Jaycox Construction CNG A2015-94ell�
C4 ULZO 11A
February 28, 2018
Jaycox Construction CNG
Attn: Virgil Jaycox
750 W. 40th Street
San Bernardino, CA 92407
RE: Extension of Termination Date for Agreement A2015-94
CNG Station Maintenance
Dear Mr. Jaycox:
14000 City Center Drive
Chino Hills, CA 91709
(909) 364-2600
wwo) . . C
On March 28, 2015, the City Manager of the City of Chino Hills authorized
execution of Agreement No. A2015-94 with Jaycox Construction CNG for CNG
station maintenance.
This letter serves as notification that the termination date has been extended until
March 31, 2019. All other provisions of the agreement remain in effect.
Should you have any questions regarding this notification, please contact Mary
Grunder at (909) 364-2816.
Sincerely,
Konradt Bartlam
City Manager
KB:wg
cc: City Clerk's Office
Finance Department
Public Works Department
CCComa - Art Bemlett ■ Brian Johsz ■ Ray Marquez ■ Cynthia Moran ■ Peter J. Rogers
c� � Com. -//z&
March 6, 2017
Jaycox Construction CNG
Attn: Brent Dunham
750 W. 40th Street
San Bernardino, CA 92407
RE: Extension of Termination Date for Agreement A2015-094
City Yard CNG Station Maintenance
Dear Mr. Dunham,
On March 6, 2017 the City Manager
execution of Agreement No. A2015-094,
Yard CNG Station Maintenance.
14000 City Center Drive
Chino Hills, CA 91709
(9p09) 364-2600
www. d � . ON
of the City of Chino Hills authorized
with Jaycox Construction CNG for City
This letter serves as notification that the termination date has been extended until
March 31, 2018. All other provisions of the agreement remain in effect.
Should you have any questions regarding this notification, please contact Mary
Grunder at (909) 364-2816.
Sincerely,
Konradt Bartlam
City Manager
KB:cb
cc: City Clerk's Office
Finance Department
Public Works Department
C4ecvwa- - Art Bennett ■ Ed M. Graham • Ray Marquez • Cynthia Moran ■ Peter J. Rogers
h 5-q
MAINTENANCE AGREEMENT
BETWEEN
THE CITY OF CHINO HILLS AND
JAYCOX CONSTRUCTION CNG
THIS MAINTENANCE AGREEMENT ("Agreement") is made and entered into this 18th
day of March, 2015, by and between the CITY OF CHINO HILLS, a general law city and
municipal corporation ("CITY') and JAYCOX CONSTRUCTION CNG
("CONTRACTOR").
The Parties agree as follows:
1. CONSIDERATION
A. As partial consideration, CONTRACTOR agrees to perform the work listed in
the SCOPE OF SERVICES, below;
B. As additional consideration, CONTRACTOR and CITY agree to abide by the
terms and conditions contained in this Agreement;
C. As additional consideration, CITY agrees to pay CONTRACTOR an annual
amount not to exceed $8,498,00 in year one and an amount not to exceed
$8,928.00 in year two of the agreement on the terms set forth in the attached
"Exhibit A," which is incorporated by reference, for CONTRACTOR's services.
Payments shall be made within thirty (30) days after receipt of each invoice
as to all undisputed fees. If the City disputes any of CONTRACTOR's fees it
shall give written notice to Consultant within 30 days of receipt of an invoice
of any disputed fees set forth on the invoice.
2. TERM
The term of this Agreement will be from April 1, 2015 to March 31, 2017, The
Agreement may, be renewed in advance and in writing by the City Manager for two
additional one-year terms.
3. SCOPE OF SERVICES
A. CONTRACTOR will perform services listed in the attached Exhibit A.
B. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical,
administrative, professional and other personnel, all supplies and materials,`
equipment, printing, vehicles, transportation, office space and facilities, and all
tests, testing ;and analyses, calculation, and all other means whatsoever, except
as herein otherwise expressly specified to be furnished by CITY, necessary or
proper to perform and complete the work and provide the professional services
required of CONTRACTOR by this Agreement.
Page 1 of 8
4. PREVAILING WAGES
A. Pursuant to Labor Code § 1720, and as specified in 8 California Code of
Regulations § 16000, CONTRACTOR must pay its workers prevailing wages. It
is CONTRACTOR's responsibility to interpret and implement any prevailing wage
requirements and CONTRACTOR agrees to pay any penalty or civil damages
resulting from a violation of the prevailing wage laws.
B. In accordance with Labor Code § 1773.2, copies of the prevailing rate of per
diem wages are available upon request from CITY's Engineering Division or the
website for State of California Prevailing` wage determination at
http://www.dir.ca.ciov/DLSR/PWD. CONTRACTOR must post a copy of the
prevailing rate of per diem wages at the job site.
C. CITY directs CONTRACTOR's attention to Labor Code §§ 1777.5, ;1777.6 and
3098 concerning the employment of apprentices by CONTRACTOR or any
subcontractor.
D. Labor Code § 1777.5 requires CONTRACTOR or subcontractor employing
tradesmen in any apprenticeship occupation to apply to the joint apprenticeship
committee nearest the site of the public works project and which administers the
apprenticeship program in that trade fora certificate of approval. The certificate
must also fix the ratio of apprentices to journeymen that will be used in the
performance of the contract. The ratio of apprentices to journeymen in such
cases will not be less than one to five except:
I. When employment in the area of coverage by the joint apprenticeship
committee has exceeded an average of 15 percent in the 90 days before the
request for certificate, or
ii. When the number of apprentices in training in the area exceeds a ratio of one
to five, or
iii. When the trade can show that it is replacing at least 1/30 of its membership
through apprenticeship training on an annual basis state-wide or locally, or
iv. When CONTRACTOR provides evidence that CONTRACTOR employs regis-
tered apprentices on all of his contracts on an annual average of not less than
one apprentice to eight journeymen.
v. CONTRACTOR is required to make contributions to funds established for the
administration of apprenticeship programs if CONTRACTOR employs
registered apprentices or journeymen in any apprenticeable trade on such
contracts and if other contractors on the public works site are making such
contributions.
Page 2 of 8
vi. CONTRACTOR and any subcontractor must comply with Labor Code §§
1777.5 and 1777.6 in the employment of apprentices.
vii: information relative to apprenticeship standards, wage schedules and other
requirements may be obtained from the Director of Industrial Relations,
ex -officio the Administrator of Apprenticeship, San Francisco, California, or
from the Division of Apprenticeship Standards and its branch offices.
E. CONTRACTOR and its subcontractors must keep an accurate certified payroll
records showing the name, occupation, and the actual per diem wages paid to
each worker employed in connection with this Agreement. The record will be
kept open at all reasonable hours to the inspection of the body awarding the
contract and to the Division of Labor Law Enforcement. If requested by CITY,
CONTRACTOR must provide copies of the records at its cost.
5. FAMILIARITY WITH WORK
A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR
has
I. Thoroughly investigated and considered the scope of services to be
performed;
ii. Carefully; considered how the services should be performed; and
iii. '.Understands the facilities, difficulties, and restrictions attending performance
of the services under this Agreement.
B. If services involve work upon any site, CONTRACTOR warrants that
CONTRACTOR has or will investigate the site and is or will be fully acquainted
with the conditions there existing, before commencing the serviceshereunder.
Should CONTRACTOR discover any latent or unknown conditions that may
materially affect the performance of the services, CONTRACTOR will
immediately inform CITY of such fact and will not proceed except at
CONTRACTOR's own risk until written instructions are received from CITY.
6. INSURANCE
A. Before commencing performance under this Agreement, and at all other, times
this Agreement is effective, CONTRACTOR will procure and maintain the
following types of insurance with coverage limits complying, at a minimum, with
the limits set forth below:
Type of Insurance Limits (combined single)
Commercial general liability: $1,000,000
Business automobile liability $1,000,000
Workers compensation Statutory requirement.
Page 3 of 8
B. Commercial general liability insurance will meet or exceed the requirements of
ISO -CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth
above will be a combined single limit per occurrence for bodily injury, personal
injury, and property ;damage for the policy coverage. Liability; policies will be
endorsed to name City, its officials, ,and employees as "additional insureds"
under said insurance coverage and to state that such insurance will be deemed
"primary" such that any other insurance that may be carried by City will ,be
excess thereto. Such insurance will be on an "occurrence," not a "claims made,"
basis and will not be cancelable or subject to reduction except upon thirty (30)
days prior written notice to City.
C. Automobile coverage will be written on ISO Business Auto Coverage Form CA
00 01 06 92, including symbol 1 (Any Auto).
D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance
evidencing maintenance of :the insurance required under this Agreement,
endorsements as required herein, and such other evidence of insurance or
copies of policies as may be reasonably required by City from time to time.
Insurance must be placed with insurers with a current A.M. Best Company Rating
equivalent to at least a Rating of "AMI." Certificate(s) must reflect that the
insurer will provide thirty (30) day notice of any cancellation of coverage.
CONTRACTOR will require its insurer to modify such certificates to delete any
exculpatory wording stating that failure of the insurer to mail written notice of
cancellation imposes no obligation, and to delete the word "endeavor" with
regard to any notice provisions.
E. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance
required by this Agreement, City may obtain such coverage at CONTRACTOR's
expense and deduct the cost of such insurance from payments due to
CONTRACTOR under this Agreement or terminate.
7. TIME FOR PERFORMANCE
CONTRACTOR will not perform any work under this Agreement until:
A. CONTRACTOR furnishes proof of insurance as required under Section 6 of this
Agreement; and
B. CITY gives CONTRACTOR a written Notice to Proceed.
C. Should CONTRACTOR begin work in advance of receiving written authorization
to proceed, any such professional services are at CONTRACTOR's own risk.
8. TERMINATION
A. Except as otherwise provided, CITY may terminate this Agreement at any time
with or without cause. Notice of termination will be in writing. In the event of
Page 4 of 8
such termination, Consultant shall be compensated for non -disputed fees under
the terms of this Agreement up to the date of termination.
B. CONTRACTOR may terminate this Agreement upon providing written notice to
CITY at least thirty (30) days before the effective termination date.
C. Should the Agreement be terminated pursuant to this Section, CITY may procure
on its own terms services similar to those terminated.
D. By executing this document, CONTRACTOR waives any and all claims for
damages that might otherwise arise from CITY's termination under this Section.
9, INDEMNIFICATION
A. CONTRACTOR indemnifies and holds CITY harmless from and against any
claim, action,damages, costs '(including,'without limitation, reasonable attorney's
fees and penalties), injuries, or liability, arising out of this Agreement, or its
performance including, without' limitation, damages or penalties arising from
CONTRACTOR's removal, remediation,; response or other plan concerning any
Hazardous Waste resulting in the release of any hazardous substance into the
environment, except for such loss or damage arising from CITY's sole negligence
or willful misconduct. Should CITY be named in any suit, or should any claim be
brought against it by suit or otherwise, whether the same be groundless or not,
arising out of this Agreement, or its performance,` CONTRACTOR will defend
CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify
CITY for any judgment rendered against it or any sums paid out in settlement or
otherwise.
B. For purposes of this section "CITY" includes CITY's officers, officials, employees,
agents, representatives, and volunteers.
C. CONTRACTOR expressly agrees that this release, waiver, and indemnity
agreement is intended to be as broad and inclusive as is, permitted by the law of
the State of California and that if any portion is held invalid, it is agreed that the
balance will, notwithstanding, continue in full legal force and effect.
D. It is expressly understood and agreed that the foregoing provisions will survive
termination of this Agreement.
E. The, requirements as to the types and limits of insurance coverage to be
maintained by CONTRACTOR as required by this Agreement, and any approval
of said insurance by CITY, are not intended to and will not in any manner limit or
qualify the liabilities and obligations otherwise assumed by CONTRACTOR
pursuant to this Agreement, including, without limitation, to the provisions
concerning indemnification.
Page 6 of 8
10. INDEPENDENT CONTRACTOR
CITY and CONTRACTOR agree that CONTRACTOR will act as an independent
contractor and will have control of all work and the manner in which is it performed.
CONTRACTOR will be free to contract for similar service to be performed for other
employers while under contract with CITY.CONTRACTOR is not an agent or
employee of CITY and is not entitled to participate in any pension plan, insurance,
bonus or similar benefits CITY provides for its employees. Any provision in this
Agreement that may appear to give CITY the right to direct CONTRACTOR as to the
details of doing the work or to exercise a measure of control over the work means
that CONTRACTOR will follow the direction of the CITY as to end results of the work
only.
11. NOTICES
A. All notices given or required to be given pursuant to this Agreement will be in
writing and may be given by personal delivery or by mail. Notice sent by mail will
be addressed as follows:
To CITY: City of Chino Hills
Attn: City Clerk
14000 City Center Drive
Chino Hills, CA 91709
To CONTRACTOR: Jaycox Construction CNG
Attn: Brent Dunnam
750 W. 401h Street
San Bernardino, CA 92407
B. When addressed in accordance with this paragraph, notices will be deemed
given upon deposit in the United States mail,' postage prepaid. In all other
instances, notices will be deemed given at the time of actual delivery.
C. Changes may be made in the names or addresses of persons to whom notices
are to be given by giving notice in the manner prescribed in this paragraph.
12. TAXPAYER IDENTIFICATION NUMBER
CONTRACTOR will provide CITY with a Taxpayer Identification Number.
13. WAIVER
A waiver by CITY of any breach of any term, covenant, or condition contained in this
Agreement will not be deemed to be a waiver of any subsequent breach of the same
or any other term, covenant, or condition contained in this Agreement, whether of
the same or different character.
