Loading...
HomeMy WebLinkAboutC-3849 - Purchase and Installation of Shade Structures at Bonita Canyon Sports ParkCONTRACT WITF, jNITED SPORTS SURFACING OF AML_..JCA, INC. FOR THE PURCHASE AND INSTALLATION OF SHADE STRUCTURES AT BONITA CANYON SPORTS PARK THIS CONTRACT is made and entered into as of this � t' day of W/ , 2006, by and between the CITY OF NEWPORT BEACH, a V4•icipal Corporation ("City"), and S ;��v ;RUGTI-��68, B+v+se-e# Shade America, Inc., a S�pcorporation, whose principal place of business is ) ("Seller"), and is made with reference to the following: Address is eSOS-A CAMP ELWR Row/ Dl+vtihs r�K, 7s247 RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to purchase nine "Custom Structure" Shade Structures from Seller (hereinafter referred to as the "Shade Structures"). C. City also desires to engage Seller to install the Shade Structures at Bonita Canyon Sports Park in Newport Beach over the picnic area and over eight baseball field stands, as outlined further herein (hereainafter referred to as the "Project'). Seller also has agreed to provide a -�;-10year warranty on the fabric and a 10 -year warranty on the steel frames upon which the fabric will be hung. D. Seller has examined the location of all proposed work, is familiar with all conditions relevant to the performance of the services contemplated herein, and has committed to provide the required goods and services for the price specified in this Contract. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: SCOPE OF WORK Seller shall provide all of the project deliverables and perform all the services described in the Proposal attached hereto as Attachment A and incorporated herein by this reference. As a material inducement to the City entering into this Agreement, Seller represents and warrants that Seller is a provider of first-class products and services and that Seller is experienced in performing the work and services contemplated herein and, in light of such status and experience, Seller covenants that it shall follow the highest professional standards in performing the work and services and that all products and materials will be of good quality. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first-class firms performing similar work under similar circumstances. Seller shall install the Shade Structures at Bonita Canyon Sports Park in Newport Beach, CA as described in the Proposal attached hereto as Exhibit A. 2. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Contract and Seller shall complete the Project within 60 days of execution of this Agreement. The failure by Seller to meet this deadline may result in termination of this Contract by City. 3. COMPENSATION • • As full compensation for providing the products and services outlined in the Proposal, City shall pay to Seller and Seller accepts as full payment the sum of Ninety Three Thousand Dollars and No /100 ($93,000),. Seller shall not receive any additional compensation unless approved in advance by the City in writing. The City shall pay Seller the full amount within fifteen days of completion of the work and approval of an invoice for the work. 4. ADMINISTRATION This Contract will be administered by the Recreation & Senior Services Department. Sean Levin shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or his/her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Contract. 5. TYPE AND INSTALLATION OF MATERIALS /STANDARD OF CARE 5.1 Seller shall use only the products and materials described in Exhibit A in performing Contract Services. Any deviation from the products and materials described in Exhibit A shall not be installed unless approved in advance by the City Administrator. 5.2 Seller shall perform all work diligently, carefully, and in a good and workmanlike manner, and shall furnish all labor, supervision, machinery, equipment, materials, and supplies necessary therefore. 5.3 All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 5.4 Seller shall use colored concrete to match the existing pavers adjacent to the eight (8) bleachers. Color to be specified by the City of Newport Beach. 6. RESPONSIBILITY FOR DAMAGES OR INJURY Seller agrees to indemnify, defend and hold harmless the City, its elected and appointed officials, officers, employees and agents ("City Indemnities ") from any claims, demands or liability of any kind or nature, including, but not limited to, personal injury or property damage, arising from or related to the products, services or other performance provided by Seller pursuant to this Contract, unless such injury is caused by the sole negligence or concurrent active negligence of the City or City Indemnities. If Seller's negligence combines with the City's active negligence to cause injury, Seller and City agree that liability will be apportioned as determined by a court of competent jurisdiction. Neither party shall request a jury appointment. INDEPENDENT CONTRACTOR City has retained Seller as an independent Seller and neither Seller nor its employees are to be considered employees of the City. The manner and means of conducting the work are under the control of Seller, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Seller or its employees. 8. COOPERATION • • Seller agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Seller on the Project. 9. INSURANCE Without limiting Seller's indemnification of City, and prior to commencement of work. Seller shall obtain, provide and maintain at its own expense during the term of this Contract, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Seller shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City's at all times during the term of this Contract. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. Workers' Compensation Coverage. Seller shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non - payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Seller for City. ii. General Liability Coverage. Seller shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Contract, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Seller shall maintain automobile insurance covering bodily injury and property damage for all activities of the Seller arising out of or in connection with work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: 3 The As elected or appointed officers, oAls, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Contractor. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days (10 calendar days written notice of non - payment of premium) written notice has been received by City. F. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Contractor's performance under this Contract. G. Additional Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 10. PREVAILING WAGES Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime work for each craft or type of workman needed to execute the work contemplated under the Agreement shall be paid to all workmen employed on the work to be done according to the Agreement by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 7034774, and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 11. SUBCONTRACTING 2 The parties recognize th& substantial inducement to City for er &g into this Agreement is the professional reputation, experience and competence of Seller. Assignments of any or all rights, duties or obligations of the Seller under this Agreement will be permitted only with the express written consent of City. Seller shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of City. 12. WITHHOLDINGS City may withhold payment to Seller of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Contract. Seller shall not discontinue work as a result of such withholding. Seller shall have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. Seller shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 13. CONFLICTS OF INTEREST The Seller or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Seller shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Seller shall indemnify and hold harmless City for any and all claims for damages resulting from Seller's violation of this Section. 14. NOTICES All notices, demands, requests or approvals to be given under the terms of this Contract shall be given in writing, to City by Seller and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Seller to City shall be addressed to City at: Attention: Sean Levin, Recreation Manager Recreation & Senior Services Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92663 Phone: 949 -644 -3159 Fax: 949 -644 -3155 All notices, demands, requests or approvals from CITY to Seller shall be addressed to Seller at: Attention: Michelle Botha Shade Structures 350 Kalmus Drive Costa Mesa, CA 92626 Phone: (714) 427 -6981 Fax: (714) 427 -6982 15. TERMINATION • • In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days prior written notice to Seller. In the event of termination under this Section, City shall pay Seller for services satisfactorily performed and costs incurred up to the effective date of termination for which Seller has not been previously paid. On the effective date of termination, Seller shall deliver to City all materials purchased in performance of this Contract. 16. COMPLIANCE WITH ALL LAWS Seller shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. 