HomeMy WebLinkAbout25024AGREEMENT INFORMATION
AGREEMENT NUMBER
25024
NAME/TYPE OF AGREEMENT
AIRBUS HELICOPTERS, INC.
DESCRIPTION
AMENDMENT NO. 4 TO HCARE PBH SUPPORT
AGREEMENT/USE OF THE H-CARE PROGRAM FOR
HELICOPTER PARTS/FILE ID: 3755/R-18-0141/MATTER ID: 23-
3412
EFFECTIVE DATE
June 12, 2024
ATTESTED BY
TODD B. HANNON
ATTESTED DATE
6/12/2024
DATE RECEIVED FROM ISSUING
DEPT.
6/13/2024
NOTE
DOCUSIGN AGREEMENT BY EMAIL
CITY OF MIAMI
DOCUMENT ROUTING FORM
ORIGINATING DEPARTMENT: Department of Procurement
DEPT. CONTACT PERSON: Aimee Gandarilla
NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Airbus Helicopters, Inc.
EXT. 1906
IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS?
TOTAL CONTRACT AMOUNT: $ FUNDING INVOLVED?
TYPE OF AGREEMENT:
❑ MANAGEMENT AGREEMENT
❑ PROFESSIONAL SERVICES AGREEMENT
❑ GRANT AGREEMENT
❑ EXPERT CONSULTANT AGREEMENT
❑ LICENSE AGREEMENT
OTHER: (PLEASE SPECIFY)
YES
YES
❑ PUBLIC WORKS AGREEMENT
❑ MAINTENANCE AGREEMENT
❑ INTER -LOCAL AGREEMENT
❑ LEASE AGREEMENT
❑ PURCHASE OR SALE AGREEMENT
NO
NO
PURPOSE OF ITEM (BRIEF SUMMARY): Amendment No. 4 to HCare PBH Support Agreement with Airbus Helicopters,
Sole Source 16-17-015
COMMISSION APPROVAL DATE: 4/12/2018
FILE ID: 3755 ENACTMENT NO.: 18-0141
IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN:
ROUTING INFORMATION
Date
PLEASE PRINT AND SIGN
DIRECTOR OF PROCUREMENT/CHIEF PROCUREMENT
OFFICER
May 31, 2024
Annie Perez, CPPO
14:54:50 77.—
SIGNATURE: -4-^^°
du Iifw:RS` 4R
RISK MANAGEMENT
May 31, 2024
Ann -Marie Sharpe
I 14:58:41 EDT
J.—oosema ar-
SIGNATURE: Vr
CITY ATTORNEY
Matter 23-3412
May 31, 2024
GACtr9E:16s\USpng III
SI NATURE: X—°-" -"'
Ant. RIS6u (i(
ASSISTANT CITY MANAGER, CHIEF FINANCIAL OFFICER
June 4, 2024
Larry Spring, CPA
18:49:07 EDT
SIGNATURE: (vrtq Spvit4
ASSISTANT CITY MANAGER, CHIEF OF OPERATIONS
Barbara Hernandez, MPA
SIGNATURE:
ASSISTANT CITY MANAGER, CHIEF OF INFRASTRUCTURE
Asael Marrero
SIGNATURE:
DEPUTY CITY MANAGER
Natasha Colebrook -Williams
SIGNATURE:
CITY MANAGER
June 11, 2024
AgItor919PEPOIV
I
SIGNATURE: griLitr 41, a.
r�,
CITY CLERK
June 12 , 2024
I TPgia3lOgOO@DT ®0 mmm®}
SIGNATURE:
PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER
City of Miami
Office of the City Attorney
Legal Services Request
To: Office of the City Attorney
From:
Eduardo Falcon
Contact Person
Procurement Contracting Manager
Title
5/31/2024
Date:
Procurement
Requesting Client
(305) 416-1901
Telephone
Legal Service Requested:
Matter 23-3412: Amendment No. 4 to HCare PBH Support Agreement with Airbus Helicopters,
Sole Source 16-17-015
Complete form and forward to the Office of the City Attorney or e-mail to Legal
Services. Do not assume that the Office of the City Attorney knows the background
of the question and/or issue, such as opinions on the same or similar issues, the
existence of relevant memos, correspondence, etc. Please attach to this form and/or
e-mail all pertinent information relating to the subject.
Once your request has been assigned, an e-mail will be sent to you with the
Assigned Attorney's name and the issued matter identification number.
All attorneys in the Office of the City Attorney shall fully comply with the Rules
Regulating the Florida Bar.
For Legal Services requesting an opinion from the Office of the City Attorney:
Issue opinion in writing.
Publish opinion after issuance.
Authorized by: Annie Perez
Date response requested by:
BELOW PORTION TO BE COMPLETED BY THE OFFICE OF THE CITY ATTORNEY
Assigned Attorney: Date: File No.
Approved by: Ultimate Client:
Comments: D / R Date:
Copy returned to Requesting Client
Type:
Matrix:
Category:
Copy to Ultimate Client
rev. 04/14/2017
PROFESSIONAL SERVICES AGREEMENT OVERVIEW
PSA TITLE:
Amendment No. 4 to HCare PBH Support Agreement
1. AWARD DELEGATED AUTHORITY:
❑ Chief Procurement Officer — Authority level of $ N/A
❑ City Manager — Authority level of $ N/A
x City Commission — RESOLUTION No. 18-0141
2. PROCUREMENT METHOD: ❑ RFP/RFQ ❑ IFB ❑ SOLE SOURCE 0 PIGGY -BACK
❑ PROFESSIONAL SERVICES UNDER $25,000
❑ OTHER (Please explain):
3. WHAT IS THE SCOPE OF SERVICES?
To provide a Parts by the hour for the Police Department Helicopter
4. IF CITYWIDE, WHAT ARE THE MOST FREQUENT USER DEPARTMENTS?
Police
5. IS THE AWARDEE THE INCUMBENT?
Yes
6. IS THE PRICING HIGHER, LOWER OR THE SAME AS THE CURRENT CONTRACT?
There is yearly 3% increase
7. WHEN DOES THE CURRENT CONTRACT EXPIRE?
N/A
8. WHAT WAS THE PREVIOUS SPEND ON THE CURRENT CONTRACT?
N/A
9. WHAT IS THE METHOD OF AWARD (Group, Item by Item etc.)?
N/A
AMENDMENT NO. 4
TO HCARE PBH SUPPORT AGREEMENT
This Amendment No. 4 (the "Amendment") is entered into and effective J une 12 , 2024 by and between
Airbus Helicopters, Inc. ("AHI") and The City of Miami (the "City"), located at 444 S.W. 2nd Ave, 6th Floor,
Miami, FL 33130.
RECITALS
WHEREAS, Pursuant to Resolution No. 18-0141, the City entered into an Agreement effective June 12, 2018 with
AHI for an H-Care Program Parts by the Hour ("PBH") component support of one AS350B2 helicopter, serial
number 8089, as specified therein; and
WHEREAS, pursuant to Amendments No. 1, 2 and 3, there were Administrative modifications consisting of
yearly price increase of 3%; and
WHEREAS, the Parties desire to amend the Agreement in accordance with the terms and conditions herein.
NOW THEREFORE, in consideration of the mutual benefits and obligations arising between the parties, AHI and
the City agree to the following amendment terms and conditions:
1. In accordance with Article 4 of the Agreement, the Parties agree to extend the term from June 12, 2023
through June 11, 2024. Furthermore, Article 4 shall be amended to allow automatic renewals for successive
one (1) year periods until such time as the City decides to terminate the agreement.
2. In accordance with Article 5.3 of the Agreement, the new hourly rate for flight hours operated during
calendar year 2024 is set at $217.18 USD per flight hour before taxes. This rate shall become effective on
January 1, 2024, and remain in effect through the remainder of the calendar year.
3. Article 19(b) of the Agreement is hereby amended to allow AHI the ability to terminate the Agreement for
its own convenience, by giving the City sixty (60) days written notice in the manner set forth in the Notices
Section therein. Upon such termination for convenience by AHI, all invoices issued up to the date of
termination will be due and payable by the City, and the City will be entitled to a buyout payment in
accordance with the terms of the Agreement.
4. Nondiscrimination, Equal Employment Opportunity, and Americans With Disabilities Act:
AHI shall not unlawfully discriminate against any person in its operations and activities or in its use or
expenditure of funds in fulfilling its obligations under this Agreement. AHI shall affirmatively comply with
all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any
services funded by the City, including Titles I and II of the ADA (regarding nondiscrimination on the basis
of disability), and all applicable regulations, guidelines, and standards. In addition, AHI shall take
affirmative steps to ensure nondiscrimination in employment against disabled persons.
AHI affirms that it shall not discriminate as to race, age, religion, color, gender, gender identity, sexual
orientation, national origin, marital status, physical or mental disability, political affiliation, or any other
factor which cannot be lawfully used in connection with its performance under the contract. Furthermore,
AHI affirms that no otherwise qualified individual shall solely by reason of their race, age, religion, color,
gender, gender identity, sexual orientation, national origin, marital status, physical or mental disability,
political affiliation, or any other factor which cannot be lawfully used, be excluded from the participation
in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection
with the conduct of its business, including performance of services and employment of personnel, AHI
shall not discriminate against any person on the basis of race, age, religion, color, gender, gender identity,
sexual orientation, national origin, marital status, physical or mental disability, political affiliation, or any
other factor which cannot be lawfully used. All persons having appropriate qualifications shall be afforded
equal opportunity for employment.
