Loading...
HomeMy WebLinkAboutS&J Builders and Restoration Services Inc; 2022-06-27; PWM22-1866FACDocuSign Envelope ID: D57C0B7F-C86C-4692-9672-12777DFF92B6 27th June PWM22-1866FAC CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT FIRE STATION NO. 5 PPE CABINET REPLACEMENT This agreement is made on the ______ day of ___________ , 2022, by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and S&J Builders and Restoration Services, Inc., a California corporation whose principal place of business is 10815 Wheatlands Ave., Suite J, Santee, CA 92071 (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 Brian Bacardi (City Project Manager). PAYMENT. The City shall withhold retention as required by Public Contract Code Section 9203. WAGE RA TES. 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. Contractor 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. 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. Fire Station No. 5 PPE Cabinet Replacement Page 1 of 14 City Attorney Approved 1/20/2020 DocuSign Envelope ID: D57C0B7F-C86C-4692-9672-12777DFF92B6 PWM22-1866FAC 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. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. 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 contractor may be prevented from further bidding on public contracts for a period of up to five (5) 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: Gracie Wilson REQUIRED INSURA NCE. 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 California admitted insurers that have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 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 Fire Station No. 5 PPE Cabinet Replacement Page 2 of 14 City Attorney Approved 1/20/2020 DocuSign Envelope ID: D57C0B7F-C86C-4692-9672-12777DFF92B6 PWM22-1866FAC 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 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. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. WORKERS' COMPENSATION AND EMPLOYER'S LIABILI TY. 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. BUSINESS LICENSE. The Contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. 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 ten (10) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within sixty (60) working days after receipt of Notice to Proceed. Ill Ill /II /II Ill Ill Fire Station No. 5 PPE Cabinet Replacement Page 3 of 14 City Attorney Approved 1/20/2020 DocuSign Envelope ID: D57C0B7F-C86C-4692-9672-12777DFF92B6 CONTRACTOR'~ INFORMATION. S&J Builders and Restoration Services, Inc. (name of Contractor) 689944 (Contractor's license number) Class B, C36 2/29/2024 (license class. and exp. date) 1000018498 / 6/30/2023 (DIR registration number/exp. date) PWM22-1866FAC 10815 Wheatlands Ave., Suite J (street address) Santee, CA 92071 (city/state/zip) 619-449-2014 (telephone no.) swilson@sandjbuild.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 S&J BUILDERS AND RESTORATION SERVICES, INC., a California corporation By: \~ R ll? \'::\... CD ... ~ (sign here) Gracie Wilson CEO, President & Secretary (print name/title) .St!fflr.,j T t.J i\.~•~ (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California By: Paz Gomez, Deputy City Manager, Public Works, as authorized by the City Manager 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 Attorney Fire Station No. 5 PPE Cabinet Replacement Page 4 of 14 City Attorney Approved 1/20/2020 DocuSign Envelope ID: D57C0B7F-C86C-4692-9672-12777DFF92B6 PWM22-1866FAC EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each subcontractor 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 subcontractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a subcontractor 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 Business Name and Address DIR License No., % of to be Registration Classification & Total Subcontracted No. Expiration Date Contract J\)Ocµ"C-l(J " ""-' -<-.... IUO~ tuo\,,.I<-/AJCJ~ ~oc,,,}~ WD~ r,J'Q tJ C bU o....,. <... ""'~~ w <D ..., c.C.., ~Ow<.. t,J., "" <-t,..Jo c.