Loading...
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