Loading...
HomeMy WebLinkAboutMobile Carpet Club Inc dba Carpet Club; 2017-03-20; PWM17-96GSPWM17-96GS CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT NEW FLOORING IN SENIOR CENTER DINING ROOM This agreement is made on the 6))-!:b. day of '-{¥\fl. M.L , 2017, by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Mobile Carpet Club, Inc., dba Carpet Club, a California corporation whose prjncipal place of business is 518 Washington Ave., Escondido, CA 92025 (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: Michael O'brien (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. Contractor 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. 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. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. «PROJNAME» Page 1 of6 City Attorney Approved 9/27/16 PWM17-96GS 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 c or ay be prevented from further bidding on public contracts for a period of up to five years d that deba~ ent by anot · n · on is grounds for the City of Carlsbad to disqualify the Contract or s contrac r from pa · g in contract bidding. Signature: Print Name: 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. BUSINESS LICENSE. The Contractor and all subcontractors are required to have and maintain a valid City of Carlsbad Business License for the duration of the contract. «PROJNAME» Page 2 of6 City Attorney Approved 9/27/16 ----~----------------~--- PWM17-96GS 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 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 fifteen (15) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within ten (10) working days after receipt of Notice to Proceed. CONTRACTOR'S INFORMATION. MOBILE CARPET CLUB, INC., dba CARPET CLUB, a California corporation Ill Ill Ill Ill Ill Ill Ill (name of Contractor) 531713 (Contractor's license number) C15 6/30/18 (license class. and exp. date) 1000003523 (DIR registration number) 6/30/17 (DIR registration exp. date) «PROJNAME» Page 3 of6 518 Washington Ave. (street address) Escondido, CA 92025 (city/state/zip) 760-740-9545 (telephone no.) 760-740-9648 (fax no.) denis@carpet club.com (e-mail address) City Attorney Approved 9/27/16 PWM17-96GS AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR MOBILE CLU By· CITY OF CARLSBAD, a municipal corporation of the State of California By: If required by City, proper notarial acknowledgment of execution by Contractor must be attached. ~ corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: flk~l'~ Deputy City Attorney «PROJNAME» Page 4 of6 City Attorney Approved 9/27116 PWM17-96GS 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 License No., %of be Subcontracted No. Classification & Total Expiration Date Contract N {)Y)-f. Total % Subcontracted: __ 9:......,.'------ The Contractor must perform no less than fifty percent (50%) of the work with its own forces. «PROJNAME» Page 5 of6 City Attorney Approved 9/27/16 PWM17-96GS EXHIBIT B New Floor in Senior Center Dining Room Contractor will provide all equipment, materials and labor necessary to remove old vinyl flooring, prep substrate, install moisture barrier, new vinyl planks and base at the city's Senior Community Center Dining Room, located at 799 Pine Ave. in Carlsbad. This includes but not limited to demolition and removal of existing vinyl floors and old adhesive. Floor prep includes sand/fill (as needed), and skim coating if needed. Work to include, new adhesive and professional placement of new, Contractor provided vinyl materials. Contractor will clean-up all work spaces after each day of work/installation. Furniture will be removed prior to installation and replaced after installation by City staff. Work item description is as follows: Item 1: Remove base and 2 layers of vinyl composite tile (VCT) in dining room, apply moisture barrier and replace floor with new vinyl planks and install new base. Demo: Prep: Materials: Labor: Base: Post: Labor for removal/recycle all VCT materials (two layers) and base. Floor prep: sand and skim coat, fill holes, remove old adhesive, and apply Traxx moisture barrier. Apply adhesive (Mannington Revol -133016 or equivalent). Provide vinyl planks Urban Surfaces Level 7 vinyl planks (color: to be determined) or equivalent. Labor to install vinyl and adhesive. Labor and material to install new Johnsonite 4" rubber wall base and transitions, (color: to be determined) or equivalent. Clean flooring debris. JOB QUOTATION ttEM UNIT··. QTY DESC~IPTION PRICE NO. 1 LS 1 Remove and Replace Existing Vinyl Floor and Replace $24,553 with Moisture Barrier and New Urban Surfaces Vinyl Planks TOTAL* $24,553 *Includes taxes, fees, expenses and all other costs. «PROJNAME» Page 6 of6 City Attorney Approved 9/27/16 /60.740.9545 800.84L6613 Fax: 71:10.740 9548 Escond•do, CA 9202fi , www.carpetcluo.com SOLD TO: THE CITY OF CARLSBAD 4011 OAK DRIVE CARLSBAD, CA. 92008 ATTN: MICHAEL O'BRIEN PROJECT CARLSBAD SENIOR CENTER DINING ROOM P. WAGE PREVAILING WAGES APPUED # DESCRIPTION OPTION ONE REPAIR DAMAGED 0 DATE 1117/2016 ADDEND: NONE Location DEMO REMOVE SPECIFIED DAMAGED TILE WHERE NEED SPECIFIED AREAS PREP SCRAPE OLD GLUE , CLEAN FLOOR , PREP FOR NEW VCT SPECIFIED AREAS VCT-1 MATC_HING VCT (IF IT CAN BE FOUND) TO REPAIR DAMAGED tSPECIFIED AREAS TRANS REPLACE MISSING OR DAMAGED TRANSITIONS ENTRY AND KITCHEN OPTION T\'10: REPLACE ALL DEMO REMOVE AND RE_CYCLE 2. LAYERS OF VCT PREP MB-1 VP-1 BASE TRANS GRIND OFF OLD ADHESIVE TO MAKE READY FOR MOISTURE Sl DINING ROOM TRA_XX MOIS!URE BARRIER (APPROVED TO 99%RH) DINING ROOM URBAN SURFACES ( 20 MIL) COMMERCIAL DINING ROOM JOHNSONITE 41NCH RUBBER BASE (COLOR TBD) PERIMETER WALLS INSTALL NEW COMMERCIAL ADA TRANSITIONS AT KITCHEN All KIT.,. ENTRY QTY 90 EA 5 HR 90 EA 18 LF 2,650 SF 2,650 SF 2,660 SF 2,650 SF 190 LF 24 Lf uo !!531713 Price @ 6.00 @ 85.00 @ 4.00 @ 9.50 @ 0.50 @ 1.00 ® 2.60 ® 5.00 ® 2.60 ® 9.50 Total Price: # ALTERNATES Location Change Exhibit "B" TOTAL 460.00 425.00 360.00 171.00 1,406.00 1,325,00 2.650,00 8,825.00 13,250.00 475.00 228.00 24,553.00 TOTAL NOTES: Prices Include au applicable taxes. Prices good for 30 days. Scope of work to be done during normal working hours. This proposal includes minor floor prep consisting of filling small holes and cracks. Sub floors are to be clean and free of construction material by general contractor or owner. It Is the responslbUity of the general contractor I owner to maintain a minimum temperature of 65 degrees 48 hours prior to and 72 hours after installation. THIS BID EXCLUDES: TUB STRIPS, REMOVING TOILETS AND APPLIANCES, MOISTURE TESTING, NIGHT & WEEKEND WORK, major floor prep, leveling, removal of existing Door covering or moving furniture. floor sealing due to moisture In slab, sealing, waxing, cleaning, scaffolding, paint touch up, protection of floor covering during the construction period, wall prep W base Is being replaced. Not responsible for Incorrect scaled drawings. Denis Royer Accepted