HomeMy WebLinkAbout04316 - FMC AIRPORT PASSENGER LOADING BRIDGE TMC Technologies
Consent to Assignment
AGREEMENT 04316
X06855, 6-6-01
CONSENT TO ASSIGNMENT OF AGREEMENT rq". %axu -This CONSENT TO ASSIGNMENT OF AGREEMENT NO. 4316 (the
"Consent") is made and entered into as of the ° day of June, 2001, between the
CITY OF PALM SPRINGS ("City"), FMC AIRPORT SERVICES, a division of FMC
CORPORATION (collectively "Assignor") and FMC TECHNOLOGIES, INC.
("Assignee") with reference to the following facts and purposes.
RECITALS
A. City and Assignor are parties to that certain Agreement No. 4316, dated
December 6, 2000, including any extensions, renewals or permitted amendments and
modifications thereof(collectively the "Agreement") concerning maintenance services
for the eight (8) Passenger Loading Bridges at the Palm Springs International Airport.
B. Pursuant to the Agreement, Assignor has certain rights to assign the
Agreement, subject to the written consent of the City.
C. Assignor wishes to assign to Assignor all of the rights and obligations it
has under the Agreement, and Assignor and Assignee desire to obtain the City's specific
consent to such assignment.
D. Assignor and Assignee have represented to the City that Assignee is the
wholly owned subsidiary of Assignor, and all of Assignor's employees will become
employees of Assignee, and the expertise and financial capabilities of Assignee to
provide the services under the Agreement are the satne as those of Assignor.
E. Based upon such representation, City wishes to consent to such
assignment subject to the terms of this Consent.
NOW, THEREFORE, in consideration of the mutual promises of the parties hereto and
for other good and valuable consideration,the receipt and sufficiency of which is hereby
acknowledged, City, Assignor and Assignee agree as follows:
1. Representations. Assignor represents and certifies the following:
a. To the best of Assignor's knowledge, no default presently exists under the
Agreement and no state of facts exist which would constitute a default under the
Agreement-
b. That all of the above recitals are true and correct.
2. Consent and Related Agreements.
a. Assignee acknowledges that it has received a copy of the Agreement and
is fully familiar with its terms.
IRV#11998v1
I
0 •
b. Effective as of the date of this Consent, the City specifically consents to
the assignment of the Agreement to Assignee, including all rights and obligations of
Assignor thereunder.
C. Upon the date of this Consent, Assignee shall assume all obligations of
Assignor under the Agreement and shall perform all duties and obligations required to be
performed under the Agreement.
d. Assignee acknowledges and agrees that the Agreement shall control the
obligations of Assignee and City, and that the Agreement shall control over any
inconsistent provision in any agreement that may exist between Assignor and Assignee.
3. Due Execution. The person(s) 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.
4. Full Force and Effect. The parties further agree that, except as specifically
provided in this Consent, the terms of the Agreement shall remain unchanged and in full
force and effect.
(Signatures on following page)
IRV#11998 vI
-2-
IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of
the date first written above.
ATTEST: CITY OF PALM SPRINGS, a California
municipal corporation
CCi;Cleik Cityy
,,4iger
APPROVED AS TO FORM: (Check one:_Individual_Partnership
X Corporation)
CONTRACTOR:
City ttor y
"Assignor"
FMC AIRPORT SERVICES, a division of FMC
Corporation
Banba,ca H. HeAAmann Pneaiden#
Print N e T/i�le
By: s e Zad�i_ �/�
Signature(Notarized)
Jamey A. Yeck ey, Az/siatant SecAetcucy
< � ,Print Name&Title
By:
—Signature ized)
Mailing Address: 1805 Welt 2550 South
Ogden, UT 84401
"Assignee"
FMC TECHNOLOGIES, INC.
BaLLivja H. He& mane, Genena2 ManagyL
Print N Title By
e %
Signature(Notarized)
Jamey A. Yecktetf, Azzis,tant Seeneta&y
�.� Print Name &Title
By. _"�, ✓�
ig ature(Kota `ze
Mailing Address: 1805 WeAt 2550 South
oppr ;,5vLE DV I'll UMI"iT' C UN�KA� aa—� __ �.� Ogden LIT 84401
„gip sV�3 (END OF SIGNATURES)
(Corporations require two signatures;one for each of the following:A.Chairman of the Board,President or Vice President;AND B.
Secretary,Assistant Secretary Treasurer,Assistant Treasurer or Chief Financial Officer)
STATE OF UTAH
COUNTY OF WEBER
I, Debbie L. Larsen, a Notary Public in and for said County do hereby
certify that Barbara H. Herrmann, who is personally known to me to be the same
person whose name is subscribed to the foregoing instrument, appeared before
me this 26th day of June, 2001, in person, and acknowledged that they signed
said instrument for the uses and purposes therein set forth.
Notary Public
My Commission Expires:
III ,aavOv'"Ez_ NOTARY PLOLIC d
DEBBIE L.LARSEN
2483 west 1W With
FarrW st,UT 34}'0?
i eat +n•..- % My C�mm_iS9/YN1yE%;liras
Z";F G7Sihr1/ZC�f I"V
STATE OF UTAH
COUNTY OF WEBER
I, Debbie L. Larsen, a Notary Public in and for said County do hereby
certify that James A. Yeckle-, who is personally known to me to be the same
person whose name is subscribed to the foregoing instrument, appeared before
me this 26th day of June, 2001, in person, and acknowledged that they signed
said instrument for the uses and purposes therein set forth.
