Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
04672 - PROFESSIONAL SERVICE INDUSTRIES CONVENTION CENTER EXPANSION GEOTECHNICAL CP02-27
Page 1 of 1 Kathie Hart \ From: Carrie Rovney \(ry Sent: April 13, 2009 10:47 AM To: Kathie Wart Subject: RE: A4672 - Professional Service Industries, Inc. -Geotechnical Exploration Final payment made PO Closed OK to close contract Tka� ! Cn+ ie x516o From: Kathie Hart Sent: Thursday, April 09, 2009 5:14 PM To: carrie.rcvney@palmsprings-ca.gov Cc: Jay Thompson Subject: A4672 - Professional Service Industries, Inc. - Geotechnical Exploration CR: is this completed? Ok to close? Kathie Hart, CMC Chief Deputy City Clerk City of Palm Springs 3200 E. Tahgwtz Canyon Way Palm Springs, CA 92262 c (760)323-8206 1 A (760) 322-8332 © Kathie.HartC?PalmSpringsCA.gov 04/14/09 Professional Service Industries Convention Ctr CP02-27 AGREEMENT #4672 CITY OF PALM SPRINGS CM signed 3-21-03 CONTRACT SERVICES AGREEMENT FOR GEOTECHNICAL EXPLORATION PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II; CITY PROJECT 02-27 THIS CONTRACT SERVICES AGREEMENT (herein "Agreement") is made and entered into thiso day of �`-T� ��_.� _ , 2003, by and between the CITY OF PALM SPRINGS, a municipal corporation(herein"City")and Professional Service Industries Inc., (herein "Contractor"). NOW, THEREFORE, the parties hereto agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all of the terms and conditions of this Agreement, the Contractor shall perform the work or services set forth in the "Scope of Services" attached hereto as Exhibit"A"and incorporated herein by reference. Contractor warrants that all work and services set forth in the Scope of Services will be performed in a competent,professional and satisfactory manner. 1.2 Compliance With Law. All work and services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental agency of competent jurisdiction. 1.3 Licenses Permits Fees and Assessments. Contractorshall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement, Contractor shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit "B" and incorporated herein by this reference, but not exceeding the maximum contract amount of Five Thousand Six Hundred Twenty Nine Dollars f$ 5 629 001("Contract Sum'.). 2.2 Method of Payment. Provided that Contractor is not in default under the terms of this Agreement, Contractor shall be paid as outlined in Exhibit "B" Schedule of Compensation. 3.0 COORDINATION OF WORK 3.1 Representative of Contractor. Paul Hoersting and Eduardo Dizon are hereby designated as being the principal and representative of Contractor authorized to act in its behalf with respect to the work and services specified herein and make all decisions in connection therewith. 3.2 Contract Officer. Marcus Fuller is hereby designated as being the representative the City authorized to act in its behalf with respect to the work and services specified herein and make all decisions in connection therewith("Contract Officer"). The City Manager of City shall have the right to designate another Contract Officer by providing written notice to Contractor. -1- 09111 aG ZIIIIL 3R� AND/OR 3.3 Prohibition Against Subcontracting or Assignment. Contractor shall not contract with any entity to perform in whole or in part the work or services required hereunder without the express written approval of the City. Neither this Agreement nor any interest herein may be assigned or transferred, voluntarily or by operation of law, withoutthe prior written approval of City. Any such prohibited assignment or transfer shall be void. 3.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner,mode or means by which Contractor,its agents or employees, perform the services required herein, except as otherwise set forth. Contractor shall perform all services required herein as an independent contractor of City and shall remain under only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it, or any of its agents or employees, are agents or employees of City. 4.0 INSURANCE, INDEMNIFICATION AND BONDS 4.1 Insurance. The Contractor shall procure and maintain,at its sole cost and expense, in a form and content satisfactory to City, during the entire term of this Agreement including any extension thereof, the following policies of insurance: (a) Commercial General Liability Insurance. A policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least $1,000,000 bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations.The Commercial General Liability Policy shall name the City of Palm Springs as an additional insured in accordance with standard ISO additional insured endorsement form CG2010(1185) or equivalent language. (b) Worker's Compensation Insurance. A policy of worker's compensation insurance in an amount which fully complies with the statutory requirements of the State of California and which includes $1,000,000 employer's liability. (c) Business Automobile Insurance. A policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of $1,000,000 bodily injury and property damage. Said policy shall include coverage for owned, non-owned, leased and hired cars. (I Ad Insurance. Additional limits and coverages, which may include professional liability insurance, will be specified in Exhibit B. All of the above policies of insurance shall be primary insurance. (Reference Section 4.4 regarding sufficiency.) 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. In the event any of said policies of insurance are canceled,the Contractor shall,priorto the cancellation date,submit new evidence of insurance in conformance with this Section 4.1 to the Contract Officer. No work or services under this Agreement shall commence until the Contractor has provided the City with Certificates of Insurance, endorsements or appropriate insurance binders evidencing the above insurance coverages and said Certificates of Insurance, endorsements, or binders are approved by the City. The contractor agrees that the provisions of this Section 4.1 shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the paymentof 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 3.3 of this Agreement the contract between the Contractor and such subcontractor shall require the -2- subcontractor to maintain the same polices of insurance that the Contractor is required to maintain pursuant to this Section. 4.2 Indemnification. Contractor agrees to indemnify the City, its officers, agents and employees against, and will hold and save them and each of them harmless from, any and all actions,suits,claims,damages to persons or property, losses,costs, penalties, obligations, errors, omissions or liabilities,(herein"claims or liabilities")that maybe 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, orinvitees, 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: or acos filed in connection with ntract any of said claims or I abilitiesoand will palydefend all costs andtlon expenses, including legal costs and attorneys' fees incurred in connection therewith; (b) Contractorwill promptly pay anyjudgment 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. 4.3 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, 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 bea 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. 4.4 Sufficiency of Insurer or Suret . 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's Key Rating Guide or in the Federal Register, unless such requirements are waived by the City Manager or designee of the City Manager due to unique circumstances. In the event the City 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 4 may be changed accordingly upon receipt of written notice from the City Manager or designee; provided that the Contractor shall have the right to appeala determination of increased coverage by the City Managerto the City Council of City within ten(10) days of receipt of notice from the City Manager. 5.0 TERM 5.1 Term. Unless earlier terminated in accordance with Section 5.2 below, this Agreement shall continue in full force until June 30, 2004. -3- 5.2 Termination Prior to Expiration of Term. Either party may terminate this Agreement at anytime,with or without cause, upon thirty(30)days written notice to the other party. Upon receipt of the notice of termination,the Contractor shalI immediately cease all work or services hereunder except as may be specifically approved by the Contract Officer. In the event of termination by the City, Contractor shall be entitled to compensation for all services rendered prior to the effectiveness of the notice of termination and for such additional services specifically authorized by the Contract Officerand City shall be entitled to reimbursement for any compensation paid in excess of the services rendered. 