Loading...
HomeMy WebLinkAboutClassic Painting Inc; 2009-12-30;City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager Thomas Moore Date Issued: October 23, 2009 (760) 434-2939 Request For Bid No.:PWGS475 Mail To: CLOSING DATE: October 23. 2009 _ Purchasing Department Bid shall be deposited in the Bid Box located City of Carlsbad in the first floor lobby of the Faraday Center 1635 Faraday Avenue located at 1635 Faraday Avenue, Carlsbad, Garlsbad. California 92008-7314 €A 02008 until 1:00 p.m. on the day of Bid 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. DESCRIPTION Labor, materials and equipment to complete Anti-Graffiti Coating Installation on Seawall No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Thomas Moore Phone No. 760-434-2939 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 (D), 2 (D), 3 (D), 4 (D), 5 ([ID- SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Classic Painting Inc 619-397-4627 (o) 760-802-4503 (c) Name Telephone 601 E Palomar St Ste C427 Address Fax Chula Vista CA 91911 £/£&£/£•/?*«•'*+***'* (£ City/State/Zip E-Mail Address -1- Revised 08/11/09 Name and Title of Person Authorized to sign contracts. Name Date JOB QUOTATION ITEM NO. 1 UNIT JOB QTY 1 DESCRIPTION "No More Graffiti" Anti-Graffiti Coating Installation on Seawall as quoted TOTAL PRICE $29,986.25 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 contract document (last page) at this time. The successful contractor will execute the contract after bid award. SUBMITTED BY: Classic Painting Inc 915663 Company/Business Name Contractor's License Number C33 Autrlbrtfed Signature Classification(s) 5/31/2010 Printed Name and Title Expiration Date Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: OR (Individuals) Social Security*: -2-Revised 08/11/09 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 License No., Classification & Expiration Date MBE Yes No Total % Subcontracted: Indicate Minority Business Enterprise (MBE) of subcontractor. -3-Revised 08/11/09 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: Thomas Moore (project manager) The Payment of Prevailing Wages is Not Required The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the provisions of the California Labor Code when the public work is not a statewide concern. The City Manager has determined that it is not in the best interest of the city to require the payment of prevailing wages for this project. Payment of prevailing wages is at contractor's discretion. 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 years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding. ^ Signature: ^S^^^^^ Print Name: -4- Revised 08/11/09 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 08/11/09 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 working days after receipt of Notice to Proceed. Completion: I agree to complete work within CONTRACTOR: Classic Painting Inc _ By: By: (name of Contractor) _ (sign here) (print name and title) (e-mail address)) (sign here) v/orking days after receipt of Notice to Proceed. CITY OF CARLSBAD a municipal corporation of the State of California: V. ntCity Manager (address) (telephone no.) (print name and title) (address) (city/state/zip) (telephone no.) (fax no.) ATTEST: LORRAINE MWOO City Clerk (e-mail address) (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or vice-president and secretafy, assistant secretafy, CFQ-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: RONALD R. BALL, City Attorney BY: ^\! y.J -6-Revised 08/11/09 State of California County of 17 ACKNOWLEDGMENT r~- — Noi* -X-3 -,e before me, (insert name and title of the officer) personally appeared who proved to me on the basis of satisfactory evidence to be the personj^f whose namej£) is subscribed to the within instrument and acknowledged to me that he/sjreVtb^y executed the same in his/hj^r/thpif authorized capacity(jies'), and that by his/r^/theif'signature^) on the instrument the person j$T or the entity upon behalf of which the personjjs} acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature WWVArt/WVWWWWVVWVWWWVW BASIL ELKHOURl! COMM #1801898 (Seal) NOTARY PUBLIC • CALIFORNIA g --_,[r- SAN DIEGO COUNTY •*>^aSf/Commission Expire9 JUNE 1 6, 201 2 J vvv»vv«vwwvlvWUWAMJWVWyW«YVVaVUWVWWV« CLASSIC PAINTING, INC. 601 E. Palomar St., Ste. C427 Chula Vista, CA 91911 (619) 397 - 4627 Office (760) 802 - 4503 Cell Lie. 915663 Customer Name: Date: Proposal Number: Dale 10/19/09 1185 Company: Public Works Dept City of Carlsbad Address: 405 Oak Avenue, Carlsbad CA 92008 Subject: Anti-Graffiti Sea Wall Classic Painting, Inc. Purposes to furnish labor, materials and equipment necessary to perform the following scope of work. The intent of this proposal is to offer a qualified bid based upon our investigation of the work area and previous experience with this type of work. Standard certificates of insurance are available upon request and special insurance, permit, licenses or health code standard requirements may be provided at an additional cost to owner. THIS PROPOSAL IS VALID FOR 30 DAYS Area of Work: Sea Wall Scope of Work: Mask work area as needed with complete tent each day of work Weeds to be removed by City of Carlsbad Wall should be made even looking by way of sand blasting or other methods (this is not included in bid) Remove dust and organics Apply "No More Graffiti" base coating Apply "No More Graffiti" top coating Remove masking, clean work area and haul away all debris Material: No More Graffiti system CLASSIC PAINTING, INC. 601 E. Palornar St., Ste. C427 Chula Vista, CA 91911 (619) 397 - 4627 Office (760) 802 - 4503 Cell Lie. 915663 All areas receiving work must be accessible A. One year warranty on all labor. Materials will be warranted for 3 years per manufacturer specs (Warranty excludes vandalism, misuse, abuse and acts of nature) B. Pedestrian access way within work area to be prohibited for the duration process. C. Additional work to be performed upon signed change of work order. D. Unforeseen conditions not included. Example (spalled or cracked concrete, steel or substrate material, poor underlying substrate, poor structure, plumbing, drywall, drains, ETC.) E. Material supplier AGS will be allowed the use of pictures and video for the purpose of promoting ACS throughout CA. F. Material supplier AGS will require a representative from Carlsbad to give a short recorded video statement regarding the graffiti issue at the Sea Wall Project. lis Olivas Date/ President Title Accepted by Purchaser Date Title CLASSIC PAINTING, INC. 601 E. Palomar St., Ste. C427 ChulaVista,CA 91911 (619) 397 - 4627 Office (760) 802 - 4503 Cell Lie. 915663 Quantity: approximately 42,250 sq ft Amount: Cost 1. Labor and equipment $17,010.52 2. Materials $17,550.23 3. Discount $ 4,574.50 4. Tax (exempt) $ 0.00 Total Cost $29,986.25 Payment Terms: 25% advance mobilization fee with balance due on completion.