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.