Loading...
HomeMy WebLinkAboutContracts & Agreements_127-2022AGREEMENT TO PERFORM NON-PROFESSIONAL SERVICES FOR _EQUIPMENT AND SUPPLIES This agreement .for the prow ision of fuel site designated operator maintenance, arid repair scrvices("Agreement ) is madand entered in this 11 st day of June, 2M2(“Effectiye Date ). by and between the City of Redlands, a municipal corporation ("C ity ) and P E Services Inc a California corporation ( 'Contractor). City and Consultant arc. Sometimes individually reterred to herein as a Party" and, together, as the Parties " In constderation of the mutual promises contained herein, City and Consultant agree as follows ARTicti 1 ENGAGEMEN I OF CONTRACTOR 1 1 C ity hereby engages C ontraetor to pertbrin fuel site de ,ignated operator, maintenance, and repair sere ices tbr C ity (the "Sery ices') 1.2 Services shall be performed by C ontractor in a professional manner, and Contractor represents that it has the skill tiid the professional expertise necessary to provide the Services to city, at a level of competency presently maintained by other practicing professional Contractors in the industry providing like and similar types of Services. ARTICLE 2 — SLAVIC LS Of CONTRACTOR 1'The Sery ices that ( ontractor shall perform are more particularly described in Exhibit "A," titled "Scope of Services," which is attached hereto and incorporated herein by this reference '2 ontractor shall comply with applicable federal, state and local laws and regulations in the pertbrmance °Mils agreement including, but not limited to. any applicable State prevailing wage laws. ARTICLE 3 RESPONSIBILITIES OF CITY 1 C ity shall make available to ( ontractor information in its possession that may reasonably assist Contractor in performing the Services. 3 1 C ity designates Christopher Boatman, Assistant City Manager Director, as C ity s representative with respect to performance of the Services, and such person shall have the authority to transmit instructions, receive information, interpret and detine ity s policies and decisions with respect to performance of the Services. ARTIC II 4 PERFORMANCE OF SERVICES 4 I The term of this Agreement shall be for a period of one (1) year from July 1, 2022 through June 30 2023 (the "Initial Term") The City shall have the option to extend the initial Term of this Agreement by two (1) additional one-year terms (each an "Extended Term"), on the same terms and conditions, by providing written notice to Contractor at least thirty (30) days prior to the expiration of the Initial Term or any Extended Term Tht, Initial 1 I \ AgrecirtenIsT F Services greemont. NI'S•1 1 . FY 2 1 -0 1 57 docN.jn Term and the Extended "Terms are hereby collectively referred to herein as the Term of thi 3 Agreement. 4.2 If Contractor s Services include deliverable electronic visual presentation materials, such materials shall be delivered in a form and made available to City consistent with C ity Council -adopted policy for the same It shall be the obligation of Contractor to obtain a copy of such policy from Citystaff 5] AR Hal, 5 PAYMENTS TO CON TRACT The compensation for Contractor s performance of the Services shall not exceed the amount of Seventy Thousand Eight -Four Dollars ($70 084) for the Services provided during the Initial Ferm Should this Agreement be renewed, the compensation for Contractor s performance for the Services shall not exceed the amount of Seventy lhousand F ight 1 our Dollars ($'70 084) for the first Extended I erm and Seventy Thousand Eight Four Dollars ($70,084) fbr the second Extended Term. bringing the total possible amount of compensation to a not to -exceed amount of Two I lundred len Thousand 'Iwo Hundred and Fifty Iwo Dollars ($210.252) For the Initial Term and each Extended Term City shall pay Contractor on a time and material s basis up to the not to not to -exceed amount in accordance with the rates specified in Exhibit "B, titled Fee Schedule " which is attached hereto and incorporated herein by reference 5.2 Contractor shall submit an invoice to C ity upon completion of the Sery ices City shall pay Contractor no later than thirty (30) days after receipt and approval by C ity of Contractor's invoice. 