Loading...
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