Notary Public /
My Commission Expires: �/ 0
�.
DCD61G L.iARSFN �
Fan West,UT 84.4.04
•;.� �'+.-;.�-�,r ,y3 my Commission expirea
�v''" os`e fi. STATE CDC U YA�j
FMC Airport Services
• Passenger Loading Bridge Main
AGREEMENT #4316
M06757, 12-6-ob
CITY OF PALM SPRINGS — - --
CONTRACT SERVICES AGREEMENT FOR
PASSENGER LOADING BRIDGE MAINTENANCE
THIS CONTRACT SERVICES AGREEMENT(herein"Agreement")is made and entered into
this day ofvA,4�2000, by and between the CITY OF PALM SPRINGS, a municipal
corporation (herein "City") and FMCO Airport Services, a division of FMCO Corporation, 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$33,768.00 Dollars for the first year of the agreement ("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 "C", Schedule of Compensation.
3.0 COORDINATION OF WORK
3.1 Representative of Contractor. Barbara H. Herrmann, President/General Manager
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. Craig A. 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
Page 1 of 15
FMC Airport Services
.,. .; � Passenger Loading Bridge Main
AGREEMENT #4316
M06757, 12-6-01
CITY OF PALM SPRINGS
CONTRACT SERVICES AGREEMENT FOR
PASSENGER LOADING BRIDGE MAINTENANCE
�d/�T�HIS CONTRACT SERVICES AGREEMENT(herein"Agreement')is made and entered into
this /^T-` day of . per 2000, by and between the CITY OF PALM SPRINGS, a municipal
corporation (herein "City") and FMCO Airport Services, a division of FMCO Corporation, 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$33.768.00 Dollars for the first year of the agreement ("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 "C", Schedule of Compensation.
3.0 COORDINATION OF WORK
3.1 Representative of Contractor. Barbara H. Herrmann, President/General Manager
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. Craig A. 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
Page 1 of 15
0
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 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 peroccurrence and$1,000,000.00 products and completed operations and property
damage limits of$500,000.00 per occurrence. If the Contract Sum is greaterthan$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 complywith 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, nonowned, 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 insured, except that the City shall not be named
as an additional insured for the Worker's Compensation Insurance nor the Professional Liability
Insurance. The insurer shall waive all rights of subrogation and contribution it may have against the
Page 2 of 15
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 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
or failure to 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 as stated in Exhibit "C", Schedule of Compensation and
Exhibit "D", Schedule of Performance.
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.
Page 3 of 15
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 NonliabilitV of City Officers and EmploVees. 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 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.
Page 4 of 15
•
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.
Page 5 of 15
0
IN WITNESS WHEREOF,the parties have executed and entered into this Agreement as of the date
first written above.
ATTEST: CITY OF PALM SPRINGS,
�— a—municipal corporation
By:
City Cle < City Man r
(Check one:—Individual _Partnership
X Corporation
(Corporations require two signatures: TT TOR:
One from each of the following:
A. Chairman of Board, President, any By: ///�ct cvn, i
Vice President: AND B. Secretary, Signature ( otarized)
Assistant Secretary, Treasurer,
Assistant Treasurer, or Chief Financial Bcyrbo✓ta H. HelAmann
Officer). Print Name &Title
Pne/s dent - FMC A-Apo�Lt SeAvicez
By:
Signature (Notarized)
Print Name &Title
Mailing Address:
A,PB'ROVEO AS TO FORM
!141� (End of Signatures)
Ity Attorney
)ate �✓� Il7l
N.\WordPerfec[\Agreements\Loadmg_Bridges Maintenance Dec 2000.wpd
Page 6 of 15
9 •
�1110! -AIRPORT
(—; Z ASERVICES
STATE OF UTAH
}
COUNTY OF WEBER
On this 12th day of January 2001 before me personally came and appeared
Barbara H. Herrmann to me known, who, being by me duly sworn, did depose
and say that she resides in Mountain Green, Utah, that she is the President of
FMC Airport Services, the Corporation described in and which executed the
foregoing instrument, that she knows the seal of said Corporation, that one of the
seals affixed to said instrument is such seal, that it was so affixed by order of the
Board of Directors of said Corporation, and that she signed her name thereto by
like order.
