Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
S and J Builders and Restoration Services Inc; 2019-11-14; PWL20-946GS
DOC# 2020-0072150 1111111111111111111111111111111111111111111111111111111111111111111111 Feb 12, 2020 11:41 AM OFFICIAL RECORDS Ernest .I. Dronenburg, Jr, RECORDED REQUESTED BY CITY OF CARLSBAD SAN DIEGO COUNTY RECORDER FEES. $0 00 (S82 Atkins $0 00) AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 PAGES 1 Space above this line for Recorder's use. PARCEL NO: NOTICE OF COMPLETION Notice is hereby given that: 209-050-26-00 1. The undersigned is owner of the interest or estate stated below in the property hereinafter described. 2. The full name of the undersigned is City of Carlsbad, a municipal corporation. 3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. 4. The nature of the title of the undersigned is: In fee. 5. A work or improvement on the property hereinafter described was completed on January 14, 2020. 6. The name of the contractor for such work or improvement is S&J Builders and Restoration, Inc. 7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San Diego, State of California, and is described as follows: Project No. PWL20-946GS, Ladder Safety Rail Installation. 8. The street address of said property is Safety Training Center, 5750 Orion Street, Carlsbad, CA 92010, within the city of Carlsbad. \) .,,/Scott Chad . \......, T City Manager VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Villa_~e Drive, Carlsbad, California, 92008; the City Manager of said City on ,ToocM~ Qq-fh , 20.:lil_, accepted the above described work as completed and ordered that a Notice of mpletion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on :Jonv'fj dQt~ 20,;JO, at Carlsbad, California. -{r/ Barbara Engleson City Clerk , Gf/me z.1 Dep""!J CltJ lltof CITY OF CARLSBAD ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS S&J Builders and Restoration Services, Inc., has completed the contract work required for Project No. PWL20-946GS, Ladder Safety Rail Installation. City forces have inspected the work and found it to be satisfactory. The work consisted of: IMPROVEMENTS (City) Ladder Safety Rail Installation VALUE $3,445.75 CERTIFICATION OF COMPLETION OF IMPROVEMENTS Engi~~:,d/4 Date CITY MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described contract is deemed complete and hereby accepted. The City Clerk is hereby authorized to record the Notice of Completion and release the bonds in accordance with State Law and City Ordinances. The City of Carlsbad is hereby directed to commence maintaining the above described improvements. d[~1~ (•o"i· ?Q}O Scott Chad~ity Manager Date APPROVED AS TO FORM: CELIA BREWER, City Attorney PWL20-946GS Ladder Safety Rail Installation - 1 - City Attorney Approved 2/29/2016 CITY OF CARLSBAD PUBLIC WORKS LETTER OF AGREEMENT LADDER SAFETY RAIL INSTALLATION This letter will serve as an agreement between S&J Builders and Restoration Services, Inc., a California corporation (Contractor) and the City of Carlsbad (City). The Contractor will provide all equipment, material and labor necessary for fabrication and installation of ladder safety rails for the residential prop at the Safety Training Center per Exhibit A and B and City specifications, for a sum not to exceed three thousand four hundred forty-five dollars and seventy-five cents. ($3,445.75). This work is to be completed within seven (7) working days after issuance of a Purchase Order. ADDITIONAL REQUIREMENTS 1. City of Carlsbad Business License. 2. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its agents, officers, officials, employees, and volunteers 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 this Contract or work; or from any failure or alleged failure of the contractor to comply with any applicable law, rules or regulations including those relating to safety and health; except for loss or damage which was caused solely by the active negligence of the City; and from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by this Contract, unless the loss or damage was caused solely by the active negligence of the City. The expenses of defense include all costs and expenses, including attorney’s fees for litigation, arbitration, or other dispute resolution method. 