Loading...
HomeMy WebLinkAbout2012-007 Pickard and Butters Transit Center CITY OF ATASCADERO 1 x.. \ m CONTRACT FOR PICKARD AND BUTTERS CONSTRUCTION, INC. for ATASCADERO TRANSIT CENTER l r 119 fr , nm, F: 19?8� CONTRACTOR SERVICES AGREEMENT FOR THE CITY OF ATASCADERO PICKARD AND BUTTERS CONSTRUCTION, INC. THIS CONTRACT is made and entered into between City of Atascadero, a Municipal Corporation ("City'), and Pickard and Butters Construction, Inc. ("Contractor"). City and Contractor agree as follows: I. SCOPE AND STANDARDS: A. CONTRACT. Contractor shall do all work, attend all meetings, produce all reports and carry out all activities necessary to complete the services described in the SCOPE OF WORK AND STANDARDS FOR SERVICES, attached hereto and incorporated herein by this reference as Exhibit A, as requested by the City. This Contract and its exhibits shall be known as the "Contract Documents." Terms set forth in any Contract Document shall be deemed to be incorporated in all Contract Documents as if set forth in full therein. 2. EMPLOYMENT STATUS OF PERSONNEL: A. INDEPENDENT CONTRACTOR; EMPLOYEES OF CONTRACTOR. Contractor enters into this Contract as, and shall at all times remain as to the City, an independent contractor and not as an employee of the City. Nothing in this Contract shall be construed to be inconsistent with this relationship or status. Any pet-sons employed by Contractor for the pet1onnance of services pursuant to this Contract shall remain employees of Contractor, shall at all times be under the direction and control of Contractor, and shall not be considered ernployees of City. All persons employed by Contractor to perform services pursuant to this Contract shall be entitled solely to the right and privileges afforded to Contractor employees and shall not be entitled, as a result of providing services hereunder, to any additional rights or privileges that may be afforded to City employees. rev 5/1/06 1 792119.3 : City of Atascadero Pickard and Butters Construction, Inc. B. INDEPENDENT INVESTIGATION. The Contractor agrees and hereby represents it has satisfied itself by its own investigation and research regarding the conditions affecting the work to be done and labor and materials needed, and that its decision to execute this Contract is based on such independent investigation and research. C. COMPLIANCE WITH EMPLOYMENT LAWS. The Contractor shall keep itself fully informed of, shall observe and comply with, and shall cause any and all persons, firms or corporations employed by it or under its control to observe and comply with, applicable federal, state, county and municipal laws, ordinances, regulations, orders and decrees which in any manner affect those engaged or employed on the work described by this Contract or the materials used or which in any way affect the conduct of the work. D. UNLAWFUL DISCRIMINATION PROHIBITED. Contractor shall not engage in unlawful employment discrimination. Such unlawful employment discrimination includes, but is not limited to, employment discrimination based upon a person's race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, gender, citizenship or sexual orientation. 3. TIME OF PERFORMANCE: The services of Contractor are to commence upon execution of this Contract by City, and shall be undertaken and completed in a prompt and timely manner, in accordance with the Scope of Work referenced in Exhibit A. Except as provided in Sections 6 and 19 below, this Contract shall terminate no later than June 1 , 2013, unless extended by the mutual agreement of both parties. 4. COMPENSATION: A. TERMS. Compensation to the Contractor shall be as set forth in Exhibit B attached hereto and made a part hereof. B. NO PAY FOR ADDITIONAL SERVICES WITHOUT WRITING. Contractor shall not be compensated for any services rendered in connection with its performance of this Contract, which are in addition to those set forth herein or listed in Exhibit A, unless such additional services are authorized in advance and in writing by the City Manager or the City Manager's designee (hereinafter "City Manager" shall include the City Manager's designee). Contractor shall be compensated for any additional services in the amounts and in the manner as agreed to by the City and Contractor at the time City's express written authorization signed by the City Manager is given to Contractor for the performance of said services. rev 5/1/06 2 702119.3 City cif Atascadero Pickard and Butters Construction, Inc. 5. SUPERVISION, LABOR AGREEMENTS AND PERSONNEL: A. CONTRACTOR SUPERVISES PERSONNEL, The Contractor shall have the responsibility for supervising the services provided under this Contract, hiring of personnel, establishing standards of performance, assignment of personnel, determining and affecting discipline, determining required training, maintaining personnel files, and other matters relating to the performance of services and control of personnel. The City Manager may use any reasonable means to monitor performance and the Contractor shall comply with the City's Manager's request to monitor performance. B. PERFORMANCE NOT SUBJECT TO EMPLOYMENT AGREEMENTS, The City acknowledges that the Contractor may be obligated to comply with bargaining agreements and/or other agreements with employees and that the Contractor is legally obligated to comply with these Contracts. It is expressly the intent of the parties and it is agreed by the parties that the Contractor's performance shall not in any manner be subject to any bargaining agreement(s) or any other agreement(s) the Contractor may have covering and/or with is employees. C. APPROVAL OF STAFF MEMBERS. Contractor shall make every reasonable effort to maintain the stability and continuity of Contractor's staff assigned to perform the services required under this Contract. Contractor shall notify City of any changes in Contractor's staff to be assigned to perform the services required under this Contract and shall obtain the approval of the City Manager of a list of all proposed staff members who are to be assigned to perform services under this Contract prior to any such performance. 