HomeMy WebLinkAboutLuzaich Striping Inc; 2002-09-20; STS 02-06City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager GREG WOODS Date Issued: June 14.2002
(760) 434-2939 Request For Bid No.: STSO246
Mail To: CLOSING DATE June 28,2002
Purchasing Depaltment City of Carlsbad
Carlsbad, California 92008-7314 1635 Faraday Avenue first floor lobby of the Faraday Center located at Bid shall be deposited in the Bid Box located in the
400 p.m. on the day of Bid closing. 1635 Faraday Avenue, Carlsbad, CA 92008 until
Award will be made to the lowest responsive, Please use typewiter or black ink. responsible contractor based on total price.
Envelope MUST include Request For Bid
No. STSO246.
DESCRIPTION
Labor, materials and equipment to remove exlstlna Davement markinas and redace with hot
amlied thermoDlastlc In accordance with attached swcificatlons.
There will be no pre-bid meeting or job walk-though planned for this project. Bidders should visit the project sites at their leisure prior to submission of their bid. Contractors may receive additional information by contacting:
Project Manager: GREG WOODS or HEIDI HEISTERMAN
Phone No. J760) 434-2939 or f76Ol434-2937
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 u, 2 0.3 u, 4 u, 5 0
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
H:\word\mntracts\STSO2~=ThemwplasUc Xwalks #3 -1-
/
Revised YlO/OO
JOB QUOTATION
"
1 Removal of existing pavement markings 8,620 Sq Ft by grinding or wet sandblasting. 11206.00 1.30
2 Installation of hot-applied thermoplastic 8,620 Sq Ft
complete in place. 13792.00 I 6n
Quote is based on the Total of all bid items including all applicable taxes. Award is by total price. Payment will be based on the unit cost for actual quantities not to exceed $25,000.
Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days afler
opening, unless othemise 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, rnaterials/supplies and past performance. The determination of the City as to the Contractor's ability to perform the contract shall be conclusive.
SUBMITTED BY:
I h L ?7sg6c Contractor's License Number
c32 C6,hVJ tflC ClCllO36 c 3/ ClassiRcation(s)
&*L&) Expiration Date
c 3/Lf
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 3 3 - r &?' 'i 7 9 L- 0
OR
(Individuals) Social Security #:
OPENED, WITNESSED AND RECORDED:
H:\word\contracts\STS02-06=Thermoplastic Xwlks #3 -2- Revised 5/10/00
DESIGNATION OF SUBCONTRACTORS
the contractor proposes to subcontract portions of the work in excess of one-half of one percent of
Set forth below is the full name and location of the place of business of each sub-contractor whom
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
Practices Act (Section 4100 et seq. of the California Public Contract Code). necessity in accordance with the provisions of the Subletting and Subcontracting Fair
If no subcontractors are to be employed on the project, enter the word "NONE."
Total % Subcontracted: -0-
* Indicate Minority Business Enterprise (MBE) of subcontractor.
H:\word\~ntraCt~\STSOZ-O6=Thermoplast~ Xwalks #3 -3 Revised 5/10/00
CIlY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
(Less than $25,000)
Labor:
governing labor, including paying the general prevailing rate of wages for each craft or type of worker I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances
needed to execute the contract.
Guarantee:
and subject to inspection approval and acceptance by: Public Works Supervisor. Greq Woods I guarantee all labor and materials furnished and agree to complete work in accordance with directions
(project manager)
Wage Rates:
The general prevailing rate of wages for each crafl 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
applicable wage rates in on file in the Office of the City Engineer. The contractor to whom the contract is 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the
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 ormtor from pa lclpatlng In contract bidding. 2' ' '
Signature: (*
H:\word\contra~\STSO2~6=Thermoplastic Xwaiks #3 -4 Revised 5/10/00
-
Commerciai 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
certificates shall indicate coverage during the perlod of the contract and must be furnished to the City Insurance indicating coverage in a form approved by the California Insurance Commission. The
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 offslte, 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.,frorn 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 partes arising out of this agreement is San Diego County, California.
Start Work: I agree to start within 5 working days after receipt of Notice to Proceed
Completion: I agree to complete work within 20 working days afler receipt of Notice to Proceed.
H:\word\U)ntTads\STS02-06=The~plaslic Xwalks #3 -5- Revised 5/10/00
-
CONTRACTOR: CITY OF CARLSBAD a municipal corporation of the State of California
By: Kssistant City Mafiager
(address)
By: (sign here) (telephone no.)
