Loading...
HomeMy WebLinkAbout04663 - XCI AIRPORT SECURITY VEHICLE ID IDENTIFICATION • • XC1, Inc Airport Vehicle ID System AGREEMENT #4663 M07266, 3-5-03 CITY OF PALM SPRINGS _-- - - - - - -- - - - CONTRACT SERVICES AGREEMENT FOR AUTOMATIC VEHICLE IDENTIFICATION SYSTEM MAINTENANCE THIS CONTRACT SERVICES AGREEMENT (herein "Agreement') is made and entered into this..r',/k' day of 2003, by and between the CITY OF PALM SPRINGS, a municipal corporation (herein "City") and XCI, 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 hereundershall 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$39,475 Dollars for the term of the agreement. 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. Keith Cocita, President, 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. Bill Weaver, Landside & Contract Administrator 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. payment of damages to any persons or property resulting from the Contractor's activities orthe activities of any person or persons forwhich 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 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 may be asserted or claimed by any person, firm or entity arising out of or in connection with the negligent performance of the work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees, provided for herein, or arising from the negligent acts or omissions of Contractor hereunder, or arising from Contractor's negligent performance of or failure to perform any term, provision, covenant or condition of this Agreement, whether or not there is concurrent passive or active negligence on the part of the City, its officers, agents or employees but excluding such claims or liabilities arising from the sole negligence or willful misconduct of the City, its officers, agents or employees, who are directly responsible to the City, and in connection therewith: (a) Contractor will defend any action or actions filed in connection with any of said claims or liabilities and will pay all costs and expenses, including legal costs and attorneys' fees incurred in connection therewith; (b) Contractorwill promptly pay 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 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. 4.4 Sufficiency of Insurer or Surety. Insurance or bonds required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated "A" or better in the most recent edition of Best's Key Rating Guide or in -3- 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 priorwritten approval of City. Any such prohibited assignment or transfer shall be void. 3.4 Independent Contractor. Neitherthe City norany 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 Policyshall 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 policyof 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. (d) Additional Insurance. Additional limits and coverages, which may include professional liability insurance, will,be specified in Exhibit A. 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, 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 shall commence until the Contractor has provided the City with Certificates of Insurance, endorsements orappropriate 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 -2- 0 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 appeal a determination of increased coverage by the City Manager to 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 March 1, 2006. 5.2 Termination Prior to Expiration of Term. Either party mayterminate 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 for itself, its heirs, executors, assigns and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this Agreement. Contractor shall take affirmative action to 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, direct or indirect, in this Agreement norshall 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, -4- CITY OF PALM SPRINGS, 3400 Tahquitz Canyon Way, Suite-OFC, Palm Springs, California 92262, 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 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 anyand 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 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, 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. -5- WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS r ATTEST: a municipal corporation By: :' :-- ,`;';m>-' . . ^ u ac Ci Clerk ` �/d -' y .. .. ty 2 (j `' City Manager Agreement over/tn+&r $25,000 APPROVED AS TO FORM: Reviewed and approved by Procurement & Contracting By: CityAttorne Initta15 Date-2-A- L; /'P.O. Number CONTRACTOR: Check one:_Individual_Partnership Corporation Corporations require two notarized signatures: One from each of the following: A. Chairman of Board, President, or any Vice President:AND B.Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). ` �/ _ By: r V "✓cl /,r By: dG { E /Signatu're (notarized) Signature (nobatm�'d) Name: T tei K Z, /,, ;c a��a Name: ��it��C i V­;, Epp ! y Title: Title: V elb•yjt t (C J"t SIG I State of State ofc'�r'�dr'C71/%J �ss County 0n before me, On vi/t1`10z before me, gg`� vrd/' � personally appeared i"?A"'d ,)6k (-rpe,i7 a personally appeared �N��d� N/i'�a4e� i h_` d personally known to a (or proved to me on the basis of personally known to me (or proved to mm roe n the basis of satisfactory evidence)to be the person(s)whose names)is/are satisfactory evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the capacity(ies), and that by his/her/their signature(s) on the instrument the person(s),or the entity upon behalf of which the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument. person(s)acted,executed the instrument. WITNESS my hand and official seal. WITNESS my hand and,official al. Notary Signature:N k i )I ' ,? Notary Signature:,, t!)��� ti n �•i "k Notary Seal: Notary Seal: �G,W.SHO1T G.W,S te 137�� g � CAMM.NHOT 13M872 y. y PUW•CGIMaG� < Pudic-CGlttomla CLARA i SAN1A Aug l20% . 81 ,zoos MY 'q�Y@ot. �,✓�� A'.{/./.P�l—_„�.L/J/v _J1 _ ,.yam" / '�j d� EXHIBIT "A" SCOPE OF WORK Maintenance Responsibility The Contractor shall furnish all labor, phone support and materials necessary to perform the operations, inspections, preventative and corrective maintenance and replacement of parts that are required to maintain the Automatic Vehicle Identification System (AVI)forthe City of Palm Springs, Department of Aviation (AIRPORT) in satisfactory working condition. Scheduled preventative maintenance and services shall include inspecting, testing, cleaning, adjusting, repairs, replacement parts and scheduled overhauls as required during the length of this service agreement. Unscheduled maintenance shall include the inspections, tests and troubleshooting as required to determine the extent of equipment failure and the repair required to correct the malfunction. An equipment failure is defined as the inability of the individual components, software and firmware, subassemblies or major portions of the system to perform theirspecified functions, unless caused by abusive practices or environmental conditions beyond the control of the Contractor. It is understood by both parties that the system was designed and constructed to withstand the desert heat and sand conditions. All work shall take place at the Palm Springs International Airport, 3400 E Tahquitz Canyon Way, Palm Springs, CA 92262. The Palm Springs International Airport is owned and operated by the City of Palm Springs, Department of Aviation (AIRPORT). Maintenance Records The Contractor shall maintain all records of maintenance activities performed during the term of this contract. The Contractor shall maintain the history of maintenance and repair activity and duration, cause and corrective action taken due to failure of any item of the system equipment. All maintenance records shall be reviewed by the Contractor and the Contract Officer at the conclusion of each year of the agreement. Contractor shall provide documentation of all system hardware and software changes, including As-Built drawings in a format to match the original system documentation. Warranty The contractor warrants that the products sold will be free from defects in material and workmanship and perform for a period of one (1)year from date received at Palm Springs International Airport. The liability of contractor hereunder shall be limited to replacing or repairing, at its option(or, at contractor's option, providing a refund for); any defective units. Contract officershall obtain a customer return authorization (RMA)numberfrom contractor prior to returning product . Contractor not be liable any consequential or incidental damages or products due to shipment by the Airport. Equipment, or parts, which have been subject to abuse, misuse, accident, alteration, neglect, unauthorized repair or installation are not covered by warranty. Contractor shall make the final determination as to the existence and cause of any alleged defect. No financial liability is assumed for expendable items such as lamps and fuses. -7- 0 Contractor shall not be liable for any loss, damages, or penalty resulting from delay in delivery when such delay is due to caused beyond its reasonable control of, including but not limited to: acts of God, labor unrest, fire, explosion, earthquake or Government