HomeMy WebLinkAboutContracts & Agreements_173-2010_CCv0001.pdf AGREEMENT FOR THE REPLACEMENT OF
THE CALIFORNIA STREET WELL PUMP AND MOTOR
This agreement for the services associated with the replacement of the dump and motor for the
California Street Well ("Agreement") is made and entered into as of this 26 day of October, 2010
("Effective Date"'), by and between the City of Redlands, a municipal corporation ("City-), and Tri
County Pump 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 I - ENGAGEMENT OF CONTRACTOR
1.1 City hereby retains Contractor to supply equipment and perform services associated with the
replacement of the pump and motor for the California Street Well, (the "Services") at the north west
corner of San Bernardino Avenue and California Street in the City of Redlands (the "Project
Site").
L-) Contractor and its subcontractors shall possess all appropriate State contractors' licenses required
for the Services to be 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.
2.21 Contractor shall comply with all applicable federal, state and local laws 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, including the Americans with Disabilities
Act. Pursuant to Labor Code section 1773.2, copies of the prevailing rates of per them wages as
determined by the Director of the California Department of Industrial Relations for each craft,
classification or type of worker needed to undertake the Pro.ject 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.
1:'\cadjm\AgreementsJri County Pump Energy Efficiency Projects.doc
1
15 Conti-actor and its subcontractors shall comply with the provisions of Labor Code section 1776
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 Prior to commencement of any Services, Contractor shall provide City with the information
otherwise found in Public Contract Code section 4104.
2.9 Pursuant to Public Contract Code section 7103.5(b), Contractor offers and agrees to assign to
City all rights, title and interest in and to all causes of action it may have under section 4 of the
Clayton Act (15 U.S.C. section 15) or under the Cartwright Act (Chapter 2 (commencing with
section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from
purchases of goods, services or materials pursuant to this Agreement,
2.10 Contractor shall guarantee the Services against the use of defective materials or workmanship for
a period of(1) one year l'rorn the date specified in City's Notice of Completion issued for the
Services. 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 liable because errors or defective material or
workmanship by Contractor are not discovered prior to subsequent work.
Any work that is rejected by City, shall be remedied, or removed and replaced., by Contractor at
Contractor's sole expense., with such work conforming to Exhibit "A" Scope of Services. Any
defective material or workmanship which may be discovered before final acceptance, or within (1)
one year from the completion date specified in the Notice of Completion., shall be corrected
immediately by Contractor at its sole expense, notwithstanding that such defective material or
workmanship may have been overlooked by City in prior inspections. City's failure to inspect the
Services at any stage of performance of the Services shall not relieve Contractor from its obligation
to perform sound and reliable work as herein described.
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, City may
make such repairs and replacements and the actual cost of the required labor and materials shall be
chargeable to and payable by Contractor.
Nothing in this section shall be construed to limit the right of City to immediately correct conditions
which may be unsafe or which may pose a public health nuisance. Should such conditions later be
found to be caused by defective material andlor workmanship, Contractor shall reimburse the City
for the costs City incurs in connection with such corrective work,
L'ca'.djm',Agreernenn;:Tri County Pump Energy Efficiency Prqjects.doc
In the event any action is commenced by City to enforce any obligation of Contractor pursuant to
this section 2.10, City shall be entitled to recover from Contractor, in addition to any costs and other
relief awarded by a court., reasonable attorneys' fees incurred by City, including fees for use of in-
house counsel by City.
The warranty provided herein shall not be in lieu of, but shall be in addition to any warranties or
other obligations otherwise imposed by law. The remedies provided herein shall not be exclusive,
and City shall be entitled to any and all remedies provided by law.
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 Contractor shall complete the Services within ten (10) calendar days from and after the date of the
City's issuance to Contractor of the Notice to Proceed.
ARTICLE 4 - PAYMENT AND NOTICE
4.1 City shall pay Contractor the sum of Twenty Four Thousand Fifty Six Dollars and Twenty Eight
Cents ($24,056.28) as 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.
W
4.3 All notices shall be made in writing and shall be given by personal delivery or by mail. Notices
sent by mail shall be addressed as follows:
C ity: Contractor:
Chris Diggs Andy Bradbury,
Municipal Utilities and Engineering Department Tri County Pump Company
City of Redlands 241 South Arrowhead
P.O. Box 3005 San Bernardino, CA 92408
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.
4.4 Pursuant to Public Contract Code section 22300, Contractor has the option to deposit securities
with an Escrow Agent as a substitute for any monies withheld by City to ensure Contractor's
performance pursuant to Public Contract Code section 223)00,
1:-Ica'l.djm",Agre,ements'11'ri County Pump Energy Efficiency Projects.doc
4.5 Pursuant to Government Code section 4215, City assumes the responsibility for the timely,
removal, relocation or protection of existing main or trunkline utility facilities located on the
Project Sites, if Such utilities are not identified by City in Exhibit "A" of this Agreement. City
shall compensate Contractor for the costs of locating, repairing damage not due to the failure of
Contractor to exercise reasonable care, and removing or relocating such utility facilities not
indicated in Exhibit "A" with reasonable accuracy and for equipment used for the Services
necessarily idled during such work. Contractor &II not be assessed liquidated damages for
delay in completion of the Services, when such delay was caused by the failure of City or the
owner of the utility to provide for removal or relocation of such utility facilities. However, City
is not required to indicate the presence of existing service laterals or appurtenances whenever the
presence of such utilities on the Project Sites can be inferred from the presence of other visible
facilities, such as buildings, meter and junction boxes, on or adjacent to the Project Sites.
