Loading...
HomeMy WebLinkAbout04282 - PROFESSIONAL SERVICE IND MID VALLEY PKWY CP99-13 Page: 3 Report: Expired Contracts: Oldest Date= / / and XREF = ENGINEERING -Summary October 22, 2003 Contract Number Description Approval Date Expiration Date Closed Date A4259 Professional Traffic Education Programs 08/02/2000 06/01/2002 Contractor:Safe Moves Insurance Status:A policy will expire soon. XREF: ENGINEERING ��(\ Service: In File A4260 Traffic Collision Database System, CP00-03 08/02/2000 08/01/2001 Contractor :Crossroads Software Insurance Status: Certificate and Policies are OK XREF: ENGINEERING Service: In File A4282 MVP Phase 3, CP99-13 10/04/2000 07/01/2001 Contractor:Professional Service Industries Insurance Status: Certificate and Policies are OK G�a� L LV XREF: ENGINEERING Service: In File A4309 Traffic Volume Counts/Speed Survey, CP00-23 11/15/2000 05/01/2002 Contractor:Counts Unlimited Insurance Status: Certificate and Policies are OK XREF: ENGINEERING Service: In File A4318 Engineering Design for Indian CP00-14 12/06/2000 12/01/2002 Contractor :Dokken Engineering Insurance Status: Certificate and Policies are OK XREF: ENGINEERING Service: In File A4328 Roadside Maintenance 01/03/2001 01/01/2002 Contractor:Desert Janitor Co. Insurance Status: A policy has Expired. Z XREF: ENGINEERING Service: In File A4357 Gene Autry/Ramon Rd. Median Islands 04/04/2001 04/01/2002 Contractor:RGA Landscaping Insurance Status: Certificate and Policies are OK XREF: ENGINEERING Service: In File C( i Professional Svc Industries Mid Valley Pkwy CP99-13 AGREEMENT #4282 M06724, 10-4-00 CITY OF PALM SPRINGS -- -- - -- — -- - - - -_ _ Engineering Department CONTRACT SERVICES AGREEMENT FOR MID VALLEY PARKWAY PHASE III CITY PROJECT 99-13 �pT�HIS CONTRACT SERVICES AGREEMENT(herein "Agreement') is made and entered into this ,° a day of&�/6P.F.�a , 2000, by and between the CITY OF PALM SPRINGS, a municipal corporation (herein "City") and PROFESSIONAL SERVICE INDUSTRIES, INC., (herein "Contractor"). (The term Contractor includes professionals performing in a consulting capacity). NOW, THEREFORE, the parties hereto agree as follows: 1.0 SERVICES OF CONTRACTOR 1.1 Scope of Services. In compliance with all of the terms and conditions of this Agreement, the Contractor shall perform the work or services set forth in the "Scope of Services" attached hereto as Exhibit "A" and incorporated herein by reference Contractor warrants that all work and services set forth in the Scope of Services will be performed In a competent, professional and satisfactory manner. 1.2 Compliance With Law. All work and services rendered hereunder shall be provided in accordance with all ordinances, resolutions, statutes, rules, and regulations of the City and any Federal, State or local governmental agency of competent jurisdiction. 1.3 Licenses Permits Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits and approvals as may be required by law for the performance of the services required by this Agreement. 2.0 COMPENSATION 2.1 Contract Sum. For the services rendered pursuant to this Agreement. Contractor shall be compensated in accordance with the "Schedule of Compensation" attached hereto as Exhibit "B" and incorporated herein by this reference, but not exceeding the maximum contract amount of Ten Thousand Nine Hundred Forty-five Dollars($10,945.00)("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 is hereby designated as being the principal and representative of Contractor authorized to act in its behalf with respect to the work and services specified herein and make all decisions in connection therewith. 3.2 Contract Officer. Tom Cartwright 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. h S'U]bAU99999dgUm^_in,6oi,z in5:^"/9+ 12wisaJ n9/OI rYY 3.3 Prohibition Against Subcontracting or Assignment. Contractor shall not contract with any entity to perform in whole or in part the work or services required hereunder without the express written approval of the City. Neither this Agreement nor any interest herein may be assigned or transferred, voluntarily or by operation of law, without the prior written approval of City. Any such prohibited assignment or transfer shall be void. 3.