HomeMy WebLinkAbout04244 - DUPONT FLOORING AIRPORT CARPET CLEANING MO 6551 55 g, � Hi7 ok 81Q.jn� —6369 p,
Mar p 1
MN � 770 !501
January 14,2005
Dear Customer:
We are very pleased to announce that the Southern California business of 'I'll(!
Inviromnesltalists (formerly DuPont Flooring Systems or'I'he Iltvironmentalists) has been
acquired by DfS flooring, effective February 15, 2005. The hushless will continue to be
conducted under the same management and staff and we will continuo to be able to
handle t111 ol'your flooring needs with the same superior service as in the past. In fact, all
that will have changed, from file point of view of all of our satislicd customers, is the
manic. WC Will also continue to operate our facilities in San Diego and our Maintenance
department in Fullerton.
At this time, all payments, regardless if lticy are payable to The Invironmentalists or to
DFS Flooring, should be sent to;
DFS Flooring
I5651 Saticoy Street
Van NuyS, CA 1)1406
Phonc 818-374-5200
Fax 818-779-1524
All contracts issued hi the Invironmentalists will continue to be serviced under The
Invironmentalists information, That means all information you currently have on flIc(jor
those ongoing projects), including the contractor's license number, insurance and any
othor information will ronmin the same. All flow contracts will be issued to DFS flooring
(will' a corresponding now contractor's license etc.)
We are grateful for all of your past support and look forward to continuing our
relalionship with you and serving your needs in the future as we have it, the past.
Sincerely,
Richard hriednlan
president
µ
a
Y
DuPont Flooring
Airport Carpet Cleaning
AGREEMENT #4244 Amend 3
M07351 , 7-30-03
AMENDMENT NO. 3
AGREEMENT NO. 4244, AIRPORT CARPET CLEANING SERVICES
THIS THIRD AMENDMENT to Agreement No 4244 for Contract Services, (herein
"Agreement") made and entered into on the day of �C,r., 2003,
by and between the CITY OF PALM SPRINGS (herein "City")/and DuPont Floorings
Systems (herein "Contractor"), (The term Contractor includes professionals performing in
a consulting capacity.), is hereby effective as follows:
The"Contractor"has been retained to perform carpet cleaning services forthe City of Palm
Springs, Department of Aviation (AIRPORT), which operates the Palm Springs
International Airport.
Exhibit"A" Scope of Services
Exhibit "A" Scope of Services, as amended, is hereby replaced with the following:
Scope of Work:The Scope of Work consists of furnishing all equipment,materials,supplies, labor
and service necessary to provide a contract carpet maintenance program in the designated areas
of the Palm Springs International Airport in accordance with the Dupont Service Visit Program and
at the specified service frequencies.
Maintenance Frequencies: Service frequencies for the carpet maintenance program are
determined by zone definition (based on expected traffic) and season definition (based on the
seasonal passenger activity at the Airport). Services are to be provided in accordance with the
schedule in Exhibit"D."
Zone Definition/Maintenance Program Coverage:The carpeted areas at the Airport have been
characterized into three (3)zones based on expected traffic. These zones are: high, medium and
low traffic areas and are graphically identified on Attachment"B"(High= Red, Medium= Blue, and
Low= Green). The carpet maintenance program shall cover the high and medium-traffic areas
(red and blue areas). Low-traffic areas (green)will be maintained by City staff.
Service Visit Specifications: Each service visit shall consist of the following:
- cleaning of a minimum of 5,000 square feet;
- pre-vacuuming of all areas to be cleaned;
- application of DuPont's patented low-moisture soil encapsulating cleaning solutions;
- hot water extraction where necessary;
- post-spotting where necessary.
All services shall be performed to the satisfaction of the Airport Maintenance Superintendent.
Secured Access to Work Areas: The areas in which work is to be performed are considered
secure areas in accordance with FederalAviation Administration security guidelines.The contractor
shall comply with the security related provisions within this agreement.
DuPont Flooring Systems Amendment#3 Page 1 of 10
lAr pcVpL.
Exhibit "B" Special Requirements
Exhibit"B" Special Requirements, is hereby replaced with the following:
Performance Bond:The requirements of Section 5.3 for provision of a Performance Bond are
deleted.
Airport Security:
Criminal History Records Check (CHRC) - The Contractor will be required to submit to the
Sponsor prior to the commencement of construction, a letter authorizing specific Contractor
representatives to approve the issuance of Airport Identification badges and the processing
of a fingerprint based Criminal History Records Check(CHRC)and/or an employment history
verification. Employment history verification records and/or CHRC results must be made
available to the Sponsor or the Transportation Security Administration (TSA) and/or Federal
Aviation Administration (FAA) immediately upon request.
Under certain circumstances, and out of control of the Sponsor, security measures may
change on short notice. No deviations from any security measure shall be allowed at any time.
Secured/SIDA Area Access -All Contractor personnel who require unescorted access to the
Secured/SIDA areas of the Airport, prior to the issuance of an Airport Identification badge,
must successfully complete a fingerprint based Criminal History Records Check (CHRC). In
accordance with CFR 49 1542.209, the CHRC must disclose that the applicant has not been
convicted, or found not guilty by reason of insanity, of any of the disqualifying crimes listed
below or as stated in 49 CFR 1542.209,during the 10 years before the date of the individual's
application for unescorted access authority, or while the individual has unescorted access
authority. The disqualifying criminal offenses are as follows—
(1)Forgery of certificates, false marking of aircraft, and other aircraft registration violation;49
U.S.C. 46306.
(2) Interference with air navigation; 49 U.S.C. 46308.
(3) Improper transportation of a hazardous material; 49 U.S.C. 46312.
(4) Aircraft piracy; 49 U.S.C. 46502.
(5) Interference with flight crew members or flight attendants; 49 U.S.C. 46504.
(6) Commission of certain crimes aboard aircraft in flight; 49 U.S.C. 46506.
(7) Carrying a weapon or explosive aboard aircraft; 49 U.S.C. 46505.
(8) Conveying false information and threats; 49 U.S.C. 46507.
(9) Aircraft piracy outside the special aircraft jurisdiction of the United States; 49 U.S.C.
46502(b).
(10) Lighting violations involving transporting controlled substances; 49 U.S.C. 46315.
(11) Unlawful entry into an aircraft orairport area that serves air carriers or foreign air carriers
contrary to established security requirements; 49 U.S.C. 46314.
(12) Destruction of an aircraft or aircraft facility; 18 U.S.C. 32.
(13) Murder.
(14) Assault with intent to murder.
(15) Espionage.
(16) Sedition.
(17) Kidnapping or hostage taking.
DuPont Flooring Systems Amendment#3 Page 2 of 10
(18) Treason.
(19) Rape or aggravated sexual abuse.
(20) Unlawful possession, use, sale, distribution, or manufacture of an explosive or weapon.
(21) Extortion.
(22) Armed or felony unarmed robbery.
(23) Distribution of, or intent to distribute, a controlled substance.
(24) Felony arson.
(25) Felony involving a threat.
(26) Felony involving —
(i) Willful destruction of property;
(ii) Importation or manufacture of a controlled substance;
(iii) Burglary;
(iv) Theft;
(v) Dishonesty, fraud, or misrepresentation;
(vi) Possession or distribution of stolen property;
(vii) Aggravated assault;
(viii) Bribery; or
(ix) Illegal possession of a controlled substance punishable by a maximum term of
imprisonment of more than 1 year.
(27) Violence at international airports; 18 U.S.C. 37.
(28) Conspiracy or attempt to commit any of the criminal acts listed in this paragraph (d).
Secured Area Access - All Contractor personnel who require unescorted access to the
Secured/Non-Restricted area of the Airport, prior to the issuance of an Airport Identification
badge must submit to the Sponsor an employment history verification for the past five (5)
years preceding the date the access investigation is initiated. The employment history
verification must comply with the requirements of the Sponsor, which includes, but is not
limited to: The entire 5 years must be accounted for with no gaps greater than 12 consecutive
months.
Employee Security Badges-All Contractor personnel who require access to certain secured
and/or restricted 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 Center located in the
terminal building. The cost for each identification badge is $25.00. Each CHRC also costs
$35.00. Stolen and/or lost identification badges are subject to a $35.00 replacement fee. All
badges are to be returned to the Sponsor upon completion of the project. In order to obtain
a Secured Area identification badge, each Contractor employee must have satisfactorily
completed the aforementioned CHRC and successfully completed a required 2 hourtraining
class on airport security. Attendance of the class and subsequent issuance of the security
identification badge may take longer than 3 hours per person.
Perimeter Security Gate Access - During the course of the project, the Contractor may be
allowed to use only one(1)perimeter gate for access. The Engineer shall approve this access
gate and associated haul roads. The Contractor will be required to guard this gate at all times
while the gate is open or unlocked. The Contractor and the Contractor's badged gate guard
are responsible for all persons accessing the airport through the Contractor's secured gate.
The Contractor's gate guard shall deny access to all individuals that do not have displayed on
their person an Airport issued security identification badge for those areas that the display of
DuPont Flooring Systems Amendment 43 Page 3 of 10
such badge is required or written Airport authorization for those areas that the display of such
badge is not required.
Vehicles and Equipment- All licensed vehicles operated on airport property are required to
have conspicuously posted on said vehicle a vehicle permit issued by the Airport.This vehicle
permit shall hold the Contractor responsible for both the vehicle and all personnel within the
vehicle while the vehicle is on airport property. All vehicles and equipment shall be identified
with appropriate company signage on each vehicle and display in full view, and at all times,
a 3 foot by 3 foot flag with 1 foot checks of international orange and white. Operators of said
vehicles shall have successfully completed an Air Operations Area (AOA) driving test. The
AOA test can be administered during the security training class.
All violations of Airport security are also violations of the City of Palm Springs Municipal Code
11.33,052,California Vehicle code and/or the Code of Federal Regulations.Any such violation
may result in arrest, the issuance of a citation and/or the immediate revocation of access
privileges.
Procedures for Obtaining an Airport Identification Badge:
1. The Airport requires an "Authorization Signature Letter" to be on file for each company
requesting Airport Identification Badges.The letter must contain the name of at least one
individual who is authorized to request ID badges for the company. Management and
supervisory representatives are preferred for this purpose. Original "wet"signatures are
required.
2. The Airport requires each individual applying for a badge to be fingerprinted. SIDA badge
and fingerprint applications are available at the Airport Operations Offices, or online at
http://www,palmspringsairport.com/securityjips.html.
3. Completed fingerprint and badge applications must be signed by a company
representative, as listed on the Signature Authorization Letter, on the second page of the
badge application. The authorized signature verifies and approves the individual
application for fingerprint and ID badge processing. The authorized signature also
confirms all fees associated with fingerprint and badge processing will be paid by the
company. Applications are located at the above Airport internet link,
4. Successful completion of a fingerprint-based Criminal History Records Check(CHRC) is
required prior to receiving an ID badge or taking the SIDA training class. Fingerprint
appointments can be scheduled with Shawn Flinn,Airport Operations Supervisor I I by e-
mail at Shawn F(o),ci.Palm-springs.ca.us. After fingerprints are taken, the confidential
results will usually be reported to an applicantwithin one(1)week. If nothing disqualifying
is indicated, secured SIDA training can then be scheduled.
