Loading...
HomeMy WebLinkAbout04150 - FOUNDATION FOR RETARDED EQUIP PURCH SUBRECIPIENT CDBG R 19490 VALAI City of Palm Springs t; Community Redevelopment Agency 4 IM ' MEMORANDUM T�eVniO � Date: August 14, 2003 To: Barbara White, Assistant City Clerk From: John Raymond, Director of Community& Economic Develo Subject: Closinghermination of expired contracts Yesterday I sent over a long list of expired contracts that had been reviewed by Dale Cook, the Comraunity Development Administrator, with instructions to close the ones indicated. These were mostly CDBG contracts that have expired, the services provided, and the funds paid out. The purpose of this memo is to inform you that I reviewed the list and concur with the recommendation to close those indicated. Please keep a copy of this memo in the file of each of the idefilfied closed contracts. Page: 5 Report: Expired Contracts: Oldest Date= / / and XREF= COMMUNITY& ECONOMIC DEV-Summary July 24, 2003 Contract Number Description Approval Date Expiration Date Closed Date A4150`p CDBG 1999-2000 Subrecipient Agreement 10/29/1999 11/01/2000 Contractor :Foundation For The Retarded Insurance Status: Certificate and Policies are OK . a,E XREF: COMMUNITY& ECONOMIC DEVELOPMENT Service: In File A4162/ 99-00 Subrecipient Agr 10/29/1999 11/01/2000 Contractor :P.S. Unified School District Insurance Status: Certificate and Policies are OK XREF: COMMUNITY& ECONOMIC DEVELOPMENT _ Service: In File ` r A4165� CDBG 1999-2000 Subrecipient Agreement 12/01/1999 12/01/2000 Contractor :CV Small Business Development Insurance Status:A policy has Expired. XREF: COMMUNITY& ECONOMIC DEVELOPMENT F s Service: In File A4175/ CDBG 1999-2000 Subrecipient Agreement 12/03/1999 12/01/2000 Contractor:Catholic Charities iv> 3 •�f- % a' Insurance Status: Certificate and Policies are OK XREF: COMMUNITY& ECONOMIC DEVELOPMENT Service: In File A4186./ CDBG 1999-2000 Subrecipient Agreement 01/12/2000 01/01/2001 a( Contractor :P.S. Economic Development Corp. Insurance Status: Certificate and Policies are OK °— XREF: COMMUNITY& ECONOMIC DEVELOPMENT Service: In File a40040 (WQ44w" Insurance Status: Certificate and Policies are OK XREF: COMMUNITY& ECONOMIC DEVELOPMENT - A4268 Cdbg 2000-01, Subrecipient Agr, Replace Carpet 04/05/2000 04/01/2001 Contractor :Mizell Senior Center Insurance Status: A policy will expire soon. �.�1 XREF: COMMUNITY & ECONOMIC DEVELOPMENT > ° z1 1 i Service: In File t ✓ I Foundation For The Retarded 0 Subrecipient CDBG Equipment Purchase AGREEMENT#4150 SUBREICIPIENT AGREEMENT _ R19490, CM Signed 10-29-99 _ _ THIS COMMUNITY DEVELOPMENT��BLOCK G T- -A�R�E,EMENT (herein "Agreement") , is made and entered into this C//"day of f,� , 1999, by and between the CITY OF PALM SPRINGS, '�(h�rein "City) , a municipal corporation, and the FOUNDATION FOR THE RETARDED OF THE DESERT, (herein "Subgrantee") . R E C I T A L S: A. The City has entered into various funding agreements with the United States Department of Housing and Urban Development ("HUD") , which agreements provide funds ("CDBG Funds") to the City under the Federal Housing and Community Development Act of 1974 (42 U.S.C. Section 5301 et seq. ) , as amended from time to time (the "Act") , and the regulations promulgated thereunder (24 C.F.R. Section 570 at sec . ("Regulations") . B. The Act provides that the City may grant the CDBG Funds to nonprofit organizations for certain purposes allowed under the Act. C. The Subgrantee is a nonprofit organization which operates or desires to operate a facility which is eligible for a grant of CDBG Funds which is located in the City of Palm Springs, County of Riverside, State of California (the "Facility") . D. The City desires to assist in the operation of the Facility by granting CDBG Funds to the Subgrantee to finance all or a portion of the cost of purchasing goods and equipment to be used at the Facility (the "Equipment") on the terms and conditions more particularly set forth herein. The Equipment, including the cost thereof, is more particularly described in Attachment No. 1 attached hereto and incorporated herein by reference. E. The City will enter into an agreement (the "Purchase Agreement") with a supplier (the "Supplier") to purchase the Equipment, which Purchase Agreement will provide that the City is to pay the CDBG Funds granted to the Subgrantee hereunder directly to the Supplier to cover all or a portion of the costs of the Equipment, and Supplier is to deliver the Equipment to the City, pursuant to the terms and conditions more particularly set forth herein. NOW, 'THEREFORE, the parties hereto agree as follows: 1.0 RECITALS. 