HomeMy WebLinkAbout04551 - SIEMENS BUILDING TECHNOLOGIES AIRPORT AUTOMATION Siemens Building Technologies
Airport Automation Control
AGREEMM #4551 Amend 1
AMENDMENT NO. 1 CM signed 10-4-02
AGREEMENT NO. 4551, AIRPORT BUILDING AUTOMA nvir%,wn i RvL-
TECHNICAL SUPPORT PROGRAM
THIS FIRST AMENDMENT to Agreement No 4551 for Contract Services, (herein "Agreement")
made and entered into on the �A* day of 2002, by and between the
CITY OF PALM SPRINGS (herein "City") and Siemens Building Technologies, Inc (herein
"Contractor'), (The term Contractor includes professionals performing in a consulting capacity.),
is hereby effective September 23, 2002, as follows:
The"Contractor"has been retained to perform HVAC automation control system technical support
for the City of Palm Springs, Department of Aviation (AIRPORT), which operates the Palm
Springs International Airport.
EXHIBIT "A". SCOPE OF SERVICES:
1. Exhibit "A" Scope of Services, Part I, Basic Services: Section C is hereby replaced with the
following:
C. "Provide automation control device calibration as required."
2. Exhibit "A" Scope of Services, Part I, Basic Services: Section E is hereby replaced with the
following:
E. "Provide repair labor at no charge, if repair is done at time of service review, and materials
at 60% off list prices, for repair or replacement of 13 field panels and 2 operator workstation
software installations."
Section 4.0: INSURANCE, INDEMNIFICATION AND BONDS:
4.3 Performance Bond: Section 4.3 is hereby replaced with the following:
"A performance bond shall not be required for the execution of this agreement and performance
of services during the entire term of the agreement."
Fees added with this Amendment - $0.00
Revised Total Agreement Amount (per this Amendment) - $5268.00
N:\Agreements\Terminal\Siemens TSP Contract Service Agmt Amendment i.wpd
Siemens Building Technologies Inc.,Amendment#1 Page 1 of 3
09/26/2002 10:55 FAX 760 318 3815 PSP INT'L ARPT Z 003
IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first
written above.
CITY OF PALM SPRINGS
ATTEST: a municipal corporation
r�
City Clerk Cll'-- eager III
APPROVED AS TO
L)�(oy
City Attorney
CONTRACTOR: Check one: _Individual_Partnership_Corporation
Corporations require two notai ized 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 7' By: 'ye`-f n
S%nature(notarized) 99nature (notarized)
Name: � Name; I oP+ .vim S�
Title �r Gl T . Title: (OJtS-2lc-i Stu . vx.
State of i� _�� State of C 4 �l
rQurrty of a7�an�/ �_ ss County of n_4
�p/ a f/ i
On?�la��." eforE me .,. ,, d 100�b,1LOn7, P_ before me, i7 rano/,t^�
personally appeared, j%�_i'i �, y✓n,l Personally appeared _FAO`,n riJ.�..J S
personally known to rre (or.proved=Ya me�on=thembasis--ef personally known to me (gL..pxovednte.-me--om•dfw-basis-=vt
sat4cfactncy_evJdanee)to be the person()whose name() Isla to be the person(f whose name() Is/ar,6
subscribed to the within nstrument and 'acknowledged to me that subscribed to the within instrument and cknowledged to me that
he/s,KcA�y executed the same in hislhdrtthplr authorized he/solthgy executed the same in his/hOlther'ir authorized
capacity(les), and that by hislt)errthOr signature(d) on the cai and that by hismgFtthp(r signatureA on the
Instrumenf the person(M. or the entity upon behalf of which the Instrument'the person*, or the entity upon behalf of which the
person(q)acted,mmcuted the instrument. porson(rr)acted,executed the instrument.
WITNESS
L
yy mhand ani official seal. WITNESS my hand and official seal.
Notary Notary
Signature: .�'��/iLr,r,w-c.�n Signature:
Notary Seal: Notary Seal:
DONNA MU iACO _
Comrnissionm 1�7�39"( 4.i7
Notan,=Public-Coliteml0 DONh1h MultACa
0,ongs Couv�i, Canmtsgon#722539T
@MyConjm.E,�i cs oun?_0,'S713('r' (JRpui*c! Jnty
•5Pu1'e5Jun2D 20M
Siemens Building Technclogles Inc.,Amendment#1
CITY OF PAL6SPA 3 •
HASE" a
OCUFIEMED ztli
E.NT�PFi
t
RATION MITNIST D BY-—
Uhquftz
IV/19&1.,�
)t.'274Z "4)AU
"TSHW
I IT
F06-
"K, I,- N Uiz I
TERMS:
19
L NO" 7kbqi4bL6Gie DEUVI'ERYD' UE"
I D
110775 '8US'j1,4;-,q5
VENDQR:� IY REGS CA` .,:'REQUISITION
IT T
w6m
IT T T
�ACCOUN 7 '
"Y_f,lq C�a
1 7 1
IT.
