Loading...
HomeMy WebLinkAboutVector Resources Inc; 2023-01-09;TRAFFIC MANAGEMENT CENTER REMODEL Page 1 of 8 City Attorney Approved 8/2/2022 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT TRAFFIC MANAGEMENT CENTER REMODEL ($60,000 or Less) DocuSign Envelope ID: C1FE56E8-952F-4229-BCEC-CD258C5298D5 This contract is made on the _______________ day of _________________________, 2023, (“Contract”) by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Vector Resources, Inc., a California corporation, whose principal place of business is 201917 Higgins Court, Torrance, CA 90501 (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: Gary Hornby (City Project Manager) PAYMENT. The City shall withhold retention as required by Public Contract Code Section 9203. WAGE RATES. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. 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. 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. January9th DocuSign Envelope ID: C1FE56E8-952F-4229-BCEC-CD258C5298D5 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 Contract 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 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: ~ssinger REQUIRED INSURANCE. The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability insurance are to be placed with 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 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 thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as an additional insured. 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 LIABILITY. 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. TRAFFIC MANAGEMENT CENTER REMODEL Page 2 of 8 City Attorney Approved 8/2/2022 TRAFFIC MANAGEMENT CENTER REMODEL Page 3 of 8 City Attorney Approved 8/2/2022 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 Contract is San Diego County, California. Start Work: Contractor agrees to start within _____ working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within _____ working days after receipt of Notice to Proceed. CONTRACTOR’S INFORMATION. Vector Resources, Inc. 201917 Higgins Court, (name of Contractor) 654046 (street address) Torrance, CA 90501 (Contractor’s license number) C-7, C-10, B, D56 9/30/2024 (city/state/zip) 858.546.1014 (license class. and exp. date) 1000002893 (telephone no.) (DIR registration number) 6/30/2024 (fax no.) kmessinger@vectorusa.com (DIR registration exp. date) (e-mail address) /// /// /// /// /// /// DocuSign Envelope ID: C1FE56E8-952F-4229-BCEC-CD258C5298D5 10 15 DocuSign Envelope ID: C1FE56E8-952F-4229-BCEC-CD258C5298D5 SecretaryJeffrey Zukerman for AUTHORITY. The individuals executing this Contract 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 Contract. CONTRACTOR By: Robert Messinger, Executive Vice President ~ (sign here) (sign here) (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California IT Director as Authorized by the City Manager ATTEST: j~ t(_. ~ ~ FAVIOLA MEDINA City Clerk Services Manager If required by City, proper notarial acknowledgment of execution by Contractor must be attached. lf..E. corporation, Contract 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: CINDIE K. McMAHON, City Attorney BY: bltM., tttWU"~ Deputy City Attorney TRAFFIC MANAGEMENT CENTER REMODEL Page 4 of 8 City Attorney Approved 8/2/2022 TRAFFIC MANAGEMENT CENTER REMODEL Page 5 of 8 City Attorney Approved 8/2/2022 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 Type of Work to be Subcontracted Business Name and Address DIR Registration No. License No., Classification & Expiration Date % of Total Contract n/a Total % Subcontracted: _____0__________ The Contractor must perform no less than 50% of the work with its own forces. DocuSign Envelope ID: C1FE56E8-952F-4229-BCEC-CD258C5298D5 TRAFFIC MANAGEMENT CENTER REMODEL Page 6 of 8 City Attorney Approved 8/2/2022 EXHIBIT B STATEMENT OF WORK Summary Contractor will install a new IDF cabinet in the Traffic Management Center (TMC). This will include a new fiber optic backbone connection, relocation of existing Cat6 cables and installing City provided materials for a wireless connection on the roof. IDF at TMC Contractor will install a new 4x4 ¾” plywood backboard at the IDF Cabinet location for the new IDF within the TMC. City will supply a 12RU wall mount cabinet for Contractor to install. No power or bonding of the cabinet is included. Fiber Optic Backbone Contractor will install a new 12-strand single mode fiber optic cable, approximately 150 feet. The fiber cable will be supplied by the