Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
04235 - TRUEBLOOD MILLS AIRPORT ARCHITECTURAL SVC MO 6636
e�uM s City of Palm Springs Office of the City Clerk (760) 323-8204 V V' MEMORANDUM # olbetw Date: April 22, 2003 To: Airport From: City Clerk AGREEMENT#4235 —John Trueblood, ARFF Station Expansion Please let us know the status of the above agreement, and if it may be closed. Termination Date of Agreement: 11-1-01 STATUS: COMPLETED: .� t REMAIN OPEN UNTIL: Date & Initials CLOSE AGR Sig nat!re PLEASE RETURN TO THE OFFICE OF THE CITY CLERK c-clk\fonns.std\agr-else mem • • Trueblood/Mills Archetectural Services AGREEMENT #4235 M06636, 6-21-00 CITY OF PALM SPRINGS ----- -- - --- CONTRACT SERVICES AGREEMENT FOR PALM SPRINGS INTERNATIONAL AIRPORT ARFF Station Expansion Architectural Services ,'HIS CONTRACT SERVICES AGREEMENT (herein "Agreement") is made and entered into this 'VJday 000, by and between the CITY OF PALM SPRINGS, a municipal corporation (herein "City'l and JOHN R. TRUEBLOOD, ARCHITECT and CHRISTOPHER S. MILLS, ARCHITECT, a Joint Venture (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 Scope of Services. In compliance with all of the terms and conditions of this Agreement, the Contractor shall perform the work or services set forth in the "Scope of Services 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 Sixty Six Thousand Dollars ($66,000). 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. John R. Trueblood and Christopher S. Mills are 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\276\099999-3000\2022693 2 m08/22/95 Rc,iscd 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 of City and shall remain under only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. 4.0 INSURANCE 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. B=76\099999-3000\2022693.2 m08/22/95 Rewsed 09/01/98 2— (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 Compenstation 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 November 1. 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 .08/22/95 Revised 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 party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O. Box 2743, Palm Springs, California 92263, and in the case of the Contractor, to the person at the address designated on the execution page of this Agreement. 6.5 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 6.6 Integration: Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 6.7 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\099999-3000\2022693.2 .08/22195 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 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees, whether 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 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. ATTEST: CITY OF PALM SPRINGS, a municipal corporation (::::icity Cler City Manager APPROVED AS TO FORM: (Check one: _Individual Partnership Corporation) 1AX,JZCP�tv�___ij Attorney Aohn gnature (Notarized) . Truebloodrchitect C-7850Lld-gnature (Notarized) Christopher S. Mills (Corporations require two signatures: One from each of the CA Architect C-9157 Following: A. Chairman of Board, President, any vice Mailing Address: 121 S. Palm Canyon Drive, President: AND B. Secretary, Assistant Secretary, Treasurer,Assistant Treasurer,or Chief Financial Officer). Ste. 204, Palm Springs, CA 92262 (END OF SIGNATURES) ABROVE0 BB"THE�Y`Lpi(` G �Nh1l�llf d� 9C1. dul� 3 F82\276\099999-3000\2022693.2 m08/22/95 Reused 09/01/98 5- �� � EXHIBIT "A" SCOPE OF SERVICES & SPECIAL REQUIREMENTS Contractor to provide full range of services necessary to complete bid documents for the expansion of the Palm Springs International Airport ARFF Building expansion project. Project construction budget set at $440,000. The Airport Fire Station is need of expansion to its apparatus bays to accommodate new and larger aircraft rescue firefighting equipment. The expansion of the bays will be approximately 56' x 45' divided into four bays with roll-up doors. One bay shall be equipped with a maintenance/inspection pit. The doorways, as well as the roof structure, must be able to accommodate apparatus 14' tall and I V wide. For Scope, see attached John R. Trueblood proposal dated April 28, 2000, and the following: Plan approval must be received from Planning Commission, Airport Commission and the Federal Aviation Administration. Approval processing, including all required submittal drawings, is within Scope of Services. TITLE VI ASSURANCES A. The Architect further agrees that: During the performance of this contract, the Architect, for itself, its assignees and successors in interest(hereinafter referred to as the "Architect") agrees as follows: 1. Compliance with Regulations. The Architect shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations) which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The Architect, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors,including procurement of materials and leases of equipment. The Architect shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitation for Subcontracts, including Procurement of Materials and Equipment. In all solicitations, either by competitive bidding or negotiations made by the Architect for work to be performed under a subcontract, including procurement of materials or leases of equipment,each potential subcontractor or supplier shall be notified by the Architect of the Architect's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The Architect shall provide all information and reports required by the regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the City or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Architect shall so certify to the City or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the Architect's noncompliance with the nondiscrimination revisions of this contract, the City shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: a. withholding of payments to the Architect under the contract until the Architect complies, and/or b. cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The Architect shall include the provisions of paragraphs 1 through 5 in every subcontract including procurement of materials and leases of equipment, 10 • • unless exempt by the Regulations or directives issued pursuant thereto. The Architect shall take such action with respect to any subcontract or procurement as the City or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however that in the event a contractor becomes involved in, or is threatened with,litigation with a subcontractor or suppliers as a result of such direction,the Architect may request the City to enter into such litigation to protect the interests of the City and, in addition, the Architect may request the United States to enter into such litigation to protect the interests of the United States. B. Disadvantaged Business Enterprise (DBE) Assurances 1. Policy. It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises as defined in 49 CFR Part 23 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply to this agreement. 2. DBE/WBE Obligation. The Architect agrees to ensure that minority business enterprises as defined in 49 CFR Part 23 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with federal funds provided under this agreement. In this regard, all contractors shall take all necessary and reasonable steps in accordance with 49 CFR to ensure that minority business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, national origin,or sex in the award and performance of DOT-assisted contracts. 11 EXHIBIT "B" SCHEDULE OF COMPENSATION & PERFORMANCE Contractor shall be compensated monthly based upon the percentage of work completed in each of the areas (total contract not to exceed$60,215, listed on the attached "Proposed Fee Tabulation" matrix, plus reimbursables at cost plus 10% not to exceed$5785. The Contractor shall meet the following schedule: (all days are calendar and approvals referenced are from the Contract Administrator) Item Description Completion 1. Pre-design 14 days following Notice to Proceed 2. Schematic Design 18 days following acceptance of Project Schedule 3. Design Development 24 days following approval of Schedule Design 4. Construction Documents 40 days following approval of Design Development 5. Bid Support 21 days following approval of Bid Documents * 6. Construction Phase 161 days following award of Construction Contract *City control of bid, award and construction processes may result in these activities taking longer and both parties hereby acknowledge the possible need for an extended work period. 12 PROPOSED FEE TABULATION PHASE OF SERVICE PRE-DESIGN SCHEMATIC DESIGN CONSTRUCTION BID CONSTRUCTION SERVICES DESIGN DEVELOPMENT DOCUMENTS SUPPORT PHASE TOTALS PROJECT MANAGEMENT 1,330 1,940 1,945 2,550 620 2,800 11,185 John R. Trueblood Architect ARCHITECTURE 1,600 3,980 6,220 9,960 590 3,430 25,780 John R. Trueblood Architect Christopher S. Mills Architect STRUCTURAL ENGINEERING 200 2,200 4,400 1,680 8,480 K. B. Leung &Associates Inc. MECHANICAL ENGINEERING & PLUMBING DESIGN 300 2,880 3,120 820 7,120 Eller &Associates ELECTRICAL ENGINEERING 220 440 3,120 120 925 4,825 MRC Associates CIVIL ENGINEERING 550 1,835 440 2,825 Consolidated Services TOTALS 1 2,930 1 6,640 1 14,235 1 24,985 1,330 10,095 60,215 AIRPORT FIRE STATION EXPANSION PALM SPRINGS INTERNATIONAL AIRPORT APRIL 28. 2000 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State ofCounty of /�° On �/ice 6 .ZDe,_�(L before me, �/- E,���y02y GATE NAME,TITLE OF OFFICER-E.G.,'JANE DOE,NOTARY PUBLIC" personally appeared r,_14 A) /2 - TiaP/i/©ad'k- �5 NAME(S)OF SIGNER(S) ❑ personally known to me - OR - proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the of person(s) acted executed the instrument. z I �`,' c COPAm �125i S59 f)°f �V; PlOTARY PURL C-CALIFORNIA t ' t I + " RIVERSIDE COUNTY CI = COMM,EXP.JA'N 27,2004 WITNE.S�lrl�hand and official seal. SIGNATURE O OFF R NOTARY N 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 ❑ INDIVIDUAL ❑ CORPORATE OFFICER TFTE(s) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED El GENERAL ❑ ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENT"(IES) SIGNER(S)OTHER THAN NAMED ABOVE ' LMi City of Palm Springs U f', lii1, in \\ e Office of the Assistant City Manager - Special Projects uui"Il0hqurti Cnnynn Wey • Pslm spnngs,CeLfomiu 92262 ` �"IT FOR� III 'nnilI8il)00 FAXC60) ;Is-9s15 •TDD (760)s64-95 ,.s, "' ?T K August 7, 2000 Mr. John Trueblood 121 South Palm Canyon Drive Ste. 204 Palm Springs, CA 92262 RE: ARFF Station Expansion (AIP-321 Dear John: The Airport has been notified of its Federal Grant for ARFF Station Improvements. Attached, please find a fully executed copy of the contract. A Purchase Order will follow shortly. Please consider this letter as your"Notice to Proceed"with the design project. We should try to pick a pre- design meeting date so we can meet with the Fire Department folks. I will be on vacation from August 26 through September 8. Please provide certificates of insurance to the City Clerk's office immediately. Best regards, ALEN . S 00 ,AAE Assistant City Manager-Special Projects AFS:ps ATTACHMENT- Agreement cc: City Clerk Post Office Box 2743 0 Palm Springs, California 92263-2743 ACORD,,, CERTIFICATE OF LIABILITY INSU*NCE 10/27/2000 PRODUCER (760)320-1111 FAX (760)320-1115 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Garcia Insurance, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR P.O. Box 2803 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW'-, Palm Springs, CA 92263 f'u ��� aw INSURERS AFFORDING COVERAGE INSURED John R. Trueblood INSURER A. First Financial Insurance CyS. �. 1725 East Capri Circle A ,-;` -,f iti� ;.14URERB Palm Springs, CA 92264 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 PDLICYNUMBER POLICVEFFECTIVE POLICY EXPIRATION LIMITS LTR PATE MMIDDIVY DATE MMIDDIVV GENERAL LIABILITY F0157G420437 03/10/2000 03/10/2001 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $ 100,000 CLAIMS MADE IF A OCCUR MED EXP(Any one person) $ 1,000 A PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 1,000,000 GEN'L AGG R EGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGG $ POLICY PRO LOO ECT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per ocedsrt) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGO $ EXCESS LIABILITY EACH OCCURRENCE $ OCCUR O CLAIMS MADE AGGREGATE $ S DEDUCTIBLE $ RETENTION WORKERS COMPENSATION AND WRY LA - OTH- J TO LIMITS ER EMPLOYERS'LIABILITY - - - — - -- - - - -- - - - ELEACH ACCfOEPIT— E L DISEASE EA EMPLOYE3 EL DISEASE-POLICY LIMIT I S OTHER DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS Operations performed by named insured on behalf of certificate holder. Certificate holder is named as additional insured per attached. e: ARFF Station Expansion Architect Svcs, $66,000 A4235 "AMENDED 11/30/00'" 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 KUXOWX MAIL 30 DAYS WRITTEE�OHCE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City Clerk, City of Palm Springs XXXXIXIX iAtXoXI<Kl)rdfJ6I614Y IXl)6D(d XIl4Xx�Y�c�fi6XIX51(XIX&41X1SXX P.O. Box 2743 fa'%IX?GD(dQ`X (XdfnK4�iYXrXk6&4Jtgffid(D( X4L3.4XsXWXXXXXXXXX Palm Springs, CA 92263-2743 AUTH RIZE REPREj TIVE +v ACORD 25-S(7/97) ©ACORD CORPORATION 1988 Le= INTERINSURANCE EXCHARE of the Automobile Club �HERyot MAILING ADDRESS:P.O.BOX 25001,SANTA ANA,CALIFORNIA 92799-5001 NOTICE OF CANCELLATION ENDORSEMENT �� I �c J Forming a part of Policy No. G 8190001 issued by the INTERINSURANCE EXCHANGE OF HE AUTOMOBILE CLUB to TRUEBLOOD, JOHN Effective 10-27-00 12:01 A.M. Pacific Standard Time PRI CITY OF PALM SPRINGS 10-26-00 P 0 BOX 2743 DESIGNATED AUTOMOBILE(S): PALM SPRINGS CA 92263-2743 94 FORD IFALP6245RHI17430 ADDITIONAL INSURED it is agreed that In.the event of: 9 • material change to this policy;or O • Rr-Cr-n suspension or nonrenewal of this policy; or ito?,• cancellation of this policy at the request of other than the Interinsurance Exchange;orrCLER� • cancellation of this policy at the request of the Interinsurance Exchange for nonpayment of premium; 10 days'written notice thereof will be given by regular mail to the additional insured named above. In the event of cancellation of this policy by the Interinsurance Exchange for other than nonpayment of premium,20 days'written notice thereof will be given by regular mall to the additional insured named above. All provisions of your policy not affected by this endorsement remain unchanged. ACSC Management Services, Inc. ATTORNEY-IN-FACT CERTIFICATE OF INSURANCE Name of insured requiring Certificate of Insurance: TRUEBLOOD, JOHN R This is to certify to the additional insured named above that the Interinsurance Exchange of the Automobile Club has issued the above listed Member's Automobile Policy to the policyholder named above Subject to its terms and provisions, this policy, Including any applicable endorsement,provides the following coverages and limits of liability for the designated automoblle(s). ff Y INJURY PROPERTY DAMAGE BILITY LIABILITY THOUSAND THOUSAND DOLLARS DOLLARS EACH EACH OCCURRENCE OCCURRENCE 1000 250 This Certificate of Insurance is not an insurance policy and does not amend,extend or alter the coverages afforded by and the terms and conditions applicable to the policy to which it pertains. ACSC Management Services, Inc. ATTORNEY-IN-FACT ITS0123A E089e 219 E 1-%