Loading...
HomeMy WebLinkAboutTinosa Incorporated Annual Maintenance Air Compressors - 2022r AGREEMENT BY AND BETWEEN THE CITY OF NATIONAL CITY AND TINOSA INCORPORATED THIS AGREEMENT is entered into by and between the CITY OF NATIONAL CITY, a municipal corporation (the"CITY"), and TINOSA INCORPORATED (the "CONTRACTOR"). RECITALS WHEREAS., the CITY desires to employ a CONTRACTOR to perform annual maintenance and quarterly air samples on breathing air system compressors to include the changing and replacement of compressor oil filters, cartridges, and belts. WHEREAS., the CITY has determined that the CONTRACTOR is a California 0 corporation and is qualified by experience and ability to perform the services desired oy the CITY, and the CONTRACTOR NOW, FOLLOWS: is willing to perform such services. THEREFORE, THE PARTIES HERETO DO MUTUALLY AGREE AS 1. ENGAGEMENT OF CONTRACTOR. The CITY agrees to engage the CONTRACTOR to perform annual maintenance and quarterly air samples on breathing air system compressors to include the changing and replacement of compressor oil filters, cartridges belts, and the CONTRACTOR agrees to perform t terms and conditions contained herein. and he services set forth here in accordance with all The CONTRACTOR represents that all services shall be performed directly by the CONTRjCT01 or under direct supervision of the CONTRACTOR. 2.9 EFFECTIVE DATE AND LENGTH OF AGREEMENT. This Agreement shall not become effective and binding until fully executed by both the CITY and CONTRACTOR. The duration o this Agreement is from the effective date through January 31, 2026. Time durations for specific portions o the project are set forth t"n Exhibit "A". 3,o SCOPE OF SERVICES. The CONTRACTOR will perform services as set forth in the attached Exhibit "A". The CONTRACTOR shall be responsible for all research and reviews related to the work and shall not rely on personnel othe CITY for such services.) except as authorized in advance y the CITY. The CITY may unilaterally, or upon request from the CONTRACTOR, from time to time reduce or increase the Scope of Services to be performed by the CONTRACTOR under this Agreement. Upon doing so., the CITY and the CONTRACTOR agree to meet i"n good faith and confer for the purpose of negotiating a corresponding reduction or increase in the compensation associated with said change in seryices. Standard Short Form A reement Revised January 2021 Page 1 of 12 City of National Cite and Tinosa, Inc. 4,w PROJECT COORDINATION AND SUPERVISION. Captain Jeffrey Bogle hereby is designated as the Project Coordinator for the CITY and will monitor the progress and 1W execution of this Agreement. The CONTRACTOR shall assign a single Project Director to provide supervision and have overall responsibility for the progress and execution of this Agreement for the CONTRACTOR. General Manager Vanessa Davis thereby is designated as the Project Director for the CONTRACTOR. 5. COMPENSATION AND PAYMENT. The compensation for the CONTRACTOR shall be based on monthly billings covering actual work performed. Billings shall include labor classifications, respective rates, hours worked and also materials, if any. The total cost for all work described in Exhibit "A" shall not exceed $2,500.00 annually. The compensation for the CONTRACTOR'S work shall not exceed the rates set forth i*n Exhibit "A". Monthly invoices will be processed for payment and remitted within thirty (30) days from receipt of invoice, provided that work is accomplished consistent with Exhibit "A", as determined by the CITY. The CONTRACTOR shall maintain all books, documents, papers, employee time sheets,, accounting records, and other evidence pertaining to costs incurred, and shall make such 4P materials available at its office at all reasonable times during the term of this Agreement and for 4' three (3) years from the date of final payment under this Agreement, for inspection by the CITY, and for furnishing of copies to the CITY, i*f requested. 6. ACCEPTABILITY OF WORK. The CITY shall decide any and all questions Whichb may arise as to the quality or ptaility of the services performed and the manner of performance, the acceptable completion of this Agreement, and the amount of compensation due. In the event the CONTRACTOR and the CITY cannot agree to the quality or acceptability of the work, the manner of performance and/or the compensation payable to the CONTRACTOR I*n this Agreement, the CITY or the CONTRACTOR shall give to the other written notice. Within ten (10) business days, the CONTRACTOR and the CITY shall each prepare a report which supports their position and file the same with the other party. The CITY shall, with reasonable diligence, determine the quality or acceptability of the work, the manner o performance and/or the compensation payable to the CONTRACTOR. 7,w DISPOSITION AND OWNERSHIP OF DOCUMENTS. The Memoranda, Reports, Maps, Drawings, Plans, Specifications, and other documents prepared by the CONTRACTOR for this project, whether paper or electronic, shall: (1) be free from defects; (2) become the property o the CITY for use with respect to this project; and (3) shall be turned over do to the CITY upon completion o e project, or any phase thereof, as contemplated by this Agreement. Contemporaneously with the transfer of documents, the CONTRACTOR hereby 0 assigns to the CITY, and CONTRACTOR thereby expressly waives and disclaims any copyright in, and the right to reproduce, all written material, drawings, plans, specifications, or other work prepared under this Agreement, except upon the CITY'S prior authorization regarding reproduction, which authorization shall not be unreasonably withheld. The CONTRACTOR shall, upon request of the CITY, execute