6. TERMINATION: A. 30 DAYS NOTICE, The City, upon thirty (30) days written notice, may terminate this Contract, without cause, at any time. In the event of such termination, Contractor shall be compensated for non-disputed fees under the terms of this Contract up to the date of termination. B. OBLIGATIONS SURVIVE TERMINATION. Notwithstanding any termination of this Contract, Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of this Contract by Contractor, and the City may withhold any payments due to Contractor until such time as the exact amount of damages, if any, due the City from Contractor is determined. All of the indemnification, defense and hold harmless obligations in this Contract shall survive termination. The obligations of the Surety on the Faithful Performance Bond shall survive the termination of this Contract. rev 5/1/06 3 792119.3 City of Atascadero Pickard and Butters Construction, Inc. 7. CHANGES: The City or Contractor may, from time to time, request changes in the scope of the services of Contractor to be performed hereunder. Such changes, including any increase or decrease in the amount of Contractor's compensation and/or changes in the schedule must be authorized in advance by both Parties in writing. Mutually agreed changes shall be incorporated in written amendments to this Contract. Any increase in the amount of Contractor's compensation and/or changes in Exhibit A and or Exhibit B must be authorized in advance by the City Manager. 8. PROPERTY OF CITY: A. MATERIALS PREPARED EXCLUSIVE PROPERTY OF CITY. It is mutually agreed that all materials prepared by the Contractor under this Contract are upon creation and shall be at all times the exclusive property of the City, and the Contractor shall have no property right therein whatsoever. City agrees that Contractor shall bear no responsibility for any reuse of the materials prepared by the Contractor if used for purposes other than those expressly set forth in the intended Use of Contractor's Products and Materials section of this Contract. Contractor shall not disseminate any information or reports gathered or created pursuant to this Contract without the prior written approval of City including without limitation information or reports required by government agencies to enable Contractor to perform its duties under this Contract and as may be required under the California Public Records Act excepting therefrom as may be provided by court order. Contractor will be allowed to retain copies of all deliverables. B. CONTRACTOR TO DELIVER CITY PROPERTY. Immediately upon termination, or upon the request by the City, the City shall be entitled to, and the Contractor shall deliver to the City, all data, drawings, specifications, reports, estimates, summaries and other such materials and property of the City as may have been prepared or accumulated to date by the Contractor in performing this Contract. Contractor will be allowed to retain copies of all deliverables to the City. 9. CONFLICTS OF INTEREST: A. CONTRACTOR covenants that neither it, nor any officer or principal of its firm, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in anyway hinder Contractor's performance of services under this Contract. Contractor further covenants that in the performance of this Contract, Contractor shall take reasonable care to ensure that no person having any such interest shall be employed by it as an officer, employee, agent or subcontractor without the express written consent of the City Manager. Contractor agrees to at all times avoid conflicts of interest or the appearance of any conflicts of interest with the interests of City in the performance of this Contract. Contractor agrees to include language similar to this Section 9(A) in all contracts with subcontractors and agents for the work contemplated herein. rev 5/1/06 4 7921 19.3 t City of Atascadero r �� Pickard and Butters Construction, Inc. 10. CONFIDENTIAL INFORMATION: A. ALL INFORMATION KEPT IN CONFIDENCE. All materials prepared or assembled by Contractor pursuant to performance of this Contract are confidential and Contractor agrees that they shall not be made available to any individual or organization without the prior written approval of the City, except by court order. B. REIMBURSEMENT FOR UNAUTHORIZED RELEASE, If Contractor or any of its officers, employees, or subcontractors does voluntarily provide information in violation of this Contract, the City has the right to reimbursement and indemnity from party releasing such information for any damages caused by the releasing party's, including the non-releasing party's attorney's fees and disbursements, including without limitation expert's fees and disbursements. C. COOPERATION. City and Contractor shall promptly notify the other party should Contractor or City, its officers, employees, agents, or subcontractors be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions or other discovery request, court order or subpoena from any party regarding this Contract and the work performed thereunder or with respect to any project or property located within the City. City and Contractor each retains the right, but has no obligation, to represent the other party and/or be present at any deposition, hearing or similar proceeding. Contractor and City agree to cooperate fully with the other party and to provide the other party with the opportunity to review any response to discovery requests provided by Contractor or City. However, City and Contractor's right to review any such response does not imply or mean the right by the other party to control, direct, or rewrite said response. 