HomeMy WebLinkAboutOrange County Striping; 2009-06-23; PWM09-30ENG,""-I , f DOC # 2009-05761 04
RECORDED REQUESTED BY
ClTY OF CARLSBAD
AND WHEN RECORDED PLEASE
MAIL TO:
City Clerk
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
OFFICIAL RECORDS
SAN DIEGO COUNTY RECORDER'S OFFICE
DAVID L. BUTLER, COUNTY RECORDER
FEES: 0.00
PAGES: 1
Space above this line for Recorder's use.
PARCEL NO: NIA
NOTICE OF COMPLETION
Notice is hereby given that:
1. The undersigned is owner of the interest or estate stated below in the property hereinafter described.
2. The full name of the undersigned is City of Carlsbad, a municipal corporation.
3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008.
4. The nature of the title of the undersigned is: In fee.
5. A work or improvement on the property hereinafter described was completed on July 9, 2009.
6. The name of the contractor for such work or improvement is Orange County Striping Service, Inc.
7. The property on which said work or improvement was completed is in the City of Carlsbad, County of
San Diego, State of California, and is described as follows: Project No. PWMO9-30ENG, Grand
Avenue Striping.
8. The street address of said property is in the City of Carlsbad.
ClTY OF CARLSBAD
Robert T. ~ohnsp, Jr.
City Engineer
V
VERIFICATION OF ClTY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carl 200 Carlsbad Village Drive, Carlsbad, California,
92008; the City Manager of said City o ,200, accepted the above
described work as completed and ord a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on bktd , 20a, at Carlsbad, California.
Word\Masters\Forrns\Notice of Cornplet~on (City)
CITY OF CARLSBAD
ACCEPTANCE OF PUBLIC IMPROVEMENTS
COMPLETION OF PUBLIC IMPROVEMENTS
The contractor has constructed the improvements required for Project No. PVVMO9-30ENG,
Grand Avenue Striping and has requested that the City of Carlsbad accept the public
improvements. City forces have inspected the public improvements and found them to be
satisfactory. The public improvements consist of:
IMPROVEMENTS VALUE
Painting of Parking Spaces $5,242
PUBLIC WOmS DIRECTOR CERTIFICATION OF COMPLETION OF IMPROVEMENTS
Glenn Pruim, Public Works Director
ClTY MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS
The construction of the above described public improvements is deemed complete and hereby
accepted. The City Clerk is hereby authorized to record the Notice of Completion and release
the bonds in accordance with State Law and City Ordinances.
The City of Carlsbad is hereby directed to commence maintaining the above described
improvements.
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
q-ap-07
date
Word\Masters\Forms\Acceptance of Publ~c Improvements (City)
City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager John Kim Date Issued: MAY 27, 2009
(760) 602-2757 Request For Bid No.: PWM09-30ENG
Mail To:
Please use typewriter or black ink.
Purchasing Department
City of Carlsbad
1635 Faraday Avenue
Carlsbad, California 92008-7314
Award will be made to the lowest responsive,
responsible contractor based on total price.
DESCRIPTION
Labor, materials and equipment to Paint diagonal parking spaces on Grand Avenue
from State Street to Hope Avenue per attached drawings.
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: John Kim
Phone No. (760) 602-2757
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 ( ), 2 ( ), 3 ( ), 4 ( ), 5 ( ).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
Orange County Striping (714)639-4550
Name Telephone
183 North Pixlev Street (714) 639-6353
Address Fax
Orange County, CA 92868 doug@ocstriping.com
City/State/Zip E-Mail Address
-1- Revised 03/13/02
Name and Title of Person Authorized to sign
contracts.
Name Date
JOB QUOTATION
ITEM NO.
1
UNIT
LS
QTY
1
DESCRIPTION
Paint diagonal striping on Grand Avenue,
including removal of existing striping and
existing parking markings new red curb
and traffic control
TOTAL PRICE
$5,242.00
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 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.
SUBMITTED BY: ORANGE COUNTY STRIPING
SERVICE INC.
183 N. PIXLEY STREET
Company/Business fORANGE, CA 92868-2207 Contractor's License Number
Authofi^ed/Signature
juglas Patterson Classification(s)
Printed Namiftand mle ,President Expiration Date
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#:
(Individuals) Social Security #:
OR
-2-Revised 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
Item
No.