any further document s to further effectuate this waiver and disclaimer. The CONTRACTOR agrees that the CITY may use, reuse, alter, reproduce, modify, assign, transfer, or in any other way,, medium, or method utilize the CONTRACTOR'S written work product for the CITY'S purposes, and the CONTRACTOR expressly waives and Standard Short Form Agreement Revised January 2021 age 2 of 12 Citv `National Cittv and Tinosa. Inc. disclaims any residual rights granted to it by Civil Code Sections 980 through 989 relating to intellectual property and artistic works,. Anymodificationation or reuse by the CITY of documents, drawings, or specifications prepared by the CONTRACTOR shall relieve the CONTRACTOR from liability under Section 14, but only with respect to the effect of the modification or reuse by the CITY, or for any liability to the CITY should the documents be used by the CITY for some project other than what was expressly agreed upon within the Scope of Services of this project, unless otherwise mutually agreed. 8,b INDEPENDENT CONTRACTOR. Both parties hereto in the performance of this Agreement will be acting in an independent capacity and not as agents, employees, partners, or joint venturers with one another. Neither the CONTRACTOR nor the CONTRACTOR'S employees are employees of the CITY, and are not entitled to any of the rights, benefits, or Pnvil ment, the personal servdo ices of the CONTRACTOR'S employees, iandtisrecognized by the parties that 40 to the CITY for entering into this Agreement was, and is, the professional reputation and eizes of the CITY" S employees, including but not limited to retirement. medical. unemnlov- or workers' compensation insurance,, This Agreement contemplates the CONTRACTOR and a substantial inducement competence of the CONTRACTOR and its employees. Neither this Agreement, nor any interest herein,, may be assigned by the CONTRACTOR without the prior written consent of the CITY. Nothing herein contained is intended to prevent the CONTRA CTOR from employing or hiring as many employees, or SUBCONTRACTORS, as the CONTRACTOR may���deem necessary for the 'b proper and efficient performance of this Agreement. All agreements by CONTRACTOR with its SBCONTRACTORS) Shall requi Ure the SUBCONTRACTORS) to adhere to the applicable terms of this Agreement. 9. CONTROL.. Neither the CITY, nor its officers, agents, or employees shall have any control over the conduct o the CONTRACTOR or any of the CONT TOR'S employees, lb except as set forth in this Agreement. The CONTRACTOR, or the CONTRACTOR'S agents, servants, or employees are not in any manner agents, servants, or employees of the CITY. The CONTRACTOR and its agents,, servants, and employees are wholly independent from the CITY and CONTRACTOR'S obligations to the CITY are solely prescribed by this Agreement. 10. COMPLIANCE WITH APPLICABLE LAW. The CONTRACTOR, in the performance of the services to be provided herein, shall comply with all applicable state and federal statutes and regulations, and all aPplicable ordinances, rules, and regulations o the City of National City, whether now i*n force or subsequently enacted. The CONTRACTOR and each of its SUBCONTR.ACTOR(S}, shall obtain and maintain a current City o ional City business license prior to and during performance of any work pursuant to this Agreement. lie LICENSES, PERMITS, ETC. The CONTRACTOR represents and covenants that it has all licenses, permits,,,, qualifications, and approvals o whatever nature that are legally required to practice its profession. CONTRACTOR must promptly produce a copy of any such license, permit, or approval to CITY upon request. The CONTRACTOR represents and covenants that the CONTRACTOR Shall, at its sole cost and expense, keep in effect at all times durID ing the term of this Agreement, any license, permit, or approval which is legally required for the CONTRACTOR to practice its profession. Standard Short Form Agreement Revised January 2021 a e of12 CitV of National City and Tinosa. Inc. 12. STANDARD OF CARE. A. The CONTRACTOR, in performing any services under this Agreement, shall perm in a manner consi forsten members of the CONTRACTOR'S t with that. level of care and skill ordinarily exercised b trade or profession currently Dracticina under similar sp conditions and in similar locations. The a r a v CONTRACTOR shall take all special precautions necessary to protect the CONTRACTOR'S eiployees and members of the public from risk of lb harm arising out of the nature of the work and/or the conditions of the work site. Be Unless disclosed in writing prior to the date of this Agreement, the CONTRACTOR warrantsiants to the CITY that t is not now, nor has i t for the five (5) years nrecedi*nc!. been debarred bv a governmental agency or involved in proceedings concerning the CONTRACTOR I S materials or services relating thereto,. C. The CONTRACTOR professiona debarment, arbitration or litigation 1 perflomance or the furnishi rng of 4P lb is responsible for identifying any unique products,,, treatments, processes or materials whose availability is critical to the success of the project the do CONTRACTOR I as Ioerfiorm een retained to . within the time requirements of the CITY . or. when no time is specified, then CONTRACTOR has notified within a commercially reasonable time. Accordingly, unless the the CITY otherwise, the CONTRACTOR warrants that all products, Is matenals, processes or treatments iidentfied in the project documents prepared for the CITY are reasonably commercially avatlable. Any fai.lure by the CONTRACTOR to use due diligence under this sub -section will render the CONTRACTOR liable to the CITY for any increased costs that result from the CITY'S later inability to obtain the specified