Loading...
CONTRACT 7167 One Page Service AgreementAgreement No. 7167 Services Agreement CONTRACTOR Fire Can, LLC DATE: 12110024 Below you will find a checklist relating to Insurance and other requirements that are required for doing business with the City of EI Segundo. Only those items checked -off are MANDATORY, however if your standard policies exceed the mimmurn requirements please include. Commercial general liability insurance must meet or exceed the requirements of ISO•CGL Form No. CG 20 10 11185 or equivalent The amount of insurance set forth below 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 the City, its officials, and employees as "additional insured's" under sald insurance coverage and to state that such insurance will be deemed "primary" such that any other insurance that may be carried by the City will be excess thereto. Such insurance must 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 the City. Please find additional Terms and Conditions on the reverse side of this Services Agreement. This is not a purchase order or an authorization to begin work. ®Q onr reltensuve Cerroeral f�iaiai including coverage for premises, products and completed operations, independent contractors, personal injury and contractual obligations with combined single limits of coverage of at least $1,000.000 per occurrence. ® Auto Liability, including owned, non -owned and hired vehicles with at least: ® $1,000,000 per occurrence. ❑ 10000 - 300 000 per occurrence. ❑ As required by State Statutes. A copy of your current policy must be submitted naming yourself and or your company. ® ori�pr otrrg atrwsahon In urance: as required by State Statutes with Wailer of Subro aCion, (Not needed if Self-employed with no employees and CONTRACTOR signs statement to this effect.) ® Bstnrss tic erase: The CONTRACTOR shall agree to have a current City of El Segundo license on file at City Hall or purchase said license (al no cost to the City). ❑ Permits: Plans must be approved and permit(s) issued (no fee) by the Planning and Building Safety if appropriate. Call the Planning Manager @ (310) 524-2340 if you have questions. ❑ .y o yalid Ictur d.ITl . (Drivers license etc.) PLEASE NOTE. ALL APPLICABLE INFORMATION LISTED ABOVE MUST BE OBTAINED AND ON FILE, PRIOR TO THE ISSUANCE OF A CITY PURCHASE ORDER BEING SENT TO YOU (VIA FAX OR HARD COPY) BY THE PURCHASING AGENT, THUS AUTHORIZING COMMENCEMENT OF WORK FOR THE CITY. �labrruitt ' yl(_ml vt au,,OLGRI i°i, IY 01 �IJ'MED 110i�,K 'W, fBIZI ^: H Y' _ _.---._...__ ... Company Name: By (Print name & ti0el: Fire Call, LLC Marc Radeck , _.._. Mener SagCon an S ea Address Vendor'sAurd d rylrQll 3250 West 8Ji Beaver Rd,, Suite 544 a Cdy, State, zip: Dale signed:' 7rn „Mrs 1.48084 Phone: FAX 714 345-0066 ° Vzndor'sEmailadrtre s: Ve ®. �" odor s Web sacs: riginalorlDeparlmenlCo nlacl tss d4r1 Date initiated: 12-10.2024 O Department Head Approval: _ .m° Date Approved: J 7 Insurance, I'll a 0 � r l ' 1 City Allomey City Manager City Clerk FC _ C4.nr1 C.. e+ r r An.nmm�nl .,i1A nhnnL L.....nr D--ih— MO.— II In.1., A A 1" 7A 1 ,�.... Agreement No. 7167 1.GENERALLY. The materials, supplies, or services (collectively, "Purchase) covered by this services agreement and purchase order (order") must be furnished by Seller subject to all the terms and conditions contained in this order which Seller'„ in accepting, this order, agrees to be bound by and comply with in all particulars. No other terms or conditions are binding upon the parties unless subsequently agreed to in writing. Wriden acceptance or shipment of all or any portion of the Purchase covered by this order constitutes unqualified acceptance of all terms and conditions in this order. The terms of any proposal referred to in this order are included and made a part of the order only to the extent it specified the Purchase ordered, the price, and the delivery, and then only to the extent that such terms are consistent with the term and conditions of this order. 2.INSPECTION. The Purchase furnished must be exactly as specified in this order, free from all defects in Seller's performance, design, workmanship, and materials, and, except as otherwise provided, is subject to inspection and test by City at all times and places. If, before final acceptance, any Purchase is found to be incomplete, or not as specified, City may reject it, require Seger to correct it without charge, or require delivery of such Purchase at a reduction in price that is equitable under the circumstances. If seller is unable or refuses to correct such items within a time deemed reasonable by City, City may terminate the order in whole or in part. Seller bears all risks as to rejected Purchases and, in addition to any costs for which Seller may become liable to City under other provisions of this order, must reimburse City for all transportation costs, other related costs incurred, or payments to Seller in accordance with the terms of this order for unaccepted Purchases. Notwithstanding Citys acceptance of any Purchase, Seller is liable for latent defects, fraud, or such gross mistakes as constitute fraud. 