HomeMy WebLinkAboutJackpot Painting Contractors Inc; 2000-05-19;-
City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
-
This is not an order.
Project Manager Gren Clavier Date Issued: Mav 3.2000
(760) 434-2991 Request For Bid No.: FACOO-08
Mail or Deliver to: CLOSING DATE: N/A
Public Works - Facilities
City of Carlsbad
405 Oak Avenue Carlsbad CA 92008
Bid must be received prior to 4:00 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. FAC 00-08
DESCRIPTION
Labor, materials and equipment for: the service of paintinn at various facilities in the Citv of
Carlsbad on an as needed basis due recent renovations and remodels for the period of Mav 3.
2000 throuqh June 30. 2000 for a sum not to exceed $24,950.
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Grea Clavier
Phone No. (7601434-2991
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 L), 2 L), 3 L), 4 L), 5 (-).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor Name and Title of Person Authorized to sign
Jackpot Painting Contractors, Inc
Name
391 Olive Ave
Address Patrick McCauley
Name Vista, CA 92083
City/State/Zip
(7601758-1139
President
Title
Telephone
(760)758-9621
Fax
May 11, 2000
Date
-l- 9124199
JOB QUOTATION
tTEM NO. UMiT GtT+ DESCRlPTtON TOTAL PRICE
1 1 JOB Perform painting at various facilities in the Not to exceed
City of Carlsbad due to recent renovations $24,950
/ remodels for the period 5/4/00 - 6/30/00
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 in/-tended 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.
SUBMITTED BY:
Jackpot Painting Contractors, Inc.
Printed Name and Title
May 11, 2000
Date
734316
Contractor’s License Number
c33
Classification(s)
03/31/2001
Expiration Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.&
(Individuals) Social Security #:
93-l 227997
OR
-2- g/24/99
DESIGNATION OF SUBCON I &XTORS
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* MBE
TO BE SUBCONTRACTED
Item Description % of Business Name and Address License Yes No
No. of Work Total No.,
Contrac Classificati
t on &
Expiration Date
Total % Subcontracted: -o-
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-3- 9/24/99
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: Greq Clavier
(Facilities Supervisor)
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
participating in contract bidding.
Signature:
Print Name: Patrick McCauley
-4- 9124199
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.
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.
-5- 9124199
Start Work: I agree to start within 10 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within working days after assignment of individual 30
projects by the Facilities Supervisor with all projects to be completed by June 30,
2000.
CONTRACTOR:
JackPot Paintinn Contractors, Inc.
By:
P&ick McCauley/President
(sign here)
Paul Car&/ Secretary
(print name and title)
CITY OF CARLSBAD a municipal corporation of the State of California
* iA00 cmJAbdu* (address)
woo - q3+av-\ (telephone no.)
391 Olive Ave
(address)
Vista, CA 92083
(city/state/zip)
(760)758-1139
(telephone no.)
ATTEST:
\~~RRA~NE M. WOOD City Clerk
(fax no.)
(Proper notarial acknowledament of execution by Contractor must be attached.1
Chairman OR 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
State of California
County of
On 3</9-@B
Date
personally appeared
, before me, fin//l// .% n? -
Name and Title of Officer (e.g., “Jane Doe, Notary Public”)
0 personally known to me
0 proved to me on the basis of satisfactory
evidence
ComrniszIon # 1
Notary Public - CalifuT?ia
to be the person(s) whose name(s) is/are
subscribed to the within instrument and
acknowledged 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.
Place Notary Seal Above
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
Cl Corporate Officer - Title(s):
0 Partner - 0 Limited 0 General
0 Attorney in Fact
0 Trustee
0 Guardian or Conservator
0 Other:
Signer Is Representing:
Top of thumb here
0 1997 National Notary Association - 9350 De Soto Ave., P.O. Box 2402 - Chatsworth. CA 91313-2402 Prod. No 5907 Reorder: Call Toll-Free l-800-876-6627
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
0 1
ss. County of
& ,,?Y $!.~9/3 , before me, &r/7/l/, += &I . TA eah- 4
Name and Title of 6Ricer (e.g., ‘*J&e Doe, Notary Public”)
,
ek.*
Name(s) of Si$ner(s) kc personally known to me
0 proved to me on the basis of satisfactory
evidence
JENM k4. TtiEO5~
Commission # W9936
Notay Public - CoManb
to be the person(s) whose name(s) is/are
subscribed to the within instrument and
acknowledged 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.
Place Notary Seal Above
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:
Cl Individual
0 Corporate Officer - Title(s):
0 Partner - q Limited 0 General
0 Attorney in Fact
0 Trustee
cl Guardian or Conservator
0 Other:
Signer Is Representing:
0 1997 National Notary Association * 9350 De Soto Ave., P.O. Box 2402 -Chatsworth, CA 91313.2402 Prod. No. 5907 Reorder Call Toll-Free 1-800-876-6827
.I . T
City of Ca
May 5,200O
Pat McCauley Jackpot Painting Contractors, Inc.
391 Olive Avenue
Vista CA 92083
CITY OF CARLSBAD CONTRACT NO. FAC 00-08
Enclosed for signature is Contract No. FAC 00-08 for providing the service of painting at
various City of Carlsbad facilities for the period May 3, 2000 through June 30, 2000 for a
sum not to exceed $24,950.
Please review the contract and sign and return along with notarization and required
supporting documents to our office listed below. Please take care in reading the
signature requirements stated on page six. Once the agreement has been fully
executed a copy will be sent to you for your records. Should you have any questions,
please feel free to call me at 434-2991.
Thank you for your prompt attention to this matter.
GREG CL#VIER
Public Works Supervisor
c: Public Works Manager - General Services
Purchasing Officer Facilities Project Coordinator
405 Oak Avenue - Carlsbad, CA 92008-3009 - (760) 434-2980 - FAX (760) 720-9562 @