Loading...
HomeMy WebLinkAboutPacific Kitchen Inc; 2011-04-21; PEM536City of Carlsbad MINOR PUBLIC WORKS PROJECT PEM536 Project Manager Bob Richardson (7601 434-2943 Mail To: PEM Department City of Carlsbad 405 Oak Avenue Carlsbad, California 92006 Request For Bid No.: PEM 536- CLOSING DATE: 3 31 2011- CA 82008 unfit 4:00 pm. on the day of Bid Please use typewriter, blue or black ink. Envelope MUST inoludo Roquoot For Btc No PEM 636— DESCRIPTION Labor, materials and equipment to remove one section of floating kitchen cabinets and reface the remainder of the existing kitchen cabinetry at Fire Station 5 with Witeonart pewter olastip laminate (D73^0V No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager Bob Richardson Phone No. (760)434-2943 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 arid Address of Contractor Pacific Kitchen. Inc. Name 7208 Clairemont Mesa Blvd Address San Dieao. Ca 92111-1007 , Crty/State/Zip (858)277-0701 Telephone (858) 573-0766 Fax wiSSDacifickitchens.com E-Mail Address -1-Revised 09/01/09 Name and Title of Person Authorized to sign Title Name Date JOB QUOTATION 11 ITEM NO, 1 UNIT LS QTY 1 DESCRIPTION Fire Station 5 cabinet refacing Total TOTAL PRICE $10.400.00 $10,400.00 Quote Lump Sumy including all applicable taxac. Award is by total-pacer flon and Award. Bide ling oubjoot iptanoo at any time within unlace otherwise stipulated by the City of Cartobad. Award will be made by the Purchasing Officer to the towMt, responsive, reeponsibte contractor. The City raoerve* the right to reject any or all bide and to accept or rojeot any item(o) therein or waive any informality in the bid. In the event of a conflict between unit prioe and extended prtoe. tho unit price will prevail unlero price » so obvioucly unreasonable as to indicate SUBMITTED BY: Pacific Kitchen. Inc (Name 639021 Contractor's License Number B. C-6 Classification(s) ^31/2012 Expiration Date Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.tf OR (Individuals) Social Security # -2-Revised 09/01/09 DESIGNATION OF SUBCONTRACTORS Set forth below is the lull 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-naif 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 shaH be deemed to nave 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. rJttcription of Work SUBCONTRACTOR* % of Total Contract Business Nwtw and Address NONE License No., Classification & Expiration Date MBE Yes No Total % Subcontracted: 0% * Indicate Minority Business Enterprise (MBE) of subcontractor. -3-Revised 09/01/09 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT PEM538 (Less than $30,000) Labor: I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances governing labor. 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: Bob Richardson (project manager) The Payment of Prevailing Wages is Not Required The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the provisions of the California Labor Code when the public work is not a statewide concern. Payment of prevailing wages is at contractor's discretion. 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 daim may be subject to the contractor to an administrative determent proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that determent by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: Print Name: -A- Revised 09/01/09 Commercial General Liability, Automobile Liability and Worker*' 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 yehicte used hi the performance of the contract, used onsite or oflsite, 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 09/01/09 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 45 Completion: I agree to complete work within Proceed. CONTRACTOR: Pacific Kitchen. Inc working days after receipt of Notice to Proceed. 75 working days after receipt of Notice to CITY OF CARLSBAD a municipal corporation of the State of California: /->. : CkffcZZJS^C-^- (print name and title) wi@.pacif ickitchens. com By:. address) Assfetert-Ctty Manager 7208 Clairemont Mesa Bjvfl (address) (858)277-0701 (telephone no.) ATTEST: LORRAINE M. WOOD City Clerk (sign here) ft Vi KTgfr I— <zf h cLi (print name and title) 7208 Clairemont Mesa Blvd (address) San Dieao. CA 92111-1007 (city/state/zip) (858)277-0701 (telephone no.) (858) 573-0766 (fax no.) wi@.pacif ickitchens. com (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 officer(s) signing to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY: JQJL 1 DepuTyClty -6-Revised 09/01/09 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT.- • ••... mm • '•:••••• • State of California County of : personally appeared :^':. •'.•:','•••': - '••, ' .' • . ''.>,: •'->,,;; Commlt«ton « Notary Public • C«Hlornit San Diego County who proved to me on the basis of satisfactory evidence to be the perscn(sfwhose name^jfy^e' subscribed to the vvlthin instrument and acknowledged to me that <£atejpiKMfj executed the same in^S3s$>ef/t|aerr authorized capacity!^), and that byd$sfl&yrfp*&f signature^) on the instrument the person^), or the entity upon behalf of which the personj^) 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_7Zl OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document ana ccuid prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document /U tJr\Title or Type of Document: Docurnent Date: ^ ~? I ' 1 \ lU.lv- Ov~ Number of Pages:\O Signeri's) Other Than Named Above: Capacity(ies) Claimed by Signer(s) ^u•Signer's Name: ^sb Individual r Corporate Officer — Title(s): Partner— LJ Limited LJ General U Attorney in Fact G Trustee LJ Guardian or Conservator r Other: Signer !s Representing: RIGHTTHUMBPRNT OTSK3NER igner's Name: D Individual D Corporate Officer — Titie(s): n Partner — Q Limited n Genera! D Attorney in Fact D Trustee 'I. Guardian or Conservator D Other: Signer |s Representing: RK3HTTHUMBPRINTOF SIGNER . ;.-••'•: .-..-. ','.•:••' E (SS^S^^S^^ ••52CC7Nsr-or>a;'-';ta.vAsscoist!or' 3350 Os Soto »ve.. P.O.Sox 2^02'Chatsworth.CA 91313-2*02-www.NattonalNotary.crg Item X5307 Reorder:CallToH-Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ' J> State of California County of On personally appeared efore me, Comm»Mh» * NotifySan Diego County who proved to me on the basis of satisfactory evidence to be the' person£#f whose nameferjd^aps- subscribed to the within instrument and acknowledged to me that ftfe/^TgXhe^ executed the same \r\J/viSei3§&ia&F authorized capacity(i^S), and that by his/her/their signature^) on the instrument the person(*f, or the entity upon behalf of which the person^/acted, executed the instrument. i certify under PENALTY OF PERJURY under the laws of the State of Caiifornia that the foregoing paragraph is true and correct. WITNESS my handed official seal. Signature ^z -/cC«- — - '• hough the information below is not reauired by Saw. it may prove valuable to persons relying on the document and oouti prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or lyoe of Document: Document Date:. 1 .Number of Pagess: _ _JCL_ _ Capacity(ies) Claimed by Signers) Signer's Na.'Tie: __j VQ individual Corporate Officer — Titie(s): Partner— Limited Z General LJ Attorney in Fact [I Trustee Guardian or Conservator : Other: Signer's Name:, C Corporate Officer — Title(s): LJ Partner — I] Limited G General L! Attorney in Fact D Trustee [I Guardian or Conservator LJ Other: Signe" Is Representing: RIGHT THUMBPRINT OF SIGNER •.-.•".• .-•• • * 3-2402 • www.NationalNotary.org • '-'jv. • •• ! r;?:<: =5SC7 Reords': Call Toll-free 1-800-376-6827