3. Contractor shall furnish policies of general liability insurance, automobile liability insurance and a combined policy of workers compensation and Employers’ Liability in an insurable amount of not less than one million dollars ($1,000,000) each, unless a lower amount is approved by the Risk Manager or the City Manager. Said 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. Insurance is 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. Proof of all such insurance shall be given by filing certificates of insurance with contracting department prior to the signing of the contract by the City. 4. The Contractor shall be aware of and comply with all Federal, State, County and City Statues, Ordinances and Regulations, including Workers Compensation laws (Division 4 California Labor Code) and the “Immigration Reform and Control Act of 1986” (8USC, Sections 1101 through 1525), to include but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that are included in this Contract. 5. The Contractor may be subject to civil penalties for the filing of false claims as set forth in the California False Claims Act, Government Code sections 12650, et seq., and Carlsbad Municipal Code Sections 3.32.025, et seq. __________ init __________ init 6. The Contractor hereby acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor from participating in contract bidding. _______ init _______ init 7. 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. DocuSign Envelope ID: 129BDBE1-E243-47DC-A90D-E6C3B23A6567 PWL20-946GS Ladder Safety Rail Installation -2 -City Attorney Approved 2/29/2016 8.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 the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of 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 the execution of the work covered by this Letter of Agreement. 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. 9.City Contact: Jason Kennedy, 760-931-2236 Contractor Contact: Sean Wilson, 619-449-2014 CONTRACTOR, S&J BUILDERS AND RESTORATION SERVICES, INC., a California corporation CITY OF CARLSBAD, a municipal corporation of the State of California 10815 Wheatlands Ave., Suite J Santee, CA 92071 P: 619-449-2014 swilson@sandjbuild.com By: By: (sign here) Gracie Wilson / President Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager (print name/title) By: Dated: (sign here) Sean Wilson / CFO (print name/title) (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. 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 City Attorney DocuSign Envelope ID: 129BDBE1-E243-47DC-A90D-E6C3B23A6567 November 14, 2019 PWL20-946GS Ladder Safety Rail Installation Page 3 of 3 City Attorney Approved 9/27/16 EXHIBIT A LADDER SAFETY RAIL INSTALLATION SCOPE OF WORK AND FEE ITEM NO. Unit QTY DESCRIPTION PRICE 1 LS 1 Fabrication and installation of thirteen (13) ladder safety rails for the Residential Prop per Exhibit B. $3,445.75 TOTAL* $3,445.75 *Includes taxes, fees, expenses and all other costs. DocuSign Envelope ID: 129BDBE1-E243-47DC-A90D-E6C3B23A6567 1 S&J Builders and Restoration Services Inc 10815 Wheatlands Ave Suite J Santee, CA 92071 619-449-2014 619-449-0887 fax Lic 689944 Client: City of Carlsbad - Safety Training Center Business: (760) 434-2943 Property:5750 Orion St Carlsbad , CA 92010 Operator: SWILSON Estimator: Sean Wilson Business: (619) 449-2014 x 106 E-mail: swilson@sandjbuild.comPosition: Senior Estimator Company: S&J Builders Business: 10815 Wheatlands Ave Suite J Santee, CA 92071 Reference: Company: City of Carlsbad Type of Estimate: Reconstruction Date Entered: 10/14/2019 Date Assigned: 6/6/2019 Date Est. Completed: 10/14/2019 Date Job Completed: Price List: CASD8X_MAR17_SJ_PVW Labor Efficiency: Restoration/Service/Remodel Estimate: CITYOFCARLSBADSTC-LG We would like to thank you for the opportunity to provide you with this proposal for the fabrication and installation of Ladder Safety Rails for the Residential Prop. The total cost for the repairs detailed in the following proposal is $3,445.75 Proposal includes prevailing wages. This proposal details the specific work to be completed. Additional work outside of that specified in this estimate will be through separate proposal(s) and/or change order(s) detailing the additional/changed scope of work as well as the terms and pricing of those changes. Repairs will be scheduled after a signed contract is received by S&J Builders and a PO is issued by the city. Unless