/J(
Notary Public— Debbie L. Larsen
My Commission expires 9/1/2004
No'rARY PUBLIC
DEBUIE L. LARSE14
2483 West 1900 North
Farr West,UT 844-04
w• ,� ;, My Commission Expires
09/0112004
a° H` STATE OF UTA H
FMC Corporation Airport Services P O. Box 3309 Ogden UT 84409-3309
Telephone 801.629.3138 Telefax 801 629.3487
• • APPENDIX A
RESOLUTION
(Adopted by FMC
Board of Directors
on February 20, 1981)
RESOLVED, that the Board of Directors of FMC Corporation (the "Corporation") hereby
grants the following signature authority:
1. Officers. The Chairman of the Board, the President, any Vice President, the Secretary,
the Treasurer and the Controller of the Corporation are each authorized, in that capacity, to
execute, and to delegate to any person authority to execute, all written instruments whatsoever
including, without limitation, deeds, leases, agreements, bids, contracts, bonds, powers of
attorney and proxies;
2. Group Managers. Each person employed by the Corporation as a Group Manager is
authorized, in that capacity, to execute, and to delegate to persons employed in his Group
authority to execute, all written instruments whatsoever pertaining to matters which are in the
ordinary course of the business of the Group;
3. Division Managers. Each person employed by the Corporation as a Division Manager
is authorized, in that capacity, to execute, and to delegate to persons employed in his Division
authority to execute, all written instruments whatsoever pertaining to matters which are in the
ordinary course of the business of the Division;
provided that any delegation of signature authority pursuant to this resolution shall be(i)effective
only if in writing and when filed with the Secretary of the Corporation, (ii) limited as set forth
in said delegation and (iii) effective on the date appearing thereon for the period specified therein
rely on a certificate signed by the Secretary or any Assistant Secretary of the Corporation to the
effect that a particular person has specified signature authority pursuant to this resolution; and
RESOLVED, FURTHER, that the foregoing resolution supersedes the resolution relating to
general signature authority adopted on June 24, 1977, provided that any exercise of signature
authority pursuant to a delegation before the adoption of this resolution is hereby ratified and
approved.
1072n
Sent By: HP LaserJet 3100; 407 B50 2805; Jan-22-01 12:14PM; Page 2/2
• 0
DELEGATION OF SIGNATURE AUTHORITY
FMC AIRPQRT SERVICES
Pursuant to the authority granted to Liam Collins, the undersigned as a Division Manager
of FMC Corporation ("FMC") by the resolutions adopted by the Board of Directors of
FMC on February 20, 1981 (copy attached as Appendix A), authority is hereby delegated
to the following employees listed below (within applicable dollar amounts set opposite
their respective names), to execute all written instniments whatsoever pertaining to the
City of Palm Springs Contract Services Agreement for Passenger Loading Bridge
Maintenance which are in the ordinary course of the business of FMC Airport Services.
Barbara TT. Herrmann $2,500,000
Brent G. Ahlstrom $2,500,000
r
L m . Collins
Dated: 2`62 0(
James A. Yeckley hereby certifies that he is an Assistant Secretary of FMC, that
Liam F. Collins is a Division Manager of FMC, and the signature appearing
above his name is his genuine signature and that Appendix A attached hereto is
a true and complete copy of the resolutions adopted by the Board of Directors of
FMC on February 20, 1981, which resolutions have not been rescinded or
modified but continue in full force and effect.
Jam 'A. Yeckley
Assistant Secretary
Dated: 1122- Ci f
City of Palm Springs City of Palm Springs
Department of Aviation Procurement Division
3400 E Tahquitz Canyon Way, Suite OFC 3200 E Tahquitz Canyon Way
Palm Springs, CA 92262 Palm Springs, CA 92263
EXHIBIT "A"
SCOPE OF SERVICES
I. INTRODUCTION
A. The City of Palm Springs, Department of Aviation (AIRPORT), owns and operates the Palm
Springs International Airport. The airport is located in eastern Riverside County, approximately
2.5 miles east of the central business district of Palm Springs, California. The airport serves as
the major air transportation center for the entire Coachella Valley. In 1999, the airport served
approximately 1.3 million commercial passengers. There are six air carriers and five commuter
airlines that serve the airport. In addition to commercial service, the airport experiences a high
percentage of corporate and general aviation.
B. The Coachella Valley is home to approximately 300,000 residents and consists of the following
cities:Cathedral City, Coachella, Desert Hot Springs, Indian Wells, Indio, La Quinta, Palm Desert,
Palm Springs, and Rancho Mirage. The Airport service area includes 500,000 people in portions
of Riverside and San Bernardino Counties. The Palm Springs area is a top resort destination and
welcomes millions of visitors annually.
C The Airport is served by two fixed base operators and is home to more than 100 general aviation
aircraft.
D. To accommodate this growth, the AIRPORT recently completed a $25 million, 8 gate, terminal
expansion project. Included in this project was the installation of eight (8) Passenger Loading
Bridges (PLB's). Each PLB was installed with 400 Hz electrical power, pre-conditioned air for the
aircraft and PLB and potable water.
II. DESCRIPTION OF FACILITIES
A. All work shall take place at Palm Springs International Airport, 3400 Tahquitz Canyon Way, Palm
Springs, CA, 92262. The Passenger Loading Bridges (PLB's) consist of eight (8) apron drive, 3
tunnel boarding bridges, each with Preconditioned Air,400 Hertz groundpower units and potable
water supply.
