HomeMy WebLinkAbout03919 - TKD ASSOC VISTA CHINO BASIN MO 6113 sA City of Palm Springs
O .P�
h �l
Office of the City Clerk
(760) 323-8205
``+crFoaN` MEMORANDUM
Date: J
From: City Clerk
AGREEMENT# 3F(9
Please let us know the status of the above agreement, and if it may be closed.
TERMINATION DATE OF AGREEMENT:
STATUS: C /
COMPLETED: cZ��(p/o/
REMAIN OPEN UNTIL:
Date & Initials
CLOSE AGR
)�ignattnre
• T.K.D. Associates, Inc.
Landscape Design AMEND #1
AGREEMENT #3919
M06615, 5-17-00
AMENDMENT NO. 1
AGREEMENT NO. 3919, LANDSCAPE DESIGN SERVICES
THIS FIRST AMENDMENT to Agreement#3919 for Contract Services, (herein "Agreement')made and
entered into on the /7 day of o 2000, by and between the CITY OF PALM
SPRINGS (herein "City") and TKD ASSOCIATES, INC. herein "Contractor")is hereby effective May 18, 2000,
as follows:
1. Section 2.1 Contract Sum, is hereby amended by increasing the amount by $30,000 to $44,000.
2. Section 3.4 Term, is hereby amended by increasing the term "one (1) year from the date of this
Amendment."
3. Exhibit "A" Scone of Services, is hereby amended by adding the following:
a. For Scope, see attached TKD.Associates correspondence dated April 17, 2000, and the following:
Plan approval must be received by Planning Commission and
Caltrans. Approval processing is within the Scope of Work.
Design shall work around existing chainlink fence on east side
of Farrell.
4. Exhibit "C" Schedule of Comuensatiorn, is hereby amended by adding the following:
a. Contractor shall be compensated monthly based upon the percentage of work completed in each of
the following areas (total not to exceed$30,000 for work commenced May 2000):
Work Area Amount
Farrell Drive Design $17,600
Vista Chino Design 5,800
Subtotal 23,400
Reimbursables (cost plus
10% not to exceed) 2,000
Hourly Cost Oversight @
Hourly Rates Attached 4,600
Maximum Total $30,000
5. Exhibit "D" Schedule of Performance is hereby amended to reflect the following schedule for the work
commencing May 2000:
Description Completion
Design Development 45 Days From Notice to Proceed
Preliminary Plans 40 Days From Approval of Completed Design
Construction Documents 70 Days From Planning Commission
Approval of Farrell Plans
Except as specifically worded herein, all terms and conditions of the Agreement shall remain in full force and effect
and performance of services under the Agreement shall be governed by the provisions of the Agreement.
IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first
written above.
CITY OF PALM SPRINGS, CALIFORNIA
a municipal corporation
ATTESTCity Manager
City Clerk
APPROVED AS TO FORM: (Check one: _Individual_Partnership
orporation)
".City ttorney CONTRACTOR:
(NOTARIZED)
By:
S'gnature
f'A 4 '1
(NOTARIZED) Pratt Name &.Title
e
S' acute
9 / rmt Name &Title
(Corporations require two signatures: One from each of the
following: A. Chairman of Board,President,any Vice President:
AND B. Secretary, Assistant Secretary, Treasurer, Assistant
Treasurer, or Cluef Financial Officer). Mailing Address:
ZZL/ �I� (,"i;�2 /`lip,%�"��; '10'4'-
e ppr' ;V7-D22 BY'Iq-.F t-r[y COUM01 ✓`al'n 2 f?/7o17 Gib` �1
ii h :a o b�Pi . _Co(n 00 ��T
//,n 6 f3, (END OF SIGNATURES)
CALIFORNIA ALL-PURPOPACKNOWLEDGMENT
State of
County of d t Q P
' On zz--,�Le 2f 026 e 19 before me, ✓ v
Date/ Name and TIHe fbeer(e.g.,"Jana ,Notary Public") —�
i
personally appeared (&Zy e. @
Names)of Signs
r(s)
apersonally-known-to-me--OFF— roved to me on the basis of satisfactory evil ence to be the person
whose namq(-a is rrasubscribed to theme�. ithin instrument
and acknowledge�d to me that he/shi,tbey'executed the
same in his/hef[f,J.r_�uthorized capacity;and that by
his/hQr/frieir"ignature('sy on the instrument the person sue,
or the entity upon behalf of which the person(d) acted,
(� ELAINE L. <VEgEKIND� executed the instrument.
NOTARYp 4
COMM.#720898
�•J� "�' r RIVERSIDE COUNTY N��n WITNESS my hand and OfflClal Seal. `
oex� , COMM.EXP.FEB.
r>
„) -611Bnefure of Notary Public
OPTIONAL
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.
Description of Attached Document
� + Title or Type of Document:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Signer's Name:
❑ Individual ❑ Individual
❑ Corporate Officer ❑ Corporate Officer
Title(s): Title(s):
❑ Partner—❑ Limited ❑ General ❑ Partner—❑ Limited ❑ General
❑ Attorney-in-Fact ❑ Attorney-in-Fact
❑ Trustee ❑ Trustee
❑ Guardian or Conservator ❑ Guardian or Conservator
❑ Other: Top of thumb here ❑ Other: Top of thumb here
Signer Is Representing: Signer Is Representing:
01994 National Notary Association•8236 Rommet Ave,PO-Box 7184•Canoga Perl<,CA 91 309-718 4 Par.No_5007 Reorder.Call Toll-Free 1-800-876-6527
T.N.D.Associates,Inc. ��
2121 1. TAHQUITZ CANYOA WAY, SUITE 1
PALM SPRINGS,CALIFORNIA 92�62
TGLu'HONE:760 320-8899
GAx:760 327-8575
April 17, 2000
City of Palm Springs
Mr. Allen F. Smoot, Assistant City Manager
3200 Tahquitz Canyon Way
Palm Springs, CA 92262
RE: Proposal for Farrell /Vista Chino Landscape Design
Dear Mr. Smoot,
Thank you for the opportunity to submit this proposal for Landscape Architectural
Services. We are very pleased with how the planting on Noise Abatement Berm
is maturing and the excellent maintenance of the planting.
