Loading...
HomeMy WebLinkAboutContracts & Agreements_195A-2014_CCv0001.pdf AGREEMENT FOR BRINE POND CAP REPAIR AND RESURFACE This agreement to repair and resurface the wastewater treatment plant brine pond cap ("Agreement") is made and entered into this 29"' day of September, 2014 ("Effective Date"), by and between the City of Redlands, a municipal corporation ("City"), and KAD Paving Company ("Contractor"). City and Contractor are sometimes individually referred to herein as a "Party" and, together,as the "Parties." In consideration of the mutual promises contained herein,City and Contractor agree as follows: ARTICLE 1 - ENGAGEMENT OF CONTRACTOR 1.1 City hereby retains Contractor to repair and resurface the asphalt cap of the brine pond at the City's wastewater treatment plant (the "Services") located on 1950 Nevada Street in the City of Redlands. 1.2 Contractor and its subcontractors shall possess all appropriate State contractors' licenses required for the performance of the Services, and shall not be debarred pursuant to Labor Code sections 1777.1 and 1777.7. ARTICLE 2 -RESPONSIBILITIES OF CONTRACTOR 2.1 The specific Services which Contractor shall perform are more particularly described in Exhibit "A,"which is attached hereto and incorporated herein by this reference. 2.2 Contractor shall comply with all applicable federal, state and local Iaws and regulations in the performance of the Services including, but not limited, to all applicable Labor Code and prevailing wage laws and non-discrimination laws, and the Americans with Disabilities Act. Pursuant to Labor Code section 1773.2, copies of the prevailing rates of per diem wages as determined by the Director of the California Department of Industrial Relations for each craft, classification or type of worker needed to perform the Services are on file at City's Municipal Utilities and Engineering Department, located at the Civic Center, 35 Cajon Street, Suite 15A (Mailing: P.O. Box 3005), Redlands, California 92373. 2.3 Contractor acknowledges that if it violates the Labor Code provisions relating to prevailing wages that City may enforce such provisions by withholding payments to Contractor or its subcontractors pursuant to Labor Code section 1771.6. 2.4 If Contractor executes an agreement with a subcontractor to perform any portion of the Services, Contractor shall comply with Labor Code sections 1775 and 1777.7, and shall provide the subcontractor with copies of the provisions of Labor Code sections 1771, 1775, 1776, 1777.5, 1813 and 1815. Contractor acknowledges that the statutory provisions establishing penalties for failure to comply with state wage and hour laws and to pay prevailing wages may be enforced by City pursuant to Labor Code sections 1775 and 1813. 2.5 Contractor and its subcontractors shall comply with the provisions of Labor Code section 1776 1 regarding payroll records maintenance, certifications, retention and inspection. 2.6 Contractor acknowledges that eight (8) hours constitutes a legal day's work pursuant to Labor Code section 1810. 2.7 Contractor shall comply with the provisions of Labor Code section 1777.5 as to apprenticeships, and Labor Code sections 1771, 1775, 1776, 1777.5, 1813 and 1815. 2.8 Contractor shall guarantee the Services against defective materials or workmanship for a period of (1) year from the date of City's issuance of a Notice of Completion for the Services, except where longer warranty periods are specifically provided by manufacturer of equipment installed in connection with the provision of the Services. During the (1) one year warranty period, should Contractor fail to remedy defective material and/or workmanship, or to make replacements within five (5) days after written notice by City, it is agreed that City may make such repairs and replacement and the actual cost of the required labor and materials shall be chargeable to and payable by Contractor or his surety. All work which has been rejected by City, shall be remedied, or removed and replaced by the Contractor at its own expense. Any defective material or workmanship which may be discovered before final acceptance of the Services or within (1) one year from the completion date specified in the Notice of Completion, shall be corrected immediately by Contractor at its own expense notwithstanding that such defects may have been overlooked in previous inspections and estimates. Failure to inspect work at any stage shall not relieve the Contractor from any obligation to perform sound and reliable work as herein described. It is Contractor's responsibility to deliver at the time of final acceptance a completed project that complies in all details with this Agreement. City will endeavor to locate any errors or