HomeMy WebLinkAboutSiemens Industry Inc; 2016-08-08; PWM17-02GSCITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL-C/0 # 1
Project: PWM17 -02GS, Aston Avenue and Rutherford Road Street Light Repair
Date Routed:
Reasons for changes:
To:
Contract Administration
Department Head
Department Director
Item 1 : Installing a new concrete anchor bolt foundation for the street light repair.
After inspecting the existing foundation and anchor bolts, we found the existing
bolts to be rusted out and no longer viable for use.
COST ACCOUNTING SUMMARY:
Original contract amount $6,305.00
Total amount this C/0 $4,285.00
Total amount of previous C/O's $0.00
Total C/O's to date $4,285.00
New Contract Amount $10,590.00
Total C/O's as% of original contract 67.96%
Contingency amount encumbered $0.00
Contingency increase I decrease $0.00
Contingency Subtotal $0.00
Total C/O's to date $4,285.00
Note: this CCO will be encumbered to the PO once fully executed.
Project:# PWM17-02GS, Aston Ave and Rutherford Rd. Street Light Repair
Change Order No. 1
CITY OF CARLSBAD
CONTRACT CHANGE ORDER NO. 1
PROJECT: #PWM17-02GS, Aston Avenue and Rutherford Road Street Light Repair
CONTRACT NO. PWM17-02GS P.O. NO. P132636
ACCOUNT NO. 1626357-7242
CONTRACTOR: SIEMENS INDUSTRY
ADDRESS: 1820 JOHN TOWERS AVE.
STEA
EL CAJON. CA 92020
The Contractor is directed to make the following changes as described herein. Changes
shall include all labor, materials, equipment, contract time extension, and all other goods and
services required to implement this change. Payment stated on this change order includes
all charges, direct or indirect, arising out of this additional work including charges for field
overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of
efficiency, extended equipment costs and overtime premium costs and is expressly agreed
between the City and the Contractor to be the complete and final costs hereof. The
requirements of the specifications, where pertinent and not in conflict with this change order,
shall apply to these changes.
Pursuant to the Standard Specifications for Public Works Construction, perform the
following:
Item 1 : Installing new anchor bolt foundation, per San Diego Regional Standard Drawings,
Caltrans specs.
Increase to contract cost .................................................................. $4,285.00
TOTAL INCREASE TO CONTRACT COST .................................................. $4,285.00
Project:# PWM17-02GS, ASTON AVE AND RUTHERFORD RD. STREET LIGHT REPAIR
Change Order No. 1
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE
INCREASED BY THIRTY (30) WORKING DAYS AS A RESULT OF THIS CHANGE
ORDER.
RECOMMENDED BY: APPROVED BY:
C MAN GER (DATE)
' ~ ((·j?•fle
DEPA ~~T HEAD \ (DATE)
;lfn k / 1-T(;P• ( &'
ECTOR (DATE)
DISTRIBUTION:
PROJECT FILE (ORIGINAL), CONTRACT ADMINISTRATION, PURCHASING, RECORDS, CONTRACTOR
PWM17-02GS
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
ASTON AVENUE AND RUTHERFORD ROAD STREET LIGHT REPAIR
This agreement is made on the S4 day of ~~ \J~-\-, 2016, by the City
of Carlsbad, California, a municipal corporation, (hereinafter called ~ity"), and Siemens Industry, Inc., a
Delaware corporation whose principal place of business is 1820 John Towers Ave, Suite "A", El Cajon, CA
92020 (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: =:B.wrv'-"a'"'"'n'"'"t-'-'H""'"il,_l ___ _
(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.
Aston and Rutherford Street Light Repair Page 1 of 6 City Attorney Approved 2/29/2016
PWM17-02GS
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 debarm ano er · ·ction is grounds for
the City of Carlsbad to disqualify the Contract , or subcontr -r fr articipating i contract bidding.
Signature:
Print Name: Michael J. Hutchens/ Area Operations Manager
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 "AX"; 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.
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
Aston and Rutherford Street Light Repair Page 2 of 6 City Attorney Approved 2/29/2016
PWM17-02GS
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 ten (10) working days after receipt of Notice to Proceed.
Completion: Contractor agrees to complete work within sixty (60) working days after receipt of Notice to
Proceed.
CONTRACTOR'S INFORMATION.
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Siemens Industry, Inc.
(name of Contractor)
758796
(Contractor's license number)
02/28/2017
(license class. and exp. date)
1000002447
(DIR registration number)
6/30/2017
(DIR registration exp. date)
Aston and Rutherford Street Light Repair Page 3 of 6
1820 John Towers Ave., Suite A
(street address)
El Cajon, CA 92020
(city/state/zip)
619-562-1104
(telephone no.)
n/a
(fax no.)
jeffrey. pierce@siemens.com
(e-mail address)
City Attorney Approved 2/29/2016
PWM17-02GS
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.
