Loading...
HomeMy WebLinkAboutDean's Certified Welding Inc; 2007-05-07;City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager Thomas Moore Date Issued: April 20. 2007 (760) 434-2939 _ Request For Bid No.: PWGS342 _ Mail To: CLOSING DATE: April 20. 2007 _ Purchasing Department Bid shall be deposited in the Bid Box located City of Carlsbad in the first floor lobby of the Faraday Center 1 635 Faraday Avenue located at 1635 Faraday Avonue, Carlsbad, Carlsbad, California 92008 73 "M CA 92008 until 4:00 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 Carlsbad Bl Stairway & Handrail Repairs 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 ( ), 2 ( ), 3 ( ), 4 ( ), 5 ( ). SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Dean's Certified Welding Inc 760-728-0292 Name Telephone 2165MardavidoLn _ 760-728-2709 Address Fax Fallbrook CA 92028-4623 _ £an S LH Jef A \ \\f\q (3> yahoo >C£>fY\ City/State/Zip E-Mail Address J ' -1- Revised 03/13/02 Name and Title of Person Authorized to sign contracts. Signature Title Name Date JOB QUOTATION ITEM NO. 1 2 3 UNIT Job EA LOT QTY 1 60 1 DESCRIPTION Stairway & Handrail Repairs at various locations along Carlsbad Bl Removal & Replacement of individual stairs @$100ea Standby at quoted hourly rates not to exceed $7,462.00 TOTAL NOT TO EXCEED TOTAL PRICE 11,538.00 6,000.00 7,462.00 $25,000.00 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: Dean's Certified Welding Inc 618842 Company/Business Name Authorized Signature Ml Kg Printed Name and Title Contractor's License Number Classification(s) 5/31/07 Expiration Date 5-7-07 Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#:I If? / OR -2-Revised 03/13/02 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 SUBCONTRACTOR*MBE Item No. Description of Work % of Total Contract Business Name and Address License No., Classification & Expiration Date Yes No Cf*y 3 ^X Total % Subcontracted: 11>£> Indicate Minority Business Enterprise (MBE) of subcontractor. -3-Revised 03/13/02 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) 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: N / K£" t£?W P/t&SI ' b^T - 4 - Revised 03/13/02 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 five (5) calendar days after receipt of Notice to Proceed. Completion: I agree to complete work within sixty (60) calendar days after receipt of Notice to Proceed. CONTRACTOR: Dean's Certified Welding Inc (name of Contractor) By: (sign here) fof D, (print name and tifle) (e-mail address)) By; (sign here) (print riarrieandtitle) 2.I(*S (acTdress) (city/state/zip) (telephone no.) (fax no.) (e-mail address)" CITY OF CARLSBAD a municipal corporation of the State of California: By:. Assistant City Manager (address) (telephone no.) ATTEST: (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or vice-president and 3eeretery;"a9ei8tant Boofotary/OrP'or assistant trogguror 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: tuCitDeputuCity Attorney -6-Revised 03/13/02