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