5. After notification that the CHRC process has been completed successfully,each applicant
will attend mandatory SIDA Training Class training. Classes are scheduled every
Wednesday at 11:00am in the Airport Conference Room, located upstairs in the main
Terminal building. Appointments to attend SIDA class are scheduled through Shawn
Flinn, Airport Operations Supervisor II.
DuPont Flooring Systems Amendment#3 Page 4 of 10
6. Upon completion of the SIDA class and payment of applicable fees,the individual will be
issued an Airport Identification Badge.
Procedures to Obtain an AOA Vehicle Permit:
1. The Airport requires a separate "Authorization Signature Letter" to be on file for each
company requesting AOA Permits. The letter must have a signature from at least one
individual who is authorized to request ID badges for your company. Management or
Supervisory representatives are preferred on this letter. Original "wet' signatures are
required on all Authorization Signature Letters.
2. An AGA Vehicle Permit request form must be submitted each time you request a vehicle
permit. More than one vehicle may be listed on each request. The form requires the
following information: Vehicle make, vehicle type, color, year, and license number. An
information package is also available for reference.
Site Access: Access to certain areas of the air carrier ramp for carpet maintenance purposes
will be through Perimeter Gate 15, unless otherwise arranged with the CITY Representative.
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 an SIDA badged CONTRACTOR employee. No deviations from any security measure will
be allowed at any time.
Vehicles and Equipment:All licensed vehicles operated on the Airport property are required
to have conspicuously displayed in thewindshield 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.
Identification: Each employee required to obtained SIDA access, through the Security
provisions in these specifications, shall at all times display on their person the SIDA access
badge while in the secure area. Additionally,identifying company shirts/uniforms shall be worn
by each employee while on the Airport premises.
Conduct:All employees, representatives and officials shall be expected to maintain excellent
relations with the public, City officials and employees. Any display of offensive, discourteous
or rude behavior by any representative of the Contractor may be cause for contract
termination. Use of alcoholic beverages by Contractor representatives is prohibited, and
representatives are prohibited from being on the premises under the influence of alcohol or
any other substances.
Exhibit "C" Schedule of Compensation
Exhibit "C" Schedule of Compensation, is hereby replaced with the following:
Contractor shall be compensated at the per month rate of two thousand seven hundred and
eighty-five dollars ($2,785), in accordance with Section 2.0 Compensation. The annual cost
of the agreement shall not exceed $33,420.
DuPont Flooring Systems Amendment#3 Page 5 of 10
Exhibit"D" Schedule of Performance
Exhibit"D" Schedule of Performance, is hereby replaced with the following:
Term of Contract: The term of this agreement shall be for three (3) years, commencing on
August 1, 2003 and running through July 31, 2006.
Schedule of Services: Carpet cleaning services are to be provided in accordance with the
following monthly schedule of the active agreement year:
Maintenance programmed cleaning shall occur within the following areas:
August
7 - Maintain Red in Ticketing & Security Area
14 - Maintain Red in Baggage Claim & Spot Clean as Necessary
15 - Maintain Red in North/South Holdrooms & Red in Commuter Hold area
21 - Maintain Blue in Baggage Claim & Spot Clean as necessary
28 - Maintain ''/z of Red in New Concourse and Spot Clean as necessary
29 - Maintain '/2 of Red in New Concourse &Spot Clean as necessary
September
4 - Maintain Red in Baggage Claim & Spot Clean as necessary
11 - Maintain Red in Ticketing & Security Checkpoint
18 - Maintain '/z of Red in New Concourse & Spot Clean as necessary
19 - Maintain '/2 of Red in New Concourse & Spot Clean as necessary
25 - Maintain Red in North/South Holdrooms & Red in Commuter Hold area
October
2 - Maintain Red in Baggage Claim & Spot Clean as necessary
9 - Maintain Red in Ticketing & Security Checkpoint
16 - Maintain '/z of Red in New Concourse & Spot Clean as necessary
17 - Maintain '/z of Red in New Concourse & Spot Clean as necessary
23 - Maintain Blue in Baggage Claim & Spot Clean as necessary
30 - Maintain Red in North/South Holdrooms & Red in Commuter Hold area
November
1 - Maintain Red in Baggage Claim & Spot Clean as necessary
2 - Maintain Red in Ticketing & Security Checkpoint
6 - Maintain Red in North/South Holdrooms & Blue in Baggage Claim Areas
13 - Maintain '/z of Red in New Concourse & Red in Commuter Hold Areas
14 -Maintain '/z of Red in New Concourse & Spot Clean as necessary
20 - Maintain Red in Baggage Claim & Spot Clean as necessary
27 - Maintain ''/2 of Red in New Concourse & Spot Clean as necessary
28 - Maintain ''/2 of Red in New Concourse & Red in Commuter Hold Areas
DuPont Flooring Systems Amendment#3 Page 6 of 10
December
4 - Maintain Red in Baggage Claim & '/ of Blue in Baggage Claim
5 - Maintain Red in Ticketing & Security Checkpoint and ''/z of Blue in Baggage Claim
11 - Maintain ''/z of Red in New Concourse & '/z of Red in North/South Holdrooms
12 - Maintain '/2 of Red in New Concourse & '/z of Red in North/South Holdrooms
18 - Maintain Red in Baggage Claim & Red in Commuter Hold areas
19 - Maintain Red in Ticketing & Security Checkpoint
27 - Maintain '/ of Red in New Concourse & Spot Clean as necessary
28 - Maintain '/2 of Red in New Concourse & Red in Commuter Hold area
January
2 - Maintain Red in Baggage Claim & Spot Clean as necessary
8 - Maintain Red in Ticketing & Security Checkpoint
9 - Maintain Blue in Baggage Claim &Spot Clean as necessary
15 - Maintain '/z of Red in New Concourse &Spot Clean as necessary
16 - Maintain '/z of Red in New Concourse & Spot Clean as necessary
22 - Maintain Red in Ticketing & Security Checkpoint
23 - Maintain Red in Baggage Claim & Spot Clean as necessary
29 - Maintain '/ of Red in New Concourse & Spot Clean as necessary
30 - Maintain '/ of Red in New Concourse & Red in Commuter Hold Areas
February
5 - Maintain Red in Baggage Claim & '/z of Blue in Baggage Claim
6 - Maintain Red in Ticketing & Security Checkpoint& '/z of Blue in Baggage Claim
12 - Maintain '/ of Red in New Concourse & Red in Commuter Hold Areas
13 - Maintain '/z of Red in New Concourse & Spot Clean as necessary
19 - Maintain Red in Baggage Claim & '/z of Blue in Baggage Claim
20- Maintain Red in Ticketing&Security Checkpoint and Red in North/South Holdrooms
26 - Maintain '/z of Red in New Concourse & Spot Clean as necessary
27 - Maintain '/z of Red in New Concourse & Red in Commuter Hold Areas
March
5 - Maintain Red in Ticketing & Security Checkpoint
6 - Maintain Red in Baggage Claim & Spot Clean as necessary
12 - Maintain '/z of Red in New Concourse & Spot Clean as necessary
13 - Maintain Yz of Red in New Concourse & Spot Clean as necessary
19 - Maintain Red in North/South Holdrooms and Red in Commuter Hold area
20 - Maintain Blue in Baggage Claim &Spot Clean as necessary
26 - Maintain Red in Baggage Claim &Spot Clean as necessary
27 - Maintain Red in Ticketing & Security Checkpoint
April
2 - Maintain Red in Baggage Claim & Spot Clean as necessary
3 - Maintain Red in Ticketing & Security Checkpoint
DuPont Flooring Systems Amendment N3 Page 7 of 10
9 - Maintain Red in North/South Holdrooms and Red in Commuter Hold area
10 - Maintain '/2 of Red in New Concourse & % of Blue in Baggage Claim
16 - Maintain ''/z of Red in New Concourse & % of Blue in Baggage Claim
17 - Maintain Red in North/South Holdrooms & Red in Ticketing area
23 - Maintain '/ of Red in New Concourse & Red in Commuter Hold Areas
24 - Maintain '/z of Red in New Concourse & Spot Clean as necessary
30 - Maintain Red in Baggage Claim & Spot Clean as necessary
May
1 - Maintain Red in Baggage Claim & Spot Clean as necessary
7 - Maintain Red in Ticketing & Security Checkpoint
8 - Maintain Red in North/South Holdrooms & Red in Ticketing area
14 - Maintain '/ of Red in New Concourse &Spot Clean as necessary
15 - Maintain '/z of Red in New Concourse &Spot Clean as necessary
21 - Maintain Red in Ticketing & Security Checkpoint
22 - Maintain Blue in Baggage Claim &Spot Clean as necessary
June
4 - Maintain Red in Baggage Claim & Spot Clean as necessary
11 - Maintain '/z of Red in New Concourse & Spot Clean as necessary
18 - Maintain '/z of Red in New Concourse & Spot Clean as necessary
19 - Maintain Red in Ticketing and Security Checkpoint
July
9 - Maintain Red in Baggage Claim & Spot Clean as necessary
16 -Maintain Red in Ticketing & Security Checkpoint
23 - Maintain '/z of Red in New Concourse & Spot Clean as necessary
24 - Maintain '/z of Red in New Concourse &Spot Clean as necessary
30 - Maintain Red in North/South Holdrooms and Red in Commuter Hold area
Schedule of work: Services shall be performed Sunday night/Monday morning through
Thursday night/Friday morning, between the hours of 10:00 P.M. and 6:30 A.M., except as
modified by the City Representative. Saturday and Sunday hours must be approved in
advanced, Due to the on-going nature of Airport operations, the Contractor shall coordinate
all work scheduling with the City Representative in advance. Every effort shall be made by the
Contractor to perform services in Terminal zones at such times as will avoid any
inconvenience to Airport customers, staff and operations. Services shall not be scheduled on
normal City employee holidays.
Schedule of Services: Carpet cleaning services are to be provided in accordance with the
attached.
Schedule of work: Services shall be performed Sunday night/Monday morning through
Thursday night/Friday morning, between the hours of 10:00 P.M. and 6:30 A.M., except as
modified by the City Representative. Saturday and Sunday hours must be approved in
advanced. Due to the on-going nature of Airport operations, the Contractor shall coordinate
DuPont Flooring Systems Amendment#3 Page 8 of 10
all work scheduling with the City Representative in advance. Every effort shall be made by the
Contractorto perform services in terminal zones at such times as will avoid any inconvenience
to Airport customers, staff and operations. Services shall not be scheduled on normal City
employee holidays.
Except as specifically worded herein, all terms and conditions of the Agreement shall remain
in full force and effect and performance of services under the Agreement shall be governed
by the provisions of the Agreement.
N:1AgreementslTerminallDupont_Amendment 3—July 2003.wpd
DuPont Flooring Systems Amendment#3 Page 9 of 10
IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first
written above.