5. E-Verify Employment Verification:
AHI shall E-Verify the employment status of all employees and subconsultants to the extent required by
federal, state, and local laws, rules, and regulations. The City shall consider the employment by AHI of
unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If AHI
knowingly employs unauthorized aliens, such violation shall be cause for termination of this Agreement.
Furthermore, AHI agrees to utilize the U.S. Agency of Homeland Security's E-Verify System, https://e-
verify.uscis.gov/emp, to verify the employment eligibility of all employees during the term of this
Agreement. AHI shall also include a requirement in subconsultant agreements that the subconsultant shall
also utilize the E-Verify System to verify the employment eligibility of all employees of the subconsultant
during the term of this Agreement.
6. Counterparts; Electronic Signatures:
This Amendment may be executed in counterparts, each of which shall be an original as against either party
whose signature appears thereon, but all of which taken together shall constitute but one and the same
instrument. An executed facsimile or electronic scanned copy of this Amendment shall have the same force
and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this
Amendment (whether by facsimile, PDF or other email transmission), which signature shall be binding on
the party whose name is contained therein. Any party providing an electronic signature agrees to promptly
execute and deliver to the other parties an original signed Amendment upon request.
EXCEPT FOR THE ABOVE PROVISIONS, ALL OTHER TERMS AND CONDITIONS SET OUT IN
THE AGREEMENT SHALL REMAIN IN FULL FORCE AND EFFECT.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their
respective officials thereunto duly authorizedthis the day and year above written.
ATTEST
Print Name: U c .(a Z". iZV` fur
Title: giedIATIVF 455T
(Corporate Seal)
ATTEST:
By:
Todd B. Hannon,
"AHI"
By:
Print Name:
Title: ive_t Pgrt-
k
(Authorized Corporate Officer)
"City"
DocuSigned by: CITY OF MIAMI, a municipal
corporation
By:
13021.1519 rc+a Uy:
tt {6r AbviGoa
Arthur'%lOi-lega V, City Manager
APPROVED AS TO LEGAL FORM APPROVED AS TO INSURANCE
AND CORRECTNESS:
r's
By: 1 ( 4 LOU2uiuys64 iti By:
George K. Wysong III (Matter 23-3412)
City Attorney
REQUIREMENTS:
ra1n.cv)
Ann -Marie Sharpe
Director of Risk Management
AIRBUS
May 14, 2024
2024L-LEGAL.019
Mr. Eduardo Falcon
Procurement Contracting Manager
City of Miami
444 S.W. 2nd Avenue, 6th Floor
Miami, Florida 33130-1910
HELICOPTERS
Subject: Amendment No. 4 to HCare PBH Contract between Airbus Helicopters, Inc. and
City of Miami for Airbus Helicopters AS350 B2, s/n 8089
Dear Mr. Falcon:
As an officer of Airbus Helicopters, Inc. (AHI), I confirm that Jeremy Hurd, Head of PBH (Power
By the Hour), is authorized to sign the above -referenced amendment and to bind AHI thereto.
If you have any questions or require further information, please contact me at (972) 641-3645 or
via email at kevin.cabaniss@airbus.com.
Sincerely,
Kevin Cabaniss
Vice President, Secretary, and Head of Legal & Compliance
Airbus Helicopters, Inc.
2701 N. Forum Drive
Grand Prairie, TX 75052-7099
www.airbushelicoptersinc.com
AGENDA ITEM SUMMARY FORM
File ID: #3755
Date: 03/09/2018
Commission Meeting Date: 04/12/2018
Requesting Department: Department of
Police
Sponsored By:
District Impacted: All
Type: Resolution
Subject: Sole Source - H-Care Program for Police Helicopter
Purpose of Item:
The nature of this item is to authorize a resolution of the Miami City Commission, with
attachments, by a four -fifths (4/5ths) affirmative vote, pursuant to Section 18-92 of the
Code of the City of Miami, Florida, as amended, after an advertised public hearing,
ratifying, approving and confirming the City Manager's finding of a sole source, waiving
the requirements for competitive sealed bidding procedures, and approving the request
to enter into an agreement with Airbus Helicopters, Inc., to utilize the H-Care program
for helicopter parts. Allocating funds from the Police Department, subject to the
availability of funds and budgetary approval at the time of need.
Background of Item:
The City of Miami Police Department ("Police") has a need for the procurement of a
"parts by the hour" maintenance plan, for the recently acquired Airbus model AS350B2
helicopter. The H-Care Program is designed to establish a fixed parts cost, for most
parts on the helicopter, on a per flight hour basis, and will be active for as long as the
helicopter is owned by Police. The H-Care Program may be terminated at any time,
and a refund will be provided for any monies not utilized for the parts. However, if parts
utilized exceed the monies paid into the H-Care Program, an invoice will be issued for
the outstanding balance.