-<..... vJDvJ ~ t,J Q.,/ <--,u .) '-'" "-IA/ 0 v-<.. ..,. --<-Wow'- i,.) oc.J ~ ~C)v., ~_, ~ 0 -I "" a.Je,✓-- Total % Subcontracted: The Contractor must perform no less than 50% of the work with its own forces. Fire Station No. 5 PPE Cabinet Replacement Page 5 of 14 City Attorney Approved 1/20/2020 DocuSign Envelope ID: D57C0B7F-C86C-4692-9672-12777DFF92B6 PWM22-1866FAC EXHIBIT B Fire Station No. 5 PPE Cabinet Replacement Contractor to provide all material, tools and labor required to remove and install 13 cabinets designated for staff PPE at Fire Station No. 5 located at 2540 Orion Way, Carlsbad, CA 92010. All work to be consistant with the contractor's proposal dated May 26, 2022 and is attached to this agreement at Exhibit D. · Notes: ITE M NO. 1 Contractor to practice good housekeeping practices during the course of the project. Contractor to haul off demoed cabinets, trash and construction debris generated from the project. JOB QUOTATION UNI QT DESCRIPTION PRICE T y LS 1 Remove and replace existing PPE cabinets $28,813.32 TOTAL* $28,813.32 *Includes taxes, fees, expenses and all other costs. Ill /II /II /II /II /II /II /II Ill Ill /II /II Fire Station No . 5 PPE Cabinet Replacement Page 6 of 14 City Attorney Approved 1/20/2020 DocuSign Envelope ID: D57C0B7F-C86C-4692-9672-12777DFF92B6 EXHIBIT C LABOR AND MATERIALS BOND Bond no. 100664 762 Initial premium $576.00 PWM22-1866FAC WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to S&J Builders and Restoration Services, Inc. (hereinafter designated as the "Principal"), a Contract for: FIRE STATION NO. 5 PPE CABINET REPLACEMENT CONTRACT NO. in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which 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 , S&J Builders and Restoration Services, Inc., as Principal, (hereinafter designated as the "Contractor"), and American Contractors Indemnity Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of twenty-eight thousand eight hundred thirteen dollars and thirty-two cents ($28,813.32), 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 Carlsbad , 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, or teams used in , upon, for, or about the performance of the work contracted to be done, or for any other work 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 work or labor performed 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. Fire Station No. 5 PPE Cabinet Replacement Page 7 of 14 City Attorney Approved 1/20/2020 DocuSign Envelope ID: D57C0B7F-C86C-4692-9672-12777DFF92B6 PWM22-1866FAC 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. SIGNED AND SEALED, this _1_6t_h ___ day of _____ J_u_n_e ________ , 2022 S & J Builders and Restoration Services, Inc. (SEAL) American Contractors Indemnity Company (SEAL) (Principal) , ./~ (Surety) By ~ -4' By ~+----,--•. -.,,.....,.-- ~~L, Ariel T. Heredia, ignature) Atto~ney-ln-Fact (SEAL AND NOTARIAL ACKNOWLEDGEMENT OF SURETY -ATTACH ATTORNEY-I1':-!- FACT CERTIFICATE) APPROVED AS TO FORM: CELIA A. BREWER, City Attorney By: ~~ Assistant City Attorney Fire Station No. 5 PPE Cabinet Replacement Page 8 of 14 City Attorney Approved 1/20/2020 DocuSign Envelope ID: D57C0B7F-C86C-4692-9672-12777DFF92B6 <:ALIFC>RNl,A ALL~PUFIPO~E ,ACICNOVtli.EDGMENT CIVIL CODE § 1189 A nofory public ;o{ other'cifficer completing this certificate verifies only the identity ofthe individUal who signed the dbc_ufuenttowhi¢h this c@ificE!te ifi attac:hed; ahd hot the tr~ttlfuln.ess, accurac::y; cir\ialidity qfth9t d'C>cijrheht. ''State of California:. Qpµnty pf Orange .. · Qb,, ~ IJJ~ .I?' ,~1-1-. b~foreme,,c,_· ----~~K"-'-.