Loading...
HomeMy WebLinkAboutClough Flooring Inc; 2002-01-04;REQUEST FOR BID I This is not an order. Project Manager : Bob Richardson Date Issued: October 1, 2001 (760) 434-2944 Request For Bid No. FAC 02-08 Mail To: CLOSING DATE: October 31,200l Purchasing Department City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008-7314 Award will be made to the lowest responsive, responsible contractor based on total price. 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. Please use typewriter or black ink. Envelope MUST include Request For Bid No. FAC 02-08. DESCRIPTION Labor, materials and equipment to: clean, touch-up worn sections of game lines and re-coat (two coats) approximately 25.770 square feet of wood floors at three facilities per manufacturer’s specifications and Citv work schedule. Materials will be supplied bv the City of Carlsbad. Work must be completed per attached facilitv work schedule (see attached Exhibit A) between December 17,200l and December 31,200l. There will be a mandatory job walk-through scheduled for Friday, October l&2001 at 9:00 am at the Calavera Hills Community Center located at 2997 Glasgow Drive in Carlsbad. Project Manager: Bob Richardson Phone No. /760) 434-2944 Submission of bid implies knowledge of all job terms a Contractor acknowledges receipt of Addendum No. 1 (J, 4 L), 5 (J. r SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Name and Title of Person Authorized to sign PllG30K 2708 Address nm\d l!! o uth Name Title ioJ~~b\ Date -l- 5/l o/o0 I JOB QUOTATION ~dES;6RIPTlON TOTAL PRtCE Clean, touch-up game lines and double coat 25,770 square feet of wood floors at City of Carlsbad facilities. 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: Contractor’s License Number Contractor’s License Number c-/s c-/s Classification(s) , Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax l.D.#: (Individuals) Social Security #: OR -2- 5/1 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 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* Total % Subcontracted: IY * Indicate Minority Business Enterprise (MBE) of subcontractor. -3- 511 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: Bob Richardson, 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 participating in contract bidding. 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 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 . . . . . . . $500,000 Property damage insurance in an amount of not less than.. . . . . ..$I 00,000 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. 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- 5/l o/o0 CONTRACTOR: CITY OF CARLSBAD a municipal corporation of the State of California (citylstatelzip) ’ 1 (fax 6.) M. WOOD December 18, 2001 (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: RONALD R. BALL, City Attorney BY: /4i+x&G fi, /%GHw Deputy City Attorney -6- 5/10/00 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of > ss. On personally appeared , before me, R Name and Title of Officer (e-g., -Jane Doe, Notary Public”) Oiv~ l!4m.ucl Name(s) of Signer(s) ersonally known to me KARI ANY JENKINS Cominission d I28WXl Notory Public - CuikmIa 1 San OIO county - Place Notay Seal Above to be the person@ whose name&w subscribed to the within instrument and acknowledged to me that@Q#eltbppexecuted the same in @&Jw%@& authorized capacity(w), and that by &&RW@& signaturew on the instrument the personm, or the entity upon behalf of which the personw acted, executed the instrument. OPTIONAL 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 Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: q Individual 0 Corporate Officer -Title(s): 0 Partner- q Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Top of thumb here 0 19% National Notary Asseaation * 9350 De soto Ave., P.0. Box 2402 * Chatsworth. CA 91313-2402 * w nationalnotaryzxg Prod. No. 5907 Reorder. Call Toll-Free l-800-876-6827 REQUEST FOR REFERENCES In the space provided below please list your references: -7- 511 o/o0 EXHIBIT A - -8- 5/1 o/o0 . City of Carlsbad October 26,200l ADDENDUM NO. 1 . BID NO. FACO2-08 - HARDWOOD FLOOR RESURFACING AT THREE &MUNITY CENTERS Please include the attached addendum in the notice to Bidder/Request for Bids you have for the above project: This addendum-receipt acknowledged-must be attached to your Proposal Form/Bid when your bid is submitted. LEVI N DAVIS Buyer Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 1635 Faraday Avenue - Carlsbad, CA 92008-7314 l (760) 602-2460 l FAX (760) 602-8556 @ CITY OF CARLSBAD ADDENDUM NO. 1 TO BID NO. FACO2-08 HARDWOOD FLOOR RESURFACING AT THREE COMMUNITY CENTERS October 26,200l The closing date for this contract has been changed from October 31.2001 to November 8, 2001. The mandatory walk-through for this project has been cancelled. If you would like to schedule a walk-through for this project, please contact our Facilities Division office at (760) 434-2980.