Loading...
HomeMy WebLinkAboutWeatherproofing Technologies Inc; 2014-04-24; PEM1080PEM1080 AGREEMENT FOR ROOF INSPECTION AND MAINTENANCE SERVICES (WEATHERPROOFING TECHNOLOGIES, INC.) JHIS AGREEMENT is made and entered into as of the day of Z?/)/^/ / , 2014, by and between the CITY OF CARLSBAD, a municipal corf5or^tion, ("City"), and WEATHERPROOFING TECHNOLOGIES, INC., a Delaware Corporation, ("Contractor"). RECITALS A. City requires the professional services of a contractor that is experienced in roof inspection and maintenance services. B. Contractor has the necessary experience in providing professional services and advice related to roof inspections and maintenance. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein. City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one (1) year from the date first above written. The City Manager may amend the Agreement to extend it for two (2) additional two (2) year periods or parts thereof in an amount not to exceed twenty nine thousand nine hundred thirty six dollars ($29,936) per Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be twenty nine thousand nine hundred thirty six dollars ($29,936) No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". City Attorney Approved Version 1/30/13 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election. City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Sen/ices without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including reasonable attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, reasonable attorney's fees, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VH". OR City Attorney Approved Version 1/30/13 with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate. Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liabilitv Insurance. $1.000.000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liability, (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Emplover's Liabilitv. 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. 10.1.4 Professional Liabilitv. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. If box is checked. Professional Liability City's Initials CoiitraitJ)r's Initials Insurance requirement is waived. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions ofthis Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to City Attorney Approved Version 1/30/13 maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment underthis Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For Citv For Contractor Name Bob Richardson Name Sten Johnson Title PW Supervisor Title Senior Field Advisor Department Public Works Address 3735 Green Road City of Carlsbad Beachwood, OH 44122 Address 405 Oak Ave. Phone No. 858-531-5197 Carlsbad, CA 92008 Email sajohnson@tremcoinc.com Phone No. 760-434-2994 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. City Attorney Approved Version 1/30/13 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not othen/vise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be fonwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be fonwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action ofthe City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or sen/ices contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination. Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee City Attorney Approved Version 1/30/13 payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty. City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or othenwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seg.. the False Claims Act applies to this Agreement and, 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 information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including reasonable attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. /// /// City Attorney Approved Version 1/30/13 26. 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 WEATHERPROOFING TECHNOLOGIES, INC., a Delaware corporation CITY OF CARLSBAD, a municipal corporation of the State of California By: ^^gn here) ~ ' (print name/title) tgor or Mayor nr nivLsifw- Director uthorizera by the City Manager Jim Howell ^ f%um ^A^d. (sign hece) i ^Cilice DCM ^ (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: CELIA A. BREWER, City Attorney BY:_ Assistant City Attorne' City Attorney Approved Version 1/30/13 EXHIBIT "A" SCOPE OF SERVICES QTY UNIT DESCRIPTION Amount EA Annual roof maintenance program for the City of Carlsbad facilities consisting of one (1) full roof inspection with preventative maintenance and general roof housekeeping, and one (1) general roof housekeeping only inspection. Roof Inspections includes: • Visual inspection of the roof membrane and roof surface conditions. • Visual inspection of the flashing systems including, but not limited to, the metal edge system, base flashings on equipment and adjoining walls, counterflashing and termination details, soil stacks and vents, and visual inspection of roofing details for rooftop projections and equipment such as pitch pans, HVAC equipment, skylights and access hatches. Preventive Maintenance includes: e Flashing components and details - Patch minor flashing defects and kick holes, reinforce open flashing laps, seal open metal edge laps and open flanges within reason, seal open coping joints, seal expansion joint laps, re-secure and/or seal intermittent fasteners that have backed out, top off pitch pans, caulk storm collars and reseal intermittent voids in termination bar and counterflashing. Owner will be advised of any extensive repairs required. • Roof membrane - Repair intermittent splits, tears, open laps and breaks in the membrane. If extensive repairs are required, Owner will be advised. Patch any