As you know the preliminary plans for Vista Chino Frontage have been
completed and approved. We will have some revisions to allow for the existing
sidewalk.
I envision the design of the Farrell Drive frontage as a "Desert Transitional
Landscape" utilizing widely spaced native plants with drip irrigation.
Please find enclosed our proposal. Should you have any questions please feel
free to call me.
Sincerely,
Thomas . Doczi, ASLA
Presid nt
LIC.No.2370 L A N I) P L A N N I N G L A N 1) A C A P 1, A II , II I I i ( I U It E
•T.N.D.Associates,Inc.
2121 E. Tmi(2w'Ir.CANYON WAY,Sure: I
PALM SPRINGS,CALIFORNIA 92262
TCI UHONe:760 320-8899
FA :760 327-8575
LANDSCAPE ARCHITECTURAL
SERVICES AUTHORIZATION FORM
April 17, 2000
Project Name: Farrell /Vista Chino Landscape Design
Palm Springs, CA
Client: Allen F. Smoot, AAE, Assistant City Manager
City of Palm Springs
3200 Tahquitz Canyon Way
PO Box 2743
Palm Springs, CA 92262
Our firm has been requested to perform design services in regard to your project.
These services are:
Scope of Services:
Farrell Drove (See Exhibit A)
Vista Chino (See Exhibit B)
Fee: See Exhibit C
Requested By: Allen F. Smoot, AAE
Approved By: Date:
Authorized Signature
111 No a370 L A N D P L A N N I N r. L A N n 9 C A P c A R c u I T e c 'r u R r.
• • T.K.D.Associates,Inc.
EXHIBIT "A"
SCOPE OF SERVICES FARRELL DRIVE
Design Development;
Review Existing Site Conditions with Client
Discuss Client Goals and Objectives
Design Concept Review with Client
Preliminary Plans,
(All Plans will be prepared using AutoCad R14)
Master Landscape Plan and Plant Palette
Preliminary Landscape Construction Cost Estimate
Color Presentation Plan for City Submittal
T.K.D.Associates,Inc.
Farrell/Vista Chino Landscapleesign •
April 14, 2000
Scope of Services
Page 2
Construction Documents:
Planting Plan
Irrigation Plan
Planting Details
Irrigation Details
Specifications
Site Observation:
On-site Review of Irrigation Installation
On- site Review of Plant Material Layout
Preliminary Walk-through and Punch-list
Final Walk-through and Punch-list
• T.K.D.Associates,Inc.
EXHIBIT "B"
SCOPE OF SERVICES VISTA CHINO
Note:
Preliminary Planting Plan completed and approved.
Construction Documents:
Planting Plan
Irrigation Plan
Planting Details
Irrigation Details
Project specifications
Site Observation:
On-site Review of Irrigation Installation
On- site Review of Plant Material Layout
Preliminary Walk-through and Punch-list
Final Walk-through and Punch-list
• T.H.D.Associates,Inc.
EXHIBIT "C"
PROJECT FEE SCHEDULE Farrell / Vista Chino Landscape Design
Farrell Drive Frontage: $17,600.00
Vista Chino: $5,800.00
TOTAL DESIGN FEE: $23,400.00
Site Observation (Hourly)
Reimbursable Expenses (Cost plus 10%)
Blueprints, Plotting
Copies
Deliverables
Travel
Hourly Fee Schedule:
Landscape Architect $110.00/hour
Designer 65.00/hour
Draftsperson 42.50/hour
Computer Time (CADD) 67.50/hour
Secretarial 22.50/hour
Fee Schedule:
Monthly billing based upon percentage of completion.
T.K.D. Associates, Inc.
• • Landscape Design - Vista
Chino Retention Basin
AGREEMENT #3919
M06113, 3-4-98
CONTRACT SERVICES AGREEMENT --- _ - -
LANDSCAPE DESIGN
Vista Chino Retention Basin
THIS CONTRACT SERVICES AGREEMENT (herein "Agreement"), is made and entered
into this V1 day of I/J/)e?, _, 1998 by and between the CITY OF PALM SPRINGS,
a municipal corporation, (herein "City") and T.K.D. ASSOCIATES, INC. (herein "Contractor"). The
parties hereto agree as follows:
1.0 SERVICES OF CONTRACTOR
1.1 Scope of Services. In compliance with all terms and conditions of this
Agreement, the Contractor shall provide those services specified in the "Scope of Services"
attached hereto as Exhibit "A" and incorporated herein by this reference, which services may be
referred to herein as the "services" or "work" hereunder. As a material inducement to the City
entering into this Agreement, Contractor represents and warrants that Contractor is a provider of
first class work and services and Contractor is experienced in performing the work and services
contemplated herein and, in light of such status and experience, Contractor covenants that it
shall follow the highest professional standards in performing the work and services required
hereunder and that all materials will be of good quality, fit for the purpose intended.