1.1 Recitals. The above Recitals are incorporated herein and made a part of this Agreement. 2.0 SUBGRANTEE OBLIGATIONS. 2. 1 Use of CDBG Funds. Subgrantee hereby agrees that the CDBG Funds provided hereunder shall be used solely for the Equipment pursuant to all the terms and conditions of this Agreement. The CDBG Funds shall be used solely for the costs of purchase of and delivery of the Equipment and related expenses, as set forth in Attachment No. 1. 2.2 Representations and Warranties. Subgrantee hereby represents and warrants to the City as follows: (a) Subgrantee has read and is familiar with all of the terms and provisions of the Act and the Regulations applicable to Subgrantee. i (b) Subgrantee is a nonprofit organization permitted to receive CDBG Funds under the Act and the Regulations. (c) The use of the Facility, including the Equipment, and the expenses to be covered by the CDBG Funds, as described in this Agreement, are permitted uses of CD3G Funds under the Act and Regulations. (d) The purchase and delivery of the Equipment shall not require the City or the Subgrantee to comply with the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, 42 U.S.C. Section 4601 et seq. , as amended from time to time. 2.3 Reports. Within ten (10) days following the termination of this Agreement, and at such other times as the Contract Officer shall request, Subgrantee shall give the Contract Officer a written report describing the services provided during the period of time since the last report and accounting for the specific expenditures of contract funds hereunder, if applicable. At the times and in the manner required by law, the Subgrantee shall provide to the City, the Department of Housing and Urban Development, the Comptroller General of the United States, any other individual or entity, and/or their duly authorized representatives, any and all reports and information required for compliance with the Act and the Regulations. 3.0 CITY OBLIGATIONS. 3.1 Agreement With Supplier. The City, in its sole and absolute discretion, shall choose and engage the Supplier to supply the Equipment. City shall prepare the bid package and supervise the bidding process and the work performed by the Supplier. The Purchase Agreement with the Supplier shall include a schedule of delivery of the Equipment which will, insofar as possible, be coordinated with Subgrantee's necessary use of the Equipment and the Facility. City shall endeavor to assure that the Equipment supplied is of good quality and workmanship and meets the needs of the Subgrantee. 3.2 Interpretation of Purchase Agreement. City shall have the obligation and responsibility to interpret the Purchase Agreement, and the Equipment list in Attachment No. 1, and Subgrantee shall be bound thereby. 3.3 Delivery of Equipment. Within fifteen (15) days of receipt of the Equipment by City, City shall have the Equipment delivered to Subgrantee or make arrangements for Subgrantee to pick up the Equipment. 4.0 MUTUAL OBLIGATIONS. 4. 1 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 obligations of the other. 4.2 Compliance with Law; City Interpretation. 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 of competent jurisdiction, including, but not limited to, the Act and the Regulations. 2 I 4 . 3 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 Attachment No. 2 and incorporated herein by this reference. In the event of a conflict between the provisions of Attachment No. 2 and any other provisions of this Agreement,the provisions of Attachment No. 2 shall govern. 5.0 DISBURSEMENT OF CDBG FUNDS. 5.1 Maximum Amount of CDBG Funds. The maximum amount of CDBG Funds to be provided to Subgrantee (which funds will be paid by City to Supplier pursuant to the terms of this Agreement) is FORTY-FIVE THOUSAND DOLLARS ($45, 000.00) . Subgrantee hereby acknowledges that the City cannot guarantee that the CDBG Funds will. be received from HUD. The City's obligation to fund the Project is limited to the availability of CDBG Funds from HUD. If the CDBG Funds are not forthcoming from HUD for any reason, the City shall not have any obligation to fund the work through any other source of funds, and the Subgrantee hereby covenants and agrees to make any payments due to Supplier for the costs of the Project. 5.2 Method of Payment. The City shall disburse the CDBG Funds by making payment directly to the Supplier for the costs of the Equipment in accordance with the terms of the agreement entered into by and between the City and the Supplier pursuant to Section 3.1. 6.0 PERFORMANCE SCHEDULE. 6.1 Time of Essence. Time is of the essence in the performance of this Agreement. 6.2 Force majeure. The time periods for performance under this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Subgrantee or the City, 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 (except that acts or the failure to act of the City shall not excuse performance by the City) . In the event of such a delay, the party delayed shall continue to exercise reasonable diligence to minimize the period of the enforced delay. Times of performance under this Agreement may also be extended by mutual written agreement of the parties. The Contract Officer shall have the authority on behalf of the City to approve extensions of time not to exceed a cumulative total of one hundred eighty (180) days. In no event shall Subgrantee be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Subgrantee's sole remedy being extension of the Agreement pursuant to this Section. 7.0 COORDINATION OF WORK. 7 .1 Representative of Subgrantee. The following principals of Subgrantee are hereby designated as being the principals and representatives of Subgrantee authorized to act in its behalf with respect to the work specified herein and make all decisions in connection herewith: Karen T,arson - Routar Stacie Bradshaw Richard R_ Farmarf Ph ,.,p_ 3 7.2 Contract Officer. The Contract Officer shall be such person as may be designated by the City Manager of City. It shall be the Subgrantee's responsibility to assure that the Contract Officer is kept informed of the progress under this Agreement and the Subgrantee shall refer any decisions which must be made by City to the Contract Officer. Unless otherwise specified herein, any approval of the 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 Contract. 7.3 Prohibition Against Subcontracting or Assignment. Subgrantee shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. Neither this Agreement nor any interest herein may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of the City. 7.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode, or means by which Subgrantee, its officers, agents, or employees, perform the services required herein, except as otherwise set forth herein. Subgrantee 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. Subgrantee 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. 8.0 COMPLIANCE WITH FEDERAL REGULATIONS. 8.1 The Subgrantee shall maintain records of its operations and financial activities in accordance with the requirements of the Act and the Regulations, which records shall be open to inspection and audit by the authorized representatives of the City, the Department of Housing and Urban Development, and the Comptroller General during regular working hours. Said records shall be maintained for such time as may be required by the Act and the Regulations, but in no case for less than three years after the close of the Facility. 