Page 6 of 8
14. SEVERABLE
If any portion of this Agreement is declared by a court of competent jurisdiction to be
invalid or unenforceable, then such portion will be deemed modified to the extent
necessary in the opinion of the court to render such portion enforceable and, as so
modified, such portion and the balance of this Agreement will continue in full force
and effect.
15. CAPTIONS
The captions of the paragraphs of this Agreement are for convenience of reference
only and will not affect the interpretation of this Agreement.
16. INTERPRETATION
This Agreement was drafted in, and will be construed in accordance with the taws of
the State of California, and exclusive venue for any action involving this agreement
will be in San Bernardino County, The language of each part of this Agreement will
be construed simply and according to its fair meaning, and this Agreement will never
be construed either for or against either party.
17. AUTHORITY/MODIFICATION
The terms of this Agreement can only be modified in writing approved by the CITY
AND THE CONTRACTOR. The parties agree that this requirement for written
modifications cannot be waived and any attempted waiver shall be void.
18. EFFECT OF CONFLICT
In the event of any conflict, inconsistency, or incongruity between any provision of this
Agreement, its attachments, the purchase order, or notice to proceed, the provisions
of this Agreement will govern and control.
-19. FORCE MAJEURE
Should performance of this Agreement be prevented due to fire, flood, ,explosion, war,
terrorist act, embargo, government action, civil or military authority, the natural
elements, or other similar causes beyond the Parties' control, then the Agreement
will immediately terminate without obligation of either party to the other.
20. ENTIRE AGREEMENT
This Agreement and Its one attachment constitutes the sole agreement between
CONTRACTOR and CITY respecting lead based stabilization. To the extent that
there are additional terms and conditions contained in Exhibit "A" that are not in
conflict with this Agreement, those terms are incorporated as if fully set forth above.
There are no 'other understandings, terms or other agreements expressed or
implied, oral or written.
Page 7 of 8
IN WITNESS WHEREOF the parties hereto have executed this contract the day
and year first hereinabove written.
CITY OF CHINO HILLS
Konradt artlam, City Manager
er
JAYCOX CONSTRUCTION CNG
Name (Printed)
C. 4�—v
Title
Page 8 of 8
EXHIBIT A
Scope of Services
City Yard CNG Station Maintenance
1. System Comprehension: The CNG station Includes: 2, 25 SUM Ingersoll Rand
CNG Compressors, Murphy Selectronic Micro -Controller, Akron Electric disconnects,
Lawrence Factor high-pressure dryers, Fuelmaker fast -fill storage system, fast fill hose
and nozzle, 3 time -fill fueling posts with hoses, nozzles and all pertinent stainless steel
tubing and electrical components. At the inception of maintenance, Contractor will
review the system completely to clarify any unfamiliar Items at that time.
2. Monitoring and Servicing: The CNG station will be serviced once per month. This
will include the proactive and scheduled maintenance of all of the components to the
CNG station.
A. Proactive Maintenance: This will include the monitoring of: critical flow,
temperature, pressure, vibrations, fugitive leaks, false alarms, faults and
mechanical connections. This Is necessary to minimize emergency shutdowns.
B. Scheduled Maintenance: Contractor shall develop a scheduled maintenance
process per the recommended maintenance intervals for each component
manufacturer,
3. System Monitoring and Alarms: The CNG station monitoring and alarm systems must
be operational at all times. Bypassing of alarms and shutdown systems will not be
allowed. The monitoring, alarm and emergency shutdown systems shall be tested and
reset monthly.
4. Fuel Dispensing Area: The fueling panels, hoses, nozzles and related fueling
components shall be free from defects and wear, in good working order and free from
detectable leaks. All valves, fittings, connections and joints in piping shall be teak tested
with a gas detector monthly. All leaks shall be immediately repaired.
5. CNG Compressor Compound Area: Each compressor and related controls, hardware
and associated CNG system equipment shall be free from defects and wear, In good
working order and free of detectable leaks. Waste oil and other disposable liquids shall
be stored In the proper containers and shall be removed and emptied once per month
in a safe and legal manner per the County of San Bernardino hazardous material
disposal requirements.
Administrative Elements
1. The Contractor shall assign a responsible service representative and an alternate to
coordinate with City staff. The City must approve any other changes in responsible
representative, in advance. The City will have the right to reject other proposed
changes in personnel and may consider any other changes in responsible personnel a
breach of contract.
2. The Contractor shall provide all necessary personnel, Instruments, equipment, and
materials to perform the described services.
3. Record Keeping and System Monitoring: The contractor shall provide a written
report for all proactive, scheduled and emergency services conducted. Written reports
must be delivered to a City representative within 24 hours of the completed service. An
electronic and hard copy of the maintenance records shall be retained by the
contractor. These records shall be available to the City for Inspection and updated after
every service.
2