Loading...
HomeMy WebLinkAboutDiamond Designs LLC; 2024-03-13; PKRC24-0222Tracking #: JEFFERSON ELEMENTARY BALLFIELD RENOVATION PROJECT; CONT. NO. PKRC24-0222 Page 1 of 6 City Attorney Approved 5/3/2023 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT JEFFERSON ELEMENTARY BALLFIELD RENOVATION PROJECT; CONT. NO. PKRC24-0222 This agreement is made on the ______________ day of _________________________, 20___, by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Diamond Designs LLC whose principal place of business is 11956 Bernardo Plaza Dr. #15, San Diego, CA 92128 (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, as contained in the Standard Specifications for Public Works Construction “Greenbook,” latest edition and including all errata; Part 1 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: Temujin Matsubara (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. DocuSign Envelope ID: 1F7CD110-ADC5-483F-8DC8-A2F03F4C606F 13th 24March Tracking #: JEFFERSON ELEMENTARY BALLFIELD RENOVATION PROJECT; CONT. NO. PKRC24-0222 Page 2 of 6 City Attorney Approved 5/3/2023 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 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: ___________________________________ 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. DocuSign Envelope ID: 1F7CD110-ADC5-483F-8DC8-A2F03F4C606F Michael Osborne Tracking #: JEFFERSON ELEMENTARY BALLFIELD RENOVATION PROJECT; CONT. NO. PKRC24-0222 Page 3 of 6 City Attorney Approved 5/3/2023 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. 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 30 working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within 60 working days after receipt of Notice to Proceed. CONTRACTOR’S INFORMATION. Diamond Designs LLC 11956 Bernardo Plaza Dr. #519 (name of Contractor) 1025791 (street address) San Diego, CA 92128 (Contractor’s license number) C27, 4/30/2025 (city/state/zip) 916-709-0299 (license class. and exp. date) 1000048391 (telephone no.) N/A (DIR registration number) 6/30/2024 (fax no.) alwinejr@gmail.com (DIR registration exp. date) (e-mail address) /// /// /// /// DocuSign Envelope ID: 1F7CD110-ADC5-483F-8DC8-A2F03F4C606F Tracking #: JEFFERSON ELEMENTARY BALLFIELD RENOVATION PROJECT; CONT. NO. PKRC24-0222 Page 4 of 6 City Attorney Approved 5/3/2023 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 CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) Michael Osborne, President/CFO Assistant City Manager, Deputy City Manager, or Department Director as Authorized by the City Manager (print name/title) By: ATTEST: (sign here) SHERRY FREISINGER Richard Mitchell, Vice President City Clerk (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 Group B Chairman, President, or Vice-President 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: _____________________________ Deputy / Assistant City Attorney DocuSign Envelope ID: 1F7CD110-ADC5-483F-8DC8-A2F03F4C606F Pick fltifrwJl Tracking #: JEFFERSON ELEMENTARY BALLFIELD RENOVATION PROJECT; CONT. NO. PKRC24-0222 Page 5 of 6 City Attorney Approved 5/3/2023 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 Total % Subcontracted: _______________ The Contractor must perform no less than 50% of the work with its own forces. DocuSign Envelope ID: 1F7CD110-ADC5-483F-8DC8-A2F03F4C606F 0 Tracking #: JEFFERSON ELEMENTARY BALLFIELD RENOVATION PROJECT; CONT. NO. PKRC24-0222 Page 6 of 6 City Attorney Approved 5/3/2023 EXHIBIT B SCOPE OF WORK SUMMARY AND QUOTATION Grade, fill and condition infield, and install new home plate and base anchor at Jefferson Elementary School ballfield. Jefferson Elementary School • Infield Mix o Install 50 tons of Angels infield mix • Laser Grade Fields o Rototill and laser grade • Install Infield Conditioner o (20) - 50lbs. bags (DuraEdge) • Grand Arc Edging o Edging between the dirt infield and outfield turf grand arc o Backfill edges o Dispose and haul off debris • Batter’s and Catcher’s Box o Install (10) - 50 lbs. bags of DuraEdge premium packing clay • Lip Reduction o Lip reduction around dirt infield and turf outfield arc • Install Pitching Rubber • Install Home Plates o (1) BOLCO wood home plate o Move back 10-12 feet center under backstop • Base Anchor Installation o Reset (6) base anchors to line up with foul poles, home plate, and pitching rubber o Dimensions; 50 feet and 60 feet base anchors Total: $8,253.33* Exemption: • All irrigation sprinklers, laterals, mainline, etc. will be marked out with paint/flags, removed, relocated and repaired by the landscape contractor under the direction of the city inspector. *Includes