8.2 The Subgrantee certifies it shall adhere to and comply with the following as they may be applicable: a. Submit to City through its Economic Development Division monthly reports on program status; b. Section 109 of the Housing and Community Development Act of 1974, as amended and the regulations issued pursuant thereto; C. Section 3 of the Housing and Urban Development Act of 1968, as amended; d. Executive Order 11246, as amended by Executive Orders 11375 and 12086, and implementing regulations at 41 CFR Chapter 60; e. Executive Order 11063, as amended by Executive Order 12259, and implementing regulations at 24 CFR Part 107; f. Section 504 of the Rehabilitation Act of 1973 (P.L. 93- 112) , as amended, and implementing regulations; 4 g. The Age Discrimination Act of 1975 (P.L. 94-135, as amended, and implementing regulations; h. The relocation requirements of Title II and the acquisition requirements of Title III of the Uniform Relocation Assistance and Real Property Acquisition Act at 24 CFR Part 42; i. The labor standard requirements as set forth in 24 CFR Part 570, Subpart K and HUD regulations issued to implement and requirements; . j . The Program Income requirements as set forth in 24 C.F.R. 570.504 (c) and 570.503 (b) (8) ; k. The Subgrantee is to carry out each activity in compliance with all Federal laws and regulations described in 24 C.F.R. 570, Subpart K, except that the Subgrantee does not assume the City's environmental responsibilities described at 24 C.F.R. 570. 604; nor does the Subgrantee assume the City's responsibility for initiating the review process under the provisions of 24 C.F.R. Part 52; 1. Executive Order 11988 relating to the evaluation of flood hazards and Executive Order 11288 relating to the prevention, control, and abatement of water pollution; M. The flood insurance purchase requirements of Section 102 (a) of the Flood Disaster Protection Act of 1973 (P.L. 93-234) ; n. The regulations, policies, guidelines, and requirements of 24 CFR 570; the "Common Rule", 24 CFR Part 85 and subpart J; OMB Circular Nos. A-102, Revised, A-87, A- 110 and A-122 as they relate to the acceptance and use of federal funds under the federally-assisted program. o. Title VI of the Civil Rights Act of 1964 (P.L. 88-352) and implementing regulations issued at 24 CFR Part 1; P. Title VIII of the Civil Rights Act of 1968 (P.L. 90- 284) as amended; and q. The lead-based paint requirements of 24 CFR Part 35 issued pursuant to the Lead-Based Paint Poisoning Prevention Act (42 U.S.C. 4801 et seq. ) ; r. Maintain property inventory system to numerically identify HUD purchased property and document its acquisition date as is set forth in OMB Circular A-110 Attachment N Property Management Standard 6d. S. Such other City, County, State, or Federal laws, rules, regulations, executive orders, or similar requirements which might be applicable. t. The City shall have the right to periodically monitor the program operations of the Subgrantee under this Agreement. 5 9.0 INSURANCE AND INDEMNIFICATION. 9. 1 Insurance. The Subgrantee shall procure and maintain, at its cost, and submit concurrently with its execution of this Agreement, public liability and property damage insurance against claims for injuries against persons or damages to property resulting from Subgrantee's acts or omissions arising out of or related to Subgrantee's performance under this Agreement. Subgrantee shall also carry Workers' Compensation Insurance in accordance with State Workers' Compensation laws. Such insurance shall be kept in effect during the term of this Agreement and shall not be cancelable without thirty (30) days' prior written notice of the proposed cancellation to City. A certificate evidencing the foregoing and naming the City as an additional insured shall be delivered to and approved by the City prior to commencement of work under this Agreement. The procuring of such insurance or the delivery of policies or certificates evidencing the same shall not be construed as a limitation of Subgrantee's obligation to indemnify the City, its officers, agents, or employees. The amount of insurance required pursuant to this Section shall be as required by the Contract Officer not exceeding Five Hundred Thousand Dollars ($500, 000) . 9.2 Indemnification. The Subgrantee shall defend, indemnify, and hold harmless, the City, its officers, agents, and employees, from and against any and all actions, suits, proceedings, claims, demands, losses, costs, and expenses, including legal costs and attorney's fees, for injury to or death of person(s) , for damage to property (including property owned by the City) arising out of or related to Subgrantee's performance under this Agreement, except for such loss as may be caused by City's own negligence or that of its officers, agents, or employees. 10.0 DISCRIMINATION, TERMINATION, AND ENFORCEMENT. 10. 1 Covenant Against Discrimination. Subgrantee 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, physical or mental disability, national origin, or ancestry in the performance of this Agreement. Subgrantee 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, physical or mental disability, national origin, or ancestry. 10.2 Term. Unless earlier terminated in accordance with Section 10.3 of this Agreement, this Agreement shall continue in full force and effect until completion of the services, but not exceeding one (1) year from the date hereof. 10.3 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 as long as such termination will not cause the City to violate or be in default under its agreement with the Supplier. Upon receipt of the notice of termination both parties shall immediately cease all services hereunder except as may be specifically approved by the other party. Upon such termination, both parties shall be entitled to compensation for all services rendered prior to receipt of the notice of termination and both parties shall be entitled to reimbursement for any services which have been paid for but not rendered. 6 11.0 CITY OFFICERS AND EMPLOYEES. 11.1 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Subgrantee, 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 Subgrantee or to its successor, or for breach of any obligation of the terms of this Agreement. 11.2 Conflict of Interest. No officer, agent, 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 affects his or her financial interest or the financial interest of any corporation, partnership, or association in which he or she is, directly or indirectly, interested, in violation of any State statute or regulation. The Subgrantee 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. 12.0 LEGAL ACTIONS. 12. 1 Applicable 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 and the United States, as applicable. 12.2 Legal Action. In addition to any other rights or remedies, either party may take legal action in law or in equity, to cure, correct, or remedy any default, to recover damages for any default, to compel specific performance of this Agreement, to obtain declaratory or injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement. 13.0 MISCELLANEOUS PROVISIONS. 13.1 Notice. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party shall be in writing and either served personally or by mailing in the United States mail, certified mail, postage prepaid, return receipt requested, to the addresses set forth below, or such other addresses as may from time to time be designated by notice to the other party. TO CITY: City of Palm Springs PO Box 2743 Palm Springs, California 92263 Attn: City Manager WITH COPY TO: Rutan & Tucker 611 Anton. Blvd. , Suite 1400 , Costa Mesa, California/p 92626-1998 TO SUBGRANTEE: re1w Kaz'4?n La son - Ra-t�'kgr gtat--ia Rradshaw Richard B. Earm r Ph D. Any such notices shall be deemed to have been given upon receipt. 13.2 Amendment. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 13.3 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. 13.4 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. 13.5 Integration. 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. 13. 6 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 of this Agreement does not violate any provision of any other agreement to which said party is bound. IN WITNESS WHEREOF, the parties have executed this Agreement on the date first above written. h C J-- ITY OF P ] SPRINGS,�RNIA Dated: By: l City anager ATTES 'Ci y Clerk APIFR C�f' APPROVED AS TO FORM: ®NIl RUTAN & TUC R bL.