fractured blisters or those in danger of fracture due to traffic. If extensive repairs are required, owner will be advised. • Drains, Gutters and Scuppers - Tighten drain bolts and clamping rings (if possible). Owner will be advised of missing drain strainers. Repair strip-in around drains and scuppers, re-secure gutters and seal open gutter joints. General Rooftop Housekeeping includes: • Removal of debris (i.e., leaves, branches, paper and similar items) from the roof membrane and drainage areas. • Disposal of debris will be at the Owner's approved on-site location. Total not to exceed amount $29,936 Contractors proposal with list of City buildings is attached. City Attorney Approved Version 1/30/13 City of Carlsbad Roof Maintenance Program List Building Name Roof Name Roof Area Roof Condition #of Roofs Alga Norte Community Park Multiple Roofs 18,000 New 15 Calavera Hills Park Roof A 3,100 Fair Condition 1 Calavera Hills Park Roof B 2,164 Fair Condition 1 Calavera Hills Park Roof C 9,555 Repairs Required, Minor 1 City Hall Complex Section Al-Substation 304 Fair Condition 1 City Hall Complex Section A-Substation 8,196 Repairs Required, Minor 1 City Hall Complex Section B-Mechanical Rm. 625 Fair Condition 1 City Hall Complex Section Cl-Mechanlcal Rm. 304 Fair Condition 1 City Hall Complex Section C-City Clerk 4,696 Repairs Required, Minor 1 City Hall Complex Section D-Council Chambers 2,860 Replace Eventually 1 Facilities & Maintenance Section A 1,134 Repairs Required, Minor 1 Facilities & Maintenance Section B 3,990 Restore Immediately 1 Faraday Community Development Center Main Section 41,635 Replace Eventually 1 Farmers Insurance Building Roof A 36,014 Replace Immediately 1 Fire Station #1 Main Section 5,894 Fair Condition 1 Fire Station #2 Section A&B 3,362 Repairs Required, Minor 1 Fire Station #3 Main Section 3,620 Good Condition 1 Flre Station #4 Main Section 5,593 Fair Condition 1 Fire Station #5 Main Roof 10,469 Fair Condition 1 Flre station #5 Storage 1,026 Repairs Required, Minor 1 Fire Station #6 Main Roof 726 Repairs Required, Minor 1 Fire Station #6 Tile Roof 13,654 Fair Condition 1 Fleet Maintenance Bldg. Section A-Lower North 1,254 Replace Immediately 1 Fleet Maintenance Bldg. Section B-Upper 7,574 Replace Immediately 1 Fleet Maintenance Bldg. Section C-Lower South 1,254 Replace Immediately 1 Harding Community Ctr. All Sections 14,437 Replace Immediately 1 Las Palmas Building Main Roof 17,943 Fair Condition 1 Library Learning Center Roof A 1,399 Good Condition 1 Ubrary Learning Center Roof B 3,027 Fair Condition 1 Library Learning Center Roof C 72 Good Condition 1 Library Learning Center Roof D 547 Good Condition 1 Library Learning Center Annex Roof E 5,760 Repairs Required, Minor 1 Magee House Section A 100 Fair Condition 1 Magee House Section B 180 Fair Condition 1 Magee House Section C - Shingle 3,085 Fair Condition 1 Main Library North Section A 10,895 Fair Condition 1 Main Library North Section B 6,000 Repairs Required, Minor 1 Main Library North Section C 4,500 Fair Condition 1 Main Library North Section D 1,650 Replace Eventually 1 New Village Arts Theatre Roof A 4,095 Restore Immediately 1 New Village Arts Theatre Roof B 7,245 Fair Condition 1 Safety Center Lower Section 4,500 Repairs Required, Minor 1 Safety Center Middle Section 4,333 Repairs Required, Minor 1 Safety Center Sections A&B- Lower 471 Repairs Required, Minor 1 Safety Center Upper Section 25,371 Repairs Required, Minor 1 Senior Center Section A 318 Fair Condition 1 Senior Center Section B 1,240 Fair Condition 1 Senior Center Section C 740 Fair Condition 1 Senior Center Section D 740 Fair Condition 1 Senior Center Section E 409 Fair Condition 1 Senior Center Section F 115 Fair Condition 1 Senior Center Section G 115 Fair Condition 1 Senior Center Section H 110 Fair Condition 1 Senior Center Section 1 110 Fair Condition 1 Senior Center Section J 820 Fair Condition 1 City of Carlsbad Roof IVIaintenance Program List #of Building Name Roof Name Roof Area Roof Condition Roofs Senior Center Section K 1,225 Fair Condition 1 Senior Center Section L 55 Fair Condition 1 Senior Center Section M 240 Fair Condition 1 Senior Center Section N 80 Fair Condition 1 Senior Center Section 0 800 Fair Condition 1 Senior Center Section P 1,752 Fair Condition 1 Senior Center Section Q. 3,456 Fair Condition 1 Senior Center Section R 1,744 Fair Condition 1 Senior Center Tile Section 10,541 Fair Condition 1 Service Ctr. Wash Park Main Section 700 Repairs Required, Minor 1 Stage Coach Community Ctr Lower Section 3,832 Fair Condition 1 Stage Coach Community Ctr Sections A&B- Lower 872 Fair Condition 1 Stage Coach Community Ctr Tile Roof Section 5,162 Fair Condition 1 Stage Coach Community Ctr Upper Section 9,450 Repairs Required, Minor 1 Swim Complex Section A 2,325 Fair Condition 1 Swim Complex Section B 300 Fair Condition 1 Swim Complex Section C 1,200 Repairs Required, Minor 1 The Dove Library Lower A 3,447 Fair Condition 1 The Dove Library Lower B 1,200 Fair Condition 1 The Dove Library Lower C 267 Fair Condition 1 The Dove Library Lower D 100 Fair Condition 1 The Dove Library Lower E 1,872 Fair Condition 1 The Dove Library Lower F 960 Fair Condition 1 The Dove Library Lower G 2,872 Fair Condition 1 The Dove Library Lower H North 1,376 Fair Condition 1 The Dove Library Upper B 2,304 Restore Immediately 1 The Dove Library Upper F 935 Restore Immediately 1 The Dove Library Upper H North 133 Fair Condition 1 The Dove Library Upper Main 21,099 Repairs Required, Minor 1 The Dove Library Upper Tile 5,001 Good Condition 1 Water District Building Section A 5,608 Repairs Required, Minor 1 Water District Building Section B 7,573 Repairs Required, Minor 1 TOTALS 405,811 101