Loading...
HomeMy WebLinkAboutKitchens and Baths by N C Plastics; 2006-11-21;City of Carlsbad MINOR PUBLIC WORKS PROJECT RECOVER COLE LIBRARY CIRCULATION DESK (Kitchens and Baths by North County Plastics) Project Manager pate A. Schuck (7601434-2949 Mail To: General Services CityofCartsbad 405 Oak Avenue Carlsbad, California 92008 Award wili be made to the lowest responsive, responsible contractor based on total price. Date-test tequee CLOSING DATE: jn «tm Pitt in the first floor lobby of the Faraday Center located at 1636 Faraday Avenue, Carlsbad, CA 92008 until 4:00 p.m. on the day of Bid DESCRIPTION Labor, materials and equipment to recover Cote Library circulation desk In Dupont Corian in accordance with the attached Contractor proposal dated 9/21/2006. No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager Date A, Schuck Phone No. (760)434-2949 Submission of bid implies knowledge of all job terms and conditions. SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Kitchens and Baths bvN.C. Plastics Name 2545 Progress Street Address Vista. CA 92083 City/State/Zip (7601597-8997 Telephone (7601S97-02S4 Fax ncp2545@sbcqlobal.net E- Mail Address -1-Revraed 03/13/02 Name and Title of Person Authorized to sign contracts. Trtte Name JOB QUOTATION ITEM NO. 1 UNIT Lump Sum QTY 1 DESCRIPTION Recover Cole Library Circulation Desk TOTAL PRICE $6,400.00 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 Jtem(s) therein or waive any informality in the bid. In the event of a conflict between unit price and extended price, fie 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: Kitchens and Baths bv N. C. Plastics Company/Business Name 749396 Printed Name and Trtte Contractor's License Number D-12 Synthetic Products Classifications) 5/31/2008 Expiration Date TAX IDENTIFICATION NUMBER (CJorporattons) Federal Tax I.D.#: OR (Individuals) Sodal Security * Revtsed 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 Hem No. Description of lilfijVVfOnv VI/H/ x- SUBCONTRACTOR* % of ToW Contract . Q Business Name and Address License No, Classfficalkm & Expiration Date MBE Yw No Total % Subcontracted: * Indicate Minority Business Enterprise (MBE) of subcontractor. -3-Revised 03/13/02 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT RECOVER COLE LIBRARY CIRCULATION DESK (Kitchens and Baths by North County Plastics) (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: >>pL'& ^fj, ^e-tfi (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 daim 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 daim 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 daim rr^ 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: ^ ). -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 toss 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 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 15 working days after receipt of Notice to Proceed. Completion: I agree to complete work within 15 working days after receipt of Notice to Proceed. CONTRACTOR: Kitchens and Baths bv N. C. Plastics (name of Contractor) Bv: (shere) 7 V? (print name and title) (e-mail address) >'^7 i here) (print name 2545 Progress Street CfV (address) Vista. CA 92083 (city/state/zip) (760) 597-8997 (telephone no.) (760} 597-0254 (fax no.) CITY OF CARLSBAD a municipal corporation of the State of California: Assistant City Manager (address) (telephone no.) ATTEST: LORRAINE M. WOOD City Clerk (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 officers) signing to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY: Deputy City -6-Revised 03/13/02 10/10/2906 14:26.7685973254 PAGE 61 by North County Plastics, Inc. 2545 Progress St. Vista, CA 92081 License n. 749396 ESTIMATE FORM CONTRACTOR: City Of Carlsbad JOB NAME: ATTENTION:Joe F. or Dale S.ADDRESS ADDRESS PHONE:PHONE. FAX;720-9562 (760) 597-8997 (760) 597-0254 fax 9/2V2006 Cole Library RFID Remodel DESCRIPTION Green Colored -Solid Surface Top Larqe Curved Service Counter with Two Recessed Shelves Lower Curved Desk 3' Edge on Front Face- 2" on Working Side Additional -Recessed Shelves Add $560 each Price Subject to Final Measure -After Cabinet Remodel 1 TOTAL TOTAL $6,400.00 $6,400.00 City of Carlsbad MINOR PUBLIC WORKS INSURANCE REQUIREMENTS Commercial General Liability and Automobile Liability 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. General Liability Insurance shall name the City of Carlsbad as additional insured on a separate endorsement form.