intervention. In such event, the delivery date (as specified elsewhere in this Exhibit) shall be deemed extended for a period equal to the delay. Spare Parts The Contractor shall demonstrate the availability of adequate parts and service to properly service all aspects of the system. Software Maintenance The Contractor shall furnish all troubleshooting, testing and programming required to maintain the systems software. System Expansion The Contractor shall complete system expansions as requested by the AIRPORT. Costs shall be as defined in EXHIBIT "B". Maintenance Hours The Contractor shall provide basic maintenance service during the hours of 8:00 a.m. to 5:00 p.m., local time Monday through Friday, excluding holidays. Basic maintenance service shall include all service outlined in this `Scope of Services' including necessary telephone support. Outside of the basic maintenance hours, the Contractor shall provide telephone support, as well as on-site maintenance response. This includes all hours other than 8:00 a.m. to 5:00 p.m., local time Monday through Friday, including holidays. Maintenance outside of the basic maintenance hours shall be compensated on an hourly basis as defined in EXHIBIT "B". System Description The AV[ for the AIRPORT consists of two main parts: 1) the equipment at the automatic vehicle identification control points (reader antennas, Detector Modules (DMU), etc.) and, 2) the computer based command and control equipment (front-end). This service agreement will help to maintain the equipment associated with these parts, as further identified within this EXHIBIT "A". This agreement relies heavily on preventative maintenance inspections. The Contractor agrees to provide preventative maintenance inspections twice a year on all of the equipment covered by this agreement. During each inspection, the covered system components will be throughly tested and repaired as necessary. A typical inspection shall cover: I. Automatic Vehicle Identification Control Points a) Prior to testing the control points, the technician will coordinate with the Contract Officer so that access control information can be captured during the inspection for review and saved as documentation of the inspection. b) Detector Modules (DMU) -8- 1. Ensure the reader is securely mounted. 2. Activate and reset the tamper switch, (if available). 3. Clean the reader, as appropriate. 4. Verify proper operation of the card reader 5. Ensure all UPS devices are adequate to withstand normal operations until the next scheduled maintenance inspection. c) Reader Antennas 1. Ensure the interface and enclosure are securely mounted. 2. Measure the input voltage(s) and verity it is within specified limits. 3. Test backup battery and replace, if needed. 4. Check all wires for any wear or loose strands. d) Miscellaneous Control Devices (signage lighting, roadway loop detectors, transponders etc.) 1. Ensure the device is securely mounted. 2. Activate all devices and ensure operation. 3. Check all wiring for wear and proper connection. 4. Clean and adjust as necessary. 5. Review inspection results and correct as necessary. 6. Verify, at a minimum the following access parameters: a. Authorized Access b. Unauthorized Access (based on transponder expired date and selection in revenue control ). 7. Ensure any other devices (gate arm, etc.) activated by the system are functioning. e) Verify the above events were stored and that the storage device has adequate storage space left. f) Communicate any problems or issues with the Contract Officer and provide device training, as needed. II. Computer Systems and Support Equipment a) Prior to inspecting the computer control system, the technician shall coordinate with the Contract Officer to assure that proper data and application backups have been done regularly according to a set schedule. These backups should be stored safely and securely, as well as labeled properly. It is recommended that the most recent full system backup should be less than one(1)week old,with no system changes made since that time. 1. The AIRPORT is responsible for conducting all backup procedures as well as obtaining the necessary backup devices (tapes, CD's, etc.). b) Server/Host and Workstation Computer 1. Verify that proper system and data backups are being performed and that a data backup exists for the previous 24 hours before beginning -9- the inspection. 2. Review system logs for any abnormalities and correct. 3. Interview the Contract Officer for any unreported problems. 4. Perform general computer maintenance (see below). c) General Computer Maintenance 1. Verify that current backups exist for all software on each computer before beginning inspection. 2. Review/copy all CMOS settings prior to any service and compare with previous copy. 3. Air-dust all internal parts; check that all cards, memory and connectors are fully seated. 4. Clean tape and floppy heads using appropriate cleaning kit. 5. Clean mouse using cleaning kit, as applicable. 6. Clean chassis, CRT screen, and keyboard using suitable cleaning agent and materials. 7. Replace internal batteries and reset clock, as necessary. 8. Visually inspect and assure connection of all external power and data cables. 9. Perform system checks and diagnostics depending on Operating System. 10. Have operator operate all applications, as appropriate and sample for overall functionality. 11. If there are printers connected, verify each printer is working properly and clean. d) Communicate any problems or issues with the Contract Officer and provide device training as needed. III SPECIAL REQUIREMENTS The Contractorwill offer instruction and training to AIRPORT personnel on proper device operation at the time of preventative maintenance inspections. This agreement does not cover repair of inter-connecting wires or cables. This agreement does not cover diagnosis and/or repair of problems related to inter- connecting wire, telephone lines, dial-up network lines, fiber optic lines and any associated charges. The AIRPORT is responsible for conducting all backup procedures as well as obtaining the necessary backup devices (tapes, CD's, etc.). This agreement does not cover items that require repair or replacement due to their misuse, mishandling or tampering by Airport personnel or their tenants. The agreement does not cover "Acts of God" such as damage caused by (but not limited to) lightening, earthquakes, flood or animals. The Performance Bond is not required by this agreement. The Business Automobile Insurance outlined in section 4.1(c) is not required. -i0- IV SCHEDULE OF PERFORMANCE The Contractor shall provide service to the AIRPORT beginning with the term of this agreement until expiration, or upon termination. The first preventative maintenance shall occur within 45 days of contract approval and acceptance by all parties. Subsequent preventative maintenance shall occur within six (6) months after the initial inspection and continue at six (6) month intervals. Response time during basic service hours (Monday through Friday, 8:00 a.m. to 5:00 p.m., excluding holidays): Technician on site . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 hours Telephone Support . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 hour Response time outside of the basic service hours: Technician on site . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 hours Telephone Support . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 hour Parts turn around (excluding computers) . . . . . . . . . . . . . . . . . . . . . . . . . 3 days Parts turn around for computers . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 days The terms of this agreement is for three (3) years commencing on March 1, 2003 and running through February 28, 2006. -11- EXHIBIT "B" SCHEDULE OF COMPENSATION The term of this agreement is for three (3) years and shall be provided at the following annual rates. All prices include any Federal, state or local taxes. Year Amount 2003/2004 (March 1, 2003 through March 1, 2004) . . . . . . . . . . . . . . . . $12,000.00 2004/2005 (March 1, 2004 through March 1, 2005 $13,125.00 2005/2006 (March 1, 2005 through March 1, 2006; . . . . . . . . . . . . . . . . $14,350.00 Basic service shall be billed in two (2) equal semi-annual installments during each service year. Additional service outside of the Monday through Friday, 5:00 a.m.to 5:00 p.m.(local time), except holidays shall be billed at an hourly rate of: Telephone Support . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $75.00/hour Actual Maintenance Trip . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $75.00/hour All parts are included in the above prices for normal failure, whether installed under basic or after hours service. System expansion projects shall be completed as requested by the AIRPORT and compensated as follows: Design . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $75.00/hour Installation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $75.00/hour Special equipment required for expansion and/or maintenance of the system(i.e., manlifts, forklifts, etc.)will be provided bythe AIRPORT at no cost to the contractor. If the AIRPORT requests that the Contractor provide such equipment, the Contractor shall do so at the actual rental cost (to be pre-approved by the City) plus 10%. -12- XCI INC PAGE 02104 0410,0412n0r<Ubj M1n 405b501934904`5 THOTTS INSURANCE PAGE 01703 A00M, CERTIFICATE of LIABILITY INSURANCE 04;0;46� PRDDuccR (650�934-daiw FAX (,6 934-049 THIS C T ICATR I 18&LY A AS A M N OF 31J OR.MA CN Thaits Insursack ONLY X40 CONK"NP RIGHTS LMUN THE CERTIFICATE CA Ucaase 4 OZ432I3 AITIRl iE COYBRAGE APFORDEP MY THEEPOOCCIPS BELOW. 444 raotro Srraat, Suite 200 1N911JYER,Y AfFORDEJGO RAGE NWOWn VieW, CA a4041-2017 103UWD ?NMJ RA: Eeadfaat 2npsumnakt Ca. d2S2 XKX, Inc. itxURERa 1r4Mo's Funcl Ins. Ca, E721 6541 Via nel Oro /A1 MlAURSRC Zfe th Tnsurnaca Company 0202 .San Ionia, CA 95110 N6oRERh AI NI Keith Fax No.. 40!t al-6679 pRK; C6VERAGES THE FtrLICIES OP NWRAN"LISTED MOW MAVE MCN PSL ED TO TNR INSURE6 NAWLI AboVE FCRTME POL Y PEI M WWCATED.NOTWITNSTANO/NO ANY REQUAIWMT,TERM CR CONDMM OP AWY CONTRACT QR OTMER DOCUMLrNT W TTH RESPECT TO WHrH THLi D@RTIFICAT£MAY BE CSUM OR MAY PERYAW,?Ni WSURANGE AFFORDED BY THE POWSS DESCRIBED MEREW ESSUPJECT TC ALL TMH T£RM@.EifCLu910NID ANR CCNOfCW N3 pF Lt1O1f POLICIES.AGGR£aA.TE MWO SHOWN MAY HAYS MMM REDUCED BY-PAID CLAD, YYPCApINsuPANOE POf 16YNUMilRZ PtlLID LIMITS .• ce EFALUAMUTY Z7232RR-02 02J16 2003 0,2/1 N IfADHocruRREwcE x 1,000,00t X G9MMERGAL6@NERALLJAMUTY AM>CDAMAGEGMryallmRey R 10p 0 DUtlpl6 NAtlF �CCCIIR h7bp G(p 1�4 Arf� ol>7 4 5.00( A _ P£RsoNa.aaw W�urry E �, d00 BO CENRRAL AOORECATG S 2 000 ON CEN'LAQpRE6A'R LIWTAPP�iES PFR: PRDOUCI'"'-COMP/oP Aar 'S 2 O00 ""y FAD LOC Avma WIJ UABUTY w 808110449 QZ/1bfZ003 0,2 6 2004 coNwNCD 61WO LINM y E ANYADTD (sae«uunr} J, 000. ALL OWNGD ANDS a Ib LY WOW 5 B b'GHEOULHO AUTD$ [P�"rP+�.n) x HIRED ANDS i0MYIYINJJUURY X WW,9WNQDAVMS PROPERTYOAuMW - - — (f+er�ONtlNNj QrVAO9LU61U1Y AUTO ONLY-EAAGCICENT A A A�M EA ACC S AVTO LINL'I; AOA ImcEssLIABO}TY 554.80 02/16 00 /16/2004 EACH 0CWRRENCE a 25,00D X OCCUR CLAW MADE A6DRE®ATE S 2S,00Q. 8 SN DL'bVC1IfiLla 8 RETEMIGN S = �RgsoAou�N~T;a AW' 0605-00 02J200S 4J0 4 "iv - C �.L,r;��+Aar.�o�wT a I'M, eL bISGA:G-EA EMPLOYE ,1 e1„000, R.L.OMME-POLICY S 15 1,00b CTHM DPSGntasw,u pr OPEPAT1UMLCCATIbN6lvEItlDLr�!3XaL4ffiDNW ADDI§,9Y��w B�O,I�NS PfLOMl81WY✓t E: PS A9rpart—Agtamn'k'fe vch''MM+c�,aMOM �9 ity of palm Springs is MMtional imtmrad as their dntorAsr MW appaar. Fain CG2026 attaphfW. .ICATR RFPLAC6S ORIGINAL 2/1A/2003 GIRT. CERTIFICATE H01pER ADDITMNV. .8 VSU LW"; CANCRLL.ATN?N '1fiWIDANY OF1MF,AbQJp DEBCRIREO PDLIp6S aicANCCLLPd08FOR£TNa KpIMSON RATE TEKEtW,TN[I!WNO RAWr WU IMUMn MA14 City of Palm springs 30 DATA WRMN NOTIOE TO TMU CkWMrATE HOLM WAD TO"LEFT, City Clark Office Atm. PatriOit 9amdars P 0 Boma 2743 Palm Spriggs, CA 82263-2743 'mom UARbewk IF Charbdnnaau M eOR 0Mn— QACORID O 19 04/08(2003 11: 52 4052816619 XCI INC PAGE 03/04 r�yr��r eue�� ln:itl bay-y34-1140� THOTTS INSURANCE PAGE 02f03 City of Palm Springs Certificate issued to City of Pglm Springs 04/0P/2003 Thoits Insurance 04/07/2003 POLICY NUMDER: SCO02723229-OZ COMMERCIAL GENERAL LIABILITY DATE ISSUED: 04/07/2003 THI5 ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT 4AREFULLY. ADDITIONAL INSURED--UESItNATED PERSON OR ORGANIZATION This endorsement modifies insurance prnvided under the following: COMMERCIAL GENERAL LIABILITY GOVERACE PART. SCHEDULE Name of Person or OrganiZation: City of Palm Springs (If no entry appears above, information required to complete this endorsement will be shown in the Dtclaratignv as applicable to this endorsement.) WHO IS AN INSURED [Stction II) is amended to include as an insured the p®roon or organization shown in the Schedule as an insured but only with respect to liability arising out of your oporation5 or premises owned by or rented to you. Cc 20 26 11 SS Copyright, Insuranca services Offl—, InC,, 1904 PAGE 04104 0A108/2003 11: 52 4052816619 XCI INC PACE 03/03 �4Vt37V2003 10:10 650-534-0495 TWITS YNSURC,NCE IMPORTANT If the milficate holder is on ADDITIONAL INSURED, the policy(ies)must be endompo. A statement an this certificate dads not confer rights to the certificate holder in lieu of such endorsement(s)- If WBROGATION IS WAIVED,subject to tIw terms and condillgn4 of the policy,certain policies may require an trrhdorsement.A statement on this cedWicato does not wrifer rights to the certificate holder in Ifeu of such ondaraement(s), DISCLAIMER The C Aifioato of Inpurance on 1ne roverso side of this form does not copatitulG a contract bslwaan the issuing Insurer(s),authorINd representative or peoducor,and the ceruffcata holder,nor rsoes it riffirmatively or nogmbvehy amend,emend or alter the coVWAgC afforded by the pofioies listed them on, c zs r