City. City will also provide (2) Corning CCH-01U fiber optic rack mounted enclosures. One will be installed at the TMC IDF and one within the MDF. Each side of the fiber will be fusion spliced using a 12- port LC splice cassette. The cassette will be installed into the rack mount enclosure. The fiber will be labeled and tested after termination. Relocation of Existing Cat6 Cable Contractor will relocate (15) Cat-6 cables from their current termination point to the new IDF location. City will provide a new patch panel that will be installed in the new cabinet and the cables will be terminated on it. At the completion of the relocation, the cables will be tested and labeled. Wireless Radio Installation Contractorwill install (2) Cat-6 cables from the IDF to a roof mounted wireless access point. As part of this effort, Contractor will install a City provided penetration-less mast sled (roof sled) to mount a wireless access point on. Contractor will install a City provided Nema box on the sled for the termination of the Cat-6 cables. Liquid tight flex will be installed between the Nema box and the wireless access point. City will be responsible for the aiming of the wireless access point. Contractor will help adjust, as requested. No grounding or bonding has been included in this scope of work. Demolition Contractor will remove the existing IDF rack and break it down for the City to store. Deliverables Upon completion of work, Contractor will provide City with a closeout package containing the following documentation: DocuSign Envelope ID: C1FE56E8-952F-4229-BCEC-CD258C5298D5 TRAFFIC MANAGEMENT CENTER REMODEL Page 7 of 8 City Attorney Approved 8/2/2022 Physical Infrastructure Closeout Documentation Checklist Included Not Included Description Notes ☐ ☒ As-Built Drawings ☒ ☐ Test Results ☐ ☒ Manufacturer Cable Warranty ☐ ☒ Inspection Report ☐ ☒ Fiber Line Diagram ☐ ☒ Splicing Worksheet ☐ ☒ Butterfly Diagrams Assumptions • Contractor has made the following assumptions for this Agreement: • the fiber enclosure is Corning brand. If it is a different manufacturer, the proposed cassette will not fit in the enclosure. • proper roof protection will be provided to place the roof sled on. • proper weighting will be provided to ensure the roof sled stays in place. • City provided patch cords will be utilized to connect the wireless access point to the network. • the pathway from the roof penetration to the Nema box will be existing. • work efforts can start prior to 9:30 am, 1st shift PW wage rates. If 2nd shift is required, labor rates will change. Exclusions • The installation of power at the IDF cabinet • Bonding of the IDF cabinet • Roof Sled mats and weight • Grounding/Bonding at the wireless access point is not included • No pathway except for the liquid tight flex has been included • No new Cat-6 patch cords have been included DocuSign Envelope ID: C1FE56E8-952F-4229-BCEC-CD258C5298D5 TRAFFIC MANAGEMENT CENTER REMODEL Page 8 of 8 City Attorney Approved 8/2/2022 Project Pricing DocuSign Envelope ID: C1FE56E8-952F-4229-BCEC-CD258C5298D5 Material Oescrietlon Units Unit Price Material l!.abor Total Category 6 U/UTP Cable. Indoor/Outdoor. Plenum, 1,000 1.2 1,200.00 500.00 1,700.00 2 Pon. Surface Mount Box White l 4.13 4.13 25.00 29.13 CATS Unlp,lse Insert Blue 2 7.88 15.76 26.67 42.43 Termination on Existing Patch Panel 2 0 0.00 26.67 26.67 4x4ft 314• Plywood Fie Rated A.C Unpainted 1 43.75 43.75 100.00 143.75 Installation of Customer Provided cabinet 0 0.00 200.00 200.00 1· J-Hook wl Multi Function Clip 40 4.38 175.20 533.33 708.53 60 FlASH 1/4-20ATR (1-114 PIN)AII threaded 40 2.6 104.00 133.33 237.33 12 Strand LC Slnglemode CCH Splice Cassette 2 443.75 887.50 200.00 1,087.50 314• llquld Tight Flex 10 2.32 23.20 62.50 85.70 314· Liquid Tight Flex Connee1or 2 6.7 13.40 33.33 46.73 1121N x 75FT Velcro One Wrap 20 20.00 0.00 20.00 Installation of CPE . Fiber 150 0 0.00 312.50 312.50 lnstaOation or CPE . Roof Mast Sled l 0 0.00 800.00 800.00 Installation or CPE. Wireless 0 0.00 400.00 400.00 lnstaUatlon of CPE . Nema Enclosure 0 0.00 100.00 100.00 Relocation of Existing Cat6 cabling 15 0 0.00 250.00 250.00 Termination and Testing of Relocated cabling 15 0 0.00 500.00 500.00 Removal of existing rack 1 0 0.00 400.00 400.00 Mlscenaneous Haroware l 106.25 106.25 200.00 306.25 Fiber Optic Testing and Labeling 12 0 0.00 200.00 200.00 Project Coordination 0 0.00 630.00 630.00 Sub•Total 2,593.19 5,633.33 8,226.52 PROJECT SUB•TOTAL 2,593.19 5,633.33 8,226.52 SALES TAX 200.97 PROJECT TOTAL 8,427.50