11. PROVISION OF LABOR, EQUIPMENT AND SUPPLIES: A. CONTRACTOR PROPERTY. Contractor shall furnish all necessary labor, supervision, equipment, communications facilities, and supplies necessary to perform the services required by this Contract except as set forth in Exhibit C. City acknowledges that all equipment and other tangible assets used by Contractor in providing these services are the property of Contractor and shall remain the property of Contractor upon termination of this Contract. B. SPECIAL SUPPLIES. City shall be responsible for supplying any special supplies, stationary, notices, forms or similar items that it requires to be issued with a City logo. All such items shall be approved by the City Manager and shall be provided at City's sole cost and expense. rcv 5/1/06 5 792119.3 City of Ataseadero Pickard and Butters Construction, Inc. 12. COMPLIANCE WITH LAW: A. COMPLIANCE REQUIRED. Contractor shall keep itself informed of applicable local, state, and federal laws and regulations which may affect those employed by it or in any way affect the performance of its services pursuant to this Contract. Contractor shall observe and comply with all applicable laws, ordinances, regulations and codes of federal, state and local governments, and shall commit no trespass on any public or private property in performing any of the work authorized by this Contract. Contractor shall at all times hold a valid contractor's license if performing any function or activity for which a license is required pursuant to Chapter 9 (commencing with section 7000) of Division 3 of the California Business and Professions Code, and Contractor shall provide a copy of the license(s) upon the request of the City. The City, its officials, officers, elected officials, appointed officials and employees shall not be liable at law or in equity as a result of any failure of contractor to comply with this section. B. PREVAILING WAGES. The Contractor is required to pay prevailing wages for the work performed under this Agreement. The Contractor shall pay all penalties and wages as required by applicable law. 13. SUBCONTRACTING: None of the services covered by this Contract shall be subcontracted without the prior written consent of the City Manager. Contractor shall be as fully responsible to the City for the negligent acts and omissions of its contractors and subcontractors, and of persons either directly or indirectly employed by them, as it is for the negligent acts and omissions of persons directly employed by Contractor. 14. ASSIGNABILITY: Contractor shall not assign or transfer any interest in this Contract whether by assignment or notation. However, claims for money due or to become due Contractor from the City under this Contract may be assigned to a financial institution, but only with prior written consent of the City Manager. Notice of any assignment or transfer whether voluntary or involuntary shall be furnished promptly to the City. The rights and benefits under this agreement are for the sole and exclusive benefit of the City and this Contract shall not be construed that any third party has an interest in the Contract. 15, LIABILITY OF CONTRACTOR: Contractor shall be responsible for performing the work under this Contract in a manner which is consistent with the generally accepted standards of Contractor's profession and shall be liable for its own negligence and the negligent acts of its employees, agents, contractors and subcontractors. The City shall have no right of control over the manner in which the work is to be done but only as to its outcome, and shall not be charged with the responsibility of preventing risk to Contractor or its employees, agents, contractors or subcontractors. rev 5/1!06 6 792119.3 X* . City-of Atascadero Pickard and Butters Construction, Inc. 17. INDEMNIFICATION: A. INDEMNIFICATION FOR PROFESSIONAL LIABILITY. When the law establishes a professional standard of care for Contractor's Services, to the fullest extent permitted by law, Contractor shall indemnify, protect, defend and hold harmless City and any and all of its officials, employees and agents ("Indemnified Parties") from and against any and all losses, liabilities, damages, costs and expenses, including attorney's fees and costs to the extent same are caused in whole or in part by any negligence, or wrongful act, error or omission of Contractor, willful misconduct, or recklessness of its officers, agents, employees or subcontractors (or any entity or individual that Contractor shall bear the legal liability thereof) in the performance of professional services under this agreement. B. INDEMNIFICATION FOR OTHER THAN PROFESSIONAL LIABILITY. Other than in the performance of professional services and to the full extent permitted by law, Contractor shall indemnify, defend and hold harmless City, and any and all of its employees, officials and agents from and against any liability (including liability for claims, suits, actions, arbitration proceedings, administrative proceedings, regulatory proceedings, losses, expenses or costs of any kind, whether actual, alleged or threatened, including attorney's fees and costs, court costs, interest, defense costs, and expert witness fees), where the same arise out of, are a consequence of, or are in any way attributable to, in whole or in part, the performance of this Agreement by Contractor or by any individual or entity for which contractor is legally liable, including but not limited to officers, agents, employees or subcontractors of Contractor. C. GENERAL INDEMNIFICATION PROVISIONS. Contractor agrees to obtain executed indemnity agreements with provisions identical to those set forth here in this section for each and every subcontractor or any other person or entity involved by, for, with or on behalf of Contractor in the performance of this agreement. In the event contractor fails to obtain such indemnity obligations from others as required here, Contractor agrees to be fully responsible according to the terms of this section. Failure of City to monitor compliance with these requirements imposes no additional obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to indemnify and defend City as set forth here is binding on the successor, assigns or heirs of Contractor and shall survive the termination of this agreement or this section. D. INDEMNITY PROVISIONS FOR CONTACTS RELATED TO CONSTRUCTION. Without affecting the rights of City under any provision of this agreement, Contractor shall not be required to indemnify and hold harmless City of liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City's active negligence accounts for only a percentage of the liability involved, the obligation of contractor will be for that entire portion or percentage of liability not attributable to the active negligence of City. rev 5/1/06 7 7921193 tet'k''i az- City of Atascadero '' Pickard and Butters Construction, Inc. ' 18. INSURANCE: Contractor shall maintain prior to the beginning of and for the duration of this Agreement insurance coverage as specified in Exhibit E attached to and part of this agreement. 