ITEM NO.
DESCRIPTION QUANTITY UNIT PRICE EXTENSION
r
Ter- nitt'Y', sUPOort',prog 'r �14VAC:
IT
t
he,, period �Ot, Auqu-it i .
61
T�
-nc:Wnbrance
+or -,the,T-First year p
r�ratrt
gre o,Ibe, 42
d
T Pr �j�fl,
GPdrtyth4e
limen ts Wa. 45t
r,$:�xphs�,of 't'he (Zon r V �OrW
A I Y0 r' tier j od�jg',
SCAR or W130
."V;T1
�C I ty 4 0 1,1r , , I
isp�err, t
Ij
-.4
l4ubtot 7 T,
T
T
p -3
Tr
IT
;IT
. .........
Wen®r"
4
Siemens Building Technologies
Airport Building Automation
AGREEMENT #4551
CM signed 9-5-02
CITY OF PALM SPRINGS
CONTRACT SERVICES AGREEMENT FOR
AIRPORT BUILDING AUTOMATION CONTROL
TECHNICAL SUPPORT PROGRAM
(SHORT FORM)
THIS CONTRACT SERVICES AGREEMENT (herein "Agreement') is made and
entered into this day of by and between the CITY OF
PALM SPRINGS, a municipal c&poration (herein "City") and Siemens Building
Technologies, 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. 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 Sixteen Thousand Six hundred and twenty Dollars
($16,620.00) ("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. Steve Almond 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.
Siemens Building Technologies Technical Support Program
3.2 Contract Officer. Craig Toms,Airport Maintenance Superintendent, 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.
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, INDEMNIFICATION AND BONDS
4.1 Insurance. The Contractorshall 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 endorsementform 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.
(d)Additional 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
Siemens Building Technologies Technical Support Program
2
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 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
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 orwillful 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 againstthe
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.
Siemens Building Technologies Technical Support Program
3
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
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 August 1, 2005.
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
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
Siemens Building Technologies Technical Support Program
4
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, 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 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
Siemens Building Technologies Technical Support Program
5
which maybe 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.
NAAgreements\Terminal\Siemens TSP Contract Service Agmt.wpd
Siemens Building Technologies Technical Support Program
6
07/31/2002 14:48 FAX 760 318 3815 PSP INT'L ARPT Z 008
IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the
date first written above.
CITY OF PALM SPRINGS
ATTE,S T; / a municipal corporation
BY:. '�^,�� ,/'`'—Y._✓.� _� /�,; L.. �-` Bye 4"'��
City Clerk City Manager _
APPROVED AS TO FORM: Agreement o'er/under $25,000
Reviewed and approved by
CitProcurement & Contracting
City Attorney ,.--? ���"�
Initials"_Date c�
CONTRACTOR: Check one:_Individual_Partnershipp�orRr ''I eY
CDrpoi ..tt;7regche- Boartl-Pr sasi�eni-or-anY"Vice
By. Signature (notarized) sy. _ Signa;ranot:arized
)
// �I
Name: Name' �Y a�P' 612JASS
Title: 6 4 /-,cA- R-Er,< Title:__„•IDCS�
State of State of
Count of oKA-NG �_SS County of o.r~n-u.Ja E. SS
Jo�/z Z /
On _,.,,before me,_ 7�-�(' _e-r`�`✓"� .,,. On 8 " v 2 before me, 7.7fr-�-f�'"fEi•�
personally appeared_ fRj>t (-Yhls--f`i" personallyappeared "I"
e7[/ G.�Le.Bs
psrs9na9y-kn000m-td-n're (or proved to me on the ba is of personally known to me (sr-pPe ^^�^.,�„o b=-_i o
satisfactory evidence)to be the person( whose namc(sp�,Si_sJ'ere s3tl;feetacYeviderfee)to be the person(�whose narrev sabre`
sub5�bed to the withii instrument ar acknowledged to me subs cd to the within instrument afld acknowledged to me
that r Frokhey execu to th me in his/hor/their authorivad that e/ y executed th me in his/her/their authorized
capaciiy((eef, and than by�er/thoir signature( "an the capaclty(Ieett and that b his herkheir signature on the
Y 9
Ins[rume t the person(;),or the entity upon behalf of which[he instrument the porson(!5.or[ e entity upon behalf o which the
pen`o )acted,execu.ed the instrument. person"I"acted,exec led the instrument.