6.0 MISCELLANEOUS 6.1 Covenant Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns and all persons claiming under or through them,that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed,religion,sex,marital status,national origin,orancestry in the performance of this Agreement. Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex,marital status, national origin or ancestry. 6.2 Non-liability-of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 6.3 Conflict of Interest. No officer or employee of the City shall have any financial interest,director indirect,in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 6.4 Notice. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O. Box 2743, Palm Springs, California 92263, and in the case of the Contractor, tothe person at the address designated on the execution page of this Agreement. 6.5 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 6.6 Integration•Amendment. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations,arrangements,agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. This Agreement may be amended at any time by the mutual consent of the parties by an instrument in writing. 6.7 Severability. In the event that part of this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining portions of this Agreementwhich 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. -4- 6.8 Waiver. No delay or omission in the exercise of any right or remedy by a nondefaulting party on any default shall impair such right or remedy or beconstrued as a waiver. A party's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 6.9 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement,the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable,shall be entitled to reasonable attorney's fees,whether or not the matter proceeds to judgment. 6.10 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that(i)such party is duly organized and existing, (ii)they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. SIGNATURES ON NEXT PAGE -5- IN WITNESS WHEREOF,the parties have executed and entered into this Agreement as of the date first written above CITY OF PALM SPRINGS ATTES • a municipal corporation By. City Clerk 3 {�3 City Manager l Agreement gver/under $25,000 Reviewed and approved by Procurement 4r Contracting CONTRACTOR: Check one:_Individual_PartnershipCOrporation Initials -7 0� Date z 4�- ➢7 P.O. 7.1,1 tuber By:_ By::: .,/y Signature(notarized) i ignatur' not rized) L Name: At, (ratrf SH ; Name: Jo 1,&1 a L ef p Title: Title: r 1 (This Agreement must be sighed in the above This Agreement must be signed in the ILIrl4ace by one of space by one of the following: Chairman of the the following:Secretary,Chief Financial Officer or any Board, President or any Vice President) Assistant Treasurer) State ofi. '-QC.E-9?der✓1 State of , r cL<'--1 County of Lu.��G�a-_�lss County of /, L 'c'�,� Iss c On(_ f3 ( j before me;�! Gf✓w -(-�� 7f.� / On a/6�6� before me, pers nally appeared personally appeared d personally known to me(or proved to me on the basis of satisfactory personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s) is/are subscribed to the evidence)to be the person(s)whose name(s) is/are subscribed to the withinimtrumentatrdacknowledgedtmnethathe/she/they executedthe withininstmmentand acknmvledgedto methathe/she/theyexecutedthe same in his/her/their authorized capacity(ies),arrd that by his/her/their same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrumentthe person(s),or the entity uponbehalfof signatme(s)on the insoumentthe person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. which the person(s)acted,executed the instrument. WITNESS my hand and official seat. WITNESS my hand and official seal. i NotarySignature: Notary Signature:�i��(.G-� A:gn Si v } Notary Seal: Notary Seal: MZ2 ,���IC;@Ao_��A�"r.�0i. �p n��. J Yi�,�d(AN�AP.4$'lOpt�(Y Ve ES dQ/G5/Q3 -6- d�. f Ls� i�i `V)Tty SC JAI f/i" i r` �� 17 %` EXHIBIT"A" SCOPE OF WORK Contractor shall provide a geotechnical exploration study to the City of Palm Springs for the Palm Springs Convention Center Expansion Phase ll, City Project No. 02-27, as follows: Task 1 - Field Reconnaissance and Subsurface Exploration Contractor shall explore the site subsurface conditions with a total of eight (8) borings, two (2) borings in the vicinity of the proposed construction area to fifty(50)feet deep, and six(6) borings to a depth of twenty(20)feet deep or to refusal(whichever is deeper). Following logging and sampling each test boring will