1.2 Contractor's Proposal. The Scope of Services shall include the Contractor's
proposal or bid which shall be incorporated herein by this reference as though fully set forth
herein. In the event of any inconsistency between the terms of such proposal and this
Agreement, the terms of this Agreement shall govern.
1.3 Compliance with Law. 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 having jurisdiction in effect at the time service is
rendered.
1.4 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. Contractor shall have the sole obligation
to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may
be imposed by law and arise from or are necessary for the Contractor's performance of the
services required by this Agreement, and shall indemnify, defend and hold harmless City against
any such fees, assessments, taxes penalties or interest levied, assessed or imposed against City
hereunder.
1.5 Familiarity with Work. By executing this Contract, Contractor warrants that
Contractor (a) has thoroughly investigated and considered the scope of services to be performed,
(b) has carefully considered how the services should be performed, and (c) fully understands the
facilities, difficulties and restrictions attending performance of the services under this Agreement.
If the services involve work upon any site, Contractor warrants that Contractor has or will
investigate the site and is or will be fully acquainted with the conditions there existing, prior to
commencement of services hereunder. Should the Contractor discover any latent or unknown
conditions, which will materially affect the performance of the services hereunder, Contractor shall
immediately inform the City of such fact and shall not proceed except at Contractor's risk unti
written instructions are received from the Contract Officer.
1.6 Care of Work. The Contractor shall adopt reasonable methods during the
life of the Agreement to furnish continuous protection to the work, and the equipment, materials,
papers, documents, plans, studies and/or other components thereof to prevent losses or
damages, and shall be responsible for all such damages, to persons or property, until acceptance
of the work by City, except such losses or damages as may be caused by City's own negligence.
1.7 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 service of the other.
1.8 Additional Services. City shall have the right at any time during the
performance of the services, without invalidating this Agreement, to order extra work beyond that
specified in the Scope of Services or make changes by altering, adding to or deducting from said
work. No such extra work may be undertaken unless a written order is first given by the Contract
Officer to the Contractor, incorporating therein any adjustment in (i) the Contract Sum, and/or (ii)
the time to perform this Agreement, which said adjustments are subject to the written approval
of the Contractor. Any increase in compensation of five percent (5%) or less of the Contract
Sum, or in the time to perform of one hundred eighty (180) days or less may be approved by the
Contract Officer. Any greater increases, taken either separately or cumulatively must be
approved by the City Council. It is expressly understood by Contractor that the provisions of this
Section shall not apply to services specifically set forth in the Scope of Services or reasonably
contemplated therein. Contractor hereby acknowledges that it accepts the risk that the services
to be provided pursuant to the Scope of Services may be more costly or time consuming than
Contractor anticipates and that Contractor shall not be entitled to additional compensation
therefore.
1.9 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 Exhibit "B" and incorporated herein by this reference. In the event of a conflict between the
provisions of Exhibit "B" and any other provisions of this Agreement, the provisions of Exhibit "B"
shall govern.
2.0 COMPENSATION
2.1 Contract Sum. For the services rendered pursuant to this Agreement, the
Contractor shall be compensated in accordance with the "Schedule of Compensation" attached
hereto as Exhibit "C" and incorporated herein by this reference, but not exceeding the maximum
contract amount of $14,000 (herein "Contract Sum"). except as provided in Section 1.8. The
method of compensation may include: (i) a lump sum payment upon completion, (ii) payment in
accordance with the percentage of completion of the services, (iii) payment for time and materials
based upon the Contractor's rates as specified in the Schedule of Compensation, but not
exceeding the Contract Sum or (iv) such other methods as may be specified in the Schedule of
Compensation. Compensation may include reimbursement for actual and necessary expenditures
for reproduction costs, telephone expense, transportation expense approved by the Contract
Officer in advance, and no other expenses and only if specified in the Schedule of
Compensation. The Contract Sum shall include the attendance of Contractor at all project
Page 2
meetings reasonably deemed necessary by the City; Contractor shall not be entitled to any
additional compensation for attending said meetings.
2.2 Method of Payment. Unless some other method of payment is specified
in the Schedule of Compensation, in any month in which Contractor wishes to receive payment,
no later than the first (1 st) working day of such month, Contractor shall submit to the City in the
form approved by the City's Director of Finance, an invoice for services rendered prior to the date
of the invoice. Except as provided in Section 7.3, City shall pay Contractor for all expenses
stated thereon which are approved by City pursuant to this Agreement no later than the last
working day of the month.
3.0 PERFORMANCE SCHEDULE
3.1 Time of Essence. Time is of the essence in the performance of this
Agreement.
3.2 Schedule of Performance. Contractor shall commence the services
pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all
services within the time period(s) established in the "Schedule of Performance" attached hereto
as Exhibit "D", if any, and incorporated herein by this reference. When requested by the
Contractor, extensions to the time period(s) specified in the Schedule of Performance may be
approved in writing by the Contract Officer but not exceeding one hundred eighty (180) days
cumulatively.
3.3 Force Maieure. The time period(s) specified in the Schedule of
Performance for performance of the services rendered pursuant to this Agreement shall be
extended because of any delays due to unforeseeable causes beyond the control and without the
fault or negligence of the Contractor, 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,
including the City, if the Contractor shall within ten (10) days of the commencement of such delay
notify the Contract Officer in writing of the causes of the delay. The Contract Officer shall
ascertain the facts and the extent of delay, and extend the time for performing the services for
the period of the enforced delay when and if in the judgment of the Contract Officer such delay
is justified. The Contract Officer's determination shall be final and conclusive upon the parties
to this Agreement. In no event shall Contractor be entitled to recover damages against the City
for any delay in the performance of this Agreement, however caused, Contractor's sole remedy
being extension of the Agreement pursuant to this Section.