WITNESS my hand a,td official Baal. WITNESS my hand and official seal.
Notary Slgnature '� Notary Signature:
Notary Seal: Notary Seal:
I
THU SCHEIN ON
Com11iii n 01316DOO
Notary Public.CrlNamle Cdif1m19Rldtlttl l� o
Orange County N94.tV K�Nttll€.;d l tnlN
thrown, t"�„gze,Laos�
1�+4%iscFillt,hIIR��Nt4i��i`A I
A rA-ROVED BY TH CRY MANAGM
Airport Building Automation Technical Support Program
Siemens Building Technologies, Inc.
EXRTMT-"A"
SCOPE OF WORK
I. Basic Services
Contractor shall provide building automation technical support services for the
optimization, protection and calibration of Airport Terminal heating, ventilation, and air
conditioning (HVAC) system controls as follows:
A. Provide an on-site technician four (4) times per year to review and optimize
HVAC controls for peak efficiency in support of Airport specific facility and
organizational objectives. Automation controls shall be analyzed and re-
calibrated through a program of standard routines, including preventive
maintenance. This service will include the testing of the VAV boxes for proper
operation.
B. Provide database recovery and protection services as a safeguard against
catastrophic data loss. Provide back-up services two (2) times per year of all
software, graphics, and field panel databases. Provide storage of this
information, and respond to reload databases and system files when required,
ensuring proper performance. Should a catastrophic event occur, an on-site
technician will respond to reload the databases and system files and to ensure
proper operation and maintenance.
C. Provide mechanical control device calibration as required, for valves, dampers,
and actuators that have drifted out of efficient operating range.
D. Provide software analysis and optimization, through on-line, remote dial
diagnostic support technology, addressing failed points, points in alarms,
programming errors, or points In operator priority,two(2)times per year. On-line,
remote diagnostic support shall not exceed four (4) hours per agreement year.
E. Should an on-line or on-site review determine a failure of the Airport's 13 field
panels and 2 operator workstation software installations, repair labor shall be
included at no charge, and materials at 60% off list prices, for repair or
replacement. Any necessary replacement parts shall be provided in accordance
with Section II of this exhibit.
Siemens Building Technologies Technical Support Program
8
Airport Building Automation Technical Support Program
Siemens Building Technologies, Inc.
II. Additional Services / Conditions
A. 60% discount pricing on any necessary replacement parts. List pricing shall be
as provided by Siemens Building Technology Part prices; Any necessary
replacement parts shall be approved by the Contract Officer prior to any work
commencing.
B. On-line, remote dial-up diagnostic trouble-shooting, beyond that identified in item
"I. D." above, on request;
C. Emergency Response window: Monday through Friday, 0800 - 1700;
C. Two (2) hour on-line response to emergencies;
D. Follow up (condition reported, condition found, correction taken, etc.)
documentation for all services provided;
E. Training: In-house staff training at 20% off the list pricing, as provided by
Siemens Building Technology. Any additional training shall be approved by the
Contract Officer prior to any training commencing.
F. A one (1) day no cost introductory building automation software session is
included in the first year of this agreement.
III. List of Maintained Equipment (Software, Firmware and Control Loops
QUANTITY EQUIPMENT MANUFACTURER R&R COVERAGE
SEE CODE KEY
13 Field Panels Siemens B
2 Operator Workstation Siemens B
Software
Repair& Replacement Coverage Code Key:
A= Labor& Materials included
B = Labor included & Materials not included
C = Labor not included & Materials included
D = Labor not included & Materials not included
Siemens Building Technologies Technical Support Program
9
Airport Building Automation Technical Support Program
Siemens Building Technologies, Inc.
EXHIBIT "B"
SCHEDULE OF COMPENSATION
Section 4.3 Performance Bond shall not apply to this agreement.
A.
Contractor shall be compensated quarterly at one fourth of the annual cost listed
below for all items detailed in Exhibit "A" Scope of Services.
August 1, 2002 - July 31, 2003: $5268.00
August 1, 2003 - July 31, 2004: $5532.00
August 1, 2002 - July 31, 2005: $5820.00
B. Billing shall occurfollowing the quarterly maintenance visit required in Exhibit"A", and
invoice shall be paid within 30 days.
C. For extra services contractor shall be compensated at$99.50/hour times the number
of hours of actual work.