prevailing wage, taxes, fees, expenses and all other costs. DocuSign Envelope ID: 1F7CD110-ADC5-483F-8DC8-A2F03F4C606F Diamond Designs LLC #1025791 11956 Bernardo Plaza Dr #519 San Diego, CA 92128 (858) 688-1701 mosborne1@san.rr.com ADDRESS SHIP TO City of Carlsbad 1166 Carlsbad Village Drive Carlsbad, CA 92008 City of Carlsbad 1166 Carlsbad Village Drive Carlsbad, CA 92008 2152 DATE 02/02/2024 QUANTITY ACTIVITY RATE AMOUNT 2 Infield Mix Top Quality Infield Mix- 50 tons of Material All Trucking Included Corona Clay/Angels Mix 2,100.00 4,200.00T 1 Laser Grade InfieldGrade infield skin using laser guided grading box mounted on JD Tractor. Includes pre grading scarifier, tractor work, finish drag, backfill of lips and edges and heavy watering, up to one hour post install. Spread and compact 50 tons of mix. 1,850.00 1,850.00T 1 Home Plate and InstallBOLCO Wood Home Plate & Install Move back 10-12 feet and center under backstop. 275.00 275.00 6 Base Anchor InstallationDimensions of 50 and 60 feet. New block base anchors in concrete provided by Diamond Designs LLC. Pull strings to ensure accuracy and dimensions off new home plate. 175.00 1,050.00 20 Infield Conditioner50 lbs Delivered--Used post laser grade.19.00 380.00T Quote is for Jefferson Elementary. I have a place holder date for you on April 2nd, 2024 should this quote be approved. This is during their spring break. This quote is reflective of Prevailing Wage Requirements. SUBTOTAL 7,755.00 TAX 498.33 TOTAL $8,253.33 Accepted By Accepted Date DocuSign Envelope ID: 1F7CD110-ADC5-483F-8DC8-A2F03F4C606F DocuSign Envelope ID: 1F7CD110-ADC5-483F-8DC8-A2F03F4C606F --1 I ACORD® DATE (MM/DD/YYYY) ~ CERTIFICATE OF LIABILITY INSURANCE 4/12/2023 THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVEL Y OR NEGATIVEL Y AMEND, EXTEND ORAL TER 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: lf the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. lf 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 NAME'.'" Robbie Schlesier Utopia Management & lnsurance Services, Ine i:t)8,~0 , Ext): (858) 598-1111 I (IVC, No): 4617 RUFFNER ST ADD~RESS: robbie@utopiainsurance.com INSURER(S) AFFORDING COVERAGE NAIC# SAN DIEGO CA 92 11 I INSURERA: Sentinel lnsurance Company L td I 1000 INSURED INSURER B : Hartford Accid & Ind Co 22357 Diamond Designs, LLC. INSURER C : CNA Surety 11956 BERNARDO PLAZA DR INSURER D: INSURER E: SAN DIEGO CA 92 128 INSURER F : 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. ''i.:fR' TYPE OF INSURANCE INSD WVD POLICY NUMBER (MMn>D/YYYY) (MM/DD/YYYY) LIMITS ~ COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 ~ CLAIMS-MADE 00 OCCUR ..,,.,,,,,...,.,_ V,.,_, t;;.U PREMISES (Ea occurrence) $ 1,000,000 >-- MED EXP (Any one person) $ 10,000 >-- A X 72 SBA 8D9926 5/1/2023 5/1/2024 PERSONAL & ADV INJURY $ 2,000,000 ~ GEN'L AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ 4,000,000 R OOPRO-□LOC $ 4,000,000 POLICY JECT PRODUCTS -COMP/OP AGG OTHER: $ AUTOMOBILE LIABILITY ,SINGLI= LIMI I $ 1,000,000 (Ea accident) -ANY AUTO BODIL Y INJURY (Per person) $ 500 -OWNED -" SCHEDULED B AUTOS ONLY AUTOS X 72 UEC CG8062 5/1/2023 5/1/2024 BODIL Y INJURY (Per accident) $ 500 1l HIRED '"K NON-OWNED (P~';'~;,;id1e~t)"1v'"'-'c $ AUTOS ONLY AUTOS ONLY -,__ $ UMBRELLA LIAB HOCCUR EACH OCCURRENCE $ 1,000,000 A '"K EXCESS LIAB CLAIMS-MADE X 72 SBA 8D9926 5/1 /2023 5/1 /2024 AGGREGATE $ 1,000,000 DED I "I RETENTION $ 10,000 $ WORKERS COMPENSATION ls'rATUTE I IERH-iAND EMPLOYERS' LIABILITY Y/N iANY PROPRIETOR/PARTNER/EXECUTIVE 0 N/A 72 WEC AK9XXW 5/1/2023 5/1/2024 E.L. EACH ACCIDENT $ 1,000,000 A PFFICER/MEMBER EXCLUDED? N KMandatory in NH) E.L. DISEASE -EA EMPLOYEE $ 1,000,000 lf yes, describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ DESCRIPTION OF OPERATIONS/ LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached il more space is required) The GL policy is to contain, or be endorsed to contain, the foliowing: The City, its officials, employees and volunteers are additional insureds as respects liability arising out ofwork or operations performed by or on behalf ofthe Contractor. Coverage shall not be canceled or materially changed except after ten (IO) days prior written notice to City sent by certified mail pursuant to the Notice provisions ofthis Agreement. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Carlsbad THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1200 Carlsbad Y illage Drive ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Carlsbad, CA 92008 ~v~M~ I © 1988-2015 ACORD CORPORA TION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD