Loading...
HomeMy WebLinkAboutA3883 - INTERMODAL TRAIN RAILWAY MINI BUS SUPER SHUTTLE ONTARIO Mini-Bus Sys. , Inc. , dba +Super Shuttle Ontario Airport/Rail Surface Transp. AGREEMENT #3883 CITY OF PALM SPRINGS M06062, 12-17-97 CONTRACT SERVICES AGREEMENT FOR AIRPORT/RAIL SURFACE TRANSPORTATION SERVICES f HIS CO TRACT SERVICES AGREEMENT(herein "Agreement"), is made and entered into this day of 1991, by and between the CITY OF PALM SPRINGS, a municipal corporation, (herein "City") and Mini-Bus Systems, Inc., D13A Super Shuttle Ontario, (herein "Contractor"). (The term Contractor includes professionals perform ng in a consulting capacity.) 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. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first-class firms perform ng similar work under similar circumstances. 1.2 Contractor's Proposal. The Scope of Service 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 terns 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,lurisdiction 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, perm is 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 Familianty 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 until 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, rS:r`]6m>hTN-A%lu^I(LGtiJ'_ 6IIL94 Revwcl: IO.ro'9] 1 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 ofParties. 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, neRther 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 up to five percent (5%) of the Contract Sum or $25,000; whichever is less, or in the time to perform of up to one hundred eighty (180) days may be approved by the Contract Officer. Any greater increases, taken either separately or cumulatively must be approved by the City Council. It is expressly understood by Contractor that the provisions of this Section shall not apply to services specifically set forth in the Scope of Services or reasonably contemplated therein. Contractor hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Services may be more costly or time consuming than Contractor anticipates and that Contractor shall not be entitled to additional compensation therefore. 1.9 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the "Special Requirements" attached hereto as Exhibit "B., and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit "B" and any other provisions of this Agreement, the provisions of Exhibit "B" shall itovern. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, the Contractor shall be compensated in accordance with the "Scledule of Compensation" attached hereto as Exhibit "C" and incorporated herein by this reference, but not exceeding the maximum contract amount of—N/A ($ ) (herein "Contract Stun"), except as provided in Section I.S. 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 meetings reasonably deemed necessary by the City; Contractor shall not be entitled to any additional compensation for attending said meetings. 2.2 Method of Pavment. 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(1st)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. M2761099994t000/!l60614.2 6I14/96 Revird: I0C 197 2 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 (I80) 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, tires, 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 performimg 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, Exhibit D. 4.0 COORDINATION OF WORK: 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: FAZIBOSTAJANI General Manager 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 Otficer. 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 oul the terms of this Agreement. FSJ'_]6/099�YN-lIX%1/ll(-0(WJ] 6/I4106 a��,xa 10/M/97 3 4.3 Prohibition AgainstSuhcontractineorAssi_mment. 