Loading...
HomeMy WebLinkAbout04280 - GENSLER AIRPORT ARCHITECT City of Palm Springs Office of the City Clerk N (760) 323-8205 C�41FoaN`! MEMORANDUM Date: (o�Zl/0 2_ To: A( 9 tOoyzq— From: City Clerk AGREEMENT# L fa, ,f0 GGU[a't—�"✓� Please let us know the status of the above agreement, and if it may be closed. STATUS: COMPLETED: REMAIN OPEN UNTIL: Dat &a,'tals CLOSE AGR Signature PLEASE RETURN TO THE CITY CLERIC' RECEIVED By.. DEPT. OF AVIATION Gensler Hold Rooms Architectural Svc AGREEMENT #4280 M06722, 10-4-00 CITY OF PALM SPRINGS - - - - ---- - - - ----- CONTRACT SERVICES AGREEMENT FOR PALM SPRINGS INTERNATIONAL AIRPORT Hold Rooms - Gates 1, 2 & 3 Architectural Services THIS CONTRACT SERVICES AGREEMENT (herein "Agreement") is made and entered into thisleday ofbd /�2000, by and between the CITY OF PALM SPRINGS, a municipal corporation (herein "City") and GENSLER, (herein "Contractor"). (The term Contractor includes professionals performing in a consulting capacity). NOW, THEREFORE, the parties hereto agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1 Scone of Services. In compliance with all of the terms and conditions of this Agreement, the Contractor shall perform the work or services set forth in the "Scope of Services and Special Conditions" attached hereto as Exhibit "A" and incorporated herein by reference. Contractor warrants that all work and services set forth in the Scope of Services will be performed in a competent, professional and satisfactory manner. 1.2 Compliance With Law. All work and services rendered hereunder shall be provided in accordance with all ordinances, resolutions,statutes, rules, and regulations of the City and any Federal, State or local governmental agency of competent jurisdiction. 1.3 Licenses, Permits, Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, Contractor shall be compensated in accordance with the "Schedule of Compensation&Performance" attached hereto as Exhibit "B" and incorporated herein by this reference,but not exceeding the maximum contract amount of Thirty-two Thousand Dollars ($32,000). 2.2 Method of Payment. Provided that Contractor is not in default under the terms of this Agreement, Contractor shall be paid as outlined in Exhibit "B", Schedule of Compensation. 3.0 COORDINATION OF WORK 3.1 Representative of Contractor. Andy Cohen is hereby designated as being the principal and representatives of Contractor authorized to act in its behalf with respect to the work and services specified herein and make all decisions in connection therewith. FS2\2/6\099999-3000\2022693.2 .08/22/95 Revised 09/01/98 1- 3.2 Contract Officer. Allen Smoot,Assistant City Manager-Special Projects is hereby designated as being the representative the City authorized to act in its behalf with respect to the work and services specified herein and make all decisions in connection therewith ("Contract Officer"). The City Manager of City shall have the right to designate another Contract Officer by providing written notice to Contractor. 3.3 Prohibition Against Subcontracting or Assignment. Contractor shall not contract with any entity to perform in whole or in part the work or services required hereunder without the express written approval of the City. Neither this Agreement nor any interest herein may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of City. Any such prohibited assignment or transfer shall be void. 3.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth. Contractor shall perform all services required herein as an independent contractor cf City and shall remain under only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. 