Loading...
HomeMy WebLinkAboutShade Structures Inc dba USA Shade & Fabric; 2015-04-17; PKRC543Tracking #: CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT CHASE FIELD NEW SHADE STRUCTURE; PKRC543 This agreement is made on the _ _ day of AqPinX^ , 20 IS, by the 9r cklled "City"), City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Shade Structures. Inc. dba USA Shade & Fabric Structures whose principal place of business is 8505 Chancellor Row. Dallas, TX 75247 (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 on file with the Parks & Recreation Department, 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: Kvie Lancaster (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. CALIFORNIA REGIONAL WATER QUALITY CONTROL BOARD, SAN DIEGO REGION. A. Contractor shall not allow any discharges from the construction site, which may have an adverse effect CHASE FIELD NEW SHADE STRUCTURE; PKRC543 Page 1 of 6 City Attorney Approved 2/7/13 Tracking #: on receiving waters of the United States. B. Contractor shall not allow any groundwater extraction water to be discharged from construction site except in full compliance with the General Waste Discharge Requirements for Ground Water Extraction and Similar Discharges from Construction and Remediation Projects (Order No. 96-41) adopted by the Regional Board. Prior to submitting Bid, Contractor shall obtain a copy of said Order No. 96-41 and review all compliance requirements therein, including monitoring, testing, and reporting. C. In the event of conflict between the Contract and Permit requirements, the most stringent shall prevail. All permit requirements shall be satisfied by Contractor and accepted by ail issuing agencies, and the Owner before project will be accepted and a Notice of Completion filed. D. Contractor shall, at his own expense, procure any additional certificates and licenses required of him by law for the execution of the work. He shall comply with all Federal, State and local laws, ordinances or rules and regulations relating to the performance of said work. E. The Contractor shall incorporate and comply with all applicable Best Management Practices (BMPs) during the completion of this agreement. Ail work must be in compliance with the most current 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. F. The Contractor shall indicate in his submittals methods of compliance, equipment utilized to insure compliance, training of staff and experience in compliance with environmental regulations. If in the opinion of the project manager, the Contractor is not in compliance with this provision CITY reserves the right to implement BMP's to the maximum extent practical, and deduct payment due or back charge the Contractor for implementation with a 15% markup for administration and overhead. 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 contraete^r may be prevented from further bidding on public contracts for a period of up to five years and that^ebamfe^^by^Jxrt1ner jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcqntracrarmjm/particip^ in contract bidding. Signature: \\ Print Name: ^ V\V\ 5 fli j U <^ , Ht^A tAV 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. CHASE FIELD NEW SHADE STRUCTURE; PKRC543 Page 2 of 6 City Attorney Approved 2/7/13 Tracking #: Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than $500,000 Subject to the same limit for each person on account of one accident in an amount not less than $500,000 Property damage insurance in an amount of not less than $100,000 Automobile Liability Insurance in the amount of $100,000 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. 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 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 45 working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within 60 working days after receipt of Notice to Proceed. CHASE FIELD NEW SHADE STRUCTURE; PKRC543 Page 3 of 6 City Attorney Approved 2/7/13 Tracking #: CONTRACTOR'S INFORMATION. a (name of Contractor) tractor s license ni (Cphtractor' J- (license da number) 1M£JJ_DL_NA/ diess) 1/ i^r^i b (street _§£ldj:ess) (license class, and exp. date) ft , Jcity/state/zip) (telephone no.) (fax no.) V (e-mairaddress) 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. CONT CITY OF CARLSBAD, a municipal corporation of the State of CalTfornia (sign here) (print name/title) nogor. Deputy City Managor •er Department Director as authorized by the City Manager Chuck McBride By: ATTEST: , (sign here) / (print name/title) (f {X ^t-f Wlrvj BARBARA ENGLESON City Clerk 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: CELIA A. BREWER, Cit^tG(^rney BY: Assistant City Attorne\ CHASE FIELD NEW SHADE STRUCTURE; PKRC543 Page 4 of 6 City Attorney Approved 2/7/13 Tracking #: 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 be Subcontracted Business Name and Address License No., Classification & Expiration Date %of Total Contract N (k Total % Subcontracted: CHASE FIELD NEW SHADE STRUCTURE; PKRC543 