17. WAIVER A waiver by City of any term, covenant, or condition in the Contract shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 18. INTEGRATED CONTRACT This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and Contracts of whatsoever kind or nature are merged herein. No verbal Contract or implied covenant shall be held to vary the provisions herein. 19. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Contract and the attached Proposal, the terms of this Contract shall govern. 20. AMENDMENTS This Contract may be modified or amended only by a written document executed by both Seller and City and approved as to form by the City Attorney. 21. EFFECT OF SELLER'S EXECUTION Execution of this Contract by Seller is a representation that Seller has visited the Project Sites, has become familiar with the conditions under which the work is to be performed, and has taken into consideration these factors in submitting its Proposal. 22. INFRINGEMENT Unless otherwise expreoprovided in this Contract, Seller shall &Iely responsible for clearing the right to use any patented or copyrighted materials in the performance of this Contract. Seller warrants that any software as modified through services provided hereunder will not infringe upon or violate any patent, proprietary right, or trade secret right of any third party. Seller shall indemnify and defend City, at Seller's expense, against all claims, demands, suits, liability, and expense on account of alleged infringement of any patent, copyright or trademark, resulting from or arising in connection with the manufacture, sale, normal use or other normal disposition of any good or article of material furnished hereunder. 23. CONTROLLING LAW AND VENUE The laws of the State of California shall govem this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange. 24. WARRANTY Seller expressly warrants that the goods covered by this Contract are: (1) free of liens or encumbrances, (2) of merchantable quality and fit for the ordinary purposes for which they are used, and (3) fit for the particular purpose for which they are intended, and (4) satisfactory and safe for consumer use. to 02Seller also has agreed to provide a � year yn arty on the Custom Canopies fabric and a 10 -year warranty on the steel frame structures upon which the Shade Structures will be installed. This warranty is outlined in more detai fin Exhibit A 25. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. [SIGNATURES ON FOLLOWING PAGE) IN WITNESS WHEREOF, the parties have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: By: A , ( , q ,,— Aaron C. Harp Assistant City Attorney for the City of Newport Beach ATTEST: z am, ON X'; r&."PoAnne City Clerk Attachments: Exhibit A – Proposal CITY OF NEWPORT BEA Ho A Municipal Corporation By: Don -Webb Mayor for the City of Newport Beach SHADE GTR GT1 RES 1 A Daymoierre# Shade America, Inc.: By: Na so �CPH C Tp NE Ti e: cF o in Name: Title: 11/66/2006 16:53 214689908$ SUN PORTS • PAGE 02/02 wigs 1 /003 IN WITNESS WHEREOF, the parties have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: By: Aaron C. Harp Assistant City Attorney for the City of Newport Beach ATTEST: By: LaVonne Harkless, City Clerk Attachments: Exhibit A — Proposal CITY OF NEWPORT BEACH, A Municipal Corporation By: Don Webb Mayor for the City of Newport Beach A l3ivisien of Shade America, Inc.; Title: FPu1vw+r u PROPOSAL-Revision 08/24/2006 Remit payment only to: Shade America dba Shade Structures P.O. Box 678420 Dallas, TX 75267 -8420 This is a legal agreement— Please read carefully. Complete and initial all pages Client/Purchaser: Contact Information: &MAX Shade Structures Tel: (949) 644 -3159 A division of Shade America, Inc. 350 Kalmus Drive ' Costa Mesa, CA 92626 Cell: Tel: (714) 427 -6981 Fax: (949) 644 -3155 Email: SLevin@city.newport- Fax: (714)427 -6982 Website: wwcw.shadestructures.net S STR VCTV R65 SHADEA Dirt Removal Concrete Cutting u PROPOSAL-Revision 08/24/2006 Remit payment only to: Shade America dba Shade Structures P.O. Box 678420 Dallas, TX 75267 -8420 This is a legal agreement— Please read carefully. Complete and initial all pages Client/Purchaser: Contact Information: Regional Sales Manager: Sean Levin/ Andrea McGuire Tel: (949) 644 -3159 Michelle Botha Today's Date: 08/10/2006 City of Newport Beach Cell: Bonita Canyon Sports Park Fax: (949) 644 -3155 Email: SLevin@city.newport- Nu'mtier. 060035MF6 Dirt Removal Concrete Cutting beach.ca.us beach.ca.us Turnkey Price. $93,000.00 Bill To Address: Ship To Address: Assembly Address: - Contact Person: Sean Levin/ A McGuire Contact Person: Sean Levin Contact Person: Sean Levin City of Newport Beach City of Newport Beach City of Newport Beach 3300 Newport Blvd 3300 Newport Blvd 3300 Newport Blvd Newport Beach, CA 92658 Newport Beach, CA 92658 Newport Beach, CA 92658 GENERAL SCOPE OF WORK "Note" Please see pages 2, 1 & 4 for additional terms and conditions. All pages must be signed and dated in order to process. Accepted by Title -1- www,shadestructures.net Date Initial Date OPKT6A500051.dot Type of Structure. _ _ Assembly Requirements - _ Standard Modular YES No V3 t:] C.] E7 Dirt Removal Concrete Cutting CitylCounty'Permits - _ 141 �`] Bobcat Access F3 f•] r] M Concrete Truck Access Fencing (If Yes, Specify Type ) Client/Purchaser Responsible for Permit Approval EYES UNO D3 t•] Prevailing Wages [:] t7 Certified Payroll Area-#, _ Product I Accessory- Description _ _ -..Qty -Entry Anchor Fabric: Fabric Color Post= If Applicable) - - - -_ � Ht Detail- T ex _ Color 1- Between Fields 1 & 95' x 25' Double Full Cantilever Shade 1 12' Embed UV Mesh FR Forest. Greer Beige 2 -Sides B Structures (Back to Back for overall footprint of 30' x 25' 2- Sides A Of Fields 1 15' x.25' Full Cantilever Shade Structure 2 12' Embed UV Mesh FR Forest Greer Beige &2 3- Sides A & B of 15' x 25' Full Cantilever Shade Structure 2 12' Embed UV Mesh FR Forest Greer Beige Field 3 4- Sides A & B of 15' x 25' Full Cantilever Shade Structure 2 12' Embed UV Mesh FR Forest Gree ' Beige Field 4 5- Picnic Areas 15' x 20'4-Post Multi Layer Mariners 2 NA Embed UV Mesh FR Forest Beige between Fields 3 & 4 Shade Structures Green/ FR Desert Sand 6- Picnic Area at 15' x 20' 4 -Post Multi Layer Mariners 1 NA Embed UV Mesh FR Forest Beige Tennis Courts Shade Structure Green/ FR Desert Sand "Note" Please see pages 2, 1 & 4 for additional terms and conditions. All pages must be signed and dated in order to process. Accepted by Title -1- www,shadestructures.net Date Initial Date OPKT6A500051.dot 0 0 s Area #s (If Applicable) Turnkey Price (Add Options if Applicable) General Scope of Work: (continued) The following items are Included In the General Scope of Work: ➢ Site survey to confirm size and design (where applicable) ➢ Custom manufacture of structure /s. Manufacturing leadtime is approximately 8 to 10 weeks. ➢ Fire Rated Shadesure® Fabric ➢ Units ➢ Galvanized & Powder Coated Steel Frame ➢ Custom Concrete color @ Cantilevered post locations — Color to be specified ➢ Engineering ➢ Freight & Handling ➢ Prevailing Wages ➢ Certified Payroll ➢ Assembly of structures during the hours of between 8:00 a.m. through 6:00 p.m. on normal weekdays. Assembly start date will be scheduled approximately 1 week prior to start. Assembly will take approximately 1 week. A Project Manager is included with the assembly crew. ➢ General cleanup ➢ Comprehensive warranty ➢ Sales tax The following items are excluded from the General Scope of Work: ➢ Dirt removal ➢ Site plan approval ➢ Permit processing ➢ Permit fees ➢ Removal of any existing structures or poles (if needed) ➢ Unforeseen underground obstacles or openings which might effect the engineering, unit size, and /or assembly costs. ➢ Landscaping and repair of concrete curbs and /or cobblestone ➢ Soils Tests Terms and Conditions & Warranty: 1.) Proposal: The above proposal is valid for 30 (thirty) days from above date. 2.) Purchaser (Owner) agrees to purchase and Shade Structures, a Division of Shade America. Inc. (Contractor') agrees to provide shade structures and other services as detailed and agreed to under "General Scope of the Work" between the parties. 3.) Standard Exclusions: Unless specifically included under "General scope of the Work" section, this agreement does not include labor or materials for any of the following work: Removal and disposal of any materials containing asbestos or any hazardous materials as defined by the EPA. Moving owner's property around the site. Labor or materials required to repair or replace any Owner supplied materials. Repair of concealed underground utilities not located on prints, supplied to Contractor by Owner during the bidding process, or physically staked out by Owner which is damaged during construction. Repair of damage to existing surfaces that could occur when construction equipment and vehicles are being used in the normal course of construction. 4.) Site -plan Approval. PermiUs. Permit Fees. Plans. Engineerinn Drawings and Surveying are specifically excluded from this contract unless specified under the "General Scope of Work". The Company does not in any way warrant or represent that a permit/site plan approval for construction will be obtained. 