HomeMy WebLinkAboutContracts & Agreements_36-2006_CCv0001.pdf AGREEMENT FOR PUBLIC IMPROVEMENT PROJECT
This Agreement is made and entered into this 21 st day ofFebrua
by and between the City of Redlands a municipal corporation Cit „
#t February,2006{Effective Date"),
("Contractor") who are sometimes individually referred to herein as a "part
{ y ) and Republic Electric
"Parties." y and together, as the
In consideration of the mutual promises contained herein, City and Contractor agree as
ARTICLE I -ENGAGEMENT OF CONTR4CTOR
1•I City hereby retains Contractor to perform monthly City-wide Si
Emergency repairs on an "as needed basis"{the "Services").
final Maintenance and
' 1.2 }
The Services shall be performed by Contractor in a professional manner, and
represents that it has the skill and professional expertise necessary to provide th
Contractor
to City at a level of competency e Services
p y presently maintained by other practicing professional
contractors in the industry providing like and similar types of services. Contractor shall
Possess the appropriate State Contractor's License required for the services and shall notbe
debarred pursuant to Labor Code sections 1777.1 and 1777.7. t be
ARTICLE 2 -RESPONSIBILITIES OF CONTRACTOR
2.1 The Services which Contractor shall perform are more particular) described February 14, 2006, entitled "Interim more
Signal Maintenance,"Y bed in a letter dated
Contractor's proposal, all of which are attached hereto as Exhibit «A,'arldi portions of
herein by this reference. incorporated
2.2 Contractor shall comply with all applicable Federal, State and local law
the performance of this Agreement including, but not limited to, the Am
sand regulations in
Disabilities Act, the Fair Employment Americans With
p yment and Housing Act and prevailing wage laws
commencing at Labor Code section 1770 et se
q.
Americans in
With Disabilities Act. Pursuant to Labor Code seand ction ation
2s including the
Prevailing rates of per diem wages as determined C the Director 3. the i
apies of the
Department of Industrial Relations for each craft, classification, ort e of worker
California
to execute this agreement are on file at the City of Redlands office of the Public
Department, Civic Center, 35 Cajan. Street, Suite 222 (P.O.
orker needed
California t, Civ Works
( .O. Box 3005 mailing), Redlands
2.3 Contractor further understands that if it violates the Labor CodeProvisions
prevailing wage, then City may enforce the Labor Code by notice of thevit relating to
contract payments to Contractor or subcontractor pursuant to Labor Code section1 ding of
71.6..
t
OWN
r
r
2.4 Contractor agrees that if it executes an agreement with a subcontractor to work on t
is
Project,then Contractor shall comply with Labor Code sections 1775 and 1777.7 including
g
Providing 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
for penalties for failure to comply with state wage and hour laws and to pay prevailin wa es
may be enforced by the City pursuant to Labor Code sections 1775 and 1813. g g
2.5 Contractor 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 alegal 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.
ARTICLE..3 -RESPONSIBILITIES OF CITY
3.1 City will make provision for Contractor to enter upon City-owned property, as required by
Contractor, to perform the Services.
3.3 City designates Ronald C.Mutter as City's representative with respect to performance of the
Services, and such person shall have the authority to transmit instructions, receive
information, interpret and define City's policies and decisions with respect to performance
of the Services.
ARTICLE 4 - PERIOD OF SERVICE
4.1 Contractor shall perform the Services in a prompt and diligent manner.
ARTICLE 5 -PAYMENT AND NOTICE
5.1 The total compensation for Contractor's performance of the Services shall not exceed the
amount of Seventy-Five Thousand Dollars($75,000.00). City shall pay Contractor on a time
and materials basis up to the not to exceed amount, in accordance with the hourly and unit
rates identified in the "Rate Schedule," which is attached hereto as Exhibit "B" and
incorporated herein by this reference.
5.2 Payments by City to Contractor shall be made within thirty (30) days after receipt and
approval of Contractor's invoice, by warrant payable to Contractor. Invoices shall be sent
on a monthly basis.
5.3 All notices shall be given in writing by personal delivery or by mail. Notices, sent by mail
should be addressed as follows:
i
IR
City: Ronald C. Mutter
City of Redlands
Public Works Department
PO Box 3005
Redlands, CA 92373
Contractor: Republic Electric
7120 Redwood Blvd.
Novato, CA. 94945-4114
When so addressed, such notices shall be deemed given upon deposit in the United States mail.
