Geo Struc Engineering, Inc. A2013-14 CITY OF CHINO HILLS
INTEROFFICE MEMORANDUM
DATE: March 27, 2013
TO: Raymond Hansen, Senior Administrative A 77st ndiO .�0,
FROM: Mary M. McDuffee, City Clerk /�Y`1'//l r� �( �l dl
RE: A13-14 Los Serranos Waterline Repla ent Phase VII
Contractor: Geo Struc Engineering, Inc.
Attn: Reza M. Fard
336 N. Central Ave., Suite 10A
Glendale, CA 91203-2270
At their regular meeting held March 26, 2013, the City Council awarded
Agreement No. A13-14 to Geo Struc Engineering, Inc. in the amount of $835,650
for the above referenced project. Enclosed for further processing is one original
executed agreement.
MMM
Enclosure
cc: Judy Lancaster, Finance Director
Vivian Chou, Administrative Analyst II
1.4.1 CITY OF CHINO HILLS AGREEMENT
FOR CONSTRUCTION OF
LOS SERRANOS WATERLINE REPLACEMENT PHASE VII
This Agreement is made and entered into on the 26th day of March, 2013 by and
between the City of Chino Hills, a California General Law Municipal Corporation ("City")
and Geo Struc Engineering, Inc. ("Contractor"). City and Contractor do hereby agree
as follows:
The complete contract includes all of the Contract Documents, to wit:
A. Notice Inviting Bids, Dated January 8, 2013
B. Instructions to Bidders
C. Addenda
D. Contractor's Bid (Bid Documents), Dated February 14, 2013
E. Bid Bond
F. Payment Bond
G. Contract Performance Bond
H. Certificates of Insurance and Endorsements
Agreement
J. Certified Copy of the record of action of the City Council of City of Chino
Hills, Chino Hills, California.
K. Notice of Award
L. Notice to Proceed
M. The Plans (Contract Drawings)
N. Document entitled, "Notice to Bidders, Proposal, Contract. and Special
Provisions", including appendices.
O. Standard Specifications for Public Works Construction.
P. Standard Plans
Q. Reference documents
R. Change Orders or Work Change Directives
S. Public Improvement Warranty
Each of such documents in their entirety are incorporated herein by this reference as if
set forth in full.
II.
The Contractor agrees to perform certain work set forth and particularly described in the
aforementioned documents, incorporated herein by reference in consideration of:
TOTAL BASE BID and ADDITIVE BID ITEMS Al THRU A6: $835,650.00
III.
Contractor shall furnish a labor and material bond in an amount equal to one hundred
percent (100%) of the contract price, and a faithful performance bond in an amount
equal to one hundred percent (100%) of the contract price, said bonds to be secured
from a surety company admitted and authorized to do business in California as such
and satisfactory to the City Council.
IV.
The Contractor agrees to indemnify, protect, defend and hold harmless the City, and
their authorized agents, officers, volunteers, the engineer and employees against any
and all claims arising from Contractor's acts or omissions and for any costs or expenses
incurred by the City, or their authorized agents, officers, volunteers and employees, on
account of any claim therefore. In order to accomplish the indemnification herein
provided for, but without limiting the indemnification, the Contractor shall secure and
maintain throughout the term of the contract the following types of insurance with limits
as shown:
Workers' Compensation - A program of Workers' Compensation Insurance or a
State-approved Self Insurance Program in an amount and form to meet all
applicable requirements of the Labor Code of the State of California, including
Employer's Liability with One Million Dollars ($1,000,000.00) limits, covering all
persons providing services on behalf of the Contractor and all risks to such
persons under this Agreement.
General Liability - Such general liability insurance shall be written with a limit of
liability of not less than One Million Dollars ($1,000,000.00) combined single
limits for damages arising out of bodily iniurv, including sickness and death, injury
to or destruction of property of others, arising directly or indirectly out of or in
connection with the performance of the Work under the Contract Documents
including explosion, collapse and underground exposure.
Vehicle Liability - Such vehicle liability insurance shall be written with a limit of
liability of not less than One Million Dollars ($1.000,000.00) combined sinale
limits for all bodily injury, including sickness and death or injury to or destruction
of property of others, arising directly or indirectly out of or in connection with the
performance of the Work under the Contract Documents including explosion,
collapse and underground exposure.
If the City determines to require the Contractor to procure such insurance, such
insurance shall cover as insureds under all policies excepting workers
compensation the City, its officers, employees, and agents, City's
Representative, the Engineer and his/her consultants, and each of their officers,
employees, and agents. The policy or policies for such insurance may provide
for a deductible amount not to exceed five percent (5%) of the Contract Price. As
provided in Section 7105 of the California Public Contract Code, the Contractor is
responsible for the cost of repairing or restoring work up to five (5%) percent of
the contract amount.
All insurance required herein shall be placed with insurers with a current A.M. Best's
rating of no less than A:VII, and which insurers are admitted and authorized to do
business in California as insurance carriers.
Contractor shall, within ten (10) calendar days after receipt of the notice of award from
the City, furnish certificates of insurance and endorsements to the City evidencing the
insurance coverage above required prior to the commencement of performance of
services hereunder, which certificates shall provide that such insurance shall not be
terminated or expire without thirty (30) days written notice to the City, and shall maintain
such insurance from the time Contractor commences performances of services
hereunder until the completion of such services
All policies, with respect to the insurance coverage above required, except for the
Workers' Compensation Insurance coverage and professional liability coverage, if
applicable, shall obtain additional endorsements covering the City and its employees,
agents, volunteers and officers as insureds with respect to liabilities arising out of the
performance of services hereunder.