4.0 INSURANCE AND INDEMNIFICATION 4.1 Insurance. The Contractor shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, during the entire term of this Agreement including any extension thereof, the following policies of insurance: (a) Comprehensive General Liability Insurance. A policy of comprehensive general liability insurance written on a per occurrence basis in an amount not less than either (i) a combined single limit of$1,000,000.00 or (ii) bodily injury limits of$500,000.00 per person, $1,000,000.00 per occurrence and$1,000,000.00 products and completed operations and property damage limits of$500,000.00 per occurrence. If the Contract Sum is greater than $500,000.00, the policy of insurance shall be in an amount not less than$5,000,000.00 combined single limit. (b) Worker's Compensation Insurance. A policy of worker's compensation insurance in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the Contractor and the City against any loss, claim or damage arising from any injuries or occupational diseases occurring to any worker employed by or any persons retained by the Contractor in the course of carrying out the work or services contemplated in this Agreement. (c) Automotive Insurance. A policy of comprehensive automobile liability insurance written on a per occurrence basis in an amount not less than either (i) bodily injury liability limits of$500,000.00 per person and$1,000,000.00 per occurrence and property damage liability limits of$250,000.00 per occurrence and $500,000.00 in the aggregate or (ii) combined single limit liability of$1,000,000.00. Said policy shall include coverage for owned, non-owned, leased and hired cars. PS2\276\099999-3000\2022693.2 m 8/22/95 Rcvised 09/01/98 2— i i (d) Additional Insurance: Policies of such other insurance, including Professional Liability Insurance, as may be required in the Scope of Services&Special Requirements, Exhibit "A". All of the above policies of insurance shall be primary insurance and shall name the City, its officers, employees and agents as additional insureds, except that the City shall not be named as an additional insured for the Worker's Compensation Insurance nor the Professional Liability Insurance. The insurer shall waive all rights of subrogation and contribution it may have against the City, its officers, employees and agents and their respective insurers. All of said policies of insurance shall provide that said insurance may not be amended or canceled without providing thirty (30) days prior written notice by registered mail to the City. In the event any of said policies of insurance are canceled, the Contractor shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Section 4.1 to the Contract Officer. No work or services under this Agreement shall commence until the Contractor has provided the City with Certificates of Insurance or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance or binders are approved by the City. The Contractor agrees that the provisions of this Section 4.1 shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages to any persons or property resulting from the Contractor's activities or the activities of any person or persons for which the Contractor is otherwise responsible. The insurance 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 due to unique circumstances. 4.2 Indemnification. Contractor agrees to indemnify the City, its officers, agents and employees against, and will hold and save them and each of them harmless from, any and all actions, suits, claims,damages to persons or property,losses,costs,penalties,obligations,errors,omissions or liabilities, including paying any legal costs, attorneys fees, or paying any judgment(herein"claims or liabilities")that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work or services of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the negligent acts or omissions of Contractor hereunder, or arising from Contractor's negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, but excluding such claims or liabilities to the extent caused by the negligence or willful misconduct of the City. 5.0 TERM 5.1 Term. Unless earlier terminated in accordance with Section 5.2 below, this Agreement shall continue in full force until February 28, 2001, see Schedule "B". 