5.3 Any notice or other communication required. or which may be given, pursuant to tin. Agreement, shall be in writing. Any such notice shall be deemed delivered (i) on the date of delivery in person (ii) five (5) days after deposit in first class registered mail with return receipt reque Aed (i i) on thc actual delivery date if deposaed with an overnight courier or (iv) on the date sent by facsimile or electronic mail transmission (including PDF), if confirmed with a copy sent contemporaneously by first class, certified, registered or express mail in each case properly posted and fully prepaid to the appropriate address set forth below or such other address as a Party may provide notice in accordance with this section CITY ity C lerk C ity of Redlands 35 Cajon Street P 0 Box 3005 (mailing) Redlands, C A 92373 jdonaldson@cityoftedlands.org (909) 798-753 1 1 %ea:Agreement! ,P F. Services greemerit.,\IPS-2.1.H.2 1 .0157 docx..in CONTRACTOR Joan F uerte. Vice President P Services Inc 1 A -A We 3t Foothill Blvd. #343 Upland, CA, 91786 jfuerte(a\!pf-services.com 909 949-9111 Fax. 909- 920-6453 6 I ARFKLF 6 I NSURAW E AND INDEMNIFICA HON The following insurance coverage required by this Agreement shall be maintained by Contractor for theAuration of its performance of the Services Contractor shall not perform any SCIA ices unless and until the required insurance listed below is obtained by Contractor Contractor shall provide City with certificates of insurance and endorsements evidencing such insurance prior to commencement of the Services. Insurance policies shall include a provision prohibiting cancellation or modification of the policy except upon -thirty (30) days prior Nvritten notice to City A Workers Compensation and Employer s Liability insurance in tht. amount that meets statutory requirements with an insurance carrier acceptable to ity or certification to City that Contractor is self -insured or exempt from the workers' compensation laws of the State of California. Contractor shall execute and provide City with Exhibit C titled "Workers Compensation Thsuranee C ertdication, which is attached hereto and incorporated herein by this reference, prior to performance of the Services. B Comprehensive General 1. iability insurance with carriers acceptable to City in the minimum amount o f One Million I.)ollars ($ 1 000,000) per occurrence and Two Million Dollars' ($2,000 0(10) aggregate, for public liability property damage and personal injury required City shall be named as an additional insured and such insurance shall bt primary and non-contributing to any insurance or 6elf insurance maintamed by City Business Auto I. iabllity coerage with minimum limits of Onc Million Dollars (II 000 000) per occurrent% combined single limit bodik injury liability and property damage liability This coverage shall include all Contractor owned vehicles used in connection with Contractor s provision of the Services, hired and. non -owned vehicles, and employe(" non -ownership N., ehieles City shall be named as an additional insured and such insurance shall be primary and non-contributing to any insurance or self insurance maintained by City 6 Contractor shall defend, indemnify and hold harmless City and its elected and appointed officials, employee and agents from and againstany and all claims, losses and liability including attorneys fees, arising from injury or death to persons or damage to property oeutsioned by any negligent act or omission by or the willful misconduct of, Contractor, or its officers, employees and agents in performing the Services. AR flax, 7 CONFLICTS OF INTEREST 7 1 C ontractor covenants and represents that it does not have any investment or interest in any real property that may be the subject of thi Agreement or any other source of income, interest in real property or investment that would be affected in any manner or degree by the pertbrmance of Contractor s Services Contractor thrther covenants and represents that in the performance of it; duties hereunder, no person lia ing any such interest shall perform any Services under this Agreement 7 2 Contractor agrees it is not a designated employee within the, meaning of the Political Reform Act because Contractor 3 ,cs.p.Agreetnents,1" F Servicos A Ireetnent..PS-1 1.FY 2 I -0 1 7 docx.jr) A Does not make a governmental decision whether to (i) approve a rate. rule