3.4 Term. Unless earlier terminated in accordance with Section 7.8 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, except as otherwise provided in the
Schedule of Performance.
4.0 COORDINATION OF WORK
Page 3
4.1 Representative of Contractor. The following principals of Contractor are
hereby designated as being the principals and representatives of Contractor authorized to act in
its behalf with respect to the work specified herein and make all decisions in connection therewith:
Thornas K. Doczi, ASLA
TK:D Associates, Inc.
2121 E. Taliquitz Canyon Way, Suite 1
Palm Springs, CA 92262
It is expressly understood that the experience, knowledge, capability and reputation of the
foregoing principals were a substantial inducement for City to enter into this Agreement.
Therefore, the foregoing principals shall be responsible during the term of this Agreement for
directing all activities of Contractor and devoting sufficient time to personally supervise the
services hereunder. For purposes of this Agreement, the foregoing principals may not be
replaced nor may their responsibilities be substantially reduced by Contractor without the express
written approval of City.
4.2 Contract Officer. The Contract Officer shall be such person as may be
designated by the City Manager of City. It shall be the Contractor's responsibility to assure that
the Contract Officer is kept informed of the progress of the performance of the services and the
Contractor shall refer any decisions which must be made by City to the Contract Officer. Unless
otherwise specified herein, any approval of 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 Agreement.
4.3 Prohibition Against Subcontracting or Assignment. The experience,
knowledge, capability and reputation of Contractor, its principals and employees were a
substantial inducement for the City to enter into this Agreement. Therefore, Contractor 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. In addition, neither this Agreement nor any
interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily
or by operation of law, whether for the benefit of creditors or otherwise, without the prior written
approval of City. Transfers restricted hereunder shall include the transfer to any person or group
of persons acting in concert of more than twenty five percent (25%) of the present ownership
and/or control of Contractor, taking all transfers into account on a cumulative basis. In the event
of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be
void. No approved transfer shall release the Contractor or any surety of Contractor of any liability
hereunder without the express consent of City.
4.4 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 herein. City shall have no
voice in the selection, discharge, supervision or control of Contractor's employees, servants,
representatives or agents, or in fixing their number, compensation or hours of service. Contractor
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. 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. City shall not in any way or for any
purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint
venturer or a member of any joint enterprise with Contractor.
Page 4
5.0 INSURANCE, INDEMNIFICATION AND BONDS
5.1 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. If the Contract Sum is $25,000.00
or less, the policy of insurance shall be written 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. If the Contract Sum is greater
than $25,000.00 but less than or equal to $100,000.00, the policy of insurance shall be in an
amount not less than either (i) a combined single limit of $1,000.000.00 for bodily injury, death
and property damage 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 and $500,000.00 in the aggregate. If the Contract Sum is greater
than $100,000.00, 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 $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) Additional Insurance. Policies of such other insurance, including
professional liability insurance, as may be required in the Special Requirements.
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 cancelled without providing thirty (30) days prior written notice by registered
mail to the City. In the event any of said policies of insurance are cancelled, the Contractor shall,
prior to the cancellation date, submit new evidence of insurance in conformance with this Section
5.1 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.
Page 5
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.
In the event the Contractor subcontracts any portion of the work in compliance with
Section 4.3 of this Agreement, the contract between the Contractor and such subcontractor shall
require the subcontractor to maintain the same policies of insurance that the Contractor is
required to maintain pursuant to this Section 5.1.
5.2 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, (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, operations or activities 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, whether or not there is concurrent passive or active
negligence on the part of the City, its officers, agents or employees but excluding such claims or
liabilities arising from the sole negligence or willful misconduct of the City, its officers, agents or
employees, who are directly responsible to the City, and in connection therewith:
(a) Contractor will defend any action or actions filed in connection with any of
said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys'
fees incurred in connection therewith;
(b) Contractorwill promptly pay any judgment rendered against the City, its officers,
agents or employees for any such claims or liabilities arising out of or in connection with the
negligent performance of or failure to perform such work, operations or activities of Contractor
hereunder; and Contractor agrees to save and hold the City, its officers, agents, and employees
harmless therefrom;
(c) In the event the City, its officers, agents or employees is made a party to any
action or proceeding filed or prosecuted against Contractor for such damages or other claims
arising out of or in connection with the negligent performance of or failure to perform the work,
operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its officers,
agents or employees, any and all costs and expenses incurred by the City, its officers, agents or
employees in such action or proceeding, including but not limited to, legal costs and attorneys'
fees.
5.3 Performance Bond. Concurrently with execution of this Agreement,
Contractor shall deliver to City a performance bond in the sum of the amount of this Agreement,
in the form provided by the City Clerk, which secures the faithful performance of this Agreement,
unless such requirement is waived by the Contract Officer. The bond shall contain the original
notarized signature of an authorized officer of the surety and affixed thereto shall be a certified
and current copy of his power of attorney. The bond shall be unconditional and remain in force
during the entire term of the Agreement and shall be null and void only if the Contractor promptly
and faithfully performs all terms and conditions of this Agreement.
