HomeMy WebLinkAboutCarpets By Phillips / Phillips Abbey Carpets; 2001-08-24;City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager: Greo Clavier Date issued: Auqust 13,200l
1760) 434-2991 Request For Bid No.: FAC 02-04
Mail To: CLOSING DATE: NIA
Public Works - Facilities Maintenance
City of Carlsbad
405 Oak Avenue
Carlsbad, California 92006
Award will be made to the lowest
responsive, responsible contractor based on
total price.
Please use typewriter or black ink.
Envelope MUST include Request For Bid
No. FAC 02-04.
DESCRIPTION
Labor, materials and equipment to: remove existing carpet and cove base in the Carlsbad
Harding Communitv Center main building and ‘D’ building and install new Blue Ridge Touchstone
commercial carpet (gluedown) and Roppe 2 %” rubber cove base in same, color to be selected.
See attached Scope of Services and Fee.
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager:
Phone No.
Greg Clavier
1760) 434-2991
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 L), 2 L), 3 L), 4 L), 5 L).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor:
L/r
Name / ry‘/s
6 Gm/at&,A
Address .
on Authorized to sign
f-29 92oH
City/State/Zip
~76o-l -x7- 593 3
Telephone
Fax
-l- Revised 5/l O/O0
JOB QUOTATION
remove existing and install new Blue
Ridge Touchstone commercial carpet and
cove base as per attached Scope of $7661 .OO
Services and Fee.
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.
SUBMITTED BY:
7JL297
Contractor’s License Number
C-/Y
Classification(s)
Expiration Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax l.D.#: 33 oa //WI
OR
(Individuals) Social Security #:
-2- Revised 5/l O/00
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 exces 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
SUBCONTRACTOR* MBE
Total % Subcontracted: J
l Indicate Minority Business Enterprise (MBE) of subcontractor.
-3- Revised 5/l O/O0
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:
Gren Clavier, Public Works Supervisor.
(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 be prevented from further
bidding on public contracts for a period of up to five year barment by another
jurisdiction is grounds for the City of Carlsbad to disquali actor or subcontractor from
participating in contract bidding.
Signature:
Print Name: chL& s tiii,A
-4- Revised 5/l O/O0
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
. . . . . . .$500,000
Property damage insurance in an amount of not less than.. . . . . ..$lOO.OOO
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.
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 30 working days after receipt of Notice to
Proceed.
-5- Revised 5/l O/O0
CONTRACTOR:
7L5lbcn+ (print name and title) I
*tpbuua 3‘, h-d s&++ay
(print name and title)
210 c!&wu&t bw
I (address)
LE ca 9zod
(city/state/zip)
ATTEST:
-fb3t p”““““” -%o - 72y- 5m-s City Clerk *
(fax no.) Dated: September 11, 2001
CITY OF CARLSBAD a municipal
corporation of the State of California
(address)
(telephone no.) -
(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.)
APPROV AS TO FORM:
-6- Revised 5/l O/O0
City of Carlsbad
Minor Public Works Contract No. FACO2-04
Harding Community Center Recarpeting
SCOPE OF SERVICES AND FEE
Scope of Services:
340 yards
Remove existing carpet and cove base in main building and ‘D’ building
Install Blue Ridge Touchstone commercial carpet (gluedown) and Roppe 2 % rubber
cove base in same.
Color to be selected.
Fee: $7681 .OO
I Gd& A%/ / I hd/ Compfiy
Address
SI City/State/Zip
@)x7-=93~ Phone
August 2,200l
Date
-7- Revised 5/l 0100
ACORD, CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDWYY) 06/29/2001 PRODUCER (714)508-1450 FAX (714) SOB-1455 1 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION --.- -- AND CONFERS NO RIGHTS UPON THE CERTIFICATE
uiR. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR IR THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Garrett/Mosier Insurance Services, Inc.
17291 Irvine Blvd., Suite 104
T”qtin, CA 92780
i Goodman ~IOVER AGE 1
p&ED INSURER A: Connecticut Indemnity Co.