defective materials or workmanship and call them to the attention of Contractor prior to subsequent work being performed. However, City is under no obligation to do so and shall not be held liable because errors or defective material or workmanship by Contractor are not discovered prior to subsequent work. Nothing in this section shall be consti aed to limit the rights of City to immediately correct conditions which may be unsafe or which may pose a public health nuisance. Should said conditions later be found to be caused by defective material and/or workmanship, Contractor and its surety shall reimburse City for costs reasonably incurred while attending the situation. ARTICLE 3 -PERIOD OF SERVICE 3.1 Contractor shall commence the Services upon City's delivery to Contractor of a written "Notice to Proceed." 3.2 Consultant shall perform and complete the Services in a prompt and diligent manner. ARTICLE 4 -PAYMENT AND NOTICE 4.1 City shall pay Contractor the sum of Forty Thousand Five Hundred and Ninety Dollars ($40,590) 2 as complete compensation for the Services. 4.2 Payments by City to Contractor shall be made within thirty (30) days after City's receipt and approval of Contractor's invoice,by warrant payable to Contractor. 4.3 Any notice or other communication required, or which may be given, pursuant to this Agreement, shall be in writing. Any such notice shall be deemed delivered (i) on the day of delivery in person; (ii) five (5) days after deposit in first class registered mail, with return receipt requested; (iii) on the actual delivery date if deposited with an overnight courier; or (iv) on the date sent by facsimile, if confirmed with a copy sent contemporaneously by first class, certified, registered or express mail; in each case properly posted and fully prepaid to the appropriate address set forth below, or such other address as a party may provide notice of in accordance with this section: City: Contractor: Chris Diggs Donald J. Wheeler Jr. Municipal Utilities and Engineering Department KAD Paving Company City of Redlands 32147 Dunlap Blvd Ste K P.O. Box 3005 Yucaipa, CA 92399 Redlands, CA 92373 When so addressed, such notices shall be deemed given upon deposit in the United States mail; in all other instances, notices, bills and payments shall be deemed given at the time of actual delivery. Changes may be made in the names and addresses of the person to whom notices are to be given by giving notice pursuant to this section 4.3. ARTICLE 5 -INSURANCE AND INDEMNIFICATION 5.1 All insurance required by this Agreement shall be maintained by Contractor throughout Contractor's performance of the Services, and shall be primary with respect to City and non- contributing to any insurance or self-insurance maintained by City. 5.2 Workers' Compensation and Employer's Liability insurance in the amount that meets statutory requirements with an insurance carrier acceptable to City, or certification to City that Contractor is self-insured or exempt from the workers' compensation laws of the State of California. Contractor shall provide City with Exhibit "B," entitled "Workers' Compensation Insurance Certification," which is attached hereto and incorporated herein by this reference prior to occupancy of the Premises. 5.3 Contractor shall secure and maintain in force throughout its performance of the Services comprehensive general liability insurance, with carriers acceptable to City, with minimum coverage of One Million Dollars ($1,000,000) per occurrence and Two Million Dollars ($2,000,000) aggregate for public liability, property damage and personal injury. City shall be named as an additional insured and the insurance policy shall include a provision prohibiting modification of coverage limits or cancellation of the policy except upon thirty (30) days prior 3 written notice to City. A certificate of insurance and endorsements shall be delivered to City prior to commencement of the Services. 5.4 Contractor shall secure and maintain in force throughout its performance of the Services business automobile liability coverage, with minimum limits of One Million Dollars ($1,000,000) per occurrence, combined single limit for bodily injury liability and property damage liability. This coverage shall include all Contractor owned vehicles used for the Services, hired and non-owned vehicles, and employee non-ownership vehicles. City shall be named as an additional insured and the insurance policy shall include a provision prohibiting modification of coverage limits or cancellation of the policy except upon thirty (30) days prior written notice to City. A certificate of insurance and endorsements shall be delivered to City prior to commencement of the Services. 