items or any reasonable substitute oftwithin a price range that allows for project completion in the time frame specified or,., when not specified, then within a commercially reasonable time. 13,o NON-DISCRIMINATION PROVISIONS. The CONTRACTOR shall not so so discriminate against any employee or applicant for employment because of age, race", color, ancestry, religion., sex,, sexual orientation, marital status, national origin, physical handicap, or medical condition. The CONTRACTOR will take positive action to insure that applicants are employed without regard to their age,, race, color, ancestry, religion, sex, sexual orientation, marital status, national origin, physical handicap, or medical condition. Such action shall include but not 0 be limited to the following: employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination,, rates o ay or other forms of compensation, and selection for training,, including apprenticeship. The CONTRACTOR agrees to post in conspicuous places available to employees and applicants for employment any notices provided by the CITY setting forth the provisions o this non-discrimination clause. 14-o CONFIDENTIAL INFORMATION. The CITY may from time to time communicate to the CONTRACTOR certain confidential information to enable the CONTRACTOR to effectively perform the services to be provi.ded herein. The CONTRACTOR Shall treat all such information as confidential and shall not disclose any part thereof without the prior written consent of the CITY. The CONTRACTOR shall limit the use and circulation o such information, even within its own organization, to the extent necessary to perform the services to be provided herein. The foregoing obligation o is Section 14, however, shall not apply to any part of the 1"nformation that (i) has been disclosed in publicly available sources of information; (ii) is, through no fault of the CONTRACTOR, hereafter disclosed i*n publicly available sources of information; (iii) is already in the possession of the CONTRACTOR without any obligation of confident iality; or (iv) has been or is hereafter rightfully disclosed to the CONTRACTOR by a Standard Short Form Agreement Revised January 202) 1 Page 4 of 12 City National City and Tinosa. Inc. third party, but only to the extent that the use or disclosure thereof has been or is rightfully authorized by that third party.. The CONTRACTOR shall not disclose any reports, recommendations, conclusions or other results of the services or the existence of the subject matter of this Agreement without the prior written consent of the CITY. In its perfiormance hereunder, the CONTRACTOR shall comply with all legal obligons it may now or hereafter have respecting the informatiation or other property of any other person,, firm or corporation. CONTRACTOR shall be liable to CITY for any damages caused by breach of this condition,, pursuant to the provisions of Section 15. 15o INDEMNIFICATION AND HOLD HARMLESS. To the maximum extent provided by law, The CONTRACTOR agrees to defend, indemnify and hold harmless the City of National City, its officers, officials, agents,, employees, and volunteers against and from any and all liability, loss,,, damages to property, injuries to., or death of any person or persons, and all claims, demands, suits, actions,, proceedings, reasonable attorneys' fees, and defense costs, of any kind or nature., including workers' compensation claims, of or by anyone whomsoever, resulting from or arising out of the CONTRACTOR"S perfiormance or other obligations under this Agreement ; provided, however, that this indemnification and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the CITY, its agents,, officers, employees or volunteers. CITY will cooperate reasonably in the defense of any action, and CONTRACTOR shall employ competent counsel, reasonably acceptable to the City Attorney. The indemnity, defense, and hold harmless obligations contained herein shall survive the termination of this Agreement for any alleged or actual omission, act,, or negligence under this Agreement that occurred during the term of this Agreement. 16. EMPLOYEE PAYMENTS AND INDEMNIFICATION. 16o 1 PERS Eligibility Indemnification. If CONTRACTOR's employees) providing services under this Agreement claims, or is determined by a court of competent jurisdiction or the California Public Employees Retirement System ("PERS") to be eligible for enrollment in PERS of the CITY, CONTRACTOR shall indemnify, defend, and hold harmless CITY for the payment of any employer amn employee contributions for PERS benefits on behalf o the employee as well as for payment of any penalties and interest on such contributions which would otherwise be the responsibility of the CITY. CONTRACTOR'S employees providing service under this Agreement shall not.* (1) qualify for any compensation and benefit under be entitled to any benefits under PERS; (3) enroll in PERS as an employee of CITY; (4) receive any employer contributions paid b CITY for PERS benefits; or (5) be entitled to any other PERS-related benefit that would accrue to a CITY employee. T TOR's employees hereby waive any claims to benefits or compensation described in this Section 16. This Section 16 applies to NTR.A.CTOR notwithstanding any other agency, state or federal policy, rule, regulation, law or ordinance to the contrary. 16.2 Limitation of CITY Liability. The payment made to CONTRACTOR under this Agreement shall be the full and complete compensation to which CONTRACTOR and CONTRACTOR'S officers, oyees,agens,an subcontractors are entitled for performance of Standard Short Form Agreement Revised January 2021 Page 5 of 12 Citv of National CiqP and "I'inosa. Inc. any work employees, ZM?11!r;PA under this Agreement. Neither CONTRACTOR nor CONTRACTOR'S officers, agents, and subcontractors are entitled to any salary or wages,, or retirement,, health, leave or other fringe benefits applicable to CITY employees. The CITY will not make any federal tax withholdings on behalf of CONTRACTOR. The CITY shall not be required to pay any, workers compensation insurance on behalf of CONTRACTOR. 