Carpets by Phillips
626 Camelot
Oceanside. CA 92054-4899
INSURER 8:
INSURER c:
INSURER a:
IM.SI lm=FI I=. I 1-- ..__“.._.._. I
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
:“R” TYPE OF INSURANCE POLICY NUMBER P$#Y;fZgVE POUCY EXPlRATlON YI DATE (MMIDD/YYI LIMITS
GENERAL LIABILITY EACH OCCURRENCE S
COMMERCLAL GENERAL LIABILITY FIRE DAMAGE (Any one tire) $
CIAIMS MADE cl OCCUR MED EXP (Any one person) $
PERSONAL & ADV INJURY t
GENERAL AGGREGATE s
GEN’L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMPKIP AGG 0
POLICY PRO. JECT LOC
AUTOMOBILE UABIUN COMBINED SINGLE LIMIT o
ANY AUTO (Ea accident)
ALL OWNED AUTOS BODILY INJURY
(per persw $ SCHEDULED AUTOS
HIRED AUTOS BODILY INJURY
NON-OWNED AUTOS (Per accldm) s
PROPERN DAMAGE (Per accident) s
ARAGE UABIUN AUTO ONLY - EA ACCIDENT 6
ANY AUTO OTHER THAN EAACC t
AUTO ONLY: AGO S
EXCESS LIABIUTY EACH OCCURRENCE $
OCCUR cl CLAIMS MADE AGGREGATE $
s
DEDUCTIBLE s
RETENTION 0 s
WORKERS COMPENSATlON AND CAP108162 07/01/2001 07/01/2002 WC mu TORY LIMIT& OTH ER- EMPLOYERS UABILIN
A EL EACH ACCIDENT $ 1,000,00~
EL. DISEASE - EA EMPLOYEE $ 1,000,00~
E.L. DISEASE - POLICY UMIT $ 1,000,00~
OTHER
>EBC RIPTION OF OPERATlONYLOCATlONYEHlCLES/EXCLUSlONS ADDED BY ENDORSEMENT/SPECIAL PRO\IISIONS RE: All operations of the named insured subject to the terms and conditions of the policies.
“10 Day Notice of Cancellation in the Event of Non-payment of Premium.
^---.-.-a-- ..a* -cm I I --..a.-. . 1w.1.. r;kH I IFIGAI k tlULlJEH I 1 ADDITIONAL INSURED; INSURER LEITER: t
City of Carl sbad Pub1 i c Works 405 Oak Avenue Carlsbad, CA 92008-3009
ACORD 25-S (7/97)
C;ANC;tLLA I IUN
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPlRATlON DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
- DAYS WRITTEN NOTICE TO THE CERTlFlCATE HOLDER NAMED TO THE LEFT, 30”
BUT FAILURE TO MAIL SUCH NOTlCE SHALL IMPOSE NO,OBUGATlON OR LIABILITY
ACORQ, CERTIFICATE OF LIABILITY INSURANCE DATE (MMfDDnv)
02/14/2001
PRODUCER (858)268-9400 FAX (8581268-9773 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
C. LEE WILLIAMS & ASSOC. #OS03722 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
P. I). BOX 23638 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
An95 MURPHY CANYON RD. X202
) DIEGD, CA 92193 INSURERS AFFORDING COVERAGE
~SURED Carpets by Phllllps, Inc. INSURER A: HARTFORD INSURANCE CO. 626 Camelot Dr. INSURER B:
Oceanside, CA 92054 INSURER C:
INSURER D:
I INSURER E: I - -_ _-- _ ---
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
iTsRR TYPE OF INSURANCE POLICY NUMBER
1 GENERAL LIABILITY ‘2SBNES3 160
r GENI AGGREGATE LIMIT APPLIES PER
POLICY !E
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-OWNED AUTOS
H I
jARAGE LIABILITY
t-i
ANY AUTO
EXCESS LlABlLtTY
OCCUR cl CWMS MADE
DEDUCTIBLE .
RETENTION S
WORKERS COMPENSATION MD
EMPLOYERS LIASIUTY
1_1 IESCRIPTION OF OPERATlONSlLOCATiONS
IDNE PROVIDED
IONE PROVIDED
IONE PROVIDED
City of Carl sbad Pub1 ic Works 405 Oak Ave Carl sbad, CA 92008- 3009
HE PROVIDED
K)NE PROVIDED
iICLE!ZXCLUSIONS ADDED BY ENDORSEN
‘OLICY EFFECTIVE DATE IMMIDDIWI 02/15/2001
T/SPECIAL PROVIS
‘OLICY EXPIRATION DATE (MMIDDNYI UMITS 02/15/2002 EACHOCCURRENCE S 1,000,00~
I COMBINED SINGLE LIMIT (Ea accident) I
s
I BODILY INJURY 6-r P-w I 5
I BODILY INJURY (Per accident)
PROPERTY DAMAGE (Per acddent) S
AUTO ONLY - EA ACCIDENT S I OTHER THAN EAACC S
AUTO ONLY: AGGl S
EACH OCCURRENCE S
AGGREGATE S
5
S
S WC mu- OTH TORY LIMITS ER-
E.L. EACH ACCIDENT S
NS
I
CERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETTER CANCELLATION
I ACORD 25-S (7197)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPlRATlON DATE THEREOF, THE ISSUING COMPANY WILLENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLlGATtON OR LtABlLlTY
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHQRIFED REPRES~NTATNE I OACORD CORPORATION 1988