CITY OF PALM SPRINGS
7,A a municipal corporation
B - �` ! _._--,.gam s•
4 ,
City clerk 1-aG/0 City MAgaer
i eement over/fu le► $25,009
APPROVED AS TO FORM: Reviewed and approved by
Procurement & Contracting
By' •c. r
Initials �� Dates Y4 G
City Attom F.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, easurer,Assistant Treasurer,or Chief Financial Officer). -
tita
By: B E, y:
Sign`ahtttre(notarized) Signa re(notarized)
Name: ta7o'o .,li9l 'li/v� Name: l4y�k 7
Title: Title:
J
Stale of State of(�-L/v�•
� l�{
County of, gar N 55 County of h& '�eJSS
On LL10 before me, A On d o '3 before me,
personally appeared 2c:-'ti:�.,- i(�-�•�%wU�—c personally appeared
personally known to me(or proved to me on the basis of satisfactory personally known to me(or proved to me on the basis of satisfactory
evidence)to bethe person(s)whose name(s)is/aresubscribed to the evidence)to be the person(s)whose name(s)is/are subscribed to the
within instrument and acknowledged to me that he/she/they executed within instrument and acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies), and that by the same in his/her/their authorized capacity(ies), and that by
his/her/theirsignalure(s)on the instrumemthe person(s),or theentity his/her/theirsignature(s)on the instmmenuhe person(s),orthe entity
upon behalf of which the person(s)acted,executed the instrument. upon behalf of which the person(s)acted,executed the instrument.
WITNESS my hand and official seal. WITNESS my hand and official seal.
_ n
Notary Signature: /� z .�`LI,''�Z� Notary Signature:
Notary Seal: Notary Seal:
.� MARAAIRVIN MARIAAIRVIN
F- .:,:; ;," COMM,#1496076 CIOMM.#1406076
NOTARY
"" CALIFORNIA
U) NOTARYPUBLIC• N I' -`'il�%'`
Rs. . O
tY •.,r�•� LOS ANGELES COUNTY y
MY COMM.E%PIKES MARCH 18,2W7
L'=�.� �iK1l`uJ�'HI�U 13V'1fWls t�ffl�lf ` c„Nl�,r,.�%ii l-,
DuPont Flooring Systems
; Carpet Cleaning
AGRFEM6MT #4244 Amend 2
7-31-02, M07130
AMENDMENT NO. 2
AGREEMENT NO. 4244, AIRPORT CARPET CLEANING SERVICES
THIS SECOND AMENDMENT to Agreement No 4244 for Contr ct Services, (herein
"Agreement") made and entered into on the _-7;�,/ 5 a- day of 2002,
by and between the CITY OF PALM SPRINGS (herein "City" rid D Pont Floorings
Systems (herein "Contractor"), (The term Contractor includes professionals performing in
a consulting capacity.), is hereby effective as follows:
The"Contractor" has been retained to perform carpet cleaning services forthe City of Palm
Springs, Department of Aviation (AIRPORT), which operates the Palm Springs
International Airport.
Exhibit "D" Schedule of Performance, is amended as follows:
Term of Contract: The term of this agreement shall be one (1) year, commencing on
July 1, 2002 and running through June 30, 2003. At the sole discretion of the City, this
agreement may be extended for one (1) additional 1-yr period or any portion thereof.
Both parties agree that there is to be no service price increase for the term of this
amendment.
Schedule of Services: Carpet cleaning services are to be provided in accordance with the
attached.
Schedule of work: Services shall be performed Sunday night/Monday morning through
Thursday night/Friday morning, between the hours of 10:00 P.M. and 6:30 A.M., except as
modified by the City Representative. Saturday and Sunday hours must be approved in
advanced. Due to the on-going nature of Airport operations,the Contractorshall coordinate
all work scheduling with the City Representative in advance. Every effort shall be made by
the Contractor to perform services in terminal zones at such times as will avoid any
inconvenience to Airport customers, staff and operations. Services shall not be scheduled
on normal City employee holidays.
Except as specifically worded herein, all terms and conditions of the Agreement shall
remain in full force and effect and performance of services under the Agreement shall be
governed by the provisions of the Agreement.
H1USERSMPPUBLIC\Standard Service Agreements\Dupont_Amendment 2_June 2002.wpd
DuPont Flooring Systems Amendment#2 Page 1 of 2
i
WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first
written above.
CITY OF PALM SPRINGS
q E a municipal corporation
q'. ^�
City Clerk City Manager
APPROVED AS TO FORM:
By:
City Attorney
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).
9
By: B J".Q' By.
Signat'ree (notarized) f 'Si ature(notarized)
Name:� Name: lYD�Ir��r�t➢yy �
Title: V.. A Title: y.� >' ✓��L�rn�1Er '
State of �'-�JCo w. tL State of County of of Iss County of Iss
On&G/CLyeforeme, �
j7tC 71- - o'� , t;�-z_ On l< before me,
r r
J ✓ /
personally appeared 1 Gc;e6 '-i (F�z^= �''�-- personally appeared �'�•%"'r-� i-�%�"�-"✓ice- •
personally known to me(or proved to me on the basis of satisfactory personally known to me(or proved to me on the basis of satisfactory
evidence)to be the person(s)whose name(s)is/are subscribed to the evidence)to be the person(s)whose name(s)is/are subscribed to the
within instrument and acknowledged to me thathe/she/they executed within instrumentand acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies), and that by the same in his/her/their authorized capacity(ies), and that by
his/her/theirsignature(s)on the instrumentthe person(s),or the entity his/her/theirsignature(s)on the instrumentthe person(s),orthe entity
upon behalf of which the person(s)acted,executed the instrument. upon behalf of which the person(s)acted,executed the instrument.
WITNESS my hand and official seal. WITNESS my hand and official seal.
Notary Signature: Notary Signature:
Notary Seal: Notary Seal:
A.
f•.
IN if
ds'uP4M. i209423
to . . COMM 1209423
",ram il 'o-FAP,YPUBLIC-CALIFORNI.A �?NO VARY PUBLIC-CALIFORNIA !` 4i,F L, LOG ANGELES COUNTY F w m LOS ANGELES COUNTY Lamm
4MY. .6 e( Ires Feb.2 200d�T.FYrires Feh.29.2003r- -
I
1
• Dupont Flooring Systems
Airport Carpet Cleaning
AGREEMENT #4244
M06551, 7-19-00
CITY OF PALM SPRINGS
CONTRACT SERVICES AGREEMENT
For
Carpet Cleaning Services at the Palm Springs International Airport
THIS C(JNTRACT ER ICES AGREEMENT (herein "Agreement"), is made and entered
into this day of ✓ 2000, by and between the CITY OF PALM
SPRINGS, a municipa corp Lion, (herein "City") and Dupont Flooring Systems (herein
"Contractor"). (The term Contractor includes professionals performing in a consulting capacity.)
The parties hereto agree as follows:
1.0 SERVICES OF CONTRACTOR
1.1 Scope of Services. In compliance with all terms and conditions of this
Agreement, the Contractor shall provide those services specified in the "Scope of Services"
attached hereto as Exhibit "A" and incorporated herein by this reference, which services may be
referred to herein as the "services" or "work" hereunder. As a material inducement to the City
entering into this Agreement, Contractor represents and warrants that Contractor is a provider of
first class work and services and Contractor is experienced in performing the work and services
contemplated herein and, in light of such status and experience, Contractor covenants that it shall
follow the highest professional standards in performing the work and services required hereunder
and that all materials will be of good quality, fit for the purpose intended. For purposes of this
Agreement, the phrase "highest professional standards" shall mean those standards of practice
recognized by one or more first-class firms performing similar work under similar circumstances.
1.2 Contractor's Proposal. The Scope of Service shall include the Contractor's
proposal or bid which shall be incorporated herein by this reference as though fully set forth herein.
In the event of any inconsistency between the terms of such proposal and this Agreement, the
terms of this Agreement shall govern.
1.3 Compliance with Law. All 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 having jurisdiction in effect at the time service is
rendered.
1.4 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. Contractor shall have the sole obligation
to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be
imposed by law and arise from or are necessary for the Contractor's performance of the services
required by this Agreement, and shall indemnify, defend and hold harmless City against any such
fees, assessments,taxes penalties or interest levied, assessed or imposed against City hereunder.
1.5 FamiliaritV with Work. By executing this Contract, Contractor warrants that
Contractor(a) has thoroughly investigated and considered the scope of services to be performed,
(b) has carefully considered how the services should be performed, and (c) fully understands the
facilities, difficulties and restrictions attending performance of the services under this Agreement.
If the services involve work upon any site, Contractor warrants that Contractor has or will
investigate the site and is or will be fully acquainted with the conditions there existing, prior to
commencement of services hereunder. Should the Contractor discover any latent or unknown
conditions, which will materially affect the performance of the services hereunder, Contractor shall
immediately inform the City of such fact and shall not proceed except at Contractor's risk until
written instructions are received from the Contract Officer.
FS2/276/099999-3000/2160694 2 6/14/96
Rev"cd 09/01/99 t
1.6 Care of Work. The Contractor shall adopt reasonable methods during the
life of the Agreement to furnish continuous protection to the work, and the equipment, materials,
papers,documents, plans, studies and/or other components thereof to prevent losses or damages,
and shall be responsible for all such damages, to persons or property, until acceptance of the work
by City, except such losses or damages as may be caused by City's own negligence.
1.7 Further Responsibilities of Parties. Both parties agree to use reasonable
care and diligence to perform their respective obligations under this Agreement. Both parties agree
to act in good faith to execute all instruments, prepare all documents and take all actions as may
be reasonably necessary to carry out the purposes of this Agreement. Unless hereafter specified,
neither party shall be responsible for the service of the other.
1.8 Additional Services. City shall have the right at any time during the
performance of the services, without invalidating this Agreement, to order extra work beyond that
specified in the Scope of Services or make changes by altering, adding to or deducting from said
work. No such extra work may be undertaken unless a written order is first given by the Contract
Officer to the Contractor, incorporating therein any adjustment in (i) the Contract Sum, and/or (ii)
the time to perform this Agreement, which said adjustments are subject to the written approval of
the Contractor. Any increase in compensation of up to five percent (5%) of the Contract Sum or
$25,000; whichever is less, or in the time to perform of up to one hundred eighty (180) days may
be approved by the Contract Officer. Any greater increases, taken either separately or
cumulatively must be approved by the City Council. It is expressly understood by Contractor that
the provisions of this Section shall not apply to services specifically set forth in the Scope of
Services or reasonably contemplated therein. Contractor hereby acknowledges that it accepts the
risk that the services to be provided pursuant to the Scope of Services may be more costly or time
consuming than Contractor anticipates and that Contractor shall not be entitled to additional
compensation therefore.
1.9 Special Requirements. Additional terms and conditions of this Agreement,
if any, which are made a part hereof are set forth in the "Special Requirements" attached hereto
as Exhibit "B" and incorporated herein by this reference. In the event of a conflict between the
provisions of Exhibit "B" and any other provisions of this Agreement, the provisions of Exhibit "B"
shall govern.
2.0 COMPENSATION
2.1 Contract Sum. For the services rendered pursuant to this Agreement, the
Contractor shall be compensated in accordance with the "Schedule of Compensation" attached
hereto as Exhibit "C" and incorporated herein by this reference, but not exceeding the maximum
contract amount of thirty-one thousand eight hundred thirty-six dollars ($31,836.00) (herein
"Contract Sum"), except as provided in Section 1.8. The method of compensation may include:
(i) a lump sum payment upon completion, (ii) payment in accordance with the percentage of
completion of the services, (iii) payment for time and materials based upon the Contractor's rates
as specified in the Schedule of Compensation, but not exceeding the Contract Sum or (iv) such
other methods as may be specified in the Schedule of Compensation. Compensation may include
reimbursement for actual and necessary expenditures for reproduction costs, telephone expense,
transportation expense approved by the Contract Officer in advance, and no other expenses and
only if specified in the Schedule of Compensation. The Contract Sum shall include the attendance
of Contractor at all project meetings reasonably deemed necessary by the City; Contractor shall
not be entitled to any additional compensation for attending said meetings.
