Loading...
HomeMy WebLinkAboutJezisek, Joe dba The Door Company; 2016-01-11; PEM1349AGREEMENT FOR DOOR PREVENTATIVE MAINTENANCE AND REPAIR SERVICES AT THE SAFETY TRAINING CENTER THE DOOR COMPANY PEM1349 THIS AGREEMENT is made and entered into as of the f .I day of "t')//l({t/-'1/ , 2016, by and between the CITY OF CARLSBAD, a municipal corpo'ration, ("9ily"), and JOE JEZISEK dba THE DOOR COMPANY, a sole proprietorship, ("Contractor"). RECITALS A. City requires the professional services of a service provider specializing in the repair, adjustment and maintenance of various commercial doors to include motorized garage doors, forcible entry or breaching training doors and associated locking systems and hardware. B. Contractor has the necessary experience in providing professional services and advice related to the repair, adjustment, replacement and preventative maintenance on various types of entry doors to include the replacement or repair of associated hardware such as handles, hinges, locksets, electronic motors, thresholds and door frames. D. Contractor has the necessary experience with welding, concrete cutting, drilling and metal fabrication as required to repair or replace damaged or unserviceable doors and related hardware. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in Exhibit "A", attached and incorporated by this reference in accordance with the terms and conditions set forth in this Agreement. 2. TERM This Agreement will be effective for a period of five (5) years from the date first above written. 3. COMPENSATION The total fee payable for the Services to be performed will not exceed eight thousand dollars ($8,000) per agreement year. No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. City reserves the right to withhold a ten percent (1 0%) retention until City has accepted the work and/or the Services specified in Exhibit "A." 4. WAGE RATES The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City City Attorney Approved Version 4/1/15 PEM1349 Engineer. The contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the contract 5. STATUS OF CONTRACTOR Contractor will perform the Services as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under the control of City only as to the results to be accomplished. 6. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 7. INSURANCE Contractor will obtain and maintain policies of commercial general liability insurance, automobile liability insurance, a combined policy of workers' compensation, employers liability insurance, and professional liability insurance from an insurance company authorized to transact the business of insurance in the State of California which has a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non- admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report, in an amount of not less than one million dollars ($1 ,000,000) each, unless otherwise authorized and approved by the Risk Manager or the City Manager. Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims- made coverage. The insurance will be in force during the life of this Agreement and will not be canceled without thirty (30) days prior written notice to the City by certified mail. City will be named as an additional insured on General Liability which shall provide primary coverage to the City. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. Contractor will furnish certificates of insurance to the Contract Department, with endorsements to City prior to City's execution of this Agreement. 8. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 9. COMPLIANCE WITH LAWS Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment and will obtain and maintain a City of Carlsbad Business License for the term of this Agreement. City Attorney Approved Version 4/1/15 2 PEM1349 10. TERMINATION City or Contractor may terminate this Agreement at any time after a discussion, and written notice to the other party. City will pay Contractor's costs for services delivered up to the time of termination, if the services have been delivered in accordance with the Agreement. 11. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees it may be subject to civil penalties for the filing of false claims as set forth in the California False Claims Act, Government Code sections 12650, et seq., and Carlsbad Municipal Code Sections 3.32.025, et seq. Contractor further acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to terminate this Agreement. 12. JURISDICTIONS AND VENUE Contractor agrees and stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this Agreement is the State Superior Court, San Diego County, California. 13. ASSIGNMENT Contractor may assign neither this Agreement nor any part of it, nor any monies due or to become due under it, without the prior written consent of City. 14. AMENDMENTS This Agreement may be amended by mutual consent of City and Contractor. Any amendment will be in writing, signed by both parties, with a statement of estimated changes in charges or time schedule. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill City Attorney Approved Version 4/1/15 3 PEM1349 1~ AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR JOSEPH V. JEZISEK dba THE DOOR COMPANY, a sole proprietorship By~~ ~eTe) Joe Jezisek I Sole Proprietor-Owner (print name/title) By: (sign here) (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A. Chairman, President, or Vice-President Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney By:_~,_____,_-=-==-U---=~=-------"=----- ·~;City Attorney City Attorney Approved Version 4/1/15 4 PEM1349 EXHIBIT "A" SCOPE OF SERVICES Contractor agrees to perform the following services at the Carlsbad Safety Training Center located at 5750 Orion Street, Carlsbad California 92010 on an annual basis and for emergency repair services: Item #1: Conduct inspection and preventative maintenance to doors located on the main building housing the shooting ranges and training rooms: • Eight (8) glass pane doors on the first floor. The four (4) main entrance doors to the main lobby are controlled by automated security locking systems. • Two (2) double bay ballistic doors leading into the 25 yard shooting range. Doors are controlled by automated security system. • Four (4) single ballistic doors leading into the 25 yard and 100 yard shooting ranges. • One (1) single, sliding ballistic door that separates the interior space of the 25 yard and 100 yard shooting ranges. • One (1) motorized garage door leading into the range equipment storage area. • Twenty (36) standard frame hollow core, metal doors. Item #2: Conduct inspections and preventative maintenance to doors located on the residential training structure: • Six (6) standard frame, hollow core, metal doors (two (2) of which are coated with Padgenite fire resistant board. • One (1) garage door, not motorized). • One (1) BTl Ram breaching door (kitchen area). • One (1) Tru-Force forcible entry pry breaching door (main entrance). • Two (2) fence gates surrounding lawn area of residential structure. Item #3: Conduct inspections and preventative maintenance to doors located on the commercial training structure: • Fifty-two (52) hollow core metal doors. • Two (2) BTl Ram breaching doors (West side 151 FL, West side 2nd FL). • One (1) BTl Pry breaching door (East side 1st FL). • One (1) Tru-Force forcible entry pry breaching door (North side, 1st FL). Item #4: Conduct inspections and preventive maintenance to doors located in the streetscape training area: • Six (6) hollow core metal doors. • One (1) BTl Ram breaching door. • One (1) BTl Pry breaching door. • Four ( 4) bullet trap entry doors. • Six (6) gate doors (East personnel gate has automated security access system) City Attorney Approved Version 4/1/15 5 PEM1349 Repair and preventive maintenance services will consist of the following tasks: -Adjust lock sets and door catches. -Adjust or repair door openers and closers. -Adjust or repair door handles. -Adjust or repair door hinges. -Adjust or repair lock sets to include adjustments to automated locking systems. -Adjust, lubricate, or repair motorized door openers on roll-up type garage doors. -Adjust, lubricate, or repair mechanical door openers on roll-up type garage doors. -Repair gate hinges, panels and locking systems. -Adjust and lubricate all sliding door assemblies. -Repair, replace and install door stops and bumpers as required. -Adjust, repair, or replace damaged thresholds and weather sweeps. -Adjust, repair, or replace damaged weather stripping and gaskets. Cost Analysis: Labor/Inspections ............................................................................. $6, 000.00 • $30.00 per hollow core metal door. • $60.00 per large garage door. Additional hardware or materials required for door repairs ............... $2,000.00 Total cost per year (not to exceed) ................................................... $8,000.00 **Notes: 1. Contractor will coordinate with the Facility Manager for all repairs and maintenance services. 2. Door hardware components requiring replacement will be substituted with SureCraft or similar hardware that matches the original construction and design specifications for the Safety Training Center. City Attorney Approved Version 4/1/15 6 Donna Heraty From: Sent: To: Cc: Subject: Dear Consultant: Donna Heraty Thursday, January 14, 2016 7:58 AM 'joe@innovationdoors.com' Rhonda Gasper-Heather; Janean Hawney Form 700 -Conflict of Interest -It has been determined by the City Clerk's Office that you are not required to file a Conflict of Interest Statement Regarding your agreement with the City of Carlsbad for Door Preventative Maintenance and Repair Services at the Safety Training Center, PEM1349 - If your agreement states: Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interest in all four categories. It has been determined by the City Clerk's Office that you are not required to file a Conflict of Interest Statement for this agreement with the City of Carlsbad. A copy of this email will be added to your file memorializing this decision. Should you have any questions, please do not hesitate to contact me. Kindest regards, (City of Carlsbad Donna Heraty, CMC Deputy City Clerk City Clerk's Office City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008-1949 www.carlsbadca.gov 760-434-2808 us Facebook I Twitter I You Tube I Flickr I Pinterest I Enews 1