SIEMENS INDUSTRY, INC., a Delaware
corporation
By:
Steven M. Teal Jr./ Director of Service
(print name/title) ~..---
" By: .~
""-----~
_j::/7 (sign here)
Michael J. Hutchens/ Area Operations Manager
(print name/title)
CITY OF CARLSBAD, a municipal corporation
State of California
-~
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:
CELIAA. ~R?WER,=ey
BY: __ ~~~~~~~~~----
Deputy City Attorney
Aston and Rutherford Street Light Repair Page 4 of6 City Attorney Approved 2/29/2016
DELEGATION OF APPROVAL AUTHORITY FROM
PRESIDENT KEVIN RIDDETT AND VICE PRESIDENT FINANCE & BUSINESS
ADMINISTRATION MATTHIAS SCHLELEIN
Mobility Management
Urban Transport I Mainline Transport (RS)
Intelligent Traffic Systems
Rail Electrification
Customer Services
SIEMENS INDUSTRY, INC.-MOBILITY DIVISION
A The undersigned Kevin Riddett, President and Matthias Schlelein, Vice President, Finance and
Business Administration of the Mobility Division of Siemens Industry, Inc. (the "Corporation"), a
corporation duly organized and existing under the laws of the State of Delaware, by virtue of the
authority vested as President and Vice President Finance & Business Administration to sign or
countersign and otherwise execute in the name, or on behalf of the Corporation, any bids, projects,
contracts, agreements and any certificates, affidavits or ancillary documents in connection therewith
to the extent the foregoing instruments and are consistent with the limits of authority granted under
LoA guidelines and grants of release for and on behalf of the Corporation, do hereby delegate to and
acknowledge that the foJJowing person(s) may exercise such authority for and on our behalf up to $10
million.
AUTHORIZED SIGNATORIES
Business Operations Finance/Central Support Function
(Name/Position) [Name/Positicml
John Paljug Marsha Smith
VP-MM Senior Director, FBA-MM
Michael Cahill, Christopher Halleus,
VP-RS FBA-RS
Robin .Stimson Michael Tyler
Vice President RS MK&S Senior Director, CS
Chris Maynard Madeline Rodriguez
Senior Director RS CS Director, RS LOC/BG
Steffen Goeller Christopher Giesch
VP-TPE FBA-TPE
Dave Ward James Thornton,
Vice President RS LOC/BG Head of Procurement, MO
MarcusWelz Rajarshi Ghosh
ITS ITSBA
B. It is further acknowledged that the following individuals are hereby authorized to sign or countersign
and otherwise execute in the name or on behalf of the Corporation the same documents as
referenced in paragraph A, up to and including a transactional limit of $5 million. Any such .delegation
extends to but is limited to the same scope, documents and subject matter as referenced and granted
in Paragraph A, limited to the monetary amount stated in this Paragraph.
AUTHORIZED SIGNATORiES
'
Ssles Operations Finance/Central Suppoit Function
·(Name/Position) (Name/Position)
Douglas Dreisbach Mary Rachel Pearce
Director of Projects -MM · Director of Finance & Administration -MM
Bradley Hall Scott Carper
1
VP, Sales Mana!ler FBA-MM
Jack Wilson Valerie Conway
MM Sales Senior Director SCM RS
Steve Gitkin Jessica Shaiegan
Sales Director-ITS MM
c. It is further acknowledged that the following individuals are hereby authorized to sign or countersign
and otherwise execute in the name, or on behalf of the Corporation, the same documents as
referenced in paragraph A, up to and including a transactional limit of $3 million. Any such delegation
extends to but Is limited to the same scope, documents and subject matter as referenced and granted
in Paragraph A, limited to the monetary amount stated In this Paragraph
AUTHORIZED SIGNATORIES
Business Operations Finance/Central SupQort Function
(Name/Position) (Name/Position)
David Gutierrez Nikki Bassi
Director RS UT Director RS
Tony Ritter Cathie Steele
Director, CS Segment Controller, RS CS UT
Reiner· Martin Kim Swain
Director, RS CS Se,qment Controller RS Metros & Coaches
Omid Akbarzadeh-Paydar Fleur Gessner
Business Manager Bogies RS LOC BG Segment Controller, RS BG
Mark Bennett Carrie Hernandez
Vice President -RS Operations SCC SPR RS
Raymond Ginnell . Michelle Picard
General Project Manager, RS Director, RS
Jalmle Doherty Mirko Giese
Director, Rl HI BA
Armin Kick Claus Maucher
Director, RS HI Finance Director, ITS Services
Steve Teal
Director, ITS Services
D. It is further acknowledged that the following individuals are hereby authorized to sign or countersign
and otherwise execute in the name, or on behalf of the Corporation, the same documents as
referenced In paragrapii A, up to and including a transactional limit of $1 million. Any such delegation
extends to but is limited to the same scope, documents and subject matter as referenced and granted
in Paragraph A, limited to the monetary amount stated in this Paragraph~
AUTHORIZED SIGNA TORIES
Business Operations Finance/Central SUQQort Function
{Name/Position) (Name/Position)
Stephan Klein, Tommy C~arurat
Director MM Director Performance Controlling, RS
Paul Eliea, Sandra Kluthausen,