Description of
Work
SUBCONTRACTOR*
% of Total
Contract
Business Name and Address
tr
/V£w2? "
License No.,
Classification
& Expiration
Date
MBE
Yes No
Total % Subcontracted:
Indicate Minority Business Enterprise (MBE) of subcontractor.
-3-Revised 03/13/02
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: John Kim
(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 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 or subcontractor from participating in
contract bidding.
Signature:
PattersonPrint Name:
Resident
-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 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- 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 10 working days after receipt of Notice to Proceed.
Completion: lagree to complete work within 15 working days after receipt of Notice to Proceed.
CONTRACTOR: SERVICE INC.
183 N. PIXLEY STREET
ORANGE. CA Q
CITY OF CARLSBAD a municipal
corporation of the State of California:
(name of Contractor)
By:
Public Works Director
1635 Faraday Avenue
Carlsbad CA 92008
760-602-4677
(e-mail address))
By:
ATTEST:
(sign here)
and title)
City Cler|k^J
WOObJ '
IM.
ORANGE, 92868-2207
.(city/state/zip)
63 7 -
telephone no.)
fax no.)
(e-mailaddress)
(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.)
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
BY:
-6-Revised 03/13/02
Acknowledgement
State of California )
County of &iO-mf& t£" )
On <Jurui If t££> T before me, (here insert name and title of the officer),
personally appeared &ifa.3l&& rbrtnaftitU „ A//H r^^fr'^^^-
, who 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'feeiteJie/they
executed the same in his/her/their authorized capacity(ies), and that by hie/har/their
signature's)' on the instrument-the person's),- or-the entity upon behalf of-whiehr the -person's) -_-_• -
acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature
JILLZIEGLER
COMMJ1677256
UUbb UHUUK HAbt Bl/Oi
ORANGE COUNTY STRIPING SERVICE, INC.
proposal Submitted to:
CITY OF CARLSBAD
TRANSPORTATION DIVISION
CARLSBAD
Attention: JOHN KIM
Contractor's Lie. #346095
183 N. Pixley Street, Orange, Ca. 92868
9: (714) 839-4550 (tax): (714) 639-6353
Job JVams and Location:
GRAND AVE. PARKING CONVERSION
STATE ST. TO HOPE AVE.
CARLSBAD
Phone: (760) 602-2757 Date: MAY 21 , 2009
Fa*: (760)602-8562
Mb hereby submit an estimate for:
ITEM DESCRIPTION
Arch
ESTIMATED
QUANTITY
Date of Plans
UNIT
UNIT PRICE
EXTENDED
AMOUNT
PER STRIPING PLANS fSHTS. 1 & 2 OF 2) AND YOUR DIRECTION
REMOVE CONFLICTING STRIPING & MARKINGS
PAINT NEW DIAGONAL PARKING STALLS
PAINT NEW RED CURB LUMP SUM 5,242.00
Includes;
DAYTIME MOVE IN
TRAFFIC CONTROL
CLEAN UP
We Propose hereby to furnish material and labor-complete for the sum of:
FIVE THOUSAND TWO HUNDRED FORTY TWO AND 00/100 DOLLARS
\Payment To Be Made Net 30 Days: I " ~ ~ "
ORANGE COUNTY STRIPING SERVICE, INC. Authorized Signature:
Chqck Lockwood
ATTORNEYS FEES: If an gpfion te filed by either psrty to enforce rights under this agreement, the prevailing party shall be entitled
to recover a reasonable attorney's fee in addition to any ether relief granted by the court.
ACCEPTANCE OF PROPOSAL: The above prices, specifications and conditions are satisfactory and are hereby accepted.
You are authorized to do the wwk as specified. Payment will be made as outlined above.
Signature of Acceptance:.
Print Name;
Date;
Title:
15§
GRAND AVE.
X
HOT TO SCALE
EXISTING STRIPING
TO REMAIN
EXISTING STRIPING
TO REMAIN
(GR) MARKINGS, TYP.
RO28 LF
GENERAL NOTES
EXISTING STRIPING
TO REMAIN
LANE STRIPING (GR)
2.
3.
SIGNING, STRIPING AND PAVEMENT MARKINGS SHALL CONFORM TO THE CALIFORNIA MANUAL ON UNIFORM TRAFFIC
DEVICES (FHWA'S MUTCD 2003 REVISION 1, AS AMENDED FOR USE IN CALIFORNIA) AND THE CALTRANS STANDARD
SPECIFICATIONS (MAY 2006 OR LATEST REVISION), THESE PLANS AND THE SPECIAL PROVISIONS.