1 1 contribution _ payment, or workers' compensation payment which the CITY may ne required to make on behalf ot (i) CONTRACTOR, (2) any employee of CONTRACTOR, or (3) any employee of CONTRACTOR construed to be an employee of the CITY, for work performed under this Agreement. This is a continuing obligation that survives the termination of this Agreement. 16.3 Indemnification for Emoloveeyments. CONTRACTOR agrees to defend and nueumu,rymthe CITY for any obligation, claim, suit, or demand for tax, retirement ncluding any contrbution to PERS, social security, salary or wages, overtime Citiv of National Citv and Tinosa, Inc. 17a WORKERS' COMPENSATION. The CONTRACTOR shall comply with all of the provisions of the WorkersCompensation Insurance and Safety Acts of the State of California, the applicable provisions of Division 4 and 5 of the Cal*fornia Labor Code and all amendments thereto.: and all similar State or federal acts or laws anoll harmle-qq the U-1 FY anti itr nffinPrc cable; and shall indemnify, and hold ..., ..__.__..., Jr_...,,,,,.,,,, ....� ................ from and against all claims, demands, payments, suits, actions, proceedings, and judgments of every nature and description, including reasonable attorneys fees and defense costs presented,, brought or recovered against the CITY or its officers, employees, or volunteers, for or on account of any liability under any of said acts which may be incurred b reason of any work to be performed b the CONTRACTOR under this Agreement. emninveec anri vnlnnteerc 18* INSURANCE. The CONTRACTOR, at its sole cost and expense, shall purchase and maintain, and shall require its SUBCONT CTOR(S), when applicable, to purchase and maintain throughout the term of this Agreement, the following insurance policies: A. ❑ If checked, Professional 1,iabiiInsurance (errors and omissions) with minimum limitsof$ 000000 peroccu ence. Be Automobile Insurance covering all bodily injury and property damage incurred during the performance of this Agreement, with a minimum coverage of $1,000,000 combined sing le limit per accident. Such automobile insurance shall include owned, non -owned, and hired vehicles. The policy shall name the CITY and its officers, agents, employees, and volunteers as additional insureds, and a separate additional insured endorsement shall be provided. C. Commercial General LI*ab*lity Insurance, with minimum limits of either $2,000,040 per occurrence and $4,000,000 aggregate, or $1,000,000 per occurrence and $2,000,000 aggregate with a $2,000,000 umbrella policy, covering all bodily injury and property damage arising out of its operations, work", or performance under this Agreement. The policy shall name the CITY and its officers, agents, employees, and volunteers as additional insureds, and a separate additional insured endorsement shall be provided. The general aggregate limit must apply solely to this "project" or "location". The "project" or "location" should be noted with specificity on an endorsement that shall be incorporated into the policy. ' D. Workers' Compensation Insurance in an amount sufficient to meet statutory requirements covering all of CONT TOR'S employees and employers' liability insurance with limits o at least 1,000,000 per accident. In addition, the policy shall be endorsed Standard Short Farm A reement Revised January 10071 age 6of12 with a waiver of subrogation in flavor of the CITY. Said endorsement shall be provided prior to commencement of work under this Agreement. If CONTRACTOR has no employees subject to the California Workers' Compensation and Labor laws, CONTRACTOR shall execute a Declaration to that effect. Said Declaration shall be provided to CONTRACTOR by CITY. E. The aforesaid policies shall constit officers., officials, employees, and volunteers contribute to any loss under said i written notice to the CITY's cancellation or material change ute primary insurance as to the CITY, its so that any other policies held by the CITY sha nsurance., Said policies shall provide for thirty (30 ) dasyprior Risk Manager, at the address listed i*n subsection G below, of 0 11 not F. If required insurance coverage is provided on a"clai' Is made " rather than " occurrence" form, the CONTRACTOR shall maintain such insurance coverage for three years after expiration of the term (and any extensions) of this Agreement. In addition, the "retro" date must be on or before the date of this Agreement. shall be0 : G. The Certificate Holder for all policies of insurance required by this Section City of National City c/o Risk Manager 4' 1243 Nationa National City 1 1 City Boulevard CA 91950-4397 H. Insurance shall be written with only insurers authorized to conduct business in CalIfornia that hold a current policy holder's alphabetic and financial size category rating of not 4P less than A:VII according to the current Best's Key Rating Guide", or a company of equal financial stability that i*s approved by the CITY'S Risk Manager. In the event coverage i*s provided by non- admitted " surplus lines" carriers, they must be included on the most recent List of Approved Surplus Line Insurers ('OLASLI and otherwise meet rating requirements,. I. This Agreement shall not take effect until certificates) or other sufficient proof that these insurance provisions have been complied with, are filed with and approved by the qh CITY'S Risk Manager. If the CONTRACTOR does not keep all insurance policies required by 4P this Section 18 in full force and effect at all times during the term of this Agreement, the CITY may treat the failure to maintain the requisite insurance as a breach of this Agreement and terminate the Agreement as Provided herein. 