2.2 Method of Payment. Unless some other method of payment is specified in
the Schedule of Compensation, in any month in which Contractor wishes to receive payment, no
later than the first (1 st) working day of such month, Contractor shall submit to the City in the form
approved by the City's Director of Finance, an invoice for services rendered prior to the date of the
invoice. Except as provided in Section 7.3, City shall pay Contractor for all expenses stated
FS2/276/099999-30002160684 2 6114/96
RCVIud.09/01/98 2
•
thereon which are approved by City pursuant to this Agreement no later than the last working day
of the month.
3.0 PERFORMANCE SCHEDULE
3.1 Time of Essence. Time is of the essence in the performance of this
Agreement.
3.2 Schedule of Performance. Contractor shall commence the services pursuant
to this Agreement upon receipt of a written notice to proceed and shall perform all services within
the time period(s) established in the "Schedule of Performance" attached hereto as Exhibit"D", if
any, and incorporated herein by this reference. When requested by the Contractor, extensions to
the time period(s) specified in the Schedule of Performance may be approved in writing by the
Contract Officer but not exceeding one hundred eighty (180) days cumulatively
3.3 Force Majeure. The time period(s)specified in the Schedule of Performance
for performance of the services rendered pursuant to this Agreement shall be extended because
of any delays due to unforeseeable causes beyond the control and without the fault or negligence
of the Contractor, including, but not restricted to, acts of God or of the public enemy, unusually
severe weather, fires, earthquakes,floods, epidemics, quarantine restrictions, riots, strikes,freight
embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the
Contractor shall within ten (10)days of the commencement of such delay notify the Contract Officer
in writing of the causes of the delay. The Contract Officer shall ascertain the facts and the extent
of delay, and extend the time for performing the services for the period of the enforced delay when
and if in the judgment of the Contract Officer such delay is justified. The Contract Officer's
determination shall be final and conclusive upon the parties to this Agreement. In no event shall
Contractor be entitled to recover damages against the City for any delay in the performance of this
Agreement, however caused, Contractor's sole remedy being extension of the Agreement pursuant
to this Section.
3.4 Term. Unless earlier terminated in accordance with Section 7.8 of this
Agreement, this Agreement shall continue in full force and effect until completion of the services
but not exceeding one (1)year from the date hereof, except as otherwise provided in the Schedule
of Performance.
4.0 COORDINATION OF WORK
4.1 Representative of Contractor. The following principals of Contractor are
hereby designated as being the principals and representatives of Contractor authorized to act in
its behalf with respect to the work specified herein and make all decisions in connection therewith:
John Hodgson
It is expressly understood that the experience, knowledge, capability and reputation of the
foregoing principals were a substantial inducement for City to enter into this Agreement. Therefore,
the foregoing principals shall be responsible during the term of this Agreement for directing all
activities of Contractor and devoting sufficient time to personally supervise the services hereunder.
For purposes of this Agreement, the foregoing principals may not be replaced nor may their
responsibilities be substantially reduced by Contractor without the express written approval of City.
4.2 Contract Officer. The Contract Officer shall be such person as may be
designated by the City Manager of City. It shall be the Contractor's responsibility to assure that the
Contract Officer is kept informed of the progress of the performance of the services and the
Contractor shall refer any decisions which must be made by City to the Contract Officer. Unless
otherwise specified herein, any approval of City required hereunder shall mean the approval of the
FS2/2761099999-3000/2160684 2 6/14/96
Rcv..d 09/01/98 3
Contract Officer. The Contract Officer shall have authority to sign all documents on behalf of the
City required hereunder to carry out the terms of this Agreement.
4.3 Prohibition Against Subcontracting or Assignment. The experience,
knowledge, capability and reputation of Contractor, its principals and employees were a substantial
inducement for the City to enter into this Agreement. Therefore, Contractor shall not contract with
any other entity to perform in whole or in part the services required hereunder without the express
written approval of the City. In addition, neither this Agreement nor any interest herein may be
transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law,
whether for the benefit of creditors or otherwise, without the prior written approval of City.
Transfers restricted hereunder shall include the transfer to any person or group of persons acting
in concert of more than twenty five percent (25%) of the present ownership and/or control of
Contractor, taking all transfers into account on a cumulative basis. In the event of any such
unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No
approved transfer shall release the Contractor or any surety of Contractor of any liability hereunder
without the express consent of City.
The City's policy is to encourage the awarding of subcontracts to persons or entities with
offices located within the jurisdictional boundaries of the City of Palm Springs and, if none are
available, to persons or entities with offices located in the Coachella Valley ("Local
Subcontractors"). Contractor hereby agrees to use good faith efforts to award subcontracts to
Local Subcontractors, if Local Subcontractors are qualified to perform the work required. In
requesting for the City to consent to a subcontract with a person or entity that is not a Local
Subcontractor, the Contractor shall submit evidence to the City that such good faith efforts have
been made or that no Local Subcontractors are qualified to perform the work. Said good faith
efforts may be evidenced by placing advertisements inviting proposals or by sending requests for
proposals to selected Local Subcontractors. The City may consider Contractor's efforts in
determining whether it will consent to a particular subcontractor. Contractor shall keep evidence
of such good faith efforts and copies of all contracts and subcontracts hereunder for the period
specified in Section 6.2.
4.4 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 herein. City shall have no voice
in the selection, discharge, supervision or control of Contractor's employees, servants,
representatives or agents, or in fixing their number, compensation or hours of service. Contractor
shall perform all services required herein as an independent contractor of City and shall remain at
all times as to City a wholly independent contractor with 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. City shall not in any way or for any purpose become
or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a
member of any joint enterprise with Contractor.
5.0 INSURANCE, INDEMNIFICATION AND BONDS
5 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. The policy of insurance shall be in an
amount not less than either (i) a combined single limit of $1,000,000 for bodily injury, death and
property damage or(ii) bodily injury limits of$500,000 per person, $1,000,000 per occurrence and
$1,000,000 products and completed operations and property damage limits of $500,000 per
occurrence. If the Contract Sum is greater than $100,000. the policy of insurance shall be in an
amount not less than $5,000,000 combined single limit.
FS21276/099999-300012160694 2 6/14/96
Revised 09/01/98 4
(b) Worker's Compensation Insurance. A policy of worker's compensation
insurance in such amount as will fully comply with the laws of the State of California and which shall
indemnify, insure and provide legal defense for both the Contractor and the City against any loss,
claim or damage arising from any injuries or occupational diseases occurring to any worker
employed by or any persons retained by the Contractor in the course of carrying out the work or
services contemplated in this Agreement.
(c) Automotive Insurance. A policy of comprehensive automobile liability
insurance written on a per occurrence basis in an amount not less than either (i) bodily injury
liability limits of$500,000 per person and$1,000,000 per occurrence and property damage liability
limits of $250,000 per occurrence and $500,000 in the aggregate or (ii) combined single limit
liability of$1,000,000. Said policy shall include coverage for owned, non-owned, leased and hired
cars.
(d) Additional Insurance. Policies of such other insurance, including
professional liability insurance, as may be required in the Special Requirements.
All of the above policies of insurance shall be primary insurance and shall name the City,
its officers, employees and agents as additional insureds, except that the City shall not be named
as an additional insured for the Worker's Compensation Insurance nor the Professional Liability
Insurance. The insurer shall waive all rights of subrogation and contribution it may have against
the City, its officers, employees and agents and their respective insurers. All of said policies of
insurance shall provide that said insurance may not be amended or canceled without providing
thirty (30) days prior written notice by registered mail to the City. In the event any of said policies
of insurance are canceled, the Contractor shall, priorto the cancellation date, submit new evidence
of insurance in conformance with this Section 5.1 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.
All certificates shall name the City as additional insured (providing the appropriate
endorsement), be signed by an authorized agent of the insurer, and shall contain the following
"cancellation" notice:
"CANCELLATION: Should any of the above described policies be cancelled before the
expiration date thereof, the issuing company shall mail an advance 30-day written notice
to the Certificate holder named herein."
The Contractor agrees that the provisions of this Section 5.1 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.
In the event the Contractor subcontracts any portion of the work in compliance with Section
4.3 of this Agreement, the contract between the Contractor and such subcontractor shall require
the subcontractor to maintain the same policies of insurance that the Contractor is required to
maintain pursuant to this Section 5.1.
5.2 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,
FS2276/099999-30W2160684.2 6/14196
Revised 09/01/98 5
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.
5.3 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 Clerk, 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.
5.4 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 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 ("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 5 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.
6.0 REPORTS AND RECORDS
6.1 Reports. Contractor shall periodically prepare and submit to the Contract
Officer such reports concerning the performance of the services required by this Agreement as the
Contract Officer shall require. Contractor hereby acknowledges that the City is greatly concerned
about the cost of work and services to be performed pursuant to this Agreement. For this reason,
Contractor agrees that if Contractor becomes aware of any facts, circumstances, techniques, or
events that may or will materially increase or decrease the cost of the work or services
contemplated herein or, if Contractor is providing design services, the cost of the project being
designed, Contractor shall promptly notify the Contract Officer of said fact, circumstance,technique
or event and the estimated increased or decreased cost related thereto and, if Contractor is
FS21276/0999W-M/2160684.2 6/14/96
Rc .d.09/01/98 6
providing design services,the estimated increased or decreased cost estimate for the project being
designed.
6.2 Records. Contractor shall keep, and require subcontractors to keep, such
books and records as shall be necessary to perform the services required by this Agreement and
enable the Contract Officer to evaluate the performance of such services. The Contract Officer
shall have full and free access to such books and records at all times during normal business hours
of City, including the right to inspect, copy, audit and make records and transcripts from such
records. Such records shall be maintained for a period of three (3) years following completion of
the services hereunder, and the City shall have access to such records in the event any audit is
required.
6.3 Ownership of Documents. All drawings, specifications, reports, records,
documents and other materials prepared by Contractor, its employees, subcontractors and agents
in the performance of this Agreement shall be the property of City and shall be delivered to City
upon request of the Contract Officer or upon the termination of this Agreement, and Contractor
shall have no claim for further employment or additional compensation as a result of the exercise
by City of its full rights of ownership of the documents and materials hereunder. Any use of such
completed documents for other projects and/or use of uncompleted documents without specific
written authorization by the Contractor will be at the City's sole risk and without liability to
Contractor, and the City shall indemnify the Contractor for all damages resulting therefrom.
Contractor may retain copies of such documents for its own use. Contractor shall have an
unrestricted right to use the concepts embodied therein. All subcontractors shall provide for
assignment to City of any documents or materials prepared by them, and in the event Contractor
fails to secure such assignment, Contractor shall indemnify City for all damages resulting
therefrom.
6.4 Release of Documents. The drawings, specifications, reports, records,
documents and other materials prepared by Contractor in the performance of services under this
Agreement shall not be released publicly without the prior written approval of the Contract Officer.
7.0 ENFORCEMENT OF AGREEMENT
7.1 California Law. This Agreement shall be construed and interpreted both as
to validity and to performance of the parties in accordance with the laws of the State of California.
Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement
shall be instituted in the Superior Court of the County of Riverside, State of California, or any other
appropriate court in such county, and Contractor covenants and agrees to submit to the personal
jurisdiction of such court in the event of such action.