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. The City's policy is to encourage the awarding of subcontracts to persons or entities with offices located within the jurisdictional boundaries of the City of Palm Springs and, if none are available, to persons or entities with offices located in the Coachella Valley ("Local Subcontractors"). Contractor hereby agrees to use good faith efforts to award subcontracts to Local Subcontractors, if Local Subcontractors are qualified to perform the work required. In requesting for the City to consent to a subcontract with a person or entity that is not a Local Subcontractor, the Contractor shall submit evidence to the City that such good faith efforts have been made or that no Local Subcontractors are qualified to perform the work. Said good faith efforts may be evidenced by placing advertisements inviting proposals or by sending requests for proposals to selected Local Subcontractors. The City may consider Contractor's efforts in determining whether it will consent to a particular subcontractor. Contractor shall keep evidence of such good faith efforts and copies of all contracts and subcontracts hereunder for the period specified in Section 6.2. 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. 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 Citv, 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. The policy of insurance shall be in an amount not less than either (i) a combined single limit of$1,000,000 for bodily injury, death and property damage or (ii) bodily injury limits of$500,000 per person, $1,000,000 per occurrence and $1,000,000 products and completed operations and property damage limits of$500,000 per occurrence. If the Contract'Sum is greater than $100,000, the policy of insurance shall be in an amount not less than $5,000,000 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 Rev, IO/Mg? 4 injuries or occupational diseases occurring to any worker employed by or any persons retained by the Contractor in the course of carrying out the work or services contemplated in this Agreement. (c) Automotive Insurance. A policy of comprehensive automobile liability insurance written on a per occurrence basis in an amount not less than either (i) bodily injury liability limits of$500,000 per person and $1,000,000 per occurrence and property damage liability limits of $250,000 per occurrence and $500,000 in the aggregate or (ii) combined single limit liability of$1,000,000. 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, except that the City shall not be named as an additional insured for the Worker's Compensation Insurance nor the Professional Liability Insurance. The insurer shall waive all rights of subrogation and contribution it may have against the City, its officers, employees and agents and their respective insurers. All of said policies of insurance shall provide that said insurance may not be amended or canceled without providing thirty (30) days prior written notice by registered mail to the City. In the event any of said policies of insurance are canceled, the Contractor shall, prior to the cancellation date, submit new evidence of insurance in conformance with this Section 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. All certificates shall name the City as additional insured (providing the appropnate endorsement) and shall conform to the following 'cancellation" notice: CANCELLATION: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE THE EXPIRATION DATED THEREOF, THE ISSUING COMPANY SHALL MAIL ADVANCE 30-DAY WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN. Agent Initials 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 F.92P761&9 -i X]P[W(Y4'_ • • 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 tiled 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 promptlypay anyjudgment rendered againsttheCity, itsofficers, 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 tiled 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' fens. 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. (See Exhibit D) 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. 5.4 Sufficienev of Insurer or Suretv. 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 Ratmg 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 ("Director of Administrative Services") due to unique circumstances. In the event the Director of Administrative Services 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 Director of Administrative Services; provided that the Contractor shall have the right to appeal a determination of increased coverage by the Director of Administrative Services to the City Council of City within ten (10) days of receipt of notice from the Director of Administrative Services. 