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth. Contractor shall perform all services required herein as an independent contractor of City and shall remain under only such obligations as are consistent with that role. Contractor shall not at any time or in any manner represent that it or any of its agents or employees are agents or employees of City. 4.0 INSURANCE AND INDEMNIFICATION 4.1 Insurance. The Contractor shall procure and maintain, at its sole cost and expense, in a form and content satisfactory to City, during the entire term of this Agreement including any extension thereof, the following policies of insurance (a) Comprehensive General Liability Insurance. A policy of comprehensive general liability insurance written on a per occurrence basis in an amount not less than either (i) a combined single limit of $1,000.000.00 or (ii) bodily injury limits of $500,000.00 per person, $1,000,000.00 per occurrence and K000,000.00 products and completed operations and property damage limits of $500,000.00 per occurrence. If the Contract Sum is greater than $500,000.00, the policy of insurance shall be in an amount not less than $5,000,000.00 combined single limit. (b) Worker's Compensation Insurance. A policy of worker's compensation insurance in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the Contractor and the City against any loss, claim or damage arising from any injuries or occupational diseases occurring to any worker employed by or any persons retained by the Contractor in the course of carrying out the work or services contemplated in this Agreement. (c) Automotive Insurance. A policy of comprehensive automobile liability insurance written on a per occurrence basis in an amount not less than either(i) bodily injury liability limits of $500,000.00 per person and $1,000,000.00 per occurrence and property damage liability limits of$250,000,00 per occurrence and $500,000.00 in the aggregate or(ii) combined single limit liability of$1.000,000.00. Said policy shall include coverage for owned, non-owned, leased and hired cars. (d) Additional Insurance: Policies of such other insurance, including Professional Liability Insurance, as may be required in the Scope of Services, Exhibit "A". 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 Compenstation 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 4.1 to the Contract Officer. No work or services under this Agreement rs2T2]6V)99999-31,nu�21)22c932 YOS,21/95 R,,�d 09/01/93 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. 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 payment of damages to any persons or property resulting from the Contractor's activities or the activities of any person or persons for which the Contractor is otherwise responsible. The insurance required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated "A" or better in the most recent edition of Best Rating Guide, The Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VII or better, unless such requirements are waived by the City Manager or designee of the City due to unique circumstances. 4.2 Indemnification. Contractor agrees to indemnify the City, its officers, agents and employees against, and will hold and save them and each of them harmless from, any and all actions, suits, claims, damages to persons or property, losses, costs, penalties, obligations, errors, omissions or liabilities, including paying any legal costs, attorneys fees, or paying any judgment (herein "claims or liabilities") that may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work or services of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the negligent acts or omissions of Contractor hereunder, or arising from Contractor's negligent performance of orfailureto perform any term, provision covenant or condition of this Agreement, but excluding such claims or liabilities to the extent caused by the negligence or willful misconduct of the City. 5.0 TERM 5.1 Term. Unless earlier terminated in accordance with Section 5.2 below, this Agreement shall continue in full force until June 30, 2001. 