B. Passenger Loading Bridges:
1. The eight (8) Passenger Loading Bridges are identified as follows:
EXHIBIT"A"
TO CONTRACT SERVICES AGREEMENT Page 7of 15
City of Palm Springs City of Palm Spnngs
Department of Aviation Procurement Division
3400 E Tahquitz Canyon Way, Suite OFC 3200 E Tahquitz Canyon Way
Palm Springs, CA 92262 Palm Springs, CA 92263
GATE LOCATION MANUFACTURER MODEL NO. CONFIGURATION /
PC AIR CAPACITY
GATE 4 FMC JETWAYO AD3-60/119-125R 3 TUNNEL/45 TON
GATE 5 FMC JETWAYO AD3-60/119-125R 3 TUNNEL/45 TON
GATE 6 FMC JETWAYO AD3-60/119-125R 3 TUNNEL/45 TON
GATE 7 FMC JETWAYO AD3-60/119-125R 3 TUNNEL/75 TON
GATE 8 FMC JETWAYO AD3-60/119-125R 3 TUNNEL/45 TON
GATE 9 FMC JETWAYO AD3-60/119-125R 3 TUNNEL/45 TON
GATE 10 FMC JETWAYO AD3-60/119-125R 3 TUNNEL/75 TON
GATE 11 FMC JETWAYO AD3-60/119-125R 3 TUNNEL/45 TON
III. MAINTENANCE SPECIFICATIONS
A. SCOPE OF WORK
1. Contractor shall provide all supervision, labor, materials, phone support, equipment, tools,
expendable items and replacement parts as required under the terms of this contract,
necessaryforthe preventive maintenance and on-call repair of eight (8) Jetway Passenger
Loading Bridges and related equipment at the Palm Springs International Airport.
2. Scope of Work shall include:
a. All necessary maintenance, on-call servicing and support required for the Preventive
Maintenance of:
(1) Eight (8) Passenger Loading Bridges and related equipment, according to
manufacturer's requirements and as detailed in FMC Jetway Systems Operation
and Maintenance Manual.
(2) Six (6) 45 ton and two (2) 75 ton Jetaire Preconditioned Air units.
(3) Eight (8) Jetpower 400HZ Ground Power units.
(4) Eight (8) JetFlow Potable Water Systems
EXHIBIT"A"
TO CONTRACT SERVICES AGREEMENT Page 8 of 15
City of Palm Springs City of Palm Springs
Department of Aviation Procurement Division
3400 E Tahquitz Canyon Way, Suite OFC 3200 E Tahquitz Canyon Way
Palm Springs, CA 92262 Palm Springs, CA 92263
b. All necessary support services, supplemental to Palm Springs International Airport
Technical staff, for emergency repairs on a call-out basis, as may be required to
maintain proper functioning, operation and reliability of the Passenger Loading
Bridges.
C. All related mechanical, electrical and electronic systems associated with the
equipment defined, including cables, motors, fans, alarms, belts, indicator lights,
computers and accessories, etc.
d. All related instrumentation, controls, electrical, and electronic services through the
motor controls including the secondary breakers serving the motor controls, and up
to but excluding main disconnects in primary switchboards serving motor controls,
starters, etc.
e. Major equipment failure / replacement due to normal or catastrophic causes.
f. Repair and replacement of components which may have become worn or damaged
due to the general operating environment of aircraft support, including but not limited
to: 400HZ nose pieces and cable, retriever cable, PCAir hose and connections,
potable water hose and nozzles, thermocouple and cable etc.
IV. CONTRACTOR'S RESPONSIBILITY
A. General Maintenance: Contractor will be responsible for ensuring all work performed on the
Passenger Loading Bridges is conducted in a first class manner, in accordance with
manufacturers' recommendations and these specifications, and that upon completion of
maintenance activity, the Loading Bridges perform to the requirements for which they were
designed.
B. Preventive Maintenance: Contractor shall develop a routine computer generated Preventive
Maintenance (PM) schedule, in accordance with the manufacturer's recommendations, and
submit it to the Airport Maintenance Superintendent for approval. The services shall be
performed diligently and without unnecessary delays during periods scheduled for service. The
PM program approved by the Superintendent shall commence upon written notice to proceed
and continue according to the submitted schedule. All maintenance will be in strict compliance
with the original equipment manufacturer's specifications and recommendations. The PM
Program shall assure high system reliability and indicate necessary actions to be taken to
continue reliable operation.
C. Remedial Maintenance: Contractor shall respond immediately to requests for service.
D. Contractor personnel shall work continuously without regard for usual business hours, until the
critical malfunctions are corrected. During times when Contractor personnel are not scheduled
to be on-site, remedial maintenance shall commence within two (2) hours of Contractor
notification.
EXHIBIT"A"
TO CONTRACT SERVICES AGREEMENT Page 9 of 15
City of Palm Springs City of Palm Springs
Department of Aviation Procurement Division
3400 E Tahquitz Canyon Way, Suite OFC 3200 E Tahquitz Canyon Way
Palm Springs, CA 92262 Palm Springs, CA 92263
E. Where it is evident that safety, reliability or efficiency can be improved through capital investment
in equipment, Contractor shall call such matters to the attention of the Airport Maintenance
Superintendent for consideration.
F. Contractor shall have a minimum of five (5) consecutive years of recent experience in the
maintenance and repair of similar equipment.
G. Contractor shall provide the required personnel and equipment for regular preventive
maintenance and on-call emergency corrective repairs on a 24-hour basis, 7 days per week.
H Contractor shall provide all tools, office equipment, communications equipment and vehicles to
perform the duties under the Scope of Work.
I. City shall provide Contractor a storage area for the purpose of storing spare parts & equipment.
This area will be viewed as City space, and as such will not be used for any purpose other than
the execution of this contract.
J. Contractor shall utilize Airport's computerized maintenance management (CMMS) system to
track equipment, PM, trouble calls and repairs. Work orders issued by Control Center /
Operations will be completed by Contractor after performance of required tasks, and returned
to Operations for review and closing. Contractor shall submit a preventive maintenance report
at the end of each scheduled PM, detailing the repairs, adjustments, parts used, and inspections
performed.