5.5 Contractor shall indemnify, hold harmless and defend City and its elected officials, employees and agents from and against any and all claims, losses and liability, including attorneys' fees, arising from injury or death to persons or damage to property occasioned by any negligent or intentionally wrongful act or omission of Contractor, and its officers, employees and agents, in performing the Services. 5.6 Contractor is expressly prohibited from assigning any of the work associated with the Services without the prior written consent of City. In the event of agreement by the Parties to assign a portion of the Services, Contractor shall add the assignee as an additional insured to its insurance policies and provide City with the insurance endorsements prior to any work being performed by the assignee. Assignment does not include printing or other customary reimbursable expenses that may be provided for in this Agreement. 5.7 Contractor shall execute and deliver to City a Payment Bond as required by Civil Code section 5990, in a form as set forth in Exhibit "C," which is attached hereto and incorporated herein by reference. ARTICLE 6- GENERAL CONSIDERATIONS 6.1 In the event any action is commenced to enforce or interpret any of the terms or conditions of this Agreement the prevailing Party shall, in addition to any costs and other relief, be entitled to recover its reasonable attorneys'fees, including fees for the use of in-house counsel by a Party. 6.2 All documents, records, drawings, electronic data files and data base, photographic prints and negatives, designs and specifications, cost estimates, and other documents developed by Contractor for the Services shall become the property of City and shall be delivered to City upon completion of the Services. 6.3 Contractor is, for all purposes under this Agreement, an independent contractor with respect to the performance of the Services and not an employee of City. All personnel employed by Contractor to perform the Services are for its account only, and in no event shall Contractor or any personnel retained by it be deemed to have been employed by City or engaged by City for the account of, or on behalf of, City. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the Parties. 4 6.4 Unless earlier terminated as provided for below, this Agreement shall terininate upon completion and acceptance of the Project by City. 6.5 City may terminate this Agreement for any reason, at any time at its sole discretion,upon five (5) calendar days prior written notice to Contractor. 6.6 Upon receipt of a termination notice, Contractor shall (1) promptly discontinue all work associated with the Services and (2) deliver or otherwise make available to City, copies of any data, design calculations, drawings, specifications, reports, estimates, summaries, and such other information and materials as may have been accumulated by Contractor in performing the Services. Contractor shall be compensated on a pro-rata basis for any work completed up until notice of termination. 6.7 This Agreement, including the exhibits incorporated by reference, represents the entire agreement and understanding between the Parties as to the matters contained herein and any prior negotiations,proposals and agreements relating to the subject matter hereof are superseded by this Agreement. Any amendment to this Agreement shall be in writing and approved by City and Contractor. 6.8 This Agreement shall be governed by and construed in accordance with the laws of the State of California. 5 IN WITNESS WFfEREOF, duty autborized representatives of the Parties have signed in confinnation of Ibis Agreement. CITY OF REDLANDS KAD PAVING COMPANY 74 "N BY , tnriq*'Var(ine�z, Ci o�144k Wheeler Jr,Prestd-e'nt-""',/1 "/ ty ATTEST 4=t-y Sam Irwin,pity Clerk 6 EXHIBIT "A" Scope of Services Item No. Estimate Item Description Quantity 1. 3,000 Sq. Saw cut and remove asphalt pavement and replace with conventional asphalt Ft. pavement,maximum 2.5' thick. 2. 6,000 L.F. Crack Fill with Hot Rubberized Crack Sealant. 