7.2 Disputes. In the event of any dispute arising under this Agreement, the
injured party shall notify the injuring party in writing of its contentions by submitting a claim therefor.
The injured party shall continue performing its obligations hereunder so long as the injuring party
commences to cure such default within ten (10) days of service of such notice and completes the
cure of such default within forty-five (45) days after service of the notice, or such longer period as
may be permitted by the injured party; provided that if the default is an immediate danger to the
health, safety and general welfare, such immediate action may be necessary. Compliance with the
provisions of this Section shall be a condition precedent to termination of this Agreement for cause
and to any legal action, and such compliance shall not be a waiver of any party's right to take legal
action in the event that the dispute is not cured, provided that nothing herein shall limit City's or the
Contractor's right to terminate this Agreement without cause pursuant to Section 7.8.
7.3 Retention of Funds. Contractor hereby authorizes City to deduct from any
amount payable to Contractor (whether or not arising out of this Agreement) (i) any amounts the
payment of which may be in dispute hereunder or which are necessary to compensate City for any
losses, costs, liabilities, or damages suffered by City, and (ii) all amounts for which City may be
FS2276/099999-30002160684.2 6114/96
Rc,,s,d:09/01/98 7
liable to third parties, by reason of Contractor's acts or omissions in performing or failing to perform
Contractor's obligation under this Agreement. In the event that any claim is made by a third party,
the amount or validity of which is disputed by Contractor, or any indebtedness shall exist which
shall appear to be the basis for a claim of lien, City may withhold from any payment due, without
liability for interest because of such withholding, an amount sufficient to cover such claim. The
failure of City to exercise such right to deduct or to withhold shall not, however, affect the
obligations of the Contractor to insure, indemnify, and protect City as elsewhere provided herein.
7.4 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.
7.5 Rights and Remedies are Cumulative. Except with respect to rights and
remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the
parties are cumulative and the exercise by either party of one or more of such rights or remedies
shall not preclude the exercise by it, at the same or different times, of any other rights or remedies
for the same default or any other default by the other party.
7.6 Legal Action. In addition to any other rights or remedies, either party may
take legal action, in law or in equity, to cure, correct or remedy any default, to recover damages
for any default, to compel specific performance of this Agreement, to obtain declaratory or
injunctive relief, or to obtain any other remedy consistent with the purposes of this Agreement.
7.7 Liquidated Damages. Since the determination of actual damages for any
delay in performance of this Agreement would be extremely difficult or impractical to determine in
the event of a breach of this Agreement, the Contractor and its sureties shall be liable for and shall
pay to the City the sum of ($_N/A_) as liquidated damages for each working day of delay in the
performance of any service required hereunder, as specified in the Schedule of Performance
(Exhibit "D"). The City may withhold from any monies payable on account of services performed
by the Contractor any accrued liquidated damages.
7.8 Termination Prior to Expiration Of Term. This Section shall govern any
termination of this Agreement except as specifically provided in thefollowing Section fortermination
for cause. The City reserves the right to terminate this Agreement at any time, with or without
cause, upon thirty (30) days' written notice to Contractor, except that where termination is due to
the fault of the Contractor, the period of notice may be such shorter time as may be determined
by the Contract Officer. In addition, the Contractor reserves the right to terminate this Agreement
at any time upon, with or without cause, upon sixty (60) days' written notice to City, except that
where termination is due to the fault of the City, the period of notice may be such shorter time as
the Contractor may determine. Upon receipt of any notice of termination, Contractor shall
immediately cease all services hereunder except such as may be specifically approved by the
Contract Officer. Except where the Contractor has initiated termination, the Contractor shall be
entitled to compensation for all services rendered prior to the effective date of the notice of
termination and for any services authorized by the Contract Officer thereafter in accordance with
the Schedule of Compensation or such as may be approved by the Contract Officer, except as
provided in Section 7.3. In the event the Contractor has initiated termination, the Contractor shall
be entitled to compensation only for the reasonable value of the work product actually produced
hereunder. In the event of termination without cause pursuant to this Section, the terminating party
need not provide the non-terminating party with the opportunity to cure pursuant to Section 7.2.
7.9 Termination for Default of Contractor. If termination is due to the failure of
the Contractor to fulfill its obligations under this Agreement, City may, after compliance with the
FS212761099999-3"/2160684 2 6/14196
Revs d 09/01/98 8
provisions of Section 7.2, take over the work and prosecute the same to completion by contract or
otherwise, and the Contractor shall be liable to the extent that the total cost for completion of the
services required hereunder exceeds the compensation herein stipulated (provided that the City
shall use reasonable efforts to mitigate such damages), and City may withhold any payments to
the Contractor for the purpose of set-off or partial payment of the amounts owed the City as
previously stated.
7.10 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. Attorney's fees shall
include attorney's fees on any appeal, and in addition a party entitled to attorney's fees shall be
entitled to all other reasonable costs for investigating such action,taking depositions and discovery
and all other necessary costs the court allows which are incurred in such litigation. All such fees
shall be deemed to have accrued on commencement of such action and shall be enforceable
whether or not such action is prosecuted to judgment.
8.0 CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION
8.1 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.
8.2 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.
8.3 Covenant Against Discrimination. Contractor covenants that, by and for
itself, its heirs, executors, assigns, and all persons claiming under orthrough 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 insure 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.
9.0 MISCELLANEOUS PROVISIONS
9.1 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. Either party may change its address
by notifying the other party of the change of address in writing. Notice shall be deemed
communicated at the time personally delivered or in seventy-two(72)hours from the time of mailing
if mailed as provided in this Section.
9.2 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.
F82R/96I099999J000128160684 2 6/14196
Rc11110 09/01/98 9
9.3 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.
9.4 Severability. In the event that any one or more of the phrases, sentences,
clauses, paragraphs, or sections contained in 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 phrases, sentences, clauses, paragraphs, or
sections 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.
9.5 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.
(Signatures on next page)
FS2M61099999-300012160604 2 61141%
Rcviscd 09/01/98 10
IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as
of the date first written above.
CITY OF PALM SPRINGS,
a municipal corporation
ATTE�
By:h
City Manage
@i Clerk
(Check one: Individual — Partnership
_ Corporation)
APPROVED AS TO FORM:
CONTRACTOR:
City, ttor ey
By: O,L/-
g ature
—Al
Print Name & Title
griature
Print Name & Title
Mailing Address:
DY Tii"iII CI"s"up tlyu P,!JV'v m
(Corporations require two signatures One from each of �,
the following A. Chairman of Board, President, any
Vice President. AND B Secretary, Assistant Secretary,
Treasurer, Assistant Treasurer, or Chief Financial
Officer)
FS21276/099999-3000R160684 2 6/14196
Re,i,cd 09/01/98 1 1
CALIFORNIA ALL•PURP09E ACKNOWLEDGMENT •
I , I
l
State of
lI
County of
����
I /
I before me, � I
I' Do N e and Tile of icer(e g.,"Jane Doe,Notary ublic")
I
personally appea ;2�
�� N e(s)at Signegs) '
P-p-ersonally known to me—OR—❑proved to me on th basis of satisfactory evidence to be the person(s)
whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacity(ies), and that by
his/her/their signature(s) on the instrument the person(s),
or the entity upon behalf of which the person(s) acted,
" MARLENE KADLEC executed the instrument.
o COMM.@ 1152191 _I
— NOTARY RaIC-CALIFORNIA o WITNESS my hand and official seal.
%. Los AWELEs c wNn
f My Comm. Fop.A6p. 18,2001
Signature of Notary Public
I
OPTIONA
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent )
I fraudulent removal and reattachment of this form to another document.
I
Description of Attached Document ,
Title or Type of Document:
Document Date:
Number of ?ages:
Signer(s) Other Than Named Above:
I )
Capacity(ies) Claimed by Signer )
I Signer's Name: Signer's Name:
1—t idual ❑ Individual )
❑ Corporate Officer ❑ Corporate Officer
Title(s): Title(s):
I' ❑ Partner—❑ Limited ❑ General ❑ Partner—❑ Limited ❑ General
❑ Attorney-in-Fact ❑ Attorney in-Fact
❑ Trustee El Trustee
❑ Guardian or Conservator ❑ Guardian or Conservator
❑ Other: Top of thumb here ❑ Other: Top of thumb here
I
I
I'
Siciner Is7Rresenting: Signer Is Representing:
I
I
I
0 1995 National Notary A n oclotean•62m Remmal Ave,PC Box 71M.Canoga Park,CA 91309-7184 PraC No.5007 Raofder:Call Toll-Free 1-a00-876.6827
EXHIBIT "A"
SCOPE OF SERVICES
Scope of Work: The Scope of Work consists of furnishing all equipment, materials,supplies, labor
and service necessary to provide a carpet maintenance program in designated areas of the Palm
Springs International Airport (Airport) in accordance with the Dupont's Service Visit Program and
at the specified service frequencies.
Maintenance Frequencies: Service frequencies for the carpet maintenance program are
determined by zone definition (based on expected traffic) and season definition (based on the
seasonality of operational activity at the Airport). Services are to be provided in accordance with
the schedule in Exhibit "D".
Zone Definition/Maintenance Program Coverage: The carpeted areas at the Airport have been
characterized into three (3)zones based on expected traffic. These zones are: high, medium and
low traffic areas and are graphically identified on Attachment"B" (High = Red, Medium = Blue, and
Low = Green). The carpet maintenance program shall cover the high- and medium-traffic areas
(red and blue areas). Low-traffic areas (green) will be maintained by City staff.
Service Visit Specifications: Each service visit shall consist of the following:
- cleaning of a minimum of 5,000 square feet;
- pre-vacuuming of all areas to be cleaned;
- application of DuPont's patented low-moisture soil encapsulating cleaning solutions;
- hot water extraction where necessary;
- post-spotting where necessary.
All services shall be performed to the satisfaction of the Airport Maintenance Superintendent.
Secured Access to Work Areas: The areas in which work is to be performed are considered
secure areas in accordance with Federal Aviation Administration security guidelines. The
contractor to whom award is made must comply with all of the following security-related
procedures/conditions:
Employment History - Prior to commencement of the Services of the 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
Regulations 107.31 and 108.33. Employment history verification records must be made
available to the City or the Federal Aviation Administration immediately upon request.
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 Center located in the terminal
building. A $50.00 deposit is required for each badge, of which $40.00 is 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
EXHIBIT"A"
TO CONTRACT SERVICES AGREEMENT
FS21276/099999d00012160684 2 6/14/96
Revised 09/01/98 12
1'/z hour training class on airport security. Attendance of the class and subsequent
issuance of the security identification badge may take longer than 2 hours per person.
Site Access - Access to certain areas of the air carrier ramp for carpet maintenance
purposes will be through Perimeter Gate 10, unless otherwise arranged with the CITY
Representative. 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 an SIDA badged CONTRACTOR employee. No deviations from
any security measure will be allowed at any time.
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.
Identification - Each employee required to obtain SIDA access, through the Security
provisions in these specifications, shall at all times display on their person the SIDA access
badge while in the secure area. Additionally, identifying company shirts/uniforms shall be
worn by each employee while on the Airport premises.
Conduct: All employees, representatives and officials shall be expected to maintain excellent
relations with the public, City officials and employees. Any display of offensive, discourteous or
rude behavior by any representative of the Contractor may be cause for contract termination. Use
of alcoholic beverages by Contractor representatives is prohibited, and representatives are
prohibited from being on the premises under the influence of alcohol or any other substances.