(orint name and title)
(Proper notarial acknowledgment of execution by Contractor must be attached.
treasurer must sign for corporations. Otherwise, the corporation must attach a resolution certified by Chairman, president or vice-president and secretary, assistant secretary. CFO or assistant
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?
Deputy City Attorney
H:\word\cnntracts\STSOZ-O6=Thermoplastic Xwalks #3 -6- Revised 5110100
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT NO 5907
County of Sdh a
On AUhcP 1; d od2 before me, &7 EL/& ?I. n&L/t-[
personally appeared I2ODNrY LLizl9/ECJ
,@ personally known to me - OR - 0 proved to me on the basis of satisfactory evidence
to be the person&) whose name(Qaare
subscribed to the within instrument and ac-
DATE NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC
NAME(S) OF SIGNER(S)
i
knowledged to me tha@/she/they executed
the same in @her/their authorized
capacity(%), and that by@her/their
signature& on the instrument the persono,
or the entity upon behalf of which the
personw acted, executed the instrument.
WITNESS my hand and official seal.
&I D-.
SIGNATURE OF NOTARY
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
frauhlent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
0 INDIVIDUAL 0 CORPORATE OFFICER
TITLE OR TYPE OF DOCUMENT TITLE@)
0 PARTNER(S) 0 LIMITED
0 ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER:
0 GENERAL
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSONIS) OR ENTIN(1ES)
SIGNER(S) OTHER THAN NAMED ABOVE
,"
2002 ANNUAL BOARD OF DIRECTORS ACTION
BY
UNANIMOUS WRITTEN CONSENT
The undersigned member of the Board of Directors of LUZAICH STRIPING, INC.,
organized under the laws of the State of California, being the sole member of such Board as
presently constituted, takes by this writing the following actions and adopts the following
resolutions:
WHEREAS the officers of the corporation are to be re-appointed on an annual basis,
BE IT RESOLVED that the following persons are appointed to serve as officers of the
corporation, in the offices as indicated, until the next annual meeting of the Board of Directors,
or written action in lieu thereof:
TITLE NAME
President Rodney M. Luzaich
Secretary Rodney M. Luzaich
Chief Financial Officer Rodney M. Luzaich
RESOLVED FURTHER, that the attached unaudited financial statement for the
corporate year ending December 31, 2001 be approved and incorporated into the minutes of the
proceedings of the Board of Directors of this corporation.
RESOLVED FURTHER, that all acts of the officers of the corporation since the last
annual meeting of the Board of Directors, or written action in lieu thereof, be approved and
ratified as though the officers were authorized in advance by this Board to take such action.
There being no further business of the Board of Directors, I direct that this consent be
filed with the minutes of the proceedings of the Board of Directors of this corporation.
This consent is executed pursuant to Section 3.14 of the Bylaws of this corporation
adopted on January 12, 2000, which authorizes the taking of action by the Board of Directors by
unanimous written consent without a meeting.
Dated: May /j, 2002
09/09/2802 01:23 08BBBBB PAGE 01/02
AUOWNEO NJRls
SCHEDULED AUTOS
NOWWNED AUTOS
I
OARAGC UA8ILIN AUTO ONLY. VI ACCIDENT
ANY AUTO OTHEU THAN EAACC $ AUTOONLV A00 $
EACHOCCURRENCE s
OCCUR CUIMS MADE AGGREGATE I I
EXCESS I UMBERPLIA UBILIN
RANCE STORE, INC.
IONE: m-101-1802 W 619-4014814
.CWON CA 92021
:ERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED PER ATTACHED. 108: THERMOPLASTIC CROSSWALK INSTALLATION, STS0206, CARLSBAD, CA., LSI JOB X CAR-2518-02 10 DAYS NOTICE OF CANCELLITION FOR NON PAYMENTOF PREMIUM, ,
J
ACORD 25 (ZOOV08) Cerllflcale # 15898 Russell K Logan
PAGE azm
-
POLICY NUMBER: 1141403 COMMERCIAL GENERAL LIABILITY
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
SCHEDULE
Name of Penon or Organlzation: CITY OF CARLSBAD 1635 FARADAY AVENUE CARLSGD CA 92008-7314
If no entry appears above. information required to complete this endorsement will be shown in the
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organizatlon shown in the Schedule, but only with respect to IiabilAy arising out of “your work’ for that insured by or for you
eclarations as applicable to this endorsement.)
.-
CG20101185 Copyright. Insurance Services office, Inc., 1984 cmricate ff 15898