6.0 REPORTS AND RECORDS 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, it 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. rS'J]lR/IMYNNM5000/]If4hYJ'_ 6/I4/96 Revd 10/'_0/99 6 r 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 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 AGREERIENT 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 su sitting 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 inlured 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 heroin shall limit City's or the Contractor's right to terminate this Agreement without cause pursuant to Section 7.5. 7.3 Retention of Finds. 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 oinissions in performing or failing to perform Contractor's obligation tinder this Agreement. In the event that any claim is made by it third party, the amount or validity of which is disputed by Contractor, or any indebtedness shall exist which shall appear to he the basis for it claim of lien, City may withhold from any payment due, without [`=760Y1m ..l 1210R,Ng- 6114 46 IZ­.m 10/ rN7 7 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 onussion in the exercise of any right or remedy by a non-defaulting 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. 7.5 Rishts 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 Let!al Action. In addition to anv 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 Damaves. 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 as N/A ($ )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 nonce 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 iminediately cease all services hereunder except such as may be specifically approved by the Contract Officer. Except where the Contractor has initiated termination, the Contractor shall he 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 the Contractor has initiated termination, the Contractor shall be entitled to compensation only for the reasonable value of the work product actually produced hereunder. In the event of termination without cause pursuant to this Section, the terminating party need not provide the non-terminating party with the opportunity to cure pursuant to Section 7.2, 7.9 Termination for Defmuh of Contractor. If termination is due to the failure of the Contractor to fulfill its obligations Linder 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 umtigate such damages), and City may GS'_C"16/INN'}YJ LIW/a C{Mit4] 6/14196 Rcv,rcd: 10/M97 8 r • withhold any payments to the Contractor for the purpose of set-off or partial payment of the amounts owed the City as previously stated. 7.(0 Attomevs' 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 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 Emplovees. 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 ongin, 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 mad, 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 the parties, and none shall be used to interpret this FS2;^_76/INN4)-"0M12INW4'- 6/14,96 R..,,.d: m/.v/oi 9 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. IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS, a municipal corporation ATTEST: _ /�. L; City Manager � v City Clerk G APPROVED AS TO FORM: CONTRACTOR: _ By:i'c%..Z. o`��ea G,h 4S8.vU'CctE � ° tLt�nc:�c]x� t Attorney Name any Title �) By: Name and Title Address: d 1�� C . 5Y C S )L;% r5'J'_]61�JOW/_l6 42 6114/06 R--i 10/ 109 to EXHIBIT "A" SCOPE OF SERVICES 1. Contractor to provide a transportation system which will consist of shuttle vans, with executive sedans (similar to the Lincoln Towncar) and limousines if a higher level of service is desired by the traveller, to designated locations, within the City of Palm Springs. It shall be a per person shared-ride flat fee fare system for the shuttle, with pricing options for large groups. The shuttle will have a regular schedule for rail arrivals/departures, plus an on-demand component. 