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