or regulation, Or adopt or enforce a City law; tssue. deny suspend or revoke any City permit, license application, certification, approval, order or similar authori ation or entitlement; (iii) authorize City to enter into modify or renew a contract' (iv) grant C ay approval to a contract that requires City approval and to which C ity is a party or to the specifications for such a contract (v) grant City approval to a plan, design, report, study or similar item, (vi) adopt. or grant C ity approval of, polioes, standards or guidelines for City or for any subdivision thereof B Does not serve in a staff capacity with C ity and. in that capacity participate in -making, a governmental decision or otherwise perform the same or substantially the same duties for C ity that would otherwise be performed by an individual holding a position specified in C,ity's Conflict of Interest Code under Government Code section 87302 / In the event City determines that Contractor must disclose its financial interests, Contractor shall complete and file a Fair Political Practices Commission Form 700, Statement of Economic Interests, with the. City lerk's office pursuant to the written instructions provided by the ity Clerk ARTICLE 8 GENE,RAL CONSIDERATIONS 8 1 In the event any action is commenced to enforce or interpret any of the terms or conditions of this Agreement the prey ailtng Party shall, in addition to any costs and other relief he entitled to the recovery of its reasonable attorneys fees, includtng -fees for the use of in house counsel by a Party 8 2 Contractor shall not assign any of° the Services, except with the prior written approval of ity and in strict compliance with the terms and conditions of this Agreement Any assignment or attempted assignment- without such prior written consent may in the sole discretion of City results in C ity s immediate termination of this Agreement. 8 3 Contractor is for all purposes under this Agreement an independent contractor and shall perform the Services as an independent contractor Neither C ity nor any of its agents shall have control over the conduct of Contractor or Contractor s employees. except as herein ;et forth Contractor shall supply all necessary tools and instrumentalities required to perform the Services. Assigned personnel employed by Contractor are for its account only and in no event shall Contractor or personnel retained by it be deemed to have been employed by C ity or engaged by C ity for the account of, or on behalf of (ity Contractor shall have no authority expre"s or implied, to act on behalf of City in any capacity whatsoever as an agent, nor shall Contractor have any authority, express or implied, to hind City to any obligation 8 4 This Agreement may be terminated by City, in its sole discretion by providing not less than ten (10) days prior written notice to Contractor of City's intent to terminate if this 4 I \ Agreemen i 4) F Stn'ICOS A !rcement.PS- 1 .FY21,01 7 docx.jn Agreement is terminated by City, an adjustment to Contractor s compensation shall be made, but () no amount shall be allowed for anticipated profit or unperformed Services, and (2) any payment due Contractor at the time of term illation may he adjusted to the extent of any additional costs to City occasioned by any default by ( ontraetor Upon receipt of a termination notice, Contractor shall immediately discontinue its provi ion of the Services and, within five (5) days of the date of the termination notice deliver or otherwise make available to City copies (in both hard copy and electronic torm. where applicable) of project ratted data, drawings. specifications, reports, summaries and such other information and materials as may, have been accumulated by Contractor in performing the Services. Contractor ,hall be compensated on a pro-rata basis for Services completed up to thk; date of termination. 