In February 2014, when the previous Police helicopter was sent to Rotortech Services
Inc. for inspection, it was found that the main rotor gearbox had a corrosion issue, and
needed to be sent directly to Airbus Helicopter for repair or overhaul. An estimate was
provided to Police in the amount of $245,000, for the repair or overhaul. Since monies
had not been allocated for said repairs, the helicopter was out of service for
approximately 18 months. Had there been an H-Care Program in place, the cost of the
parts would have been the same; however, the helicopter would have been repaired
immediately, and the City would not have incurred additional repair costs due to the
amount of time the helicopter was out of service. The H-Care Program will allow Police
to properly budget for maintenance and repairs of the helicopter without having to
declare an emergency, when expected or unexpected repairs or maintenance are
required.
Budget Impact Analysis
Item is an Expenditure
Item is NOT Related to Revenue
Item is NOT funded by Bonds
Total Fiscal Impact:
Estimated $54,564 annually, based on 400 hours per year ($272,820 for five years in -warranty
rate)
Estimated $72,752 annually, based on 400 hours per year ($363,760 for five years out warranty
rate)
Department of Police
Department of Police
Department of Police
Department of Procurement
Office of Management and Budget
Office of Management and Budget
Legislative Division
City Manager's Office
Office of the City Attorney
Office of the City Attorney
City Commission
Office of the Mayor
Office of the City Clerk
Legislative Division
Office of the City Attorney
Office of the City Clerk
Reviewed B
Bertine Louissaint
Ronald Papier
Jorge Colina
Annie Perez
Adine Cordero
Christopher M Rose
Valentin J Alvarez
Nikolas Pascual
Barnaby L. Min
Victoria Mendez
Maricarmen Lopez
Mayor's Office
City Clerk's Office
Valentin J Alvarez
Victoria Mendez
City Clerk's Office
Initial Police Review
Police Chief Review
Department Head Review
Procurement Review
Budget Analyst Review
Budget Review
Legislative Division Review
City Manager Review
Deputy City Attorney Review
Approved Form and Correctness
Meeting
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Completed
Signed by the Mayor Completed
Signed and Attested by the City Clerk Completed
Legislative Division Review Completed
Approved Form and Correctness with Modification(s)
Rendered Completed
03/09/2018 2:54 PM
03/14/2018 10:01 PM
03/15/2018 9:12 AM
03/16/2018 11:01 AM
03/19/2018 4:37 PM
03/20/2018 4:01 AM
03/27/2018 9:28 AM
03/30/2018 2:15 PM
03/30/2018 2:22 PM
03/30/2018 3:27 PM
04/12/2018 9:00 AM
04/19/2018 6:23 PM
04/19/2018 6:43 PM
04/20/2018 12:41 PM
Completed
04/20/2018 12:54 PM
City of Miami
Legislation
Resolution
Enactment Number: R-18-0141
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 3755 Final Action Date:4/12/2018
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S), BY A
FOUR -FIFTHS (4/5THS) AFFIRMATIVE VOTE, PURSUANT TO SECTION 18-92 OF
THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED ("CITY CODE"),
AFTER AN ADVERTISED PUBLIC HEARING, RATIFYING, APPROVING, AND
CONFIRMING THE CITY MANAGER'S FINDING OF A SOLE SOURCE, ATTACHED
AND INCORPORATED AS ATTACHMENT "A"; WAIVING THE REQUIREMENTS FOR
COMPETITIVE SEALED BIDDING PROCEDURES AND APPROVING THE
PROCUREMENT OF THE H-CARE PROGRAM FOR PARTS BY THE HOUR FOR
THE MIAMI POLICE DEPARTMENT ("MPD") HELICOPTER FROM AIRBUS
HELICOPTERS, INC., THE SOLE AUTHORIZED DISTRIBUTOR FOR AIRBUS
AIRCRAFT PARTS; ALLOCATING FUNDS FROM THE MPD, SUBJECT TO THE
AVAILABILITY OF FUNDS AND BUDGETARY APPROVAL AT THE TIME OF NEED;
AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT, IN
SUBSTANTIALLY THE ATTACHED FORM; FURTHER AUTHORIZING THE CITY
MANAGER TO NEGOTIATE AND EXECUTE ALL OTHER DOCUMENTS, INCLUDING
ANY AMENDMENTS, RENEWALS, AND EXTENSIONS, SUBJECT TO
ALLOCATIONS, APPROPRIATIONS AND BUDGETARY APPROVAL HAVING BEEN
PREVIOUSLY MADE, AND IN COMPLIANCE WITH APPLICABLE PROVISIONS OF
THE CODE OF THE CITY OF MIAMI, FLORIDA, AS AMENDED, ("CITY CODE"),
INCLUDING, WITHOUT LIMITATION, THE CITY OF MIAMI'S PROCUREMENT
ORDINANCE, ANTI -DEFICIENCY ACT AND FINANCIAL INTEGRITY PRINCIPLES,
ALL AS SET FORTH IN CHAPTER 18 OF THE CITY CODE, IN A FORM
ACCEPTABLE TO THE CITY ATTORNEY, AND IN COMPLIANCE WITH APPLICABLE
REGULATIONS, AS MAY BE NECESSARY FOR SAID PURPOSE.