2. Contractor to provide transportation services to the following designated areas: - The Palm Springs Regional Airport - The Palm Springs Rail Station - The Palm Springs Convention Center - The Palm Springs Aerial Tram - The Oasis Water Park - All Palm Springs Hotels - All Palm Springs Residences 3. The transportation system shall include the assignment to man and operate exclusive customer service counter space at the Palm Springs Regional Airport and provide(based on flight and rail schedules) service to Palm Springs hotels that request said service. Contractor will provide the following services to the Palm Springs Regional Airport and the Palm Springs Rail Station: - Demand responsive shared-ide flat fee van services - Reservation and dispatch center - On-site curbside guest coordination 4. The system shall include at least three(3) CNG-powered multi-passenger vans, including at least one (1) vehicle in ADA compliance, and executive sedan and limousine service as required. Shuttle vans shall have a minimum seating capacity of seven(7)persons, with the ADA vehicle(s)having a minimum seating capacity of four(4)persons and executive sedans and limousines having a minimum seating capacity of five (5) persons, plus baggage space for all vehicle types as described in Exhibit "A" item 5. Service shall commence on the effective date of the Agreement except that the Contractor shall have nine (9) months from the date of the Agreement to comply with the requirement for CNG-powered vans, which may be subcontracted as provided in Exhibit 'B" item 3. The Contractor may subcontract for vans or buses to transport large groups for special events purposes, as provided in Exhibit 'B" item 3. All vehicles shall have a maximum age of four (4) years for the initial contract period, and three (3) years for the second term, if this Agreement is renewed. 5. The vehicles utilized in transport between the airport/rail station/hotels shall have adequate baggage space, i.e., a minimum of space to accommodate the maximum number of checked bags and carry-on luggage per person allowed by the major airlines, including golf bags. All baggage shall be protected from inclement weather. If the baggage allowance is exceeded, an excess baggage charge of$1.00 per item will apply. EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 11 EXHIBIT "A" SCOPE OF; SERVICES CONTINUED 6. The City reserves the right to inspect any or all of Contractor's vehicles being utilized to provide the services of this Agreement. City may delegate the inspection to other appropriate entities. Random inspections may be conducted on-site or at a designated location and will be performed by the City or its designee. In the event any vehicle fails an inspection, the vehicle shall be repaired and reinspected within 30 days. The vehicle may remain in service unless the item is determined by the inspector to be a safety hazard. The City may order a vehicle out of service until corrected, at which time the Contractor shall provide an alternative vehicle. In the event of repeated violations (more than 3 incidents in one 1 year), City may order the vehicle permanently replaced, or terminate this Agreement. 7. Contractor shall maintain a set of conduct rules and regulations for all of its employees and shall prescribe a uniform (dress code) for all employees, with the approval of the Contract Administrator. 8. Contractor shall maintain an office at a fixed location in Palm Springs and shall be listed in the telephone directory, to be manned 24 hours a day, 7 days per week, to take necessary action regarding all inquiries and complaints. The customer service counter space manned and operated at the Palm Springs Regional Airport may serve as the fixed office location. An answering service shall be considered an acceptable substitute to full time 24 hour coverage, provided Contractor is advised of any complaints within one hour of receipt of such complaint by the answering service. During normal working hours, the Contractor's employee responsible for providing maintenance services shall be available for notification through a pager or answering service. 9. Contractor shall maintain a written log of all complaints, showing the date, time received and action taken, or reason for no action. The log of complaints shall be open to the inspection of the Contract Administrator at all reasonable times, and shall be copied and sent to the City when requested by the Contract Administrator. 