Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Access Professional Systems Inc; 2015-09-21; PEM1207
PEM1207 AGREEMENT FOR ACCESS GATE PREVENTATIVE MAINTENANCE SERVICES ACCESS PROFESSIONAL SYSTEMS, INC. is made and entered into as of the ~ / ..s~ day of '-----\'1~'-+-...L.,..<~~.LL--+---~· 2015, by and between the CITY OF CARLS"BAD, a municipal cop ration, ("City"), and ACCESS PROFESSIONAL SYSTEMS, INC., a California corporation, ("Contractor"). RECITALS A. City requires the professional services of a gate installation and maintenance company that is experienced with dual opening gates, HySecurity gate operators and Elite (Icon 26 series) telephone entry systems. B. Contractor has the necessary experience in providing professional services and advice related to servicing and repairing dual swing open gates, electronic operators and telephone entry systems located at the Carlsbad Safety Training, 5750 Orion Street, Carlsbad, California 92010. 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 attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of five (5) years from the date first above written. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed will not exceed two thousand five hundred dollars ($2,500) 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 (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". City Attorney Approved Version 4/1/15 PEM1207 6. 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 Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City 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 execution of the contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 7. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 8. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. City Attorney Approved Version 4/1115 2 PEM1207 9. OTHERCONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 10. 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. 11. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have 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. 11.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 11.1.1 Commercial General Liability Insurance. $2,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 11.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $1 ,000,000 combined single-limit per accident for bodily injury and property damage. 11.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 11.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. City Attorney Approved Version 4/1/15 3 PEM1207 11.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 11.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 11.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 11.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 11.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 12. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 13. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 14. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 15. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. City Attorney Approved Version 4/1/15 4 PEM1207 16. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City Name Jason Kennedy Title Facility Manager Department Public Works City of Carlsbad Address 5750 Orion Street Carlsbad, California 92010 Phone No. 760-931-2236 For Contractor Name AI Jenkins Title Operations Manager Address 1955 Cordell Court, Suite 1 04 El Cajon, California 92020 Phone No. 858-571-4444 Email al@accessprofessionals.com Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 17. 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. 18. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 19. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 20. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (1 0) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding City Attorney Approved Version 4/1/15 5 PEM1207 upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 21. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 22. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 23. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 24. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. City Attorney Approved Version 4/1/15 6 PEM1207 25. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 26. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill City Attorney Approved Version 4/1/15 7 PEM1207 27. 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 (sign here) CITY OF CARLSBAD, a municipal corporation of the State of California Patrick A. Thoma Public Works Director as authorized by the City Manager 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 City Attorney Approved Version 4/1/15 8 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 ~~~· ~~~~~~~7~~~~~~~~~~.~~~~~ A notary public or other officer completing this certificate verifies only the Identity of the individual who signed the document to which this certificate Is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of . ~\Q'OQ ~ . . , , . . On q == betoreme, C:<ls-\.M M-ecbrrJ,D~ilibftG Date Here Insert Name and Title of the Officer personally appeared Qu,SS£ Q Q lze QY\()..Ald Sc.J:ye.ppmo...~Vl Q { Name(s) of Signer(s) _ N A , who proved to me on the basis of satisfactory evidence to be the ~~!~~~-whose name~ islafe- subscrlbed to the within instrument and acknowledged to me that he/ executed the same in hls/Rel'/their authorized capacity(fesr,and that by hislhe1/their slgnature(eton the Instrument the person(sr, or the entity upon behalf of which the perso.o.(.s).acted, executed the Instrument. • CRISTINA MEDINA Commllslon • IOMH1 Notarr PubliC • Clfifornte Sen Dlqo c., t7 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. --------------------------oPnONAL-------------------------- Though this section is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document . ~ (9, r· I ! ~ Title or Type of Document: YVtli ntera CQ" ' ocument Datj: t-.':-=-u_._L_C{ _ __:~=-- Number of Pages: i21_ Signer(s) Other Than NflledAbove: f\ / ~ Capacity(ies) Claimed by Slgner{s) Signer's Name: Signer's Name:------------ 0 Corporate Officer-Tltle(s): 0 Corporate Officer-Tltle(s): _____ _ 0 Partner -0 Limited 0 General 0 Partner -0 Limited 0 General D Individual 0 Attorney in Fact 0 Individual 0 Attorney In Fact 0 Trustee 0 Guardian or Conservator D Trustee 0 Guardian or Conservator 0 Other: 0 Other: ------------- Signer Is Representing: Signer Is Representing: --------- ~~ ~ ©2014 National Notary Association • www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 PEM1207 EXHIBIT "A" SCOPE OF SERVICES Service Descri~tion Cost Total Bi-Annual Maintenance (Two maintenance visits per $200 per visit $400.00 year. See proposal for detailed checklist.) Based off of service rates for emergency service calls outside of bi-annual Emergency Service Calls preventative maintenance $800.00 visits. (See page 3 of proposal dated 31 March 2015). Replacement Parts & Labor $1,300 $1,300.00 Total not-to-exceed .. , ... ····~·::~~~:¢&:.