-._H~o,~N_o_ta_ry.:;.c.·~P"--ub~l~ic~~-"--"-'~---"-'-'"--"--~ Date ,, Herelnseitfvami'1,and TitlfJ ofthe bHtcer- petsonaiiy, appeared ,-.. -~----~~-~~-A_r_ie_l _T_. _H_e_re_d_ia _____ ~-------N~rn?(s).6l $iqner($J . ;:f~q:.r:!cl~t::111~~lhrnt~~ifr.O.U~nit;~1~:t~~0;:J~~~nt! ~0 e •~tJrt~f~h=:,.~~i~t~airg_:{~q_:t~: 'his,i'ootltkoo:k·authorized capacitY(~J; and that byhis/00(/tooit signa:ture{)(ionthe:instrument theperson{z,, of the ehtily upohc'behalf ofwhichthe'peri3on(s) actedi;; executed ftie instrufue'ht: .. . ... en e e e e ce tt • •1 K. HO Notary Public -Cali fornia ~ Orange Couaty la' .• Commission # 226 2101 ,,, ~ My Comm. Expires Nov 7, 2022 I certify'uho~r'PENALT'r OF P!;RJORYLlnd~ttli$.la.wt{ ofthe State:of:Californiatllatthe'fore·. oin •' ·art:f ra· h fs, fr.ci~ J=iod 9.9tt~tf · ·· · ··· · · · · · · ··· ···· ~ ···· · !;l _ f,L Q J? witNEss•rtr · hand and offitial seaL, " ......... , .. , .,,Y ... ,• .. ,,,.,..,,.,,,.,.,, .... ,;,·,>·., .. -OPTIONAL ·------------------------------------- Thoi.J··-Prthis•se.cti'on.]s Ci .ilonal cbm letiH''. thJsihfotmaii'dn' ca.H deter alteration orthedocvmeniot ' .ff . .•,• . ,,. ,,. .. . ' p. . , .•·-. p g ' ...... •·.·• . . ....... · . , .. ·· .. •,•, ... ···. '·•' . . · ttauduletitteattacnrnent\.o.t this,tofrh' to an unrntend,1:id db¢µment., 'oes<:rl tiqn of Attached Document Tifie a:'rype of D~~u~~nt: Bond #. I fJO(efl1/'9'f/2, ··•. 0ocunienl D;ate: ----~--..,.~ .Nurnbei',of Pag¢s:, . Si~ner.(¥1' Other than Named AbqVJt: ··---~~-~-~~~- Cilpat;:i~(\es) Cl~irned ~Y. $igner{s) 'Sigii$(s; Nc'.lrtfo{)\riel T Heredia □ ¢prpi:irlite Off~fc-e~r:---. -T~it-,e-_{s_J:_:----~-- n Partriet = c1 Lirnit:ed [J General n .1ndivrdua1 KlAtforney:in Fact {],t rustee ·□nuardiah .or.Obhservator D .dther~ -------~-------;Signer ls :R~presenting: ~·. ________ _ ... , Sigher',$NaniE't~• •----~---~-~- o c:·qrporateOffiter -rni~(st ~• -----~ □ Partrier~ □Limited □General 1] Individual CJ Attorney ict Fact D Trlistee JJ Guafdian·Oi':Conser:v'atck tJ Other:: --------~----=,--c=~~ Signerls Representing: ________ _ ·~~~~~~~~. ©2dt4 Natiorral N6faryAssociatlon ~ www;NationalNotary,org. "1"800-US NOTARY(;f.:S.00•87'6/6827) Item #'5907 DocuSign Envelope ID: D57C0B7F-C86C-4692-9672-12777DFF92B6 TOKIO MARINE. HCC KNOW ALL MEN BY THESE PRESENTS: POWER OF ATTORNEY That American Contractors Indemnity Company of the State of California, a California corporation, does hereby appoint, ARIEL T. HEREDIA its true and lawful Attorney-in-Fact, with full authority to execute on its behalf bond number ------'-10-'--0-'--6"-6"-4-'--'7"""'6"'2'-------' issued in the course of its business and to bind the Company thereby, in an amount not to exceed ___________ O~n_e_h_u_n_d_re~d_t~h-'-ou~s~a~n~d---'a_n~d---'0~0~/1~0~0 __________ (~--$~1~0~0~,o~o~o~.0~0--~>· This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting duly called and held on the pt day of September, 2011 . "Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." The Attorney-in-Fact named above may be an agent or a broker of the Company. The granting of this Power of Attorney is specific to this bond and does not indicate whether the Attorney-in-Fact is or is not an appointed agent of the Company. IN WITNESS WHEREOF, American Contractors Indemnity Company has caused its seal to be affixed hereto and executed by its President on this 18th day of April, 2022. ,,,,,,~~~•~•~;,,,,,, State of California ,i~~~~~:~~~:t~ AMERICAN CONT County of Los Angeles ~ ui' .. seer. 25• "" i; f By: \~.,:·/.... . .... -~·o/ Ada ...... ,,,,~4iiFOR~'~,,,,,, 11,11,11111\\\\ A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accurac , or validit of that document. On this 18th day of April, 2022, before me, Sonia 0. Carrejo, a notary public, personally appeared Adam S. Pessin, President of American Contractors Indemnity