5.2 Termination Prior to Expiration of Term. Either party may terminate this Agreement at any time, with or without cause, upon thirty (30) days' written notice to the other party. Upon receipt of the notice of termination, the Contractor shall immediately cease all work or services hereunder except as may be specifically approved by the Contract Officer. In the event of termination by the City, Contractor shall be entitled to compensation for all services rendered prior to the effectiveness FS2\276\099999-3000\2022693.2 F408/22195 Reviscd 09/01/98 3— of the notice of termination and for such additional services specifically authorized by the Contract Officer and City shall be entitled to reimbursement for any compensation paid in excess of the services rendered. 6.0 MISCELLANEOUS 6.1 Covenant Against Discrimination. Contractor covenants that,by and for itself, its heirs, executors, assigns and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status,national origin, or ancestry in the performance of this Agreement. Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin or ancestry. 6.2 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 6.3 Conflict of Interest. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 6.4 Notice. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other parry or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O. Box 2743, Palm Springs, California 92263, and in the case of the Contractor, to the person at the address designated on the execution page of this Agreement. 6.5 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 6.6 Integration: Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 6.7 Severability. In the event that part of this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining portions of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. FS2\276\099999-30=2022693.2 .08/22/95 Revised 09/01/98 4- 6.8 Waiver. No delay or omission in the exercise of any right or remedy by a nondefaulting party on any default shall impair such right or remedy or be construed as a waiver. A party's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 6.9 Attorne s' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees, whether,or not the matter proceeds to judgment. 6.10 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said parry, (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. ATTEST: CITY OF PALM SPRINGS, ((( a municipal corporation fl1�- City Clerk City Manager APPROVED AS TO FORM: (Check one: _Individual—partnership Corporation) i"s11 ��t `City�Attorney CONTRACTOR: By: Signatu (Notarized) Andrew P. Cohen Managing Principal California Registration #C12855 By: Signature (Notarized) (Corporations require two signatures: One from each of the Following: A. Chairman of Board, President, any Vice President: AND B. Secretary, Assistant Secretary, Treasurer,Assistant Treasurer,or Chief Financial Officer). (END OF SIGNATURES) AMPOYM Or, 7HE FS206\099999-3000\2022693.2 m08/22/95Lu Remsd 09/01/98 5- EXHIBIT "A" SCOPE OF SERVICES Contractor to perform Conceptual Design work for the replacement of the existing temporary hold rooms at Gates 1, 2 & 3 at the Palm Springs International Airport. Project Issues and Concept Design process shall be as follows: Architectural • The two existing temporary hold rooms are made up of 5 trailers each with crawl space beneath. • These trailers are nearing the end of their useful life. The idea is to design new