Damage 2 . 74
Your premium fs Basodon the rolfowing. ..ffnot correct,contacfyour agent Amount Due z;425.81
1994 FORD ESCORT VIN OFRZP14J1 RW110809
Class OHOOCVI O Your premmum has already been adjusted l
Superior Driver Rate Level(See description on back) by the following.
Driven over 7,500 miles annually. (National average is 1 0 000 miles Premium Reductions
annually.) Driving Safety Record 535-. 03
California Good Driver 106 .1�5
Principal driver or-spouse has at least 49 years of driving Loyalty 27. 14
experience. No unmarried driver in your household with less than 9 years
of driviny experience unless rated as a principal operator or another car You may be eligible for additional discounts.
insuredwrth State Farm. See the enclosed insert for more information.
Mature Driver
Business use,
Additional Information...
Driver Exciuded: ROBERT PAULSON EFF 09-12-1998
The claim experience on your make and model of vehicle has resulted in a reduction to your vehicle rating group for
comprehensive and/or collision coverages
Please see the premium adjustment message on the back of this notice for an explanation.
When your payment is received,we wiltsend you an updated version of your policy.
CONVENIENT PAYMENT OPTION: You may use one aL State Farrris alternate payment plans which d+vtdes your present
premium into two separate payments.
You may pay one half of the amount due, VZTZ.30,plus a handling charge of$2.00. The amount due on OCT 10 2001
will be$214,90,
The remaining hall will be due un DEC 09 2001 We'll send you a reminder notice.
We also have available a plan to let you pay your premium in monthly installments. For details on this plan and to determine if
you qualify,please contact your State Farm agent.
The following list of drivers is shown for informational purposes only and does not extend or expand coverage beyond that
contained in this automobile policy. Our record&indicate the.persona listed below are.the only licensed drivers reported to us:
ARVEI VAUGHAN JR,JOHN SPONAUGLE,AL MANNINGS, IRWIN JOSEPHSON,RICHARD OLINN
It the above information is inaccurate or incomplete,please contact your agent immediately to make corrections
See reverse side far important ln(orfita00n.
A9en1 GARY HOOVER ,Weasekeep thispart1vey7urrecortt
Telephone (818)887-1060 ill,
Oct 19 01 03: 37p p 1
0 c I 19 2001 8 2 8 A M Gr�e Plof !os • Brkr . . fnc_ �(/(p �o 4149 P 14/14
,acoHr� CERDRGATE OF LIABILITY IfUSURA/N�FE ON ID B °ATE("Mm°""`
bLINN-110/19/Dl
pRODUOEB THIS CER7IFICA S UED Ar$ 5 A MATTER OF Mf RMATION
WIS/Granite Prof Ynourauce ONLY AND CONFERS NO MOWS UPON THE CERTIFICATE
L-ieeeaMM HOC41366 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR
599.4 W. Lac Poeitao Blvd. 0117 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Pluasantnn CA 94508 ..__
Phene: 925-'116-7000 Fax:925-116-7805 INSURERS AFFORDING COVERAGE
IN�URfO _ .. _ •..—.. INSUREFTA •Mrnt 9p2Cta2ty' insurance Corp_
INENLER9 _ ACC Fl]'e UblderwriteYG Ino.
O'Liun Executive Secu4ty Inc.
1025 S. Palm Canon Dr Ave myVREwo
Palm SDrings CA 92264 - • — ---- ---
_ jmaVNERE
COVERAGES
THC VIJtµ.tl'.] IN61AA-ILr 115TEDP EL N.VCITE5NSOL111 TO YIICINEUeloNAMGonNOVE Pon TN!Poo"PPmnn I Nno'ATFn MJIY,ITMSTANOING
ANY PEOTAIN,TNT
NSUIM ICE AFFORDED
FF Uy THY OLI MCTOROTNEUHtREIMISSUOjECTTO ALL TI NtAMST I$ U&,O SJMRQ OND11 .1U SUCH
ADYTHEPOUCE$ CEDITY EDHEREIN1$SUEaFCTTO ALL TNC rCPMG,FXLlU510N$ANpCONDITIONS VY SULH
PoUCIES ADGREGATE LIMOb SHOWN WAY NAVE EEFN REDUCED PY M10(,I'pIME
LYw YYII IN IN9UwnNO, IOI If,Y MIIMPEw rOLjEYI•FG�ETNFSTISQCVT.�III11Ay101t "
_ DATE n on,. MMIDOIYY LIWR\
EENERAL VAORIIY I"ACNOCCURRBNGE S 1,000,OOD
A XI COMMERCIAL OENEML UAewTvl CT29D22D6-0 10/16/01 10116f02 IF,1ED GJFIwT�eo.�1 ]50,OD0
I C(AIME MAOC �OCCURI MEO 5,000
X ErrOSQ F Omi 663, t PERSONAL bA0V INJURY f 11000,000
_ cPNSDAL AGGREGATE s3,000,00G
FO ,. GGRECAYE LIMIT 4PPLIES PER GRODUCTE COMPNP AGG 43,000,000
POVCY F�,Ci 1 ILOC _
AVTOMDDILt ItAelLlry I �W COMmNEtl$InGIE LIMIT S
,ANY AUTO f 4 IEr ALCMMi - --
II ALLOWNFI)AUTOS�yyI DODIY INJURY $
3CNEDULCDAUTOe I (Pa yoxnl
FF-- NIRFDAU103
EODu Y IN IVRY --h^^
�poN-omern numa — — IPe�,u•aem) '-
IF— - — PRDpERiY W,LIOF ] -
I Irer attlaeeR
♦wAoEV•HmTY I AUTOON1 EAnCClOCN1 S
ANY AUTO III` DINER THAN EA ACC
f 1 AVTOONLY 4AOG b
EKCs56 LIAa"ITY EACH OGCURRENCF Ib
POCCUN Cj CLAIMS MAOE AGGREGATE S
3
1 OfOtlC*IDL(
WORNEa]COMY[NSi[ION ANQ
' ------------- IMITS FN
EMPLOYE46'(14RUJI
B C9277 0059 10/16/01 � 10/16/02 EL EnYDRYCN ACCIDENT 111,000,000
EL p19FlSL.FA FMPi OVpF ]].000,000
E L DISEASr.roU6T LIMN•a I.000,COD
OTHER
DE]CRIPTRNaOHOPE6ATIDILa4DSATIONCYCYICK51FNClVtluM1A00EaaY GNOO[I(EMiNTJDPIS1AL4110W]IDNb
CortificAto Holder in included as an additional invured for General
Liability and with respects to the operatioan of tnn named Anus Md.