85 Contractor shall maintain books, ledgers. invoices, accounts and other records and documents evidencing costs and expenses related to the Services for a period of three (3) years, or for any longer period required by law from the date of final payment' to Contractor pursuant to this Agreement Such books shall he available at reasonable times for examination by City at the office of C,ontractor 8 6 Agreement, including the E xhibits incorporated herein by reference, represents the entire agreement and understanding between the Parties as to the matters contained herein, and any prior negotiations, written proposals or verbal agreements relating to such matters are superseded by this Agreement Fxcept as otherwise provided for herein, any amendment to thi Agreement shall be m writing, approved by City and signed by City. and Contractor 8 7 This Agreement shall be governed by and construed in accordance with the laws of the State of California, without regard to its eonflicts of laws provisions. The Parties agree that all actions or proceedings arising in connection with this Agreement shall be tried and litigated only in the state courts located in San Bernardino County California, and the federal courts located in Riverside County California 8 8 If one or more ot the sentences, clauses, paragraphs or sections contained in this Agreement is declared invalid, void or unenforceable by a court of competent jurisdiction, the same shall be deemed sewrabk, from the remainder of this Agreement and shall not affect, impair or invalidate the remaining sentences, clauses, paragraphs or sections contained herein, unless to do so would deprive a Party of a material benefit of its bargain under this Agreement 5 I. uca u. Agreement. 1' 1 Services greemoni., FY21 .01 7 docx. n IN WITNESS WHEREOF_ duly authorized representatixes of CO and Contractor have signed in confirmation of this Agreement Paul I Banc.h, Mayor ATTEST anne Donaldson City Clerk 6 ,c1\ Agreurnents\P 1 Services Au reenKrit.NPS 2 1 1, Y21-0157 docx.in P F SERVICES INC By CV/k— n Fuerte Vice President EXHIBIT SC OPE OF SERVICt S Contraaor ,hall provide Designated Underground Storage lank (UST) Operator Services as well as testing, maintenance and repair services for its usT/Asf .fuel sites Contractor must be certified Cahfornia U T System Operator Services will include 30 Day inspections. annual &. triennial testing, compliance management, maintenance, and repairs as required by, Federal, State, and I. regulations pertaining to UST and AST (:ty Corporate Yard - Hours of Operation Monday through Friday open from 6ain to 5pm IC EN SE/C ERIU 1C,A FES Contractor ContraLtor's Employees and Contractor's Subcontractors shall provide copies of valid ltcenses and certificates for testing and repair of Monttortng systems, Tank and Piping systems, Dispensers, and related Equipment. including but not limited to (Veeder Root) Monitoring Equipment Secondary Containment (SB9t9) Vapor Recovery Healy, Contractors License., and FlazWoper Certificates for each employee and/or subcontractor and their employees who may be on the Job site These licenses and certificates ,lia.11 be kept up to date and current during the entire duration of the contract and must be presented upon request by any I ederal, State, or Local Official No (. ontractor Contractor's -Employees and Contractor Subcontractors shall perform work on Equipment for Sites that require such licenses or certifiLates without said license/certificate being current and valid L IQU1DAT'ED DAMAGES Uninterrupted fuel provision at C ity sites is our goal Time is of the essence If response by contractor to the site is not within the time stated, contractor aLknowledges and agrees that such delay would seriously affect the public welfare and the operation of the City and those damages for such delay would be impractical or extremely diffieult to determine The parties agree that the sum of $12:) per hour (for Emergency Servicc calls) for each hour of delay for each situation shall be fixed as liquidated damages (and not as penalty or -forfeiture for breach). I. iquidated damages shall apply where response, is delayed beyond the time stated WARRAN TV Contractor shall warrant/guarantee all parts and work done hereunder against, failure due to defective material and/or faulty workmanship from date of acceptance of the work by the Ci Redlands for A minimum am, (1) ycar State warrant' period for workmanship/labor six (6) mouths State warranty period for parts/equipment Manufacturers warranty (usually one (I) year) 7 I ,ca,, Agreement! 