WHEREAS, pursuant to Section 18-92 of the Code of the City of Miami, Florida, as
amended ("City Code"), the Chief Procurement Officer has adopted a finding that Airbus
Helicopters, Inc. is the sole provider of the H-Care Program for parts by the hour for Airbus
Helicopters; and
WHEREAS, the findings of the Chief Procurement Officer have been approved and
adopted as the findings of the City Manager, attached and incorporated as Attachment "A"; and
WHEREAS, the City Manager and the Chief Procurement Officer recommend that the
requirements for competitive sealed bidding procedures be waived and that the procurement of
the above services, as specified, be approved;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF
MIAMI, FLORIDA"
Section 1. The recitals and findings contained in the Preamble to this Resolution are
adopted by reference and incorporated as if fully set forth in this Section.
Section 2. By a four -fifths (4/5ths) affirmative vote, pursuant to Section 18-92 of the City
Code, after an advertised public hearing, the City Manager's findings of a sole source, attached
and incorporated as Attachment "A," are ratified, approved, and confirmed, the requirements for
competitive sealed bidding procedures are waived, and the procurement of the H-Care Program
for the Miami Police Department ("MPD") from Airbus Helicopters, Inc., the sole provider of the
H-Care Program for parts by the hour for the Airbus Helicopter is approved, with funds allocated
from MPD, subject to the availability of funds and budgetary approval at the time of need.
Section 3. The City Manager is authorized' to execute an agreement, in substantially
the attached form, with Airbus Helicopters, Inc., the sole provider of the H-Care Program for
parts by the hour for the Airbus Helicopter, as identified in Attachment "A."
Section 4. The City Manager is further authorized' to negotiate and execute all other
documents, including any amendments, renewals, and extensions, subject to allocations,
appropriations and budgetary approval having been previously made, and in compliance with
applicable provisions of the Code of the City of Miami, Florida, as amended ("City Code"),
including, without limitation, the City of Miami's Procurement Ordinance, Anti -Deficiency Act and
Financial Integrity Principles, all as set forth in Chapter 18 of the City Code, in a form acceptable
to the City Attorney, and in compliance with applicable regulations, as may be necessary for
said purpose.
Section 5. This Resolution shall become effective immediately upon its adoption and
signature of the Mayor.2
APPROVED AS TO FORM AND CORRECTNESS:
ndez,City ttor ey 3/30/2018
1 The herein authorization is further subject to compliance with all requirements that may be imposed by
the City Attorney, including but not limited to, those prescribed by applicable City Charter and City Code
provisions.
2 If the Mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days
from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective
immediately upon override of the veto by the City Commission.
MARSH
Marsh Specialty, a business of Marsh McLennan
500 Dallas Street; Suite 1500
Houston, TX 77002
Phone: 713-276-8314
E-Mail : Jennnifer.Grove@Marsh.com
CERTIFICATE OF INSURANCE
(Sometimes referred to herein as "this Certificate")
Subject to all of the below referenced Policy(ies)' declarations, insuring agreements, conditions
and exclusions (including but not limited to limits of liability, deductibles, warranties and/or
endorsements contained therein) (hereinafter, the "Policy(ies)' Terms"), this is to certify to:
City of Miami
444 S.W. 2nd Ave 10th Floor
Miami, Florida 33130
(Sometimes referred to herein as "th cate Holder(s)")
that the Insurers referred to below, each for their ow and not one for the other, are providing
the following insurance:
NAMED INSURED(S): Airbus Helicopters, (nd aVubsidiaries, affiliated, managed, owned or
controlled companies (hereinafter, the "Name
NAMED INSURED(S)' ADDRESS: 270orfve, Grand Prairie, TX 750522702 (hereinafter, the
"Named Insured(s)' Address")
POLICY PERIOD: 1 January to 31 QFmber 2024 both days inclusive local standard time at the
above address of the Insured einafter, the "Policy Period")
POLICY(IES) (hereinafter, the "Policy(ies)")/INSURERS (hereinafter, "Insurers")/POLICY
NUMBERS: Attached at the back of this certificate
GEOGRAPHICAL LIMITS: Worldwide.