41 J. All deductibles and self -insured retentions in excess of $10,000 must be disclosed to and approved byrigh the CITY. CITY reserves the t to modify the insurance requirements of this Section 18) including Iimits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. K. If the CONTRACTOR maintains broader coverage or higher limits (or both) than the minimum limits shown above, the CITY shall be entitled to the broader coverage or higher limits or both) maintained by the CONTRACTOR. Any available insurNEI ance proceeds in excess o the specified minimum limits o insurance and coverage shall be available to the CITY. Standard Short Form Agreement Revised January 202. 1 Page 7 of 12 City at' National City and Tinosa. Inc. ?8 from 190 any LEGAL FEES. If any party brings a suit or action against the other party arising breach of any of the covenants or agreements or any inaccuracies in any of the representations and warranties on the part of the other party arising out of this Agreement,, then in that event, the prevailing party iinsuch acton or dispute, whether by final judgment or out -of -court settlement, shall be entitled to have and recover of and from the other party all costs and expenses of suit, including attorneys' fees. For purposes of determining who i*s to be considered the prevailing party, it is stipulated that attorneys fees incurred in the prosecution or defense of the action or suit shall not be considered in determining the amount of the judgment or award. Attorneys fees to the prevailing party if other than the CITY shall, in addition, be limited to the amount of attorneys fees incurred by the CITY in its prosecution or defense of the action, irrespective of the actual amount of attorneys fees incurred by the prevailing party. 20. TERMINATION. A. This Agreement may be terminated with or without cause by the CITY. Termination without cause shall be effective only, upon 60saday"s written notice to the CONTRACTOR.. During said 60-day period the CONTRACTOR shall perform all services in 4P accordance with this Agreement. B. T ireement may also be terminated immediately by the CITY for case in the event of a material breach of this Agreement, misrepresentation by the CONTRACTOR in connection with the fiormation of this Agreement or the performance of services, or the failure to perservices as di form rected by the CITY. C. Termination with or without cause shall be effected by delivery of written Notice of Termination to the CONTRACTOR as provided for herein., D. In the event of termination, all finished or unfinished Memoranda Reports,, Maps, Drawings, Plans, Specifications and other documents prepared I y the(0 T CTOR, 16 whether paper or electronic, shall immediately become the property o and be delivered tote CITY, and the CONTRACTOR shall be entitled to receive just and equitable compensation for any work satisfactorily completed on such documents and other materials up to the effective date of the Notice of Termination, not to exceed the amounts payable hereunder, and less any damages caused the CITY by the CONTRACTOR'S breach, i any. Thereafter, ownership o said written material shall vest in the CITY all rights set forth in Section 7. E. The CITY further reserves the right to immediately terminate this Agreement upon: (1) the filing of a petition in bankruptcy affecting the CONTRACTOR; (2) a reorganization of the CONTRACTOR for the benefit of creditors; or (3) a business reorganization, change in business name or change in business status o the CONTRACTOR. 21* NOTICES. All notices or other communications required or permitted hereunder shall be in writing, and shall be personally delivered; or sent by overnight mail (Federal Express or the like); or sent b registered or certifiedal , postage prepaid, return receipt requested; or sent by ordinary mail, postage prepaid; or telegraphed or cabled; or delivered or sent by telex, teleco Y, facsimile or fax,* and shall be deemed received upon the earlier o i) ipersona y delivered, the date of delivery to the address of the person to receive such notice,, (ii) if sent by overnight mail, the business day following its deposit in such overnight mail facility, in if mailed y registered, certified or ordinary mail, five (5) days (ten (10) days if the address is outside the State o alifornia) after the date o eposit in a post office, mailbox, mail chute, or other like facility regularly maintained b the United States Postal Service., {iv) if given by telegraphorcable, Standard Short Farm Agreement Revised January 2021 of Page 8 of 12 Citv r N inn l Citv- and W when delivered to the telegraph company with charges prepaid, or (v) if given b10 4Py telex, telecopy, IF facsimile or fax, when sent. Any notice, request, demand, direction or other communication delivered or sent as specified above shall be directed to the following persons: To CITY: Frank Parra Chief of Emergency Services Fire Department City of National City 1243 National City Boulevard National City, CA 91950-4397 To CONTRACTOR: Tim Kiley Vice President T'inosa Incorporated 6151 Progressive Ave., Ste. 300 San Diego, CA 92154 Notice of change of address shall be given by written not4' ice in the manner specified in this Section. Rejection or other refusal to accept or the inability to deliver because of changed address of which no notice was given shall be deemed to constitute receipt of the notice, demand, request or communication sent,. Any notice, request, demand, direction or other communication sent by cable.) telex, telecopy, facsimile or fax must be confirmed within forty-eight (48) hours by letter mailed or delivered as specified I*n this Section. 