0 Services A,i.rcemerit.PS.' 1 l'Y 2 '01 7 doex.jn VENDOR CONTACT INFORMATION Name of a person that will be the City s contact- for order placement, order problems or special needs. etc PRIMAR% CONTACT ontact Name Michele Martinez (& Joan Emile) ^ ^ -;ori tact Direet Phone 909, 949-9 41 Contact t ax Contact- E,-mail 909- 91.0-6451 set ice y)01--S01),:lce..cpm (Michele & Joan both receive) jkl PAIR & MAIN IENANC L Normal Business flours 8 30 A M to 4 30 P M After hours Phone Number 909, 949-9141 press the key to transfer to an on -call technician. (24/7) EMERGENCY SERVICE CALLS Response by phone required within thirty (30) minutes and onsite response required within two (2) hours of ,,ery ice call Liquidated damage shall apply if responsc by contractor to the site i? not within the time staled No more than one (1) Service 1 echnician shall be allowed per service call without prior approval from the C ity ( ontraetor shall have valid Designated UST Operator(s) certification(s) A list of employee name, qualifications including copies of current International Code Council (ICC) certification(s) and expiration dates for persons conducting the Designated UST Operator services shall be provided with the bid Thcs City would pretCr that the Designated Operator is also ant( C Certified ITSI Service Tcehnician The Designated U'T Operator shall pro\ ide general oversight of -the UST program with specific emphasis on regulatory compliance i,sucs. The Designated USI Operator shall fulfill the responsibilities set out in Title 23 of the California Code of Regulation, Chapter 16, otatute §2715 and §2716 REQUIRLIVIt,N'TS. 1 30- Dirs, Inspections- inspections shall include, but not: be limited to the following. a. Alarm Flistcn 1 or UST sites monitored with a Veeder Root leak monitoring system print and review the alarm history foi' the past month 8 ,ca.,Agreenicnts•P 1 ervices A2reoncnt.T1'S-1 1.1'1'21,01 7 domjn b A\o,ins |uv(.adAuteuU |omL liquid k*6, vacuum, bdox,communication, and LLD oknoox Dutenoine *hat caused the o\unn and what action was taken in /ropoo/c to the alarm Conbnn that the cospouoo was npp,upriatc For containment- nunop liquid alarms Chat have oxour,*d duuc ibt- |uoi nuuoUhl� iuypeoUm\ /evic* dh' surwoc call mzuxJ [fdhuc is no record o[uvisit b+ an tC(-cm{/6o|set-vice iedioi6no``ixonU! inspect the containment SUMP fbrihc presence of liquid or debris, Inspect Spill Containment [ heck {brthe presence o[|'quNoodebris ixthcxpiU buckets. IHICIUld is pR-.'SCut, deteri,nine if the IRlUid is the result of *ater intrusion d. SuTip,,,- - It is the 1'. )(Ys responsibility to open and inspeol. every sunip (including (moakiun muoIps) dudu� the Monthly inspection If ocucamary clean affectedstin-11)" at time of inspcctloli ` Leal, ioo Sensors All leukdotec1un aeu..o/s nu/stbc redundant and pro|xrdk, p|uoui meaning each mnnoor is p|w^cd so that it is c000hk: of cou\iou000|v dcteod//A a lc,)k at the cnrUoot possible opportunity Sensors in DD( o and sumps mud be continuous, tamper proof positioned atbnt vertiox| and kx.ated at the lowest point. y test 0,�crfjU �� |est the mdiblk and visual oveffiU ularin on s�xtenis, if equipped Testoutput relay ifapplicable Or \/mua| Site [u"poutmu - At fueling it, s. vmuaUiv iowpeo/ (lie hoses. b,00ku*nyx and nozzles for iuuky, or seeping, and obook dispensers and card readers for external integrity [[present inspect. aboveground piping and hoses for leaks and x�ep/og. At �)rnorunor miica, check the day tank, the y000ruinr acid all aboveground piping for |eoLo and seeping For an} deficiencies observed, noLi[v Fuel (}pm'1tmux Program 0UiccoMcm�noo immediately �o� out affectedfueling positions (-orawy hanging hardware issues observed. h. lm«tand Maintenance [)OCo/omUxtmo Kcvk`wdocumentation (000nOnnthat all testing, maintenance and cediUoutmo have been conducted within the proper h/nc periods [his iut-lodcm u rcvi** of all Cu|ifhruin 9b\o VYoto, }{usouroou Control Board California /\h Qomnmcoo Board. South Coast Air Quality Management I)istrict and local CUPA requirements iI rainiru,, Verification Krvm* the Facility Employee lmm/rg Lom to verify that all Facility Fonployees have been trained as reqUil-ed (xxnpi|t� rom/lh of the monthly inspection and suggested conoc|n/c uu|kxn (where applicable) inotyped mpvil(with ymodoRoot A|onnHistory printout) on the Tide 13 Appendix YlD fonn and iouvu it on site. Also submit and oiooUon/u copy of the inspection