DESCRIPTION OF CONTRACT(S) TO WHICH THIS CERTIFICATE APPLIES: PBH Agreement
between Airbus Helicopters, Inc. ("AHI") and the City of Miami ("the City") (as described below)
(hereinafter, the "Contract(s)")
DESCRIPTION OF EQUIPMENT TO WHICH THIS CERTIFICATE APPLIES: AS350B2 SN 8089
regarding helicopter engines, spare parts and equipment as required (hereinafter, the "Equipment")
Summary of some of the more significant insurance coverage(s), limit(s) of liability and deductible(s) of the Policy(ies)
INSURANCE COVERAGE(S)
LIMIT(S) OF LIABILITY
NOTE: AGGREGATE LIMITS WILL BE
REDUCED DUE TO PAID CLAIMS
WITHOUT FURTHER NOTICE TO THE
CERTIFICATE HOLDER(S)
DEDUCTIBLE(S)
1
Certificate The City of Miami
015 MARSH
Aviation liability insurance including bodily injury
liability, property damage liability, passenger legal
liability, contractual liability, personal injury liability,
hangarkeepers' liability, premises liability,
independaent contractors, excess automobile
liability, excess employers liability and damage to
the property of others.
Coverage includes Bodily Injury and/or Property
Damage in or about the Insured's aviation premises
as a direct result of the services granted by the
Insured, caused by the fault or negligence of the
Insured or by any defect in the Insured's premises,
ways, works, machinery or plant used in the
Insured's aviation business. Airports and helipads
owned and/or operated by the Insured are
considered to be Aviation Premises
Coverage includes liability arising out of the use by
the Named Insured(s) of any automobile or mobile
equipment operated by the Named Insured(s) while
on restricted airport premises (areas of aircraft
operations).
Combined single limit (bodily injury,
property damage, personal injury
(passengers only)) US$5,000,000 any one
occurrence/offense and in the annual
aggregate as personal injury liability
(passengers only), subject to the following
sublimits which are included within and not
in addition to the limit set forth above:
Personal injury liability (to third parties
other than passengers): US$5,000,000
any one occurrence, any one offense, and
in the annual aggregate;
Commercial General Aggregate not
applicable.
4,1/
On,c,t
0 ow
o scck'
4(e ny
PQ
10% of the loss amount with a
minimum of US$1,500 and a
maximum of US$20,000 any
one occurrence as respects
hangarkeepers liability;
2
Certificate The City of Miami
100 MARSH
SPECIAL PROVISION(S)
Solely as respects: (i) the Insurance Coverage(s) noted above, (ii) the Contract(s) and only to the
extent of the insurance requirements and/or the Named Insured(s)' indemnity obligations under the
Contract(s), subject to all of the Policy(ies)' Terms applying, (iii) the Equipment (if applicable) and
(iv) the aircraft operations of the Named Insured(s), the following provision(s) apply(ies):
NOTE: The term "Additional Insured(s)" when used in the following Special Provision(s) in the
context of other than aircraft liability insurance is for sole purpose of identifying party(ies) to the
Contract(s) (or others party(ies), as may be required) and shall not be construed as providing any
rights to said party(ies) other than as provided under the Policy(ies).
Solely as respects aircraft liability insurance: The City of Miami, its respective directors, officers,
employees, agents, servants, partners, affiliates, successors and assignees of each referred to above
is/are included as additional insured(s) (the "Additional Insured(s)") as their respective interests may
appear, warranted no operational interest.
Solely as respects aircraft liability Insurance: This insurance is primary without right of contribution
from any other insurance which is carried by the Additional Insured(s).
As respects all coverages: In the event of cancellation of
including non payment of premium) by Insurers or adverse
Insurers agree that such cancellation or change shall no
licy(ies) (for any reason whatsoever,
al change of the Policy(ies) by Insurers,
ective as to the Additional Insured(s) until
thirty (30) days after issuance of notice to the Certifica IiolQer(s) (through Marsh USA) at the address(es)
shown on the first page of this Certificate. i(
If this Certificate (which for the purposes is a ?next paragraph only also includes any
Broker Letter issued in connection with th- e contain(s) provision(s) to give notice of
certain events (as undertaken by us in tht rti is ("Events") to the Certificate Holder(s) and if
those Events occur with respect to, oli s), said notice(s) will be sent to the Certificate
Holder(s) at the address(es) shown arathe s page of this Certificate. Because this Certificate
initially may be transmitted via electrdnicl or means other than the U.S. Postal Service, if there
is/are no Certificate Holder(s)' ress(es) shown above or if the Certificate Holder(s)' address(es)
shown above is/are incompe, out of date or incorrect, it is incumbent upon the applicable
Certificate Holder(s) to notify Marsh USA (in writing, at the above address) of the correct
address(es) of said Certificate Holder(s). Failure to do so will relieve Marsh USA of any obligation
to notify the applicable Certificate Holder(s) of any Events relating to the Policy(ies) other than to
the Certificate Holder(s)' address(es) (to the extent they are complete) shown on the first page of
this Certificate UNLESS, prior to the Events occurring, the applicable Certificate Holder(s)
provide(s) Marsh USA (in writing, at the above address) with the correct Certificate Holder(s)'
address(es), in which case Marsh USA will be obligated to provide notice of Events to the applicable
Certificate Holder(s) as undertaken by us in this Certificate.
This Certificate (and unless otherwise noted herein, the coverage(s) afforded the Certificate
Holder(s) (and/or those designated as Additional Insured(s) and/or loss payee(s) and/or otherwise)
under this Certificate and the Policy(ies)) shall automatically terminate, without further notice, upon
the earliest of (i) natural expiration of the Policy(ies) on the date shown above; (ii) cancellation of
the Policy(ies) prior to the natural expiration date (as notified to the Certificate Holder(s) in
accordance with the provisions of this Certificate); (iii) termination of the Contract(s), except with
respect to aircraft liability insurance required to be maintained after contract termination, in
accordance with the provisions of the Contract(s); (iv) (solely with respect to this Certificate and
not with respect to the coverages) afforded the Certificate Holder(s) (and/or those designated as
Additional Insured(s) and/or loss payee(s) and/or otherwise) under this Certificate and the
Policy(ies)) our ceasing to be the insurance broker for the Named Insured(s) in respect of the
Policy(ies); and/or (v) in the case of aircraft hull insurance and/or aircraft spare parts insurance,
termination of either the Named Insured(s)' or the Certificate Holder(s)', (and/or those designated
as Additional Insured(s) and/or Toss payee(s) and/or otherwise) under this Certificate and the
Policy(ies) insurable interest(s) in the Equipment (and in the latter cases, only with respect to those
3 Certificate The City of Miami
PO MARSH
particular Certificate Holder(s) (and/or those designated as Additional Insured(s) and/or loss
payee(s) and/or otherwise) under this Certificate and the Policy(ies).
This Certificate: (i) does not consitute a contract between Insurers, Marsh USA and the Certificate
Holder(s); (ii) is issued as a summary of the Policy(ies) referred to herein; (iii) is issued as a matter
of information only; (iv) confers no rights upon the Certificate Holder(s) (and/or any other party that
may be named in this Certificate as additional insured(s), Toss payee(s), contract party(ies) or
otherwise) other than those provided by the Policy(ies); (v) neither affirmatively nor negatively
alters, extends or amends any of the Policy(ies)' Terms; and, (vi) notwithstanding any requirement,
term or condition of any contract, agreement or other document with respect to which this
Certificate may be issued or may pertain, is subject always to the Policy(ies)' Terms. The
undersigned has been authorized by the above Insurers to issue this Certificate on their behalf and
is not an insurer and has no liability of any sort under the Policy(ies) as an insurer as a result of
this certification.
DATE OF ISSUE: January 1, 2024
4,1/
On,c,t
o scck'
4(e ny
PQ
Marsh USA
4 Certificate The City of Miami
From: Gomez Jr., Francisco (Frank)
To: Carbonell. Aileen
Cc: Quevedo, Terry; Aviles, Yesenia
Subject: RE: PROCUREMENT INSURANCE REVIEW FOR AIRBUS HELICOPTERS INC COI
Date: Thursday, March 7, 2024 10:41:14 AM
Attachments: image002.pnq
image004.pnq
Yes
Frank Gomez, PIAM, CPI I
Property & Casualty Manager
City of Miami
Risk Management
(305) 416-174o Office
(305) 4-6-176o Fax
fgomez@miamigov.com
O,
4//1/
_e(< (.1"'t
<<)/ (P'
Ok/
4Ce ())/
"Serving, Enhancing, and Transforming our Community"
From: Carbonell, Aileen <ACarbonell@miamigov.com>
Sent: Thursday, March 7, 2024 10:40 AM
To: Gomez Jr., Francisco (Frank) <FGomez@miamigov.com>
Cc: Quevedo, Terry <TQuevedo@miamigov.com>; Aviles, Yesenia <YAviles@miamigov.com>
Subject: RE: PROCUREMENT INSURANCE REVIEW FOR AIRBUS HELICOPTERS INC COI
Frank,
Is the first certificate enough to move forward with approval? I will omit the other COI.
Please advise.
Should you have any questions or concerns, please do not hesitate to contact me at
information listed below.
Kind regards,
Aileen Carbonell, MPA
Department of Procurement
444 SW 2nd Avenue, en Floor
Miami, Florida 33 l 30
Office: (305) 41$-1922
Facsimile: (305) 4I6-1925
Email: acarbonell a miami.gov
Website: https://www.miami.gov/Government/Departments-
Organizations/Procurement
Vendor Registration: https://www.miami.gov/Business-Licenses/Doing-Business-with-
the-City/Register-as-a-City-Supplier-Vendor
"Serving, Enhancing, and Transforming our Communi
Mission: The City of Miami Departmof
procure quality goods and seryf
management services at the bal e
customer service, process e ficieiZy
accountability, and maintain li st.
`i Please consider the enviro before printing this e-mail
CONFIDENTIAL COMMUNICATION
rement's mission is to ethically
n, construction and construction
r the City, while providing excellent
transparency, fairness, competition,
The information contained in this transmission may contain privileged and confidential information. It is intended
only for the use of the person(s) named above. If you are not the intended recipient, you are hereby notified that
any review, dissemination, distribution, or duplication of this communication is strictly prohibited. If you are not the
intended recipient, please immediately contact the sender by reply e-mail and destroy all copies of the original
message. Thank you.
"Please Note:
Due to Florida's very broad public records law, most written communications to or from City of Miami employees
regarding City business are public records, available to the public and media upon request. Therefore, this e-mail
communication may be subject to public disclosure.
From: Gomez Jr., Francisco (Frank) <FGomezPmiamigov.com>
Sent: Thursday, March 7, 2024 10:02 AM
To: Carbonell, Aileen <ACarbonellPmiamigov.com>
Cc: Quevedo, Terry <TQuevedoPmiamigov.com>; Aviles, Yesenia <YAvilesPmiamigov.com>
Subject: RE: PROCUREMENT INSURANCE REVIEW FOR AIRBUS HELICOPTERS INC COI
Aileen,
Only the first COI showing $5m dollar limit is adequate. The other COI is not in
compliance.
Thanks,
Frank Gomez, PIAM, CPI I
Property & Casualty Manager
City of Miami
Risk Management
(305) 416-174o Office
(305) 416-176o Fax
fgomez@miamigov.com
4,1/
O�
,cst
J 5•1 (Pv
�O 0)O
"Serving, Enhancing, an rtform►r our Community"
From: Carbonell, Aileen <ACarbonellPmiamigov.com>
Sent: Thursday, March 7, 2024 9:43 AM
To: Gomez Jr., Francisco (Frank) <FGomezPmiamigov.com>
Cc: Quevedo, Terry <TQuevedoPmiamigov.com>; Aviles, Yesenia <YAvilesPmiamigov.com>
Subject: PROCUREMENT INSURANCE REVIEW FOR AIRBUS HELICOPTERS INC COI
Importance: High
Good morning,
Please review the insurance attached at your earliest convenience and advise if adequate
according to insurance requirements contained therein. Thank you!
Kind regards,
Aileen Carbonell, MPA
Procurement Assistant
Department of Procurement
444 SW 2nd Avenue, 6th Floor
Miami, Florida 33130
Office: (305) 416-1922
Facsimile: (305) 416-1925
Email: acarbonell(@miamigov.com
Remit W9 to: PurchasingSupplierAdmins(Wmiamigov.com
Website: https://beta.miamigov.com/Government/Departments-
Organizations/Procurement
1'
V
C16:
s"Servin9, Enhancing,and �f ng our Community"
CONFIDENTIAL COMMUNICATIO ��
The information contained in this transmission may contain privileged and confidential information. It is
intended only for the use of the person(s) named above. If you are not the intended recipient, you are
hereby notified that any review, dissemination, distribution, or duplication of this communication is strictly
prohibited. If you are not the intended recipient, please immediately contact the sender by reply e-mail
and destroy all copies of the original message. Thank you.
"Please Note:
Due to Florida's very broad public records law, most written communications to or from City of Miami
employees regarding City business are public records, available to the public and media upon request.
Therefore, this e-mail communication may be subject to public disclosure.
Olivera, Rosemary
From: Gandarilla, Aimee
Sent: Thursday, June 13, 2024 9:11 AM
To: Hannon, Todd
Cc: Olivera, Rosemary; Brown, Sadie; Mickens, Tania
Subject: Amendment HCare Support Agreement Airbus Helicopters, Inc. SS 16-17-015 (matter
23-3412)
Attachments: Amendment HCare Support Agreement Airbus Helicopters, Inc. SS 16-17-015 (matter
23-3412).pdf
Good morning Todd,
Please find attached the fully executed copy of an agreement from DocuSign that is to be considered an
original agreement for your records.
Thank you,
Qintee canda,tiaa
Procurement Assistant
City of Miami Procurement Department
444 SW 2' Avenue, 6thfloor, Miami, FL 33130
P (305) 416-1906 F (305) 400-5073 E agandarilla@miami.gov
"Serving, Enhancing, and Transforming our Community"
i