5.) Concealed Conditions: (Defined as water, gas, sprinkler, electrical and sewage lines, post tension cable, steel rebar, etc.). This agreement is based solely on observations Contractor was able to make either by visual inspection or by drawings and / or plans submitted by Owner at the time this agreement was bid. If additional concealed conditions are discovered once work has commenced which were not visible at the time this proposal was bid, Contractor will stop work and point out these unforeseen concealed conditions to Owner so that Owner and Contractor can execute a change order for any additional work. In any event, any damage caused by or to unforeseen concealed conditions is the sole responsibility of the purchaser and contractor shall not be held liable for any such damage. Soil conditions are assumed to be soil that it does not contain any water, hard rock (such as Limestone, Caliche, etc.), rocks bigger than 4 inches in diameter or any other condition that will require additional labor, equipment and 1 or materials not Initial Date -2- 5PKT6A500051.dot www.shadestructures.net speed by the Owner in the We process. Any condition requiring additional labor, pment and I or materials to complete the drilling or concrete operations will require a change order before Contractor will complete a process. 6.) Changes in the Work: During the course of this project, Owner may order changes in the work (both additions and deletions). The cost of these changes will be determined by the contractor. If agreed to by Owner then a change order form must be completed and signed by both the Owner and Contractor and will detail the "General Scope of the Change Order". Once the change order has been signed, the Contractor will execute the Change Order and perform all the work as required. Should any change order be essential to the completion of the project and the Owner refuses to authorize such change order then Contractor will be deemed to have performed his part of the project and the project will be terminated. Upon such termination, Contractor will submit a final billing to Owner for payment, less a labor allowance for work not performed but including additional charges incurred due to the stoppage. No credit will be allowed for materials sold and supplied which will remain the property of the Owner. 7.) Payment: All terms of payment are defined and specific to this contract. "Substantial Completion" is defined as being the point at which the Structure is suitable for its intended use, or the issue of an occupancy consent, or a final building department approval is issued, whichever occurs first. In any event where "substantial completion" cannot be effected due to delays or postponements caused by the Owner, final payment (less 10% retainage) is due within 30 days of the date when `substantial completion" would have been had the delay not occurred. All payments must be made to Shade Structures, a Division of Shade America, Inc., 350 Kalmus Drive, Costa Mesa CA 92626. If the Owner fails or delays in making any payments, the Contractor may postpone the fulfillment of its obligations hereunder until such payments are made, or Contractor may be relieved of its obligations hereunder if payment is more than 60 days past due. Contractor may use all remedies available to him under current laws, including but not limited to, filing of liens against the property, using a collection agency or the courts to secure the collection of the outstanding debt. 8.) Lien Releases: Upon request by Owner, Contractor will issue appropriate lien releases prior to receiving final payment from Owner. In accordance with State laws, Contractor reserves the right to place a lien on the property if final payment has not been received 10 days prior to the filling deadline for Liens. 9.) Drawings and Specifications All drawings and specifications described in the "General Scope of the Work" must be attached and marked as an appropriate addendum in the "General Scope of the Work' section and becomes part of this contract. 10.) Manufacturing & Delivery: Manufacturing leadtime is approximately 6 to 8 weeks for standard products, and 8 to 12 weeks for custom products. Delivery is approximately 1 week thereafter. Delivery of unitts may be prior to or at start of assembly. 11.) Inspections: PLEASE NOTE THAT FOR DSA PRODUCT ORDERED, ALL INSPECTIONS MUST BE CONTRACTED DIRECTLY BY THE CLIENTIPURCHASERISCHOOL DISTRICTICOLLEGElUNIVERSITY. AFTER AN ORDER HAS BEEN PLACED WITH SHADE STRUCTURES, THE INDICATED IN -PLANT WELDING INSPECTION COMPANY FROM THE DSA PROCEDURE FORM WILL BE CONTACTED BY THE SHADE STRUCTURES - EIDE FACTORY IN CERRITOS FOR SCHEDULING. A DELAY IN AUTHORIZATION TO THE INSPECTION COMPANY, PARTICULARLY WITH IN -PLANT WELDING INSPECTIONS WILL CAUSE A DELAY IN MANUFACTURING AND THEREFORE ASSEMBLY COMPLETION LEADTIME. 12.) Assembly of Equipment on Site: Access to Assembly Site Owner must provide the Contractor with a detailed drawing showing exactly where the structure(s) are to be assembled as well as detailing any obstacles or other impediments that may cause the assembly process to be more difficult. Any fixture(s) leg. Playground, pools etc.) that the structure(s) are to be assembled over must also be detailed, along with their peak heights (if applicable). In addition, Owner shall provide Contractor with dear access to the assembly site free and clear of debris, automobiles or other interference during the hours of between 8:00 a.m. through 6:00 p.m. on normal weekdays. Contractor is also to be allowed access to electrical and water facilities during assembly. Contractor will notify Purchaser of the scheduled assembly date as soon as the assembly is scheduled. Owner agrees to have an owner representative meet the assembly crew at the job site to verify the exact location that the unit(s) is to be placed 13.) Preparatory Work Where assembly is part of the "General Scope of the Work" and in the event that the foundation or job -site is not suitable or ready for assembly to begin on the scheduled day, a delay of order notification must be sent to Contractor at least 4 working days before in order to allow Contractor to reschedule the project. In the event that Contractor is not notified and incurs an expense in attempting to execute the assembly a remobilization charge may be charged to the Owner before Contractor will reschedule the assembly. 14.) Warranty: Limitation of Liability Contractor provides a limited warranty on all contractor supplied labor and materials. No other warranty is implied. General Conditions: • The warranty set forth shall be the purchaser's sole and exclusive warranty. • All warranties below are effective from the date of assembly by Shade Structures, a Division of Shade America, Inc. • Shade Structures, a Division of Shade America, Inc. reserves the right to repair or replace any item covered by this warranty. • This warranty will be void if units are not paid for in full. • The warranty is void if the units are not assembled in strict compliance with the manufacturers specifications. • Purchaser shall notify Shade Structures, a Division of Shade America, Inc. in writing detailing any defects for which a warranty claim is being made. Initial Date -3- 6PKT6A500051.d0t www.shadestructures.net • Shade Structures, a Division of *a America, Inc. shall not in any event be liable foreect, special, consequential, or liquidated damages. • Shade Structures, a Division of Shade America, Inc. specifically denies the implied warranties of fitness for a particular purpose and merchantability. • The warranty is void if any changes, modifications, additions or attachments are made to the unit without the written consent of the manufacturer. • No signs, objects, ornaments, fans, light fixtures or decorations may be hung from the top part of the structure, unless specifically designed and engineered by the manufacturer. These items may interfere with the fabric causing the warranty to be voided. Fabric: • Shadesure® fabrics carry a 10 years limited manufacturers warranty from the date of installation, against failure from significant fading, deterioration, breakdown, mildew, outdoor heat, cold, or discoloration with the exception of Red and Red/White stripe and Coolbrella shade structures which carry a 3 year limited warranty. Should the fabric need to be replaced under the warranty, Shade America will manufacture and ship a new fabric at no charge for the first 6 years, thereafter pro-rated at 18% per annum over the last 4 years. • This warranty shall be void if damage to the shade fabric is caused by contact with chemicals, misuse, vandalism, any act of God, including but not limited to, ice, snow or wind in excess of the applicable building code parameters. • All fabric tops are only warranted for winds and gusts up to 90mph and prior to snow or ice accumulation. • All fabric curtains, valences and flat vertical panels are not covered under the warranty. • Fabric is not warranted where it is assembled on a structure that is not engineered and built by Shade Structures, Inc. • The structures have been designed to eliminate any friction between the rafters and the fabric. The warranty will, therefore, be voided if any modification (temporary or permanent) or any attachment (temporary or permanent) is made to the rafter. The fabric will wear or tear should any object be