10. All complaints shall be abated as soon as possible after receipt, but in all cases within 48 hours, to the satisfaction of the Contract Administralor. If any complaint is not abated within 48 hours, the Contract Administrator shall be notified immediately of the reason for not abating the complaints, followed by a written report to the Contract Administrator within five (5) days. EXHIBIT "A" TO CONTRACT SERVICES AGREEMENT 12 EXHIBIT "B" SPECIAL REQUIREMENTS 1. Liquidated damages are not applicable to this Agreement. 2. The requirement for a Performance Bond is waived for this Agreement. 3. Section 4.3 is modified by the addition of the following sentence: Contractor may subcontract, subject to the approval of the Contract Administrator, to provide for CNG vehicle requirements and limousine requirements of this Agreement. The Contractor may also subcontract with a Palm Springs Regional Airport permitted operator, subject to the approval of the Contract Administrator,to provide vans or buses to transport large groups for special events purposes. The subcontractor shall enter into an agreement incorporating the terms hereof, and shall be subject to all applicable requirements. EXHIBIT "B" TO CONTRACT SERVICES AGREEMENT 13 EXHIBIT "C" SCHEDULE OF COMPENSATION 1. The Contractor will pay a Privilege Fee for services in the amount of one percent (1%) of gross revenues originating in the City of Palm Springs (excluding the Airport) with a minimum annual guarantee of $8,000, whichever is greater, to the City of Palm Springs. 2. The Contractor will pay a Privilege Fee for shuttle services in the amount of one percent (1%) of gross revenues originating at the Palm Springs Regional Airport with a minimum annual guarantee of$10,000 whichever is greater, to the Palm Springs Regional Airport. Higher levels of service shall pay the existing ground transportation permit and access fees for the applicable form of transportation as prescribed in the City's Comprehensive Fee Schedule. 3. On or before the 20th day of each month following the commencement of the term of this Agreement, and on or before the loth day of the month next following the expiration date of the term hereof, Contractor shall submit separate monthly Statements of Gross Revenues with Gross Revenues Privilege Fee computations for (1) gross revenues originating in City of Palm Springs (excluding the Airport) and (2) gross revenues originating at Palm Springs Regional Airport. (see items 1 & 2 above) 4. The final percentage fee payment made each year shall be adjusted so that Contractor's fee payment for the year is the greater of the minimum annual guarantee for the year or 1% of Gross Revenues for the year. 5. Contractor shall furnish a security deposit of $4,981.50, equal to 1/4 of $18,000 minimum annual guarantees (3 months) plus 1/4 of$1,926 annual rental fee(3 months) for customer service counter space at the Palm Springs Regional Airport. Security deposit will remain in an interest bearing account throughout the tetra of the Agreement period,with interest payable to the Contractor. Said security deposit shall be maintained in place to guarantee space rental and privilege fees required under this Agreement. In the event any payment hereunder is not made when due, City may deduct such amount from the deposit. Contractor shall promptly restore the deposit to the original sum. 6. Customer Service Counter Space Fee - The rental rate for exclusive use customer service counter space has been determined by the City pursuant to its terminal building lease with the certificated airlines. The annual rental shall be based on 120 square feet at$16.05 per square foot, which is the sum determined by multiplying the square footage of its counter area for each agreement year by the annual rate for exclusive use space. The Contractor's fee for customer service counter space will be $1,926 per year. 7. As provided in Exhibit "B"Item 3, the Contractor may subcontract with a Palm Springs Regional Airport permitted operator to transport large groups for special events. Said subcontractor shall pay all applicable permit and access fees as prescribed in the City's Comprehensive Fee Schedule. 8. Failure to pay any amount due hereunder within 30 days following due date shall accrue interest at the rate of 1% per month thereafter. 