Changes may be made in the names and addresses of the person to who notices and payments are
to be given by giving notice pursuant to this section.
ARTICLE 6 - INSURANCE AND INDEMNIFICATION
6.1 All insurance required by this Agreement shall be maintained by Contractor for the duration
of the performance of the Services. Contractor shall not perform any Services pursuant to
this Agreement unless and until all required insurance listed below is obtained by Contractor.
Contractor shall provide City with certificates of insurance and endorsements evidencing
such insurance prior to commencement of the Services. All insurance policies shall include
a provision prohibiting cancellation of the policy except upon thirty(30)days prior written
notice to City.
6.2 Workers' Compensation and Employer's Liability,
A. Contractor shall secure and maintain Workers' Compensation and Employer's
Liability insurance throughout the duration of this Agreement in an amount which
meets the statutory requirement with an insurance carrier acceptable to City. The
insurance policy shall include a provision prohibiting cancellation of said policy
except upon thirty(30) days prior written notice to City.
B. Contractor expressly waives all rights to subrogation against City, its elected
officials, officers and employees for losses arising from work performed by
Contractor for City by expressly waiving Contractor's immunity for injuries to
Contractor's employees and agrees that the obligation to indemnify,defend and hold
harmless provided for in this Agreement extends to any claim brought by or on
behalf of any employee of Contractor. This waiver is mutually negotiated by the
Parties. This waiver shall not apply to any damage resulting from the sole
negligence of City, its agents and employees. To the extent any of the damages
referenced herein were caused by or resulted from the concurrent negligence of City,
its agents or employees, the obligations provided herein to indemnify. defend and
hold harmless and enforceable only to the extent of the negligence of Contractor, its
officers, agents and employees.
I
f a
C. Contractor shall sign the Worker's Compensation Insurance Certification attar
as Exhibit"C" to this Agreement. attached
6.3 Hold Harmless and Indemnification. Contractor shall indemnif y,hold harmless,armless,and defend
City and its elected officials, employees and agents from and against any and all claims,
losses or liability, including attorneys' fees, arising from injury or death to persons or
damage to property occasioned by any act, omission or failure to act by Contractor, its
officers, employees, and agents in performing the Services.
6.4 Assignment. Contractor is expressly prohibited from assigning any of the Services without
the express written consent of City. In the event of mutual agreement between Parties to
assign a portion of the Services, Contractor shall add the assignee as an additional insured
and provide City with the insurance endorsements prior to the performance of any services
by the assignee. Assignment does not include printing or other customary reimbursable
expenses that may be provided in this Agreement.
6.5 Comprehensive General Liability Insurance. Contractor shall secure and maintain in force
throughout the duration of the Agreement comprehensive general liability insurance with
carriers acceptable to City. Minimum coverage of one million dollars ($1,000,000) per
occurrence and two million dollars ($2,000,000) aggregate for public liability,
damage and personal injury is required. City shall be named as an additional insured the
insurance policy shall include a provision prohibiting cancellation of said policy except upon
thirty (30) days prior written notice to City. Such insurance shall be primary and non-
contributing to any insurance or self-insurance maintained by City. Certificates of insurance
and endorsements shall be delivered to City prior to commencement of work.
6.6 Business Auto Liability Insurance. Contractor shall have business auto 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 on the project,hired and non-owned vehicles,and employee
non-ownership vehicles. Such insurance shall be primary and non-contributing to any
insurance or self insurance maintained by City. City shall be named as an additional insured
and a certificate of liability insurance and endorsement shall be delivered to City prior to
commencement of the services.
ARTICLE 7 - GENERAL CONSIDERATIONS
7.1 Attorneys' Fees. 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 the recovery of its reasonable attorneys' fees, including fees for
in-house counsel of the Parties at rates prevailing in San Bernardino County, California.
7.2 Prohibition against Assignment. Contractor shall not assign any of the Services to be
performed under this Agreement,except with the prior written approval of City and in strict
compliance with the terms, provisions and conditions of this Agreement.
4
7 Documents and Records. All documents, records, drawings, designs, cost estimates,
electronic data files, databases, and other documents developed by Contractor pursuant to
this Agreement,and any copyright interest in such documents, shall become the property of
City and shall be delivered to City upon completion of the Services, or upon the request of
City. Any reuse of such documents and any use of incomplete documents will be at City's
sole risk.
7.4 Independent Contractor Status. Contractor is for all purposes an independent contractor.
Contractor shall supply all tools and instrumentalities required to perform the Services. All
personnel employed by Contractor 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.
7.5 Termination.
A. Unless earlier terminated, as provided for below, this Agreement shall terminate
upon completion and acceptance of the Services by City.
B. This Agreement may be terminated by City,in its sole discretion and without cause,
by providing five(5)business days prior written notice to Contractor(delivered by certified
mail, return receipt requested) of intent to terminate.
C. If this Agreement is terminated by City,an adjustment to Contractor's compensation
shall be made, but (1) no amount shall be allowed for anticipated profit or unperformed
services, and(2)any payment due Contractor at the time of termination may be adjusted to
the extent of any additional costs to City occasioned by any default by Contractor.
D. Upon receipt of a termination notice, Contractor shall immediately discontinue all
services affected, and within five (5) days of the date of the termination notice, deliver or
otherwise make available to City, copies (in both hard copy and electronic form, where
applicable) 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 required by this Agreement. Contractor shall be
compensated on a pro-rata basis for work completed up until notice of termination.
7.6 Books and Records. Contractor shall maintain books and accounts of all payroll costs and
expenses related to the Services. Such books shall be available at all reasonable times for
examination by City at the office of Contractor.
7.7 Entire Agreement. This Agreement,including the Exhibits incorporated herein by reference,
represents the entire agreement and understanding between the Parties as to the matters
contained herein,and any prior negotiations,written proposals or verbal agreements relating
to such matters are superseded by this Agreement. Any amendment to this Agreement shall
be in writing, approved by City and signed by City and Contractor.
5
O
7.8 Governing Law. This Agreement shall be governed by and construed in accordance with
the laws of the State of California.
IN WITNESS WHEREOF,duly authorized representatives of the parties have signed
in confirmation of this Agreement.
CITY OF REDLANDS REPUBLIC ELECTRIC
By By
.Ion Harrison, Mayor f
Attest:
t �
Cty�l?xk
6
i
EXHIBIT"A"
IWEIVED
Republic
Electric FEB h
February 14,2046
Rick Cross
City of Redlands
35 Cajon Street
Redlands,CA 92373
Job Name: Traffic Signal Maintenance
Mr.Cross:
As we discussed,here is the scope of work we perform when doing monthly maintenance.On items such as
Battery Backups, each manufacture has their own maintenance schedule that we follow, but basically each
month we will bypass the unit to make sure it activates and test the batteries to make sure they are charging.
On the issue of response time in our proposal page 16 we have stated that our re
nse time to Redlands
during normal business hours and during after hours would be one(1)hour.Most of the 'fume this would be
under one hour. In the list below, as we discussed items that need attention would not be done by Republic
Electric,but would be forwarded to yourself for city staff to correct.Ifyou would require Republic Electric to
make repairs,we would be pleased to do so.Any items
_ROUTINE 1VLAiNTFNANCE
• Visually inspect controller and cabinet for proper operation.
• Visually inspect signals for proper alignment.
• Visually inspect all vehicular and pedestrian signals for proper operation.
Check load switches
• Check relays.
• Check detector amplifiers and tune if needed.
• Check detector extensions.
• Check indictor
• Check and acture each pedestranpush button for proper
• Visually check for bent visors and b&ckplates.
• Manually record date and time m controller cabinet and send written confirmation of monthly inspection
with Redlatis, by Wwwction.
3-MONTH ROU'u rte'MA_�j'ENAN("E n additkrn to monthtvi
• Check the time setting and match with time sheet on solid
• state controllersVmWly mSP0d wa&v akg loop det+ ctm forPossible-=posed
wires,.
cracks• Vacuum and clean controller cabinet and contents.
and pot holes.
• Manually record inspection date and time in controller cabinet and said written confirmation of 3-month inspection
with recommendations to Redlands,by intersection.