22,. CONFLICT OF INTEREST AND POLITICAL REFORM ACT OBLIGATIONS. During the term of this Agreement, the CONTRACTOR shall not perfodo rm services of any kind for any person or entity whose interests conflict in any way with those of the City of National City. The CONTRACTOR also agrees not to specify any product,, treatment, process or material for the project in which the CONTRACTOR has a material financial interest, do either direct or indirect, without first notifying the CITY of that fact. The CONTRACTOR shall at all times comply with the terms of the Political RefioAct and the National City Conflirm ct of Interest Code. The CONTRACTOR shall im e iate y isqualify itself and shall not use its official position lo influence in any way any matter coming I elore the CITY in which the CONTRACTOR has a financial interest as defined in Government Code Section 87103. The CONTRACTOR represents that it has no knowledge of any financial interests that would require it to disqualify i46 tself from any matter on which it might perform services for the CITY. ❑ If checked, the CONTRACTOR shall comply with all of the reportin90 4h 46 requirements o the Political Reform Act and the National City Conflict of Interest Code.. Specifically, the CONTRACTOR shall file a Statement of Economic Interests with the City Clerk of the City of National City in a timely manner on forms which the CONTRACTOR shall obtain from the City Clerk. The CONTRACTOR shall be strictly liable to the CITY for all damages, costs or expenses the CITY may suffer by virtue o any violation o this Section 22 by the CONTRACTOR. Standard Short Form Agreement Revised January ?021 a e of12 City ol'Nationa! City and Tinosa.lnc. 23e PREVAILING WAGES. State trevailina wage rates performed under this Agreement. State prevaiii ng wages rates apply to all may apply to work public works contracts as set forth in California Labor Code, including but not limited to,, Sections 1720, 1720-02ft 1720030 1720.4, and 1771. CONTRACTOR is solely responsible to determine if State prevailing wage rates apply and, if applicable, pay such rates in accordance with all laws, ordinances, rules, and regulations. ti this Agreement is or ends on a Saturday, Sunday or federal, state or legal holiday, then such date shall automatically be extended until 5:00 p.m. Saturday, Sunday or federal, state, or legal holiday 24. ADMINISTRATIVE PROVISIONS. A. Computation of Time Periods. I f any date or e period provided for i"n Pacific Time of the next day which is not a B. Counterparts. This Agreement may be executed in multiple counterparts,each of which shall be deemed an original, but all of which, together, shall constitute but one and the same instrument. C. Captions. Any captions to, or headings of, the sections or subsections of this Agreement are solely for the convenience of the parties hereto, are not a part of this Agreement, and shall not be used for the interpretation or determination of the validity of this Agreement or any provision hereof.D. No Obligations to Third Parties. Except as otherwise expressly provided herein, the execution and delivery of this Agreement shall not be deemed to confer any rights upon, or obligate any of theparties hereto, to any person or entity other than the parties hereto. E. Exhibits and Schedules. The Exhibits and Schedules attached hereto are hereby incorporated herein by this reference for all purposes. To the extent any exhibits, schedules,or provisions thereof conflict or are inconsistent with the terms and conditions contained in this Agreement, the terms and conditions of this Agreement shall control. F. Amendment to this Agreement. The terms of this Agreement may not be odified or amended except by an instrument in writing executed by each of the parties hereto.G. Assignment & Assumption of Rights. CONTRACTOR shall not assign this Agreement, in whole or in part, to any other party without first obtaining the written consent of CITY. H. Waiver. The waiver or failure to enforce any provision of this Agreement shall not operate as a waiver of any future breach of any such provision or any other provision ereof. Applicable Law. This Agreement shall be governed by and construed in accordance with the laws of the State of California. The venue or any legal action arising under this Agreement shall be in either state or ederal court in the County of San Diego, State of California J. Audit. If this Agreement exceeds ten -thousand dollars ($10,000), the parties shall be subject to the examination and audit of the State Auditor for a period of three 3) years after final payment under the Agreement, per Government Code Section 8546.7. K. Entire Agreement. This Agreement supersedes any prior agreements, negotiations and communications, oral or written, and contains the entire agreement between the parties as to the subject matter hereof. No subsequent agreement, representation, or promise made y either party hereto, or by or to an employee, officer, agent or representative of any party hereto shall be of any effect unless it is in writing and executed by the party to be bound thereby. Standard Short Farm Agreement Revised January ?0?1 Pagel0of12 pity of'National City and "Cinosa. Inc;. L. Successors ancl Assigns. This Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties hereto. M. Subcontractors or SubCONTRACTORs. The CITY is engaging the services of the CONTRACTOR identified in this Agreement. The CONTRACTOR shall not subcontract any portion of the work, unless such