Company, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of CALIFORNIA that the foregoing paragraph is true and correct. WITNESS my hand and official seal.. s;goaMe ~ (seal) I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, do hereby certify that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revoked and they are now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this 16th day of ____ J~u_n~e ___ _ 2022 Bond No. Agency No. 100664762 4046 Kio Lo, ~cretary HCCSOZZPOAACICD4/2022 DocuSign Envelope ID: D57C0B7F-C86C-4692-9672-12777DFF92B6 EXHIBIT D S&J Builders and Restoration Sen-ices Inc 10815 Wheatlands Ave Suite J S"ntee, CA 92071 619-449-201 4 619-449-0887 fax Lie 689944 Insured: Property: Estimator: Company: City of Carlsbad 2540 Orion Way Carlsbad, CA 920 I 0 Sean Wilson S&J Builders Business: 10815 WhcaUanc.Js Ave Suite J Santee, CA 92071 Cnntruclor: Company: Business: S&J Builders and Rcsonation Services Inc 10815 Whe:ulands Ave Suite J Santee. CA 92071 Claim Number: N/A Polity Number: N/A Date Contacted: 4/21/2022 3:25 PM PWM22-1866FAC Cellular: (760) 585-8076 E-mail: Brian.Bacardi@carlsbadc".gov Business: (61 9) 449-20 14 x 106 E-mai l: swilson@sandjbuild.com Business: (619) 449-2014 Type of Loss: Tenant Improvement Date of Loss: 4/2 1/2022 12:00 PM Dare Received: 4/21/2022 3:25 PM Date Inspected: Price List: Estimate: SJSDPWPWSJSD2I Restoration/Service/Remodel CITYOFCB-FS-5-CAB-I Date Entered: 5/26/2022 8:25 Pi'v1 We would like 10 thank you for the opportunity to provide you with this COST PROPOSAL FOR FS 5 PPE Cabinets. The Lula! cost for the rcpnirs detailed in the following proposal is $28,813.32. Prke Includes prevailing wages for on site trade. The anached estimate details the specific work to be completed. Additional work outside of that specified in this estimate will be through separate proposal(s) and/or change ordcr(s) detailing the additional/changed scope of work as well as the 11mns and pricing of those changes. Repairs will be scheduled at'ler a signed contrncl is received by S&J Builders and a PO is issued by the City. Unless noted otherwise, the customer is required to provide heat. water and electricity on-site for the duration of this project. The customer is responsible fnr providing continuous access In the project urea during normal bu,;iness hours. Monday -F1id.1y. 7:30 ,m, • 4:00 pm. Where an item is being replaced, we will be matching the existing item's quality, color, finish, tcxrurc or material "-' close a.s possible where applicable unless noted otherwise, there is no guarunty either specified or implied on ex.ict matches. 11,is estimate does not include l1uardous material testing or abatement unless specifically detailed in the l'ollowing estimate. Thi estimate is valid for 30 days from 5/26/2022. If yo11 have any questions about this estimate, please contact Sean Wilson to discuss those questions. Respectfully. Sean Wilson Fire Station No. 5 PPE Cabinet Replacement Page 9 of 14 DocuSign Envelope ID: D57C0B7F-C86C-4692-9672-12777DFF92B6 mi ..... , ........ Semi:n,IIIIC. S&.J Builders and Restoration Services Inc 10815 WheU!lands Ave Suite J Santee, CA 92071 619-449-2014 619-449-0887 fax Lie 689944 CfTYOFCB-FS-5-CAB-I DESCRlPTJON QTY REMOVE REPLACE Cabiuet D,tails: All cabin els arc mmmted M the: ,ml/ tmd up rff the flonr hut 11•il/ hm·c aluminum 11.~gs Ji1r t.·.rrrc1 suppon 13 tolal cahinets All cuhincts are 83.15" tall 3 cahiucts are 42'' wide x 25" deep I blind cahinet at 42" 11·ide .r 20" deep 3 cahiuets m 36" lt'it/t• .r 25" deep 6 cabintts m-Ur widt x /8" deep All she/l·cs are J" thick and hold "I' Ill JOO !bx fJer .vltelf Each cubint•t ha.,· 3 xhefr1..