• Check al pull boxes.Check all splices in pull box.
6-M4NTH ROUTINE NrAiNT1NAtvc'E tZn addldou to momthty And i.�,,,.,tn.�
• Chock controller cabinet fitter and replace if needed.
(714)535-0550 - Fax(714)535-0110 - 715 E. Debra Lane -
BOSTON Anaheim,CA 82845
- DALLAS - LOS ANGELES - SACRAMENTO - SAN FRANCISCO
• Check ground rod clamp and wire.
• Check wire schematics and records to make sure they are in the
cabin eL
• Check operation ofthe fan.
• Check operation of ground faun receptacle.
• Measure voltage at service inputs in cabinet and record.
• Visually check integrity of splices.
• Visually check for wear and function on electromechanical controllers.
• Manually record inspection date and time in controller cabinet and send written confinnation of 6-month inspection
with recommendations to Relands by intersection.
YEARLYROOTtNE iY1aiN'r'�ENANCE On addition to am 3 and 6-month)
• Check weatherproof gasket seal on controller cabinets.
• Check for water accumulation and duct sealant.
• Lubricate hinges and lock on controller cabinets.
• Check all connectors.
Manually record inspection date and time in controller cabint and semi written confirmation of yearly inspection with
recommendations to Redlands by intersection.
(714)535-0550 - Fax(714)535-0110 - 715 E.Debra Larne - Anaheim, CA 92805
BOSTON - DALLAS - LOS ANGELES - SACRAMENTO - SAN FRANCISCO}
EXHIBIT`B"
RATE SCHEDULE
Republic
Electric
Rick Cross
City of Redlands
35 Cajon Street
Redlands,CA 92373
Re: Interim Traffic Signal Maintenance
Mr. Cross:
We offer to perform interim routine traffic signal maintenance on 61 intersections in the city of
Redlands through June 30,2006,at the rate given in our proposal. These rates are negotiable as well
as the term period
Monthly Maintenance per intersection $ 59.00 X 61= $3,599.00
Monthly Maintenance on BBU System$5.00 X61= $305.00
Total Monthly cost. $3,9(4.00
This offer shall expire 60 days from the date hereof and may be withdrawn by us at any time prior
thereto with or without notice. This offer supersedes any prior offers, commitment or orders,
contains all terns, conditions and warranties and when accepted, constitutes the entire contract
between the parties. The resulting contract shall not be modified except by formal written
amendment. This offer shall be accepted by delivery of a copy of tins offer duly signed by you in
the space provided below.
Sincerely
RECEIVED
Ken Harris JAN 2 4 2006
General Manager Socal
Republic Electric C WORKS
(714)535-0550 - Fax(714)535-0110 - 715 E.Debra Lane - Anaheim,CA 92805
BOSTON - DALLAS - Los ANGELES . SACRAM[ENPO - SAN FRANCISCO
Redlands TS Maintenance 1/6/2006
Proposed Pricing
Description
Month Maintenance intersection 59.00
Month Mainrtenance BBU Systems 5.00
Labor Rates Regular 1.5
Time Time
rField
ction Forman $75.00 $112.50
Construction S' nalman $68 $102 00
al S 'sor $68.� $102.00
hnician $75.00 $112.50
chnician $68.00 $1021 41 -.00
Regular time is from 7:30AM to 4:OOPM Monday thru Friday. 1.5 and Double time determined
based on prevailing wage requirements and labor laws for the state of California.
Equipment Rates
Boom Truck assume means crane) $50
Bucket Truck $25.00
.00
Man Lift $25 �
Service Truck $20.00
Com essor $15.00
Saw cutti r linear foot 1 50
Compensation Rates
Detector L Replacement 6X6 $375.00
Detector L -Replacement V diameter $375.00
Paint Controller Capt $325.00
Paint Signal Heads and Baric ate $50.00
CMU Testi Per Location $5 00
Mark up on Materials 15.00°�6
I
a
i
a
1
I
I EXHIBIT"C"
WORKERS' COMPENSATION INSURANCE CERTIFICATION
Contract No.101302-5880-02-06
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.
(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 contract. (Labor Code §1861).
Date
Name of Contractor
S' nature of Authorized.Agent
09!atol*pvsTitle
Contractor's License No.