repm1 and oionn biukx-y to the Heet Superintendent- and/or City Representative 9 FACIUTY EMPLOYEE TRAINING In accordance with 'Title 21 of the Calitbrnia Code of Regulation. Chapter 16, Statue §2713 provide annual training to all existing facility employee' and all new facility employees prior to the C: ity employee assuming their duties. Training shall include, but not he limited to the following topics Best _Management Practices Record keeping ii Preventive Maintenance in Delineation of Responsibility iv Knowing your system and the spill response 1‘ it nv Compliance with all regulations b I1JY19P it901&..SrAcITI Explanation allow the system is monitored, is redundant. and is continual i 'The Monitoring Panel and how to respond to an alarm, including, but not limited to the name of a contact person for emergencies and monitoring equipment alarms. c. Spills and Overfill Response Provide training that covers the procedure.; to -follow in tit( (wilt of an unauthorized release i Fmergency C °in -acts - Location of posted contacts list 11, Proper Operation of the I uelmg System d Site Repair Notification - In the event that the Designated UST Operator discovers a sub -standard condition at a UST site or a situation that is non- compliant. the Designated UST Operator shall call the Fleet Superintendent or their representative to initiate a service call to bring the site up to compliance FUEL SITE I EPAIR MAINTENANCE TESTING AND ALARM RESPONSE The C. ity require maintenance of fuel sites that includes furnishing and delivering parts, supplies. and accessorie for gasoline and diesel dispensers, LIS PAS I Additional iseclianeous items such as pumps, plumbing, tanks, nozzles and monitoring systems may also be requested Contractor shall have an adequate supply of replacement parts available on the sery ice trucks The supplies shall include, but are not limited to various Veeder-Root sensors (at least one of each type), Veeder-Root probe cables, spill bucket drain -valves (at least one of each type), mechanical line leak detector and hanging hardware for a typical Gasoline and Diesel dispenser ( urrent equipment list available upon request of City representative Contractor shall be licensed and/or certified to perform all specific tests repairs and alarm responses in compliance with all City, State and Federal regulatory agencies and in accordance to Departmental needs Contractor shall provide proof of cern fications at the City' request Fixed quotes may be required fir projects and/or repairs Contractor shall notify Fleet Services Coordinator and/or City Representative for any work that will exceed $1 000 00 I 0 I ‘ca,Agreemen iervice A groement..,:iPS-^ 1 .FY? 1 ,01 -7 docx.jn Contractor shall provide (' ity v. ith their list of petroleum equipment supply vendors. Written confirmation from the parts vendor shall be provided to the City if the contractor is unable to obtain the parts within 48 hours 1 allure to provide written confirmation may result in liquidated damages. 1..Jpon completion of test Contractor shall submit an electronic copy of the test results and printouts to F leet service Coordinator and the proper regulatory Agency Contractor is respon: ible for disposing of all waste generated during testing events REOUIREML NTS F(I)R DESIGNATKID UST OPERATOR Designated Operator shall artintain a current California U ST System Operator Certification Designated Operator shall maintain a current alifbrn la UST Service Technician Certification ifc, isting at Effective Date of this Agreement 3 Contractor ontractor s Employees and Contractor s Subcontractors shalt abide by all of the following requirements a Contractor Contractor's Employees and Contractor's Subcontractors shall wear uniforms with Company Name and Employee Name tag visible and Company Vehicle must be properly marked with Company's *Name b) Contractor ( ontractor's Employees and Contractor's Subcontractors shall per:16'm all \York in accordanci, to all City State and Federal Safety Standards and Regulations. Contractor shall obtain a copy ()law City's Safety Policies and Procedures from the C,ity's Risk Management Office. Upon entering the. Job ite, t ,ontractor ontractor's Employees and Contractor's Subcontractors shall chock in Yid) a Cit) Employee, (in person or by