The Contractor shall require the carriers of the above required coverages to waive all
rights of subrogation against the City, its officers, volunteers, employees, contractors,
agents and subcontractors.
All policies required above are to be primary and non-contributing with any insurance or
self-insurance programs carried or administered by the City.
V.
The City agrees to pay, and the Contractor agrees to accept in full payment for the work
outlined in the Contract Documents, the sum of Eight hundred thirty-five Thousand,
six hundred fifty and NO/XX dollars ($835,650.00) subject to additions and
deductions, if any, in accordance with said documents. Payment shall not be made
more often than once each thirty (30) days, nor shall amount paid be in excess of
ninety-five percent (95%) of the contract at time of completion. Final payment to be
made forty-five (45) days subsequent acceptance by the City Council. Contractor may,
upon Contractor's written request, and approved by the City Council, at Contractor's
expense, deposit substitute securities, as stated in Government Code Section 16430,
and as authorized by Public Contract Code, Section 22300, in lieu of retention monies
withheld to insure performance.
VI.
The Contractor shall commence the work required by this Contract within ten (10) days
of the date specified in the Notice to Proceed from the City to proceed with the work and
shall complete bid items within sixty (60) working days. City and Contractor have
discussed the provisions of Government Code, Section 53069.85 and the damages that
may be incurred by City if the Work is not completed within the time specified in this
Agreement. The City and Contractor hereby represent that at the time of signing this
Agreement, it is impracticable and extremely difficult to fix the actual damage which will
be incurred by City if the Work is not completed within the number of working days
allowed. Accordingly, City and Contractor agree that the sum of five hundred dollars
($500.00 ) per calendar day is a reasonable sum to assess as damages to City by
reason of the failure of Contractor to complete the Work within the time specified.
VII.
The Contractor hereby agrees to comply with the State Labor Code and acknowledges
that, in accordance with Section 3700 of the State Labor Code, he/she will be required
to secure the payment of compensation to his/her employees.
VIII.
The Contractor acknowledges that, in accordance with Section 1777.5 of the State
Labor Code, he/she will be held responsible for compliance with the provisions of this
Section for all apprenticeable occupations.
IX.
The Contractor hereby agrees to reimburse the City for costs incurred by the awarding
authority in the substitution of subcontractors. Where a hearing held pursuant to the
provisions of Chapter 2, Division 5, Title 1, of the Government Code (commencing with
Section 4100) by the awarding authority ora duly appointed hearing officer, the Clerk of
the City of Chino Hills shall prepare and certify a statement of all costs incurred by the
City for investigation and conduct of the hearing, including the costs of any hearing
officer and shorthand reporter appointed.
The statement shall then be sent to the general contractor, who shall reimburse the City
for such costs. If not paid separately, such reimbursement may be deducted from any
money due and owning to the general contractor prior to acceptance of the project.
X.
Contractor acknowledges and agrees that Contractor must have all appropriate
contractor's licenses. Contractor further warrants and represents that he/she/they
has/have the appropriate contractor's license to pursue the work hereunder.
Contractor's failure to have or maintain all appropriate licenses during the entire term of
this contract, or any period thereof, shall be cause for the immediate and summary
termination of this contract by City. Contractor shall be liable for all City's costs to
complete the work and this contract.
Xl.
The person or persons executing this Agreement on behalf of contractor warrants and
represents he/she/they has/have the authority to execute this Agreement on behalf of
his/her/their corporation, partnership, or business entity and warrant and represents that
he/she/they has/have the authority to bind contractor to the performance of its
obligations hereunder.
XII.
NOTICES: Notices shall be given pursuant to this Agreement by personnel services on
the party to be notified, or by written notice upon such party deposited in the custody of
the United States Postal Services addressed as follows:
City:
City of Chino Hills
Attention: City Clerk
14000 City Center Drive
Chino Hills, CA 91709-4868
Contractor:
Geo Struc Engineering, Inc.
Attn: Reza M. Fard, President
336 N. Central Ave., Suite 10A
Glendale, CA 91203-2270
XIII.
This Agreement contains the completely final, entire, and exclusive agreement between
the parties with respect to the subject matter hereof, and no waiver, alteration, or
modification of any of the provisions hereof or rights to act hereunder shall be binding
unless in writing. Any attempted modification, amendment, or alteration in violation
hereof shall be void.
IN WITNESS WHEREOF, each of the parties hereto has caused the Agreement to be
executed in its name on its behalf by a duly authorized officer as of this day and year
first above written.
CITY OF CHINO HILLS Geo Struc Enaineerina. Inc.
(Name of Firm)
By: aff.
_
Peter U. 1••.rs, Maybf Signature of airman of Board,
1111 President, r Vice President
Attest:
t6Z-A M. FMD
(Typed/Printed Name)
By: .in •g :_,,ii 7re.Sl'ie.+
MarycDuffee /� (Title)
City4
/
By:
Signa ure of Seer t ,Assistant
Approved as to Form: Secretary, CFO, or Assistant Treasurer
By: , l,._._ ✓ Fi4ffMl
/M #M
EM
D. Hensley (Typed/Pri11nted Name)
City Attorney 5eGYedirti
(Title)