be backfilled. Task 2 - Laboratory Testing Upon completion of the field exploration, laboratory testing shall be accomplished on representative sod samples to evaluate their grain size, shear strength, compressibility (if practical), and density characteristics. The natural soil moisture content shall also be determined on representative samples. Task 3 - Geotechnical Report A registered professional engineer specializing in the geotechnical field shall evaluate the results of excavating,sampling,and laboratory testing. A report shall be prepared which includes the following design parameters: A. Governing Design Code: 2001 CBC, Volume 2 - Chapters 16 and 18 B. General Foundation Design Parameters: 1. Conventional Continuous and Spread Footing: (Where Applicable): Allowable bearing values, (Dead + Live, Dead + Live + Short term) Anticipated total and differential settlement under short-term and long-term loading. Allowable passive and friction values for lateral design. (Combine passive and friction) Recommended minimum width and depth of footings. Compaction requirements Frost requirements 2. Pile, Caisson, Pier Type Foundations: (Where Applicable): Allowable frictional resistance values, (Dead + Live, Dead + Live + Short term) Allowable end bearing values, (Dead + Live, Dead + Live + Short term) Soil Spring Constants for lateral resistance. Anticipated total and differential settlement under short-term and long-term loading. Recommended minimum size and spacing for Piers/ Piles. Minimum Pier/ Pile spacing for full allowable values. Maximum lateral load at top of precast or precast/pre-stressed pile. C. General Retaining Wall Information: Active Equivalent Fluid Pressure At-rest equivalent fluid pressure Passive Equivalent fluid pressure Maximum toe pressures Coefficient of sliding Recommended Draining Systems and requirement D. Concrete Slabs and Exterior Flatwork: Minimum size slabs for light-duty loading Modulus of subgrade reaction Minimum requirements for slab underlayment such as crushed rock, sand, and vapor barrier. Specification requirements for rock sand. Compaction requirements -7- EXHIBIT "A" SCOPE OF WORK (CONTINUED) E. Pavement Design Information: Recommended R-Value Recommended asphaltic concrete thickness for appropriate traffic indices Recommended base rock thickness for appropriate traffic indices Recommended subgrade for appropriate traffic indices Related compaction requirements F. General Seismic Design Data: Soil Profile Type, Table 16-J or 16-A-J (As Applicable) Seismic Zone, Table 16-1 or Table 16A-I (As Applicable) Seismic Coefficient Ca, Table 16-Q or Table 16A-Q (As Applicable) Seismic Coefficient Cv, Table 16-R or Table 16A-R (As Applicable) Near Force Factor Na, Table 16-S or Table 16A-S (As Applicable) Near Force Factor Nv, Table 16-T or Table 16A-T (As Applicable) Seismic Source Type, Table 16-U or Table 16A-U (As Applicable) G. Recommended Foundation for Flagpole or other Pole Supported Structures: Allowable lateral soil bearing pressure S1 or S3. Minimum foundation diameter and diameter over which lateral bearing pressure may be taken. Minimum depth of embedment. The report shall include the following:Project Information,Site Topographic Information and Surface Conditions, Review of Geologic Setting, Review of Local and Regional Seismically (including earthquake design consideration), Review of Field and Laboratory Test Procedures and Test Data, Site Grading and Cut/Fill Recommendations,Recommendations for Groundwater Control,Alternate Pile Type Foundation, Liquefaction Criteria, Response Spectra, The following exceptions are included: 1. Boring locations are cleared for underground and overhead utilities and area accessible to two- wheel drive equipment. 2. Project services do not include an evaluation of the site for determining the presence or absence of wetlands or hazardous or toxic materials in the soil, bedrock, surface water, groundwater, or air, on, or below or around the site. END OF EXHIBIT "A" -8- EXHIBIT "B" SCHEDULE OF COMPENSATION Task 1 - Field Reconnaissance and Subsurface Exploration Staff Geologist; 10 Hours at $75.00 per hour Drill Rig; 8 hours at $165.00 per hour Task 1 not to exceed $2,070.00 Task 2 - Laboratory Testing Expansion Index; 1 test at$80.00 per test Sieve Analysis; 8 tests at $75.00 per test Direct Shear Test; 1 test at $200.00 Maximum Density Test; 1 test at $149.00 Soluble Sulfate; 1 test at $80.00 Atterberg Limits; 1 test at $90.00 Corrosivity, Sulfate Content Ph; 1 test at $165.00 R-Value; 1 test at $250.00 Task 2 not to exceed $1,614.00 Task 3 - Geotechnical Report Registered Engineer; 16 hours at $95.00 per hour Senior Technical Professional; 2 hours at $150.00 per hour Clerical Services; 3 hours at $25.00 per hour Report production, Maps, Miscellaneous; $50.00 Task 3 not to exceed $1,945.00 Total Contract Sum Not to Exceed $5,629.00 Progress payments may be made, upon approval of invoices therefore, for amounts up to a total maximum of 75% of the contract fee, prior to completion of the required services. Progress payments may be made no more than monthly, upon approval of invoices by the Contract Officer. Special Requirements: A. The Contractor shall procure and maintain professional liability insurance in aminimal amount of$1,000,000 in conformance with the provisions of Section 4.0 of this Agreement. B. Section 4.3, Performance Bond, is waived. C. The required scope of services shall be completed within 3 weeks (15 working days) following Notice to Proceed issued by the City. END OF EXHIBIT "B" -9- Marsh USA Inc. 3/17/03 10 : 22 PAGE 2/2 RightFAX m f CERTIFICATE UMBER-, M-1 `1 CLE-000973108-01 I PRODUCER THIS CERTIFICATE 15 ISSUED AS MATTER OF INFORMATION ONLY AND CONFERS MARSH NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE A TWO LOGAN SQUARE POLICY.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE THIS AM PHILADELPHIA, PA 19103.2797 AFFORDED BY THE POLICIES DESCRIBED HEREIN- Attn CELESTINE RAY FAX 215-246A367 C; 'S C COMPANIES AFFORDING COVERAGE COMPANY ZU I C M r I _ C�. I 19623-PSI-GAWU-01-02 THIS AZURICH AMERICAN INS.CO. INSURED COMPANY PROFESSIONAL SERVICE INDUSTRIES INC a N/A 42-240 GREEN WAY SUITE C COMPANY PALM DESERT,CA S2211 C GULF UNDERWRITERS INSURANCE COMPANY COMPANY D ,_ofj&( IETt;erhfica6f+,lrthe 61 77. THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE PO-ICY PERIOD INDICATED NOTWTHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMEITWTH lEHPECTTl WHICH THE CERTIFICATE MAY BEISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN ISSURI ALL THE TERMS,CONDITIONS AND HXCLUSCJS OF SUCH POLICIES AGGREGATE LIMITSSiOAN MAY HAVE BEEN REDUCED RYPRO CLAMS Go POLICYEFFECTIVE POLICY EXPIRATION LTR TYPE OF INSURANCE POLICYNUMBER DATE(MMIDD/YY) DATE(MMIDDIW) LIMITS GENERAL UABIIJIN — GENERAL AGGREGATE $ 2,000,000 A X COMMERCIAL GENERAL LIABILITY GLO 6580471-12 03/01/03 03/01/04 PlIDICTI.IOMPADIAll 2,000,000 CLAMSMACE j� OCCUR PERSONAL&ADVINJURY T—tooq000 ONNER'S&CCNTRACTOR'SPROT EACH OCCURRENCE $-1,000,000 X lod I moop[eted KIPS FIRE DAMAGE(Mym.f,.) $ 1,000,000 I X ontractual MED EXP Any cne A AUTOMOBILE LIABILITY pa—) $ 5'000 BAP 6580472-12 (ADS) 03101/03 03/01/04 COMBINED SNGLE LIMIT $ 2,000,000 X MY AUTO TAP 6580473-12 (TX) 03/01/03 03/01/04 — ALL OMED AUTOS BAP 8242566-07 (MA) 03101/03 03/01/04 BODILYINJURY $ SCHEDULED AUTOS (Per pe-.) — HIRED AUTOS BODILY INJURY NON-OWNED AUTOS (P.,aaldt) $ — PROPERTY DAMAGE $ GARAGE LIABILITY MY AUTO ALTO ONLY-EAACCIDENT OTHER THAN AUTO ONLY EACH ACCIDENT EXCESSLIAMLITY AGGREGATE $ EACH OCCURRENCE $ UNDRELLAFORM AGGREGATE $ OTHER THAN UMBRELLA FORM A— WORKERS COMPENSATION AND WC 658042142 (ADS) EMPLOYERS-LIABILITY 03/01103 03/01/04 x I WC STAT OTH- TORIYUMI ER THE PROPRIETOR! WC 9302890-01 03/01/03 03101/04 5L EACH ACCIDENT $ 1,000,000 PARTNERSIEXECUTIVE X INCL EL DISEASEFOLICY LIMIT $ 1,000,000 OFFiCERSARF EXCL EL DISEASE-EACH EMPLOYEE,$ 1,000,000 UIHER C ENVIRONMENTAL GU 2825448 03/01/02 03/01/04 $1,000,000 PER CLAIM CONSULTANTS $1,000,000 AGGREGATE PROFESSIONAL LIABILITY DESCRIPTION OF OPERATiONS/LOCATIONSIVEHICLrS/SPECIX ITEMS — PSI PROJECT NO;073-35003; PROJECT NAME:AROTECHNICAL INVESTIGATION-PALM SPRINGS CONVENTION CENTER, CITY OF PALM SPRINGS IS INCLUDED AS ADDITIONAL INSURED WHERE REQUIRED BY VIRTUE OF A WRITTEN CONTRACT, BUT ONLY TO THE EXTENT OF THEIR LIABILITY EXCEPT FOR WORKERS COMPENSATION. -VL- �RPAVON & 777777 777 SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, CITY OF PLAM SPRING THE INSURER AFFORDING O.VERAG� W� ENDEAVCD TO MAIL In DAYS VJRTTEN NOTICE TO THE ATTN: BRUCE JOHNSON CERTIFICATE HOLDER NI HEREIN BIT FAILURE TO MAIL SUCH NOTICE 9tLLL II NO OBLIGRTION OR 3200 TAHQUITZ CANYON WAY LIABILITY OF ANY KIND UPON THE INI AFFORDING COJERAGS.ITSAGENTSOa REPRECENTATIvFR OR THE PALM SPRINGS,CA 92262 ISSUER OFTHISCERTIFICAT5 MARSH USA INC. ay- MaryRadaszewski