~;;.>·•··;.· .•... ·• ... . . $2,500 I r••·•·.· •¥;•:•!! ••:•··. ·· z·n .•.. .,;::.~·~~::( i~u(;.~?·;iiioi!IJ::, >.r/';C,;;,,. i .. •i•''iil)!/;<:>ii'ii'i City Attorney Approved Version 4/1/15 9 1955 Cordell Court Suite 104 El C.jon, CA 92020 B58.571 • .UU Phone 858.571.4450 Fax Carlsbad Safety Training Center 5750 Orion Street Carlsbad, CA 92010 Attn: Mr. Jason Kennedy Exhibit "A" March 31, 2015 (760) 931-2236 Re: Preventative Maintenance Agreement for the gate and gate operator systems for Carlsbad Safety Training Center5750 Orion Street, Carlsbad Ca. 92010 The general purpose of this program is to establish a consistent routine of properly maintaining your gates and gate operating systems while providing emergency service as required. A longer and more reliable, useful life of the product is the intended benefit of our Preventative Maintenance Program. We do not expect to eliminate all problems relating to your gates and gate operators, however, we do expect to decrease the volume of problems significantly. This will be accomplished through periodic inspections including proper lubrication and adjustments as detailed on the following pages. As a property manager/owner, you are conscious of cost and the need for reliability and security provided by your gates and gate operators. Having a gate out of operation normally results in the necessity for you to hire additional security or leave some portion of your property in a compromising or vulnerable situation. Consequently, it is essential that the gates be properly maintained to minimize down time. In order to maximize the efficiency of this program, we will establish a priority file for your property. This file will contain the following information. A) A detailed map indicating actual locations of each gate, corresponding with gate numbers as assigned by our personnel. This will simplify communications when requesting emergency service. B) Actual specifics regarding each gate such as size. type, manufacturer, etc. This will enhance our ability to respond to your needs promptly with appropriate personnel and equipment to resolve problems. C) A detailed record of all inspections, results, and action taken. THE PREVENTATIVE MAINTENANCE PROGRAM FOR THE GATES WILL INCLUDE THE FOLLOWING: (1) Check and tighten hinges or rollers as needed. (2) Inspect for excessive wear or stress. Page 2 (3) Check brackets for secure mounting. (4) Check track for secure mounting. (5) Inspect for proper alignment and security. (6) Oil or grease rollers, bearings, hinges, or any moving parts as needed. (7) Check overall operation of gates. THE PREVENTATIVE MAINTENANCE PROGRAM FOR THE GATE OPERATORS WILL INCLUDE THE FOLLOWING: (1) Check chain for sag and tighten. (2) Check gear reducer oil level. (3) Check all sprockets and pulleys for alignment. tighten set screws as needed. (4) Oil or grease bearing and chain. (5) Check clutch and adjust as needed. (6) Check belts for excessive wear. (7) Check electrical connections. (8) Check all safety devices for proper operation. (9) Check overall operation of gate operator. THE PREVENTATIVE MAINTENANCE PROGRAM FOR THE TELEPHONE ENTRY SYSTEMS WILL INCLUDE THE FOLLOWING: (if applicable) (1) Check system clarity. (2) Check system voltage. (3) Check 12-volt power. (4) Check gate open circuit. (5) Check postman's switch. (6) Check police switch. (option) (7) Check system memory. (8) Check system lighting. (9) Check Fire Department knox switch. THE EQUIPMENT COVERED UNDER THIS MAINTENANCE AGREEMENT WILL INCLUDE: ITEM (1) (2) (3) (4) (5) (6) (7) (8) DESCRIPTION HySecurity Swing smart DC gate operators Vehicle detection/reverse loops Shadow loop Automatic exit loop Fire Department Knox switch SDG&E keyway Fire Strobe Elite Dial code telephone entry system QTY 2 2 1 1 1 1 1 2 Page 3 Below are the details for the maintenance agreement on the gates, gate operators, and telephone entry systems. MAINTENANCE AGREEMENT Access Professionals, Inc. will provide preventative maintenance on all gates, gate operators, telephone entry systems, and related equipment as follows: • Maintenance to include sufficient on site labor to provide appropriate service on a Bi- Annual schedule. • Replace drive belts when needed. TOTAL COST FOR BI-ANNUAL MAINTENANCE AGREEMENT: $200.00 per visit The minimum duration for the Maintenance Agreement is six (6) months. All call out service calls to be charged at the rate of $55.00 per service call and $96.00 per hour labor with a one-hour minimum. Labor to be prorated for time on site after the first hour. The standard overtime service rate of $65.00 per service call and $128.00 per hour labor with a one-hour minimum, including round trip drive time, to apply for service performed after 5:00 PM and before 8:00 am Monday through Friday, anytime on the weekends and holidays. Labor to be prorated after the first hour. If during a routine maintenance service we find that a part needs to be replaced, we will notify you which part requires replacement and the total cost. All repairs or damage due to vandalism or negligence will be billed as a regular service call. Access Professionals, Inc. must be notified thirty (30) days in advance in writing of your intent to cancel this agreement. Payment must be made upon receipt of the maintenance billing. We would like to take this opportunity to thank you for considering Access Professionals, Inc. for this service. We are a state licensed contractor no. 430971. Respectfully submitted, .Jt{ jenkins Access Professionals, Inc. 1955 Cordell Court, Suite 1 04 El Cajon, CA 92020 (858) 571-4444 Date of Acceptance ______ _ By: ;· Kathy Hamilton From: Sent: To: Cc: Subject: Dear Consultant: Kathy Hamilton Tuesday, September 29, 2015 1:49 PM 'al@accessprofessionals.com' Jason Kennedy; Shelley Collins; Donna Heraty (Donna.Heraty@carlsbadca.gov) 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 gate installation and maintenance- 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. Please disregard the email you received earlier today. Should you have any questions, please do not hesitate to contact me. Kindest regards, Citv Carlsbad Shelley Collins, CMC Assistant City Clerk City Clerk's Office City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008-1949 www.carlsbadca.gov 760-434-2917 I Shelley.Collins@carlsbadca.gov Facebook I Twitter I You Tube I Flickr I Pinterest I Enews 1