ARTICLE 5 - INSURANCE AND INDEMNIFICATION
5.1 Contractor's Insurance to be Primary. 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.
5.22 Workers* Compensation and Employer's Liability. Contractor shall secure and maintain
Workers' Compensation and Employer's Liability insurance for its employees throughout the
performance of the Services Pursuant to Labor Code sections 3 3700 and 1860, in an amount
which meets statutory requirements, with an insurance carrier acceptable to City. The insurance
policy shall include a provision prohibiting the policy's modification of coverage limits or
cancellation except upon thirty (30) days prior written notice to City. Contractor shall execute
and deliver to City a Worker's Compensation Insurance Certification in the form attached hereto
as Exhibit"B" prior to commencement of the Services.
5.3 Hold Harmless and Indemnification. Contractor shall indernnify, 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.
5A Assignment. 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.
5.5 Comprehensive General Liability Insurance, Contractor shall procure and maintain in force
throughout its performance of the Services comprehensive general liability insurance, with
carriers acceptable to City, with minimum coverage of One Nfillion Dollars ($1,000,000) per
L1ca\djmAgreements'1Tri bounty Pump Energy Efficiency Projects.doc
4
occurrence and Two Million Dollars ($2.000.1000) 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 written notice to City. A certificate of insurance and
endorsements shall be delivered to City prior to commencement of the Services.
5.6 Business Auto Liability Insurance. Contractor shall procure 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.
5.7 Liquidated Damages. The failure of Contractor to complete the Service within the time allowed
will result in damages being sustained by City. Such damages are, and will continue to be,
impracticable and extremely difficult to determine. Contractor shall pay to City, or have withheld
from monies due it, the sum of Five Hundred Dollars ($500) for each consecutive calendar day in
excess of the specified time for completion of the Services. Execution of this Agreement shall
constitute agreement by City and Contractor that Five Hundred Dollars ($500) per day is the
estimated damage to City caused by the failure of Contractor to complete the Services within the
allowed time. Such sum represents liquidated damages and shall not be construed as a penalty, and
may be deducted from payments due Contractor if such delay,occurs.
ARTICLE 6 - GENERAL CONSIDERATIONS
action is commenced to enforce or interpret
6.1 In the event an:� 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.
62 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.
63 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.
6.4 Unless earlier terminated as provided for below, this Agreement shall terminate upon completion
and acceptance of the Services by City.
1:`ea',diiii�A�reetiients''Tri County Pump Energy Efficiency Projects.doc
5
6.5 City may terminate this Agreement for any reason, at any time at its sole discretion, upon five (5)
calendar day's 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.
6.9 Claims by Contractor in the amount of Three Hundred Seventy-Five Thousand Dollars ($375,000)
or less shall be made by Contractor and processed by City pursuant to the provisions of Part 3,
Chapter 1, Article 1.5 of the Public Contract Code (commencing with section 20104). All claims
shall be in writing and include the documents necessary to substantiate the claim.
6.10 If any provision or of this Agreement is held to be void or unenforceable under any lave or
regulation, it shall be deemed stricken, and all remaining provisions shall continue to be valid and
binding upon City and Contractor.
1:`ca`,dini'Ac,,reements','Tri County Pump Energy Efficiency Projects.doc
6
IN WITNESS WHEREOF, duly authorized representatives of the Parties have signed in confirmation of
this Agreement.
CITE' OF REDLANDS ATTEST:
Bv
Tina Kundig City Clerk.
Finance Director/Treasurer
Tri. County Pump Company
jo
By 4,-L-- Date '
Andy Bradbury
L ca,djnf,,Agreements Tri County Pump Energy Efficiency Projects,doc
7
EXHIBIT "A"
Scope of Services
California Street Well Pump and Motor Replacement Project:
Supply new 100 HP 2 pole 8" submersible motor and bowl adapter.
Supply new Gould's 9RCLC 3 stage bowl assembly or equal 760 GPM 415' TDH.
Supply 300' of 75 C submersible cable 2/0.
Supply 300' of 1/4" S.S. airline w/direct read gauge.
Supply 316 S.S. banding for cable and airline.
Supply splice kit connection pig tail to cable.
Remove dispose of old pump and motor assemble and install 282' of submersible pump assembly.
Video log well, and supply 2 copies of video in DVD format.
EXHIBIT "B"
WORKERS' COMPENSATION INSURANCE CERTIFICATION
Project: California Street Well Pump and Motor Replacement Project at north west
corner of San Bernardino Avenue and California Street, located in the City of Redlands
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 in one or more insurer duly
authorized to write compensation insurance in this State. [DJM to Check]
(b) By securing from the Director of Industrial Relations, a certificate of consent to self=
insure, either as an individual employer or as one employer 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 employees.
I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be
insured against liability for Workers' Compensation or to undertake self-insurance in accordance with
the provisions of that Code. and I will comply with such provisions before commencing the performance
of the work of this Agreement. (Labor Code §186 1),
Tri County Pump Company Date:
By:
Andy Bradbury Contractor's License Igo.