Loading...
HomeMy WebLinkAboutUSA Shade and Fabric Structures; 2014-12-19; PKRC537Tracking #: CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT SHADE FABRIC REPLACMENT AT ALGA NORTE PARK; PKRC537 This agreement is made on the _ _ day of _ by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and USA Shade & Fabric Structures whose principal place of business is P.O. Box 560168, Dallas, TX 75356-0168 (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 Carisbad 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: Kyle Lancaster (City Project Manager) PREVAILING WAGES NOT REQUIRED. The City of Carisbad is a Charter City. Carisbad Municipal Code Section 3.28.130 supersedes 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. 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 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 all 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 permits, 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. All work must be in compliance with the most SHADE FABRIC REPLACMENT AT ALGA NORTE PARK; PKRC537 Page 1 of 8 City Attorney Approved 2/7/13 Tracking #: current San Diego Regional Water Quality Control Board (RWQCB) permit, Carisbad Municipal code and the City of Carisbad 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 Carisbad 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 cjafTtcactor may be prevented from further bidding on public contracts for a period of up to five years any that / lebamient j;y another jurisdiction is grounds for the City of Carisbad to disqualify the Contractor or/BubcantraQtor/ronTpaiaieipating in contract bidding. Signature: ^^^M Print Name: "Tp) \\V\ .^A^An^^^^ REQUIRED INSURANCE. The successful contractor shall provide to the City of Carisbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a fonn 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 $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 amountof $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 poiicies 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 Carisbad as an additional insured. SHADE FABRIC REPLACMENT AT ALGA NORTE PARK; PKRC537 Page 2 of 8 City Attorney Approved 2/7/13 Tracking #: 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"Xfe^ working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within \ 5^ working days after receipt of Notice to Proceed. SHADE FABRIC REPLACMENT AT ALGA NORTE PARK; PKRC537 Page 3 of 8 City Attorney Approved 2/7/13 Tracking #: CONTRACTOR'S INFORMATION. (name of Contractor) Contractor's licenj „ license number) (license class, and exp. date) (street address) . (city/state/zip) (telephone no.) (fax no.) (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. CONTRAOTOR (sign here) (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of CaLifofoia jr\ A A^fetant City ^anager, Beputy City Managor r oTPiopartmGnt Director ac authorizod by the City Manager Gary Barberio ATTEST: (sign here) BARBARA ENGLESON (print name/title) J 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. dpje^fPRf<^\y Attorney BY: ity Attorney SHADE FABRIC REPLACMENT AT ALGA NORTE PARK; PKRC537 Page 4 of 8 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 1 Total % Subcontracted: SHADE FABRIC REPLACMENT AT ALGA NORTE PARK; PKRC537 Page 5 of 8 City Attorney Approved 2/7/13 Tracking #: EXHIBIT B (ENTER SCOPE OF WORK, SPECIFICATIONS, CONTRACTOR'S PROPOSAL, ETC.) JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 SF 11,832 Fabric Replacements Structure Size 11,832 SF Number of Posts N/A Number of Fabric Tops 23 Fabric Type ColorshadeFR Fabric Color TBD Steel Color TBD Post Attachment Method N/A Entry Height Various Wind load 90 mph 45,000.00 TOTAL* 45,000 *lncludes taxes, fee's, expenses and all other costs. SHADE FABRIC REPLACMENT AT ALGA NORTE PARK; PKRC537 Page 6 of 8 City Attorney Approved 2/7/13 Tracking #: EXHIBIT C LABOR AND MATERIALS BOND Bond No. CMS280621 WHEREAS, the City Council of the City of Carisbad, State of California, has awarded to SHADE STRUCTURES, INC. DBA USA SHADE & FABRIC STRUCTURES (hereinafter designated as the "Principal"), a Contract for: SHADE FABRIC REPLACEMENTS FOR ALGA NORTE PARK CONTRACT NO. PKRC537 in the City of Carisbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office ofthe City Clerk ofthe City of Carlsbad and all ofwhich are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, SHADE STRUCTURES, INC. DBA USA SHADE & FABRIC STRUCTURES as Principal, (hereinafter designated as the "Contractor"), and RLI INSURANCE COMPANY as Surety, are held firmly bound unto the City of Carisbad in the sum of Forty-five Thousand Dollars ($45.000). said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the Contract by the City of Carisbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, orteams used in, upon, for, or about the performance of the wori< contracted to be done, or for any other wori< or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the wori< or labor perfomned under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. SHADE FABRIC REPLACMENT AT ALGA NORTE PARK; PKRC537 Page 7 of 8 City Attomey Approved 2/7/13 Tracking #: In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this CONTRACTOR: SHADE STRUCTURES, INC. DBA USA SHADE & FABRIC STRUCTURES day Executed by SURETY this. of Oc^evw day SURETY: RLI INSURANCE COMPANY (nameof Surety) 9025 North Lindbergh Drive, Peoria, IL 61615 (sign here) (address of Surety) (309) 692-1000 (print name here) (MrtcVcr Of ^\um.t By: (telephone number of Surety) Bv: xd^t^^t^ ^^^Lir?^ (signature of Attorney-in-Fact) Selena Wood, Attorney-in-Fact (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (title and organization of signatory) (sign here) (print name here) (title and organization of signatory) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation. APPROVEDASTOFORM: CEUA A. BREW, City Attomi SHADE FABRIC REPLACMENT AT ALGA NORTE PARK; PKRC537 Page 8 of 8 City Attorney Approved 2/7/13 CALIFORNIA ALL-PURPOSF ACKNOWLEDGMENT State of Missouri County of St. Charles On before me, Jeannette Davis, Notarv Public, personally appeared Salena Wood who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instmment the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws ofthe State ofCalifornia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. JEANNETTE DAVIS Notaiy Public • Notaiy Seal STATE OF MISSOURI fegaji^JSt^i°rua,y3.2o,7 Signature Commission # 134S6951 jQjmi.e\XQ Davis, Notary Public RLI RLI Surety 9025 N. Lindbergh Dr. | Peoria, IL 61615 Phone: (800)645-2402 | Fax: (309)689-2036 www.rlicorp.com POWER OF ATTORNEY RLI Insurance Company Know All Men by These Presents: That this Power of Attomey is not vaUd or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That RLI Insurance Conipany, an IlHnois corporation, does hereby make, constitute and appoint: Robert E. Duncan. Sandra M. Winsted. Melissa L. Fortier. Judith A. Luckv-Eftimov. Susan A. Welsh. Karen L. Daniel. Linda M. Napolillo. Marcia K. Cesafskv. Sandra M. Nowak. Christopher P. Troha. David J. Roth. Michelle D. Krebs. Salena Wood. Jeannette M. Davis. Ann Mullins. Derek J. Elston. iointiv or severally in the City of. Chicago _, State of. Illinois its true and lawful Agent and Attomey in Fact, with full power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described bond. Any and all bonds provided the bond penalty does not exceed Twenty Five Million Dollars ($25,000,000.00). The acknowledgment and execution of such bond by the said Attomey in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. The RLI Insurance Company further certifies that the following is a tme and exact copy of the Resolution adopted by the Board of Directors of RLI Insurance Conipany, and now in force to-wit: "All bonds, pohcies, undertakings. Powers of Attomey or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attomeys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name ofthe Company. The corporate seal is not necessary for the validity of any bonds, pohcies, undertakings. Powers of Attomey or other obligations ofthe corporation. The signature of any such officer and the corporate seal may be printed by facsimile." ESI WITNESS WHEREOF, the RLI Insurance Conipany has caused these presents to be executed by its Vice President with its corporate seal affixed this Sth day of September . 2014 .<;SjSicE>'-> RLI Insurance Conipany I \SEAL/ I State oflllinois County of Peoria } SS On this Sth day of September ,' * 2014 . before me, a Notary Public, personally appeared Rov C. Die . who being by me duly swom, acknowledged that he signed the above Power of Attomey as the aforesaid officer of the RLI Insurance Company and acknowledged said instrument to be the voluntary act and deed of said corporation. 1220371020212 Vice President CERTIFICATE I, the undersigned officer of RLI Insurance Conipany, a stock corporation of the State of Illinois, do hereby certify that the attached Power of Attomey is in full force and effect and is irrevocable; and fiirthermore, that the Resolution of the Company as set forth in the Power of Attoraey, is now in force. In testimony whereof, I have hereunto set my hand and the seal of the RLI Insurance Company this day of , . RLI Insurance Company Vice President A0058514