CERTIFICATE HOLDER I Y I PODNIONAL IMSUREO'M]URER LETTER:_ CANCELLATION
CITYO-5 SMOULO ANY OF THE ABOVE DE6CRmED PDiTCIc6 RE CANOELLCO BEFORE THE EAMIFi+
unle rnenLtir,mxlpeulMLldvuneNv+\L eevL/.YaA TtY xul 30 w•b LMNTFu
City NOTICE TB HOUDERNAMlD TO THELPST,aUY rAILURE TO RaaQ SHALL
City Of Palm Seri ngR P.O. Sox 2793 IMPO66 NO 00w6ATION OIL LIANILITY OF ANY XWO UPON THE INSURER.ITS AGENTS OR
Palm springs CA J22S3 PrceNT FA "
AUT-OF'RI TanV
Zz � ',
ACORD 25S ID97) ®ACORD CORPORATION1991
y
A ORD,„ CERTIFICA1 WOOF LIABILITY INSUR. MC , OPID $ DATE(MMIDDIYY)
INN-1 02/24/03
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
LTVIS/Granite Prof Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
License #OC41366 HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
5994 W. Las Positas Blvd. #117 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Pleasanton CA 94588
Phone: 925-416-7800 Fax:925-416-7805 INSURERS AFFORDING COVERAGE
INSURED INSURER A' First Specialty Insurance Corp
INSURER Westport Insurance Corp.
O'Linn Executive Security Inc. INSURERC:
1025 S. Palm Can on Drive yy INSURER D'
Palm Springs CA 92264 ---
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 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
IN$Rf T POLICY EFFECTIVE PpATEYMM%�OAYY N LIMITS
LTR TYPE OF INSURANCE POLICY NUMBER DATE MMIDD/YY
GENERAL LIABILITY EACH OCCURRENCE $ 1, 000,000
A X COMMERCIAL GENER— on $AL LIABILITY C12902206-1 10/16/02 10/16/03 FIRE DAMAGE e fire) 50,000
CLAIMS MADE XI OCCUR MED EXP(Any one person) $ 51000
X Errors _& Omission PERSONAL&ADV INJURY $ 1, 000,000
GENERAL AGGREGATE $ 3 r 000,00D
GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGG $ 3, 0 0 0,0 0 0
-- POLICY -] PRO
I LOG - --- - - - - --
AUTOMOBILE LIABILITY
CO MBINED SINGLE LIMIT $
ANY AUTO (Ea accident)
ALL OWNED AUTOS
_ BODILY INJURY $
SCHEDULED AUTOS (Per person)
HIRED AUTOS BODILY INJURY
- NON-OWNED AUTOS (Peraccidenl) - $
PROPERTY DAMAGE $
(Per accldenQ
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT I $
ANY AUTO OTHER THAN EA ACC $ -
AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE 1 $
OCCUR F CLAIMS MADE AGGREGATE_ $ -
i $
DEDUCTIBLE $ —
RETENTION $ $
WORKERS COMPENSATION AND X TORV LIMITS _ ER
B EMPLOYERS'LIABILITY WCZ0001429 10/16/02I 10/16/03 EL EACH ACCIDENT $ 1,000,000 -
EL.DISEASE-EA EMPLOYEE $ 1,000,000
EL DISEASE-POLICY LIMIT $ 1,000,000
OTHER
DESCRIPTION OF OPERA710NSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
Certificate holder named additional insured per attached endorsement.
CERTIFICATE HOLDER Y I ADDITIONAL INSURED;INSURER LETTER:_ CANCELLATION
CITYO-l SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL
City Of Palm Springs IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR
3200 E. Tahquitz Canyon Way
Palm Springs CA 92262 REPRESENTATIVES.
AU ftEPRE NTATIV
I
ACORD 25-S(7197) CORD CORPORATION 1988