Loading...
HomeMy WebLinkAboutLesicka Development; 2001-04-11; FAC01-08’ I . City of Car&ad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID lhb is not an order. Project Manager Scott Carroll (760) 434-2992 Mall To: Purchasing Department City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008-7314 Date Issued: March 26.2001 Request For Bid No.: FACOl -08 CLOSING DATE: Aoril 11.2001 Bid shall be deposited in the Bid Box located in the first floor lobby of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, CA 92008 until 4:00 p.m. on the day of Bid closing. Award will be made to the lowest responsive, responsible contractor based on total price. Please use typewriter or black ink. Envelope MUST include Request For Bid No.FACO1-08. DESCRIPTION Labor, materials and equipment to remodel oublic restrooms at Maaee Park to conform with Americans with Disabilities Act (ADA) standards. A mandatory job walk-through at the project site is scheduled for Monday, April 2,2001 at 9:00 am Site locatlon is 258 Beach Ave. Project Manager: Scott Carroll Carlsbad, CA Phone No. (760) 434-2992 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 (, 2 (, 3 (.J, 4 (),5 (_). SUBJECT TO ACCEPTANCE WITHIN (90) DAYS \S/ Lwr - 3f9bQ Telephone / Address ns/ J-s2 - 3cc FaX P. I Snt. bca.,. .cA Sa\i b City/State/Zip -l- 5/1omo Name ---pj&&*+ Tile qAvL+ / 0 \ Date / JOB QUOTATION LUMP SUM 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 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. :z!!L J . Trc L-cm* pany/Business Name 1-y \ - Authorized Signat& Contractor’s License Number 3 \ Classifiition(s) Printed Name and Title I/\, / O\ Date / / ‘6/g /ox- Expiration Date / TAX IDENTlFlCATlON NUMBER (Corporations) Federal Tax I.D.#: (Individuals) Social Security #: -2- !5/10/00 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 SUBCONTRACTOR* M@E I I Business Name and Address License No., Yes No Classifkation & Expiration Date I / Total % Subcontracted:~ Y p * Indicate Minority Business Enterprise (MBE) of subcontractor. -3- 5/l o/o0 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 Scott Carroll, (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 Cffice 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 Cii 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 332.025, 3.32.026, 332.027 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 Carl&ad to disqualify the Contractor or subcontractor from participating in contract bidding. -4- 5/10/00 Signature: I Print Name: l rc M . \&%rC. Commercial General Liability, Automobile Liablllty 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 lnjuriis 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 . . . . . . . $5oo,ooo Property damage insurance in an amount of not less than.. . . . . ..$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. -5- 5/10/00 r F Jurlsdlctlon: : 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 2 working days after receipt of Notice to Proceed. . Completion: I agree to complete work within d fl working days after receipt of. Notice to Proceed. CITY OF CARLSBAD a municipal corporation of the State of California (print name and title) (addr e:) 72Lq Mcac\. Atic ['ata. c A c\L\\ (city/state/zip) b\\/u$L -3G 30 (telephone no.) G-/I-%L -36%< (fax no.) / ATTEST: A / &RAINE hh. WOOD ‘<./City Clerk / J (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.) APPROVE T S TO FORM: ZL.. -6- 5/l o/o0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA county Of SAN DIEGO On 07 MAY 2001 before me, WENDY H. DOWNS, NOTARY PUBLIC , DATE NAME, TlTLE OF OFFICER - E.G., -JANE DOE. NOTARY PUBLIC personally appeared REX M- LJW~KA 9 NAME(S) OF SIGNER(S) 0 personally known to me - OR - •I proved to me on the basis of satisfactory evidence to be the person(t) whose name($) is&e subscribed to the within instrument and ac- knowledged to me that he/#&hey executed