HomeMy WebLinkAboutCreative Lighting Inc; 2000-06-06;City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager Jenv Rodriauez Date Issued: March 16, 2000
(760) 434-2857 Request For Bid No.: POO-63 -A-
Mail or Deliver to: CLOSING DATE: April 6, 2000
Purchasing Department
City of Carlsbad
1635 Faraday Avenue
Carlsbad, California 92008-7314
Bid must be received prior to 500 p.m. on the
date of Bid closing.
Please use typewriter or black ink.
Award will be made to the lowest responsive,
responsible contractor based on total price.
Envelope MUST include Request For Bid
No.POO-03
DESCRIPTION
Labor, materials and equipment to uodate tennis court liahtina svstems at Laauna Riveria Park and
La Costa Canvon oer enclosed plans.
’ No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Jerry Rodriguez
Phone No. 7601434-2857
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 0, 2 (),3 (),4 0, 5 0.
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
c-+T$&iw~ LfGmuc ziic )
Name
674 cA-;amti ST 793
Telephone<%g> 2 7 7- /cx>z
(%8) s77-/u37
Fax
Address
QGbca3, CB %Jll( City/State/Zip
-l- 9124199
.
Name and Title of Person Authorized to sign rjame z&/ 23/m&4
Title fl ’
JOB QUOTATION
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:
Contractor’s License Number
y-39- ZcmL
Expiration Date
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#:
(Individuals) Social Security #:
53- mD57;r3
OR
-2- 9124199
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.
PORTION OF WORK
I
SUBCONTRACTOR* MBE
TO BE
Business Name and Address
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 Pubiic Contract Code).
If no subcontractors are to be employed on the project, enter the word “NONE.”
Total % Subcontracted:
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-3- 9124199
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: Jenv Rodriauez
(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 Caiifomia Govemrnent Code sections 12650 et seq., the Fa!se 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 clak-n 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.
-4- 9124199
c
Indemnity:
Signature:
Print Name:
ti
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.
The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold
harmless the City, end its otficers 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.
-5- 9124199
r
. .
,
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. 3
Completion: I agree to complete work within working days after receipt of Notice to Proceed.
CONTRACTOR: CITY OF CARLSBAD a municipal corporation of the State of California
(print name and title)
(address)
(city/state/zip)
A-t-TEST:
(telephone no.)
(fax no.)
(Proper notarial a~knowtedgment 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:
-6- 9124199
. . - CAI ICfiPNlA
I
State of
County of
- OPTIONAL SECTION -
CAPACITYCLAIMED BY SIGNER
Though statute does not require the Notary IO
fill in Ihe data below, doing so may prove
invaluable to persons relying on Me document.
an B/~/PO before me, CblwA-J2=EMr- ,
DATE NAME, TITLE OF OFFICER _ E.G , ‘JANE WE. NOTARY PUBLIC
personally appeared R&y 6n-a.+oy
NA-ME(S) OF SIGNER(S) ,
personally known to me - OR - 0 proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is/are
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, exeduted the instrument.
WITNESS my hand and official seal.
q INDIVIDUAL
v CORPORATE OFFICER(S)
/pher/u-;r
TITLE(S) q PARTNER(S) q LIMITED
0 GENERAL q ATTORNEY-IN-FACT
0 TRUSTEE(S)
0 GUARDIAN/CONSERVATOR
cl OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(lES)
&&q+p vs L/t9047~dG
/NC,
SIGNATURE OF NOTARY
OPTIONAL SECTION
THIS CERTIFICATE MUST BE AlTACHED TO TITLE OR TYPE OF DOCUMENT /NdNL?C Pc/LsL/C LlJVhbcS PR-aJzeT
THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES L DATE OF DOCUMENT 3//L jOd
Though the data requested here is not required by law,
it could prevent fraudulent reattachment 01 this form. SIGNER(S) OTHER THAN NAMED ABOVE
Q1992 NATIONAL NOTARY ASSOCIATION l 8298 Remmel Ave., P.O. Box 7184 l Canoga Park. CA 91309-7184 No. 5193
State of C./+-zc/~e?J/A
County of L-ad 3/m l
On- before me, DATE NAME. TITLE OF OFFICER. E.G., -JANE DOE. NOTARY PUBLIC
personally appeared .D~W4JY dhoADY , NAME(S) OF SIGNER(S)
personally known to me - OR - fl proved to me on the basis of satisfactory evidence
to be the person(s) whose name(s) is/are
subscribed to the within instrument and ac-
knowledged to me that he/she/they executed
the same in his/her/their authorized
capacity(ies), and that by his/her/their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
- OPTIONAL SECTION -
CAPACITYCLAIMED BY SIGNER
Though statute does not require the Notary to
fill in the data below, doing so may prove
invaluable to persons relying on the document
0 INDIVIDUAL
B CORPORATE OFFICER(S)
k-/N patal=-7vr
TITLE(S)
0 PARTNER(S) 0 LIMITED
0 GENERAL
0 ATTORNEY-IN-FACT
0 TRUSTEE(S)
0 GUARDIAN/CONSERVATOR
Cl OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
I G-*7-/ viz- L /G H7-/Nvc= /NC.
SIGNATURE OF NOTARY
THIS CERTIFICATE MUST BE Al-fACHED TO TITLE OR TYPE OF DOCUMENT * /f’~‘bA /-‘AL/C w3 .Gzz P- .n.rc.-T
THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES 4 DATE OF DOCUMENT 3 //6/w
Though the data requested here is not required by law, SIGNER(S) OTHER THAN NAMED ABOVE
- - - - _. - _ ^. _____ ___ _ m1ocl3 NIT,nN*, NrirARY *RRnc,*T,nN. Fm?F\ F+~fnln~,t A”0 p I, Fmr 7,FaA. rS”Mlr PI* ,:n “,~(r,“-,,“*
Jul-11-00 llr27A *CREATIVE LIGHTING* 619 277 . . 1037 I’ P-03
Hate of Malif ornin atsart~ gan 33s zz”g 9,*-3o
P lrrtetary of tat* Phme (916j umno
’ STATEMENT BY DOMESTIC STOCK CORPORATiON
I L
L
WHEN COMPLETING RXUA, PLEASE USE BUCK TYPEWRITER RIBBON OR BLACK INK
1. $C9-30-91 213f4lS
6% aw G +a
s&l B‘E@, a ff-&,,
ps-
Dowo+ALtl*-~YIc-No~,*~~ lwra coIIL0nAl-e. NAMa
PH. wcom
3-mmerr*-OI
74 - a. wrluh~~aoutr - * .L -w No.
I
15. t DCCWM ??#A? I YAW Rx*ulNeD Tnm SrATEMRNr AND To n’“#$-fmq
I n
I 6.