HomeMy WebLinkAboutClough Flooring Inc; 2000-10-19;City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager : Glen Boodrv
(760) 434-2944
Mail To:
Purchasing Department
City of Carlsbad
1635 Faraday Avenue
Carlsbad, CA 92008-7314
Date Issued: October 19, 2000
Request For Bid No. FAC 01-05
CLOSING DATE: November 16.2000
Bid shall be deposited in the Bid Box located in the first floor lobby of the Faraday Center
located at 1635 Faraday Avenue, Carlsbad, CA 92008 until 4:00 p.m. on the day of Bid
closing. 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 01-05.
DESCRIPTION
Labor, materials and equipment to: clean. touch-ur, worn sections of aame lines and re-coat (two coats) approximately 25.770 sauare feet of wood floors at three facilities oer manufacturer’s soecifications and Citv work schedule. Materials will be SUDDlied bv the Citv of Cakbad. Work
must be CornDIeted per attached facilitv work schedule (see attached Exhibit A) between December 18.2000 and December 31.2000.
There will be a mandatorv job walk-through scheduled for Friday, November 3,ZOOO at 9:00 am at the Calavera Hills Community Center located at 2997 Glasgow Drlve In
Carlsbad.
Project Manager: Glen Boodrv
Phone No. (760) 434-2944
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 ( 1, 2 ( ), 3 ( ), 4 ( ), 5 ( ).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
e4ouah l%h?nnLs I zlz!e,l Name J
P 0 60x 2668 Addreis
Name and Title of Person Authorized to sign
hiAn : CR 9aOal City/State!Zip
[id 1579~/,35-T
Ta phon . ?LdP9 57+- 9#33 Fax
Name
v/k P?5/2kflf
Title
//- ~40
Date
5/l o/o0 -1-
JOB QUOTATION
. ’
r‘
Quote Lump Sum, including all applicable taxes. Award is by total price.
Job Completion date: Per attached facility work schedule (see attached Exhibit A.)
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: \ Qdl hhm/?u I zf!! ,
Compady/Business N&e’
/tC-~,~
Authoriz6d Skr’kture
/I -7-QO
Date
l!GL5~$v
Contractor’s License Number
c-/s’
Classification(s)
3/s/ /o/
Expiration Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 33 -05x9~~
OR
(Individuals) Social Security #:
OPENED, WITNESSED AND RECORDED:
I/- /&~as
DATE SIGNATURE
-2- 511 0100
laboratory (USSLJ.
l aaaaaaaaaaaaaeaaaaeeeeee
Threshold Detail I4” x 7” 3b+b Threshold
2” Expansion Space
Duracushion Sleeper
Vapor Barrier
-- MI/AK. w
. . --
.
DESiGNATlON 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 SUBCONTRACTOR*
TO BE SUBCONTRACTED
Item Description of % of Business Name and Address
No. Work Total
Contract
Total % Subcontracted: AY
* Indicate Minority Business Enterprise (MBE) of subcontractor.
License No.,
Classification 8 Expiration Date
MBE
Yes No
-3- 5/10/00
CITY OF CARLSBAD
(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: Glen Boodrv. Facilities Proiect Coordinator.
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 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:
Print Name: ,
-4- 5/1 o/o0
Commercial General Liability, Automobile Liability and Workers’ Compensation insurance:
The successful contractor shall provide to the City of Carisbad, 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 wiilful 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/Completion Date: I agree to start and complete work within the dates set forth in Exhibit A.
-5- 511 o/o0
COtiTRACTOR:
(sigdhere) / Ktiin 3n\Rnson, \I,P t
(print namqani?iIli#
By:
(sign here)
(address) - ll!yn,flk 9 addi
(city/stat zip) ’ r 1M4 J5794457 (t&ephone no.)
(019) 519‘- 9%33
(f2x no.)
CITY OF CARLSBAD a municipal
corporation of the State of California
(address)
?b QW asa\ (tgphone no:)
ATTEST:
\
City Clerk KAREN R. KUNDTZ, Assistant City Clerk
(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 S TO FORM:
I
-6- 5/1 o/o0
- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of >
ss.
On I?/ loo I
D& Name and Title of Officer (e g., “J&e Doe, Notary Public”) /
personally appeared (4~ Johnsm Ot- ban& J3hnzun Name(s) of Signer(s)
Place Notary Seal Above c
&personally known to me
to be the person(s) whose name(s) @
subscribed to the within instrument and
acknowledged to me thatMf#&N&&xecuted
the same in ljHjW/@&) authorized
capacity(ies), and that by bi§?b&m
signature(s) on the instrument the person(s), or
the entity upon behalf of which the person(s)
acted, executed the instrument.
OPT/O-NAL
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attache
Title or Type of Document:
Document Date: I! o/m I
Signer(s) Other Than Named Above:
IclorKs Lhh2z.f
Number of Pages: .3
AmE
Capacity(ies) Ciai d by Signer
Signer’s Name: dlN -3ihfwn \
C Individual
FCorporate Officer - Title(s): v# PI \ I
0 Partner - 0 Limited 0 General / --
q Attorney in Fact
0 Trustee
Cl Guardian or Conservator
0 Other:
Signer Is Representing:
Top of thumb here
0 1999 National Notary Awxiation * 9350 De Soto Ave. P.O. Box 2402 *Chatsworth. CA 91313-2402 - wwwnat~onalnotaryorg Prod. No. 5907 Reorder: Call Toll-Free I-800-876-6827
- REQUEST FOR REFERENCES
In the space provided below please list your references:
Name of Organization Contact Name / Title / Phone
“f$ of @h.u/~ Iji57izJ R/c;k fl&&$ Rfihw/y c > $:$1/D
&E?t?m+$~~~~l D&&$ Litid& &fbhiyj ‘B
hd
l&d~S~~ &&L- gy’s/
fiij? 0-f s&? Lkjo &P ~mv, &~dG$? v
c- ) 614 58s - 8x&J-
-7- 5/10/00