HomeMy WebLinkAboutRepublic ITS; 2011-10-18; CTD564PUBLIC WORKS
LETTER OF AGREEMENT
cTd564
This letter will serve as an agreement between REPUBLIC ITS a Corporation (Contractor) and the City of
Carlsbad (City). The Contractor will provide all equipment, material and labor necessary to complete project
number cTd564 for STREET LIGHT KNOCKDOWN REPAIR ON PALOMAR AIRPORT RD W/O EL CAMINO
REAL, per the Contractor's proposal dated June 9. 2011 and City specifications, for a sum not to exceed
FOUR THOUSAND NINE HUNDRED TWENTY-FIVE dollars and ZERO cents ($4.925.00). This work is to
commence upon issuance of a Purchase Order and is to be completed within one hundred twenty (120)
calendar days thereafter.
ADDITIONAL REQUIREMENTS
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, 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 City; 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 City.
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 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 City.
4. The Contractor shall be aware of and comply with all Federal, State, County and City Statues, 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 civol penalties for the filing of false claims as set forth in the California
False Claims Act, Government Cods-^afctions 12650, et sea., and Carlsbad Municipal Code Sections
3.32.025, et seq. \/ init/^ W^ init
6. The Contractor hereby/acknowledges that debarment by another jurisdictio/i^ grourtdifonl the City of
Carlsbad to disqualify thMDontractor from participating in contract bidding. // init^jRw init
A ^^^*^
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.
8. The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supercedes the
provisions of the California Labor Code when the public work is not a statewide concern. Payment of
prevailing wages is at contractor's discretion.
Revised 9/28/00
9. Contractor will incorporate and comply with all applicable Best Management Practices (BMPs) during the
completion of this agreement. All work must be in compliance with the San Diego Regional Water Quality
Control Board (RWQCB) permit, Carlsbad Municipal Code and the City of Carlsbad Jurisdictional Urban
Runoff Management Plan (JURMP) incorporated herein by reference.
The Contractor shall indicate in his proposal methods of compliance, equipment utilized to insure
compliance, training of staff and experience in compliance with environmental regulations.
TO INDICATE ACCEPTANCE OF THIS AGREEMENT, PLEASE SIGN IN THE SPACE BELOW AND
RETURN TO:
Heidi Versteeq Facilities Maintenance 405 Oak Av Carlsbad. CA 92008
(Project Mgr) (Department) (Address)Republic Intelligent Transportation Services, Inc.
dba REPUBLIC ITS
(Name of Contractor)
(Sign Here)
j im.wagner@siemens.com
(E-mail Address)
C10. A. C31, D31 647154
(Contractor's License Number)
James A. Wagner, VP Engineering
(Print Name and Title)
\ {Sign Here)
dirk. g^ajber@siemens . com
-mail Address)
Dirk Glaser, Asst. Secretary & VP
(Print Name and Title)
Department Head Date
(Proper notarial acknowledgment of execution by Contractor must be attached.
Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign
for corporations. 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
Deputy City Attorney
Revised 9/28/00
p.l
Republic
ITS
Intelligent
Transportation
Services
June 9,2011 . VIA: E-MAIL
MarcKratzer
City of Carlsbad
Job Name: Replace Damaged Street Light Pok
Job Location: Palomar Airport RdW/O El Camino Real N/S first street light
We propose to perform the following work, on the terms and conditions stated below and on the reverse side
hereof, and at the prices shown, as follows:
As per your request Republic ITS is pleased to offer the following price to furnish and install a new Ameron
street light pole at the location mentioned above. This street light appears to have been damaged in a car
accident The price will be as follows.
Petmanente repairs
• Furnish and install new Ameron 2B226 2AP8A Pole complete with wiring, reuse induction fixture and
pour new concrete cap.
Material, Labor & Equipment $ 4,925.00
This offer shall expire 60 days from the date hereof and may be withdrawn by us at any time prior thereto with or
without notice. This offer supersedes any prior offers, commitment or orders, contains al terms, conditions and
warranties and when accepted, constitutes the entire contract between the parties. The resulting contract shall not
be modified except by formal written amendment This offer shall be accepted by delivery to us of a copy of this
offer duty signed by you in the space provided.
ipjtThe foregoing offer is hoefay accepted this | *»-' day of J—U/Cx-g , 2011
CITY OF CARLSBAD REPUBLIC ITS
lU I/JBy: [Mfat—\LC\-7 *^ JeffPiercer*f-j j
Title: ^Cujt>{~ t^f^wi^tt^^ Project Manager
(619)562-1104 •.(619)562-1125 • 9932 PROSPECT AVENU& • SUITE 134- • SANTEE, CA 92071
BOSTON • DALLAS • Los ANGELES • SACRAMENTO • SAN DIEGO • SAN FRANCISCO
Republic Intelligent Transportation Services, Inc.
UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS
OF REPUBLIC INTELLIGENT TRANSPORTATION SERVICES INC.
The undersigned, constituting the entire Board of Directors of Republic Intelligent Transportation
Services, Inc., a corporation organized and existing under the laws of the State of California (the
"Corporation"), acting in lieu of a meeting, HEREBY APPROVE AND CONSENT to the adoption of the
following resolutions:
WHEREAS, it is the intention of the Board of Directors to appoint and maintain officers of the
Corporation to manage the daily operations of the Corporation; and
WHEREAS, it is the intention of the Board of Directors to authorize the officers of the Corporation
to execute bonds, contracts, bids, legal, and other documents as may become necessary for the
Corporation to transact its business.
NOW, THEREFORE, BE IT RESOLVED that it is
RESOLVED, that effective as of August 10, 2011, the officers of the Corporation are as follows:
Oliver Hauck
Wade White
Mario Mattern
Dennis Wai I her
James Wagner
Dirk G laser
Dan Hislip
Phillis Ing
Beverly Pacansky
Lonnie Ellis
Chairman
President and CEO
Vice President, CFO and Assistant Secretary
Vice President
Vice President
Vice President and Assistant Secretary
Secretary
Assistant Secretary
Assistant Secretary
Assistant Secretary
RESOLVED, that the officers of the Corporation be duly authorized to legally bind the Corporation
through the execution of bonds, contracts, bids, legal, and other documents as may become necessary
from lime to time in order for the Corporation to transact its business.
RESOLVED, that any actions taken by the officers of the Corporation prior to date of the foregoing
resolutions that are within the authority conferred thereby are hereby ratified, confirmed and approved
as the acts and deeds of this Corporation.
SIGNED, this May 31, 2011, by the Board of Directors, in its entirety, as follows:
"Ofivcr Hihjck, Chainr,
Terry Heath Martin Schiiltr
BOSTON • DALLAS • HOUSTON • Los ANGELES • MIAMI • PHILADELPHIA
PHOENIX • SACRAMENTO • SAN DIEGO • SAN FRANCISCO • SAN JOSE