•J and u/1 the sltefres are odjwm,hle 1\/1 our cabinets panels are mmle l?l ind11strial grade MDI-', melamine l'Oared All 1/oors !rare soft dose ltin~rs Demu with prerailing wases is includecl i11 the quore Pn•w,iliug wagt~.,'for 011 sill• in.'ilallation haw• hecn im:lmll'd in 1J,;,,. q1wu• I. Drywall repair 1.00 EA S&J to pro,•ide change order for any drywall repairs once the cahincL~ arc rcmm•cd ir required. 2.. \Vall Painting; rcp:-iirs 1.00 EA S&.J to pr0\'icle change urdt!r for any wall 1rninting once Ut~ Cflbin~ts ure remo,•ed if n:quirecl. 3. Cabineiry -P,•r Spec's -Bo.,cs. Doors ,ind Shelves 4. Cubincrry (Lnbor) -Demo and on si1c. ins1~111~1tio11 Totals; C1bi11ct." General DESCRU'l'ION 5. Dumpster load -,\pprox. 12 yarJs. 1- J tons of dchris 6. Commercial Supervi~hm / Project Management -per hour Totals: General Linc llem Tofals: CITYOFCII-FS-5-CAB-1 CITYOrCB-rS-5-CAB-I 1.00 EA I.OU EA QTY 1.00 EA 4.00 HR Fire Station No. 5 PPE Cabinet Replacement 0.00 18,676.00 0.00 4.-176.00 REMOVE REPLACE 518.50 0.00 o.uo 85.15 Page 10 of 14 TAX 0,00 0.00 (1.00 TAX 0.00 0.00 0.00 0.00 PWM22-1866FAC Exhibit "D" (cont'd) O&P TOTAL All cahi,w1.,· lion• lu,ckin~ EXCLUDED EXCLUDED 3,735.20 22.4 11.20 895.20 5,371.20 4.630.40 27,782.40 0&1' TOTAL 103.70 622.20 68.12 408.72 171.82 1,030.92 4,802.2! 28,1113.32 -~/26/2022 Page: 2 DocuSign Envelope ID: D57C0B7F-C86C-4692-9672-12777DFF92B6 S&.J Builders and Restoration Services Inc Line hem Total Overhead Profit I 0815 Wheat lands Ave Suite J Santee. CA 92071 6!9-449-2014 619-449-0887 fax Lie 689944 Rcpluccmenl Cost Va lue Net Claim crrvorrn-rs-5-CAB-I Fire Station No. 5 PPE Cabinet Replacement Summary for Structure Page 11 of 14 PWM22-1866FAC Exhibit "D" (cont'd) 5/26/20?.2 24,01 L 10 2.401.11 2,401.11 $28,813.32 $28,813.32 Page:3 DocuSign Envelope ID: D57C0B7F-C86C-4692-9672-12777DFF92B6 S&J Buildel's and Restoration Services Inc 10815 Whellllunds Ave Suite J Santee, CA 9207 1 619-449-2014 619--449-0887 fax Lie 689944 Recap ol' Taxes, Ol'erheatl anti Profit O,•crhcud (10%) Line llems 2.401.11 Tot,il 2,40Lll CITYOf'CIJ.f'S-5-CAD· l Fire Station No. 5 PPE Cabinet Replacement Page 12 of 14 PWM22-1866FAC Exhibit "D" (cont'd) Profit Cl0%) 2.401.11 2,401.11 .1J2612m2 P,ige: 4 DocuSign Envelope ID: D57C0B7F-C86C-4692-9672-12777DFF92B6 Bl S&J Bu ilders and Restoration Sen•ices Inc ....... ~~- I 08 15 Whealhmcls Ave Suite J Santee, CA 91071 619--449--2014 6 I 9-449--0887 fax Lie 689944 Eslimale: CJTYOFCB-FS-5-CAB-l Cabinel~ General Subtotal of Areas Total CITYOf'CB-f'S -5-CAB-I Fire Station No. 5 PPE Cabinet Replacement Recap by Room Page 13 of 14 23,152.00 859.lO 24,011.10 24,011.10 PWM22-1866FAC Exhibit "D" (cont'd) 96.42% 3.58% 100.00% 100.00% .V26/2022 Page: 5 DocuSign Envelope ID: D57C0B7F-C86C-4692-9672-12777DFF92B6 S&J Builders and Restoration Services Inc O&P Items CABINETRY I 08 I 5 Whemlands Ave Suite J Santee, CA 92071 619-449-2014 619-449-0887 fax Lie 689944 GENERAL DEMOLITION LABOR ONLY O&P Hems Subtotal Overheud Pro11t Total CITYOrCB-rS-5-CAB-I Fire Station No. 5 PPE Cabinet Replacement Recap by Category Page 14 of 14 PWM22-1866FAC Exhibit "D" (cont'd) Total % 23,152.00 80.35% 518.50 1.80% 340.60 1.18% 24,011.10 83.33% 2,401.11 8.33% 2,401.ll 8.33% 28,813.J2 100.00% 5/26/2022 Page: 6 DocuSign Envelope ID: D57C0B7F-C86C-4692-9672-12777DFF92B6 S&JBUIL-01 SCARLILE ACORD9 CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 2/22/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 22tI~cT Amy Brinkley JPL Insurance Group, Inc. PHONE I FAX 3033 Fifth Ave. #325 (A/C, No, Ext): (A/C, No): San Diego, CA 92103 li>"li"J~ss: amy@jplinsurance.com INSURERISl AFFORDING COVERAGE NAIC# INSURER A: James River Insurance 12203 INSURED INSURER B : California Automobile Ins Co. 38342 S & J Builders And Restoration Services, Inc. INSURER c : United Specialty Insurance Co. 12537 10815 Wheatlands Ave. Ste. J INSURER D : Cvoress Insurance Comoanv 10855 Santee, CA 92071 INSURER E : Llovds of London 11260 INSURER