placed between the rafter and the fabric, voiding the fabric warranty. • Labor for the removal, installation and/or freight charges will be covered in full for a period of 12 Months, where the shade structures supplied and installed by Shade America are defective. In all cases where the shade structures are not installed by Shade America or its agents, all labor for the removal, installation and /or freight will be at the customers' expense and the warranty will only be applicable to the repair or replacement of the defective materials • Shade Structures, a Division of Shade America, Inc. reserves the right, in cases where certain fabric colors have been discontinued, to offer the customer a choice of available colors to replace the warranted fabric of the discontinued color. The company does not warrant that any particular color will be available for any period of time and reserves the right to discontinue any color for any reason it may determine, without the recourse by the owner of the discontinued fabric color. Steel: • The structural integrity of the steel is warranted for 10 years. • Workmanship and painted surfaces are warranted for 12 months. • This warranty shall be void if damage to the steel frame is caused by misuse, vandalism, any act of God, including but not limited to, ice, snow or wind in excess of applicable building code parameters Assembly: • Labor for the removal, assembly and / or freight charges will only be covered in instances where the unit(s) supplied and assembled by Shade Structures, a Division of Shade America, Inc. are defective. In all cases where units are not assembled by Shade Structures, a Division of Shade America, Inc. all labor for the removal, assembly and / or freight will be for the customers account and the warranty will only be applicable to the repair or replacement of defective materials. Thread: • Shade Structures, a Division of Shade America, Inc. warranties its sewing thread for a period of eight (8) years. • This warrants that the sewing thread will be free from defects in material and workmanship and will not be damaged by exposure to sunlight, weather or water. • This warranty does not cover damage from fire, cuts, vandalism, misuse, or any act of God including but not limited to ice, snow or wind in excess of the applicable building code. • All other warranties are disclaimed. • Labor for the removal, assembly and / or freight charges, of tops with damage caused by thread, will only be covered in instances where Shade Structures, a Division of Shade America, Inc. has assembled the unit. In all cases where units where not assembled by Shade Structures, a Division of Shade America, Inc. all labor for the removal, assembly and / or freight will be for the customers account and the warranty will only be applicable to the repair or replacement of defective materials. 15.) Delegation: Subcontractors The manufacturing and assembly of the shade structures may be performed by subcontractors under appropriate agreements with the Company. 16.) Force Maieur: Impracticability The Company shall not be charged with any loss or damage for failure or delay in delivering or assembling of the shade structures when such failure or delay is due to any case beyond the control of the Company or due to compliance with regulations or orders of any federal, state or municipal government or due to any acts of God, strikes, lockouts, slowdowns, wars or shortages in transportation, materials or labor. Initial Date -4- QPKT6A500051.dot www.shadestructures.net 17.) Dispute Resolution Any controversy or claim arisingf or related to this Agreement must be settled by binding arbitration administered by the American Arbitration Association in accordance with the construction industry arbitration rules. Judgment upon the award may be entered in any court having jurisdiction thereof. 18.) Bonding Guidelines: Due to Surety requirements, any Performance and/or Payment Bond that may be required, will cover only the first year of our warranty. The manufacturer's warranty will be a separate document between Shade Structures (a brand of Shade America, Inc.) and the Owner, and will be executed at the time of completion of the work. 19.)Contract Requirements: If Shade Structures (a brand of Shade America, Inc.) is awarded the contract for this project, please include the statement above in the contract. 20.) General a) This Agreement represents and contains the entire agreement between the parties. Prior discussion or verbal representations by the parties that are not contained in this agreement are not part of this agreement. b) The Agreement shall be construed and enforced in accordance with the laws in the State of California. c) The Agreement shall be binding upon and insure to the benefit of the Company and the Purchaser, their successors and permitted assigns. d)Short ship claims: Client has 15 days from receipt of goods to file a short ship report to their sales representative in writing. Claims made after this time will not be honored. 21.) Payment Terms: The Purchaser (Owner) agrees to pay the purchase Turnkey Price to Shade America, Inc. as follows: - A Signed Agreement or Purchase Order - Full payment is due no later than 15 days after completion. Executed as of the date set forth above. SHADE STRUCTURES, A Division of Shade America, Inc. By: (Print) MICHELLE BOTHA Signature: AUe9iCReEu 9Aa Title: REGIONAL MANAGER Date: 08 /10/2006 PURCHASER: Company Name By: (Print) Signature: Title: Date: Initial Date 5 ' 6PKT6A500051.d0t www.shadestructures. net CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 11 June 27, 2006 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCI FROM: Recreation and Senior Services Marie Knight, Director 644 -3157 — mknight @aty.newport- beach.ca.us SUBJECT: Contract for Purchase and Installation of Shade Structures Sports Park ISSUE Should the City Council approve the attached Contract with United States Sports Surfacing of America for the purchase and installation of shade structures at Bonita Canyon Sports Park? RECOMMENDATION Recommend that the City Council approve the attached Contract with United Sports Surfacing of America for the purchase and installation of shade structures at Bonita Canyon Sports Park in the amount of $58,706. BACKGROUND Since the grand opening over three years ago, the Bonita Canyon Sports Park continues to be the most highly utilized sports parks with year round use by both soccer and baseball, in addition to the active use of the tennis courts, playgrounds and picnic areas. One of the only complaints staff ever receives regarding this park is the lack of shade. Although there were over 1,000 trees planted in the park, it will take several more years until they are mature enough to provide useful shade for park - goers. There are no covered picnic areas in the park and this is a popular spot for family gatherings. We have received numerous requests from the Youth Sports Commission members to look into shade options for the bleacher areas that are adjacent to the sports fields. (See attached letters of support from the two major youth sports organizations utilizing the park — Newport Beach Little League and AYSO Region 57.) DISCUSSION As you may recall, the opening of this park was delayed on several occasions due to construction related issues. One fortunate side effect of the extended construction delays was that nearly $2 million in interest earnings were credited to the construction proceeds during the course of construction. The Bonita Canyon bond indenture provides that the interest earnings can be (1) transferred to the Newport-Mesa Unified School District improvement account; (2) utilized to reduce the outstanding bonds; or (3) for improvements to the sports park. The majority of the interest earnings were utilized for enhancements to the original construction contract and for the design and construction of the Newport Coast Loop Road project (an eligible NMUSD improvement account project). After the completion of the Loop Road project, $88,411 remained in the City's improvement account for further use. As part of the FY 2005106 Capital Improvement Plan, City Council authorized $75,457 for an onsite storage facility at the park to be used by the various youth sports organizations for equipment. • Contract for Purchase and Installation of Shade Structures at Bonita Canyon Sports Park Page 2 (June 27, 2006) Ultimately prefabricated sheds were installed with staff labor at a significant savings leaving appropriations of $53,681 available for closely related projects. (A budget amendment in the amount of $5;925 was approved to increase the balance carried over from the Storage Building CIP to.'meet the :expenses for the Shade Structures. Those funds were transferred from the Bonita Canyon Sports Park interest account.) With the concurrence of the Youth Sports Commission, staff recommends that the remaining appropriation be used for. sun shades providing shade and protection for the park patrons using the 8 ball field spectator stands and 6 picnic tables. Attachment A is a photo of the proposed structures. Attachment B identifies the areas within the park that the structures will be placed. In addition to the obvious benefit of shade that the structures will provide, they