19. RECORDS: Contractor shall maintain complete and accurate records with respect to labor costs, material expenses, parcels abated or serviced and other such information required by City that relates to the performance of services under this Contract. Contractor shall maintain adequate records of services provided in sufficient detail to permit an evaluation of services. All such records shall be maintained in accordance with generally accepted accounting principles and shall be clearly identified and readily accessible and in a form acceptable to the City, which the City may specify and change from time to time. Contractor shall provide free access to the representatives of City or its designees, at reasonable times, to such books and records, shall give City the right to examine and audit said books and records, shall permit City to make transcripts therefrom as necessary, and shall allow inspection of all work, data, documents, proceedings, and activities related to this Contract. Such records, together with supporting documents, shall be maintained for a period of three (3) years after receipt of final payment. 20. MISCELLANEOUS PROVISIONS: A. ASSIGNMENT OR SUBSTITUTION. City has a NONDISCRIMINATION / NONPREFERENTIAL TREATMENT STATEMENT In performing this Contract, the parties shall not discriminate or grant preferential treatment on the basis of race, sex, color, age, religion, sexual orientation, disability, ethnicity, or national origin, and shall comply to the fullest extent allowed by law, with all applicable local, state, and federal laws relating to nondiscrimination. B. UNAUTHORIZED ALIENS. Contractor hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act (8 U.S.C.A. & 1101 et seq.), as amended; and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Contractor so employ such unauthorized aliens for the performance of work and/or services covered by this contract, and should the Federal Government impose sanctions against the City for such use of unauthorized aliens, Contractor hereby agrees to, and shall, reimburse City for the cost of all such sanctions imposed, together with any and all costs, including attorneys' fees, incurred by the City in connection therewith. C. GOVERNING LAW, The City and Contractor understand and agree that the laws of the State of California shall govern the rights, obligations, duties, and liabilities of the parties to this Contract and also govern the interpretation of this Contract. Any litigation concerning this Contract shall take place in the San Luis Obispo Superior Court, federal diversity jurisdiction being expressly waived. rev 5/1/06 g 792119.3 1f N City of Atascadero g axa5+arr gq:4:.' Pickard and Butters Construction,In.c. D. City has an interest in the qualifications of and capability of the persons and entities that will fulfill the duties and obligations imposed upon Contractor by this Contract. In recognition of that interest, neither any complete nor partial assignment of this Contract, may be made by Contractor nor changed, substituted for, deleted, or added to without the prior written consent of City which consent shall not be unreasonably withheld. Any attempted assignment or substitution shall be ineffective, null, and void, and constitute a material breach of this Contract entitling City to any and all remedies at law or in equity, including summary termination of this Contract. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Contract. E. ENTIRE CONTRACT. This Contract constitutes the entire Contract and understanding between the parties relative to the services specified herein and there are no understandings, agreements, conditions, representations, warranties or promises, with respect to this Contract, except those contained in or referred to in this Contract and this Contract supersedes all prior understandings, agreements, courses of conduct, prior dealings among the parties and documentation of any kind without limitation. P. AMENDMENTS. This Contract may be modified or amended, or any of its provisions waived, only by a subsequent written agreement executed by each of the parties. The panties agree that this requirement for written modifications cannot be waived and any attempted waiver shall be void. G. CONSTRUCTION AND INTERPRETATION. Contractor and City agree and acknowledge that the provisions of this Contract have been arrived at through negotiation and that each party has had a full and fair opportunity to revise the provisions of this Contract and to have such provisions reviewed by legal counsel. Therefore, any ambiguities in construing or interpreting this Contract shall not be resolved against the drafting party. The titles of the various sections are merely informational and shall not be construed as a substantive portion of this Contract. H. WAIVER. The waiver at any time by any party of any of its rights with respect to a default or other matter arising in connection with this Contract shall not be deemed a wavier with respect to any subsequent default or other matter. I. SEVERABILITY. The invalidity, illegality or unenforceability, of any provision of this Contract shall not render the other provisions invalid, illegal or unenforceable. rev 5/1/06 9 7921.19.3 .. of'.a i ^N¢'•.. City of Atascadero s Pickard and Betters Construction, Inc. J. NOTICES. All invoices, payments, notices, demands, requests, comments, or approvals that are required to be given by one party to the other under this Contract shall be in writing and shall be deemed to have been given if delivered personally or enclosed in a properly addressed envelope and deposited in a United States Post Office for delivery by registered or certified mail addressed to the parties (deemed to have been received three (3) business days after deposit in the U.S. Mail) at the following addresses: City: City of Atascadero Director of Public Works 6907 EI Camino Real Atascadero, CA 93422 Contractor: Pickard and Butters Construction, Inc. 12805 Salinas Road Atascadero, CA 93422 Each party may change the address at which it gives notice by giving ten (10) days advance, written notice to the other party. K. AUTHORITY TO EXECUTE. The person or persons executing this Contract on behalf of Contractor warrant and represent that they have the authority to execute this Contract on behalf of their Company and further'wa`rrant`and represent that they have the authority to bind. Contractor to the performance of its obligations hereunder. Effective this day of VI 2012 by the parties as follows, Approved as to form: Pickard and Butters Construction, Inc. By: ¢ ,► Counsel for contractor Mark A. Butters, President Approved as to form: CITY OF ATASCADERO J�• � By. � By. Brian Pieri k, City Attorney Wade c in ey, City Manager 13 rev 5/1/06 10 792119.3 CERTIFICATE OF COMPLIANCE WITH LABOR CODE § 3700 1 am aware of the provisions of Section 3700 of the Labor Code which require 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 have complied or will comply with such provisions before commencing the performance of the work of this contract. (Cal. Labor C. §§1860, 1861) CONTRACTOR Mark A. Butters, President Pickard and Butters Construction, Inc. rev 5/1/06 11 792119.3 CONTRACTOR ACKNOWLEDGEMENT OF LABOR CODE REQUIREMENTS Contractor acknowledges that under California labor code sections 1810 and following, 8 hours of labor constitutes a legal day's work. Contractor will forfeit as a penalty to city the sum of $25.00 for each worker employed in the execution of this contract by contractor or any subcontractor for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions of labor code section 1810. (labor code § 1813) Copies of the determination of the director of the department of industrial relations of the prevailing rate of per diem wages for each craft, classification or type of worker needed to execute this contract will be on file in, and available at, the office of the director at 6907 el Camino real, Atascadero, ca. Wage determinations are also available online at www.dir,ca.gov/dlsr/pwd/southern.htmi. Contractor shall post at the work site, or if there is no regular work site then at its principal office, for the duration of the contract, a copy of the determination by the director of the department of industrial relations of the specified prevailing rate of per diem wages. (Labor code § 1773.2.) Contractor, and any subcontractor engaged by contractor, shall pay not less than the specified prevailing rate of per diem wages to all workers employed in the execution of the contract. (Labor code § 1774.) Contractor is responsible for compliance with labor code section 1776 relative to the retention and inspection of payroll records. Contractor shall comply with all provisions of labor code section 1775. Under section 1775, contractor may forfeit as a penalty to city up to $50.00 for each worker employed in the execution of the contract by contractor or any subcontractor for each calendar day, or portion thereof, in which the worker is paid less than the prevailing rates. Contractor may also be liable to pay the difference between the prevailing wage rates and the amount paid to each worker for each calendar day, or portion thereof, for which each worker was paid less than the prevailing wage rate. Nothing in this contract prevents contractor or any subcontractor from employing properly registered apprentices in the execution of the contract. Contractor is responsible for compliance with labor code section 1777.5 for all apprenticeable occupations. This statute requires that contractors and subcontractors must submit contract award information to the applicable joint apprenticeship committee, must employ apprentices in apprenticeable occupations in a ratio of not less than one hour of apprentice's work for every five hours of labor performed by a journeyman (unless an exception is granted under § 1777.5), must contribute to the fund or funds in each craft or trade or a like amount to the California apprenticeship council, and that contractors and subcontractors must not discriminate among otherwise qualified employees as apprentices solely on the ground of sex, race, religion, creed, national origin, ancestry or color. Only apprentices defined in labor code sections 3077, who are in training under apprenticeship standards and who have written apprentice contracts, may be employed on public works in apprenticeable occupations. Contractor Mark A. Butters, President rev 3/1/06 12 792119.3 EXHIBIT A Scope of Work All work performed shall comply with the engineering plans and specifications instructions, per bid package Atascadero Transit Center (Rebid), Bid No. 20,12- 004, hereby incorporated by reference. Thte, project primarily consists of the installation of angled curb cuts, signage, lighting and paving passenger shelters, benches, trash cans, street trees, route map and schedule kiosks, decorative retaining walls and a paver pathway to the City Hall Annex and Colony Square. Per the specifications, the contractor shall diligently prosecute the work to completion before the expiration of 50 working days after the Notice to Proceed has been issued. It is agreed by the parties to the Contract that in case all the work called for under the Contract is not completed before or upon the expiration of the time limit as set forth in these specifications, damage will be sustained by the City, and that it is and will be impracticable to determine the actual damage which the City will sustain, in the event of any, by reason of such delay-, and it is therefore agreed that Contractor will pay to the City the sum of Five Hundred dollars ($500) per day for each and every calendar day delay beyond the time prescribed to complete the work-, and, Contractor agrees to pay such Liquidated Damages as herein provided, and in case the same are not paid, agrees that the City may deduct the amount thereof from any moneys due or that may become due Contractor under the contract. The Contractor shall not be assessed with Liquidated Damages, nor the costs of engineering and inspection during any delay in the completion of the work caused by acts of the federal government or the public enemy, or acts of God, fire, floods, epidemics, severe weather, or delays of subcontractors due to such causes, provided that the Contractor shall, within ten (10) days from the beginning of such delay, notify the City Engineer in writing of the cause of delay, who shall ascertain the facts and extent of the delay, and his finding of the facts thereon shall be final and conclusive. rev 5/1/06 A-1 792119.3 QU)SUEN!1TTAL FORM#2 OF 16 Bid No. 2012-004— (Reebid) ATASCADERO TRANSIT CENTER—BID SHEET THE CONTRACT"WILL BE AWARDED BASED ON Tl-#E BASF 31D PR;CE' �I _ � is• f � yij OF ! DESC. P €C€ vALtS: C . tlATITEhiN ::TC2TAt:: 3 ,i..�..............._..-....�_..:......:......... ... COST -fACC __._.,. 4tGE n.. 1 r tilt:Stl?r7:atirh'1LS _�! _i_f f-atfir,Control 5:Corrslmdion Area Sci rzwcSz._...._._..__:.w s Demolition sr Tref,Rk-3�tova€ --- ;� ��_+ i_S ~ e�sb c3++ w_ ---__ r 4 t Water Poll, tion C:r r-trcl Plan �� t't 7' -� r .?..r:..,:.r: i.tV 1. .....w...:a7:.:'.:•:.'.t:.\::•::.`.:.:'.fJ:i':'• 5 ?rattit.50.,irrt.Siofola e and€�:igf*ings _- w Rent o Y Exis'Ung Manhole Framr,and Cover and 7 l Set hater Valve(,overs to Finished Grade --?--7 EA 3 Set Survey Fl onwnertt Covors to Finished C:>rane i EA µ �3� New;errtporary sand Tmp in Existing Sewergon i IL Not tAx As halt Paavut }may T't) 1=>-- —-Sturt y seat 7�33f3S _.-_._ _..__ _ !' 1.", I Rett- to Existing 3ackflow fJevire(2"j_._,...,...._._... �� _.......,-...., -._....- _ . ., ._.._._... w— ..... .. 14 ' Concrete Esus A rcn j ! 2C-a) S€ h 7 — I.__...... ._............... P_____�_ .._._.._..._ _ fe t Crit&Gutter. . c.4;� 'IF `F. _.._.,_.. ......_._ _ _ .._ !6 r.ir,.:at.Narking Lot r22;. LF -......... — ........._.__ Cif J il3:iSJSC {.;oncrele Sidewat!. SF 18—�,^,Cr'h,tiUrb f'..mps tih tnr.7c2te#Ctofttw Paved i 3 _...- 19 ` ADA Pamp VVIth'Curb and Handrails i t t S 3 2iJ CancTrete Paver Walk _..�... -__. ._.._._ _.... ':._.._tit n't`-.•i_ -3i./..x..'31" t t......1..---Y--:r 81itt �'�^l,;rd{`�'^:s 5"WICP 'l� ,�—i S3' — _:........,_.__.._.__..�___..._.._..:: -•---._��-.__._.._.__: -•:�,t y sett..l._....,�,.�._._..._..._..1.........._za;�,t _-�. 22 I Rela!stinr `Nall with Cap and Nasters_~- ; : 1 t.S C tP Retarrt;rty Wati {�'to 4.7'I itig€tt}w€tft f3strripr �.2_3'....:..n. Curb fisECF =:: ^ P ..... 24 i Pus S`'tcl€er with Custcrn.Feahir'a_s SV ; LS a_-?br_. = F3icyrhz Rac:t:s.E ity Standdr3 _ __ ._ EFi _..qq�__ so 4 YI 13 nchns(Steel,Powder Coat Amsh,Surfv-e I 27 I F cuitil _ _ FA Utter RecopCac!es ja _ —_�A��"�.���'� �'�..... 29 Tree Grate,, Decorative Bollards Precast n r (2.5'x2.5 "' ------.-.- —___ f } p 2 X553`• 7nt•.W ox q _ C� C. "tet ar n _ s __ 3 eat ..i2� —rs .L3o eE Tree bJells(with conc,Curb,r;tot pttrrier,Fee—�_._r._.,._____•.___. __..W_.. __, ._.__._..� 1. 3?_ _ ...�. ' ... .« •� « .-m ...- ._.�_._. .-_...... � iEA� IE CG` ._..._..... J a C" ?_• ( ! ------- rev 5/1/06 A-2 79211.9.3 R 34 S ;E;if l ,_•~:��:(/!�~_ YrEi F(i,raLIasriY!n W,a_n_tA-..._._n..._e_.,n_.._d_m_-_ee—r--l._s4`Y i�SF 3 jiNULriGal.) 513Of is ca ✓J},,;iUGs R - , iJlC:n.iCrarTEGY tp Ex��GzEDV Controller and _8 Meter' Ii f 4rk'a SF .,.. 1 O.� nt LiiiVS.— SV ILS ..'I If` ",t -':�t;•�io- - :1: �5: ,'44�.-t..: 'If 1 ::a' L, `3 ft°1G'AE�JC1`Et-'TFC li .. • tn-•y'trr-,;hYliCttYS-r'-{:nr'# f yre i :`.... r `s,- u. I.,r-'�¢:�'lY..,.•Y= E.:Y.}!',YinE{fSP,i,'.1)f:3_i._iV.t?_..�._iY.i�b:t IJi.:th -i'-- « 1_f AA rR: "YIs-usf.'I DESIGNATED SUBCONTRACTOR INFORMATION SHEET TNT corimictor sfiat set f0r-,�, sho - .! �§e Fan the "DerW4nated -ut,"the risme and of :Jt tP14*01-te and ev"all a ind of 'ad iicx4u�p p!lr?Ax-,r pelluffn work or labo., rr jl�gvkr io tto unclerslgn:-�d !'nnstru(tc4i fo lt> veork to hp,pi- -),I of V be dofie by,tij1d'orjyrad� �,,h 10 WOrk WP;ich iviii shalt be list3d by Ln n���p of itelli _ull item nu and b eiLe—lik Pie wntractor z 6-1 A S cif!nte'l 1.0 'Aulloll of these spled I Prnvisiorls' Name Ad df f-s s ,ly.tatc filone Wnibcrr rr. elf etnMiandress L*ense NamberniF1 0,0,5 Wr)s v 0 er" 13fif ar. -lount lidai No Ruin No Perf"ent Of itelil n0[ O=Vtion of Afcve' lten: 116, fn OrAbove leal ftern No Perce9z of Item Doffw-A,,Txxjiit l,.t rrs N tl Fion Rwe—Tg �7 0,&V-VLV Z .......... 'No per-coot of Item Dollar AmDunl Its t ffi-Cera ot item 6; a r;5n—'CQJ --tf adAgAsd Descripflon of A,it v-j korj CAUTIONI -APLETELY ACCURATELYAND EA—"-—UR9-M—F-1 U—TTHIS F Sid TO BE CP—NS—fQE E-0 NQWRESP 3rev 5/1/06 A-4 792119.3 Address rs ...�..,�'� t_., ;.m�.,:..". ,,� ,,✓� �Jam„ email ad,re = E 1t t i5�E3 rdUri' €lf ac,: i 7Sri iE? Ek:i't)S IC I1SaL t�t ' Item No r' e: ,;,rsfi itsia iia spar i,a*i:�uatt H ifier No, t'rrce t of ft.rpt Dollar Amro iii z �r'f>Cr'i:.Eii�? erfEXaL'P I ewd Da" e:! 9c IEe i _ is rata F._r:;rr_.ertt i"' y E{r C3 13 r'e"maunt: g �.::: ......., Item Ddu 1 E'tG rit r It rza 13 Amourt, I�t?,Cnpttatr t�fi��'4h�avE:l�.xr ttttsori:i!arr o �hrru�tler,i hem No a aal:k rAt;r,atrnt Item Na PeMent at Item { atl,.:IkrT;U;rnt Desr.,rititinn�f A�brivc� Item No Telex'."nt of Item 'A—'i t&i3nE Rertr No a e%�itE al ti.�sa� E�a4Ear F.rrot�urt- {�Gz rilatton of Above,item D§:sx;.rii#ion of if eve iitarar CAUTION! FAILURE TO FILL OU T"THIS FURP� CONIPt_ETELY ACCURATE1,Y AND l G€SL.Y 1�U#U# E»CA.ttE Yt3tlR L'IG"i O B CC3fSi.6Eif 20 3rev 5/1/06 A-5 792119.3 NOT E: This fcmi maybe e�plc tl c i n atit'1' l llssr tuts rc a jis.t i3}0s' ' 1lbC 1.ar ta; _ Nar ---�- _.. -_�_--. OM,ts I t}rylait address ­--_._....,�. �t`•ta�l<3::51�1C3$I�JP'6S Llrvf'tS�tdl Item No Eters} Cloliar Atn�iiuir 0eduJI ltfarr E+Ec 1`erc �t}t c}f#terra Dollar ber'#Ertlw. ,l t, . �t�.. e tleR!No F'erc^r}#of lteCrl ue11rarit€"f3til3C3t ltfi3tl3 hl4 C ::�sil}tltiri f AlWavn 'eg'tt t ti:ua t iaz a*of Alta ROM Rharl NoP r3t of.ltcirt Dollar Am6u�i_ Item No n pfior),A Above Item C3�SLrE itttlC3;fit i:l tk a Item . rrct;rrt'u#ltt'.'rZt Dollar Am uric ' M... .. .. Desv0plJon of�.l3cv�ttEtY� - } lgnaturs CAUTION! '6IL RE TO FILL OUT THIS FORS COrvleLETELY ACCURATEL1�Atop LEGIBLY E CAIIBE D R !!