9. In the event Contractor fails to meet the Schedule of Performance, Contract Administrator may penalize Contractor $50 per violation, which amount shall be payable within 30 days following Contract Administrator demand therefore. EXHIBIT "C" TO CONTRACT SERVICES AGREEMENT 14 EXHIBIT "C" SCHEDULE OF COMPENSATION CONTINUED 10. The per person shared-ride flat fee one-way fare schedule imposed for the shuttle by the Contractor is: # Orinination/DestinatforL 1 2 3 4 5 6 7 1 Palm Springs Region.)Aire t 1 $0 $8 $5 $9 $5 $5 $8 2 Palm Spnng.Rad Sta on 2 $6 $0 $7 $9 $7 $7 $9 3 Palm Spnng:cpmennoo c~ 3 $5 $7 $0 $9 $7 $5 $8 4 P.ImSpdng.A.n.Pham 4 $9 $9 $9 $0 $9 $9 $9 5 0."WatwP.h 5 $5 $7 $7 $9 $0 $7 $9 6 Palm Spnnga Hotels 6 $5 $7 $5 $9 $7 $5 $9 7 Palmspmp.R.,d.nd. 7 $8 1 $9 $8 $9 $7 $9 $l0 EXHIBIT "C" TO CONTRACT SERVICES AGREEMENT 15 EXHIBIT "D" SCHEDULE OF PERFORMANCE 1. The system shall operate, at a minimum, daily from the first to the last flight arriving or departing at the Palm Springs Regional Airport. Operations shall be scheduled to move passengers to and from the Palm Springs Regional Airport to Palm Springs hotels and between the Palm Springs Regional Airport and Palm Springs Rail Station based on train and flight schedules. Train schedules and telephone numbers for Amtrak will be provided by the City of Palm Springs to the Contractor. 2. The transportation system shall include a specific assignment(a) to meet all passenger trains (arriving and departing) and run from the train platform to the Palm Springs Regional Airport and(b) to meet all flights. All arriving trains shall be met immediately upon arrival and all arriving flights shall be met within ten(10) minutes of arrival. 3. The Palm Springs Regional Airport will provide a minimum of one (1) priority parking space on main island and two (2) spaces north of the baggage claim area. At such times as operations require in excess of three vehicles on the Airport, the Contract Administrator may allow additional vehicles to use the planned Ground Transportation Remote: Staging Facility or at a location to be designated by the Contract Administrator. 4. The Contractor shall provide shuttle, executive sedan, and limousine on-call services within the Palm Springs City limits with a maximum response time of 20 minutes. Contractor response time to walk-up customers requesting shuttle services from the Palm Springs Regional Airport to destinations within the City of Palm Springs shall be a maximum of 20 minutes. 5. The term of this Agreement is for four(4) years. If Contractor wishes an extension of the Agreement after such time, Contractor shall make a written request to the Contract Administrator at least 180 days prior to the expiration of the Agreement. In considering whether to extend the Agreement, City or Contractor may renegotiate any terms of this Agreement deemed appropriate. The Agreement may be extended by the City for up to three (3) years but only with the acceptance of Contractor. EXHIBIT "D" TO CONTRACT SERVICES AGREEMENT 16 12/30/1997 12:52 5197022063 JOHN BURNHAM TRANS. PAGE 02 r�+r..w,.,�e�-�,•Pr+� 7 Z/30/97 1 ' ACORD, 7i �1'1r L'Cr!#I ���'t1illli PRODUCER 619-231-1010 THIS CERTIFICATE I$ ISSUED AS A MATTER OF INFORMATION John Burnham & Company ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE B10 West Ash SLfBBt HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. BOX 2910 COMPANIES AFFORDING COVERAGE San Diego, CA 92112-2910 -- COMPANY rump E&5 INDEMNITY CO. Crump fUNIp & OF Calif. WEURED FILL INSURANCE CO. -- -" — COMPANY B Crump E &S Of Calif, Mlni-BUs Systems, Inc. COMPANY DBA: Super Shuttle of Ontario C 1222 East Holt Blvd. COMPANY Ontario CA. 91761 D 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 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, EXCLUSION$AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO Tyra bP INSURANCE POLICY NUMBER POLICY ETPECTME POLICY EXPIRATION N LIMITS LTA DATE IMMAIOYI DATE IMM/DD/YYI GENERAL LIABILITY GENERAL AGGREGATE / COMMERCIAL GENERAL LIABILITY PROOUC rS-COMPIOP AOG CLAIMS MAD! O OCCUR PERSONAL S ADV INJURY OWNER'S S CONTRACTOR'S PROT EACH OCCURRENCE I FIRE DAMAGE(Any om fln) I_ rn MED EXP(Any onE Sown) I q AUTOMOBILEMINUFY CA10003130 9/27/97 9127/98 COMBINED SINGLE LIMIT I ANYAUTO 7000000 ALL OWNED AUTOS BODILY INJURY 