3.CHANGES. City may make changes within the general scope of this order in drawings and specifications for specially manufactured supplies, place of delivery, method of shipment or packing of the order by giving notice to Seller and subsequently confirming such changes in writing. N such changes affect the cost of or the lime required for performance of this order, an equitable adjustment in the price or delivery or both must be made. No change by Seller is allowed without City's written approval. Any claim by Seller for an adjustment under this section must be made in writing within thirty (30) days from the date of receipt by Seger of notification of such change unless City waives this condition in writing. Nothing in this section excuses Seller from proceeding with performance of the order as changed. 4. TERMINATION. City may terminate this order at any time, either verbally or in writing, with or without cause. Should termination occur, City will pay Seller as full performance until such termination the unit or pro rata order price for the performed and accepted portion of the Purchase. City may provide written notice of termination for Sellers default if Seller refuses or fails to comply with this order_ If Seller does not cure such failure within a reasonable time period, or fags to perform the Purchase within the time specified (or allowed by extension), Seller will be liable to City for any excess costs incurred by City. 5.TERM f TIME EXTENSION. This Agreement's term will be from 12/1/2024 to 12/112027. City may extend the time for completion if, in City's sole determination, Seller was delayed because of causes beyond Seller's control and without Seller's fault or negligence. In the event delay was caused by City, Seller's sole remedy is limited to recovering money actually and necessarily expended by Seller because of the delay; there is no right to recover anticipated profit. &REMEDIES CUMULATIVE. City's rights and remedies under this order are not exclusive and are in addition to any legal rights and remedies. 7.TITLE. Title to materials and supplies purchased under this order pass directly from Seller to City upon City's written acceptance following an actual insscection and City's opportunity to reiecL &PAYMENT, City will pay Seller after receiving acceptable invoices for materials and supplies delivered and accepted or services rendered and accepted. City will not pay cartage, shipping, packaging or boxing expenses unless specified in this order, Drafts viig not be honored. 9.INDEMNIFICATION. Seller agrees to indemnty and hold City harmless from and against any claim, action, damages, costs (including, without limitation, attorneys fees), injuries, or liability, arising out of the Purchase or the order, or their performance. 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 the Purchase or order, or Ihek performance. Seller will defend City (at Cily s request and with counsel satisfactory to City) and indemnify City for any judgment rendered against it or any sums paid out in settlement or otherwise. For purposes of this section "City' includes City's officers, elected officials, and emptoyees. It is expressly understood and agreedthat the foregoing provisions will survive termination of this order. The requirements as to the types and limits of insurance coverage to be maintained by Seller, and any approval of such insurance by City, are not intended to and will not in any manner limit or quality the liabilities and obligations otherwise assumed by Seller pursuant to this order, inclu0ig, without limitation, to the provisions concerning indemnification. 10,WARRANTY. Seller agrees that the Purchase is covered by the most favorable commercial warranties the Seller gives to any customer for the same or substantially similar supplies or services, or such other more favorable warranties as is specified in this order. Warranfies will be effective notwithstanding any inspection or acceptance of the Purchase by City. 11.ASSIGNMENT. City may assign this order. Except as to any payment due under Oils order, Seller may not assign or subcontract the order without City's written approval. Should City give consent, it will not relieve Seller from any obligations under this order and any transferee or subcontractor will be considered Seller's agent 12.I114SURANCE. Seger must provide the insurance indicated on the face sheet of [iris Services Agreement. 13.PERMITS. Seller must procure all necessary permits and licenses, and abide by all federal„ state, and local laws, for performing this order. 