Loading...
HomeMy WebLinkAboutMC Painting Inc; 2016-02-22; PWM16-59PEMCITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT SAFETY TRAINING CENTER INTERIOR AND EXTERIOR PAINTING MC PAINTING, INC. PWM16-59PEM This agreement is made on the L~ (\J day of teJoru , 20J!o, by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City" , and MC Painting, Inc., a California corporation, whose principal place of business is 2525 Ramona Drive, Vista, California 92084 (hereinafter called "Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor's proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by: Jason Kennedy (City Project Manager) WAGE RATES. The general prevailing rate of wages for each craft or type of worker needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. The contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. SAFETY TRAINING CENETER INTERIOR & EXTERIOR PAINTING Page 1 of 8 City Attorney Approved 10/6/15 PWM 16-59PEM FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the contr9ttor may be prevented from further bidding on public contracts for a period of up to five years and thG!t'debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or s~,bcontractor ~m participating in contract bidding. Signature: /f) L{;LJ} lA/(,A -- '! L. \. ~ Print Name: Ke..-r\3 levlt$" REQUIRED INSURANCE. The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability insurance are to be placed with California admitted insurers that have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than ........ $1 ,000,000 Subject to the same limit for each person on account of one accident in an amount not less than ....... $1 ,000,000 Property damage insurance in an amount of not less than ........ $1 ,000,000 Automobile Liability Insurance in the amount of $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non- scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clauses providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as an additional insured. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. INDEMNITY. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance SAFETY TRAINING CENETER INTERIOR & EXTERIOR PAINTING Page 2 of 8 City Attorney Approved 1 0/6/15 PWM16-59PEM of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. JURISDICTION. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: Contractor agrees to start within thirty (30) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within ninety (90) working days after receipt of Notice to Proceed. CONTRACTOR'S INFORMATION. MC Painting, Inc. (name of Contractor) 695478 (Contractor's license number) C33-3/31/16 (license class. and exp. date) 100026859 (DIR registration number) 6/30/2016 (DIR registration exp. date) Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill SAFETY TRAINING CENETER INTERIOR & EXTERIOR PAINTING 2525 Ramona Drive (street address) Vista, CA 92084 (city/state/zip) 760-599-8000 (telephone no.) 760-599-8775 (fax no.) shane@mc-painting. com (e-mail address) Page 3 of 8 City Attorney Approved 1 0/6/15 PWM 16-59PEM EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each sub-contractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each sub-contractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." SUBCONTRACTORS Portion of Project to Business Name and Address DIR Registration be Subcontracted NONE Total% Subcontracted: NONe, SAFETY TRAINING CENETER INTERIOR & EXTERIOR PAINTING No. Page 5 of 8 License No., %of Classification & Total Expiration Date Contract City Attorney Approved 1 0/6/15 ;j) 1 PWM 16-59PEM EXHIBIT B SCOPE OF WORK Task #1: Scuff sand, spot treat rusted areas with Zero Rust (rust inhibitive primer) and apply two (2) coats of Dunn Edwards Endure-Gloss oil based enamel to six (6) steel window frames, one (1) door leading into residential garage, two (2) exhaust fan cages on roof and cable safety rail posts at residential burn prop building. Total: $2,265.00 Task #2: Scuff sand, spot treat rusted areas with Zero Rust (rust inhibitive primer) and apply two (2) coats of Dunn Edwards Endure-Gloss oil based enamel to exterior steel window frames, steel architectural structures, exterior stairway metal, steel canopies, and all hollow metal doors on the commercial burn prop building. Total: $20,200.00 Task #3: At interior of range building, remove green tack boards from both training classroom walls (adjacent to SmartBoards), patch and spot prime walls as needed and apply two (2) coats of matching grey 100% acrylic paint to walls in both classrooms. Scuff sand, prime as needed and apply two (2) coats of Dunn Edwards Endure-Gloss oil based enamel to handrails, metal risers at main stairs and class room doors. On first floor shower room floor, mop clean, prepare and prime as necessary and apply a two (2) component urethane to floor at shower area to help with cleaning issues. Total: $6,735.00 Notes: 1. City will provide paint color information to match existing paint colors for all areas to be painted. 2. All work will require scheduling with the Facility Manager to ensure no conflicts with training events. 3. Pricing includes prevailing wages. 4. All work to be performed in one move on per area. 5. Work includes painting behind steel architectural structures as best as possible (space limitations). 6. MC Painting to provide lift equipment for elevation work. 7. Prefinished light grey aluminum window mullions, BTl forcible entry doors, garage canopy at range building vehicle storage and any other work not specifically called out in the above tasks are excluded from this project. JOB QUOTATION ITEM UNIT QTY DESCRIPTION. NO. . . . 1 LS 1 Task #1 2 LS 1 Task #2 3 LS 1 Task #3 *Includes taxes, fees, expenses and all other costs. SAFETY TRAINING CENETER INTERIOR & EXTERIOR PAINTING Page 6 of 8 .... .... .PRICE $2,265.00 $20,200.00 $6,735.00 TOTAL* $29,200.00 · City Attorney Approved 1 0/6/15 EXHIBIT C LABOR AND MATERIALS BOND PWM16-59PEM Bond No.: 1025245 Premium: $250.00 WHEREAS, the City of Carlsbad, State of California, has administratively awarded to MC Painting, Inc., (hereinafter designated as the "Principal"), a Contract for: SAFETY TRAINING CENTER INTERIOR AND EXTERIOR PAINTING in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, MC PAINTING, INC .. as Pri~cipal, (hereinafter designated as the "Contractor"), and The Hanoyer Insurance Company· , as Surety, are held firmly bound unto the City of Carlsbad in the sum of twen(y nine thousand, two hundred Dollars ($29,200), said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the Contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so as to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. SAFETY TRAINING CENETER INTERIOR & EXTERIOR PAINTING Page 7 of 8 City Attorney Approved 10/6/15