ALL SIGNING AND STRIPING IS SUBJECT TO THE APPROVAL OF THE CITY ENGINEER OR HIS REPRESENTATIVE
PRIOR TO INSTALLATION.
EXACT LOCATION OF STRIPING AND LIMIT LINES SHALL BE APPROVED BY THE CITY ENGINEER OR HIS
REPRESENTATIVE PRIOR TO INSTALLATION.
CONTRACTOR SHALL REMOVE ALL CONFLICTING PAINTED LINES, MARKINGS AND PAVEMENT LEGENDS BY
GRINDING. DEBRIS SHALL BE PROMPTLY REMOVED BY THE CONTRACTOR.
STRiPiNG NOTES
(GR) REMOVE EXISTING STRIPING OR MARKINGS
BY GRINDING.
PAINT 4" WHITE DIAGONAL PARKING SPACES
AS SHOWN. PARKING ANGLE SHALL BE 45
DEGREES AND EACH PARKING SPACE SHALL
BE 20' LONG AND 9' WIDE.
(RC) PAINT RED CURB AS SHOWN.
SHEET
1
CITY OF CARLSBAD
ENGINEERING DEPARTMENT
SHEETS
GRAND AVENUE
. INSTALLATION OF DIAGONAL PARKING
APPROVED ROBERT
CITY ENGINEER (j
OWN BY:
CHKD BY
RVWO BY
T.JOHNSON, JR.
PE 28515 EXPIRES 3/31/10
PROJECT NO. 0
TR 08-167
~ ~L& JO 9
DATE
RAWING NO.
EXISTING STRIPING
TO REMAIN
EXISTING STRIPING
TO REMAIN
I I I I I I I 1 -L I I J
EXISTING
BUS STOPPJ4 SPACES
O18 LF
GR) LANE STRIPING, ^6 SPACES GR LANE STRIPING
GR) MARKINGS,
TYP.
RC)16 LF
GR) MARKINGS, TYP.
LANE STRIPING
GR LANE STRIPINGGR LANE STRIPING24 LF(RC
(p) 3 SPACES
\\\\\\\\\\\\
P)2 SPACES
RCJ34 LF EXISTING STRIPING
TO REMAINEXISTING STRIPING
TO REMAINGR) LANE STRIPING EXISTING BUS STOP
3.
GENERAL NOTES
SIGNING, STRIPING AND PAVEMENT MARKINGS SHALL CONFORM TO THE CALIFORNIA MANUAL ON UNIFORM TRAFFIC
DEVICES (FHWA'S MUTCD 2003 REVISION 1, AS AMENDED FOR USE IN CALIFORNIA) AND THE CALTRANS STANDARD
SPECIFICATIONS (MAY 2006 OR LATEST REVISION), THESE PLANS AND THE SPECIAL PROVISIONS.
ALL SIGNING AND STRIPING IS SUBJECT TO THE APPROVAL OF THE CITY ENGINEER OR HIS REPRESENTATIVE
PRIOR TO INSTALLATION.
EXACT LOCATION OF STRIPING AND LIMIT LINES SHALL BE APPROVED BY THE CITY ENGINEER OR HIS
REPRESENTATIVE PRIOR TO INSTALLATION.
CONTRACTOR SHALL REMOVE ALL CONFLICTING PAINTED LINES, MARKINGS AND PAVEMENT LEGENDS BY
GRINDING. DEBRIS SHALL BE PROMPTLY REMOVED BY THE CONTRACTOR.
STRIPING NOTES
(GR) REMOVE EXISTING STRIPING OR MARKINGS
BY GRINDING.
(?) PAINT 4" WHITE DIAGONAL PARKING SPACES
AS SHOWN. PARKING ANGLE SHALL BE 45
DEGREES AND EACH PARKING SPACE SHALL
BE 20' LONG AND 9' WIDE.
(RC) PAINT RED CURB AS SHOWN.
SHEET
2 CITY OF CARLSBAD
ENGINEERING DEPARTMENT
SHEETS
GRANDAVENUE
INSTALLATION OF DIAGONAL PARKING
AEPROVED ROBE <
CITY ENGINEER /1 1-
DWN BY:
CHKD BY
RVWD BY
T.T. JOHNSON. JR.
PE 28515(IxPIRES 3/31/10
PROJECT NO. D
TR 08-167
"/2-&/c>y
DATE
RAWING NO.
463-3