the same in his/he-r.. ‘authorized capacity@+, and that by his/++&th& signature(&) on the instrument the person@), or the entity upon behalf of which the OPTIOiAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF AlTACHED DOCUMENT 0 INDIVIDUAL q CORPORATE OFFlCER PBESIDENT TITLE OR TYPE OF DOCUMENT rmE(s) 0 PARTNER(S) 0 LlMlTED 0 GENERAL 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) i ~WUIANKONSERVATOR NUMBER OF PAGES DATE OF DOCUMENT ~N~tISF&IIPRRG: LESICKA DEVELOPMENT INC. DBA SIGNER(S) OTHER THAN NAMED ABOVE LESICKA CONSTRUCTION CO. STATEOF CALIFORNIA ss. COUNT(OF SAN DIEGO On 07 MAY 2001 . before me, WENDY H. DOWNS, NOTARY PUBLIC PERSONALLY APPEARED NANCY D. LESICKA personally known to me (or proved to me on the basis of satisfactory evidence) 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 hi/her/their author&d 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 WITNESS my hand and ycial Signature This aTea for OJTJcJaJ Notarial Seal OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGHER 0 INDIVIDUAL 0 CORPORATE OFFICER DE!WRIPTION OF ATTACHED DOClJlWERT TITLE OF TYPE OF DOCUMENT 0 PARTNER(S) 0 LIMITED 0 GENERAL 0 ATTORNEY-IN-FACT NUMBER OF PAGES q TRUSTEE(S) Cl GUARDIAN/CONSERVATOR 0 OTHER: DATE OF DOCUMENT SIGNER IS REPRESEHTING: NAME OF PERSON(S) OR ENTllY(IES) SIGNER(S) OTHER THAN NAMED ABOVE IO-081 Rev. 6/94 ALL-PURPOSE ACKNOWLEDGEMENT From: Chris Hsrnandez At: Snapp & Associates To: Nancy Fax% (619) 908.3110 Date: 5/7/01 03:38 PM Page 1 of 2 &Q!. CERTIFICATE OF LIABILITY INSlJRIiNCQg~ cd m:$‘!$I FROWCER A9n8pp 5 Aasocirte6 In8. Svco. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE San Diego, Inc. HOLDER. THlS CERl-fFfCATE DOES NOT AMEND, EXTEND OR I 438 C8mino De1 Rio South 4112 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. San Dimgo CA 92108 Phone:619-908-3100 Fax:619-906-3110 INSURERS AFFORDING COVERAGE PWRER k Clarendon National Ins. $0. INSURER E: Safeco Insurance Compxny INaURER c: INSURER D: . . . . ..a_=.3 r in8ured per 8 City of Carlabad ~ Attn: Kevin 1635 Paraday Avenua Carlabad CA 92008-73141 ACORD2&8(71w) OAlElHEREOF,lHESWtWQlNSURER~~ u&L JQ.toAwwrprnn NOlRX TO lHECERlWCNE NOUER NANDTO THE LEFT,@-- From: Chris Hernandez At: Snapp br Associates To: Nancy Faxr: (619) 908-3110 Date: 5/7/01 03:38 PM Page 2 of 2 POLICY NUMBER: 0237002209-o COMMERCIAL GENERAL LIABILITY lhWRED: Lesicka cOr~&~ction Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE ih Name of Person or Organization City of Carlsbad 1635 Faraday Ave. Carlsbad, CA 92008-73 14 Job: Magee Park. Re: FAClOlP. (If no entry appears above, the information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS INSURED Section 11) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of “‘your wok” for that insured by cx for you IT IS AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THIS POLICY FOR THE BENEFIT OF THE ADDITIONAL INSURED SHOWN SHALL BE PRIMARY INSURANCE, AND ANY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSURED(S) SHALL BE EXCESS AND NON-CONTRIBUTORY, BUT ONLY AS RESPECTS ANY CLAIM, LOSS OR LIABILITY ARISING OUT OF THE OPERATIONS OF THE NAMED MSURED(S) OR ITS SUB-CONTRACTORS, AND ONLY IF SUCH CLAIM, LOSS OR LIABILITY IS DETERMINED TO BE SOLELY THE NEGLIGENCE OR RESPONSIBILITY d OF THE NAMED INSURED. CG20101185 copy@& Insualcc %viccs offics Inc. 1984 I /. . . . 1, ,::;.y ;;:. ‘Y,:. ;:c ,,;_: ) 1 ’ _ ‘, * ’ .POt.ICy fwhjl8G~ %?3-01 UNIT 002.1281 TlFtCATf EXPIRES:. ~‘Ol+Ol -02. : ., j ,;. T ;I: .; ( ,‘$* . . . dOB $ CDNTR ,LIC. #72BB7B INCEPTIDN DATE:‘ 01-01-01 . _. ‘ D.D. :‘: SAN DIEGD : .., _.....____.- ___- - ..- _-- ..^ . . ..-.. ------ KEEP FOR YOUR RECORDS BUSINESS TAX RECEIPT BUS. NO. 1211869 DATE ISSUB) 04/30/2001 08.070G ““.“I YV 80.00 - BALANCE 0.00 TAXES PAID !N ACCORDANCE ‘4blll-l CITY SUSlN33S TM ORWNANCE TAXES PAID !N ACCORDANCE WlH CITY SUSlN33S TM ORWNANCE CITY OF CARLSBAD