HomeMy WebLinkAboutScott Fence; 2016-12-14; PKRC596CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
DUMPSTER ENCLOSURE DOORS; CONT. NO. PKRC596
Tracking#:
This agreement is made on the / L/ tfJ day of £;Q C' o ~2...1\..__ , 20.l.!:e., by the
City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Scott Fence whose
principal place of business is 1255 Distribution Way, Vista, CA 92081 (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: Kyle Lancaster
(City Project Manager)
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.
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.
DUMPSTER ENCLOSURE DOORS
CONT. NO. PKRC596 Page 1 of 6 City Attorney Approved 9/27/2016
Tracking#:
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: ~k
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 (LASLJ) 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 Jess 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.
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.
BUSINESS LICENSE. The Contractor and all subcontractors are required to have and maintain a valid
City of Carlsbad Business License for the duration of the contract.
DUMPSTER ENCLOSURE DOORS
CONT. NO. PKRC596 Page 2 of6 City Attorney Approved 9127/2016
Tracking#:
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 30 working days after receipt of Notice to
Proceed ..
CONTRACTOR'S INFORMATION.
Scott Fence
(name of Contractor)
581918
(Contractor's license number)
B&C13, 11/30/2017
(license class. and exp. date)
1000002709
(DIR registration number)
06/30/2017
(DIR registration exp. date)
II
II
II
II
II
II
DUMPSTER ENCLOSURE DOORS
CONT. NO. PKRC596
1255 Distribution Way
(street address)
Vista, CA 92081
(city/state/zip)
760-598-0070
(telephone no.)
760-598-0098
(fax no.)
scottfencewefence@yahoo.com
(e-mail address)
Page 3 of6 City Attorney Approved 9/27/2016
Tracking#:
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
By:
(sign here) ~1\.J. f;t.oJ..} 0 wl\e/
(print name/title)
By:
(sign here)
(print name/title)
CITY OF CARLSBAD, a municipal corporation
of the State of California
By:
er, Deputy City Manager
or epartment Director
as authorized by the City Manager
A rEST:
\ ~/lrtlc..2rllMH--JjJ
BARBARA ENGLESON .~
City Clerk
If required by City, proper notarial acknowledgment of execution by Contractor must be attached. ~
corporation, Agreement must be signed by one corporate officer from each of the following two groups:
Group A
Chairman,
President, or
Vice-President
Group B
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:~
Assis~al"'t City Attorney .i>c~~
DUMPSTER ENCLOSURE DOORS
CONT. NO. PKRC596 Page 4 of6 City Attorney Approved 9/27/2016
Tracking#:
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 41 00 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 Business Name and Address DIR Registration License No., %of
be Subcontracted No. Classification & Total
Expiration Date Contract
tJol\~
Total % Subcontracted: __ _,(:)"""'----
The Contractor must perform no less than fifty percent (50%) of the work with its own forces.
DUMPSTER ENCLOSURE DOORS
CONT. NO. PKRC596 Page 5 of6 City Attorney Approved 9/27/2016
Tracking#:
EXHIBIT 8
Scott Fence shall install doors to the dumpster enclosures at Chase Fields, Holiday Park and
Magee Park. All work shall be performed in accordance with the attached Contractor's proposal
dated October 26, 2016.
JOB QUOTATION
ITEM NO. I DESCRIPTION PRICE
1 Chase Fields (1 Enclosure)
Install 2 sets of double b-decking enclosure doors-$2,200.00/set $4,400.00
Add 4"x4" angle iron to 3 existing posts-$200.00/post $600.00
2 Holiday Park (2 Enclosures)
lnstall4 sets of double b-decking enclosure doors-$2,200.00/set $8,800.00
Install 3 4"x4" steel posts and attach angle iron to existing walls-$500.00/post $1,500.00
3 Magee Park (1 Enclosure)
Install 2 sets of double b-decking enclosure doors-$2,200.00/set $4,400.00
Add 4"x4" angle iron to 3 existing posts-$200.00/post $600.00
TOTAL* $20,300.00
*Excludes paint
DUMPSTER ENCLOSURE DOORS
CONT. NO. PKRC596 Page 6 of6 City Attorney Approved 9/27/2016
S 1255 Distribution Way • Vista, CA 92081 Cott 7~ (760) 598-0070 • fax (760) 598-0098
. . · Since 1956 CALIFORNIA LICENSE C-13581918 • LOUISIANA LICENSE
15558
Offices: Carlsbad, California; Port Arthur, Texas; Baton Rouge, New Orleans, Lafayette, Louisiana; Grand Cayman West Indies
PROPOSAL SUBMITIED TO City of Carlsbad
Replace Chain Link Dumpster Doors
Chase Field, Holiday Park and 258 Beech St.
Bid Prevailing Wage
DATE OF PLANS
10/26/2016
8-Sets Dbl. B-Decking Dumpster Doors @ $2,200.00 ea.= $17,600.00
JOB PHONE
760-802-4568
Add 4"X 4" Angle Iron to Existing Posts {Beech St. & Chase Field)@ $200.00 ea. 6 Posts= $1,200.00
3-4"X 4" Steel Posts (Holiday Park) @ $500.00 ea.= $1,500.00
Excludes Paint!
Posts at 258 Beech St. to be Plumbed by City of Carlsbad Prior to Install!
All material is guaranteed to be as specified. All worK to be completed in a substantial workmanlike
manner according to specifications submitted, per standard practices. Any alteration or deviation
from above specifications involving extra costs will be executed only upon written orders, and
will become an extra charge over and above the estimate. AU agreements conting~nt upon
strikes, accidents or delays beyond our control. Owner to carry fire, tornado and other necessary
insurance. Our workers are fully covered by Workman's Compensation Insurance. Location of
fence is sole responsibility of the land owner. Survey stakes .-equired, in order to properly place
fence. lumber prodUcts are nominal sizes not actual sizes. In the event litigation is required,
reasonable attorneys fees, expert witness fees, court costs, Etc. shall be awarded to prevailing
party. We measure through the gates. 1.5% interest will be charge on invoices past 30 days.
ACCEPTANCE OF PROPOSAL The above prices, specifications and
conditions are satisfactory and hereby accepted. You are authorized to do the
work as specified. Payment will be made as outlined above
Date of Acceptance:
dollars{$ 20,300.00
Authorized Jon Holton
Signature
Note: This proposal may be withdrawn by t
if not accepted within 90 Days
Signature
Signature