V. SPARE AND REPLACEMENT PARTS
A. Contractor shall demonstrate the availability of adequate parts and service facilities in the
Southern California area to properly service all aspects of the system.
B. All replacement parts are to be new and of the same manufacture as equipment being worked
upon, and shall have a warranty of one year. Where this is not possible, Contractor may provide
rebuilt parts of the original manufacturer, or use new parts of another manufacturer. In either
case, parts shall be equal in quality and operation, or better than original parts, and free from all
defects. Contractor shall obtain Airport approval prior to purchasing or installing parts that are
not new and/or of the same manufacture as original.
C. All control and instrumentation devices that are replaced shall be new and of original
manufacture, or of equal or better quality and operating characteristics than the original.
Contractor shall not mix control and instrumentation devices from different manufacturers within
a specific control system without the prior approval of the Contract Officer.
EXHIBIT"A"
TO CONTRACT SERVICES AGREEMENT Page 10 of 15
i •
City of Palm Springs City of Palm Springs
Department of Aviation Procurement Division
3400 E Tahquitz Canyon Way, Suite OFC 3200 E Tahquitz Canyon Way
Palm Springs, CA 92262 Palm Springs, CA 92263
EXHIBIT "B'
SPECIAL REQUIREMENTS
I. EMPLOYEES
A. Contractor shall staff its operations in classifications and numbers needed to meet the
requirements of the Request for Proposal. These levels are based on a minimum number of
employees as follows:
1. Two (2)Journeymen level Technicians per scheduled PM, capable of repairing all systems
covered in the Scope of Work section. This includes electrical, mechanical, and
troubleshooting repairs to the PBB and related systems.
2. Sufficient qualified staff, as may be required, to perform all trouble call work in a complete
and expeditious manner.
3. One (1) management level employee to act as a point of contact for the AIRPORT and be
responsible for all parts of the execution of the contract. Changes in the staffing of this
position must be approved by the Contract Officer.
4. All nondiscrimination, affirmative action,and disadvantaged business enterprise regulations
shall be complied with. The AIRPORT is a recipient of grants from Federal Aviation
Administration Airport Improvement Program; as such,there are affirmative action and non-
discrimination clauses that are required in all agreements that must be complied with.
5. All employees, representatives, and officials shall be expected to maintain excellent
relations with the public, Airport officials and employees. Any display of offensive,
discourteous or rude behavior by any representative of the Contractor may be cause for
contract termination.
6. Use of alcoholic beverages by Contractor representatives is prohibited,and representatives
are prohibited from being on the premises under the influence of alcohol or other
substances.
II. SCHEDULE OF WORK
A. All scheduled work shall be performed according to the schedule in Exhibit "D."Any work to be
performed contrary to this schedule shall be approved by the Contract Officer prior to such
occurrence. The schedule shall be kept throughout the duration of the Contract, and shall be
modified and resubmitted to the Contract Officer as required.
EXHIBIT"B"
TO CONTRACT SERVICES AGREEMENT Page I of 15
City of Palm Springs City of Palm Springs
Department of Aviation Procurement Division
3400 E Tahquitz Canyon Way, Suite OFC 3200 E Tahquitz Canyon Way
Palm Sprngs, CA 92262 Palm Springs, CA 92263
III SECURED ACCESS TO WORK AREAS
A. The areas in which work is to be performed are considered secure areas in accordance with
Federal Aviation Administration (FAA) security guidelines. The contractor must comply with all
of the following security related procedures/conditions:
1. Employment History: Prior to commencement of the Services ofthe Contract,the successful
contractor will be required to submit a letter authorizing an individual(s) to approve the
issuance of security badges. The letter shall also certify that each applicant for a security
badge has satisfactorily undergone a review covering the past ten(10)years of employment
history, and verification of the five (5) years preceding the date the access investigation is
initiated, in accordance with all applicable provisions of Federal Aviation Regulation Part
107. Employment history verification records must be made available to the City or the
Federal Aviation Administration immediately upon request.
2. Employee Security Badges:All contractor personnel who require access to certain secured
areas of the Airport must obtain, and conspicuously display on their person at all times
when they are within these areas, an Airport issued security identification badge. The
appropriate badge may be obtained at the Airport Operations Control Center located in the
terminal building. A $50.00 deposit is required for each badge, of which $40.00 will be
refunded upon surrender of all badges to the Airport at the completion of the contract. In
order to obtain a security identification badge, each contractor employee must have
satisfactorily undergone the aforementioned access investigation and successfully
completed a required 2 hour training class on airport security. Attendance of the class and
issuance of the security identification badge may take longer than two (2) hours per person.
3. Site Access: Access to certain areas of the air carrier ramp for carpet maintenance
purposes will be via a designated airport perimeter gate, which will be designated by the
Contract Officer. Access to these areas, or any Security Information Display Area (SIDA)
will be permitted only for SIDA badged CONTRACTOR personnel, or for CONTRACTOR
personnel under escort by a SIDA badged CONTRACTOR employee. No deviations from
any security measure will be allowed at any time.
4. Vehicles and Equipment:All licensed vehicles operated on the Airport property are required
to have conspicuously displayed in the windshield a vehicle permit issued by Airport
personnel. This vehicle permit shall hold the CONTRACTOR responsible for both the
vehicle and all personnel within the vehicle while on Airport property.
