Loading...
HomeMy WebLinkAboutHudson Safety Lite; 2012-10-23;PUBLIC WORKS LETTER OF AGREEIVIENT This letter will serve as an agreement between Hudson Safe-T-Lite, a Corporation (Contractor) and the Carlsbad Municipal Water District (District). The Contractor will provide all equipment, material and labor necessary to provide traffic control for the valve box repair at Palomar Airport Rd and College Blvd, per the Contractor's invoice dated July 26, 2012 and the District specifications, for a sum not to exceed One Thousand Eight Hundred Sixty Three dollars and fifty cents ($)1,863.50. This work has already been completed and this agreement is required only for issuance of a Purchase Order. ADDITIONAL REQUIREIVIENTS 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 of Carlsbad and the District, and its agents, 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 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 District; 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 District. 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 five hundred thousand dollars ($500,000) each, unless a lower amount is approved by the City Attorney or the City Manager. Said policies shall name the City of Carlsbad and the District as a co-insured or additional insured. Insurance is to be placed with insurers that have (1) a rating in the most recent Best's Key Rating guide of at least A-:V, and (2) are admitted and authorized to transact the business of insurance in the State of California by the Insurance Commissioner. 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 District. 4. The Contractor shall be aware of and comply with all Federal, State, County and City Statutes, 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 District 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. - 1 -- Revised 02/11/02 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. The contractor to whom the contract is awarded 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 contract. TO INDICATE ACCEPTANCE OF THIS AGREEMENT, PLEASE SIGN IN THE SPACE BELOW AND RETURN TO: Clement Harris, Water Utility Depar4tment, 5950 El Camino Real, Carlsbad CA 92008 (Project Mgr) (Department) (Address) (Name of Contractor) (Contractor's License Number) ^ (Sign Here) aeorQiyvaC^Wdf^cimafeMi^^. com ^ O (E-mail Address) \J (Print Name and Title) B 4^i^nrHere) (E^ail A5l€lf^s) (Print Name and Title) Department Head Date If required by CMWD, 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: 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: RONALD R. BALL, City Attorney BY: Deputy City Attorney ^ ~ 2 Revised 02/11/02 Robcar Corporation dbo Hudson Safe*pi-if^e Rentals dbo Prest-O-Llte Barricade Co. 777 Gable Way, El Cajon CA SAIETUTE Hudson Safe-T-Lite Rentals REMIT PAYMENTS TO: PO Box 117, El Cajon, CA 92022-0117 619-441-3644 Fax 619-441-3652 CITY OF CARLSBAD UTILITIES ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVE CARLSBAD. CA 92008-7314 INVOICE Invoice Date Invoice No. 7/26/2012 00011025 Terms: Net 30 Days Job ID: 106392 PALOMAR AIRPORT RD COLLEGE BLVD. CARLSBAD Customer Customer Job No. Customer P.O. No. Period Covered Foreman Name / Phone# 5200 VALVE BOX REPAIR PALOMAR AT COLLEGE 7/24/2012-7/24/2012 DAN GROFF 760-802-5715 Date Description From - To Qty Days Units Price Total RENTALS 07/24/12 Sign on Type 1 Barricade - End Road Work 07/24 07/24 4 1 4 $1.25 $5.00 07/24/12 Sign on Type 1 Barricade - Lane Closed 07/24 07/24 6 6 $1.25 $7.50 07/24/12 Sign on Flagtree Stand - 2 Left Lane Closed Ahead 07/24 07/24 3 1 3 $1.60 $4.80 07/24/12 Sign on Flagtree Stand - Merge Right 07/24 07/24 3 1 3 $1.60 $4.80 07/24/12 Sign on Flagtree Stand - Road Work Ahead 07/24 07/24 4 4 $1.60 $6.40 07/24/12 Flashing Arrow Board 07/24 07/24 3 1 3 $80.00 $240.00 07/24/12 28"Traffic Cone 07/24 07/24 100 100 $0.35 $35.00 LABOR 07/24/12 Prevailing Wage-Early/Evening Time 2.5 2.5 $80.00 $200.00 07/24/12 Prevailing Wage-OT 2 2 $80.00 $160.00 07/24/12 Prevailing Wage-ST 16 16 $75.00 $1,200.00 Note: The * indicates taxable items. EQUIPIVIENT RENTAL TOTAL SALES/ONE-TIIVIE CHARGES LABOR TOTAL SALES TAX (8.75%) TOTAL CHARGES PLEASE PAY THIS AMOUNT *** Job Not Complete *** $303.50 $0.00 $1,560.00 $0.00 $1,863.50 $1,863.50 Page 1