Page 5 of 6 City Attorney Approved 2/7/13 Tracking #: EXHIBIT B SCOPE OF WORK ITEM NO. UNIT QTY DESCRIPTION PRICE 1 Structure 1 Triangle Shade Structure Structure Size 30 ft. x 30 ft. x 30 ft. Number of Posts 3 Number of Fabric Tops 1 Fabric Type ColorshadeFR Fabric Color TBD Steel Color TBD Post Attachment Method Embed Entry Height 10 ft. Wind load 90 mph Snow load 5 psf 19,371.00 TOTAL* 19,371.00 *lncludes taxes, fees, expenses and all other costs. CHASE FIELD NEW SHADE STRUCTURE; PKRC543 Page 6 of 6 City Attorney Approved 2/7/13 PROPOSAL Corporate Mailing Address: P.O. Box 560168 Dallas, TX 75356-0168 (800) 966-5005 USASHADE K & Fabric Structures^ Remittance Address Shade Structures, Inc. PO Box 204691 Dallas, Texas 75320-4691 This is a legal agreement - please read carefully. Complete and initial all pages. Purchaser: Contact: Phone: City of Carlsbad Rodney Nishimoto (760) 434-2856 Date: November 13, 2014 PO Number: Quote No.: BJI110123 Sates Rep: Phone: Email: Brett Ivey (619)616-8272 bivey@usa-shade. com Billing Infonnation: Shipping Infonnation: Jobsite information: City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92009 City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92009 City of Carlsbad 1200 Carlsbad Village Dr. Carlsbad, CA 92009 Contact: Rodney Nishimoto Contact: Rodney Nishimoto Contact: Rodney Nishimoto Phone: (760) 434-2856 Phone: (760) 434-2856 Phone: (760) 434-2856 Fax: (760) 434-7185 Fax: (760)434-7185 Fax: (760) 434-7185 Email: Rodney.Nishimoto@carlsbadca.gov Email: Same Email: Same STRUCTURE PRICING OTY l)i:SCRil'HON (1) Triangle Shade Structure 1)1 TAILS Stmcture Size Number of Posts Number of Fabric Tops Fabric Type Fabric Color Steel Color Post Attachment Method Entry Height Wind load Snow load Notes: 30flx30ftx30ft 3 1 ColorshadeFR TBD TBD Embed lOfl 90 mph 5 psf $19,371.00 PRICING DETAILS Accessories / Miscellaneous QTY ITEiU DETAILS COST Total for Access/iMisc items: $ Unit Total Included PAYMENT TERMS Accessories/Miscellaneous (1) Upon execution of the Agreement (Deposit) P Shipping/IHandting Included (2) Upon delivery of Shade Staicture(s) SUBTOTAL (3) Upon completion of Assembly/Installation Sales Tax 8% Included (4) Other (specify): Assembly/Installation Included NOTES: Engineering Included TOTAL PRICE $19,371.00 Page 2 Initials PROPOSAL Corporate iVIaiiing Address: P.O. Box 560168 Dallas, TX 75356-0168 (800) 966-5005 USASHADE ^ & Fabric Structures Remittance Address Shade Structures, Inc. PO Box 204691 Dallas, Texas 75320-4691 GENERAL SCOPE OF WORK DSA / PERMIT REQUIREMENTS ASSEMBLY REQUIREMENTS YES NO YES NO X Purchaser is responsible for permit submittal X Underground Obstacles X Purchaser is responsible for DSA submittal X Dirt Removal ENGINEERING REQUIREMENTS X Soil Tests Building Code CBC2013 X Concrete Cutting Type of drawings Sealed X Concrete Tnjck Access # of sealed drawings 3 X Fencing Calculations Required 3 X Special Inspection Notes: X Permits (see DSA/Permit Requirements) PRI CING INCLUDES Lx Prevailing Wages & Certified Payroll YES NO X Union Wages X Assembly/Installation (based on a single mobilization) X Removal of existing stmcture or poles X Shipping and Handling X Curb Repair X Engineered Drawings X Landscaping Repair X Sales Tax X Electrical connection or trenching X DSA/Pemriit Submittal X Site Plan Approval X DSA / Pemnit Fees X Site Survey X Accessories X Bobcat Access X Coastal Primer X Liquidated Damages X Payment and Performance Bonds X Anchor Bolts Included X Other special conditions (noted below): GENERAL TERMS AND CONDITIONS AND WARRANTY 1) ProDosai: The above proposal is valid for 30 days from the date first set forth above. After 30 days, we reserve the right to increase prices due to the rise in cost of raw materials, fuel or other cost increases. When applicable, USA SHADE & Fabric Stmctures reserves the right to implement a surcharge for significant increases in raw materials, including, but not limited to; fuel, steel and concrete. Due to the duration of time between proposals, contracts and final installation, USA SHADE & Fabric Stmctures reserves the right to implement this surcharge when applicable. 1) Purchase: By executing this proposal, or submitting a purchase order pursuant to this proposal (which shall incorporate the terms of this agreement specifically by reference) which is accepted by the USA SHADE & Fabric Stmctures (the "Company), the purchaser identified above ("you" or the "Purchaser") agrees to purchase the Shade Stmctures brand shade structures ("Stmctures") and the services to be provided by the Company, as detailed in the "Stmcture Pricing" and "General Scope of Work" sections of this agreement, above, or in the relevant purchase order accepted by the Company, for use by Purchaser or for installation by Company or Purchaser on behalf of a third- party who will be the ultimate owner of the Structures (the ultimate owner of a Stmcture, whether Purchaser or a third-party, being the "Owner"). Pages Initials