14.INDEPENDENT CONTRACTOR. City and Seller agree that Seller will act as an independent contractor and will have control of all work and the manner in which is it performed. Seller will be free to contract for similar service to be performed for other employers while under contract with City. Seller 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 order that may appear to give City the right to direct Seller as to the details of doing the work or to exercise a measure of control over the work means that Seller will follow the direction of the City as to end results of the work only. 15.WAIVER. City's review or acceptance of, or payment for, work product prepared by Seller under this order will not be construed to operate as a waiver of any rights City may have under this Agreement or of any cause of action arising from. Sager"s performance. A waiver by City of any breach of any terror, covenant, or condition contained 0 ibis order 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 order, whether of the same or different character. 16.INTERPRETAMON. This Agreement was drafted in, and will be construed in accordance with [he laws of the Stale of California, and exclusive venue for any action involving this agreement will be in Los Angeles County. 17. PREVAILING WAGES. If required by applicable state law including, without limitation Labor Code §§ 1720 (as amended by AB 975 (2001)), 1771, 1774, 1775, and 177E„ Seller must pay its wr_ackers firevail N m„ ec _ Qh,c.,..d_ n...aa..,®. o ...14a naMV an - w.,..o n i. ,f.,4 n 9Q OM d— Agreement No. 7167 wage. It is Sellers responsibility to interpret andimplement any prevailing wage requirements and Seller agrees to pay any penalty or civil damage resulting from a violation of the prevailing wage taws. In accordance with Labor Code § 17732, 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 A copy of the prevailing rate of per diem wages must be posted at the job site. 18. ARTIFICIAL INTELLIGENCE. Seger must not utilize, employ, or incorporate any form artificial intelligence, machine learning, or other similar technologies (collectively, "All in the provision of professional services in this Agreement without City's express written consent. The Al prohibition set forth directly above will not apply to general business tools and software that may have Al components but are not directly involved in the execution or delivery of professional services that this Agreement covers, provided that such tools and software do not significantly impact the quality or nature of such services. Seller must promptly notify City, in writing, of any proposal to employ Al in connection its provision of services to the City under this Agreement City will have the sole discretion to grant or deny such proposal. 19. ELECTRONIC SIGNATURES; SIGNATURE AUTHORITY. In accordance with Government Code §16.5, the parties agree [hat this Amendment will be considered signed when the signature of a party Is delivered by electronic transmission. Such electronic signature will be treated in all respects as having the same effect as an original signature. Seller warrants that its signatory (or signatories, as applicable) to this Agreement has the legal authority to enter this Agreement and bind Licensor accordingly. 20. CONSISTENCY. In interpreting this Agreement and resolving any ambiguities, this Agreement takes precedence over any attached exhibit with conflicting provisions. 21. CONSIDERATION. As consideration, City agrees to pay Seller for Sellers services not to exceed a total of $5,500 per fiscal year for the work. City will pay for work as specified in the attached Exhibit °A," which is incorporated by reference.. 22. EXHIBITS. Exhibit "A." LC _ C6nN Comic A..mu...e.d ,..86 Ab 1, ".— . Dre..nM— W.— 11 1,A—A A 10 W 1 A, Agreement No. 7167 Electronic DerLyer 11-6-24 Vanessa Arias Senior Management Analyst City of El Segundo Fire Department 314 Main Street El Segundo, CA 90245 Per your request we are pleased to submit this proposal for your annual fire hose testing. Background FireCatt is proud to have revolutionized the fire hose testing industry. FireCatt is the sole source supplier and owner of a patented method that incorporates computerized testing technology and a software program designed to incorporate the testing standards and guidelines of NFPA 1962. FireCatt is now testing over 20 million feet of fire hose per year in 49 States. We have been testing fire hose for more than 17 years. Customers that have come to trust FireCatt's precision testing service include: fire departments; oil refineries; nuclear power plants; and industrial operations. We trust you will take the time to understand the value FireCatt creates by using the best technology, people and processes available to provide your critical annual services testing. FireCatt will save you manpower time, reduce liability and injuries, keep yourfire rigslapparatus in service longer and create repeatable, valid test results with advanced technology and professional service. Our testing team is structured with a team leader, and four hose technicians, all formally trained by FireCatt. We believe in a professionally run hose testing process starting with pre -test planning, meticulous attention to detail during the testing process and documented repacking of your equipment to the standard you require. Who Is the 'FireCatt Cu torner"? FireCatt customers are the leaders within the fire service. They don't settle for "good enough" when it comes to the safety of their people and equipment. They want the most accurate testing option available, while receiving the most professional service. They want the most reliable and defensible third party validation. They want peace of mind, and that's what FireCatt delivers. FireCatt will provide annual service pressure testing per the NFPA 1962, 2018 Edition Standard for Hose and NFPA 1932, 2010 Edition Standard for Ladders using patented technology test equipment designed for safety, accuracy and efficiency. 