noted otherwise, the customer is required to provide heat, water and electricity on-site for the duration of this project. The customer is responsible for providing continuous access to the project area during normal business hours, Monday - Friday, 7:30 am - 4:00 pm. Where an item is being replaced, we will be matching the existing item's quality, color, finish, texture or material as close as possible where applicable unless noted otherwise, there is no guaranty either specified or implied on exact matches. This estimate does not include hazardous material testing or abatement unless specifically detailed in the following estimate. This estimate is valid for 30 days from 10/14/2019. If you have any questions about this estimate, please contact Sean Wilson to discuss those questions. Respectfully, Sean Wilson EXHIBIT B PWL20-946GS DocuSign Envelope ID: 129BDBE1-E243-47DC-A90D-E6C3B23A6567 2 S&J Builders and Restoration Services Inc 10815 Wheatlands Ave Suite J Santee, CA 92071 619-449-2014 619-449-0887 fax Lic 689944 CITYOFCARLSBADSTC-LG 10/14/2019 Page: 2 CITYOFCARLSBADSTC-LG Main Level DESCRIPTION QTY 13.00 EA 1. Fabrication and Installation of Ladder Safety Rails (See Notes). 2.Installation labor. 1.00 EA General DESCRIPTION QTY 3. Commercial Supervision / Project Management - per hour 0.77 HR 4. Haul debris - per pickup truck load - including dump fees 0.09 EA Grand Total $3,445.75 Sean Wilson Senior Estimator Notes: Ladder Safety Rails will be fabricated and welded using 1-1/2" galvanized round steel tubing. The ends will be rounded and capped. Each rail will be designed to allow no more than 2" of ladder slide from left to right. Rail width not to exceed 24". Rails will be powder coated in safety color Yellow for easy identification. Scope: Safety issues were identified during training whereas ladders would slide along the galvanized steel gutters located on the residential prop at the Safety Training Center. To prevent ladder slippage and reduce potential falls, a ladder safety rail was mocked up and tested with Fire Department ladders. Thirteen (13) safety rails will be secured using lag bolts into the facet board and under the existing gutters at various points around the roof line of the structure. PWL20-946GSExhibit B (continued) DocuSign Envelope ID: 129BDBE1-E243-47DC-A90D-E6C3B23A6567 3 S&J Builders and Restoration Services Inc 10815 Wheatlands Ave Suite J Santee, CA 92071 619-449-2014 619-449-0887 fax Lic 689944 CITYOFCARLSBADSTC-LG 10/14/2019 Page: 3 1 2 PWL20-946GS Exhibit B (continued) DocuSign Envelope ID: 129BDBE1-E243-47DC-A90D-E6C3B23A6567 ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBRLTRINSD WVD PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A(Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD S&JBU-1 OP ID: AJ 10/14/2019 Steve Henkelman JPL Insurance Group, Inc JPL Insurance Services3033 5th Avenue, Ste. 325San Diego, CA 92103 Steve Henkelman 619-220-8014 619-220-8015 Steve@jplinsurance.com Arch Specialty Ins Co Cypress Insurance CompanyS & J Builders And RestorationServices, Inc10815 Wheatlands Ave. Ste. JSantee, CA 92071 California Automobile Ins Co. Financial Pacific Insurance Co A X 1,000,000 X X 12EMP9285807 10/15/2019 10/15/2020 100,000 X 10/15/2019 10/15/2020 5,000 X 1,000,000 2,000,000 X 2,000,000 1,000,000C X X BA040000032483 03/01/2019 03/01/2020 XX 2,000,000A 12EMX0523006 10/15/2019 10/15/2020 2,000,000 XB X SJWC029784 01/01/2019 01/01/2020 1,000,000 1,000,000 1,000,000 A 12EMP9285807 10/15/2019 10/15/2020 Agg/Occ $2MIL/$1MIL D Bailees 60497187 10/10/2019 10/10/2020 Bailees 250,000 As respects General Liability The City of Carlsbad, its officials, employeesand volunteers are additional insured, coverage is primary & non-contributory. 30-Day Notice of Cancellation applies per attached endorsementAs respects Auto Liability City of Carlsbad is additional insured. CARLSBA City of Carlsbad/CMWD c/o EXIGIS Insurance Complaince Services PO Box 4668-ECM #35050 New York, NY 10163-4663 619-220-8014 21199 10855 38342 31453 12EMP9285807CPL $5K deductible Professional Liabi Date HOLDER CODE INSURED'S NAME PAGENOTEPAD: All Forms attached and apply when required by written contract. Umbrellaextends General, Professional and Pollution liabiity, and workers'compensation only. CARLSBA 2 S & J Builders And Restoration 10/14/2019 S&JBU-1 OP ID: AJ