HomeMy WebLinkAbout03993 - KATZ OKITSU & ASSOC TRAFFIC SIGNAL CP 97-35 - Page: 1
Deport: Expired Contracts: Oldest Date= / / and XREF= ENGINEERING -Summary October 22, 2003
Contract Number Description Approval Date Expiration Date Closed Date
A3157 G/C Expansion Engineering Service 08/04/1993 08/01/1994
Contractor :John M. Tettemer&Assoc. Ltd. Insurance Status: Certificate and Policies are OK
XREF: ENGINEERING
Service: In File
A3298 Traffic Engineering Service 11/03/1993 11/01/1994
Contractor :Robert Bein Wm Frost Assoc Insurance Status: Certificate and Policies are OK
XREF: ENGINEERING d�
Service: In File
A3382 Engrg Plan Check Services 06/01/1994 09/01/1998
Contractor :BSI Consultants Insurance Status: Certificate and Policies are OK
XREF: ENGINEERING
Service: In File
A3827 Underground fuel storage tank design service 07/16/1997 07/01/1998
Contractor :Tait&Associates Insurance Status: Certificate and Policies are OK
XREF: ENGINEERING
Service: In File
A3887 Traffic Volume Counting, CP97-17 12/17/1997 12/01/1999
Contractor:Counts Unlimited Insurance Status: Certificate and Policies are OK ��
XREF: ENGINEERING
Service: In File
A3993 Traffic Signal Design Baristo & El Cielo 06/22/1998 12/01/1998
Contractor :Katz, Okitsu &Assoc. Insurance Status: A policy will expire soon.
XREF: ENGINEERING
Service: In File
A4009 COGEN Chiller Maintence 07/29/1998 07/01/2003
Contractor :Carrier Building Systems Insurance Status: Certificate and Policies are OK
XREF: ENGINEERING
Service: In File
Katz, Okitsu & Associates
Traffic Signal Design CP97-35
• Baristo & E1 Cielo
AGREEMENT #3993
CM Signed, 6-22-98
CITY OF PALM SPRINGS - -- - -
CONTRACT SERVICES AGREEMENT FOR
TRAFFIC SIGNAL DESIGN AT BARISTO RD. AND EL CIELO RD.
CITY PROJECT NO. 97-35
THIS CONTRACT SERVICES AGREEMENT (herein "Agreement") is made
and entered into this zDaPdday of , 1998, by and between
the CITY OF PALM SPRINGS, a municipPal corporation (herein "City")
and Katz, Okitsu and Associates (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
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" attached hereto as Exhibit "B"
and incorporated herein by this reference, but not exceeding the
maximum contract amount of Four Thousand Five Hundred Dollars
(4 ,500.00) ("Contract Sum") .
ORIGINAL &E'z
F52\2"IG\099999-3000\2022693.2 m00/22/95
GdIADe[OP
2.2 Method of Payment. Provided that Contractor is not
in default under the terms of this Agreement, Contractor shall be
paid in a lump sum as specified in Exhibit B.
3.0 COORDINATION OF WORK
3 . 1 Representative of Contractor. Walter J. Okitsu is
hereby designated as being the principal and representative of
Contractor authorized to act in its behalf with respect to the work
and services specified herein and make all decisions in connection
therewith.
3 .2 Contract Officer. David J. Barakian 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
PS2\276\099999-3000\2022693.2 mOB/22/95
a per occurrence basis in an amount not less than either (i) a
combined single limit of $500, 000. 00 or (ii) bodily injury
limits of $250, 000. 00 per person, $500, 000 . 00 per occurrence
and $500, 000 . 00 products and completed operations and property
damage limits of $100, 000. 00 per occurrence and $100, 000. 00 in
the aggregate.
(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 $250, 000 . 00 per person and
$500, 000 . 00 per occurrence and property damage liability
limits of $100, 000. 00 per occurrence and $250, 000 . 00 in the
aggregate or (ii) combined single limit liability of
$500, 000 . 00. Said policy shall include coverage for owned,
non-owned, leased and hired cars .
(d) Professional Errors and Omissions Insurance.
A policy of Professional Errors and Omissions Insurance in an
amount not less than $500, 000. 00 per claim and in the
aggregate with respect to loss arising from the actions of the
contractor performing professional services hereunder on
behalf of the City.
All of the above policies of insurance shall be primary
insurance and shall name the City, its officers, employees and
agents as additional insureds . 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.
FS2\276\099999-3000\2022693.2 mO8/22/95
The Contractor agrees that the provisions of this Section 5. 1
shall not be construed as limiting in any way the extent to which
the Contractor may be held responsible for the payment of damages
to any persons or property resulting from the Contractor' s
activities or the activities of any person or 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 Director of Administrative Services
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 5.3 below, this Agreement shall continue in full force and
effect until December 31, 1998.
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
of the notice of termination and for such additional services
specifically authorized by the Contract Officer and City shall be
FS2\276\099999-3000\2022693.2 mOB/22/95
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.
F52\276\099999-3000\2022693.2 mOB/22/95
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 .
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.