subcontracting was part of the original proposal or is allowed by the CITY in writing. In the event any portion of the work under this Agreement is subcontracted, the subCONTRACTOR(s) shall be required to comply with and agree to, for the benefit of and in favor of the CITY, both the insurance provisions in Section 18 and the indemnification and hold harmless provision of Section 15 of this Agreement. N. Construction. The parties acknowledge and agree that (i) each party is of equal bargaining strength, (ii) each party has actively participated in the drafting, preparation and negotiation of this Agreement, (Ili) each such party has consulted with or has had the opportunity to consult with its own, independent counsel and such other professional advisors as such party has deemed appropriate, relative to any and all matters contemplated under this Agreement, (iv) each party and such party's counsel and advisors have reviewed this Agreement, (v) each party has agreed to enter into this Agreement following such review and the rendering of such advice, and (vi) any rule or construction to the effect that ambiguities are to be resolved against the drafting party shall not apply in the interpretation of this Agreement, or any portions hereof, or any amendments hereto. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first above written. CITY OF NATIONAL CITY By. Brad Raulston, City Manager Date: /2- 717 APPROVED AS TO FIRM: By: Charles E. Bell Jr. City Attorney Date: C -% z1--10xz.. TINOSA INCORPORATED (Corporalloof '.Soj1fattrres of tivo corporate officers required) r (Partnershl ,rle proprietorship one signature) By; Dat By: Jacq cline Irley, CFO Date: Standard Short Form Agreemeni Page 11 of 12 Cite of National City and Revised lanuarN 2021 � Tinosa_ Inc. Exhibit "A" FINOSA, Inc. 6151 Progressive Ave., Ste. 300 San Diego, CA 92154 (619) 690-7440, FAX (61.9) 690-7488, www.tinosainc.com January 26, 2022 National City Fire Department Attn: Jeff Bogle Quote No. T22057 You requested a price quote to perform annual maintenance and quarterly air samples on your BAUER compressor. Maintenance to be performed and pricing is as follows (Labor rates based on $175 per hour). Item No. Qty/Hrs Description Unit Price Total 1 1 ea Provide o-ring kit (MAKOG-005M310) $18.50 $ 18.50 2 1 ea Provide air intake filter (MAKOG-003x0225) $52.00 $ 52.00 3 1 ea Provide air purifier filter (MAKOG-004P€31803P) $160.00 $ 160.00 4 1 ea Provide oil filter (98262--1148) $75.25 $ 75.25 5 1 gal Provide compressor oil (SL-500/GAL) $94.00 $ 94.00 6 3 hrs Labor to perform annual compressor maintenance $175.00 $ 525.00 7 4 ea Perform quarterly air sample analysis- flat rate $250.00 $ 10000.00 National City Sales Tax 8.75% $ 34.98 Quote Total $ 1,959.73 Quote valid for (30) days. If you have any questions please call. Sincerely, Vanessa Davis General Manager Standard Short Form .1urc nicni Pace 12 of 12 RL:Vi4CLl .[anuary 2021 CJIN of National C'itl and 1inosa. [tic. COVERAGES CERTIFICATE NUMBER: 32464 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR L� TYPE OF INSURANCE ADDL tNSFW SUBR Yyyp POLICY NUMBER POLICY EfF oatE (MMMDIM POLICY EXP one {trwoDIM UMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY a �E� LOC OTHER*. x 798BOO4627 12131121 12J31122 EACH OCCURRENCE $ 1 hooffsoo - DAMAGE TO PR M SES EaEoa;ure ce 5 100,000 MED EXP (Any one person) g 53000 PERSONAL & ADV INJURY g 19000,000 GENERAL AGGREGATE $ 2s000j000 PRODUCTS-COMPlOP AGG S 21000j000 S B AUTOMoe[LEUAe1uTY ANY AUTO OWNED x SCHEDULED AUTOS ONLY AUTOS HIREDxNON-OWNED x AUTOS ONLY AUTOS ONLY X X 504610147711001 11/18121 11/78/22 COMBINED SINGLE LIMIT � 190009000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident)S S UMBRELLA LI EXCESS LLAB OCCUR CLAIMS -MADE EACH OCCURRENCE $ AGGREGATE $ DED RETENTION $ $ C WORKERS COMPENSATION AND EMPLOYERS" LIABILITY Y PROPRIETORlPARTNEWEXECUTfVE YIN OFfICER/A5EA4BER EXCLUDED? (Mandatory In NFl) � 0 DESCRIPTION ►� of oaERanorrs below IA x TIWC225377 11108121 11/08/22 X PER OTH- E.L. EACH ACCIDENT $ 19000,000 E.L. DISEASE -EA EMPLOYEE $ 19000,000 E.L. DISEASE -POLICY LIMIT $ 110009000 DESCRIPTION OF OPERATIONS ! LOCATIONS 1 VEHICLES (ACORD 101 , Additional Remarks Schedule, may be attached if more space is required) THE CITY OF NATIONAL CITY, ITS ELECTED OFFICIALS, OFFICERS, AGENTS AND EMPLOYEES ARE NAMED AS ADDITIONAL INSURED WITH RESPECTS TO GENERAL LIABILITY ONLY AS THEIR INTERESTS MAY APPEAR. WAIVER OF SUBROGATION APPLIES TO THE AUTO 8 WORKERS' COMPENSATION. *30 DAY NOTICE OF CANCELLATION (10 DAY NOTICE FOR NONmPAYMENT OF PREMIUM) CERTIFICATE HOLDER CANCELLATION CITY OF NATIONAL CITY C/O RISK MANAGER 1243 NATIONAL CITY BLVD. NATIONAL CITY. CA 91950 Attention: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Olivia M. RodriguezLic # OCIO067 ACORD 25 (2016/03) Certificate # 32464 @ 19884015 ACORD CORPORATION. All right reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 798BOO4627 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACT ORS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations As designed in written contract with named insured City of Naional City, Officials, Officers, Employees & Volunteer 6151 Progressive Dr. Ste 300 San Diego, CA 92154 Information required to complete this Schedule, if not shown above, will be shown in the Declarations,. A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organizations) shown in the Schedule, but only with respect to liability for "bodily injury" or Property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed included hazard". However. for in the that additional insured and "products-completed operations 1. The insurance afforded to such additional insured only applies to the extent permitted bylaw; and I If coverage provided to the addifionalinsured is required by a contract or agreement, the 11 insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III - Limits Of Insurance: If coverage provided to the additional insured is required by a contractagr or eement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whicheveris less.. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. • CG 20 37 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: 798BOO4627 WAIVER OF TRANSFER OF RIGHTS AGAINST OTHERS TO This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE COMMERCIAL GENERAL LIABILITY OF US Name Of Person Or Organization: Any person or organization with whom you have agreed, in a written lorganizat ion should be added as an additional insured on your policy, is fully executed prior to an 24 04) (ClassCode, 42025) CG 24 04 05 09 RECOVERY contract, that such person or provided such written contract occurrence in which coverage is sought under th City of National City, Officials, Officers, Employees & Volunteers is policy (Form: CG information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following-4 is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV - Conditionson : We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or " your work" done under a contract with or organization "products-completed applies only to the person or organization shown in the Schedule above that person and included in the operations hazard". This waiver 044 A ^ t=% 8 ... ... _aw 4M... 4..ft 408. _ A _ r ad i 798BOO4627 COMMERCIAL GENERAL LIABILITY CG 20 0104 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: City of San Diego, officals, Officers, Employees & Volunteers COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance 41 i nis insurance is primary to and will not seek contribution from any othe to an additional insured provided that: a r insurance available under your policy (1) The additional insured is a Named Insured under such otherinsurance; and (2) You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. t CG 20 0104 13 0 Insurance Services Office, Inc., 2012 Page 1 of 1 798BOO4627 COMMERCIAL GENERAL LIABILITY CG 20 33 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section include II — Who as an add organization for operations Is An Insured is amended to itional insured any person or whom you are pertbi - n ing when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury " caused, in whole or in part, by: I. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of 10 your ongoing operations for the additional insured. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organi*zation's status as an additional insured under this endorsement ends when your operations for that additional insured are completed. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does no I "Bod and t apply to: ily injury", "property damage personal advertising injury" arising of the rendering of, or the failure to render, any professional arc hitectural, engineering or survey ing seryices, including: a. The preparing, approving, or failing to prepare or appro\e, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Super\4sory, inspection, architectural or ngineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supenAsion, hiring, employment, training or monitoring of others by that insured, iff the " occurrence" which caused the "bodily injury" or " property damage", or the offense which caused the "personal and advertising injury", inwl�d the rendering of or the failure to render any professional architectural, engineering or surveying services. " or " out CG 20 33 0413 O Insurance Services Office, Inc., 2012 Page 1 of 2 2. "Bodily injury" or "property damage" occurring after: a. All work, including materials, parts or equipment famished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insureds) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged operations for a principal same project. in performing as a part of the C. With respect to the insurance a rded .0 additional insureds, the following is Section III — Limits Of Insurance: to these added to The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement you have entered into with the additional insured; or 2. Available under the applIs icable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not applicable Limits of Insurance Declarations. increase the shown in the Page 2 of 2 O Insurance Serm"ces Office, Inc., 2012 CG 20 33 0413 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 0410 C (Ed. 01A9) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA BLANKET BASIS We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce 1b our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) The additional premium for this endorsement shall be calculated by applying a factor of 2% to the total manual premium, with a minimum initial charge of $350, then applying all other pricing factors for the policy to this calculated charge to derive the final cost of this endorsement. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule.. Blanket Waiver Person/Organization Job Description All CA Operations Schedule Blanket Waiver — Any person or organization for agreed by written contract to furnish this waiver. whom the Named Insured has Waiver Premium (prior to adjustments) 350*00 This endorsement changes the policy to which it is attached and is effective on the dateissued unless otherwise stated. (The information below is required only when this endorsement 16 is issued subsequent to preparation of the policy.) Endorsement Effective: 11/08/2021 Insured: PoliCy No,.: TIWC225377 Insurance Company: Oak River Insurance Company WC 99 04 10 C (Ed. 0 1-19) Endorsement No,.: Premium $ Countersigned by E