52,000 Slurry seal, Type 2, 3. Sq. Ft. 8 EXHIBIT "C" WORKERS' COMPENSATION INSURANCE CERTMCATION Every employer, except the State, shall secure the payment of compensation in one or more of the following ways: (a) By being insured against liability to pay compensation by one or more insurers duly authorized to write compensation insurance in this State. (b) By securing from the Director of Industrial Relations, a certificate of consent to self-insure, either as an individual employer, or as one eniployer in a group of employers, which may be given upon furnishing proof satisfactory to the Director of Industrial, Relations of ability to self-insure and to pay any compensation that may become due to his or her employee& CHECK ONE am aware of the provisions of Section 3700 of the Labor Code which requires every employer to �—einsured against liability for Workers' Compensation or to undertake self-insurance in accordance with the provisions of that Code, and 1. will comply with such provisions before cornmencing the performance of the work and activities required or permitted under this Agreement. (Labor Code § ll : .1 affirm that at all times, in, performing the work andactivities required or permitted. under this Agreement, I shall not employ any person in any manner such that I become subject to the workers' compensation laws of California. However, at any time, if I employ any person such that I become subject to the workers' compensation laws of California, immediately I shall provide the City with a certificate of consent to self-insure, or a certification of workers' compensation insurance. I certify under penalty ofperjury under the laws of the State of California that the information and representations made in this certificate are true and correct. KAD Paving Company 4L2 Date: tDonald J. Whce�lcrJ 8 BOND NOl 1661000156 OND PREMIUM:IUM: $1,218.66 WHICH IS SUBJECT TO CHANGE BASEDONTHE FINAL CONTRACT AMOUNT "C" A C PAVING COMPANY DPA K A 6 ENGINEERING Whereas,the City of RedlauU,State of a "fo' ia,° db asap r da si ated as "Principal")bave into, racm(the t -' n b cies agrees to install and complete certain 1designated public improvements the ' ), which la said agreement, dated September 29, 2614, and identified,as Brine Pondair and is horoby aferr d to and de a p ordof;and Vv%creas, t of said Agra I is' r uired before commencing upon the o a of theto file sand sufficient ps t b .r ith the City f + secure the claimsto bich,reference is in"fide oras. tion' of t f ofDivision 4 of a Civil Code of the State ofCalifornia. Now,, t refor said Principalthe rsi cd as o siren', are held firmly bound to the: City of cis d all coo sit is a tnr3,1 or ., material,to other parsonslogged in the perfamance of the aforesaid Agreement ro ,. to in the fores io of Civil procedure in of Forty Thousand `i Hundred d Dollars 0, 0 f"ot . to ms sited or labor t n of any of for is d under data Unemployment Isis d Ant with respect to such wow labor,that said surety "l °y the a in aria tint not exceeding the amount her rte a:sot forth, d also i case-,oil is brought upon this bond,will y in clition to theface o thereof, osis rc to s fees,including reasonable attorney's a' in by the City of d successfully oro`, such obli adon, to be awarded, d fixed by the court, d to b costs d o included in jtsd cn therein d It is hereby expressly sti atod d m aid thatthis bond l ' a to a fat of all persons,companies and,corporations entitled to file,claim +fir 1 itln co raoatz Sect art 6 ofart of Division 4 0l the Civil , to e of a ott to thtu)or thei i in y suit brought upon this a ShoWd thetitans of this bond be fully p ,rta� obligation slut n ll d void, otherwise it r rt it l force and tx The s hereby stipulates and agrees the std oh � si of tiruog al tions oradditionto the td of said agreement 6r the specifications ac a p. the some stall its y ner affect its obligations oft; this bond, it os bolo waive,notice of such c uAge, i oft`time,al# tion addition. In witness i s instrument has n duly -executed by the Principal d surety above is d, I V�EMBEP 7 2014. ill t . K A D PAVAN COMPANY B l A D ENGINEERIN QS. SPECIALTY INSURANCE 1VI Al 'ont Yui T, n , 1 AlN-FACT t3i nature (Si ss. 625 TH Y DRIVE SOUTH T E 1�6 t` A 92868 d a 'd nt of o one 171 X16-7 00 Пς p CAUFORNIA ALL-PURPOSE ACKNOWLEDGMENT v�kr"''a ',;.��:.`° ` "-,.„�,",- ,"- 'k'". ";".:-- ,,...:'= � "'�r":"`'�"`* .,"`,�',�'�xo-.' .+'.w�i:. .,,.°, .za�' �*"�+ v`s�." �,,* .-�'."�'Ms�.`�:'"�a��r��»• ;,„ :... STATS OF GALIF RNfA countyt t)tt� �tr1 on ttVUAB it as 01 tt t rome, JENN31 t R t ANA ,NO TARY PUBLIC, tmirstrlly appeared �i�.lr r r t'o- who proved to me on the basis f ti f t ty evidence t leo the person*, whose n rne ° islare�tjbscribed to the riitair,r instrument rt 1 rt to rare that he/she/they executed the rrt s in hisAWWW authorizedhisa ity i , and that by hiatUsWwk signatureMon the instrument the �91t C. person(o, or the rrtity taptsrr bahalf of,which the person4 COMM.