D. Parts shall be paid at 60% below Siemens Building Technologies list price.
Siemens Building Technologies Technical Support Program
10
Marsh USA Inc is/1L/UG y: 411: PAIAC tVG ILlgll Lr AA
` _ o TE ryxmom)
p
r _ _- ..,, " _:- tasnxaz 08/12/02
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
MARSH USA INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
44WHIPPANYRDAD HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
P.O.BOX 1966 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
MORRISTOWN,NJ 079624966 COMPANIES AFFORDING COVERAGE
COMPANY
1100129$A- 610 A INSURANCE CORPORATION OF HANNOVER
INSURED COMPANY
SIEMENS BUILDING TECHNOLOGIES,INC B TRAVELERS INDEMNITY CO.OF ILLINOIS
1000 DEERFIELD PARKWAY
-
BUFFALO GROVE,IL 6 0089 451 3 COMPANY
C
COMPANY
D
THIS IS TO CERTIFY THAT THE POJCIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT CR OTHER DOCUMENT WITH RESPECT TO VWICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS CIF SUCH POLICIES.LIMITS SHOMN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
cc TYPE OF INSURANCE POLICY NUMBER PCLICYEFFECTNE POLIOYEXPIRATION LIMITS
LTR DATE(MMNTnm1 DATE(NMND"
A DEMERALLVIRILITY ICH GL 132-01 11/01/01 10(01/02 GENERAL AGGREGATE $ 7,500,000
X COMMERCIAL GENERAL HIBILTY PRODUCTS-COMWOPAGG $ INCL.
0.AMSMAnE OOCCUR PERSONALLADVIN&RY $ 1,000,ODD
OWNER'SACONTRACTOR'SPROT EACH OCCURRENCE $ 1,000,000
FIRE DAMAGE(ArymeSre) $ 1,000,000
MEDEXP m me .) $ 100,01DO
B ABTOMOBILELIamLm TC2J-0AP-229T228-0-T1L41(AOS 10'01101 IWCI102
COMBINC-09NGLE LIMIT $ 1,000,000
X Avr AurD TC2E-CAP-229T229-5-TCT-01(T) 11Y01J01 10/01/02
X ALLOMG®AUTOS TJ-EAP-229T23D-2-TIL-01(MA-XS) 10/01101 10101/02 BODILYINJJRY f NIA
9 EDULED AUTOS F'er Prim)
X HIRED AUTOS BCDILYINJJRY f NIA
X NON-OWN®AUTOS (Pa aavtle�q
PROPERTY DAMAGE $ N/A
GARAGE LIABILITY AUTOONLY-EAACCnENT f
MY AfTO OMER THAN AUTO ONLY
EACHACCDENT
AGGREGATE f
EXCESS LIAIMUTY
EACH OCCURRENCE f
UMBRELLAFORM AGGREGATE $
OTHERTHAN UMERELLAFORM $
B TRJ-UB-229T22&A-01 10f01701 IM1102 Y I STATUTCRY LIMITS
EMPLOYERWUMLITY
(AZ,HI,OR,MT,NV,WI) EACH AcaoENT f 1,000,000
THE PROPME OIRI X [Na TC2J-UB-229T225-0 AS-01 (AOS) 10101V 10/01/02 DISEASE-POUCYUMIT $ 1,000,000
PARTNERSE)GICUM E 1,OOD,000
OFNCFRSARE EX0. DISEASE-EACH BUPLOYEE $
OTHER
DESCRIPTION OF OPERAITONSLOCATIONSATHIGESISPEOAL ITEMS UNITS MAY HAVE BEEN REDUCED BYPAID CLANS AND MAY HAVE DEDUCTIBLES OR RETENTION&
E: AIRPORT BUILDING AUTOMATION CONTROL TECHNICAL SUPPORT PROGRAM
E CITY OF PALM SPRINGS IS INCLUDED AS AN ADDITIONAL INSURED UNDER THE REFERENCED GENERAL LIABILITY AND AUTOMOBILE
(ABILITY INSURANCE POLICIES,BUT ONLY WITH RESPECT TO ALL WORK PERFORMED BY AND ON BEHALF OF THE NAMED INSURED,SIEMENS
BUILDING TECHNOLOGIES,INC.FOR CERTIFICATE HOLDER UNDER CONTRACT.
SHOULD ANY OF THE MOVE OEYCRBEO POLIGE!BE CANCELLED BEFORE THE
CITY OF PALM SPRINGS EXPIRATION DATE THEREOF,THE INSURANCE COMPANY WILL ENDEAVOR TO MAY
ATTN: MARI LYNN BOSWELL 4 _DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
32M TAHQUITZ CANYON WAY BUT FAILURE TO MAL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LUBRM OF
PALM SPRINGS,CA 92262
ANY KIND UPON THE COMPANY, ITS ABENT7 dt REPRESENTATIVES.
AMIBBBI7RMGf M465UUSAIM
Lillian Campbell OVAU