EXHIBIT"A"
TO CONTRACT SERVICES AGREEMENT
FS21276/099999-3000/2160684.2 6/14/96
R"'I'd 09/01/98 13
EXHIBIT "B"
SPECIAL REQUIREMENTS
Performance Bond: The requirements of Section 5.3 for provision of a Performance Bond are
deleted.
EXHIBIT"B"
TO CONTRACT SERVICES AGREEMENT
FS2'
276/099999-I000/2IW694 2 6/14/96
R',.d 09/01/99 14
EXHIBIT "C"
SCHEDULE OF COMPENSATION
Contractor shall be compensated at the unit rate of two thousand six hundred fifty three dollars
($2,653.00) per month.
EXHIBIT"C"
TO CONTRACT SERVICES AGREEMENT
f52/276/099999-3000/2160684 2 6/14/96
Rev"ed 09/01/98 15
EXHIBIT "D"
SCHEDULE OF PERFORMANCE
Term of Contract: The term of this agreement shall be one (1) year, commencing on August 1,
2000 and running through July 31, 2001. At the sole discretion of the City, this agreement may be
extended for two (2) additional 1-yr periods or any portion thereof. If the City exercises its option
to extend, the unit price for service shall be adjusted (increased or decreased) in accordance with
changes to the Consumer Price Index for All Urban Consumers as published by the U.S. Bureau
of Labor Statistics for the Los Angeles, Anaheim and Riverside Areas.
Schedule of Services: Carpet cleaning services are to be provided in accordance with the
following schedule:
August 2000
7 - Maintain Red in Ticketing & Security Area
14 - Maintain Red in Baggage Claim & Spot Clean as Necessary
15 - Maintain Red in North/South Holdrooms & Red in Commuter Hold area
21 - Maintain Blue in Baggage Claim & Spot Clean as necessary
28 - Maintain '1/2 of Red in New Concourse and Spot Clean as necessary
29 - Maintain '/ of Red in New Concourse & Spot Clean as necessary
September 2000
4 - Maintain Red in Baggage Claim & Spot Clean as necessary
11 - Maintain Red in Ticketing & Security Checkpoint
18 - Maintain '/z of Red in New Concourse & Spot Clean as necessary
19 - Maintain Yz of Red in New Concourse & Spot Clean as necessary
25 - Maintain Red in North/South Holdrooms & Red in Commuter Hold area
October 2000
2 - Maintain Red in Baggage Claim & Spot Clean as necessary
9 - Maintain Red in Ticketing & Security Checkpoint
16 - Maintain Yz of Red in New Concourse & Spot Clean as necessary
17 - Maintain '/ of Red in New Concourse & Spot Clean as necessary
23 - Maintain Blue in Baggage Claim & Spot Clean as necessary
30 - Maintain Red in North/South Holdrooms & Red in Commuter Hold area
November 2000
1 - Maintain Red in Baggage Claim & Spot Clean as necessary
2 - Maintain Red in Ticketing & Security Checkpoint
6 - Maintain Red in North/South Holdrooms & Blue in Baggage Claim Areas
13 - Maintain '/z of Red in New Concourse & Red in Commuter Hold Areas
14 - Maintain Y2 of Red in New Concourse & Spot Clean as necessary
20 - Maintain Red in Baggage Claim & Spot Clean as necessary
27 - Maintain '/ of Red in New Concourse & Spot Clean as necessary
28 - Maintain ''/z of Red in New Concourse & Red in Commuter Hold Areas
EXHIBIT"Y
TO CONTRACT SERVICES AGREEMENT
FS21276/099999-30 12160684 2 6/14196
Re 's d 09/01/99 16
December 2000
4 - Maintain Red in Baggage Claim & '/2 of Blue in Baggage Claim
5 - Maintain Red in Ticketing & Security Checkpoint and of Blue in Baggage Claim
11 - Maintain ''/2 of Red in New Concourse & '/z of Red in North/South Holdrooms
12 - Maintain '/ of Red in New Concourse & '/ of Red in North/South Holdrooms
18 - Maintain Red in Baggage Claim & Red in Commuter Hold areas
19 - Maintain Red in Ticketing & Security Checkpoint
27 - Maintain '/2 of Red in New Concourse & Spot Clean as necessary
28 - Maintain Y of Red in New Concourse & Red in Commuter Hold area
January 2001
2 - Maintain Red in Baggage Claim & Spot Clean as necessary
8 - Maintain Red in Ticketing & Security Checkpoint
9 - Maintain Blue in Baggage Claim & Spot Clean as necessary
15 - Maintain '/ of Red in New Concourse & Spot Clean as necessary
16 - Maintain '/2 of Red in New Concourse & Spot Clean as necessary
22 - Maintain Red in Ticketing & Security Checkpoint
23 - Maintain Red in Baggage Claim & Spot Clean as necessary
29 - Maintain '/2 of Red in New Concourse & Spot Clean as necessary
30 - Maintain '/2 of Red in New Concourse & Red in Commuter Hold Areas
February 2001
5 - Maintain Red in Baggage Claim & '/ of Blue in Baggage Claim
6 - Maintain Red in Ticketing & Security Checkpoint & '/z of Blue in Baggage Claim
12 - Maintain '/ of Red in New Concourse & Red in Commuter Hold Areas
13 - Maintain '/2 of Red in New Concourse & Spot Clean as necessary
19 - Maintain Red in Baggage Claim & '/z of Blue in Baggage Claim
20 - Maintain Red in Ticketing & Security Checkpoint and Red in North/South Holdrooms
26 - Maintain '/2 of Red in New Concourse & Spot Clean as necessary
27 - Maintain '/2 of Red in New Concourse & Red in Commuter Hold Areas
March 2001
5 - Maintain Red in Ticketing & Security Checkpoint
6 - Maintain Red in Baggage Claim & Spot Clean as necessary
12 - Maintain '/ of Red in New Concourse & Spot Clean as necessary
13 - Maintain '/2 of Red in New Concourse & Spot Clean as necessary
19 - Maintain Red in North/South Holdrooms and Red in Commuter Hold area
20 - Maintain Blue in Baggage Claim & Spot Clean as necessary
26 - Maintain Red in Baggage Claim & Spot Clean as necessary
27 - Maintain Red in Ticketing & Security Checkpoint
April 2001
2 - Maintain Red in Baggage Claim & Spot Clean as necessary
3 - Maintain Red in Ticketing & Security Checkpoint
9 - Maintain Red in North/South Holdrooms and Red in Commuter Hold area
10 - Maintain '/2 of Red in New Concourse & '/ of Blue in Baggage Claim
16 - Maintain '/z of Red in New Concourse & '/z of Blue in Baggage Claim
17 - Maintain Red in North/South Holdrooms & Red in Ticketing area
23 - Maintain '/ of Red in New Concourse & Red in Commuter Hold Areas
EXHIBIT"D"
TO CONTRACT SERVICES AGREEMENT
f-522761099999-30002160684 2 6114196
Revlmd 09/01/98 17
24 - Maintain ''/2 of Red in New Concourse & Spot Clean as necessary
30 - Maintain Red in Baggage Claim & Spot Clean as necessary
May 2001
1 - Maintain Red in Baggage Claim & Spot Clean as necessary
7 - Maintain Red in Ticketing & Security Checkpoint
8 - Maintain Red in North/South Holdrooms & Red in Ticketing area
14 - Maintain '/ of Red in New Concourse & Spot Clean as necessary
15 - Maintain Yz of Red in New Concourse & Spot Clean as necessary
21 - Maintain Red in Ticketing & Security Checkpoint
22 - Maintain Blue in Baggage Claim & Spot Clean as necessary
June 2001
4 - Maintain Red in Baggage Claim & Spot Clean as necessary
11 - Maintain '/z of Red in New Concourse & Spot Clean as necessary
18 - Maintain '/ of Red in New Concourse & Spot Clean as necessary
19 - Maintain Red in Ticketing and Security Checkpoint
July 2001
9 - Maintain Red in Baggage Claim & Spot Clean as necessary
16 - Maintain Red in Ticketing & Security Checkpoint
23 - Maintain Y2 of Red in New Concourse & Spot Clean as necessary
24 - Maintain ''/z of Red in New Concourse & Spot Clean as necessary
30 - Maintain Red in North/South Holdrooms and Red in Commuter Hold area
Schedule of work: Services shall be performed Sunday night/Monday morning through Thursday
night/Friday morning, between the hours of 10:00 P.M. and 6:30 A.M., except as modified by the
City Representative. Saturday and Sunday hours must be approved in advanced. Due to the on-
going nature of Airport operations, the Contractorshall coordinate all work scheduling with the City
Representative in advance. Every effort shall be made by the Contractor to perform services in
Terminal zones at such times as will avoid any inconvenience to Airport customers, staff and
operations. Services shall not be scheduled on normal City employee holidays.
N iWordPerrecttAgreements%DupontCarpetMaintAgr.wpd
EXHIBIT"D"
TO CONTRACT SERVICES AGREEMENT
PS22761099999-30002160694 2 6/14196
Revised 09101/93 18
GATE 11 GATE to PALM SPRINGS INTERNATIONAL AIRPORT
-- - — ��.� GATE 8 CARPET MAINTENANCE ZONES
GATE,?,) o o
GATE 7�7 ,:i: • • ` _�` GATE 6
Eo o� i
QED 00
i 00 uo I l „ • ;i
GATE i - (( GATE 4 -
i
• ® r
MEZZANINE LEVEL
GATE G 9 GATE 2
GATES 16A& 16B
GATE 14 GATE 14
GATE 12 ATES
o 0 7 1 1 B
GATE 2
GATE Ll GATES 15A & 15B
\ 1 / GATE 13A GATE 13B
• SECURITY CHECKPOINT
❑ HIGH TRAFFIC
"' OQ /� ❑ MEDIUM TRAFFIC
^� O
LOW TRAFFIC
O / (in-house mt.)
,moo,
Termmel layout carpet zones cdr090899
06/05/2001 12.56 FAX 760 318 3815 PSP INT'L ARPT
• • Dupont Floorings
Airport Carpet Cleaning
AGREEMENT #4244 AMEND 1
M068621 6-20-01
AMENDMENT NO. 1
AGREEMENT NO. 4244, AIRPORT CARPET CLEANING SERVICES
THIS FIRST AMENDMENT to Agreement No 4244 for Contract Services, (herein
"Agreement") made and entered into on the i= �� ATV day of ��r?�lr� - 2001, � f --
by and between the CITY OF PALM SPRINGS (herein "City') and DuPont Floorings
Systems (herein "Contractor"), (The term Contractor includes professionals performing in
a consulting capacity.), is hereby effective June 6, 2001, as follows:
The"Contractor"has been retained to perform carpet cleaning services forthe City of Palm
Springs, Department of Aviation (AIRPORT), which operates the Palm Springs
International Airport.
Exhibit "D" Schedule of Performance is amended as follows:
Term of Contract: The term of this agreement shall be one (1) year, commencing on
July 1, 2001 and running through June 30, 2002 At the sole discretion of the City, this
agreement may be extended for one (1) additional 1-yr period or any portion thereof
Both parties agree that there is to be no service price increase for the term of this
amendment
Schedule of Services: Carpet cleaning services are to be provided in accordance with the
attached.