Director MM Commercial Manager
David Costello, Gisela Kaufmann
Director , MM Controller
Dave Jeanette Rudolf Wagner
Manager MM PerfOrmance Controlling
Jim Lyons Constanze Kutschki
Sr. Manager , MM Manag_er, Order Management RS
Jeff Balogh Kathrin Schicketanz
Sr. Director MM Commercial Project Mana..qer, RS LOC
George Long Honald Staggs
2
Director EnglneerinQ RS Commercial Proj_ect Manag~r. RS UT
Greg Tindall Mary Matos
Director, Quality RS Commercial Project Manager RS UT
Robert Martner Vesa Venttinen
Senior Project Manager, RS LOG Commercial Project Managerr_ RS UT
Jeffrey Curran Alexander Jankowski
Project Manager RS UT Commercial Project Manager, RS UT
Duane Kopp Christine Jaw
Project Manager, RS UT Commercial Project Manager, CS
Ron VanHuuksloot Steffen Hertel
Project Manager, RS UT Commercial Project Manager RS LOG
Thomas Stehlik Larry Chen
Project Manaoer RS UT Commercial Project Man~ger cs
Vlorel Aninoiu Kavita Patel
Project Manager, RS UT Commercial Project Man~g_er cs
Carsten Nebe Paul Berq uam,
Project Manager RS UT Director Business Continuity RS
Marl< Anderson Patrick Blackburne
Project Manager CS Commercial Proj_ect Man~er, RS
Aaldrik Matting Craig Debevoise
Project Manager, CS Projects Commercial
Jochen Woern Christoph Hilgers
Project Manager, CS Director Operations Controlling RS
Brad Bonn Manuel Schirnhofer
ProJect Manager, cs Commercial Project Manager RS LOG
Chander Khanna, Miriam Sheer
Sr. Director, Manufacturing Processes RS Commercial Project Manager, CS
Paul Aichholzer Christopher Smith
Proiect Manaoer RS LOC Commercial PrQiect Manager RS UT
Digant Dave, David Spence
Project Manager, CS Commercial Project Manager
Ibrahim Kalender Stefan Hofer -
ProJect Manager, RS BG Commercial Project Manag_er
Barry Sidler Sabine Andrikos
Proaram Manaoer, cs Commercial Service Man1:1g_er
Michael Dlaz Natalie Maga
Projects Commercial Project Manager, MM
Dimitrios Andrikos Matthew Chalmers
Sales Operations Commercial Project Manag~r. M.M
Christopher Romeo Michael Danka
Operations manager Commercial Proiect Mana_qer, M.M
Mike Emmons
Operations ManaQer
Luis Correia
Project ManaQer, CS
Trine Boedker Jensen
Project Manager CS
Michael Hutchens
Operations Manaoer
William Tucker
Operations Manager
Christopher Mcelroy
Service Account Manaoer
E. It ls further acknowledged that each of the signatures of the persons referred to in paragraphs A, B, C
and 0 are binding upon the Corporation.
3
F. It is further acknowledged that any document shall require the signature of two (2) of the above
Authorized Signatories, one each from Business Operations and from Finance/Central Support
Functions, whom shall have the requisite signature authority to be legally binding upon the
Corporation.
G. It is further acknowledged that each of the persons referred to herein is authorized to delegate such
person's authority. hereunder to additional members of his or her management team up to the limit of
such person's delegation of authority, provided that such delegation is in written form signed by the
delegator and filed with the Legal Department.
H. It is further acknowledged that the Secretary or an Assistant Secretary of the Corporation is
authorized to Issue certifications attesting to the incumbency, authority and status of any of the
persons referred to In this resolution.
IN WITNESS WHEREOF, we have hereunto subscribed our names and c;tffixed the corporate seal of the
said Corporation, as of the 1st day of January, 2016. ·
Matthias Schleleln
Vice President, Finance and Business Administration
Siemens Industry. Inc.
Mobility Division
4 .
PWM17-02GS
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 Business Name and Address DIR Registration License No., %of
be Subcontracted No. Classification & Total
Expiration Date Contract
11 ~ 'rJtJJ[_
'"'
Total% Subcontracted:
Aston and Rutherford Street Light Repair Page 5 of 6 City Attorney Approved 2/29/2016
PWM17-02GS
EXHIBIT B
Provide all labor, equipment and materials necessary to install a new street light pole and fixture at the
intersection of Aston Avenue and Rutherford Road (City of Carlsbad Hansen Work Order 445998). The
pole and fixture shall be placed on the existing foundation. Installation shall include setting pole, installing
mast arm, installing light fixture, and miscellaneous electrical work between the pull box and street light as
well as pouring new concrete cap.
All work shall be performed in accordance with the City of Carlsbad's Engineering Standards, the 2015
Standard Specifications for Public Works Construction (Greenbook), 2010 Caltrans Standard plans and
Caltrans Specifications.
JOB QUOTATION
ITEM UNIT QTY' DESCRIPTION PRICE
NO.
1 LS 1 Install Amaron pole 26226 #371 2AP8A concrete street $6,305.00
light pole with new GE 85W LED fixture on existing
foundation.
TOTAL* $6,305.00
*Includes taxes, fee's, expenses and all other costs.
Aston and Rutherford Street Light Repair Page 6 of6 City Attorney Approved 2/29/2016