F: Financial Pacific Insurance Co 31453 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1~1: TYPE OF INSURANCE ~9.P~ ~~ POLICY NUMBER POLICYEFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 ~ D CLAIMS-MADE [K] OCCUR X 00122993 0 10/15/2021 10/15/2022 DAMAGE TO RENTED $ 100,000 PREMISES (Ea occurrence) MED EXP /Anv one oerson\ $ 5,000 X Ded $SK ~ PERSONAL & ADV INJURY $ 1,000,000 2,000,000 R'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POLICY [K] ~r8r □ LOC PRODUCTS -COMP/OP AGG $ 2,000,000 OTHER: $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 /Ea accident) X ANY AUTO BA040000032483 3/1/2022 3/1/2023 BODILY INJURY (Per person) $ ~ OWNED ~ SCHEDULED ~ AUTOS ONLY ~ AUTOS BODILY INJURY /Per accident\ $ HIRED NON-OWNED (P~7~&:~d~t~AMAGE $ ~ AUTOS ONLY ~ AUTOS ONLY $ C X UMBRELLA LIAB ~ OCCUR EACH OCCURRENCE $ 2,000,000 ~ BTN2118064 10/15/2021 10/15/2022 2,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION$ $ D WORKERS COMPENSATION X I ~ffTuTE I I OTH- AND EMPLOYERS' LIABILITY ER Y/N X SJWC350306 1/1/2022 1/1/2023 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE □ E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A 1,000,000 (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $ g~sc:~rt•H~~ o'~oPERATIONS below E.L. DISEASE -POLICY LIMIT $ 1,000,000 E Pollution Liability ENP0006552 01 10/15/2021 10/15/2022 per occ$1,000,000/ag 2,000,000 F Bailees 60497187 10/10/2021 10/10/2022 Bailees 250,000 DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: All Projects with the City As respects General Liabiliy 'The City of Carlsbad' is additional insured when required by written contract per attached endorsements. Cancellation Clause applies per attached policy language. Waiver of Subrogation applies with respects to Workers Compensation. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Carlsbad/CMWD THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. c/o EXIGIS Insurance Compliance Services P.O. Box947 Murrieta, CA 92564 AUTHORIZED REPRESENTATIVE ~rP-6 I ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: D57C0B7F-C86C-4692-9672-12777DFF92B6 POLICY NUMBER: 00122993 o COMMERCIAL GENERAL LIABILITY CG 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations Where required by written contract or written agreement All operations of the Named Insureds Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) desig- nated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization oth- er than another contractor or subcontractor engaged in performing operations for a princi- pal as a part of the same project. CG 2010 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 □ DocuSign Envelope ID: D57C0B7F-C86C-4692-9672-12777DFF92B6 POLICY NUMBER: 00122993 0 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Opera- Or Organization(s): tions Where required by written contract or written All operations of the Named Insureds agreement Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 20 37 07 04 Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organiza- tion(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location desig- nated and described in the schedule of this endorse- ment performed for that additional insured and included in the "products-completed operations hazard". © ISO Properties, Inc., 2004 Page 1 of 1 □ DocuSign Envelope ID: D57C0B7F-C86C-4692-9672-12777DFF92B6 Policy# 00122993 0 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMON POLICY CONDITIONS All Coverage Parts in this policy are subject to the following Conditions. 