Schedule of work: Services shall be performed Sunday night/Monday morning through
Thursday night/Friday morning, between the hours of 10:00 P.M. and 6:30 A.M., except as
modified by the City Representative Saturday and Sunday hours must be approved in
advanced. Due to the on-going nature of Airport operations,the Contractor shall coordinate
all work scheduling with the City Representative in advance. Every effort shall be made by
the Contractor to perform services in terminal zones at such times as will avoid any
inconvenience to Airport customers, staff and operations. Services shall not be scheduled
on normal City employee holidays.
N lwordPerfecMgfeements117upon!_Amendmenl 1—Jone 2001 wpd
DuPont Flooring Sysfcros Amendment#1 Page f of 2
06/05/2001 12.56 FAX 760 818 0815 PSP INT'L ARPT 0009
Except as specifically worded herein, all terms and conditions of the Agreement shall
remain in full force and effect and performance of services under the Agreement shall be
governed by the provisions of the Agreement.
IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as
of the date first written above
CITY OF PALM SPRINGS,
a municipal corporation
ATTEST.
City Ma er
City Clerk
APPROVED AS TO FORM:
(Ch ck one: — Individual _ Partnership
/ corporation)
C ty Attorney CONTRACTOR:
By: V� L
(NOTARIZED) Sig ture
Print Name & Title
NOTARIZED By. `m
(NOTARIZED) Signature
Print Name & Title
Mailing Address. ,P L'!�'
(Corporations require two signatures:One from each
of the following A Chairman of Board, President,
any Vice President: AND B Secretary, Assistant
Secretary, Treasurer, Assistant Treasurer, or Chief (END OF SIGNATURES)
Financial Officer).
0V IIiPJI� C, IUW(crlL Page 2 of
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
I
� I
State of f �CC�//t/J2GC'C
I /
County of
On Ko — before me,
b I
Dale Name anq Title of Officer(e.g.,'Jan oe,Nalery Public')
personally appeareduv � ��?2 ��
ame(s)of S,gner(s)
Z15-ersonally known to me—OR—❑proved to me on the basis of satisfactory evidence to be the person(s)
whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the
same in his/her/their authorized capacity(ies), and that by
his/her/their signature(s)on the instrument the person(s),
MARLENE KADLEC or the entity upon behalf of which the person(s) acted,
5 COMM.i 1152191 executed the instrument.
F NOTARY Pia"111.11FO A g
�%• ws AWE118 CouNry WITNESS my hand and official seal.
My Camm. Exp.Aug. 18,200, I
L'
Signature o!IJotary Puhic
OPTIONAL
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document
I Description of Attached Document )
Title or Type of Document: (.E'/y/Zf?ILG�//�cC�i L7t �
I
Document Date: Number of Pages:
y
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s) I
I
I )
Signer's Name: Signer's Name:
❑ Individual ❑ Individual
LWLorporate Officer ❑ Corporate Officer
Title(s): 'V- 0 . Title(s):
I [IPartner—❑ Limited ElGeneral ❑ Partner—❑ Limited ❑ General
❑ Attorney-in-Fact ❑ Attorney-in-Fact
❑ Trustee ❑ Trustee
❑ Guardian or Conservator a ❑ Guardian or Conservator a
❑ Other: op o thumb here
I T f
❑ Other: Top of thumb here
I
f•
I
I
Signer Is Representing: Signer Is Representing:
I
I
0 IN5 National Notary Association 1 92M Rommel Ave.,PO Bo[71M•Canoga Park,CA D1309-7184 Prod.No 5D07 Reorder.Cell Toll-Fria 1-OW-878-8827
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
. I
' I
I -
State of ] p
County of �
On before me, 5
Dal Name and Tile of Officer(e.g.,'Jane Doe,Nolary Public')
personally appearedY�
� � ?e—
mr*)of Slgner(a)❑°'personally known toOR—❑proved to�me on the basis of satisfactory evidence to be the person(s)
whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/she/they executed the
l same in his/her/their authorized capacity(ies), and that by
his/her/their signature(s)on the instrument the person(s),
" or the entity upon behalf of which the person(s) acted,
7 MARLENE KADLEC executed the instrument.
w C0fu1M. 1152191 =1
a ;�:. NOTAPY Pt18LNSCA1.1F0111M
I.iti
,a ;%- ws AWELEB COMM WITNESS my hand and official seal.
My Comm. Exp.Aug.1E,2001
I Signature of Nolary Publm
OPTIONAL
Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent
fraudulent removal and reattachment of this form to another document. - '
Description of Attached Document
~ Title or Type of Document: ���%/,�/( 1�2fi/1�)
` Document Date: Number of Pages: k
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Signer's Name:
❑ Individual ❑ Individual
❑ Corporate Officer ❑ Corporate Officer
Title(s): Title(s):
❑ Partner—❑ Limited ❑ General ❑ Partner—❑ Limited ❑ General
❑ Attorney-in-Fact ❑ Attorney-in-Fact ?
❑ Trustee ❑ Trustee
❑ Guardian r Conservator ❑ Guardian or Conservator
L7 Viher: / Top of thumb here ❑ Other: Top of thumb here
I
) I
I
Si 1ner Is Representingg:: Signer Is Representing:
i
0 1905 Netb,ul Notary Aewclellon•112W Rearmed Ave.,P.O.Box ItM•Canoga Park,CA 91309 71" Procl No.5907 Reorder;Cell Toll-Free 1-800470.1392/
06/05/2001 12:56 FAX 760 318 3815 PSP INT'L ARPT 121004
May 13 01 02: 02p Pont Flooring Systems �7BS6369 p• 1
July 2001 - June 2002
DuPont Carpet Maintenance Yearly Planner for
Palm Springs Airport
July aI July October Iunuary02
5 M� 7 W T F 5 9 Maintain Red in Baggage Maintain ped Baggeg0 5 M C W 7 F 5
12 a
s 10 11 la 13 14 Claim Areas&Spot Clean Claim Are&Spot Clean 6git s 10 11 I2
Is 7 1a 19 20 21 m neress2". a5 noc tssary. 13116 19 19 19
125 M 21 :8 20 n 24 2sav 0 31 16 Maintain Red in Ticketing 8 Maintain Red in Ticketing 21 = 3D 51
&Security Checkpoint &Smurity Checkpoint-
23 Maintam 112 of Red m New 15 Maintain All of Red in New
Concourse Areas&Sry)l Conemnso Areas&Spot
August 01 Clean as necessary. Clean as necessary, Fullruary 02
S M T W T F S S M_7 w T F s
Maintain In of Red in New 22 Maintain Blue Baggage 1 2
5 b t o 9 Io t 1 24 Coneoure Areas&S t Claim ants and Spot 3 ^ 6 7 e s
12 11 la n la po po 10 1 i�17 19 15 16
19 al 22 23 24 25 Clean as necessary. Clean as necessary. 12 °i' 20 21 22 23
26 z 2E 29 30 !1 24 26
30 Maintain Red in Common 29 Maintain Red in NIS Hold
Hold and Rod in NIS and Red in Common Hold
Hold Areas.
SeptrJnxrol August November March02
3 M T W T F 5 6 Maintain Red m Baggage 5 Maintain Red in Baggage 9 M Y W r I; S
4 s 6 2 s Claim&Spot Clean as Claim Atra:6&Spot Clean 0 i 6 9 y D
4 II 12 19 11 11 10 wJ 1] la IS I6
16 19 19 zD 21 2' nrcessary' e9 necessary' 11 l: .D 21 II 23
21 Q 23 26 27 26 29 24 1 21 26 29 3D
3D 13 Maintain Red in Ticketng 6 Maintain Red to Ticketing 31
&Security Checkpoint. &Security Checkpoint
Areas.
14 Maintain Red in NUS Hold
and Red in Common Hold i Z Maintain 1/2 of Rod in New
Ootobcr 01 Area4. Concourse Areas&Spot April 02
S M T W T F S Clean as neccssmy. S M T W T F S
2 1 4 5 6 20 Maintain Blue Baggage t 3 4 s 6
7 9 to 11 tx tx Claim Ate"&S t Clean Main y • Cl 10 11 12 13
la 16 13 1a 14 2(' Po 13 iota lf1 of Red in New In 15 15 n 1■ l9 as
±I 23 24 25 26 2. as necessay. Concoursereas A &Red 2t xa 24 25 26 21
29 30 m m Common Hold Arras.
Z7 Maintain All of Red in New
Concourse Arran and 19 Maintain Red in NIS Hold
Spot Clean as necessary &Floc in Baggage Gaon
Ar .
Nowmbaral September Nay 02
5 M T W T F 5 3 Maintain Red in Baggage 20 Maintain Claim ARed Balma g,&Sgnge S M T W T F S
1 : s 1 o Claim @SPor Clean as pot Clean 1 a 3 4 s a 9 10 n
11 z 19 11 16 14 neck&". as necessary. 11 1�1 15 ]6 19 19
It _I '1 23 2n 19 0 it n 23 2n 25
21 v ze 24 10 10 Maintain Rcd in Ticketing 26 Maintain 112 of Red in New 26 2e v 30 31
&Seet;rny Checkpoim. Concourse Areas&$ul
in Commoa}fold Ar ,.
17 Maintain All of Red in New Maintain Red in Ticketing
Cnra: u=Areas&Spot &Seettr ty Checkpoint
December OI Clean as necessary. Areas. bins 02
5 M T W T F 5 S M T W T F S
24 Maintam Red in NIS Hold 27 Mame"" I/2 of Iced in New 1
x 1 5 6 1 a
9 ti 13 In las Area and Red in Common Concourse Arras&Spot e u 13 14 15
16 19 20 21 a Hold Area Clout as necessary. 1a<�tf,-0: 19 w 1 n
u 2a 2t �a 39 23 U 25 25 P U 29
!0 31 M
Hinted by Calendar Creator for Windows on 05/09/2001
00/05/2001 12:57 FAX 760 318 0815 PSP INT'L ARPT 48 005
Mau 13 01 ❑e: o2p or Pont Flooring Systems 10
07956369 p. 2
July 2001 - June 2002
DuPont Carpet Maintenance Yearly Planner for
Palm Springs Airport
July 01 December January ,nLF
S M T W T F S Maintain Red m B ,, S M ' F S
1 2 3 + s s ] 3 aggag' 22 Mainuun Red in Ticketing I 9 5
0 to I1 12 13 19 Claim Areas&12 of Blue and Security Checkpointe Irt tz
22 it 16 19 20 21 in Baggage Claim. 19 ;1le l9
ss 0 v zs 2c 2] 22 23 aauuuein 73ag6agcz1 � s xc,4Maintain Real in Ticketing&. Claim Areas&Spot Cleann�2
Seceaity Checkpoint and as ueov6 .
12 of Blue in Baggaga
claim. 29 Mammin All of Rolm new
Augum 01 C ricoutse Amu$Spot
S M T W T F S 10 Maintain la of Red in New Clean as necessary. Fcllruary 02
1 z 3 9 Concourse Areas&12 of S M T W T F S
5 a l a 9 l0 11 Red inN/S Hold. February l
tx s ,a n 1a 3 n 67 e 9
)9 2 .z 13 2n xs Mwntt1in 120fRod in New 4 Maintain Red is Baggage to 1 13 a 1s I4
xb 25 29 30 31 11 Chdm Areas&12 of Bluc Il f� 20 21 22 2)
Concourse Areas&I i2 of in Baggage Claim Al... ie u� 27 211
Red in NIS Hold,
17 Maintain Real in Baggage 5 Maintain Red in Tickoting
Claim&Rel in Conutlon &Security Checkpoint
s Mtcmbar 01 Area and Red in N/S Mach o2
T W T F S Hold Areas. Hold.
S M 7 W T F S
Mainlam Rod in Tickclin 'TT
9 t 1 iz 15 li is 15 and Spot Clean as 11 Maintain l2 of Rot in new 3 a 1 a a
IG la W 20 21 23 COIICOWSC Areas&Red 10 I3 19 15 16
w u Ia z7 2a Ie� ne�'9>,ry. in Common Hold Arras, 2 Mel 2l is is 30
24 Muimum 12 of Rod in New Mainta n]2 of Red in New r
Concourse Areas&Spot 12 Concourse Aieae&Spot
Clean as necessary_ Clem as necessaty.
October 01 25 Maintain 12 of Red in New Maintain Red in Baggage April S M T W T F S Concourse Arms BeRtd 1 g Claim Arcs&12 of Blue S M 1' W T F S
to Common Hold ]1 3 55 5
l 1 9 10 11 12 13 in Baggage Claim Alen, l �i 1D 11 1Z 19
14 16 IT la 19 20 January I• ni I] to 19 20
21 _ x3 za z5 x0 r ry Maintain Rod m T' ..
as 30 31 1 Maintain Red in Baggage 19 &Security Chxkpmkoul a 29 yd)z9 ss ae n
Claim&Spot Clean a<s Areas and Red in N/S
necessary. Hold Area
7 Maintain Rod in Ticketing 25 Maintain 12 of Red in New
Nowmberol &Security Checkperinl Concourse Arm&Spot May O2
S M T W T F S Ateas. Chan as necessay. Sj
'f W T F S
1-- —_ 5 2 3 9
9 a ] e 9 10 $ Maintain 141rc Baggage 26 Maintain 12 of Red in New sl e 9 l0 11
II ) 19 IS 16 1] 1219 IS 1a 7l 1ae 9 21 a z) x9 Claim areas&Spot Chart Concourse Area&.Rod in 19 21 2z 23 x9 zsz23 29 30 as aeox5my. Common Hold Ar4. 26 21 zf 30 3t
14 Mainuun Red in Common March
Hold Areas; in
Hold Area. &Rod N/8 4 Maintain Rcd in Ticketing
Poeembar Ol &Security Checkpoint,
S M T W T F S 15 Mamtaio All ufRcd in New Jaw 02
-� Concourse Areas&Saul S Maintain Red in Baggage S M T_ W T F S
z 5 6 ] 2 Claim Alta&Spot Cl an
9 12 13 19 15 Clean eS nCA eas 2 9 5 6 7 1
16 ]9 20 21 z2 a9 necessary. 9 12 13 Id is
2] 26 2l Za 29 16�TI.W t9 ]a 21 n
30 31 23 29 2s 2a 21 2a 29
30
Printed by Calendar Creator for Windows on 05/09/2001
06/05/2001 12:57 FAX 760 318 0815 PSP INT'L ARPT 0 006
Maw 13 01 ❑8=03P Pont Flooring Systems 08785S365 P• 3
July 2001 - June 2002
DuPont Carpet Maintenance Yearly Planner for
Palm Springs Airport
Julrol March April Jaaunty02
S M T W T F S S M "f W T F S
t 2 3 a a ]1 Mainsaln!2 of Red in New 30 114ainlaitr Red in Bagg+tga --� a . + s
1 l0 11 12 13 11 Concourse Areas&Spot Claim Area and Spo2 s r 9 to I I tz
is t2 la t9 20 a Clean aslleeessmy. Clean asnecerwry. l2 u J I6 Ir is la
zz zs ss at 2s m x f 27 :.a ss 2s
s9 a sI 12 Maintain 112 of Red in New May
Cormoutse Amva&.Spot Maintain Red inBaggago
Clean a4 accessary. 6 Claim Areas&Spot Clean
18 Mairmin Red in Common as nacees uy.
August o1 Hold Areas&Red in NIN Fritrunry 02
S M T W T F S Hold Areas. 13 Maintain Red is Ticketing S M 7" W T P S
&Secorily Cbxkpoint 1 2
5 7 a 9 10 11 3 + 6 s a 9
la IS 16 I) IS Maintain Blue n Baggagc 10 13 lA IS 16
19 Maintain 12 of Red in New
Iv 2t 21 29 2a 25 Claim Aaeav and Spot 20 Concourse Areas&Spot 17 a �� 20 21 22 T1
26 ?P 29 30 91 Onan aS necc wuy. 2+ ui 47 a6
Clean as necessary"
25 Mainan Red in Baggage Claim&Spa!Clean as 27 Maintain All of Red in New
Concourse Areas&Spot
°t iuy.' Clean as necessary,
September O! btueh o2
S M T W T F S 26 Maintain RedmTicketing June S M T W TJFSz + s3 e &Sectmty Checkpomt. 3 Maintain Red in B e ' flk) 6 29(�¢;11 12 13 1+ 15 »g In 13 1+16 19 19 20 21 21 April Claim&.9Pot Clean ets 1> 77)20 21 232 21 26 21 :d 29 p 2+ 5)T+ 28
30 1 Maintain Red in Haggosc naessery ]1
Claim�y&Spot Clean 1O Maintain Red Ticketing
&Security Checkpoint
Z Maintain Red in Picketing Areas.
Ocmbar(Il &Security Checkpoint. Maintain 1tL of Red in New Aoril 02
S M T W T F S 17 S M T W T F S
Maintain 12 of Read in New Concourse Arras&Rr�
2 4 $ b 1 1 a b 6
1 9 10 11 t2 73 8 Caaeoursa Areas&12 of m Common Hold Areas. 7 ci )0 11 12 13
la 6 16 12 18 19 20 14 11, 10 IS 19 20
zl v s 26 21Blue in Baggage Clam 21 13 2625 26 21
l
28 24 30 31 Areas. 18 Maintain 1/2 of Red m New a w u h
Concourse Areas. Spot
9 Mairastia 12 of Red in New Cleat as necessity.
Concourse Arm&12 ttI
Blue in Baggage Clain
November Ol Area. b1ry 02
S M T W T F S S M T W T F S
1 1S Ma1Nma Red u1 Cntluaort 1 2 3 a
9 t 8 9 10 6 6 r e 9 10 Il
u 3 14 is 16 tt Hold Areas&Red in N/S 12 l+ a Is n Is
la o zl zi v 2n Hold Areas. t9 21 2z D 2+ zs
2s 2a 29 30 26 2a 22 10 S1
Maintain intain Red in141SHeld
Arms&Rcd in Ticketing
Z9 Maintain All of Red in New
Dsemher Ol Concourse Areas&$pot -Ja.02
S M T W T F S Clean as necessary, S M T_W JFS
199 19 13 21 L 19 C�1�r1p�r i9 +_ 22
Xt 26 21 Ia 29 23 21 25 2a 1
30 31 30
Paittted by Calendar Creator fpr Windows on 05/09/2001
ACCORD- CERTIFICATE OF LIABILITY INSURANCE Date 12/07/00 #166
PRODUCER
Marsh USA Inc. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
1166 Avenue Of the Americas-5d'Fl. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
BOLDER. THIS CERTIFICATE DOES NOT AMEND,EXTEND OR
New York,NY 10036-2774 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Phone No. 212-345-7459 Fax No. 212-345-4853
COMPANIES AFFORDING.COVERAGE
INSURED COMPANYA LUMBERMENS MUTUAL CASUALTY CONIl'AN]
DuPont Commercial Flooring Systems COMPANYB
15651 Saticoy Street COMPANY
Van Nuys,Ca 91406 COMPANYD f
Phone No. 818)374-5237 Fax No. 818 779-1504
COVERAGES
THIS IS TO CERTIFY T14AT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TOTHE INSURED NAMED ABOVE FORTHE 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 TIM POLICIES DESCRIBED HEREIN IS SUBJECT
TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCHPOLICIES. LIMITS SHOWNMAY14AVE BEEN REDUCED BY PAID CLAIMS
GO TYPE OF INSURANCE POLICY NUMBER - POLICY - POLICY - -LIMITS - -
LTR EFFECTIVE EXPIRATION - - _ -
DATE DATE
GENERAL LIABILITY GENERAL AGGREGATE $5,000,000
A X COMMERCIAL GENERAL LIABILITY 5YL945444-02 01/01/2000 01/01/2001 PRODUCTS-COMP/OP AUG $5,000,000
CLAIMSMADE M OCCUR PERSONAL&ADV. INJURY $5,000,000
OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $5,000.000
FIRE DAMAGE(Any one fire) $ 100,000
MED ESP(Any ono mon) $ 10,000
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $2 000,000
A X ANY AUTO F5B003961-02 01/01/2000 01/01/2001
ALL OWNED AUTOS 5ZL 945444-02 01/01/2000 01/01/2001 BODILY INJURY(Pet mon) S
SCHEDULEDAUTOS F51)006919-00 01/01/2000 01/01/2001
HIRED AUTOS X3P 018783-11 01/01/2000 01/01/2001 PEOPERTYDAMAGE $
NON-OWNED AUTOS F51)006 101-03 01/01/2000 01/01/2001
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO OTHER THAN AUTO ONLY. $
EACH ACCIDENT $
AGGREGATE S
WORKERS'COMPENSATION AND mac- ' -OTH-
EMPLOYER'SLIABILITY TORY LBvB'CS ER
A THE PROPRIETOR/ 5CL945444-10 01/01/2000 01/01/2001 EL EACH ACCIDENT $1,000,000
PARTNERS/EXECUTIVE INCL 5BA038393-05 01/01/2000 01/01/2001 EL DISEASE-POLICY LIMIT $1,000,000
OFFICERS ARE' EXCL 5CL 947509-08 01/01/2000 01/01/2001 EL DISEASE-EA EMPLOYEE $1,000,000
OTHER
A STORED MATERIALS 5W, 814471 -00 01/01/2000 01/01/2001 $ 500,000
Wherever Located
DESCRB'TLON OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
ALL OPERATIONS COVERING TILE BUSINESS OF THE INSURED.THE CERTIFICATE HOLDER BELOW CITY OF PALM SPRINGS/AIRPORT,ITS OFFICERS,AGENTS,DIRECTORS&
EMPLOYEES IS NAMED AS AN ADDITIONAL INSURED AS RESPECTS TBE CONTRACT WITH DUPONT FLOORING SYSTEMS,INC.PER THE ATTACHED FORM.AUTO PHYSICAL DAMAGE IS
SELF-INSURED.COVERAGE UNDER SUCH SHALL RE PRIMARY WITH CITY OF PALM SPRINGS/AIRPORT INSURANCE POLICIES BEING EXCESS OVER THE SUBCONTRACTOR'S COVERAGE.
ALL OPERATIONS
CERTIFICATE HOLDER CANCELLATION
CITY OF PALM SPRINGS/AIRPORT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELED BEFORE THE
3400 E TAFIQUITZ CANYON WAY EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30
PALM SPRINGS,CA 92262 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT
FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF
ANY KIND UPON THE COMPANY,ITSAGE_NTS OR REPRESE,NTATNES.
AUTHORIZED REPRESENTATIVE � ��'?:'L,. /