5.2 Termination Prior to Expiration of Term. Either party may terminate this Agreement at any time, with or without cause, upon thirty (30) days written notice to the other party. Upon receipt of the notice of termination, the Contractor shall immediately cease all work or services hereunder except as may be specifically approved by the Contract Officer. In the event of termination by the City, Contractor shall be entitled to compensation for all services rendered prior to the effectiveness of the notice of termination and for such additional services specifically authorized by the Contract Officer and City shall be 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 foritself, its heirs, executors, assigns and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this Agreement. Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, marital status, national origin or ancestry. 6.2 Non-liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or P53L76A099999.3n09Vn31693,' WN/_,'95 a „ed n9rui/ex for breach of any obligation of the terms of this Agreement. 6.3 Conflict of Interest. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which effects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 6.4 Notice. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS, P.O. Box 2743, Palm Springs, California 92263, and in the case of the Contractor, to the person at the address designated on the execution page of this Agreement. 6.5 Interpretation. The terns 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 Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 6.8 Waiver. No delay or omission in the exercise of any right or remedy by a nondefaulting party on any default shall impair such right or remedy or be construed as a waiver. A party's consent to or approval of any act by the other party requiring the party's consent or approval shall not be deemed to waive or render unnecessary the other party's consent to or approval of any subsequent act. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 6.9 Attorneys' Fees. If either party to this Agreement is required to initiate or defend or made a party to any action or proceeding in any way connected with this Agreement, the prevailing party in such action or proceeding, in addition to any other relief which may be granted, whether legal or equitable, shall be entitled to reasonable attorney's fees, whether or not the matter proceeds to judgment. 6.10 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said party, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. ..76�VN/9-3nnu\2q21693± mnsn1i9s R rned u9f01194 SEP 22 '30 13:21 FIR TO 91630691149e P.07i09 i • IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CONTRACTOR, CITY OF PALM SPRINGS, Professional Service dustri s, Inc. a municipal corporation (Check onz Ind" duaI PaRn ship Corporation) By:—•,,�-e`er vs ,/G.���-� B City Manager �F +� Slg atu LNotanz Pr�Name& Titie ATTEST: By: //����'• _� — �' Ignat}rr (Notary ed)� City erk Print Name&Title APPROVED AS TO FORM: Mailing Address: �q City Attorney (END OF SIGNATURES) (Corporations require two signatures: One from each of the Following A Chairman of Board, President, any Vice President:AND B. Secretary,Assistant Secretary, a�l`h RP��f 9 �°` gl Treasurer,Assistant Treasurer,or Chief Financial Officer).:rpoa elf°�'E'IC? ��?�� �B . 0. .Lv.�y_f,�� 9IV,7, S y �7 ,,,,,, 'OFijClA1 SE111" 7�y. d�,AR`C31.1.HIRMAN b�:74.nvvv9V.Lun,•n•�ri;: mnx_ EXHIBIT "A" SCOPE OF SERVICES The Contractor shall provide materials testing, services, and reports for construction of improvements related to the Mid Valley Parkway Phase III, City Project 99-13, within 24 hours advance notification by the City, as follows: Task 1 — Sampling and Testing Obtain material samples as directed by the City required to perform material quality tests on existing subgrade material, imported base material, imported asphalt concrete pavement material, and imported Portland cement concrete material necessary to determine compliance with material quality specifications. Perform relative compaction tests of the compaction of storm drain trench backfill, existing subgrade material beneath curbs and street sections, compaction of imported base material within street sections, and compaction of imported asphalt concrete pavernent, as directed by the City, necessary to determine compliance with backfill compaction specifications. Task 2 — Laboratory Tests Perform the following laboratory tests: Camp. Moisture Density Relationship (ASTM D-1557), R- Value, Base Gradations (ASTM C117, C136), Concrete Compressions, and Asphalt Extractions. Task 3 — Final Report The Contractor shall provide a final report of materials testing upon completion of the project. 