5. Identification: Each employee is required to obtain SIDA access, through the security
provisions in these specifications, and shall at all times display on their person the SIDA
access badge while in the secure area. Additionally, all personnel shall wear uniforms,
furnished by the Contractor, at all times during the performance of this work. The
Contractor's supervisory staff and/or its area supervisor may wear identification badges in
lieu of uniforms.
EXHIBIT"B"
TO CONTRACT SERVICES AGREEMENT Page 12 of 15
City of Palm Springs City of Palm Springs
Department of Aviation Procurement Division
3400 E Tahquitz Canyon Way, Suite OFC 3200 E Tahquitz Canyon Way
Palm Springs, CA 92262 Palm Springs, CA 92263
IV. COMMUNICATIONS
A. The Contractor's personnel shall be adequately trained on the various equipment and have
attended a factory certification by the equipment manufacturer at a cost to the Contractor.
B. Contractor shall utilize radio communications system supplied by the AIRPORT during all work
performed.
EXHIBIT"B"
TO CONTRACT SERVICES AGREEMENT Page 13 of 15
City of Palm Springs City of Palm Springs
Department of Aviation Procurement Division
3400 E Tahquitz Canyon Way, Suite OFC 3200 E Tahquitz Canyon Way
Palm Springs, CA 92262 Palm Springs, CA 92263
EXHIBIT "C°
SCHEDULE OF COMPENSATION
The term of this agreement will be for five (5) years and shall be provided at the following annual rates. All
prices include any Federal, State or Local tax:
December 9, 2000 - December 8, 2001 ......... ........................................................................ $33,768.00
December 9, 2001 - December 8, 2002 .................................................................................. $34,900.00
December 9, 2002 - December 8, 2003 .................................................................................. $35,933.00
December 9, 2003 - December 8, 2004 .................................................................................. $37,023.00
December 9, 2004 - December 8, 2005 .................................................................................. $38,129.00
Compensation for each year of the agreement will be initiated via a Purchase Order, issued by the City of
Palm Springs. Payment for each year of the agreement will be on a semi-annual basis, in two (2) equal
installments.
Non-routine maintenance requests will be invoiced at the following portal-to-portal rates:
Monday- Friday (8:00 a.m. -4:00 p.m. PST) ......................................................................... $65.00/hour
All other hours (including Holidays) ................................................................. .................... . $75.00/hour
EXHIBIT"C"
TO CONTRACT SERVICES AGREEMENT Page 14 of 15
City of Palm Springs City of Palm Springs
Department of Aviation Procurement Division
3400 E Tahquitz Canyon Way, Suite OFC 3200 E Tahquitz Canyon Way
Palm Springs, CA 92262 Palm Springs, CA 92263
EXHIBIT "D"
SCHEDULE OF PERFORMANCE
The Contractor shall provide service to the Airport beginning with the term of this agreement until
expiration, or upon termination.
Response time during basic service hours (Monday though Friday, 8:00am to 4:00pm)
Technicianon site ............ ........................................................................................... .......... 4 hours
Response time outside of basic hours:
Technicianon site ................................................................................................................... 4 hours
Passenger Loading Bridge quarterly inspections shall be scheduled as follows:
1" Quarterly Inspection will occur on January 16 and 17 of the agreement year
2nd Quarterly Inspection will occur on April 17, 18, 19 of the agreement year
3`d Quarterly Inspection will occur on July 17 and 18 of the agreement year
41h Quarterly Inspection will occur on October 16, 17, and 18 of the agreement year
The following referenced documents are incorporated herein as the standard operating procedures for
loading bridge preventive maintenance:
1. Jetway Systems Apron Drive 2 & 3 Tunnel, Solid State FRC-HD-AC Drive, Quarterly preventive
maintenance checklist, Section 5, 2-5;
2. Jetway Systems Jetaire PC Air - Model XPC 4500 & 7500, Quarterly preventive maintenance
checklist, Section 5, 2-5;
3 Jetway Systems Apron Drive 2 & 3 Tunnel, Solid State FRC-HD-AC Drive, Semi-annual preventive
maintenance checklist, Section 6, 2-6;
4. Jetway Systems Apron Drive 2 & 3 Tunnel, Solid State FRC-HD-AC Drive, Annual preventive
maintenance checklist, Section 6, 2-7;
N\WordPerfect\Agreements\Loading_Bndges Maintenance Dec 2000.wpd
EXHIBIT"D"
TO CONTRACT SERVICES AGREEMENT Page 15 of 15
CERTIFICATE OF LIABILITY-INSURANCErt5 Debbie Larsen/Airpoervices,Ogden, UT DATE
Fax 801 629 3487 ( 1/16101
1/16/01
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY
THOMAS E.SEARS,INC AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE
31 ST.JAMES AVENUE,SUITE, 1050 AFFORDED BY THE POLICIES BELOW.
BOSTON,MA 02116-4101 _
CERTIFICATE ISSUED BY T.E.S. COMPANIES AFFORDING COVERAGE
FOR QUESTIONS CALL(617)426-8300 X245
INSURED COMPANY NATIONAL UNION FIRE INSURANCE COMPANY
AIRPORT SERVICES LETTER A' OF PITTSBURGH,PA (BEST'S RATING A++XV).