3250 W. Big Beaver Rd., Suite 544, Troy, MI 48084 Phone: 248-643-7200 Fax: 248-566-3064 wwwArecatt.com Agreement No. 7167 Page 2 of 5 Sole Source FireCa ff eclflca fior�sM ❑ Electronic and computerized pressure transducers shall be used to monitor and regulate pressures. ❑ Software controls the entire test process to ensure NFPA 1962 Standard is followed. One item to note is that during pressurization, hose will only be pressurized at 15 psi per second. Our system will meet this standard each and every test, ensuring that the fire hose will not be subjected to.a shock pressure which can lead to shorter hose life expectancy. ❑ Air actuated and computerized valves shall be used to eliminate manual control of all valves at high pressure and provide emergency automated shut-off/shut-down capability. The use of manual valves that are less than 100% repeatable and expose personnel to unnecessary risk will not be permitted. ❑ Pressure release at the end of each test shall be accomplished through air actuated and computer controlled valves operated remotely. This will eliminate the need to release pressure at the end of each hose and eliminate the risk associated with exposing personnel to potential catastrophic failure while hose is fully pressurized. ❑ Hydrant pressure shall be monitored through the use of electronic and computerized pressure transducers. Hydrant pressure will be regulated to meet the NFI A requirement of 45 PSI at the beginning of the test. ❑ An amber warning beacon shall be illuminated at all times when the hose is pressurizing or at high pressure. ❑ Ten manifolds shall be used each with their own computerized pressure transducer and valve so that ten separate pressures can be tested simultaneously. ❑ Up to 3,000 feet of hose shall be tested per test cycle. ❑ Multiple diameter hoses shall be tested simultaneously. ❑ Air relief valves shall be used at the end of each hose lay per manifold. ❑ Computerized digital pressure readouts shall be used in order to eliminate subjective "needle bounce" of analog gauges. ❑ Computerized timing of tests shall be used to eliminate subjective timing devices such as manual stop watches prone to operator error. ❑ Heavy Duty Bar Code labels will be used on each hose for ease of Identification and Inventory Control. NFP,A'Fire Hose Testing Standards 1. Each length of hose will be assigned an Identification number using a barcode label on each coupling. That I.D. number shall also be recorded on the hose jacket at each end of the hose using a permanent ink marker. 2. Each length of hose will be inspected, both the outer jacket and inner liner. 3. All couplings and threads will be inspected. 4. All gaskets will be inspected, defective gaskets will be replaced at no extra cost. 5. FireCatt will supply hose manufacturer approved lubricant for coupling lubrication. 6. All defective hose will be tagged and removed from service and the defect location on the hose will be marked using permanent marker. The tag will be distinctive and state the reason for removal from service, date, and hose I.D. number. This information will also be contained within the test report. Agreement No. 7167 Page 3 of 5 7. FireCatt will supply "Never Seize" lubricant for lubricating all apparatus connection points so as to reduce galvanic reaction associated with dissimilar metal contact. 8. FireCatt will accurately record all data that will be contained in the final report which will include, Department I.D., Station or Apparatus I.D., FireCatt hose I.D., Fire Department hose I.D., Manufacturer, Date of Manufacture, Date in Service, Size, Length, Pressure, Pass/Fail, Reason for Failure, and Tread Type. 9. FireCatt will provide a hard copy of the Test Report within 1 week of test completion. The Hose Test Report is documented on a per Department basis. If you require your hose documentation broken down per apparatus or station, this service is available and must be pre -arranged. 10. FireCatt will provide internet web access to your electronic test record and protect this information using a unique login and password within 1 week of test completion. Access to the test records will be for a minimum of 7 years from date of the most recent test. 11. FireCatt will be licensed and insured to meet the State, City and Department requirements. Option(s) Quantity Price Total per i (approximate .... of Year/Test _ 1 Fire Hose Testing 14 000 $0.43 ,mmm 020 FireCatt provides all Labor and performs all unloading, fay 320" testing and reloading 3 Ground Ladder Testing NA $2.95 NA FireCatt provides all Labor m_ .. $2.50 _..... .... ........