HomeMy WebLinkAboutArea West Fence Company; 2006-07-11; (3)760.7206917 City of Carlsbad/Clerk 05 24:08 pm 05-22-2006 2/13
City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager: Date Issued: May 22. 2006
Scott Bradstreet, Park Planner
(760) 434-2856 Request For Bid No.: Aviara Park Fencing
Mail To: CLOSING DATE: May 30, 2006
Recreation Department
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
Award will be made to the lowest responsive,
responsible contractor based on total price.
DESCRIPTION
Labor, materials and equipment to install 280 linear feet of 18 foot high, vinyl coated chain link
fencing for Aviara Park, including removal of existing 6 foot high fence.
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Scott Bradstreet, Park Planner
Phone No. (760)434-2856
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 ( _ ), 2 ( _ ), 3 ( _ ), 4 ( _ ), 5 ( _ ).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
Name Telephone
Address Fax
. L (^ ^ Z-0 1 0
City/State/Zip E-Mail Address
7607206917 City of Carlsbad/Clerk 05 24 30 p m 05-22-2006 3/13
Name and Title
contracts.
Authorized to sign
Title
Date
JOB QUOTATION
ITEM NO.
1
UNIT
lump sum
QTY
1
DESCRIPTION
Install 280 l.f. of vinyl coated 18' high chain
link fence
TOTAL PRICE
te,ooo.°°
Quote Lump Sum, including all applicable taxes. Award is by total price.
Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after
opening, unless otherwise stipulated by the City of Carlsbad. Award will be made by the Purchasing
Officer to the lowest, responsive, responsible contractor. The City reserves the right to reject any or
all bids and to accept or reject any item(s) therein or waive any informality in the bid. In the event of a
conflict between unit price and extended price, the unit price will prevail unless price is so obviously
unreasonable as to indicate an error. In that event, the bid will be rejected as non-responsive for the
reason of the inability to determine the intended bid. The City reserves the right to conduct a pre-
award inquiry to determine the contractor's ability to perform, including but not limited to facilities,
financial responsibility, materials/supplies and past performance. The determination of the City as to
the Contractor's ability to perform the contract shall be conclusive Note' Please do not-sign the
will execute the contract after
SUBMITTED BY:
A
Company/Busi Contractor's License Number
C-~ 13
Classification(s)
& (So t
Expiration Date
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.DJ:
OR
(Individuals) Social Security*:
-2-
7607206917 City of Carlsbad/Clerk 05:25:01 p m 05-22-2006 4/13
DESIGNATION OF SUBCONTRACTORS
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 work in excess of one-half of one percent of
the total bid, and the portion of the work which will be done by each sub-contractor for each
subcontract.
NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the
work 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
the 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."
PORTION OF WORK
TO BE
SUBCONTRACTED
Item
No.
Description of
Work
SUBCONTRACTOR*
% of Total
Contract
Business Name and Address
NONE
License No.,
Classification
& Expiration
Date
MBE
Yes No
Total % Subcontracted: 0%
M
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-3.Revised 03/13/02
76072069;) 7 City of Carlsbad/Clerk 05:25 28pm 05-22-2006 5/13
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
(Less than $25,000)
Labor:
I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances
governing labor, including paying the general prevailing rate of wages for each craft or type of worker
needed to execute the contract.
Guarantee:
I guarantee all labor and materials furnished and agree to complete work in accordance with
directions and subject to inspection approval and acceptance by: Scott Bradstreet. Park Planner
(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 in 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.
False Claims
Contract 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 be subject to the contractor to an
administrative debarment proceeding wherein the contractor may bej»r6vented from further bidding
on public contracts for a period of up to five years and thatdpBarment by another jurisdiction is
grounds for the City of Carlsbad to disqualify the Contracjpf^r subcontractor from participating in
contract bidding.
Signature:
Prin
-4- Revise'd 03/13/02
7607206917 City of Carlsbad/Clerk 05:26:00 pm 05-22-2006 6/13
Commercial General Liability, Automobile Liability and Workers' Compensation 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 insurers that
have: (1) a rating in the most recent Best's Key Rating Guide of at least A-:V and (2) are admitted
and authorized to transact the business of insurance in the State of California by the Insurance
Commissioner.
Commercial General Liability Insurance of Injuries including accidental death, to any one person in
an amount not less than $500,000
Subject to the same limit for each person on account of one accident in an amount not less than
$500,000
Property damage insurance in an amount of not less than $100,000
Automobile Liability Insurance in the amount of $100,000 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 clause 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 additional insured.
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.
-5- Revised 03/13/02
7667206917 City of Carlsbad/Clerk 05:26:36 p.m.05-22-2006 7/13
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: I agree to start within 10 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within 60 working days after receipt of Notice to Proceed.
CONTRACTOR:CITY OF CARLSBAD a municipal
corporation of the State of California:
city/state/zipj
k^fo I -490 D
City Clerk
lephone no.)
~(fax no.)
. CO/A
(e-mail address)
rO^^^^^I
(Proper notarial acknowledgment of execution by Contractor must be attached.
Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer
must sign for corporations. 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:
trOjty Attorney
Deputy City Attorney
-6-Revised 03/13/02
ACKNOWLEDGMENT
State of California
County of cNoLrv\J\
before
personally appeared
irv^ K. (TVlUoA.
(here insert name and title of the officer)
u
offi
WITNESS my hand and official seal.
Signature
_£,
personally known to me (er proved to me on the basis of {satisfactory ovidonoo) to be
the person(s) whose name(s) jsfare subscribed to the within instrument and
acknowledged to me that be/sbe/they executed the same in his/her/their authorized
capacity(ies), and that by-tas/hef/their signature(s) on the instrument the person(s),
or the entity upon behalf of which the person(s) acted, executed the instrument.
Conw*iton*14M19S
Noniy rUUto
Son Otooo County
MyConwi.lKplmOM9.tgoi
(Seal)