Loading...
HomeMy WebLinkAboutKnorr Systems Inc; 2020-08-18; PKRC20-0724Tracking #: MONROE STREET POOL AUTOFILL REPAIR; CONT. NO. PKCR20-0724 Page 1 of 6 City Attorney Approved 1/22/2020 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT MONROE STREET POOL AUTOFILL REPAIR; CONT. NO. PKCR20-0724 This agreement is made on the ______________ day of _________________________, 20___, by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Knorr Systems, Inc. whose principal place of business is 2221 Standard Ave., Santa Ana, CA 92705 (hereinafter called "Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor’s proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by: _Chris Gray________ (City Project Manager) PAYMENT. The City shall withhold retention as required by Public Contract Code Section 9203. WAGE RATES. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the Contract. Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. DocuSign Envelope ID: 2E2762C1-7057-4A37-8192-5E823DFF51AC 18th 20August Tracking #: MONROE STREET POOL AUTOFILL REPAIR; CONT. NO. PKCR20-0724 Page 2 of 6 City Attorney Approved 1/22/2020 Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: ___________________________________ Print Name: ___________________________________ REQUIRED INSURANCE. The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers’ Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability insurance are to be placed with California admitted insurers that have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than……..$1,000,000 Subject to the same limit for each person on account of one accident in an amount not less than ….…$1,000,000 Property damage insurance in an amount of not less than……..$1,000,000 Automobile Liability Insurance in the amount of $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non- scheduled. The automobile insurance certificate must state the coverage is for “any auto” and cannot be limited in any manner. The above policies shall have non-cancellation clauses providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as an additional insured. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. DocuSign Envelope ID: 2E2762C1-7057-4A37-8192-5E823DFF51AC Rich Robert Tracking #: MONROE STREET POOL AUTOFILL REPAIR; CONT. NO. PKCR20-0724 Page 3 of 6 City Attorney Approved 1/22/2020 WORKERS’ COMPENSATION AND EMPLOYER’S LIABILITY. Workers’ Compensation limits as required by the California Labor Code. Workers’ Compensation will not be required if Contractor has no employees and provides, to City’s satisfaction, a declaration stating this. INDEMNITY. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys’ fees for litigation, arbitration, or other dispute resolution method. JURISDICTION. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: Contractor agrees to start within __15__ working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within __80__ working days after receipt of Notice to Proceed. CONTRACTOR’S INFORMATION. Knorr Systems Inc 2221 Standard Ave. (name of Contractor) 562312 (street address) Santa Ana, CA, 92705 (Contractor’s license number) C-61 / D-35 3/31/2021 (city/state/zip) 714-754-4044 (license class. and exp. date) 1000004538 (telephone no.) 714-754-7791 (DIR registration number) 6/30/2022 (fax no.) Tima2@knorrsystems.com (DIR registration exp. date) (e-mail address) DocuSign Envelope ID: 2E2762C1-7057-4A37-8192-5E823DFF51AC Tracking #: MONROE STREET POOL AUTOFILL REPAIR; CONT. NO. PKCR20-0724 Page 4 of 6 City Attorney Approved 1/22/2020 AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) Rich Robert - Vice President/General Manager Assistant City Manager, Deputy City Manager, or Department Director as Authorized by the City Manager (print name/title) By: ATTEST: N/A – Single Signor (sign here) BARBARA ENGLESON N/A City Clerk (print name/title) If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A Group B Chairman, President, or Vice-President Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: _____________________________ Deputy/Assistant City Attorney DocuSign Envelope ID: 2E2762C1-7057-4A37-8192-5E823DFF51AC Tracking #: MONROE STREET POOL AUTOFILL REPAIR; CONT. NO. PKCR20-0724 Page 5 of 6 City Attorney Approved 1/22/2020 EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each sub-contractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each sub-contractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." SUBCONTRACTORS Portion of Project to be Subcontracted Business Name and Address DIR Registration No. License No., Classification & Expiration Date % of Total Contract Total % Subcontracted: _______________ DocuSign Envelope ID: 2E2762C1-7057-4A37-8192-5E823DFF51AC 0% Tracking #: MONROE STREET POOL AUTOFILL REPAIR; CONT. NO. PKCR20-0724 Page 6 of 6 City Attorney Approved 1/22/2020 EXHIBIT B SCOPE OF SERVICES Knorr Systems Inc to replace autofill hytrol valve, as follows: • Cut away existing flange hardware. • Remove and set aside existing 3" flanges and 3" pipe nipples. • Remove and dispose of existing hytrol valve. • Install existing flanges & pipe nipples in new 3" bronze hytrol valve. • Install valve in same location with new flange gaskets & hardware. • Reconnect existing tubing. • Startup autofill and test for proper operation. JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 Labor and materials to replace autofill Hytrol valve $6,826.00 Sales Tax $372.09 TOTAL* $7,198.09 Amount not to exceed $7,198.09. *Includes taxes, fee’s, expenses and all other costs. DocuSign Envelope ID: 2E2762C1-7057-4A37-8192-5E823DFF51AC B 2,000,000 08/01/2021 MKLV2PBC000784 UB-7J602089-20-14-G 10,000,000 ATL-004733402-17 1,000,000 10,000,000 UB-2N159031-20-51-K X 20699 10,000,000 Aggregate Atlanta, GA 30326 N X Comp./Coll. Ded.: $1,000 SIR $50,000 Per Occ. 08/01/2020 National Union Fire Ins Co. of Pittsburgh PA 3 08/01/2021 08/01/2020 25674 08/01/2021 TJ-CAP-9D897065TIL-20 Excess Umbrella D 4,000,000 19038 2,000,000 (See Additional Page.) 25666 ACE Property And Casualty Ins Co 1,000,000 X E via CG 2010 & CG 2037 , where required by written contract. . A Waiver of Subrogation applies in favor of the additional insured on the Workers Compensation 08/05/2020 15,000,000 08/01/2020 15,000,000 08/01/2020 RE: All Jobs X 08/01/2020 POLICY AGGREGATE 6565 Alicante Road Carlsbad, CA 92009 City of Carlsbad Travelers Property Casualty Company Of America 25,000 City of Carlsbad is listed as additional insured in regards to services during each project performed by the Insured, on a primary and non-contributory basis X policy where required by written contract. A Travelers Casualty And Surety Company F The Travelers Indemnity Company of America CN102326389-CAS.-GAUWX-20-21 Each Occurrence EXCLUDED 08/01/2021 1,000,000 XOOG71549501 002 C 4,000,000 35378 100,000 1,000,000 08/01/2021 UB-2N106953-20-51-R Two Alliance Center Marsh USA, Inc. X 3560 Lenox Road, Suite 2400 Attn: Atlanta.CertRequest@marsh.com / Fax: 212-948-4321 X Attention: Maria Townson Knorr Systems, Inc. Santa Ana, CA 927072221 S. Standard Ave. X X BE 016159343 08/01/2020 c/o Parks & Recreation Department 08/01/2020 D 08/01/2021 19445 08/01/2021 Evanston Insurance Company UB-2N106953-20-51-R (AZ, FL, OR, WI) UB-7J602089-20-14-G (AZ CA CO CT FL GA ID IL IN KS MD MI MN MO MT NC NH NM NV NY OK OR PA SC TN TX WV) UB-2N159031-20-51-K (AK AL CO GA IA IL IN KS KY MD MI MN MO MT NC ND NE NV NY OH OK PA PR SC TN TX UT VA WA WY) Workers'' Compensation (Continued): Marsh USA, Inc.Attention: Maria TownsonKnorr Systems, Inc. Santa Ana,CA 92707 2221 S. Standard Ave.