Page 6
5.4 Sufficiency of Insurer or Surety. Insurance or bonds 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 Risk Manager of the City due to unique circumstances. In the
event the Risk Manager of City ("Risk Manager") determines that the work or services to be
performed under this Agreement creates an increased or decreased risk of loss to the City, the
Contractor agrees that the minimum limits of the insurance policies and the performance bond
required by this Section 5 may be changed accordingly upon receipt of written notice from the
Risk Manager; provided that the Contractor shall have the right to appeal a determination of
increased coverage by the Risk Manager to the City Council of City within 10 days of receipt of
notice from the Risk Manager.
6.0 RECORDS AND REPORTS
6.1 Reports. Contractor shall periodically prepare and submit to the Contract
Officer such reports concerning the performance of the services required by this Agreement as
the Contract Officer shall require. Contractor hereby acknowledges that the City is greatly
concerned about the cost of work and services to be performed pursuant to this Agreement. For
this reason, Contractor agrees that if Contractor becomes aware of any facts, circumstances,
techniques, or events that may or will materially increase or decrease the cost of the work or
services contemplated herein or, if Contractor is providing design services, the cost of the project
being designed, Contractor shall promptly notify the Contract Officer of said fact, circumstance,
technique or event and the estimated increased or decreased cost related thereto and, if
Contractor is providing design services, the estimated increased or decreased cost estimate for
the project being designed.
6.2 Records. Contractor shall keep, and require subcontractors to keep, such
books and records as shall be necessary to perform the services required by this Agreement and
enable the Contract Officer to evaluate the performance of such services. The Contract Officer
shall have full and free access to such books and records at all times during normal business
hours of City, including the right to inspect, copy, audit and make records and transcripts from
such records. Such records shall be maintained for a period of three (3) years following
completion of the services hereunder, and the City shall have access to such records in the event
any audit is required.
6.3 Ownership of Documents. All drawings, specifications, reports, records,
documents and other materials prepared by Contractor, its employees, subcontractors and agents
in the performance of this Agreement shall be the property of City and shall be delivered to City
upon request of the Contract Officer or upon the termination of this Agreement, and Contractor
shall have no claim for further employment or additional compensation as a result of the exercise
by City of its full rights of ownership of the documents and materials hereunder. Any use of such
completed documents for other projects and/or use of uncompleted documents without specific
written authorization by the Contractor will be at the City's sole risk and without liability to
Contractor, and the City shall indemnify the Contractor for all damages resulting therefrom.
Contractor may retain copies of such documents for its own use. Contractor shall have an
unrestricted right to use the concepts Embodied therein. All subcontractors shall provide for
assignment to City of any documents or materials prepared by them, and in the event Contractor
Page 7
fails to secure such assignment, Contractor shall indemnify City for all damages resulting
therefrom.
6.4 Release of Documents. The drawings, specifications, reports, records,
documents and other materials prepared by Contractor in the performance of services under this
Agreement shall not be released publicly without the prior written approval of the Contract Officer.
7.0 ENFORCEMENT OF AGREEMENT
7.1 California 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. Legal actions concerning any dispute, claim or matter arising out of or in relation to
this Agreement shall be instituted in the Superior Court of the County of Riverside, State of
California, or any other appropriate court in such county, and Contractor covenants and agrees
to submit to the personal jurisdiction of such court in the event of such action.
7.2 Disputes. In the event of any dispute arising under this Agreement, the
injured party shall notify the injuring party in writing of its contentions by submitting a claim
therefor. The injured party shall continue performing its obligations hereunder so long as the
injuring party commences to cure such default within ten (10) days of service of such notice and
completes the cure of such default within forty-five (45) days after service of the notice, or such
longer period as may be permitted by the injured party; provided that if the default is an
immediate danger to the health, safety and general welfare, such immediate action may be
necessary. Compliance with the provisions of this Section shall be a condition precedent to
termination of this Agreement for cause and to any legal action, and such compliance shall not
be a waiver of any party's right to take legal action in the event that the dispute is not cured,
provided that nothing herein shall limit Cify's or the Contractor's right to terminate this Agreement
without cause pursuant to Section 7.8.
7.3 Retention of Funds. Contractor hereby authorizes City to deduct from any
amount payable to Contractor (whether or not arising out of this Agreement) (i) any amounts the
payment of which may be in dispute hereunder or which are necessary to compensate City for
any losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may
be liable to third parties, by reason of Contractor's acts or omissions in performing or failing to
perform Contractor's obligation under this Agreement. In the event that any claim is made by a
third party, the amount or validity of which is disputed by Contractor, or any indebtedness shall
exist which shall appear to be the basis for a claim of lien, City may withhold from any payment
due, without liability for interest because of such withholding, an amount sufficient to cover such
claim. The failure of City to exercise such right to deduct or to withhold shall not, however, affect
the obligations of the Contractor to insure, indemnify, and protect City as elsewhere provided
herein.
7.4 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.
Page 6
0
7.5 Rights and Remedies are Cumulative. Except with respect to rights and
remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the
parties are cumulative and the exercise by either party of one or more of such rights or remedies
shall not preclude the exercise by it, at the same or different times, of any other rights or
remedies for the same default or any other default by the other party.
7.6 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.
7.7 Liquidated Damages. Since the determination of actual damages for any
delay in performance of this Agreement would be extremely difficult or impractical to determine
in the event of a breach of this Agreement, the Contractor and its sureties shall be liable for and
shall pay to the City the sum of Zero Dollars ($0.00) as liquidated damages for each working day
of delay in the performance of any service required hereunder, as specified in the Schedule of
Performance (Exhibit "D"). The City may withhold from any monies payable on account of
services performed by the Contractor any accrued liquidated damages.