will also address a safety issue that exists at fields 1 and 2, where the fields are so close that foul balls from each field often land in the stands of the adjacent field. These structures would also then provide the necessary overhead protection. Shade structures that meet the necessary safety specifications are a specialized item only manufactured by a limited number of vendors. In addition, the structures come in standard sizes that would not accommodate our needs and necessitate custom structures to be manufactured. Custom colored concrete will also be used to match the existing pavers in the park. United Sports Surfacing of America (USSA) provided bids from two vendors for the purchase and installation of the structures. The City has worked with USSA in the past and they have proven to be a qualified and reliable vendor. In addition a warranty sheet has been provided from USSA guaranteeing work. Staff brought this item to the Parks, Beaches & Recreation Commission for their input at the May 2, 2006 meeting. At that meeting several of the Commissioners expressed that they did not feel comfortable supporting this project as they felt it was unnecessary and too costly. Upon hearing the input of the Commission several.members of the Youth Sports Commission contacted their Council representatives and asked that this item continue to be forwarded to the Council for approval. by: Marie K ight, Recreati4 & Senior Services Director Attach ent: A. Shade Structure Picture B. Contract C. Maps with locations for shade structures depicted D. Email letters of support for YSO '[ _. � �i �t tf�aF -jet j ; �� '.:� f IJ is 1 1 __— � ': ' %�. -� } }�`—� �4�.- Attachment B CONTRACT WITH UNITED SPORTS SURFACING OF AMERICA, INC. FOR THE PURCHASE AND INSTALLATION OF SHADE STRUCTURES AT BONITA CANYON SPORTS PARK THIS CONTRACT is made and entered into as of this _ day of 2006, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ("City"), and UNITED SPORTS SURFACING OF AMERICA, INC, a California corporation, whose principal place of business is 4000 Barranca Parkway, Suite 250, Irvine, CA, 92604 ( "Seller"), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to purchase nine "Custom Canopies" Shade Structures from Seller (hereinafter referred to as the "Shade Structures "). C. City also desires to engage Seller to install the Shade Structures at Bonita Canyon Sports Park in Newport Beach over the picnic area and over eight baseball field stands, as outlined further herein (hereainafter referred to as the "Project"). Seller also has agreed to provide a 6 -year warranty on the fabric and a 10 -year warranty on the steel frames upon which the fabric will be hung. D. Seller has examined the location of all proposed work, is. familiar with all conditions relevant to the performance of the services contemplated herein, and has committed to provide the required goods and services for the price specified in this Contract. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. SCOPE OF WORK Seller shall provide all of the project deliverables and perform all the services described in the Quotation attached hereto as Attachment A and incorporated herein by this reference. As a material inducement to the City entering into this Agreement, Seller represents and warrants that Seller is a provider of first -class products and services and that Seller is experienced in performing the work and services contemplated herein and, in light of such status and experience, Seller covenants that it shall follow the highest professional standards in performing the work and services and that all products and materials will be of good quality. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first -Gass firms performing similar work under similar circumstances. Seller shall install the Shade Structures at Bonita Canyon Sports Park in Newport Beach, CA as described in the Quotation attached. 2. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Contract and Seller shall complete the Project within 60 days of execution of this Agreement The failure by Seller to meet this deadline may result in termination of this Contract by City. 0 3. COMPENSATION As full compensation for providing the products and services outlined in the Proposal, City shall pay to Seller and Seller accepts as full payment the sum of Fifty -Eight Thousand, Seven Hundred and Five Dollars and Ninety -Two Cents ($58,705.92). Seller shall not receive any additional compensation unless approved in advance by the City in writing. The City shall pay Seller forty percent (40 %) of the purchase price upon execution of this Contract, and the balance upon satisfactory delivery and installation. 4. ADMINISTRATION This Contract will be administered by the Recreation & Senior Services Department. Sean Levin shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or his/her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Contract. 5. TYPE AND INSTALLATION OF MATERIALS /STANDARD OF CARE 5.1 Seller shall use only the products and materials described in Attachment A in performing Contract Services. Any deviation from the products and materials described in Attachment A shall not be installed unless approved in advance by the City Administrator. 5.2 Seller shall perform all work diligently, carefully, and in a good and workmanlike manner, and shall furnish all labor, supervision, machinery, equipment, materials, and supplies necessary therefore. 5.3 All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 5.4 Seller shall use colored concrete to match the existing pavers adjacent to the eight (8) bleachers. 6. RESPONSIBILITY FOR DAMAGES OR INJURY Seller agrees to indemnify, defend and hold harmless the City, its elected and appointed officials, officers, employees and agents ( "City Indemnities ") from any claims, demands or liability of any kind or nature, including, but not limited to, personal injury or property damage, arising from or related to the products, services or other performance provided by Seller pursuant to this Contract, unless such injury is caused by the sole negligence or concurrent active negligence of the City or City Indemnities. If Seller's negligence combines with the City's active negligence to cause injury, Seller and City agree that liability will be apportioned as determined by a court of competent jurisdiction. Neither party shall request a jury appointment. 7. INDEPENDENT CONTRACTOR City has retained Seller as an independent Seller and neither Seller nor its employees are to be considered employees of the City. The manner and means of conducting the work are under the control of Seller, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Seller or its employees. 8. 0 0 COOPERATION 0 Seller agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Seller on the Project. INSURANCE Without limiting Seller's indemnification of City, and prior to commencement of work. Seller shall obtain, provide and maintain at its own expense during the term of this Contract, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Seller shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City's at all times during the term of this Contract. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign ,certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. i. Workers' Compensation Coverage. Seller shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non - payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Seller for City. ii. General Liability Coverage. Seller shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Contract, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Seller shall maintain automobile insurance covering bodily injury and property damage for all activities of the Seller arising out of or in connection with work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. 10. SUBCONTRACTING The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and competence of Seller. Assignments of any or all rights, duties or obligations of the Seller under this Agreement will be permitted only with the express written consent of City. Seller shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of City. 11. WITHHOLDINGS City may withhold payment to Seller of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Contract. Seller shall not discontinue work as a result of such withholding. Seller shall have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. Seller shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 12. CONFLICTS OF INTEREST The Seller or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act'), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Seller shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Seller shall indemnify and hold harmless City for any and all claims for damages resulting from Seller's violation of this Section. 