phone) and document start time on work order Upon job completion Contractor shall document time completion and have work order signed by a ity Employee d) The Fleet Services Coordinator will identify the type of service rosponse required when the request for service is initiated EMER.GENC RESPONSE Phone response with 30 minutes ofthe initial call. Arrival on site within 2 hours of phone confirmation Non -EMI RGENC Y' 'RESPONSE Confirmation of onsite arrival the next business day ii GENERAL SERVICE, REQUEST Service needs to be completed prior to tilt., next Designated Operator Inspection ..ca\ Agreement! .1) 1, Servic A,,rownent.,41)S.2.1.1'Y 2 I -01 7 doexjn .c v.A recment iT P 17 tierviccs Aereetn nt.' PS• 1.FY21-01 7 docs.jn FF F. 5( [-'CFJ)U[. F Item () 15 DESIGNATED OPERJ TOR SERVICE Item Description 30-Day Designated UST Operator Inspection Training Per Employee Meetings TE,9`i'lN( SERVICES Unit of Measure Unit Price Each $140 EA $40.00 EA 5200.00 Annual AST Inspection LT $;125.00 Annual Monitor Certification, Spill Bucket and Line Leak Detector Test Annual Monitor Certification, Spill Bucket and Inc Leak IT $350.00 LT $500,00 Detector RETEST Annual Vapor Recovery Test Annual Vapor Recovery Test RETEST (Jocondary Containment Testing Secondary Containment Testing RETEST MAINTENANCE AND REPAIR SERVICES Maintonance and Repairs Same Business Day Labor Rate Straight lime Maintenance and Repairs - Same Business Day Labor Rate Over Time Maintenanu and Repairs Same Business Day Labor Rate Double rime _ Maintenance and Repairs Same Business Day Travel Maintenance and Repairs - Next Business Day Labor Rate Straight Time 16 17 LT $650.00 LT $350.00 I $1,300.00 LT 50.00 H It $115.00 [IR $135.00 HR $150.00 HR HR $50.00 $115.00 Maintenance and Repairs Next Business Day Labor Rate Over Time Maintenance and Repairs Next Busines.) Day Labor Rate Double Time 8 Maintenance and R HR HR irs Next Business Day Travel Maintenance and Repair Emergency Calls Minimum Time (if any) Maintenance and Repair c Emergency Call Out charge during regular business hours HR I�R HR $135.00 $150.00 $50.00 $125.00 $125.00 Maintenance and Repairs Emergency Cali Out charge during non -business hours HR Maintenance and Repairs Emergency Call "Travel Alarm Response Minimum time charge Alarm Response During regular business hours Alarm Response During non business hours Alarm Response Travel Mark-up percentage for parts I. ,ca,A;reements.P.l, ';crvirs Amanem.NPS•'1 1.1'Y 21 .01 's7 doeN.in HR HR HR HR HR $190.00 5,,62 S0 i115.00 .00 $150.00 $50.00 15% EXHIBIT "C" WORKFRS' C OMPIENSA.TION INSURANCE (ERTIFICATION LVC1): employer txc ept the State, shall secure the payment of compensation in one or more of the following ways (a) By, being insured against liability to pay compensation by one or more insurers duly authorized to write compensation insurance in this tate b) By ;ceuring from the Director of industrial Relations, a certificate of eonaent to stif-insurt, either as an individual employer, or as one employer in a group of employers, which may be given, upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self -insure and to pay any compensation that may become due to his or her employees. ( 111-,cF ()NI am aware otthe provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability fir Workers' Compensation or to undertake self-insuranec in accordance with the pro provisions of that Code and I will comply with such pro y isions before commencing the portbrmance of the work and ictivitieF• required or permitted under this Agreement (Labor Code § 1 86 I). affirm that at all times. in performing the work and activities required or permitted under this Agreement E shall not employ an' person in any manner such that I become subject to the workers compensation laws of California However at any time, if 1 employ any person such that 1 become subject to the workers compensation laws of Cal itbrnia, immediately I shall proy ide the C it y with a certificate of consent to self insure, or a certification of workers compensation insurance I certify' under penalty of perjury under the laws of the State of California that the information and representations made in this certificate are true and correct. P F SERVICES INC By Ap,reenteill ,I) I, Services A I FY 2 I -0 I -7 doeN.jn Date