7.8 Termination Prior to Expiration Of Term, This Section shall govern any
termination of this Agreement except as specifically provided in the following Section for
termination for cause. The City reserves the right to terminate this Agreement at any time, with
or without cause, upon thirty (30) days' written notice to Contractor, except that where termination
is due to the fault of the Contractor, the period of notice may be such shorter time as may be
determined by the Contract Officer. In addition, the Contractor reserves the right to terminate this
Agreement at any time upon, with or without cause, upon sixty (60) days' written notice to City,
except that where termination is due to the fault of the City, the period of notice may be such
shorter time as the Contractor may determine. Upon receipt of any notice of termination,
Contractor shall immediately cease all services hereunder except such as may be specifically
approved by the Contract Officer. Contractor shall be entitled to compensation for all services
rendered prior to the effective date of the notice of termination and for any services authorized
by the Contract Officer thereafter in accordance with the Schedule of Compensation or such as
may be approved by the Contract Officer, except as provided in Section 7.3. In the event of
termination without cause pursuant to this Section, the terminating party need not provide
non-terminating party with the opportunity to cure pursuant to Section 7.2.
7.9 Termination for Default of Contractor. If termination is due to the failure of
the Contractor to fulfill its obligations under this Agreement, City may, after compliance with the
provisions of Section 7.2, take over the work and prosecute the same to completion by contract
or otherwise, and the Contractor shall be liable to the extent that the total cost for completion of
the services required hereunder exceeds the compensation herein stipulated (provided that the
City shall use reasonable efforts to mitigate such damages), and City may withhold any payments
to the Contractor for the purpose of setoff or partial payment of the amounts owed the City as
previously stated.
7.10 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. Attorney's
fees shall include attorney's fees on any appeal, and in addition a party entitled to attorney's fees
Page 9
shall be entitled to all other reasonable costs for investigating such action, taking depositions and
discovery and all other necessary costs the court allows which are incurred in such litigation. All
such fees shall be deemed to have accrued on commencement of such action and shall be
enforceable whether or not such action is prosecuted to judgment.
8.0 CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION
8.1 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.
8.2 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.
8.3 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 insure 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.
9.0 MISCELLANEOUS PROVISIONS
9.1 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. Either party may
change its address by notifying the other party of the change of address in writing. Notice shall
be deemed communicated at the time personally delivered or in seventy-two (72) hours from the
time of mailing if mailed as provided in this Section.
9.2 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.
9.3 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
Page 10
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.
9.4 Severability. In the event that any one or more of the phrases, sentences,
clauses, paragraphs, or sections contained in 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 phrases, sentences, clauses, paragraphs,
or sections 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.
9.5 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.
Page 11
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
By: � �� By:
City Cle)k � ,�� City Manager
APPROVED AS TO FORM:
City Attorney
CONTRACTOR:
By:
Name:
(\n Title: ��.�'4w�!
By:
Name:
Title:
Address: l
Page 12
EXHIBIT 'A'
SCOPE OF SERVICES
Contractor to provide full range of services necessary to complete bid documents for the
Landscaping of the Vista Chino Retention Basin Project following the same street frontage design
as the Noise Berm Project.
For Scope, see attached TDK Associates Exhibit "A" and the following:
Plan approval must be received from Planning Commission, Riverside County Flood Control and
Caltrans. Approval processing is within the Scope of services. Design is to include a new
alignment for the chain link fence on the Vista Chino frontage.
EXHIBIT "B"
SPECIAL REQUIREMENTS
Section 5.3 Performance Bonds are hereby waived.
Section 5.0 Delete paragraph (b) Worker's Compensation
Insurance, as Contractor has no employees.
Section 5.2 Delete paragraph indemnification, beginning on line
9: "Whether or not there is concurrent passive or
active negligence on the part of the City, its
officers, agents or employees":
And then also delete: "Sole".
EXHIBIT "C"
SCHEDULE OF COMPENSATION
Contractor shall be compensated monthly based upon the percentage of work completed in
each of the following areas: (total contract not to exceed $14,000).
Work Area Lump Sum
Design Development $1 ,200.
Preliminary Plans 2,400.
Construction Documents 6,000.
Meetings 660.
Caltrans-Flood Control Processing 1 ,600.
TOTAL $11 860.
Plus reimbursables at cost plus 10% not to exceed $2140.
EXHIBIT "D"
SCHEDULE OF PERFORMANCE
The Contract shall meet the following schedule: (all days are calendar and approvals
referenced are from the Contract Administrator)
Item Description Completion
1 . Design Development 30 days from Notice to Proceed
2. Preliminary Plans 30 days from approval of
Conceptual Design
3. Construction Documents 60 days from Planning Commission
(including Landscape) approval
•T.H.D.Associates,lnc.
January 23, 1998
Palm Springs Regional Airport
Allen Smoot, Director of Transportation
3400 E. Tahquitz Canyon Drive
Palm Springs, CA 92262
Re: Vista Chino Street Frontage
Palm Springs Regional Airport, Palm Springs, California
Dear Allen Smoot:
Thank you for the opportunity to submit this proposal for landscape architectural
services.
Please find enclosed our proposal for design services and City submittal.
I look forward to working with you on this project.
Sincerely, )Tho
mas K. DoczLA
President
TKD/ks
E-mail: tkd2@earthlink.net
T.M.D.Associates,inc.
2"2 1
i V,Vk
LANDSCAPE ARCHITECTURAL
SERVICES AUTHORIZATION FORM
January 23,1998
Project Name: Vista Chino Frontage, Palm Springs Regional Airport
Client : City of Palm Springs Department of Transportation
Our firm has been requested to perform design services in regard to your project.
These services are:
Scope of Services: See Exhibit "A"
Fee: See Exhibit "B"
Hourly Fee Schedule:
Landscape Architect $11 0.001hour
Designer I 65.00/hour
Draftsperson 42.501hour
Computer Time (CADD) 67.501hour
Secretarial 22.50/hour
Site Observation 85.00/hour
Requested By: Allen f. Smoot, A.A.E.
Director, Department of Transportation
Approved By: Date:
Authorized Signature
• T.A.D.Associates,Inc.
EXHIBIT "A"
SCOPE OF SERVICES VISTA CHINO FRONTAGE
Design Development:
Review Project Master Plan, Schedule and Budget with Client.
On Site Review/Site Analysis.
Develop Plant Palette.
Design Development of Street Frontage Landscape Concept.
Develop Sidewalk Layout Plan.
Design Concept Review with Client and Project Representatives.
Preliminary Plans:
(All Plans will be prepared using AutoCad R13)
Master Landscape Concept and Plant Palette.
Color Presentation Plan for City Submittal.
Presentation to Design Review Board and Planning Commission.
Preliminary Landscape Construction Cost Estimate.
Submit to CalTrans
Construction Documents:
(All Plans will be prepared using AutoCad R13)
Sidewalk Layout Plan.
Planting Plan.
Irrigation Plan,
Final Construction Cost Estimate.
Project Specifications.
Bid Documents (City to Provide Formatted Boiler Plate)
• . � '1..�.✓. ASSlrytill]i^5. .IIL_
"EXHIBIT B"
PROJECT FEE SCHEDULE VISTA CHINO FRONTAGE
Compensation for Professional Services:
A. Design development $1,200.00
B. Preliminary Plans 2,400.00
C. Construction documents (Plans & Specifications) 6,000.00
D. Meetings 660.00
E. Cal-Trans Processing. 1,600.00
Total Fee: $11860.00
Reimbursable Expenses (Cost plus 10%)
Blueprints
Copies
Deliverables
Travel
Hourly Fee Schedule:
Landscape Architect $110.00/hour
Designer I 65.00/hour
Draftsperson 42.50/hour
Computer Time (CADD) 67.50/hour
Secretarial 22.50/hour
Site Observation, Supervision, Walk-through 85.00/hour
Fee Schedule:
Monthly billing based upon percentage of completion.
I
GRESSIVE WEST INSURANCE COMPANY THIS DECLARATION DOES NOT SUPERSEDE ANY CANCEL NOTICES
*** TDECLARATION *** "
. BOX 1088 HIS REPLACES DECLARATION EFFECTIVE 04/07/98 +*
CHO CORDOVA, CA 95741-1088
AIDUKAS INS AGCY [y5s
QCYc� i i,—p— "d3 n-�-� � PRWREWYE
u
UI 24 Hour''Policy Service 1-800-888-7764 -
555 S SUNRISE WY #200 �—� J 24 Hour Claims Service 1-800-274-4499
PALM SPRINGS CA 92264 ��S C6 Automated Billing Inquiry 1-800-999-8781
PERSONAL AUTO POLICY DECLARATIONS PAGE
FOR NAMED INSURED:
3��i THOMAS DOCZI
770 MEL AVE
o7ea5 _ . " PALM SPRINGS CA 92262
POLICY NUMBER: L0237232 — 0
i nn i u i 1 nn r r n n ui ni r nr nn n J
POLICY PERIOD: 04/07/98 TO 04/07/99
THOMAS DOCZI This policy incepts the later of:
1 the Lima the application for Insurance is executed on the first
770 MEL A V E day of the policy period;or
PALM SPRINGS CA 92262
2. 1291 a.m.on the first day of the policy period,
This policy shall expire at 12:01 a.m.on the last day of the policy
period.
The following coverages and limits apply,to each described
vehicle as shown below. Coverages are defined in the policy
and are subject to the terms and conditions contained in the
policy, including amendments and endorsements, No changes
F'IRMATION NUMBER # 103CCE232 will be effective prior to the time changes are requested.