1 X SCHEDULED AUTOS Ihrpmon) HIRED AUTOS BODILY INJURY NON-UWNED AUTOS IPv Ac.IdmO PROPERTY DAMAGE E GARAGE LIABILITY AUTO ONLY-EA ACCIDENT I ANY AUTO OTHER THAN AUTO ONLY. EACH ACCIDENT 1 AGGREGATE A B EXODUS LIASILRY OUL026171 9/27197 9/27/99 EACH OCCURRENCE 1-----4000000 Hx UMBRELLA FORM AGGREGATE E OTHER THAN UMBRELLA FOAM I WORKERS COMPENSATION AND WC STATU- OTH EMPLOYERS'LIABILITY EL EACH ACCIDENT L THEPfl IIS(RXCU PPEOR' INCL PARTNERBIEXEOUnvE EL DISEAEE�PULICY LIMIT I__ u OFNCER9 ARE EXCL EL DISEASE-EA EMPLOYEE I OTHER DESCRIPTION OF OPEAATroNSAOCATIONSNlHICLlSIElECLLL ITEMS FOR PROOF OP INSURANCE COVERAGE ONLY. ATTN:ALLEN F.SMOOT,A.A.E. ltLb „ , IFkThFW ';1DgAVi 1(fIIEFOk #y?NPAY "°; 31( CITY OF PALM SPRINGS SHOULD ANY OF THE MOVE PESCRISED POLICIES SE CANCELLED SEFOHE THE EXPIRATION DATE THEREOP, THE DIMLING COMPANY WILL ENDEAVOR TO MAIL DEPARTMENT OF TRANSPORTATION 30 DAYS YaV TFN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, P, 0. BOX 2743 MD'FAAURE TO MAIL SUCH NOTICE SHALL IMPOSE NO DULIDATIDN OR LIABILITY PALM SPRINGS, CA. 92263-2743 OF ANY 00I THE COMPANY, BRI A ENTA ORA REPRESENTATIVES. AuxnonG:ED EmmArME 1 � ' I I tux ri,rs ,n `i; 3 xa rI rer 12/30/1997 12:52 G197022063 JOHN BURNHAM TRANS. PAGE 03 ACORD12/30/97 DATE IR M/DD/YYI �y �! j� yy , PSODUCLn 619-231-1010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION John Burnham & Company ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 610 West Ash Street HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 2910 COMPANIES AFFORDING COVERAGE San Diego, CA 92112-2910 COMPANY SCOTTSDALE INSURANCE CO. A CRUMP E&S of Calif. NSURED COMPANY .'•.._____._ .. .. _.__.__ B Mini-Bus Systems, Inc. COMPANY DBA: Super Shuttle of Ontario C 1222 East Holt Blvd. COMPANY }^ �ynterio CA. 91701 D THIS IS TO C B ERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAYS 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.LIMITS SHOWN I MAY HAVE BEEN REDUCED BY PAID CLAIMS CO TYPE OF INSURANCE POLICY NUMEEq FOUCY!"For"V! POLICY EXPIRATION IDONYI LIMIT! DATEIMM DATEIMM/DPrfYl A GENERAL LIABILITY CSL049344 9f27/97 9/27/98 UENEML AGGREGATE I 2000000 COMMERCIAL OENlRAL LIABILITY S`C� PRODVCTOMPIOP AGG I iQQOOQQ CLAIMS MADE "J OCCUR PERSONAL&ADV INJURY I 1000000 OWNER'$&CONTRACTOR'S PACT EACH OCCURRENCE I _ 1000000 FIRE DAMAGE IAnY one 11re) I _ $0000 MED EXP IAn,ane Pofon) 1 1000 AUTOMOBILE LIABILITY ANY AUTO COMPARD SINGLE LIMIT 1 .... _....._ ..,.._....____....— ALL OWNED AUTOS BODILY INJURY 1 SCHEDULED AUTOS IPer poapnl HIRED AUTOS — -------- -- aODiLY INJURY NON-OWNED AUTOS Pb,I eccldeml PROPERTY DAMAGE 1 OAMOE LIABILITY AVTO ONLY--EA ACCIDENT 1 ANY AUTO OTHER THAN AUTO ONLY: _EACH ACCIDENT AGGREGATE / EXCESS UAINUTY EACHOCCURRENCE I UMBRELLA FORM AGGREGATE __ I OTHER THAN UMSAELLA FORM e WURXERS COMPENSATION AND WC TATU�6 OTH� EMPLOYERS'LIAMILITY -. OT ....._..__, EL EACH ACCIDENT / THE PROPRIETOR/ ____. ....__.__.., .... PARTNERS/EXECUTIVE INCL EL DISEASE-POLICY LIMIT / OFFICERS AREe EXCL EL DISEASE.EA EMPLOYEE e OTHER DESCRIPTION OF OPEMTIONBAGCATIONSNlNICIE6/&PECIAL ITEMS FOR PROOF OF INSURANCE COVERAGE ONLY. ATTN:ALLEN F.SMOOT,A.A.E. CITY OF PALM SPRINGS SHOULD ANY OF THE ABOVE OESCSISED POLICIES BE CANCELLED BEFORE THE """IRON DATE TNEAEOF, THE ISSUING COMPANY WIµ ENDEAVOR TO MAIL DEPARTMENT OF TRANSPORTATION 30 DAYB WRITTEN NOTICE TO THR CERTIFICATE HOLDEN NAMED TO THE LEE, P. 0. BOX 2743 OUT FAILURE TO MAIL SUCH NOTICE &HALL IMPOSE NO OBLIGATION OR LIABILITY PALM SPRINGS, CA, 92263-2743 OF ANY KINIVUPON THE JOMPANY, ITS A ENTS n REPRESENTATIVE, AUTHOAIFED ENTATIVE iIf1''? ++Iss f;.?: s " I � '::s I .c d'ICCIItiRIti•IGI'FR�+t?RATIpN 1�.9�: ' Rt T " 12/30/1997 12:52 6197022063 JOHN BURNHAM TRANS. PAGE 04 FATE IMMIDGIYYI ��EE y1� 67 At Ay+I �✓ � y I1} yLy� � '..A CORD ��� 1.i't ���}NM�ivr 17./30197 vnooucER 9-2.3 1-1010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION John Burnham & Company ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 610 West Ash Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, P.O. Box 2910 COMPANIES AFFORDING_COVERAGE San Diego, CA 92112-2910 COMPANY Induetri6l Indemnuy CGmpenv INSURED COMPANY Mini-Bus Systems, Inc. COMPANY OBA: Super Shuttle of Ontario C --.