� City ttorney CONTRACTOR: dad Dated: By: �CATHY CAR Name:Richar B. rmer Ph.D, 01— mv "> ' { Title: xe irector Camm.N 1217136NOTAAY PUBLIC CALIFORNIA UI By. Riverside County Comm. Expires April25,2003"'' e°� a LarsonRe,, . ,,., ,, ..r.......f Ti�e: Program Manager (Corporations require two NOTARIZED signatures; one from each of the following: A. Chairman of Board, any Vice President; AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. ) 8 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT � State of California � Ifi ss. ` County of R(V SI De , 0A�lu C�2©? r� raor�R.�PU On � ��l f�0, before me ' Date Na and Tdle of OHmer(e g "Jane D Nolary Public") personally appeared KAeEZI LAIZ5011 - R Names)of Signer(s) ❑ personally known to me )I fi X—proved to me on the basis of satisfactory evidence �I fi to be the personN whose namell is/qK subscribed to the within instrument and I acknowledged to me that}Q/she/ttXy executed the same in I s/her/to r authorized capacity(4-!s), and that by j s/her/tXi� ��,,,.,v�. CATNY CARDDNA signature(Kon the instrument the person(, or b ,. , Comm.M 1217136 the entity upon behalf of which the person(, A NOTAAY PUBLIC-CALIFOANIFl N acted, executed the instrument. 31 Riverside County ' My Comm. Expues April25,2003 ;�� , •� WITNESS my hand and official seal. Place Notary Seal Above Signature of Notary Public OPTIONAL jl Though the information below is not required by law, it may prove valuable to persons relying on the document I 11� and could prevent fraudulent removal and reattachment of this form to another document I Description of Attached Document r Title or Type of Document' ) I, Document Date: Number of Pages: I t Signer(s) Other Than Named Above: I� Capacity(ies) Claimed by Signer Signer's Name' `. ❑ Individual Ton oP mvmb here ElCorporate Officer—Title(s): Iti ❑ Partner—❑ Limited ❑ General :I ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: j1 I� >I 11 Signer Is Representing' ©1997 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 0 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 3 C State of California ss. County of RIVaz.=�E o On before me, CAM) I< Dole N me and The of Offmer(e g ne Doe,Notary Pu ic'") personally appeared 9tiO�h{/�1't � pouR-�i'�� Nzmeis)of Signers) ) �I ❑ personally known to meI proved to me on the basis of satisfactory fi evidence to be the person(X whose namell is/alI subscribed to the within instrument and I fi acknowledged to me that he/yke/may executed the same in his/pL4'/1lrelr authorized )I capacity(il and that by hisaw/tt*t Y_w a C ATHY CARDONA signature signatureN on the instrument the personK, or 3' Comm.,#1217136 the entity upon behalf of which the person* � ® : NOTARY PUBLIC CALIFORNIA N acted, executed the instrument. t s , Riverside County My Comm. Expires April 25,2003 WITNESS my hand and official /seal. nature of Notary Public g k Place Notary Seel Above k� — OPTIONAL r� Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. )j Description of Attached Document ' r Title or Type of Document: Document Date: Number of Pages: I� Signer(s) Other Than Named Above: I Q Capacity(ies) Claimed by Signer I Ifi Signer's Name: Ell ❑ Individual Topour,umbhare I� ❑ Corporate officer—Title(s): r I� I1 ElPartner—❑❑ Attorney in Fact Limited El General ) ). ❑ Trustee ❑ Guardian or Conservator fi ❑ Other: �I A Signer Is Representing: 3 �=c,�^.c-�=c --4'-(� �('�'��-�.=.. ��'�i`��ti_���;�W^�W��ri.�c%_>C—c)�'u�Lu, �-.;,�y:c;'✓a� ©1997 Nalional Notary Association-9350 De Soto Ave„PO Box 2402-Chatsworth,CA 91313-2402 Prod No 5907 Reorder Oall Toll-Free 1-000-876-6027 A..CTACHMENT NO. 1 EQUIPMENT CDBG FUNDS EQUIPMENT LIST QTY MANUFACTURE DESCRIPTION PRICE EXTENSION 2 HIX 6-COLOR/6 STATION PRESSES $5,911.00 $11,822.00 With Upgraded 16"X 17"pallets 1 HIX 4-COLOR/4-STATION PRESS $4,249.00 $4,249.00 With 14'X 14"pallets 1 HIX MANUAL HEAT CAP PRESS $575.00 $575.00 1 HIX WRAP MUG PRESS $749.00 $749.00 2 HIX JACKET PALLETS $475.00 1950.00 With 14"X 14"print area i LIVINGSTON JACKET FRONT HOLD-DOWN $175.00 $175.00 2 HIX DOUBLE SLEEVE PALLETS $250.00 $500.00 With 4"X 18"print area 1 LIVINGSTON SHORTS CLAMP $339.00 $339.00 2 HIX INFANT PALLETS $125.00 $250.00 With 8"X 14"print area 12 HIX YOUTH PALLETS $125.00 $1,500.00 With 10"X 14"print area 2 VACULITE CLEAR REGISTRATION PALLETS $975.00 $1,950.00 With Vacuum and backlight 2 LIVINGSTON CAP ATTACHMENTS $329.00 $658.00 $0.00 2 HIX AUTOMATIC FLASH UNITS $1,899.00 13,798.00 For in-line drying 1 NUARC EXPOSURE UNIT $3,150.00 $3,150.00 1 NUARC LIGHT TABLE with backlight $995.00 $995.00 1 HEW-PAC 11"x 17"LASER OUTPUT DEVICE $1,450.00 $1,450.00 4 PACKS POSITIVE MATERIAL@.004 mil $65.00 $260.00 1 HIX HEAT TRANSFER MACHINE $2,485.00 $2,485.00 With Air and standard Platen 2 TEKMAC BLOW-OUTGUNS $165.00 $330.00 24 GENERIC 16"SQUEEGIES $25.00 $600.00 48 GENERIC 14" SQUEEGIES $15.00 $720.00 24 GENERIC 5"SQUEEGIES $8,50 $204.00 48 GENERIC 19"x22"SILK SCREENS-86 mesh $15.00 $720.00 48 GENERIC 19"x2:2"SILK SCREENS -110me $15.00 $720.00 48 GENERIC 19"x 22"SILK SCREENS -125 me $15.00 $720.00 12 GENERIC CAP SCREENS $19.00 $228.00 SUBTOTAL $40,097.00 SALES TAX @ 7.75% $3,107.52 FRIEGHT $1,785.00 TOTAL $44,989.52 Note: Pnces procured from Westix,Inc,@ (800)741-3887:Fax(760)742-2026 Dennis White ATTACHMENT NO. 1 ATTACHMENT NO. 2 SPECIAL REQUIREMENTS Upon execution of Subrecipient Agreement,a Purchase Requisition will be forwarded to the City's Procurement Office in order to obtain bids on the equipment referenced in Attachment No. 1. Every attempt will be made to complete the purchase as soon as possible; it is anticipated that the complete purchase(from bid process to Council approval)will take approximately four months from agreement execution. Equipment shall be delivered directly to the Foundation's Koala Tee Printing. ATTACHMENT NO. 2 Fly�F y�{y (y� �µ�((�y�+ry, .. .......... ..... . . V bn1, TIFIP A-i l F IN 7 R�7"1:8.1 _ :.. ISSUE GATE(MM/OONY) ... . . . . . ......:. ... ..:.. PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND National Certified Inc CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE P.O.BOX 189 DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Whittier,CA 90608 COMPANIES AFFORDING COVERAGE COMPANY LETTER A FRONTIER INSURANCE CO. COMPANY /� LEITER COMPANY C LEGIO -NI SURANCESURANCE INSUREDFoundation for the LETTER S FUN IN OMPANYti. Retarded of the Desert COMPANY DEC 3 y 73-255 Country Club Drive LETTER D RECEI ED Palm Desert,CA 92260 COMPANY E (�', LETTER d/ {\ SO (iE�rT::�:..::.... THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISFED BELOW HAVE BEEN SSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY ONTRACT OA OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE LIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTR' DATE IMWODNY) DATE(MM/OONY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ 31000,000 X : COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGGR. 'S INCLUDED CLAIMS MADE X OCCUR. PERSONAL AAOV.INJURY S 1,000,000 A '`'" .' P200006451 07/01/99 07/01/00 ""' . OWNER'S A CONTRACTOR'S PROT. EACH OCCURRENCE S 1,000,000 j FIREDAMAGE(Anyonefire) ;$ 100,000 .......... ............ . .. ...................... 00 MED.EXPENSE(Any one person) :S 5,000 AUTOMOBILE LIABILITY X ANY AUTO LIMIT COMBINED SINGLE $ 1,000,000 ALL OWNED AUTOS B DOILY INJURY $ SCHEDULED AUTOS (Per person) B ', X ; HIRED AUTOS MXA80196590 07/01/99 07/01/00 BODILY INJURY ,$ X NON-OWNED AUTOS (Per accident) GARAGE LIABILITY PROPERTY DAMAGES EXCESS LIABILITY EACH OCCURENCE 5 UMBRELLA FORM AGGREGATE $ . OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION STATUTORY LIMITS .$ C _ AND WC30_7.62266- 07/01/99 _ _ 07/01/00_ _ EACH ACCIDENT 1,000,000 _ EMPLOYERS'LIABILITY UISEASE=POLICYlIMIT $ 1,ODO,DDD DISEASE-EACH EMPLOYEE :$ 1,000,000 OTHER A PROFESSIONAL 0200001858-02 07/01/99 07/01/00 $3,000,000 AGG LIABILITLY $1,000,000 EAOCC DESCRIPTION OF OPERATIONSA.00ATIONSNEHICLES/SPECIAL ITEMS EVIDENCE OF INSURANCE RE:CDBG 1999-2000 SUBRECIPIENT AGREEMENT:#A4150 :CERT,EFICATE,,HOLDER : ::`. " ': . .::':CANCELLATIUN. ... '::'. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10_DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE CITY OF PALM SPRINGS LEFT,BUT FAIL TO MNL SU CE SHALL IMPOSE NO OBLIGATION OR OFFICE OF THE CITY CLERK uaaalTY D ANY IND UPOYTHE COM ANY,ITS AGENTS OR REPRESENTATIVES. P.O.BOX 2743 AUTHORIZED RE ESE PALM SPRINGS,CA 92263-2743 �r A'COHD�5 S Y1BU' �:ACOHD C0ft1'ORa`ITON 199II ..::.;:'