SON FOR ISSUANCE: POLICY CHANGE, NO CHANGE IN PREMIUM
FOLLOWING CHANGES WERE REQUESTED BY TONY/AGENT ON 04/13/98 AT 01:25 PM EST
-CTIVE ON 04/07/98: CHANGF,D—INFO - VEH--S,98 -PO,^.SC - LOSS PAYEE CHANGED -
# YR MAKE - MODEL SERIAL NUMBER STATED AMT DRV# LISTED DRIVERS EXCLUDEDSR22 RATED
96 FORD EXPLORER4X4SW 1FMDU34XXTZA59952 1 THOMAS DOCZI a NO NO YES
91 FORD MUSTANG 18 CV 1FACP45EUMF155277 2 MARY WILCZAXDOCZI NO NO YES
98 PORSC BOXSTER CV WPOCA298XWU622864 3
4
5
COVERAGES AND LIMITS OF LIABILITY PREMIUMS
COVERAGE IS APPLICABLE ONLY IF A PREMIUM IS INDICATED. VEH #1 VEH #2 VEH #3 VEH #4 TOTAL
LY INJURY LIABILITY 0,000 EACH PERSON - $500,000 EACH ACCIDENT $494 $418 $408 $1,320
ERTY DAMAGE LIABILITY
0,000 NO DEDUCTIBLE
ZURED/UNDERINSURED MOTORIST $121 $115 $109 $345
0,000 EACH PERSON - $300,000 EACH ACCIDENT -
ZURED MOTORISTS PROPERTY DAMAGE $3,500 $9 $8 $8 $25
CAL PAYMENTS $1,000 EACH PERSON $29 $24 $24 $77
REHENSIVE ACV LESS $500 DEDUCTIBLE $114 $268 $268 $650
ISION OR UPSET ACV LESS $600 DEDUCTIBLE $189 $217 $541 $947
TIONAL COVERAGES:
NG & LABOR $50 PER DISABLEMENT $300 MAX $4 $4 $8
a I
SEE REVERSE PREMIUM BY'VEHICLE $960 $,1,054 $1,358
HMENTS IDENTIFIED BY FORM NO. TOTAL POLICY PREMIUM $3,372
1113 (13-07) INSURED'S COPY PMPC0n 11 ao22osl 111�
CERTIFICATE OF INSURANCE
This certifies that ®STATE FARM FIF&D CASUALTY COMPANY, Bloomington, Illinois
❑STATE FARM GE14,1111WAL INSURANCE COMPANY, Bloomington, Illinois
Insures the following policyholder for the coverages Indicated below:
Name of policyholder
T K D Associates, Inc. RECEIVED
Address of policyholder 2121 E. Tahquitz Canyon Way ste 1 MAR ? I) 1998
Palm Springs, CA 92262 CITY CLERK
Location of operations
�35P/
POLICY NUMBER TYPE OF INSURANCE POLICY PERIOD LIMITS OF LIABILITY
Effective Date j Expiration Date
® Comprehensive j
90-LA-9596-7 General Liability 7/28/97 ; 7/28/98 BODILY INJURY
._------------ -------- --------- " ----------- ----------- - —-------- ----- —"-r---- ❑ Dual Limits for:
❑ Manufacturers and Each Occurrence $
_____ _ Contractors Liability Aggregate $
❑ Owners, Landlords,
and Tenants Liability l PROPERTY DAMAGE
Each Occurrence $
This Insurance includes: ❑ Products-Completed Operations Aggregate*
❑ Owners or contractors Protective Liability
❑ Contractual Liability BODILY INJURY AND
ElProfessional Errors and Omissions Combined Single Limit for: PROPERTY DAMAGE
❑ Broad Form Property Damage Each Occurrence 1,000,000.00
❑ Broad Form Comprehensive General Liability Aggregate 2,000,0 00.00
POLICY NUMBER TYPE OF INSURANCE
POLICY PERIOD CONTRACTUAL LIABILITY LIMITS(if different from above)
Effective Data Expiration Date BODILY INJURY
Each Occurrence
PROPERTY DAMAGE
Each Occurrence
Aggregate
EXCESS LIABILITY BODILY INJURY AND PROPERTY DAMAGE
(Combined Single Limit)
❑ Umbrella Each Occurrence $
❑ Other Aggregate $
Part STATUTORY
❑ Workers' Compensation Part 2 BODILY INJURY
and Employers Liability Each Accident $
Disease Each Employee $
Disease-Policy Limit $
'�pPWe N�uom ,mi HmUrul�rucm, W�3 Temnl•UkllHy lmura x sxdu
THIS CERTIFICATE OF INSURANCE IS NOT A CONTRACT OF INSURANCE AND NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, EXTENDS,OR
ALTERS THE COVERAGE APPROVED BY ANY POLICY DESCRIBED HEREIN.
Name and Address of Certificate Holder // / (✓ �6
s Hix•0/wlW W a•p,ew,IWn
City of Palm Springs Office Manager
City ,Clerk m.
Attention: Patricia Sanders 3/18/98
PO Box 2743 �• ULU BLUMBERG
Palm Springs, CA 92262
nu.r• s
"-' 35325 Date Palm Drive Suite 115
H IUSU IIpNCF
Cathedral City, CA 92234
IbB&1.10 Rrv."I HMW 11 Us A
STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807
COMPENSATION !I� 'L`,�,' •�'
INSURANCE xV
FUND
CERTIFICATE,OF WORKERS' COMPENSATION INSURANCE
SEPTEMBER ,25, 2001 1509739 - 01
POLICYNUMBER,
- - CERTIFICATE-EXPIRES
CITY OF PALM '.SPRINGS .
OFFICE OF THE CITY CLERK,
3200 TAHQUITZ CANYON WAY
PALM SPRINGS CA 92262 JOB: 3919 'VISTA CHINO
RETENTION BASIN
L
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California
Insurance Commissionerto the employer named belowfor_t_he policy period indicated,_
This policy is not subject to cancellation by the Fund except upon ten days'advance written notice to the employer.
We will also give you TEN days'advance notice should this policy be cancelled prior to its normal expiration.
• This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with
respect to which this'''certificate of insurance may be issued" or may pertain, the insurance afforded by the policies
described herein is subject to all the terms,exclusans and condltion5 of such policies.
• AUTHORIZED REPRESENTATIVE PRESIDENT
EMPLOYER'S LIABILT'TY, L'IMIT INCLUDING DEFENSE COSTS:' $1,1000,010 PER ,OCCURRENCE.
I
I
EMPLOYER,
T K B ASSOCIATES 'INC "
2121 E TAHQUITZ CANYON WAY STE 1
• PALM SPRINGS CA 92262
L ., !
THIS DOCUMENT HAS A BLUE PATTERNED BACKGROUND