� I14 v _— Note: Hard suction hose, if utilized, is vacuum tested at the same price perfoot as supply and attack hose. Pricing includes all taxes, set up and transportation. If ground ladders are tested our price includes replacement of any heat sensors. Agreement No. 7167 Page 4 of 5 Contract Term and Pricing Pricing in BLACK is for a 1-year contract. `i i, i a uu i in U IIED is ti Hi ;1 yeah anA wfl 4;or d 1cf, Option 1 - FireCatt will provide ALL labor to unload apparatus, lay out, test, couple/uncouple, roll hose and reload apparatus. The Fire Department will provide labor only to drive apparatus to and from test site. Option 2 - FireCatt will provide labor to unload apparatus, lay out, test, couple/uncouple, and roll hose. The Fire Department will provide labor to reload apparatus. Note: If you choose Option 2, we suggest utilizing two fire department crews/companies to reload. The crew whose apparatus is being reloaded and the crew whose apparatus is next to be unloaded. Option 3 - FireCatt will provide all labor to perform precision ground ladder testing via digital load cell technology that will meet NFPA1932, 2010 edition standards. FireCatt incorporates a load cell that is UL Certified to NFPA 1983, general use. There are no other charges! Heat sensor labels are included in our per foot price. Loaistics Prior to testing FireCatt will work with your Department to formulate and tailor a logistics plan that will work best for you. The following is an example of a typical logistics plan: When FireCatt begins testing we will start with your rack/auxiliary hose then your reserve apparatus(s). Your tested rack/auxiliary hose will be ready to replace any failed hose from your apparatus(s). Once the reserve apparatus(s) are tested your company can take the tested reserve to replace a front-line apparatus prior to testing. Thus, we eliminate any down time in your Department for hose testing and we keep your companies in district. That way the public that you serve will not see an increase in response time during hosetesting. The Department will be responsible to provide a suitable test a location 300' in length x 60' wide, a water supply via Fire Hydrant (preferably), stand pipe, or tender, a driver to move your apparatus and a single point of contact. Completion FireCatt typically tests approximately 10,000+ feet per day using Option 1 and 13,000+ feet per day using Option 2. Testing will take approximately 2 days (weather, total feet, option selected & test site dependent). Agreement No. 7167 Pagc 5 of 5 a * The mostadvanced, NFPA compliant technology the industry has to offer utilizing four -five (4-5) fully trained technicians. Our patented software -driven technology, and process delivers the most accurate, precise, safe, and efficient testing program. A comprehensive hose testing inventory/results program using barcodes and jacket labels that are captured both electronically and in hard copy. Elimination of workers compensation injuries/claims resulting from testing accidents, either immediate or post testing, such as back / knee strain from testing and re -loading hose (conveyor system and turntables) • Reduced exposure and liability during an audit. 10 Reduction of any overtime hours used for testing and or training Engines are put back in service more quickly than a fire dept can test on their own; allowing for full deployment of assets during an emergency or fire. FireCatt utilizes a state of the art mobile test lab that uses 10 manifolds to test 10 simultaneous hoses allowing us to test 10,000-13,000 feet of hose per day. Manpower and precious time are freed up to allow for more training and increase in morale. Longer life of hose due to ensuring NFPA 1962 is followed every testcycle. Proven Professional Operation —17 years experience in testing large & small departments. Our trained technicians are like "sherpas of the hose testing business". FireCatt believes that the issues of safety, time, accuracy, technology and tracking are critical concerns for your department. Our patented method, and the unique features listed above allow for the NFPA 1962 Standards to be met in the most "objective" manner possible. In comparison, other testing companies will provide you with "subjective' test results. We have designed our testing and reporting technology to meet the requirements and future needs of the industry. Our issued and pending patents are strong evidence of the exclusive nature of our solutions. In short, we believe that no other company in the nation can match or exceed the accuracy or safety of FireCatt's fire hose testing services. We have yet to encounter another hose testing company in the nation deploying a similar state-of-the-art computerized testing technology. Regards, Jim Ferguson Regional Director 714-345-0066