#1974168;U acted,executed the instrument. NOTARY PUBLI - OF N l ORANGE COUNTY 9rtity und t Ft under t lawst "tate rri t tttr rirparagraph i true rtr , 016 tey COMM, tl and carrect, € n ttrr: _ Plack Notary Soat Above Signature Notary , die OPTIONAL ThoWh the information below is not required law, it Otey prove valuable topersons relying on the document an,d could pravent fraudulent ramoval and teattarhmeni of this fora?to anothei t ocurtr rttm Description of Attachedce rt , Title r Type ratDocument: Document gate;' Number of Pages: Signer(s)Other hart Named baa . It l Claimed by l er a Signer'sl t rrr :. tr'u'e Name: individual irtctruirt aal Ej Corporate officer-•--Titl a),_ ,.m Corporate Partner---0limited CjGeneral 11 Partner--- Limited OCeneral Ej Attorney�r Fact C1 Attorney in Fact" El Trustee 0 Trustee u rrtrarl farConservator r cst tt�aar kz trwl �' r G rdi n or Conservator Pip t ttarir�rtt rrere r Signer is t urea ratrrar: m Signer Is Represenflng, I G a « r . . 'p - . . I .1 p POWER OF ATTI I ORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S.SPECIALTY INSURANCE COMPANY . :KNOW ALL MEN BYII� THESE PRESENTS:That American Contractors:Indemnity Company,a California corporation,United States Surety Company a Maryland corporation and U.S.` Specialty insurance Company, a Texas ,corporation (collectively the . "Companies"),do:by these presents make;constitute and appoint:' .. ... James W.Moilanen,Yung T.Mullick or Jennifer C.Araya of Mission Viejo,California .its true and lawful Attorney(s)-in-fact,each in their separate capacity if more than one is named.above,with full power:and authority hereby conferred in its name,place and stead,to execute,acknowledge and deliver any.and all.bonds,recognizances,undertakings . . . or other instruments or contracts:of suretyship to include riders, amendments, and consents of surety, providing the',bond penalty does not exceed ****:*Fifteen Million***** Dollars($**15,0.00,000:00**). 1-111 This Power of Attorney shall expire without further action on December 08,2016. This.`Power of1. Atto11 rney is granted.under and by authority of the following resolutions adopted1 . by the Boards of Directors of the Companies. 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 Atiomey(s)-in-Pact to represent and act for and on behalf of the Company subject to the following provisions: Jtlaney-in-fact maybe given toll power and authority for and in the name of and on behalf o.the Company Co execute;acknowledge and deliver,`'any and all bonds . ..... .. .. . 11 . recognisances, contracts, agreements or.;indemnity arid'other conditional or obligatory:undertakings, including any and all,consents`for the release of retained : - .. 1. percentages,and/or final'esfimates on engineering and constriction contracts;and,any and aU notices<and docurnents:canceling or terminating the Company's liability `thereunder;a1. nd any such instruments so executed by any such Attorney-m-Fact 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. IN WITNESS WHEREOF,The Companies have caused this instrument to 11 ,be signed and their corporate seals to be here1.to:affixed,this 10th day of December,2012. AMERICAN CONTRACTORS INDEMNITY COMPANY: S­11,TATES SURETY COMPANY `:U.S.SPECIALTY INSURANCE COMPANY Corporate Seals "1j1C70`' su LnYu` oa1M.-. RS�y ,f�5. Rfp ��4 .._U'. 1", .. Y osY�r , . c C hr O �C. �..{ ; W:SEPf.Pi�;1`93Q Y; 7% r a F- - '-a :1.off y' Y? %` .s. , Daniel P.Aguilar;Vice President "� '/ c State of California `4uFdal�e" ry,mm�n !rtl1,01 r„uumi County of Los Angeles SS: On 10th day of December,2012,before me.Vanessa Wright,a notary public,personally appeared Daniel P.Aguilar,Vice President of ..American Contractors Indemnity.Company, United States Surety:Company and U.S. Specialty Insurance`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 auth1.orized capacity,and that b1­1y I.his signature'on the'instrument the persons};or the entity upon behalf of which the pt rson(s)acted1.,executed the insI 1.11,trument. l certify under PENALTY OF PERJURY underIthe Iaws °f the.state of California that_the foregoing:paragraph is true and correct WITNESS my hand and official seal11 .,,,... 11► . V WRNiNT 11 Seal 1.I 0111Mstag. tt18l3tS fh, w NotsryPu0lle Gstltorate ,Signature \�' ( ) "Cas Angelaa;ixtnty, ... .: M coinm.E Cres t}sc 652016 . . . . .' . , .. ' , I,Jeannie Lee,Assistant.Secretary of American Contractors Indemnity Company,United States:Surety Company and U..S. Specialty Insurance Company, do hereby certify that the above'and foregoing is a rue and correct copy of a Power of Attorney,:tmecuted by said Companies,which is still in'full force and effect; furthermore,the resolutions of the.Boards of Directors,set out in the Power of Attorney are in full force and effect. In Witness Whereof,l have hereunto set my hand and affixed the seals of said Companies:at Los`Angeles,California this 7th day ° —NbiI 11amt,or ,21.01�r S Corporate Seals a D ..L .,AZphC..k,il :��55UtzF��y �,�”.Lns.,-�i Bundlvo.' 100. Ye 000is 1 cq 1.:yoz stip �. soy n F� a` ` q° � * '� Jeannie Lee, ssistant Secretary «mnvoarm w $ m a _ . Agency No ,7t5 wg� �,�� �, .Aa 1. .t- .sL ...Q ,* !Fwd' '� �'���FORi��� ���r r wik nM�� rW u,o�'�`` ),i�jt.i �' ,,