commuter hold rooms that plans for as much future expansion as possible,within a$2.8 million dollar construction budget(hard construction costs,does not include soft costs). • The new hold rooms will serve the same number of gates - 3. • These new hold rooms need to be no small than the existing hold rooms (trailers). • There needs to be restrooms for the new, and maybe a small snack stand that serves the outdoor plaza area (i.e. relocate existing restrooms). • The putting green, play area and some type of plaza will be retained. • This project will not cause modifications to be made to the new terminal. • There will be indoor hold rooms with a tent structure over the walkway connecting the existing terminal and new concourse. • Finishes to be similar to the existing. Mechanical • There are two chillers in the new concourse mechanic plant. They have spare capacity. Exactly how much needs to be verified. • There is room for a third chiller to be added. • The existing temporary hold rooms may be served by rooftop units. The new space will be conditioned. • Existing utilities will be verified (as much as possible). Plumbing • There will be restrooms in the new construction. • There are major utility runs from the new concourse central plant that will need to be verified - type all disciplines. Electrical • The new concourse may serve the electrical needs of the new concourse, the existing temporary hold rooms and the existing terminal. • There is also an existing utility line from the existing terminal to the new concourse. F52\276\099999-3000\2022693.2 .08122/95 Revised 09/01/98 Structural • The foundations for the future "Octagon" are in place. The temporary hold rooms may have been erected on footings that were originally designed for the future "Octagon." To be confirmed. • There were some modifications made to the structural design of the "new concourse" octagon. City wasn't sure if this impacted the footing design or not. • The new hold rooms will use these footings for the future Octagon. • Existing trailers are located to accommodate a depressed floor. Contractor may need to fill in existing crawl space and pour a slab on grade. Process Concept Design: During this phase, Contractor will study several alternatives for the building architecture, structure, mechanical, electrical and plumbing systems. There will be a day-long design meeting where Contractor will explore a number of options and come to agreement on the three that provide a good representation of the range of solutions. For each of these schemes, rough order of magnitude costs will be provided. The deliverable will be a booklet documenting the process containing sketches for each scheme. Notations from each discipline will be provided for costing purposes. There will also be a preliminary schedule developed, which will identify the critical decisions and check points for the design and construction process. Presentation Drawings of the selected scheme including a rendered floor plan and section, showing the existing and proposed work, will also be prepared. The project will include a minimum of three (3) alternatives. These alternatives and the desired alternative will be incorporated into a Conceptual Design booklet documenting all of the alternatives and providing rough order of magnitude cost estimates for each alternative. The selected alternative shall be developed into presentation drawings including a rendered floor plan and section, showing the existing and proposed work. FS2\276\099999-3000\2022693.2 .08/22/95 Revised 09/01/98 EXHIBIT "B" Schedules & Compensation Schedule: The following schedule shall apply: Item Scope Days to Complete (1) Develop three alternative 21 calendar days from Notice-to-Proceed Conceptual Designs (2) Finalize Concept Design booklet with 14 calendar days from selection of preferred alternative outlined (30 copies) preferred alternative (3) Prepare presentation drawings of 14 calendar days from selection preferred alternative of preferred alternative Compensation: Contractor to be compensated monthly based on the percentage of work completed in each of the following categories: Work items 1 & 2 above: Gensler $19,000 Brandow and Johnson $ 3,000 MEP 3,500 Subtotal $25,500 Work item 3 above: Rendered presentation drawings $ 4,000 Subtotal $4,000 Reimbursables @ cost plus 10% not to exceed $ 2,500 Subtotal $ 2,500 Total Not to Exceed $32,000 FS2\276\099999-3000\2022693.2 m08/22/95 Reviud 09/01/99 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT - ji !�; ji State of California a as. ?f County of A-Li s r�ttie'Cr�?ICp`> . CI 'i On SL7)7R77r3�/� >y i''C , before me, lip Date Neme antl Ttle of Oldcer(a g "Jane Doe,Notary Public") �ll personally appeared >-41UD ��Co•o j Name(s)of Si9ner(s) personally known to me 3' c ❑ proved to me on the basis of satisfactory fi l u' evidence ,;, to be the person(s) whose name(s) is/are DRFY m,'� subscribed to the within instrument and lt ALDRFY M, EApI:MAN �QI Commisstcm#122ILM acknowledged to me that he/she/they executed > �- WOryPublic-CollfWia the same in his/her/their authorized �Angeles County capacity(ies), and that by his/her/their 1ti My Carom.Fifpi-as 1u110.20M3 t /.�.�.—� signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) ti acted, executed the instrument. 9i n WITNESS my hand and official seal. jl { Place Notary Seal Above ignature of Notary Publm ! )i a OPTIONAL I Though the information below is not required bylaw, it may prove valuable to persons relying on the document 3i and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document >> Title or Type of Document: '`c+J31 'LT- S.7a3a/f¢'�= $ 6A��-PJ'i'1't7fbk�i)de.i {�qd�-G'O(�y• (i Document Date: Number of Pages: 9Q ,ji �Q Signer(s) Other Than Named Above: 0:5- j Capacity(ies) Claimed by Signer 2j Signer's Name: - "1�C C.B .f'• G 0F10-V ❑ Individual 9 Tap of thumb here j Corporate Off icer—Title(s): i{! ❑ Partner El Limited ❑ Generals It ❑ Attorney in Fact �y ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing: (-�A ccp �3 I :Z`L"-.�.'c,c;W-�%✓.'✓.._Z�vC%%✓�`u,•%L`.c�v' ��v--�4✓.�,V'�..„'—v.�i�v-ci�'�-�"�_`'.,'-4✓�w�.wr,�l 01997 National Notary Association•9350 De Soto Ave,PO.Box 2402•Chatsworth,CA 91313-2402 Prod No 5907 Reorder Call Toll-Free 1-800-876-6827 650— PROFESSIONAL PRRCTIC 405 P02 OCT 13 '00 15: 16 is 0 CxV 0 ' Certificate of Insurance 1 of 1 #S21711/MI8986 Professional Practice Agency Name and Address: THIS CERTIFICATE IS ISSUED AS A MATTER OF Insurance Brokers, Inc. INFORMATION ONLY AND CONFERS NO RIGHTS UPON 10 California Street THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES Redwood City, CA 94063-1513 NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED THE POLICIES LISTED BELOW. Insureds Name and Address: ompanles ABor inQQPollciesJMAtFb;L'�� Gensler A American Motorists Insurance C ompan600 California Street a,LLoyd's and London CompaniesSan Francisco, CA 94108 °'D. 1e.COVERAGES:THISISTOCERTIFY TNAT POLICIFS OF INSURA CR LISTED BELOW A N H VE BEEN 188UED TO THE INSURED NAMED ABOVE FORTHE POLICYPERIO MAY PRHTAIN.T NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OFANV CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED DRJ� MAY PERTAIN�'rHE INSURANCE AFFORDED BY THE POLICIES DESCRIBE HEREIN IS SUBJECTTQ ALL THE TERMS,EXCLUSIONS,AND CONDITIONS OF SUCH POLICIES, TYPE OF INSURANCE POLICY NUMBER EFF,DATE EXP.DATE POLICY LIMITS A GENERAL LISILITY 3Ml1774532 07/15/00 07/15/01 General Aggregate 2,000,000 Commercial General Liability Products-Com/Ops ❑ claims Made Aggregata: $2,000,000 ® Occurrence Personal and Adv.Injury:$1.000,000 ❑ Owner's and Contractors Each Occurrence: $1,000.000 Protective Fire Dmg•(any one tire): $1,000.000 A AUTO LIABILITY 3MA714532 07/15/00 07/15/01 Combined Single Limit: $1,000,000 Q Any Automobile Bodily Injury/person: $0 All Owned Autos Scheduled Autos Bodily Injury/accident: 50 nX- Hired Autos Property Damage: $0 Non-owned Autos ❑ Garage Liability A EXCESS LIABILITY 3SX126498 67/15/00 07/15/ 1 19 Umbrella Form Each Occurrence: $3,000,000 ❑ Other than Umbrella Form Aggregate: $3,000,000 A WORKERS' 313ROO588801 Ol MOT/00 01101/ 11 Statutory Urnits COMPENSATION AND EMPLOYER'S Each Accident: $1,000,000 LIABILITY Disease/Policy Limit! $1,000,000 Disease/Employee: $1,000,000 8 PROFBESSIONAL Polio() 12/IS/99 12/15/00 Per Claim $1,000,000 LIAAggregate_ $1,000,000 $0 Description of Operations/Locations/Vehicles/Restrictions/Special items: ALL OPERATIONS O NSURED, INCLUDING PALM SPRINGS INTERNATIONAL AIRPORT, TEMPORARY HOLD ROOM REPLACEMENTS. GENERAL LIABILITY _�-E^ILIF.NA4A ..L_.— ... ONLY- THE CITY OF PALM SPRINGS,ITS-OFFICERS,EMPLOYEES,AND AGENTS ARE NAMED AS ADDITIONAL INSUREDS BUT ONLY AS RESPECTS LIABILITY ARISING OUT OF THE NAMED INSURBp$' OPERATIONS, GENERAL, AUTO,WORKERS COMPENSATION, AND EXCESS LIABILITY ONLY:THESE POLICIES CONTAIN WAIVERS OF SUBROGATION iN FAVOR OF THE CERTIFICATE HOLDER. *Written aclQrSflate limits of liability less than a nt shown. Certificate Holder: THE AGGREGATE LIMIT IS THE TOTAL INSURANCE AVAILABLE FOR CLAIMS PRESENTED WITHIN THE POLICY FOR ALL OPERATIONS CFTHE INSURED City of Patin Springs CANCELLATION: 3400 E. Tahquitz Canyon Way SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY,ITS AGENTS OR REPRESENTATIVES WILL MAIL 30 Palm Spring$, CA 92262 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,EXCEPT IN Atm: Allen Smoot THE EVENT OF CANCEL ION FOR NON-PAYMENT OF PREMIUM IN WHICH CASE 10 DAYS NOTICE WILL BE GIVE . AWhodled Reprasonl ve: IO/12/00 CT APR. 2. 2002 3:40PM 0 ENS ER . N0. 527 P. 2 Certificate of Insurance 1 of 1 #M44619 ' Agency Name and Address: THIS CERTIFICATE IS ISSUED-AS A MATTER OF Professional Practice INFORMATION ONLY AND CONFERS NO RIGHTS UPON I1lsuranco Brokers, Inc. THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES 10 California Street NOT AMEND, EXTEND OR ALTER THE COVERAGE Redwood City, CA 94063-1513 AFFORDED THE POUCIES LISTED BELOW. Insureds Name and Address: Companies Affording Policies: A.American Manufacturers Mutual Ins, Gensler Ge California Street B.American Protection Insurance Cc, C. San Francisco, CA 94108 D. E. F. s2 Il COVERAGES:THI816 TC CERTIFY THAT POUCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE rOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY SE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 13 SUaJECTTO ALL THE TERMS,EXCLUSICNS,AND CONDITKTNS OPSUCH POLICIES. TYPE OF INSURANCE POLICY NUMBER EFF.DATE EXP,DATE POLICY LIMITS A GENERALIIABILI-lY 3MIJ774532 07/15/01 12/01/02 General Aggregate: $2,000,000 ©Commercial General Liability Products-Com/Ops ❑ Claims Made Aggregate: $2,000,000 ® Occurrence Personal and Adv. Injury:$1,000,000 ❑ Owner's and contractors Each Occurrence: $1,000.000 Protective Fire Dmg.(any one fire): $1,000,000 Q A AUTO LIABILITY 3NIL774532 07/15/01 12/01/02 Combined Single Limit $1,000,000 ® Any Automobile Bodily Injury/person: $0 ❑ All Owned Autos Bodily Injury/accident: $0 ❑ Scheduled Autos Property Damage: $0 ® Hired Autos © Non-owned Autos El Garage Liability EXCESS LIABILITY Each Occurrence: ❑ Umbrella Farm Aggregate: © Otherthan Umbrella Form B WORKERS' 2BRO7862901 01101/02 01/01/03 Statutory Limits COMPENSATION Each Accident: $1,000,000 AND EMPLOYER'S LIABILITY Disease/Polioy,Limit: $1,000,000 Disease/Employee: $1000,000 PROFESSIONAL Per Claim WAEILITY' Aggregate $0 Description of Operations/LocationsNehicles/Restrictions/Special items: ALL OPERATIONS OF THE NAMED INSURED,INCLUDING PALM SPRINGS INTERNATIONAL AIRPORT,TEMPORARY HOLD ROOM REPLACEMENTS,GENERA..LIABILITY ONLY: THE CITY OF PALM SPRINGS, ITS OFFICERS, EMPLOYEES, AND AGENTS ARE NAMED AS ADDITIONAL INSUREDS BUT ONLY AS RESPECTS LIABILITY ARISING OUT OF THE NAMED INSUREDS'OPERATIONS, GENERAL,AUTO,WORKERS COMPENSATION,AND EXCESS LIABILITY ONLY:THESE POLICIES CONTAIN WAIVERS OF SUBROGATION IN FAVOR OF THE CERTIFICATE HOLDER. *Written at aqqreqtgte limits of liability not less than mount s ow Certificate Holder: THE AGGREGATE LIMIT IS THE TOTAL INSURANCE AVAILABLE FOR CLAIMS PRESENTED WITHIN THE POLICY FOR ALL OPERATIONS OF THE INSURED. City of Palm Springs CANCELLATION: SHOULD ANY OPTHE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE THE EXPIRATON Attn: Mari Lynn Boswell DATE THEREOF,THE ISSUING COMPANY,ITS AGENTS OR REPRESENTATVES W al.MINI.a0 3200 E. TahgWtz Canyon Way DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEM,EXCEPT IN Palm Springs, CA 92263-2743 THE EVENT OFCANCELLATON FOR NON-PAYMENTOF PREMIUM IN WHICH CASE IO DAYS NOTICE WILL BE GIVEN. Aumartzed Repnemladve; / 01/03/02 cc, ATE D ACORDr, CERTIFICATtOF LIABILITY INSURAN EO1/15/2003 12/13/2000 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION LOCKTON COMPANIES ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 444 W.47TH STREET,SUITE 900 HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (816)960-9000 KANSAS CITY MO 64112-1906 INSURERS AFFORDING COVERAGE INSURED GENSLER INSURER A: LLOYDS&LONDON COMPANIES** 1008720 600 CALIFORNIA STREET INSURERS: **PARAGON SAN FRANCISCO CA 94108 INSURER C 7 BISHOPSGATE INSURER LONDON ENGLAND EC2N3BX INSURER E: LEXIN T NTNS. CO. COVERAGES PB THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICAT,EP-q'110.ITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE- 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 DATE(MM/D�IVI E DATEYMMI00 YY) LIMITS ON LTR GENERAL LIABILITY EACH OCCURRENCE XXXXXXX COMMERCIAL GENERAL LIABILITY NOT APPLICABLE FIRE DAMAGE(Any one fire) s XXXXXXX CLAIMS MADE OCCUR MED EXP(Any one person) XXXXXXX PERSONAL&ADV INJURY XXXXXXX GENERAL AGGREGATE XXXXXXx GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG XXXXXXX POLICY PRO LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANY AUTO NOT APPLICABLE (Ea accident) $ '� ALL OWNED AUTOS BODILY INJURY SCHEDULEDAUTOS (Per person) $ XXXXXXX HIRED AUTOS BOOILY INJURY NON-OWNEDAUTOS (Per arndent) $ XXXXXXX PROPERTY DAMAGE $ X'X'XXXXX (Per accident) hAGE LIABILITY AUTO ONLY-EA ACCIDENT $ XXXXXXX ANY AUTO NOT APPLICABLE OTHERTHAN FA ACC XXXXXXX AUTO ONLY: AGO XXXXXXX EXCESS LIABILITY EACH OCCURRENCE $ XXXXXXX OCCUR CLAIMS MADE NOT APPLICABLE AGGREGATE $ XXXXXXX U XX XXX XX DEDUCTIBLE FORM A XXXXXXX RETENTION $ XXXXXXX WORKERS COMPENSATION AND NOT APPLICABLE TO OTH- RVY LIMIT ER EMPLOYERS'LIABILITY EL EACH ACCIDENT $ XXXXX}OX E.L.DISEASE-EA EMPLOYEE XXXXXXX E.L.DISEASE-POLICY LIMIT $ XXXXX}x OTHER $1,000,000 PER CLAIM/SI,000,000 AGGREGATE A PROFESSIONAL LIAB(85%) 146/POI 101 12/15/2001 01/15/2003 E PROFESSIONAL LIAR(15%) 6474546 12/I5/2001 01/15/2003 DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS RE:PALM SPRINGS INTERNATIONAL AIRPORT,TEMPORARY HOLD ROOM REPLACEMENTS. CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION 1037211 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION CITY OFPALM SPRINGS DATE THEREOF,THE ISSUING INSURER WILL WNDWAVDR TO MAIL 30 DAYS WRITTEN ATTN:ALLEN SMOOT NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT-FAH URN TO 90 SHAR 3400 E.'TAHQUITZ CANYON WAY, PALM SPRINGS,CA 92262 IMPOSE-NO-GBLIGATION-OR-LIA81 -" •`URER,-+TS-AGENTSOR RSPRES€NTATIVES. AUTHORIZED REPRESENTATIVE G— ACORD 25-S(7/97) o ACORD CORPORATION 1988