Loading...
HomeMy WebLinkAboutRay White Cement; 2015-05-13; PWM15-81CEDPWM15-81CED CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT CHRISTIANSEN WAY PEDESTRIAN RAMP AT CARLSBAD BOULEVARD CONTRACT NO. 6049 This agreement is made on the ^^'^ day of 1( v/ , 2015, by the City of Carlsbad, California, a municipal corporation, (hereinafter called/'City"), and Ray White Cement, a California corporation w/hose principal place of business is 2380 Via Monserate, Fallbrook, CA 92028 (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: Jason Geldert (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. 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 execution of the contract. The Prime 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. 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. CHRISTIANSEN WAY PEDESTRIAN RAMP AT CARLSBAD BLVD CONTRACT NO. 6049 Page 1 of 6 , City Attorney Approved 3/6/15 PWMIS-BICED Contractor acknowledges that California Government Code sections 12650 6t 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 Print Name: l^t'OU^P 6fj(2l,fe 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 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. 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. 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. • t- 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, ?(amage, 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 td 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 CHRISTIANSEN WAY PEDESTRIAN RAMP AT CARLSBAD BLVD CONTRACT NO. 6049 Page 2 of 6 City Attorney Approved 3/6/15 PWM15-81CED 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. // II II II • // •• // // // // // // // // // // // // // // // // // CHRISTIANSEN WAY PEDESTRIAN RAMP AT CARLSBAD BLVD CONTRACT NO. 6049 Page 3 of 6 •; City Attorney Approved 3/6/15 PWM15-81CED CONTRACTOR'S INFORMATION. RAY WHITE CEMENT 2380 VIA MONSERATE (name of Contractor) 410673 (street address) FALLBROOK, CA 92028 (Contractor's license number) C-8 (city/state/zip) (760) 728-0170 (license class, and exp. date) Exp 8-31-15 (telephone no.) (760) 728-5605 (fax no.) office@raywhitecement.com (e-mail address) 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 RAY WHITE CEMENT INC., a California corporation CITY OF CARLSBAD, a municipal corporation of the State of California By: Diane White / President (print name/title) (agn nere) Glen Van Peski /^Director Community and Economic Development as authorized' by the City Manager (^gn here) Ray White / CFO (print name/title) If required by City, 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: • > CHRISTIANSEN WAY PEDESTRIAN RAMP AT CARLSBAD BLVD CONTRACT NO. 6049 Page 4 of 6 City Attorney Approved 3/6/15 leck A License - License Detail - Contractors State License Board Page 1 ol Contractor's License Detail for License # 410673 tISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this iformation, you should be aware of the following limitations. Business Information RAY WHITE CEMENT P O BOX 489 FALLBROOK, CA 92088 Business Phone Number:(760) 728-0170 Entity Corporation Issue Date 08/19/1981 Expire Date 08/31/2015 License Status This license is current and active. All Information below should be reviewed. C-8 - CONCRETE Classifications Bonding Information Contractor's Bond This license filed a Contractor's Bond with SURETEC INDEMNITY COMPANY. (Bond Number: 117957 iBond Amount: $12,500 Effective Date: 08/31/2013 Contractor's Bond History Bond of Qualifying Individual The Responsible Managing Officer (RMO) WHITE RAYMOND STEWART certified that he/she owns 10 percent or more of the ivoting stock/equity of the corporation. A bond of qualifying individual is not required. lEffective Date: 12/03/1992 Workers' Compensation This license has workers compensation insurance with the REPUBLIC INDEMNITY COMPANY OF AMERICA Policy Number:ATW003328 Effective Date: 10/01/2014 (Expire Date: 10/01/2015 Workers' Compensation History Other Personnel listed on this license (current or disassociated) are listed on other licenses. ;ps://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum==410673 4/14/20 Public Work's Contractor Registration Search Page 1 of 1 9d Division of Labor Standards Enforcement Public Works Contractor Registration Searcli This is a listing of current and active contractor registrations pursuant to Division 2, Party, Chapter 1 (commencing with section 1720) of the Califomia Labor Code. Enter at least one search criteria to display active registered public wori(s contr3Ctor(s) n^atching your selections. Registration Number; Contractor Legal Name: Contractor License Looi<up License Number: 410673 .^Ssaffih jLEeset, Public Works Contractor Registration Web Search Results One Registered Contractor found. 1 Legal Name Registration Number License Type/Number(s) Registration Date Expiration Date RAY WHITE CEMENT 1000003603 CSLB:410673 12/09/2014 06/30/2015 Export as: Excel | PDF ('opyrlglit •<' 2014 Stale of ( alifornia https://efiling.dir.ca.gov/PWCR/Search.action 4/14/2015 PWM15-81CED 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 pukjiic 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 be Subcontracted Business Name and Address Liicense No., Classification & Expiration Date %of Total Contract Total % Subcontracted: CHRISTIANSEN WAY PEDESTRIAN RAMP AT CARLSBAD BLVD CONTRACT NO. 6049 Page 5 of 6 City Attorney Approved 3/6/15 PWM15-81CED EXHIBIT B Contractor shall provide all labor, equipment and materials necessary to remove and replace the curb ramp at the southeast corner of Christiansen Way and Carlsbad Boulevard. All vyt).rk shall comply with the City of Carlsbad Engineering Standards, the San Diego Regional Standard Drawings 2012 edition, the Standard Specifications for Public Works Construction "Greenbook" 2012 edition and. the 2013 California Building Code. 1. Contractor shall perform survey of existing pavement, curbs, sidewalks, hardscape, landscaping, and unimproved areas adjacent to the work area sufficient to prepare engineering drawings for submission to the city. Design of the drawings shall be accepted by the city engineer, or his designee, prior to commencement of work. Contractor shall be responsible for printing of plans, obtaining all required permit, surveying, engineering design and preparation of as-built drawings. 2. Contractor shall demolish and remove existing improvements per the accepted engineering drawing prepared under item 1 above, and construct 32 linear feet of new curb and gutter, 16 linear feet of sidewalk and 24-inch brick paver banding to match, and an ADA compliant pedestrian access ramp with pavement transitions as necessary to facilitate the new improvements. JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 LS 1 Survey and plan preparation $3,300.00 2 LS 1 Removal and Replacement of curb ramp per SDRSD G- 28 -$6,595.00 TOTAL* $9,895.00 'Includes taxes, fees, expenses and all other costs. CHRISTIANSEN WAY PEDESTRIAN RAMP AT CARLSBAD BLVD CONTRACT NO. 6049 Page 6 of 6 City Attorney Approved 3/6/15