1. CANCELLATION AND NON-RENEWAL A. The first Named Insured shown in the Declarations may cancel this policy by mailing or delivering to us advance written notice of cancellation. B. We may cancel this policy by mailing or delivering to the first Named Insured written notice of cancellation at least: (1) 10 days before the effective date of cancellation if we cancel for nonpayment of premium; or (2) 30 days before the effective date of cancellation if we cancel for any other reason. C. We will mail or deliver our notice to the first Named lnsured's last mailing address known to us. D. Notice of cancellation will state the effective date of cancellation. The policy will end on that date. E. If this policy is cancelled, we will send the first Named Insured any premium refund due. If we cancel, the refund will be pro rata unless cancellation is due to non payment of premium, in which case the refund may be less than pro rata. If the first Named Insured cancels, the refund may be less than pro rata. The cancellation will be effective even if we have not made or offered a refund. F. If notice is mailed, proof of mailing will be sufficient proof of notice. If we elect not to renew this policy, we shall mail written notice to the First Named Insured at the address shown in the Declarations. Such written notice of non-renewal shall be mailed at least 30 days prior to the end of the policy term. 2. CHANGES This policy contains all the agreements between you and us concerning the insurance afforded. The first Named Insured shown in the Declarations is authorized to make changes in the terms of this policy with our consent. This policy's terms can be amended or waived only by endorsement issued by us and made a part of this policy. 3. TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US If the insured has rights to recover all or part of any payment we have made under this policy, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring suit or transfer those rights to us and help us enforce them. 4. REPRESENTATIONS By accepting this policy, you agree: A. The statements in the Declarations are accurate and complete; B. Those statements are based upon representations you made to us; and C. We have issued this policy in reliance upon your representations. 5. SERVICE OF SUIT It is agreed that in the event of the failure of this Company to pay any amount claimed to be due hereunder, this Company will submit to the jurisdiction of any court of competent jurisdiction within the United States of America and will comply with all requirements necessary to give such Court jurisdiction and all matters arising hereunder shall be determined in accordance with the law and practice of such Court. It is further agreed that service of process in such suit may be made upon the Company's President, or his nominee, at the address shown on the Declarations page of this policy, and that in any suit instituted against any one of them upon this policy, this Company will abide by the final decision of AP2104US 10-12 Page 1 of 2 DocuSign Envelope ID: D57C0B7F-C86C-4692-9672-12777DFF92B6 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 0410 C (Ed. 01-19) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA BLANKET BASIS We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) The additional premium for this endorsement shall be calculated by applying a factor of 2% to the total manual premium, with a minimum initial charge of $350, then applying all other pricing factors for the policy to this calculated charge to derive the final cost of this endorsement. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Blanket Waiver Person/Organization Job Description All CA Operations Schedule Blanket Waiver -Any person or organization for whom the Named Insured has agreed by written contract to furnish th is waiver. Waiver Premium (prior to adjustments) 1789.00 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 01/01/2022 Insured: Policy No.: SJWC350306 Endorsement No.: Insurance Company: Cypress Insurance Company WC 99 0410 C (Ed. 01 -19) Premium$ Countersigned by _______________ _