HomeMy WebLinkAboutJackpot Painting Contractors Inc; 2005-08-25; FAC 06-01City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager Bob Richardson
(760) 434-2944
Mail To: rr.
Date Issued: Auaust 24,2004
Request For Bid No.: FAC 06-01
General Services City of Carlsbad 405 Oak Avenue Carlsbad, California 92008
Award will be made to the lowest responsive, responsible contractor based on total price.
Power Wash and Paint the Exterior of the City Hall Complex
DESCRIPTION
~~~
Power Wash and Paint the Exterior of the Citv Hall Complex as detailed in Exhibit “A.
Project Manager: Bob Richardson
Phone No. 760-434-2944
Submission of bid implies knowledge of all job terms and conditions.
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
-1 - Revised 03/13/02
Name and Title of Person Authorized to sign
Thle
Date
ITEMNO. UNIT QTY DESCRIPTION TOTAL PRICE
1 1 L.S. Power wash and Paint the City Hall $6,880 complex at 1200 Carlsbad Village Drive as outlined in Exhibit "A attachments. 7
JOB QUOTATION
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, materialslsupplies and past performance. The determination of the City as to
the Contractor's ability to perform the contract shall be conclusive.
SUBMITTED BY:
73ci31c
c- '5'1
313 I /07
Contractor's License Number
ClassificatIon(s)
Expiration Date
Dhte f
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax l.D.#: 9 3-1 ZmT7
OR
(Individuals) Social Security #:
-2- Revised .03/13/02
DESIGNATION OF SUBCONTRACTORS
SUBCONTRACTED
Item Description of
No. work
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.
% of Total Business Name and Address LicenseNo., Yes No
Contract Classification
& Expiration
Date
I"
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 I MBE
SUBCONTRACTOR*
Total % Subcontracted:
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-3- Revised 0311 3/02
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: Bob Richardson
Wage Rates:
(project manager)
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:
-4 - Revised 03/13/02
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 ... .. . ..$100,000
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.
...
... ...
...
...
-5- Revised 0311 3/02
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 lo working days after receipt of Notice to Proceed.
Completion: I agree to complete work within 30 working days after receipt of Notice to Proceed.
CONTRACTOR: CITY OF CARLSBAD a municipal
By:
(print name and title)
(address)
(city/state/zip) LORRAINE M. WOOD ugdas-os
City Clerk
(telephone no.)
(fax no.)
(e-mail address)
(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:
-6- Revised 03/13/02
EXHIBIT “A”
CONTRACT #FAC 06-01
See contractor proposals dated 7-7-2005 and 7-1 8-2005. These proposals are
incorporated by reference.
-7- Revised 0311 3/02
'JUL-12-2885 lot59 FROM: JACKfjOT PQXNTING 768-758-9621
Estimate #
6341- J
- - - - - - - -
L1C.U 734516
ckpot Painting Contractors, Inc.
1 Name I Address
City of Cadsbad
'405 Oak Ave.
Carlsbad, CA 92008
Attn Bob Richardson
Fax: 760-72@9582
I
- 391 Oiive Ave.
Vista. CA 92083
Phone X !I Fax t I
760-758-1 139 700-758-9821
TO : 7289562 P. 1'2
Estimate
Dete
I City Hall #5341, 1200 Carls.Vill.Dr,Csbd
scope of work
EXTERIOR POWERWASHING 1. Pawerwash All Exterior Walls & Covered Walkways Using Bleaching Agents &
Biodegradable Cleaning Solutions where Necessary
Tot01
~
4,050.00
This qreemsnt canrtiutes Me entire Agreement baween the parfles wlth rwpect to this subJect matter, and supersedes all prior egre#ments, repreientdonc, otot.m0nts and nagotiationr. Any alteretbn or deviation from ebovs specMcetions wll be deemed an extra art and will be oxecutsd only upon written ardm. Thb proposal is subject to ecceptanm within Thirty Days md is wid thetsaRer mt the option ol Jackpat Painting Contractors. ACCEPTANCE OF PROPOSAL:
The Above prices, Spwlhcatlonr and Conditions are hereby accepted. You arc authorized to do the work at specified. Terms am Net 30 Days.
sined: O*
P. 1'1 :* VT'Jt-18-2085 28: 24 FROM: JRCKWT' PRINTING 760-758-9621 TO: 7289562
Scope of Work
EXTERIOR PAINTING
1. Paint All Exterior Stucco Surfaces on Buildings Only - Color to Match Existing
UCJ 734316
ckpot Painting Contractors, Inc.
Total
2,830.00
- 391 oiive AV~.
Vista. CA 92083
I Phone t II Fax 0 I
Zity of Cadsbad
405 Oak Ave. hisbad, CA 92008 4ttn Bob Richardson :ax: 760-720-9502
Estimate
Data
7/18/2005
Estimate ir
Parks Admin #S341,1160 Caiisbad ViIlOr
This agreement constitutes the entire Agreement betbveem the parties wlth respa to this subject matter, and superseded all prior
agreements. mprmentatlons, siatrmsnts and negotiations. Any alteration or Mation from above speclficationr will be dmed an extra cost end will be executed only upon written orden. This propoeel Is 60bJect to acceptance within Thirty Days and Is vold theraafter at the option of Jeckpot Palnting Contractors.
ACCEPTANCE OF PROPOSAL:
The Above prim. Speciflcetlonr and Condltlona are hereby occrpted. You are authorized to do the work as speclfled. Terms are Net 30 Days.
Sign& me;