--- 1222 East Holt Blvd. COMPANY ntarlo CA. 917fi1 D GA11rERllCiEF�•�'.':: ;' :' �< . , ,', ..+J 1 ,. ,. ,.,r'„ . , i •',','; r `. ••', 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 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.LIMITS SHOWN MAY HAVE EEEN REDUCED BY PAID CLAIMS, CO POLICY EFFECTIVE POUCY EXPIRATION LIMITS LTR TYPE OP INSURANCE POLICY NUMBER DATE UNNIMPMI DATE IMMWD/YYI GENEML LMPIIRY GENERAL AGGREGATE COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOP AGO 1 GLEAMS MADE OCCUR PERSONAL&ADV INJURY 1 OWNER'S&CONTRACTOR'S FRUIT EACH OCCURRENCE __ 1 FIRE DAMAGE IAOY one Ilya 1 MED RXP IAR ..Penanl ! AUTOMOBILE LAHLRY COMBINED SINGLE LIMIT / ANY AUTO ALL OWNED AUTOD BODILY INJURY 1 6CHBOULBO AUTOS HIRED AUTOS BODILY INJURY 1 NON-OWNED AUTOS IF&Sccldenu PROPERTY DAMAGE 1 OARAGE LIABILITY AUTO ONLY-EA ACCIDENT 1 ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT 1 AGGREGATE / "COB LABILITY EACH OCCURRENCE ___ / UMBRELLA FORM AGGREGATE �_ 1 OTHER THAN UMBRELLA FORM 1 A WORKERS COMPENSATION AND CN9617865 9116197 9115198 wcs*nru. -—1_ER OTH ..-......_.... EMPLOYEES'DABILRY EL EACH ACCIDENT .- 1 1000000 THE PROPRIETON INCL EL DISEASE-POLICY LIMIT / 1000000 PARTNERSIEXECU IVE OFFICER$AMC: EX" EL OI6EA6E EA EMPLOYEE 1 1000000 OTHER DESCRIPTION OF OPERwTIONt/1ADAYIONLNEHICLltISPCCLLL ITEMS FOR PROOF OF INSURANCE COVERAGE ONLY, ATTN:ALLEN F.SMOOT,A.A.E. 77 apt lFiCA ffI INdLYfP,.. B4 041AY 0.:•1 Q}aAY�t i}YIG��C1R*iONPAY CITY OF PALM SPRINGS SHOULD ANY OF THE ABOVE DESCRMED POLICIES BE CANCEUAED BEFORE THE ` EXPIATION DATE THEREOF, THE IBBVWQ COMPANY WILL ENDEAVOR TO MI DEPARTMENT OF TRANSPORTATION 30 GAYS WRITTEN NOTICE TD THE CERTIFICATE HOLDER NAMED TO THE LEFT, P. O. BOX 2743 RUT FAKUBE TO MAIL SUCH NOTICE MALL IMPOSE NO OBLIGATION OR UAIRUTY PALM SPRINGS, CA. 92263-2743 OF ANY KI UPON THE JONIrANY. MR A ENTi JDR REPREBENTAYNES AUTHORIZED FNTnnvE ... .... ^.: DATE IMM/DD/YYI '. ACORDm (;ETIFIGR� , fiF LI '�ILITlf INSU'RAE'... . .. ... ..., .. 10/06/98 PRODUCER 619-231-1010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION John Burnham & Company ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 610 West Ash Street HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. BOX 2910 COMPANIES AFFORDING COVERAGE San Diego, CA 921 1 2-421 5 COMPANY A Scottsdale Insurance Co. INSURED COMPANY B Reliance Insurance Co. Mini-Bus System, Inc. f'' f COMPANY DBA: Super Shuttle C _ C 1222 East Holt Blvd. COMPANY ntario CA. 91761 D COURAGE$ 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 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR OATEIMM/DD/YYI DATEIMM/00/YY) A GENERAL LIABILITY OPS0009407 9/27/98 9/27/99 GENERAL AGGREGATE $ 3000000 X COM MERCIAL GENERAL LIABILITY PRODUCTS-COMP/CP AGO $ 1000000 CLAIMS MADE X OCCUR PERSONAL&ADV INJURY $ 1000000 —to OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 1000000 FIRE DAMAGE(Any one fire) $ 100000 MED EXP(Any one person) $ 5000 3 AUTOMOBILE LIABILITY SH2534967 9/27/98 9/27/99 ANY AUTO COMBINED SINGLE LIMIT $ 1000000 ALL OWNED AUTOS BODILY INJURY $ X SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS leer accident) PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY _ EACH ACCIDENT $ AGGREGATE S EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM $ WORKERS COMPENSATION AND WC STATU- OER TH- EMPLOYERS'LIABILITY TIC LIMIT S ---EL EACH ACCIDENT-—___ $—.-- --THE PROPRIETOR/ INCL EL DISEASE-POLICY LIMIT S PARTNERS/EXECUTIVE OFFICERS ARE: EXCL EL DISEASE-EA EMPLOYEE S OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS THE CITY, ITS OFFICERS, EMPLOYEES AND AGENTS ARE NAMED AS ADDITIONAL INSURED ONLY AS RESPECTS TO THE SHUTTLE OPERATION OF THE NAMED INSURED ATTN: ALLEN F. SMOOT, A,A.E. 'CERTIFICATE F,I:t1;LDER ..1'; G/�NCES:LATION 1U0li1,',,Nt�T) ) F'01 NL}NPAY:;;.' . :::. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF PALM SPRINGS EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL DEPARTMENT OF TRANSPORTATION 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, P. 0. BOX 2743 BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY PALM SPRINGS, CA. 92263-2743 OF ANY KI& UPON THE OMPANY, ITS A ENTS 213 REPRESENTATIVES. AUTHORIZED R ENTATIVE /iC'grltl's�58 ('F.196! r4 `' '' t1 .t7i' QQd�fi" " ; OAG£TRgGURP01�tTI0N'1�88: