Loading...
HomeMy WebLinkAbout1995-06-20; City Council; Resolution 95-1591 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 I 20 21 22 23 24 25 26 27 28 0 0 EXHIBIT 2 RESOLUTION NO. 95-159 A RESOLUTION OF THE CITY COUNCILOF THE CITY OF CARLSBAD, CALIFORNIA ACCEPTING A BID AND AUTHORIZING THE EXECUTION OF A CONTRACT FOR MAINTENANCE OF MECHANICAL SYSTEMS AND EQUIPMENT ~~ NOW THEREFORE BE IT RESOLVED by the City Council of the City of Carlsbad, ( as follows: 1. That the bid of Southcoast Heating & Air Conditioning, 4055 Ocean: Oceanside CA 92056, is hereby accepted and the Purchasing Officer is hereby a to execute a purchase order for the acquisition of maintenance services for the peri 1, 1995 through June 30, 1998, which may be renewed by the City Manage additional one (1) year periods, with revised contract prices set by mutual agreen 2. That the Mayor of the City of Carlsbad is hereby authorized and d execute a contract, a copy of which is attached hereto, for and on behalf of tt Carlsbad. PASSED, APPROVED AND ADOPTED by the City Council of the City of C a regular meeting held on the 20th day of JUNE , 1995, by the vote, to wit: AYES: Council Members Lewis, Nygaard, Kulchin, Finnila, Hall NOES: None ABSENT: None ATTEST: (SEAL) 0 0’ EXHIBIT A CONTRACT THIS CONTRACT, made and entered into as of the 21st day corporation, hereinafter referred to as “City”, and SOUTHCOAST HEATING & I CONDITIONING, hereinafter referred to as “Contractor.” JUNE , 19 95 j by and between the CITY OF CARLSBAD, a munici RECITALS The City requires maintenance and preventative maintenance for mechani systems and equipment services and the Contractor possesses the necessary skills i qualifications to provide the services required by the City; NOW, THEREFORE, in consideration of these recitals and the mutual coven; contained herein, City and Contractor agree as follows: I. CONTRACTORS OBLIGATIONS The Contractor’s obligations shall be as described in the document entii “Specifications for Preventative for Maintenance Mechanical Systems and Equipmen the City of Carlsbad”, and in the Contractor’s bid proposal, both in their entirety which attachments to and part of this contract. Changes to the contract documents and Contractor’s obligations will be processed as described in paragraph 4 of this contr; 2. FEES TO BE PAID TO CONTRACTOR The total fees payable shall not exceed $44,286.00. This fee will cover v completed by the Contractor as described in the contract documents. No o compensation for services will be allowed except those items covered by cont supplements per Paragraph 4, “Changes in Work.” 3. DURATION OF CONTRACT This contract shall extend for a period of three years from the date of execut The contract may be extended by the City Manager for two additional one (I) year peri or parts thereof, based upon a review of satisfactory performance and the City’s net The parties shall prepare extensions in writing indicating effective date and length of extended contract. 4. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or the f and informal consultations with the other party indicate that a change in the conditior the contract is warranted, the Contractor or the City may request a change in cont Such changes shall be processed by the City in the following manner: A letter outli the required changes shall be forwarded to the City by the Contractor to inform them o proposed changes along with a statement of estimated changes in charges. supplemental contract shall be prepared by the City and approved by the City accor to the procedures described in Carlsbad Municipal Code Section 3.28.1 72. : -0 supplemental contract shall not render ineffective or invalidate unaffected portions of tt- contract. 5. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not-employed or retained any compar or person; other than a bona fide employee working for the Contractor, to solicit or secu, this contract, and that Contractor has not paid or agreed to pay any company or perso other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, 1 .any other consideration contingent upon, or resulting from, the award or making of th contract. For breach or violation of this warranty, the City shall have the right to annul th contract without liability, or, in its discretion, to deduct from the contract price consideration, or otherwise recover, the full amount of such fee, commission, percentag brokerage fees, gift, or contingent fee. 6. NONDISCRIMINATION CLAUSE regarding nondiscrimination. 7. TERMINATION OF CONTRACT In the event of the Contractor's failure to prosecute, deliver, or perform the work provided for in this contract, the City may terminate this contract for nonperformance notifying the Contractor by certified mail of the termination of the contractor. 8. DISPUTES If a dispute should arise regarding the performance of work under this contract, t following procedure shall be used to resolve any question of fact or interpretation'r otherwise settled by contract between parties. Such questions, if they become identifi as a part of a dispute among persons operating under the provisions of this contract, sh be reduced to writing by the principal of the Contractor or the City . A copy of su documented dispute shall be forwarded to both parties involved along with recommend methods of resolution which would be of benefit to both parties. The City or princir receiving the letter shall reply to the letter along with a recommended method of resoluti within ten (IO) days. If the resolution thus obtained is unsatisfactory to the aggriev party, a letter outlining the dispute shall be forwarded to the Office of the City Manager resolution. The City Manager may then opt to consider the directed solution to t problem. In such cases, the action of the City Manager shall be binding upon the part involved, although nothing in this procedure shall prohibit the parties seeking remed available to them at law. This contract shall be governed by the laws of the State California. 9. SUSPENSION OR TERMINATION OF SERVICES This contract may be terminated by either party upon tendering thirty (30) d: written notice to the other party. In the event of termination, the Contractor shall be p for work properly performed to the termination date; however, the total shall not exceed i fee payable for that quarter. The City shall make the final determination as to the portic of tasks completed and the compensation to be made. 0' The Contractor shall comply with California State law and United States 1: 2 0 IO. STATUS OF THE CONTRACTOR 0. The Contractor shall perform the services.provided for herein as an independe contractor and not as an employee of the City. Contractor shall be under control of ti- City only as to the result to be accomplished, but shall consult with the City as providc for in this contract. The persons used by the Contractor to provide services under th contract shall not be considered employees of the City for any purposes whatsoever. The Contractor is an independent contractor of the City. The payment made to tk Contractor pursuant to the contract shall be the full and complete compensation to whic the Contractor is entitled. The City shall not make any federal or state tax withholdings ( behalf of the Contractor or his/her employees or subcontractors. The City shall not I required to pay any workers' compensation insurance or unemployment contributions ( behalf of the Contractor or hidher employees or subcontractors. The Contractor agrel to indemnify the City for any tax, retirement contribution, social security, overtime paymel unemployment payment or workers' compensation payment which the City may be requirc to make on behalf of the Contractor or any employee or subcontractor of the Contraci for work done under this contract. The Contractor shall be aware of the requirements of the Immigration Reform a Control Act of 1986 and shall comply with those requirements, including, but not limit to, verifying the eligibility for employment of all agents, employees, subcontractors a Consultants that are included in this contract. 11. HOLD HARMLESS CONTRACT The City, its officers, and employees shall not be liable for any claims, liabilitic penalties, fines, or any damage to goods, properties, or effects of any person whatev nor for personal injuries or death caused by, or resulting from, any intentional or neglig( acts, errors or omissions of Contractor or Contractor's agents, employees, representatives. Contractor agrees to defend, indemnify, and save free and harmless City and its officers and employees against any of the foregoing claims, liabiliti penalties or fines, including liabilities or claims by reason of alleged defects in any pl; and specifications, and any cost, expense or attorney's fees which are incurred by the ( on account of any of the foregoing. 12. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monies c thereunder without the prior written consent of the City. 13. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under contract by the Contractor, Contractor shall be fully responsible to the City for the acts i omissions of Contractor's subcontractor and of the persons either directly or indire employed by the subcontractor, as Contractor is for the acts and omissions of persl directly employed by Contractor. Nothing contained in this contract shall create contractual relationship between any subcontractor of Contractor and the City. - Contractor shall bind every subcontractor and every subcontractor of a subcontractor the terms of this contract applicable to Contractor's work unless specifically noted to contrary in the subcontract in question approved in writing by the City. 3 14. PROHIBITED I P I EREST 0. No official of the City who is authorized in such capacity on behalf of the City negotiate, make, accept, or approve, or take part in negotiating, making, accepting, approving of this contract, shall become directly or indirectly interested personally in tt contract or in any part thereof. No officer or employee of the City who is authorized such capacity and on behalf of the City to exercise any executive, supervisory, or simi functions in connection with the performance of this contract shall become directly indirectly interested personally in this contract or any part thereof. 15. VERBAL CONTRACT OR CONVERSATION No verbal contract or conversation with any officer, agent, or employee of the C either before, during or after the execution of this contract, shall affect or modify any of ' whatsoever under the terms of this contract. 16. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 11, "Hold Harmless Contract," all terr conditions, and provisions hereof shall inure to and shall bind each of the parties herc and each of their respective heirs, executors, administrators, successors, and assign terms or obligations herein contained nor entitle the Contractor to any additional paym 17. EFFECTIVE DATE This contract shall be effective on and from the day and year first written abok ... ... ... ... ... a.. ... ... ... ... ... 4 e e' 18. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to recei written notice on behalf of the City and on behalf of the Contractor in connection with t foregoing are as follows: For City: For Contractor: Purchasing Officer or Building Maintenance Superintendent City of Carlsbad 1200 Carlsbad Village Drive Carlsbad CA 92008 President Southcoast Heating & Air Conditioning 4055 Oceanside Blvd Oceanside CA 92056 19. INSURANCE The Contractor shall obtain and maintain policies of general liability insurar: automobile liability insurance, and a combined policy of worker's compensation i employers liability insurance from an insurance company authorized to do business in State of California which meets the requirements of City Council Resolution No. 91-1 in an insurable amount of not less than one million dollars ($1,000,000) each, unles lower amount is approved by the City Attorney or the City Manager. This insurance s be in force during the life of this contract and shall not be canceled without thirty (30) d prior written notice to the City sent by certified mail. The City shall be named as an additional insured on these policies. The Contra shall furnish certificates of insurance to the City before commencement of work. ... ... ... ... ... ... 0.. 5 a 0' 20. BUSINESS LICENSE duration of the contract. Contractor shall obtain and maintain a City of Carlsbad Business License for t Executed by Contractor this 5% day of Juy-e t 19, 9 CONTRACTOR: (name of Contractor) /i&"&&. sc,..: /LC.C e;td o2:JyJ A bd A** City Clerk 'UT-, #/A\ ., c"J "". ".. ... ATTEST: .I 2 q, -. -31 -+ -. 1% ICA,! fi 15 , Q,, ci.k - c* .~ <>/# .I g IG/?-SL.& , sec..ew/ 1 L-1 ,- L l,/r8/ib,,,:-q , jqc., 2 (print name here) (title and organization of$ignatory) (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign corporations. If only one officer signs, the corporation must attach a resolution cett by the secretary or assistant secretary under corporate seal empowering that officc bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney BY 4 6*LJ* CT" 0epu+City Attorney 6 " if=-" : y :\ v .A \ %le of Czl ifor.v~l.? Couniy of 3.3 3: et70 On \J 5195 before me, s!-.err-J 14. ';r'i1ccc~~sc.:~, :ICTA?Y personzlly qpeared c "k-T7 \PC, \ r 1- kc : 5m "t-yc. fi !J personzlly known 10 me - OR -. proved io me-on rhe bzsis oF&iiS:zCroi e\ ' :o be the per.son(s) whose name(s) subscribed to the within instrument E knowledged io me thEt b&=iW;hey EX the same in h"fiiheir auth, capEcity(ies), 2nd the1 by "e signziure(s) on ihe irsiruriient the per >A: E h4V.E.37-E Of OFFCLi. f G-.J~VE >X. N>:A=Y T'J~LI WGIS;\DJ&GX %l 1 * SCO* 1 , ... - "".""_ - . , "".."_. - ' -. . ,. OFFiClAL SE~L .. . . i j . ,: ., . , , -. .~ , ..I... '. r ;\. SHF",; ' ,$. '." ..*.* '7: I .: ., -c* 4 Y bc;. V!Ai.C62KS~[j !I ' . : '.- .!::.. .:.. ix.r,vw PLJ~L~c-c~~L~F~F~NIA.~~, , , ,, *I i: ' .;.?;.:;.2*'' h:i''! c:I:'.?id. EX?. APR 13, 199~ .- - .- ..."_. __." i ' . ". ... , -$$ /) C3MX E1Q. 1022922 *[.' S.4N DIEGO COIJMTY . " ...-.- ."." _."_ -xzxz-"---- IT or ihe efiiity upon beheif of whit person(s) tc'led, exSCUiEd ihe insift WITNESS my hznd 2nd offici21 sezl. .. OPTIONAL - I !'Cu;!l :)x5 c'2:2, bfiCtV is RDi :??>ired by kw. il m.Ey p;3\'E! r..EluESe ',a pz:f~z.~ ;e!yinc 5~ ;?,e t;>;.dGsnt 2nd ccs 1.-, B.:d,,~srrf .i. :- - :fECEchn€ni 0: ;his lorn. , , CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOC1 - , .. L' Ih''D!','IDUXL .. 5 CGF..'0?,,4TTE GFFICES - \ps/5 p ) c Cj0-w " TITLE c3 ??E CF D0CU:dEXT .I "E 5) - -' i.G.TNES(s) - !A LIldlTE'3 7, L! G E X E =..:,L - r) - i-, .L.TCG.XE)"IX-FACT -. T,?t!S-iEE!S) -. ---.I I .I"L.'.'.fER CF ,=.kEEs !I ~~.~~~I.~~~CG~~E~\/~TC~ - LA GTEE.'i: 61.2 h5- CAT E OF DGCL'I.!E:\'T ~~ SIGh'ER IS REPRESENTING: - . " - c- :\:7-. is! ..,.: - "" ._.. - -.-t--.: -- " --- .. CIGI..E.G~S) CT+Es -i+,A:hi :,'AI,~E~ A: " "" - " - . ==zi" -5 -."- . - ... ".. .-.,C'.LL .- -.c-:.-y LCt" "C.C .ETCY'. :;If ="-e: :.e ; 3 E:, ;.E:. C>-,>" - -0 - i