13. NOTICES All notices, demands, requests or approvals to be given under the terms of this Contract shall be given in writing, to City by Seller and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Seller to City shall be addressed to City to: Sean Levin, Recreation Manager Recreation & Senior Services Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92663 Phone: 949 -644 -3159 - Fax. 949 -644 -3155 All notices, demands, requests or approvals from CITY to Seller shall be addressed to Seller to: Karoleen Alexander United Sports Surfacing of America, Inc. 4000 Barranca Parkway, Suite 250 Irvine, CA 92604 Phone: 949 - 5514696 - Fax: 949- 551 -4695 14. TERMINATION In the event that either parry fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days prior written notice to Seller. In the. event of termination under this Section, City shall pay Seller for services satisfactorily performed and costs incurred up to the effective date of termination for which Seller has not been previously paid. On the effective date of termination, Seller shall deliver to City all materials purchased in performance of this Contract. 15. COMPLIANCE WITH ALL LAWS Seller shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. 16. WAIVER A waiver by City of any term, covenant, or condition in the Contract shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 17. INTEGRATED CONTRACT This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and Contracts of whatsoever kind or nature are merged herein. No verbal Contract or implied covenant shall be held to vary the provisions herein. 18. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Contract and the attached Proposal, the terms of this Contract shall govern. 19. AMENDMENTS This Contract may be modified or amended only by a written document executed by both Seller and City and approved as to form by the City Attorney. 20. EFFECT OF.SELLER'S EXECUTION Execution of this Contract by Seller is a representation that Seller has visited the Project Sites, has become familiar with the conditions under which the work is to be performed, and has taken into consideration these factors in submitting its Proposal. 21. INFRINGEMENT Unless otherwise expressly provided in this Contract, Seller shall be solely responsible for clearing the right to use any patented or copyrighted materials in the performance of this Contract. Seller warrants that any software as modified through services provided hereunder will not infringe upon or violate any patent, proprietary right, or trade secret right of any third party. Seller shall indemnify and defend City, at Seller's expense, against all claims, demands, suits, liability, and expense on account of alleged infringement of any patent, copyright or trademark, resulting from or arising in connection with the manufacture, sale, normal use or other normal disposition of any good or article of material furnished hereunder. 22. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange. 0 0 23. WARRANTY Seller expressly warrants that the goods covered by this Contract are: (1) free of liens or encumbrances, (2) of merchantable quality and fit for the ordinary purposes for which they are used, and (3) fit for the particular purpose for which they are intended, and (4) satisfactory and safe for consumer use. Seller also has agreed to provide a 5 -year warranty on the Custom Canopies fabric and a 10 -year warranty on the steel frame structures upon which the Shade Structures will be installed. This warranty is outlined in more detail in Attachment B. 24. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. IN WITNESS WHEREOF, the parties have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: By: Aaron C. Harp Assistant City Attorney for the City of Newport Beach ATTEST: By: LaVonne Harkless, City Clerk Attachments: Exhibit A. Quotation Exhibit B. Warranty CITY OF NEWPORT BEACH, A Municipal Corporation By: Don Webb Mayor for the City of Newport Beach UNITED SPORTS SURFACING OF AMERICA, INC: By: Name: Title: By: Name: Titre: YI 1�111L USSA Lniittl S}ttrti S1Y9riar [d.ianrka, InG, A! ZYOffFA1! Wes. xtRfrrRSLP?ataiQ..2Na Vode wSttw "res QUOTA T70M DAm ,lien.an• 2S, 20Df. 10; And: bluGult4— SnYwliniatlant Of P.esrrailoa City of Is'ew"m Ntath N a ax 9946H -3151 '+�C3tl+t1:1YS3 Tinxat3�s3afoL lthaoananua# Irxnatnv 'ndavna„trh�gln0anlasaxatauaa- PEtBJt CT NA.'r3% BONIT.M CANVO'n Sroitls Pike 51iADC ST RL'C`Tt3Rt^c hY i;anal:tt t:lvrgrit3 Llgha ;�8} FdI G!ntilwtrt Pasta [at�h1lf is 12'1 !.:'V112' I: 3311.22!5' 131, d1 11Pg MPxY2 dx f 6t x 24`19° c 12, gn•wrltr t' Wl altel Iwhlh, 14uk:ta blip) exafam talon aruil hl hd9rlF f Q& wph nindkau Shsurensra high- "nifty PalYtlhYitaa CID& I[ai ptolectlan, appmt 50% shale, SQ%Tit' pao-xeaxlaa E4-14 ed IIA 1942 yean,.b veer (nanwt waar) wwr ..4y against 7amn6, t,wrki -C, taxying, Inying aad mlydtrw SSa,407.1d Kuoken Alckwxkr, fat -t*orw fAtfti 3Sf.3sfl6 5lwuld'l�is Pei;ry, wai lll+_d }iv;: n,^rprrnv„. glczse is;u: plachnse atdtc a�: USSA,. rate • fiaz (4945 331 -iSSS Caterinx Ne rep trmomo 4 ' Y . O E"rrtlT Parkway, S•sile;79ii S w, Ci n&urra g i & U . fel: !9441 35' 6 9 41u: j949'i 5 -9"695 I* �J 0 0 Exhibit B i?� #lam Rpark 6brrbdag ordruriee,Tae. U55A f [97VWff3 CAhVP1ES IPfrL. WARR rN purchsser Ptcduc� „_�. bate larxsli' L— USW ri icm Csnupt:s Uzi.lin. wa mnls lhrt� . A.) Fabric Is tAa0irlAnslly w;strantod 52r six i;G) }rats fp'cr Wears anrrsnty cgsSs Wine. imrkfnr, kming, fr ag W m0dew. B-) Bk Mlles l*r hmarVVind t&td aj rto Dendiy -clelh D) Stval work Is wmranW fxatpl60s of itarstlalian 9Aar E.) This **taro is out trart;ka k �'•1 °ih� wf dAbt nAl.usv:r rtnr<rrsl nl3�emrnr ar �zrtlr.>;1 irStfwel eausad by a� srA of uncbenromle ruutrc. This Wanentf'sheli on l} bb viad A) 1fcriginstwala;Mlyi3thrtkvaseig r9d,*-VSSA, Inc. ispnexared g) IrN+a 7xrhute Ii* Gruel ;n Evil x the gtwue a. is dSP dxetd of v rarnF luia,s, US'Sts will moor d w thm owner nitrhin tev (ij beans dens to mc'ct ar $wstn'.s fcr a sloc vWc Upoi site hurmim, #;,ojiljimsw.11 ba datartninid and ssscssad and p?xnIlAI Okl:Wa'swpelf” repsir or other wfi �c gAw:rdecl r ithin s ra�.r1 19 !s!d "rceabis tme frame, weo tr permitting. N.snuP mfe'* r l prs iasx under W4 wmjwo, will tc limlmdi 4 G'r 1Ye61acamer�ditfa;prp4r,ekvr, h >' �+rr9 cf rAtrialrni Ft�d� -sx gr� �7 Rvslrufihepeaduyandprcductswilt 1prc.raleiu dmwartcrl? peria. e d rn Lert�'f ut4iSSA, Iru. t Cuslotn wautass Intl. IG� rG- of O >y Q U Q Z BATTERSEA L U Q (n O I T I co vJ � 0 r m J- T PRAIRIE RD ,I ti �Jo 413/11 bgZ?PV QO �O �O 3 80 S-111H 180dM3N - r� I I PORT BRISTOL GIR I I- ^/L n (n Ott: MAGARTHUR BLVD N � � X X X r X - Eo X o O _ U d t N � (O [O cD CV N N N N N X X X O r N N X X N N N N' a I c U 3 U � O r (O m f0 Z ° ° � m L L Y r N M -0 -0 T3 N N N N Q U 2 w �. In a- E LL I I F Li. a 1 ° N 0 a ,I ti �Jo 413/11 bgZ?PV QO �O �O 3 80 S-111H 180dM3N - r� I I PORT BRISTOL GIR I I- ^/L n (n Ott: MAGARTHUR BLVD CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 17 June 13, 2006 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Recreation and Senior Services Marie Knight, Director 644 -3157 — mknight @city.newport- beach.ca.us SUBJECT: Contract for Purchase and Installation of Shade Structures at Bonita Canyon Sports Park ISSUE Should the City Council approve the attached Contract with United States Sports Surfacing of America for the purchase and installation of shade structures at Bonita Canyon Sports Park. RECOMMENDATION It is recommended that the Council approve the attached Contract with United Sports Surfacing of America for the purchase and installation of shade structures at Bonita Canyon Sports Park in the amount of $58,706. A budget amendment in the amount of $5,025 was approved to increase the balance carried over from the Storage Building CIP to meet the expenses for the Shade Structures. Those funds ($5,024.92) were transferred from the Bonita Canyon Sports Park interest account. Shade structures that meet the necessary safety specifications are a specialized item only manufactured by a limited number of vendors. In addition, the structures come in standard sizes that would not accommodate our needs and necessitate custom structures to be manufactured. Custom colored concrete will also be used to match the existing pavers in the park. United Sports Surfacing of America (USSA) provided bids from two vendors for the purchase and installation of the structures. The City has worked with USSA in the past and they have proven to be a qualified and reliable vendor. In addition a warranty sheet has been provided from USSA guaranteeing work. BACKGROUND Since the grand opening over three years ago, the Bonita Canyon Sports Park continues to be the most highly utilized sports parks with year round use by both soccer and baseball, in addition to the active use of the tennis courts, playgrounds and picnic areas. One of the only complaints staff ever receives regarding this park is the lack of shade. Although there were over 1,000 trees planted in the park, it will take several more years until they are mature enough to provide useful shade for park - goers. There are no covered picnic areas in the park and this is a popular spot for family gatherings. We have received numerous requests from the Youth Sports Commission members to look into shade options for the bleacher areas that are adjacent to the sports fields. DISCUSSION As you may recall, the opening of this park was delayed on several occasions due to construction related issues. One fortunate side effect of the extended construction delays was that nearly $2 million in interest earnings were credited to the construction proceeds during the course of construction. The Bonita Canyon bond indenture provides that the interest earnings can be (1) Contract for Purchase and Installation of Shade Structures at Bonita Canyon Sports Park Page 2 (June 13, 2006) transferred to the Newport-Mesa Unified School District improvement account; (2) utilized to reduce the outstanding bonds; or (3) for improvements to the sports park. The majority of the interest earnings were utilized for enhancements to the original construction contract and for the design and construction of the Newport Coast Loop Road project (an eligible NMUSD improvement account project). After the completion of the Loop Road project, $88,411 remained in the City's improvement account for further use. As part of the FY 2005/06 Capital Improvement Plan, City Council authorized $75,457 for an onsile storage facility at the park to be used by the various youth sports organizations for equipment. Ultimately prefabricated sheds were installed with staff labor at a significant savings leaving appropriations of $53,681 available for closely related projects. With the concurrence of the Youth Sports Commission, staff recommends that the remaining appropriation be used for sun shades providing shade and protection for the park patrons using the 8 ball field spectator stands and 6 picnic tables. Attachment A is a photo of the proposed structures. Staff brought this item to the Parks, Beaches & Recreation Commission for their input at the May 2, 2006 meeting. At that meeting several of the Commissioners expressed that they did not feel comfortable supporting this project as they felt it was unnecessary and too costly. Upon hearing the input of the Commission several members of the Youth Sports Commission contacted their Council representatives and asked that this item continue to be forwarded to the Council for approval. Marie Director '..mod.._ ya.� -. ��� - _ w_ . ,:e '_^!� � _ :: � - -- � - _. . . ;i i -•..� ''� w 'K j�,� r CONTRACT WITH UNITED SPORTS SURFACING OF AMERICA, INC. FOR THE PURCHASE AND INSTALLATION OF SHADE STRUCTURES AT BONITA CANYON SPORTS PARK THIS CONTRACT is made and entered into as of this _ day of 2006, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City "), and UNITED SPORTS SURFACING OF AMERICA, INC, a California corporation, whose principal place of business is 4000 Barranca Parkway, Suite 250, Irvine, CA, 92604 ( "Seller "), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to purchase nine "Custom Canopies" Shade Structures from Seller (hereinafter referred to as the "Shade Structures ). C. City also desires to engage Seller to install the Shade Structures at Bonita Canyon Sports Park in Newport Beach over the picnic area and over eight baseball field stands, as outlined further herein (hereainafter referred to as the 'Project'). Seller also has agreed to provide a 6 -year warranty on the fabric and a 10 -year warranty on the steel frames upon which the fabric will be hung. D. Seller has examined the location of all proposed work, is familiar with all conditions relevant to the performance of the services contemplated herein, and has committed to provide the required goods and services for the price specified in this Contract. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: SCOPE OF WORK Seller shall provide all of the project deliverables and perform all the services described in the Quotation attached hereto as Attachment A and incorporated herein by this reference. As a material inducement to the City entering into this Agreement, Seller represents and warrants that Seller is a provider of first -class products and services and that Seller is experienced in performing the work and services contemplated herein and, in light of such status and experience, Seller covenants that it shall follow the highest professional standards in performing the work and services and that all products and materials will be of good quality. For purposes of this Agreement, the phrase "highest professional standards' shall mean those standards of practice recognized by one or more first -class firms performing similar work under similar circumstances. Seller shall install the Shade Structures at Bonita Canyon Sports Park in Newport Beach, CA as described in the Quotation attached. 2. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Contract and Seller shall complete the Project within 60 days of execution of this Agreement. The failure by Seller to meet this deadline may result in termination of this Contract by City. Contract for Purchase and Installation of Shade Structures at Bonita Canyon Sports Park Page 2 (June 13, 2006) 3. COMPENSATION As full compensation for providing the products and services outlined in the Proposal, City shall pay to Seller and Seller accepts as full payment the sum of Fifty -Eight Thousand, Seven Hundred and Five Dollars and Ninety-Two Cents ($58,705.92). Seller shall not receive any additional compensation unless approved in advance by the City in writing. The City shall pay Seller forty percent (40 %) of the purchase price upon execution of this Contract, and the balance upon satisfactory delivery and installation. 4. ADMINISTRATION This Contract will be administered by the Recreation & Senior Services Department. Sean Levin shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Contract. 5. TYPE AND INSTALLATION OF MATERIALS /STANDARD OF CARE 5.1 Seller shall use only the products and materials described in Attachment A in performing Contract Services. Any deviation from the products and materials described in Attachment A shall not be installed unless approved in advance by the City Administrator. 5.2 Seller shall perform all work diligently, carefully, and in a good and workmanlike manner, and shall furnish all labor, supervision, machinery, equipment, materials, and supplies necessary therefore. 5.3 All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 5.4 Seller shall use colored concrete to match the existing pavers adjacent to the eight (8) bleachers. 6. RESPONSIBILITY FOR DAMAGES OR INJURY Seller agrees to indemnify, defend and hold harmless the City, its elected and appointed officials, officers, employees and agents ( "City Indemnities ") from any claims, demands or liability of any kind or nature, including, but not limited to, personal injury or property damage, arising from or related to the products, services or other performance provided by Seller pursuant to this Contract, unless such injury is caused by the sole negligence or concurrent active negligence of the City or City Indemnities. If Seller's negligence combines with the City's active negligence to cause injury, Seller and City agree that liability will be apportioned as determined by a court of competent jurisdiction. Neither party shall request a jury appointment. INDEPENDENT CONTRACTOR City has retained Seller as an independent Seller and neither Seller nor its employees are to be considered employees of the City. The manner and means of conducting the work are under the control of Seller, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Seller or its employees. Contract for Purchase and Installation of Shade Structures at Bonita Canyon Sports Park Page 3 (June 13, 2006) a. COOPERATION Seller agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Seller on the Project. 9. INSURANCE Without limiting Seller's indemnification of City, and prior to commencement of work. Seller shall obtain, provide and maintain at its own expense during the term of this Contract, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Seller shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City's at all times during the term of this Contract. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coveraqe Requirements. Workers' Compensation Coverage. Seller shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non - payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Seller for City. General Liability Coverage. Seller shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Contract, or the general aggregate limit shall be at least twice the required occurrence limit. ii. Automobile Liability Coverage. Seller shall maintain automobile insurance covering bodily injury and property damage for all activities of the Seller arising out of or in connection with work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, In an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. Contract for Purchase and Installation of Shade Structures at Bonita Canyon Sports Park Page 4 (June 13, 2006) 10, SUBCONTRACTING The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and competence of Seller. Assignments of any or all rights, duties or obligations of the Seller under this Agreement will be permitted only with the express written consent of City. Seller shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of City. 11. WITHHOLDINGS City may withhold payment to Seller of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Contract. Seller shall not discontinue work as a result of such withholding. Seller shall have an immediate right to appeal to the City Manager or his /her designee with respect to such disputed sums. Seller shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 12. CONFLICTS OF INTEREST The Seller or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act'), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Seller shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Seller shall indemnify and hold harmless City for any and all claims for damages resulting from Seller's violation of this Section. 