A DIVISION OF COMPANY
FMC CORPORATION LETTER B:
1805 WEST 2550 SOUTH COMPANY
OGDEN, UT 84401 LETTER COMPANY
LETTER D:
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES 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 OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO POLICY EFFECTIVE POLICY
LTR TYPE OF INSURANCE POLICY NUMBER GATE(MFFECTIV EXPIRATION LIMITS
GATE(MMIDDM)
A AVIATION PREMISES LIABILITY AP3386962-02
❑CLAIMS MADE LJ OCCUR (Includes GL&AL On 10/1/00 10/1/01 EACH OCCURRENCE $5,000,000
Airport premises)
ANY ONE OCCURRENCE AND
INTHEAGGREGATE $5,000,000
A AVIATION PRODUCTS LIABILITY AP3386982-02 10/1/00 10/l/01 INCLUDING WITHIN SUCH LIMIT
❑CLAIMS MADE Q OCCUR ANY ONE GROUNDING AND IN $5,000,000
THE AGGREGTE RESULTING
FROM AN OCCURRENCE
EXCESS LIABILITY
EACH OCCURRENCE
❑UMBRELLA FORM
❑OTHER THAN UMBRELLA FORM
we 7.T OTHE
TOR,LIMIT RS
WORKERS COMPENSATION&
EMPLOYERS'LIABILITY EACH ACCIDENT
DISEASE-POLICY LIMIT
DISEASE-EA EMPLOYEE
OTHER
DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES/SPECIAL ITEMS
AS RESPECTS AVIATION PREMISES LIABILITY,CITY OF PALM SPRINGS(CITY),THE ENGINEER,THE CITY'S CONSULTANTS FOR THE PROJECT
AND THEIR OFFICERS,AGENTS AND EMPLOYEES ARE ADDITIONAL INSUREDS, BUT ONLY TO THE EXTENT THAT FMC HAS EXPRESSLY
AGREED TO INDEMNIFY THEM IN CONNECTION WITH WORK UNDERTAKEN BY OR ON BEHALF OF THE NAMED INSURED TO THE EXTENT OF
FMC'S INDEMNITY OBLIGATIONS UNDER THE CONTRACT.
CERTIFICATE HOLDER CANCELLATION
CITY OF PALM SPRINGS THIS CERTIFICATE OF INSURANCE NEITHER AMENDS, EXTENDS OR
Attn:Judith Sumich,City Clerk ALTERS THE COVERAGE AFFORDED BY THE ABOVE NUMBERED
3200 Tahquitz Canyon Way POLICIES. THE INSURER TO GIVE 30 DAYS
Palm Springs,CA 92262 WRITTEN NOTICE OF CANCELLATION O THE CERTIFICATE HOLDER.
AUTHORIZED REP N TV HOMAS E.SEARS,INC.
BY
F-AI-Property-Jetway.DOC
CERTIFICATE OF LIAB I LITWSURANCE Debbie Larsen/Air _ewices-Odgen, UT DATE
(MM/DD/YY)
Fax No.(801)629-3487 1 1/16/01
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY
AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
MARSH USA, INC. CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE
CHICAGO, IL AFFORDED BY THE POLICIES BELOW.
CERTIFICATE ISSUED BY T.E.S. COMPANIES AFFORDING COVERAGE
FOR QUESTIONS CALL 617)426-8300 X234
INSURED COMPANY NATIONAL UNION FIRE INSURANCE COMPANY
AIRPORT SERVICES LETTER A: (Best'sRating: A++XV)
A DIVISION OF COMPANY
LETTER B:
FMC CORPORATION
200 E. RANDOLPH DRIVE LETTERCOMPANY
CHICAGO, IL 60601 COMMA C:
COMPANY
LETTER D:
COVERAGES
THIS 15 TO CERTIFY THAT THE POLICIES 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 OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
CO POLICYEFFECTIVE POLICY
LTR TYPE OF INSURANCE POLICY NUMBER DATE MMIDDAY EXPIRATION LIMITS
I DATE rMMIDDAYI
GENERAL LIABILITY EACH OCCURRENCE $
❑COMMERCIAL GENERAL LIABILITY
❑CLAIMS MADE 2 OCCUR
GENERAL AGGREGATE $
OWNER'S&CONTRACTOR'S PROT
AUTOMOBILE LIABILITY
❑ANY AUTO RMCA 534-73-69(AIDS)A ALL OWNED AUTOS RMCA 534-74-30(TX) 10-1-00 10-1-01 COMBINED SINGLE LIMIT $2,000,000
SCHEDULED AUTOS (not on airport premises)
HIRED AUTOSINON-OWNED AUTOS
GARBAGE LIABILITY
EXCESS EMPLOYERS LIABILITY RMWC 347-49-57(AOS)
A RMWC 347-51-21 (CA, 10-1-00 70-1-01 EACH OCCURRENCE $
E1UMBRELLA FORM ID,IL,ME,PA,WA,WV)
MOTHER THAN UMBRELLA FORM
TOTC STPT
x RY'ACs OTHER
WORKERS COMPENSATION& RMWC 347-49-57(ADS) EACH ACCIDENT $100,000
A EMPLOYERS'LIABILITY RMWC 347-51-21 (CA,
D.IL,ME,PA,WA,WV) 10-7-00 10-1-01
DISEASE-POLICY LIMIT §100,000
DISEASE-EA EMPLOYEE $100,000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONSIVEHICLESISPECIAL ITEMS WITH RESPECT TO THE AUTOMOBILE LIABILITY POLICIES CITED
ABOVE, CITY OF PALM SPRINGS(CITY),THE ENGINEER,THE CITY'S CONSULTANTS FOR THE PROJECT AND THEIR OFFICERS,AGENTS AND
EMPLOYEES ARE ADDITIONAL INSUREDS,BUT ONLY TO THE EXTENT THAT FMC HAS EXPRESSLY AGREED TO INDEMNIFY THE THEM IN
CONNECTION WITH WORK UNDERTAKEN BY OR ON BEHALF OF THE NAMED INSURED TO THE EXTENT OF FMC'S INDEMNITY OBLIGATIONS
UNDER THE CONTRACT.
CERTIFICATE HOLDER CANCELLATION
CITY OF PALM SPRINGS THIS CERTIFICATE OF INSURANCE NEITHER AMENDS, EXTENDS OR
Attn:Judith Sumich,City Clerk ALTERS THE COVERAGE AFFORDED BY THE ABOVE NUMBERED
3200 Tahquitz Canyon Way POLICIES. THE INSURER WILL ENBBAME) TO GIVE 30 DAYS
Palm Springs, CA 92282 WRITTEN NOTICE OF CANCELLATION TO THE CERTIFICATE HOLDER.
AUTHORIZED REPRESENTATIVE
F-00-AI-Jetway DOC
CERTIFICATE OF LIABILI SURANCE Debbie Larsen/Air ewices,Ogden, UT DATE
(MM/DD/YY)
Fax No. 801 629 3487 1/16/01
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY
MARSH USA, INC. AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE
CHICAGO, IL AFFORDED BY THE POLICIES BELOW.
CERTIFICATE ISSUED BY T.E.S. COMPANIES AFFORDING COVERAGE
FOR QUESTIONS CALL(617)426-8300 X234
INSURED COMPANY AMERICAN INTERNATIONAL SPECIALTY LINES
AIRPORT SERVICES LETTER A: INSURANCE COMPANY
A DIVISION OF COMPANY
FMC CORPORATION LETTER B.
200 E. RANDOLPH DRIVE COMPANY
CHICAGO, IL 60601 LETTER C:
COMPANY
LETTER D:
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES 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 OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
OLICY EFFECTIVE POLICY
CO P
DO TYPE OF INSURANCE POLICY NUMBER OLICYEDATE MIOCMQ EXPIRATION LIMITS
LTRGATE IMMIDD",
GENERAL LIABILITY
EACH OCCURRENCE $
❑COMMERCIAL GENERAL LIABILITY
❑CLAIMS MADE❑OCCUR
❑ GENERALAGGREGATE $
OWNER'S&CONTRACTOR'S PROT.
AUTOMOBILE LIABILITY
ANYAUTO
ALL OWNED AUTOS COMBINED SINGLE LIMIT
SCHEDULED AUTOS
HIRED AUTOSINON-OWNED AUTOS
GARGAGE LIABILITY
EACH OCCURRENCE AND
IEI�XXrCESS LIABILITY AGGREGATE(WHERE
CI
A UMBRELLA FORM BE 26734-67 10-1-00 10-1-01 APPLICABLE EXCESS VARIOUS UNDERLYING F $3,000,000
❑OTHER THAN UMBRELLA FORM AMOUNTS
($2M GL,$2M AL and$2M EL)
we sTniu- OTHER
TORV LIMITS
WORKERS COMPENSATION&
EMPLOYERS'LIABILITY EACH ACCIDENT
DISEASE-POLICY LIMIT
DISEASE-EA EMPLOYEE
OTHER
DESCRIPTION OF OPERATIONSILOCATIONSA/EHICLES/SPECIAL ITEMS WITH RESPECT TO THE UMBRELLA LIABILITY POLICY CITED ABOVE,
CITY OF PALM SPRINGS(CITY),THE ENGINEER,THE CITY'S CONSULTANTS FOR THE PROJECT AND THEIR OFFICERS,AGENTS AND
EMPLOYEES ARE ADDITIONAL INSUREDS, BUT ONLY TO THE EXTENT THAT FMC HAS EXPRESSLY AGREED TO INDEMNIFY THEM, IN
CONNECTION WITH WORK UNDERTAKEN BY OR ON BEHALF OF THE NAMED INSURED TO THE EXTENT OF FMC'S INDEMNITY OBLIGATIONS
UNDER THE CONTRACT.
CERTIFICATE HOLDER CANCELLATION
CITY OF PALM SPRINGS THIS CERTIFICATE OF INSURANCE NEITHER AMENDS, EXTENDS OR
Attn: Judith Sumich, City Clerk ALTERS THE COVERAGE AFFORDED BY THE ABOVE NUMBERED
3200 Tahquitz Canyon Way POLICIES. THE INSURER 4Rkl: FNW A`IQ TO GIVE 30 DAYS
Palm Springs, CA 92262 WRITTEN NOTICE OF CANCELLATION TO THE CERTIFICATE HOLDER.
AUTHORIZED REPRESENTATIVE T OM4S .SEARS,INC.
B
F-00-AI-Jetway DOC