_ TO BE CE3P 5l iE EC► I+dCCtt�l f� 3 E 2S 3rev 5/1/06 A-6 792119.3 NOTE: INS tomi"lay be r produced and et��clled�:f�€tld this page lc�!;,?.mcrK g -j�......-._.se..'""'7• ...«.....-..amu..--.. L�.7 i , sr ! tC �• Slate, 41 Murri�.er -V_. ,.,•�,.�•--w.�..,,._.�... ratli�riitrss. _.. _.. _ .. ar-� - ._.,...::_..._ i Cwt Number ana ciassirm ions f ! $° 00 Tf;r6 No Percent of lterzs Dollar t;r;ur«t Item tsl€3 rrr; t�f Bern Dollar Yir ttstnf eiptrtr;Of A6oe!tern " escn�tirsrr z'�#��e �tF�trV ....,-.r...._..,..•..–......_,.,.�_._.�....�.....r iter f+t s f't3ri; .sit of Items Dollar Amount item tds� vprGerfit of flern D Cfe:w�tl�ti�a€'R�:soup l(ierrs ,� -----�-.;...•,._._�....��......_,m.m.....�,...... cr}kibn cf Atiuwt? Item, IZGk}€IYi7 Percent of Dollar ,.««.._f .L�,,,,� arr�*ricsuFkt Itert1Isio cwPer. t of��err3 l�c� ar ,�s t It em No ltwrn{tall rAmourrtT_ tte ." �af {MIM Dollar Airiourat _ .w} £ e .raptivti rsf ficsv tta[iz ___ .� 6esaipstlore of Abc tl—M—_ Bv 3i .cam t"s 'i mature t CAUTION! I I I I R FI C7U `CHIS FC3R 1# Ct7 €PI`I= ELY ACCURATELY. . IFR 1il.C.. CAUSI=Y'4CiAND R gi0 TQ I'E G4NIERE[3 t#E REP OSIVF 2# ' 3 3rev 5/1/06 A-7 792119.3 €�{ 1 h!s fi3 'rt m b 6?pr du% .a;arf 1 a[trii t ;Battu ld this page to%at wort Warne it. ,S�u3t , Kone Nu 'ttNum _ .. �._} w ane r E fT7n61 i41rFs5 _ .. " - t tCE t!> h1UfY1t3E 3` RLt Ct855�tis err r35. rSSL.'J`}.S1Mbe a�1 �.$3 a�iaft:3ti 1f35 r m ; ter _ ltcl-m 14,n F ercent of item Doa,,x Amort €tkrrr3 biz Peraaint o,Item. Dr t�Mount w .ka � t ti�}n #Agave tt - --°� -d L7 ari b3%.t, Refit t� €teff, to parcentia item em No. 'erccof MITI DollarAmount. f�t'}SL;�i�'r{tOtY f}s Abate€teil'L ,,,n��.� t��SSG�t{3ti4n iY1��Z:1V�o?tLCtt �T Item-No €'em>Mt-Of]. m 6-c)-f r At oun Item. No. r, : C i t €€t6 r! ��o€€df`Aml nt u t e"Mri of Abov6€ten? DeSCtIfifion of 1 2a 6i 1� `— Itet�t 1 PercEr t pf i€ein Dollar Afttwril. � � � ( -W, --� 1 cart NNo `ercenj v€€t.Evsn �xait�r A haunt t t flan of Abgve Item escnpt€cin of Above Item I' FAILURE TO FILL OUT THIS FORM CC31V€PL --ELY. ACCURAT N LEGIBLYd'ILL CAUSE YOUR BID TO BE C4t�StaEl�t f� �Q�_REStQt�S{�E f 21 F 3rev 5/1./06 A-8 79211.9.3 Tlr; Th IS rorM tray be r,fr odviced and Ivy: �;; .• ecf babltid Iftl's page'-a More subc:. Name''`'`rte`". .s �'� `'" 413,7als . --µ-•-•- City..S.. ��„tale,Zit+1r. '� ... _ ,..�� Number u.L.J.�'-"uw.�waw.�._.nm _Ar�'.� wy. /_ .... •-•,... '� � / Pho m u� r _.- mow__ 40 S.l+y�:tlse fstr,:fYi1K:r iTr7C1(x.3i�5•,`i�iCc'�32�1';�; ^--�'—"'.•.�._ " item��do P(tf.t•.-k ul{tens L�aflar'I�r�c;��nt f3a' np:=sin Ch�tl rArrrcxtn " tt-m.No r errAFit Of Item ajg�s gmourat ."� €;isc p#r+n R A ,,,-ttc m t lfsi No t'ere gni ref Iterrt Itom filo peraent o€111'.tn X71#ar ArzF�ac�nfi 04 Item Ite€ri I r. ar rrt of harts Da"rgr; unt item No Percent of!tarn lescrspticn cyf Above Itcrr,_ mow. v °— - _at of d s,inati r CAI.}MN? , .Lt ' E TO F1LL©l!3fS p_RM COMPLETELY ACCURATELY,4ND L1 tLL CAtlSYQ tE?TCS. {C t+ 6i3 IEEE t [?N-RSitIS[ 21 3rev 5/1/06 A-9 792119.3 EXHIBIT B Compensation and Method of Payment TOTAL COST OF CONTRACT NOT TO EXCEED $ 673,880.32 WITHOUT PRIOR WRITTEN AUTHORIZATION Please note that the contract amount differs slightly from the bid amount originally submitted due to errors in the extension of some line items on your bid sheet. Your original bid was $622,978.96 base bid and $50,880.00 for Alternate A. Corrections to the line items extensions based upon the unit price rectified the bid amounts to $623,010.82 and $50,869.50, for a total of $673,880.32. In accordance with the specifications when a discrepancy exists the unit price governs, therefore the contract amount reflects the correct bid total based upon the unit costs submitted. Services will be conducted on a fixed fee basis not to exceed the total contractual amount of the base bid and alternate A which total $673,880.32. This fee includes all work including but not limited to installation of angled curb cuts, signage, lighting and paving passenger shelters, benches, trash cans, street trees, route map and schedule kiosks, decorative retaining walls and a paver pathway to the City Hall Annex and Colony Square. Any additional services authorized by the City of Atascadero, not included in the scope of services as defined by this contract, must be approved in the form of a City of Atascadero Change Order prior to perfonning additional work. All additional work authorized by a City of Atascadero Change Order will be compensated at the same unit cost for the defined services as determined on the bidder's original bid sheet. Payments to the contractor in excess of the contract amount of $673,880.32 will not be made unless written authorization is executed prior to the date of the additional requested work. Any charges incurred outside of these contract terms will not be authorized for payment. This project is funded with State of California Proposition 113 funds and is subject to labor compliance by the State of California Department of Industrial Relations Compliance Monitoring Unit. All contractors and Subcontractors will be required to utilize electronic submittal of Certified Payroll Records through the eCPR online system. Payments will be made within 30 days after receipt and approval of invoice. 