P52\276\099999-3000\2022693.2 m0B/22/95
CITY:
CITY OF PA S,
a mu ipal corpo n
City Man ger
ATTEST:
Ciky-,PTerk
APPROVED AS TO FORM: h oc
3� /
it A £o �ey
[SIGNATURES CONTINUED ON NEXT PAGE]
F52\276\099999-3000\2022693.2 m08/22/95
CONTRACTOR:
KATZ, OKITSU & ASSOCIATES
By: (J� 0'1V
Name: Walter J. Okitsu
Title: President
Address : 1941 Paseo Pelota
Palm Springs, CA 92262
[END OF SIGNATURES]
F52\276\099999-3000\2022693.2 m06/22/95
EXHIBIT "A"
SCOPE OF SERVICES
Contractor shall prepare plans, specifications and estimate for the
construction of a traffic signal at the intersection of E1 Cielo
Road and Baristo Road.
The traffic signal shall be designed to operate initially as a two-
phase signal. However, the signal shall be designed to minimize
future upgrade costs should the City wish to construct an eight-
phase signal at some later date. The design shall be prepared in
accordance with Caltrans 1992 Standard Specifications and Standard
Pl ns . Controller type shall be 170 .
Design shall also include investigations of existing right-cf-way
widths, to advise City of additional right-of-way required,
striping modifications, and inclusion of emergency vehicle pre-
emption and video detection.
Contractor shall do all research to determine locations of existing
utilities and coordinate with Southern California Edison Co. to
determine location of service point and to confirm the service
equipment to be installed.
Signal plans shall be prepared in AutoCad Release 14 .
Specifications shall be prepared in MS Word format, Version 6. 0.
Project schedule shall be as follows :
Task 1 : Field review data collection, right-of-way investigation,
submit preliminary signal design - within 3 weeks of the
date of the Notice to Proceed.
Task 2: Submit final signal design and final specifications and
construction cost estimates - within 6 weeks of the date
of the Notice to Proceed (assumes City plan review time of
1 week) .
Task 3: Assistance to City staff in answering contractor
questions . This will occur during the bidding process .
Contractor to provide one camera-ready set of project
specifications and 1 mylar original of the project plans,
both shall be signed and stamped by a registered civil
engineer. Contractor shall also provide 1 original
construction cost estimate, as well as diskettes
containing the specifications, plans and cost estimate.
FS2\276\099999-3000\2022693.2 m08/22/95
EXHIBIT A
Katz, Okitsu & Assoc.
Page 2
City will provide all available street plans for the intersection,
details on City standards for video detection, emergency vehicle
pre-emption, specification options, controller and service cabinet,
as well as existing right-of-way data.
City shall also provide Contractor with diskettes containing
standard specification boiler plate for inclusion in the
Contractor' s specification document.
F52\276\099999-3000\2022693.2 .08/22/95
i •
EXHIBIT "B"
SCHEDULE OF COMPENSATION
Contractor' s compensation for work described on attached Exhibit A
will be $4, 500 . 00, paid in a lump sum, upon satisfactory completion
of each task as follows:
Task 1 = $3, 150 . 00
Task 2 = 900 . 00
Task 3 = 450 . 00
Project Total: $4 ,500.00
EXHIBIT "B"
FS2\296\099999-3000\2022693.2 m08 T22T9s
,wow xRikliON ONLY AND
IMS CERTIFICATE 19 ISSUED AS A MATTER OF IN
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
Dcalcy.Renton&Associates POLICIES BELOW.
............................. ........................11............. ......
600 So.Lake Avenue,Suite 308
Pasadena CA 91106 COMPANIES AFFORDING COVERAGE
(626)844-3070/Fax(626)844-3074 .................................—..... ............I—. ..........-..................
COMPANY
Lic.#0020739 SEDER A 87 PAUL FINE & MARINE
............ ................. ........ ...... ......
COMPANY
LEM B AMERICAN MOTORIST INS
INSURED
................................................ ............................- ........
KAYS, OKITSU & ASSOCIAT99 COMPAN Y c LETTER DESIGN PROFESSIONAL INS
j"o CORPORATE CENTER DR #140 ......I.......................-.... . ............... ..........
COMPANY D
MONTARRY PARK CA 01754-0000 LETTER
.......... ............ .... ... .. ...... .......
COMPANY E
LETTS4
THIS is To CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED To THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM 08 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,
E(CLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
........................ ......... ........11.................—.1.1......I............................. ...........I............ ......... ........-.....
CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
LTR DATE (MWDOVM : DATE(MMOD"
............ . .................. .... .......... ........ .......-1.1. . .. . .I......... .......b.................................. ..... . ... ... ...
A 1 nEWAL LIABILITY RP06650730 06115/95•
06/15199 GENERA AGGREGATE :f 4,000,000
X COMMERCIAL GENERAL LMKJTY PRODUCTS-COMPIOP AGO. is ".4,000,000
CLAIMS WOE i X OCCUR. PERSONAL 6 ADV.i"RY is 2,000,500
X oen&ccmmclosis pPRO,. EkCR ocwRmre 2,000,000
m
.................. .. ..........