13, NOTICES All notices, demands, requests or approvals to be given under the terms of this Contract shall be given in writing, to City by Seller and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Seller to City shall be addressed to City to: Sean Levin, Recreation Manager Recreation & Senior Services Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92663 Phone: 949 -644 -3159 - Fax: 949 -644 -3155 All notices, demands, requests or approvals from CITY to Seller shall be addressed to Seller to: Karoleen Alexander United Sports Surfacing of America, Inc. 4000 Barranca Parkway, Suite 250 Irvine, CA 92604 Phone: 949- 551 -4696 - Fax: 949- 551 -4695 Contract for Purchase and Installation of Shade Structures at Bonita Canyon Sports Park Page 5 (June 13, 2006) 14. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days prior written notice to Seller. In the event of termination under this Section, City shall pay Seller for services satisfactorily performed and costs incurred up to the effective date of termination for which Seller has not been previously paid. On the effective date of termination, Seller shall deliver to City all materials purchased in performance of this Contract. 15. COMPLIANCE WITH ALL LAWS Seller shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. 16. WAIVER A waiver by City of any term, covenant, or condition in the Contract shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 17. INTEGRATED CONTRACT This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and Contracts of whatsoever kind or nature are merged herein. No verbal Contract or implied covenant shall be held to vary the provisions herein. 18. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Contract and the attached Proposal, the terms of this Contract shall govern. 19. AMENDMENTS This Contract may be modified or amended only by a written document executed by both Seller and City and approved as to form by the City Attorney. 20. EFFECT OF SELLER'S EXECUTION Execution of this Contract by Seller is a representation that Seller has visited the Project Sites, has become familiar with the conditions under which the work is to be performed, and has taken into consideration these factors in submitting its Proposal. 21. INFRINGEMENT Unless otherwise expressly provided in this Contract, Seller shall be solely responsible for clearing the right to use any patented or copyrighted materials in the performance of this Contract. Seller warrants that any software as modified through services provided hereunder will not infringe upon or violate any patent, proprietary right, or trade secret right of any third party. Seller shall indemnify and defend City, at Seller's expense, against all claims, demands, suits, liability, and expense on Contract for Purchase and Installation of Shade Structures at Bonita Canyon Sports Park Page 6 (June 13, 2006) account of alleged infringement of any connection with the manufacture, sale, article of material furnished hereunder. 22. CONTROLLING LAW AND VENUE patent, copyright or trademark, resulting from or arising in normal use or other normal disposition of any good or The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange. 23. WARRANTY Seller expressly warrants that the goods covered by this Contract are: (1) free of liens or encumbrances, (2) of merchantable quality and fit for the ordinary purposes for which they are used, and (3) fit for the particular purpose for which they are intended, and (4) satisfactory and safe for consumer use. Seller also has agreed to provide a 5 -year warranty on the Custom Canopies fabric and a 10 -year warranty on the steel frame structures upon which the Shade Structures will be installed. This warranty is outlined in more detail in Attachment B. 24. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. IN WITNESS WHEREOF, the parties have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: Aaron C. Harp Assistant City Attorney for the City of Newport Beach ATTEST: LaVonne Harkless, City Clerk Attachments: Exhibit A. Quotation Exhibit B. Warranty CITY OF NEWPORT BEACH, A Municipal Corporation 0 Don Webb Mayor for the City of Newport Beach UNITED SPORTS SURFACING OF AMERICA, INC: Name: Title: Name: Title: 01/23/2006 16:11 FAX 9495514695 UNITED SPORTS SURFACING [A0021002 As Requested Shade Structures DATE: TO: Plione / Fax E A United Sports Surfacing of America, Inc, QUOTATION January 23, 2006 tXhlblj A www, spartsurf acing. com Andrea McGuire— Superintendent Of Recreation City of Newport Beach 949- 644 -3161 949 - 644 -3155 Thank you for the opportunity to provide you with the following quotation. PROJECT NAME: BONITA CANTON SPORTS PARK SHADE STRUCTURES by Custom Canopies Eight (8) Full Cantilever 2 Posts Custom Field Heights, 1 :12'x2216 "x12' 2: 13' x 22'6" x 12' 3: 10' x 22'6" x 12 4:161 x24'10 "x12' powder coated steel (white, black or beige) custom colors avail at addt'l cost 80 mph windload Shadesure high - density polyetbylene Cloth Had protection, approx 80% shade, 90% UV protection Expected life 10 -12 years, 6 year (normal wear) warranty against fading, cracking, tearing, fraying and mildew 534,407.18 removal, sales t21c proiect manneer, S vdar warranty on fabric ten leap warranty ofslee! an site Ppiee Excludes: Permits and PerformmncelWorranty Bonds Allow 6 weeks from date of Purchase Order (some orders may he shipped in less time). Karoleen Alexander, Estimator (949) 551 -4696 Should this proposal find your approval, please issue purchase order to: USSR, Inc - Fax (949) 551 -4695 Covering New Ground 4000 Barranca Parkway, Suite 250, Irvine, California 92604 • tel: (949) 551 -4696 • fax: (949) 551 -4695 03/31/2006 00:30 FAX 9495514695 UNITED SPORTS SURFACING �, "-4-7zfp4 United Sports Surfacing of America, Inc. USSA / CUSTOM CANOPIES INTL. WARRANTY Purchaser Installation Location: Product: Date Ins USSA/ Custom Canopies Intl, Inc. warrants that: tn 001/002 �xh►b1�- B A.) Fabric is conditionally warranted for six (6) years (Normal Wear) warranty against fading, cracking, tearing, fraying and mildew. B.) SO Miles Per hour Wind Load C.) High Density Cloth D.) Steel work is warranted for ten (10) years from completion of installation date E.) This warranty is not transferable F.) This warranty does not cover structural movement or internal impact caused by any acts of uncontrollable nature. This warranty shall only be valid: A) If original warranty is that was signed by USSA, Inc. is presented B) If the purchaser has paid in full for the products. In the event of warranty issues, USSA will respond to the owner within seven (7) business days to make arrangements for a site visit. Upon site inspection, conditions will be determined and assessed and potential obligations to perform repair or other will be provided within a reasonable and agreeable time frame, weather permitting. Manufacture's obligations under this warranty will be limited to: a) Replacement of the product or, b) Supply of equivalent products or, e) Repair of the products and products will be pro rated to the warranty period. Signed on behalf of USSA, Inc. / Custom Canopies Intl. Covering new ground 4000 BarraTica Parkway; Suite 250, Irvine, California 92604 - tel: (949) 551 -4696 - fax: (949) 551 -4695 Mayor Don Webb Mayor ProTem TO: Steven Rosansky Conrail Members FROM Keith D. Curry Leslie J. Daigle SUBJECT: Richard A. Nichols Tod W. Ridgeway DATE: Edward D. Selich CITY OF NEWPORT BEACH OFFICE OF THE CITY COUNCIL Honorable Mayor and Members of the City Council Keith Curry, Council Member, 7th District Shade Structures at Bonita Canyon Sports Park June 7, 2006 I asked the City Manager to place this item on the agenda for the June 13th meeting. My reasons for doing so is when staff from Recreation & Senior Services brought this item to PB &R for information, some PB &R members expressed a desire not to purchase and install the shade structures. The item on the PB &R agenda was not an action item, but an informational item only. Therefore, in the discussion that took place, PB &R did not actually vote to disapprove the action; thus, it did not provide me an opportunity to "call up" a PB &R vote. The shade structures were requested by sports groups which regularly utilize Bonita Canyon Sports Park. The existing trees are not of sufficient size to provide needed shade on hot days. Since the money which would be used to purchase shade structures is limited to Bonita Canyon Sports Parks uses, and since shade structures seem to be a high priority for park users, I hope the City Council will move forward with its approval to purchase and install them, so shade can be provided from the structures before the end of summer. I think this use and expenditure is entirely appropriate and justified, and I hope the rest of Council will agree. If there is some disagreement on my request, I do ask the item be continued until the June 27th Council meeting when I will be present. Thank you for your consideration. Keith Curry, Council Member City Hall • 3300 Newport Boulevard • Post Office Box 1768 Newport Beach California 92658 -8915 • www.city.newport- beach.ca.us