1'S21276\1)99999-31np1'202',93^_ m03=9i Rai".dommi9s EXHIBIT "A" SCOPE OF SERVICES EXHIBIT "B" SCHEDULE OF COMPENSATION Based on the attached Exhibit"A", Scope of Services, the fees required to provide materials testing, services, and reports for construction of improvements related to the Mid Valley Parkway Phase III, City Project 99-13, shall be paid as unit rate fees to the Contractor as follows: Task 1 — Sampling and Testing Materials sampling and testing (existing subgrade material, imported base material, imported asphalt concrete pavement material, and Portland cement concrete material): Estimated Quantity: Technician - 180 hours @ $36.00 per hour.................................................................... $6,480.00 Vehicle Usage - 32 days @ $25 per day........................................................................... $800.00 Sample Pickup — 18 hours @ $35.00 per hour.................................................................. $630.00 TotalFee...................................................................................................................... $7,910.00 Task 2 — Laboratory Tests Performance of the following laboratory tests: Estimated Quantity: Moisture Density (ASTMD-1557): 2 @ $140.00 per test................................................... $280.00 R-Values: 1 @ $255 per test ...... . ...... ................ ......................................................... $255.00 Gradations: 4 @ $55.00 per test ....................................... ......... ................................... $220.00 Concrete Compressions: 60 @ $14.00 per test ............................................................... $840.00 Asphalt Extractions: 6 @ $140.00 per test............. ......... ............................................... $840.00 Engineering Services: 4 hours @ $115.00 per hour......................................................... $460.00 TotalFee............................................ ........ ................... ......... .................................. $2,895.00 Task 3 — Final Report Provide a final report of materials testing upon completion of the project: TotalFee......................................................................................................................... $140.00 Total Contract Fee (Not to Exceed)........................................................................... $10,945.00 Payment shall be made after completion of the task, or portion thereof, and within 30 days after the City's receipt and approval of an invoice therefore. rs2�z76\n999w-300nt2W](;92 W)W-1es Rev,,�d 09101198 EXHIBIT "B" SCHEDULE OF COMPENSATION MARSH USA INC. . _ CERTIFICATE O ISURANCE CERE-0003911TIFICATE NUM BE PRODUCER CL13-00 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS MARSH USA INC. ;`^' '�� NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE TWO LOGAN SQUARE C) ��, 4 POLICY.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE PHILADELPHIA,PA 19103-2797 - % ',L; AFFORDED BY THE POLICIES DESCRIBED HEREIN. COMPANIES AFFORDING COVERAGE COMPANY 19623--GAWU-00-01 A ZURICH AMERICAN INS.CO. _ INSURED PROFESSIONAL SERVICE INDUSTRIES INC O n MPANY B N/A 42-240 GREEN WAY �1 �• /' �-"'"� SUITE C COMPANY PALM DESERT, CA 92211 C COMPANY - '1 COVERAGES This certificate and replaces any previously Issued certificate. THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,CONDITIONS AND EXCLUSIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. c0 TYPE OF INSURANCE POL'CY NU:"BER __ _POLICY EFFECTIVE POLICY EXPIRATION____ LTR DATE(MMIDDIYY) DATE(MMIDDIYY) LIMITS GENERAL LIABILITY I GENERAL AGGREGATE $ 2,000,000 A XI COMMERCIAL GENERAL LIABILITY GL0658047109 03/01/00 03/01/01 GENERALPRODUC AGGREGATE AGG 21000,000 J CLAIMS MADE OCCUR PERSONAL&ADV INJURY $ 1,000,000 OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 1,000,000 -- FIRE DAMAGE(Any one Ore) $ 1,000,000 A I AUTOMOBILELIABILITY BAP658047209(ADS) 03/01/00 03/01/01 MED EXP(Any one person) $ 5,000 X- ANY Auro MA6580474010(MASS) 03/01/00 03/07/01 COMBINED SINGLE LIMIT $ 1,500,000 ALL OWNED AUTOS TAP658047309(TX) 103/01/00 03/01/01 BODILY INJURY $ SCHEDULED AUTOS BAP824256604(VA) 03/01/00 03/01/01 (Per person) HIRED AUTOS 1BAP847725903(HI) 03/01/00 03/01/01 BODILY INJURY NON-OWNED AUTOS (Per aeS,I $ PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY-EAACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY - -- -- _ EACH ACCIDENT _$ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE OTHER THAN UMBRELLA FORM $ A WORKERS COMPENSATION AND WC8580800('v1AS OR WI) /01 X TORY"TL11 I TS EREMPLOYERS'LIABILITY 301I00 03/0 OWC666842109( -'- -' - -- 03/01/00 03/01/01 EL EACH ACCIDENT $ 1,000,000 THE PROPRIETORI X WC658047009 CA PARTNERS/EXECUTIVE INCL ( ) 03/01/OO 03/01/01 EL DISEASE-POLICY LIMIT $ 1,000,000 OFFICERS ARE EXCL EL DISEASE-EACH EMPLOYEE $ 1,000,000 I OTHER DESCRIPTION OF OPERATIONSILOCATIONS/VEHICLES/SPECIAL ITEMS(LIMITS MAY BE SUBJECT TO DEDUCTIBLE OR RETENTIONS) RE PSI PROJECT#073-00258;CITY PROJECT 99-13;MIDVALLEY PARKWAY PHASE III CITY OF PALM SPRINGS IS INCLUDED AS AN ADDITIONAL INSURED WHERE REQUIRED BY VIRTUE OF A WRITTEN CONTRACT, BUT ONLY TO THE EXTENT OF THEIR LIABILITY RESULTING FROM THE NEGLIGENCE OF THE INSURED AND WITH RESPECT TO SERVICES PROVIDED BY THE INSURED FOR THE ADDITIONAL INSURED, EXCEPT FOR WORKERS COMPENSATION. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE INSURER AFFORDING COVERAGE WILL E6K&KMXXX MAIL. all DAYS WRITTEN NOTICE TO THE CITY OF PALM SPRINGS ATTN:MARCUS FULLER CERTIFICATE HOLDER NAMED HEREIN,BIN'X'% �`YI�'IXAYIXISN�'H.K!ffiYJ�`ffiYil4XLE1X1GkffiDI�.XIZ$YKkk1�.4>1'Z'R 3200 E TAHQUITZ CANYON WAY uJ@Sm-�Ew.c*mUxxxxx PALM SPRINGS,CA 92262 xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx MARSH USA INC, BY: Martin J Samchalk 9YIa. ��.Bluy„�aLle MM1(9/99) VALID AS OF: 10/11/00 ; lJSA ...: . ; CERTIFICATE NU-MBE„RMARSH INSURACERTIFICATECEONE000285446-00 PRO CERTIFICATE IS R INFORMATION � ND CONFERS; ..MARSH USA INC. NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE TWO LOGAN SQUARE POLICY. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE PHILADELPHIA,PA 19103-2797 AFFORDED BY THE POLICIES DESCRIBED HEREIN. COMPANIES AFFORDING COVERAGE--- - COMPANY 19623-PSI-GAWU-01-02 1 -50 A ZURICH AMERICAN INS.CO. ) INSURED COMPANY PROFESSIONAL SERVICE INDUSTRIES, INC. B N/A 11' CORPORATE OFFICE 1901 S.MEYERS ROAD,SUITE 400 COMPANY OAKBROOK TERRACE, IL 60181 C N/A COMPANY D COVERAGES �°'',This Certif16ai,G,SijPejI and rep,la;oes any pYE,,ylp4sly,"is'uedCertifro6te'f6r the poIldy'Ipe(1od Fiot THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,CONDITIONS AND EXCLUSIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO - TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY:EXPI RATIO LIMITS LTR DATE(MM/DDIYY) DATE(MM/DDIYY) GENERAL LIABILITY - GENERAL AGGREGATE $. , 2,000,000 A -X COMMERCIAL GENERAL LIABILITY GLO 6580471 -11 03/01/02 03/01/03 PRODUCTS-COMP/OPAGG $ 2109000 AIMS MADEOCCUR _ _ 6 RAR V_INJURY 1,00 , 000 CCENCE $ 1,000,000 OWNERS&CONTRACTOR'S PROT EACH U _ X Prod/Cnm latp_ ed ODE FIRE DAMAGE(Any one fire) $ 1,000,000 X Contractual - MED EXP(Any one person) $ 5,000 A AUTOMOBILE LIABILITY BAP 6580472-11 (AOS) 03/01/02 03/01/03 COMBINED SINGLE LIMIT $ 2,000,000 X ANY AUTO F TAP 6580473-11 (TX) 03/01/02 03/01/03 ALL OWNED AUTOS BAP 8242566-06 (MA) 03/01702 03/01/03 BODILY INJURY $ (Per person) SCHEDULEDAUTOS HIRED AUTOS BODILY INJURY $ (Per accident) NON-OWNED AUTOS - - PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO - OTHER THAN AUTO ONLY: - EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE '$ OTHER THAN UMBRELLA FORM - A WORKERS GOMPEN STATION AND WC6668421 -11 AOS WC STA7U- OTH -" EMPLOYERS'LIABILITY ( ) 03/01/02 03/01/03 X TORV LIMITS ER .. . WC9302890-00 (MA,WI) 03/01/02 03/01/03 _ EL EACH ACCIDENT $ - 1,000,000 THE PROPRIETOR? X. INCL _ _ _ EL DISEASE-POLICY LIMIT_ $ _ 1,000,0°0 'PARTNERS/EXECUTIVE - _ - ' - OFFICE EXCL EL DISEASE-EACH EMPLOYEE $ 1,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLES/SPECIAL ITEMS(LIMITS MAY BE SUBJECT TO DEDUCTIBLES OR RETENTIONS) 4282,MVP Phase 3, CP99-13 A4282 CERTIFICATE HOLDER . :CANCELGATIQN. ;- SH OULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, City oft Palm Splrrings THE INSURER AFFORDING COVERAGE WILL ENDEAVOR TO MAIL _3Q DAYS WRITTEN NOTICE TO THE 3200 1 al IgtI ItZ Vany�n Way CERTIFICATE HOLDER NAMED HEREIN,BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR Palm Springs, California 92262 LIABILITY OF ANY KIND UPON THE INSURER AFFORDING COVERAGE,ITS AGENTS OR REPRESENTATIVES. MARSH USA INC. BY:' Martin JSarnchalk ee '.N).T�f10 99) . VAI ID k"POF