FIRE DAMAGE(Any arw NA) $ INC
MED.EXPENSE(Any"POW):5 5,000
..................
...............I......... ......... ...................... ......... ............. ...... .......
A AUTOMOBILE LIABILITY RPOWOT30
06/15/98 06/15/99 COMBINED SINGLE
LIMIT is 2,000,000
ANY AUTO
ALL OWNED AUTOS i BODI
LY IMAM
SCHEDULED AUTOS (pal wecw4
................ ..............
'300
X HIRED AUTOS ILY INJURY
X (Per mcdclonl) Ix
NON-OWNED AUTOS ............I...... ......;...........................GARAGE PROPERTY DAMAGE :s
...................... .
........................... ........... ........... ................... ............ ....... .
EACH OCCURRENCE
...
MSS LVALTTY
UMBRELLA FORM AGGREGATE I
OTHER THAN UMBRELLA FORM
WORWRIS COMPENSATION j ............... .............
STATUTORY LVi I
EACH ACCIDENT 09/19/9? 0/19jIgg 1,000,000
7CW304739-00
AND
OISEJ9E.POLICY LIMIT s a 1.0 0,000
DISEASE-EACH EMPLOYEE �s 1,000,000
07HIP
C. PROFESSIONAL LIABILITY PL514437 03/13198 03/13199 EACH CLAIM 1 000,000
:AGGREGATE 2:000,000.
'DEDUCTIBLE 10,DOD
DESCRIPTION OF OPERATIDN&ILOCATOWNMICUSSISPEOtAL RM
..........
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL MWUQWCW=Xyx
61 MAIL - 80* DAYS WRITTEN NOTICE To THE CERTIFICATE HOLDER NAMED TO THE
FOR PROPOSAL PURPOSES ONLY
It Ltcr
k .
xx"S"pawagoax1comxxxxxxx
ALRIH M16SENTA�j
.rr4
Client#: 5786 KATZOKITS
ACORDTM CERTIFICAIN OF LIABILITY INSU 'NCE 0DATE(MMID
9/18/03DNY)
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Dealey, Renton &Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
199 S Los Robles Ave Ste 540 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES_BELOW.
Pasadena, CA 91101
626 844-3070 �' INSURERS AFFORDING COVERAGE
INSURED INSURER A: United States Fidelity& Guaranty
Katz Okitsu &Associates INSURER B St. Paul Fire& Marine Ins. Co.
1055 Corporate Center Dr#300 NSURER a American Automobile Ins. Co.
Monterey Park, CA 91754 INSUHER D Liberty Insurance Underwriters
NSU RER 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 _rypE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
LTR GATE MM/DDNV DATE MM/DDNY
A GENERAL LIABILITY BKO1394424 06/15/03 106/15/04 EACH OCCURRENCE $5,000,000
X COMM EHCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $5,000,000
CLAIMS MADE 1XI OCCUR MED EXP(Any one person) $10000
PERSONAL&ADV INJURY '$5 000,000
GENERAL AGGREGATE $5,000,000
GEN'LAGGREGATE LIM ITAPPLIES PER PRODUCTS -COMP/OPAGG S5,000,000
P
POLICY RO LOC
ROr
B AUTOMOBILE LIABILITY CA06614098 06/15/03 06/15/04 COMBINED SINGLE LIMIT $2,000,000
X ANY AUTO (Ea accident)
ALL OWNED AUTOS
BODILY INJURY $
SCHEDULED AUTOS (Per person)
X HIRED AUTOS
BODILY INJURY $
X NON-OWNED AUTOS (Per accidenQ
PROP ERN DAMAGE $
(Per aca can)
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESS LIABILITY EACH OCCURRENCE $
OCCUR CLAIMS MADE AGGREGATE _ $_
DEDUCTIBLE $
RETENTION $ $
C WORKERS COMPENSATION AND WZP80916735 09/19/03 09/19/04 X WCS OTH-
TORV LIMIT
EMPLOYERS'LIABILITY
EL EACH ACCIDENT $1,000,000- -- -
EL DISEASE-EA�$1,000,000
E L DISEASE-POLICY LIMIT 1$1,000,000
D OTHER Professional AEE1961930103 03/13/03 03/13/04 $1,000,000 per claim
Liability $2,000,000 annl aggr.
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
Re: Traffic Signal Design Baristo &El Cielo
CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER: CANCELLATION
SHOULD ANYOFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Palm Springs DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TOMAIL30DAYSWRITTEN
Office of the City Clerk NOTICETOTHE CERTIFICATE HOLDERNAMEDTOTHE LEFT,BUTFAILURE TODOSOSHALL
Attn: Patricia A. Sanders IMPOSE NO OB LIGATION OR LIABILITY OF ANY KIND UPON THE INSURE R,ITS AGENTS OR
P.O. BOX 2743 REPRESENTATIVES.
Palm Springs, CA 92263 AUTHORIZED REPRESENTATIVE
I �Y'✓L�i.x'K._
ACORD 25-S(7/97)1 of 1 #M92514 NLS 0 ACORD CORPORATION 1 888