Loading...
HomeMy WebLinkAboutCompressed Air Specialties Inc; 2014-02-20; PEM1048PEM1048 AGREEMENT FOR BAUER BREATHING AIR COMPRESSOR UNIT SERVICES (COMPRESSED AIR SPECIALITIES, INC.) ^ THIS AGREEMENT is made and entered into as of the day of •7^/?rrj^/^\/ 2014, by and between the CITY OF CARLSBAD, a municipal (Corporation, ("Ofty"), and COMPRESSED AIR SPECIALITIES, INC. , a California corporafion, ("Contractor"). RECITALS A. City requires the professional services of a service provider specializing in servicing and certifying compressed breathing air compressor units under the guidelines for air testing listed under NFPA 1500: Standard on Fire Department Occupational Safety and Health Program. B. Contractor has the necessary experience in providing professional services and advice related to the preventative maintenance, repairs and certifications of Bauer breathing air compressor units. 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 during the agreement term will be in an amount not to exceed seven thousand five hundred dollars ($7,500). 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 the Services specified in Exhibit "A." 4. 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. 5. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, daniages, 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. City Attorney Approved Version 1/30/13 6. 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 rating in the Best's Key Rafing guide of at least A-:VII OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rafing Guide of at least "A:X", in an amount of not less than one million dollars ($1,000,000) each, unless othenvise 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 nofice 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. Contractor will furnish certificates of insurance to the Contract Department, with endorsements to City prior to City's execution of this Agreement. 7. 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. 8. COMPUANCE 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. 9. TERMINATION City or Contractor may terminate this Agreement at any fime 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. 10. 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 Secfions 3.32.025, et seq. Contractor further acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to terminate this Agreement 11. JURISDICTIONS AND VENUE Contractor agrees and stipulates that the proper venue and junsdiction for resolution of any disputes between the parties arising out of this Agreement is the State Superior Court, San Diego County, California. 12. 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. 13. AMENDMENTS This Agreement may be amended by mutual consent of City and Contractor. Any amendment will be in wrifing, signed by both parties, with a statement of esfimated changes in charges or time schedule. 14. AUTHORITY City Attorney Approved Version 1/30/13 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 COMPRESSED AIR SPECIALTIES, INC., a California con (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California oyor Of Director By: (sign here) {print name/tifie) 4. ^SE- ^-TTA^W POKL A^fPTAey 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 empowenng the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIAA. BREWER, City Attorney By:. Assistant City Attorney \ City Attorney Approved Version 1/30/13 -CALIFORNIA ALL-PURPOSE ACKNOWLEDMENT State Of California County Of Orange On v.g>\. \ before me, Brij Prasad, a notary public personally appeared who 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/sbe/they executed the same in hts^ber/their authorized capacity(ies), and that by hiS/bef/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. BRIJVRASAD"! C0MM...1986852 S NOTARY PUBLIC-CAUFORNIA H ORANGE COUNTY td My Term trcp ^^^gj^^^-j^]^ (Optional) Title/Type of the document: />.&gg^^^MT 'T'=^ \Zf>-i}&l^ Document Date: V - S I -1 ^' Number of Pages ^ ^ Signer(s) other than named above Signer's Capacity: EXHIBIT "A" SCOPE OF SERVICES CO.MFI^ES.SFD Am [SPECIAL rms, INC.) 1310 Simpson Circle Anaheim, CA 32aQ6-5531 (714) 991-8600 fax (714) 991-1120 wwwxompairspec.com 5 h3wn@compairspec.cDm Califomia C&rtified Small Business 11158098 Carlsbad Safety Training Center Attn: Jason Ksmsdy 5750 Oritwi Street Carisbad. 0^92010 P: 760.931.2236 E: }a5on.l£{^&dy@caihbadca^v Quotation for Annual Services Quote #3584 6/18/13 "Qty" 1 ' 1 1 1 1 1 1 1 •estmption CL751-1 Galloft Chemlut}c751 D6D037 Secunjs cartridge MD4735 PtjrificaticKn o-ring MD4739 Purrficafeai backup ring M25950 intake fBter M25325ai finer Quarterfy NFPA 150D airtestinfl program iAfast€ oil disposal Hours, l^or and trav^ N ats: Should additional parts or repaifs be needed ypcsn mspection, they W0I be at an additianal cost iotal $&D.OO 360. [K] $162,00 Sio ^n S162.Q0 $5.75 $5.75 $25.00 $25.D0 $25.00 $25,00 $4a5.00 $485.00 $7.00 57. DO S110.00 S44D.00 Sub-total $1,218 95 ServEce charge $35.00 Tax $61.76 Total $1,315.71 -Annual onsite services will not exceed $1,500 per visit unless amendments for parts are required. -Total 5 year service agreement will not exceed $7,500. City Attorney Approved Version 1/30/13