'No invoice will be approved prior to the submission and approval of certified payroll records. rev 5/1/06 13-1 792119.3 Final Payment A 5% retention will be held for thirty-five days after the Notice of Completion is filed with the County of San Luis Obispo. The retention will be released upon the City of Atascadero's final approval and the satisfactory completion of the project. Contractor agrees that the payment of the final amount due under the Contract is contingent upon Contractor furnishing a release of all claims against the City arising by virtue of this contract. Disputed contract claims in stated amounts may be specifically excluded by Contractor from the operation of the release. rev 5/1/06 B-2 792119.3 EXHIBIT C Items Provided by City When requested by the City Engineer, Contractor shall furnish, without charge, samples of all materials entering into the Work, and no materials shall be used prior to approval by the City Engineer. A. Compaction Control and Testing - The City will perform all soils testing work under the supervision of the City Engineer and employ the services of a soil testing laboratory to control and report upon the compaction in compacted embankments, structure backfill and excavation backfill. Should the compaction methods used fail to achieve the required degree of compaction, Contractor shall revise his methods to achieve the required compaction unless otherwise directed by the City Engineer. Contractor shall make all necessary excavations for test pits as directed by the City Engineer. Contractor shall refill and re--compact test pits to the densities specified in the Plans and Special Provisions. Contractor shall provide shoring or other safety measures as required for testing. B. Payment - The City will pay the costs for the initial compaction tests. If any tests do not meet the requirements of these specifications, Contractor shall pay the costs of the retests until the specified compaction is obtained. Full compensation for conforming to the requirements of this section, including excavation, shoring and backfilling of test pits shall be considered as included in the contract price paid for the item of work to which it is appurtenant and no additional compensation shall be allowed therefor. rev 5/1/06 C-1 792119.3 EXHIBIT D Location Schedule mo \ W:. �t _ '�'�3'Ci ..•... ,4k.. 3• yrs _`"_ h ,` y 5;J � �'�� 3� ��.� � �. :5�54'��'`�;, Capistrano Avenue, Atascadero California rev 5/1/06 D-1 792119.3 EXHIBIT E Insurance Requirements INSURANCE REQUIREMENTS FOR CONTRACTORS Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the Contractor, his agents, representatives, employees or subcontractors. Minimum Scope of Insurance Coverage shall be at least as broad as: I. Insurance Services Office Commercial General Liability coverage(occurrence form CG 0001). 2. Insurance Services Office Form Number CA 0001 covering Automobile Liability, code 1 (any auto) 3. Workers' Compensation insurance as required by the State of California and Employer's Liability insurance (for lessees with employees). Minimum Limits of Insurance Lessee shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability $1,000,000 per accident for bodily injury or disease. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Lessee shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations,claim administration and defense expenses. rev 5/1/06 E-1 792119.3 Other Insurance Provisions The general liability and automobile }policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees and volunteers are to be covered as insureds with respect to liability arising out of automobiles owned, leased, hired or borrowed.on behalf of the contractor; and with respect toliability arising out of work or operations performed by on on behalf of the Contractor including materials, parts or equipment ftimished in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the Contractor's insurance or as a separate owner's policy (CG 20 1.0 11 85) 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers; officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 3. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. 4. Coverage shall not extend to any indemnity coverage for the active negligence of the additional insured in any case where an agreement to indemnify the additional insured would be invalid under Subdivision(b)of Section 2782 of the Civil Code. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than.ANII. Additional Insured The City of Atascad.ero will to be added to the policy as Additional Insured by endorsement, adding the City's name to the Certificate of Insurance is not sufficient and will not be accepted. Verification of Coverage Contractor shall fiirnish the City with original certificates acid amendatory endorsements effecting coverage required by this clause. The endorsements should be on forms provided by the City or on other than the City's forms, provided those endorsements or policies conform to the requirements. All certificates and endorsements are to be received and approved by the City before work commences. Th.e City reserves the right to require complete, certified copies of all required insurance policies, including endorsements effecting the coverage required by these specifications at any time. Subcontractors Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 658615.1 DRAFT 06/4/014:33 PM E-2 Y } City of Atescadero Pickard and thi ters Construction,hle. r { J, NOTICCS, All Invoir4.�s,pityrraetats,notices,demands,requests,comments,or apprayaIs that arr required to be given by one patty to the other under•this Contract shall be in venting and shall be charred to havo been given if delivered personally or'encicsed In a properly addressed envelope and deposited In a united States Post Of ke for delivery by regist4fed or certified mall addressed to the parties(deemed to have been rec ohmd three(3) busaasss days afterdepaait in the U.S.Mail)at the following addresses: CRY: City of Atascadero Director Of PLIblic Works 6907 lel Carnirin Real t Atascadem,GA t11342.2 Contractor. Pickard and Butters+C>onstruction,Inc. .t 12606 Salinas Road i Atrasc:adero.CA 93422 x . Each tarty may charQe the address at which it dives notices by giving ton(t 0)days advadce,written notice,to the otter party.. • K,A{.JTHf�f�lTY TO EXECUTE The person or persons executing this Contract on behalf c># Controctor warrant and represent that they have the authority to execute this Contract on behalf of their Company and further warrant and represent that they have the authority to taint Contractor to the performance,of its obiiOations hanrttnder. t -T' µ Effective this-L,---.day of „• ,,20112 by the parties as follows.. s 6 Approved as to foram. Pickard and Butters Construction,Inc. t Counsel(dr contras rr c, f toter&k,Su t[ers,Prnicteret 5. S Approved as to fonw, CITY OF ATASCA[EEO f Sdan C'ierik,City Attorney Wade McKinney,City Manager F ftV VIAS 3