Loading...
HomeMy WebLinkAboutJackpot Painting Contractors Inc; 1999-07-02; FAC99-8City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager Chuck Walden Date Issued: Aoril 16, 1999 (760) 434-2992 Request For Bid No.: FAC99-8 Mail or Deliver to: CLOSING DATE: Mav 3.1999 Purchasing Department City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008-l 989 Bid must be received prior to 500 p.m. on the d&s 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. FAC99-8 DESCRIPTION Labor, material and equipment to paint the exterior of the Carlsbad Convention and Visitors Bureau (Santa Fe Depot) as per the attached specifications. Mandatory job walk-through is scheduled Tuesday, April 27”, iisitors Bureau located at 400 Carlsbad Village Dr. in Carlsbad. 1999 at 8:30 AM at the Convention and Project Manager: Chuck Walden Phone No. 760-434-2992 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 0,2 0.3 0,4 (-)a 6 0. SUBJECT TO ACCEPTANCE WlTHlN (90) DAYS Name and Address of Contractor 54cpJ 5 Powxnc, Name 331 ohc &/< Address d ,544, g&u Cil8teteRip (74 7x8 4’37 Telephone (7~0) 3sb -9dal e of Person Authorked to Name - uLmnc/ Title I , y/3Qh Date Fax JOB QUOTATION FAC Request for Bid - Santa Fe Depot Painting - Job "jyjpj& ,$ig@g * Paint the exterior of the Catisbad Convention and Visitors Bureau (Santa Fe Depot) as per the attached specifications. il r,8 O0 Quote Lump Sum, including all applicable taxes. Award is by total price. Job completion date: 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 extendeti price, the unit price will prevail unless price is so obviously unreasonable as to indicate an error. In that event, ths 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 Contractors ability to perform the contract shall be conclusive. SUBMIT-TED BY: 735QM wPf& Contractor’s License Number @33 Classification(s) f& ‘(y\ &\eq Printed Name and Title f&j 1 .J 0, 1999 Date ’ 3 -31-m/ Expiration Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax l.D.#: (Individuals) Social Security #: 43-6707907 OR FAC Request for Bid - Santa Fe Depot LBP Painting 2- 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 subcontractor 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.” I PORTION OF WORK TO BE I SUBCONTRACTOR* SUBCONTRACTOR* I MBE % of Total Business Name and Address License No., Yes No Classification & Expiration Date I I I I Item No. Description of work Total % Subwntracted: ofic * Indicate Minority Business Enterprise (MBE) of subcontractor. FAC Request for Bid - Santa Fe Dapot LBP Painting 3- 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 Ahe wntract. 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: Chuck Walden. Facilities Suoerintendent. Wage Rates: The general prevailing rate of wages for each craft or type of worker needed to execute the contract shalt 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 ftle 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. Workers’ Compensation: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Workers’ Compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Signature: Print Name: FAC Request for Bid - Santa Fe Depot LBP Painting 4- . Commercial General Liability and Automobile Liability Insurance: rC 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 certificatesshall 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 Bests 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 performanceof 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 hanless 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. -5- 2/26/99 I CALIFORNIA ALL-PURPOSE ACKMOWLEDGMEMT .- sme of _c!.4.!_F_ORNII\. -. .-.- .._ ___ Courity of L&YLF2-FSO. _ ..~.. -. ---. --~- - executed the instrument. OPTIONAL -- Though the informalion below is not requred by law, if may prove valuaf~le lo persons relyirtg on /he docurnenf and couldpewxl fiaudu/erJt remuval and fe,fl!achJlJnrJf (:li fhls hum lo anolhcr documcnf. Description of Attached Document Title or Type of Document: -!%?!k&5~k~I ~‘7-‘y~-hUS __ . -_ _. -__ Number of Pages: ._.. ._ _ 4 Signer(s) Other Than Named Above: ..__ Capacity(ies) Claimed by Signer(s) Signer’s Name: d ._ p 3r&CC&QL~. . -. 1. I Individual 63 Corporate Officer Title(s): ___ ‘FT-!aK...-.. -. -_ _. I- I Partner - I I Limited r I General I J Attorney-in-Fact I I Trustee I 1 Guardian or Conservator Signer Is Representing: -&z&!&T - - _ ._ _. li!!!!?Y!!%z~:~.~ [._. _ ._ _ Signer’s Name: I , Individual 1 Partner-l I Limited 1 I General I Attorney-in-Fact I Trustee I Guardian or Conservator -..-.-_~_ ---._--. Si ner 15 Repre:;enting: 37cbqmf~+~ i3m - - - ~-_-~-.---. -. m Iq1 (,’ ,Jlll~i>l, 111.1’. - ---... .-__- <’ 1’1’14 N.\h<~!ml NcOy Ass\xmhn, . 6::\6 f~c~nn~ol Avn I’0 ,,n, : I,,., . C,,n,jg,~ P.,nr. CA ‘,,.\O’~ , ,!I4 Start Work: Completion: I agree to start within working days after receipt of Notice to Proceed. I agree to complete work within 10 working days after receipt of Notice to Proceed. CONTRACTOR: --#piL~&c# (print name and title) “(d2i;Q Aue tid!,CA SJo63 (city/state/zip) C!aiQ?5 F--Ii 3 (telephone no.) [?G) %-v-9&v (fax no.) CITY OF CARLSBAD a munici al corporation of the State of Cali g rnia (address) - (telephone no.) ATTEST: L%f-5+%+md ALETHA L. RAUfENKRANZ City Clerk LORRAINE M. WOOD, Deputy City Clerk (Proper notarial acknowledgmentof 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: ssistant City Attorney -6-