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