Loading...
HomeMy WebLinkAboutPatterson Brothers Lighting Inc; 2012-03-22;Project Manager John Maashoff (760) 434-2856 City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Date Issued: March 22. 2012 Mail To: Purchasing Departmont City of Carlsbad 1635 Faraday Avonuo Carlsbad, California 92008 731^ Award will be made to the lowest responsive, responsible contractor based on total price. Request For Bid No.: cTd586 CLOSING DATE: March 22, 2012 Bid shall be deposited in the Bid Box locatod in the first floor lobby of the Faraday Contor located at 1635 Faraday Avonue, Carlsbad, CA 92008 until ^:00 p.m. on the day of Bid closing. Please use typewriter or black ink. Envelope MUST include Request For Bid DESCRIPTION Labor, materials and equipment to complete wire replacement due to theft on College Blvd and Palomar Airport Rd No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: John Maashoff Phone No. 760-434-2856 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 Patterson Brothers Lighting Inc Name PO Box 2037 Address Lakeside CA 92040 City/State/Zip 619-390-3797 Telephone 619-390-2875 Fax E-Mail Address -1 Revised 09/01/09 Name and Titip of Person Authorized to sign contrj bignarura — Name Title Date JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION TOTAL PRICE 1 Job 1 Wire replacement/repair on Palomar Airport Rd between Innovation Wy and Gateway Rd $2,300.00 2 Job 1 Wire replacement/repair on Palomar Airport Rd between Business Park Dr and Paseo Valindo $2,115.00 3 Job 1 Wire replacement on College Blvd between Palomar Airport Rd and Palomar Point Wy $1,470.00 GRAND TOTAL $5,885.00 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 othenwise stipulated by the City of Carlsbad. Award v/ill 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. Note: Please do not siqn the contract document (last pace) at this time. The successful contractor will execute the contract after bid award. SUBMITTED BY: Patterson Brothers Lighting Inc il usiness Name 501334 Contractor's License Number C10 edpignature Classification(s) 11/30/2012 Printed Name andTitle Expiration Date Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 3Z ^ Ol^OZ3^\ 2-Revised 09/01/09 OR (Individuals) Social Security #: - 3 - Revised 09/01/09 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." PORl SUB nON OF WORK TO BE CONTRACTED SUBCONTRACTOR* MBE Item No. Description of Work % of Total Contract Business Name and Address License No., Classification & Expiration Date Yes No M A Total % Subcontracted: i Indicate Minority Business Enterprise (MBE) of subcontractor. Revised 09/01/09 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT (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: John Maashoff (project manager) The Payment of Prevailmg 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 infonnation. 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 Contracfor or subcontractor from participating in contract bidding. Signature: Print Name: IMV \^^^ Revised 09/01/09 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 Carisbad 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. 6 - 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 \^ working days after receipt of Notice to Proceed. Completion: I agree to complete work within tX^ working days after receipt of Notice to Proceed. CONTRACTOR: Patterson Brothers Lighting Inc CITY OF CARLSBAD a municipal corporation of the State of California: Assistar^J/City Manager (pnnt nam (address) (e-mail address)) By (telephone no.) (sign here) (print name'and title) PO Box 2037 ATTEST: (address) Lakeside CA 92040 (city/state/zip) (gtn-^Q^'^^0<7^wf-^tg-^7^1 (telephone no.) LORRAINE M. WOOD City Clerk (fax no.) ^:i^£ Aru^Cv^s (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: RONAL0-R. BALL, City Attorney BY: Deputy City Attorney Revised 09/01/09 ACKNOWLEDGMENT State of California County of San Diego ss. On f\'f/) I ^> f ^ before me, Julie D. Walker, Notary Public, personally appeared KvJf^. PaH~^CD/) ^/ij \^^nnerk tiafi who proved to me 6n the basis of satisfactory evidence to be the person(s) whose name(s) fe/are subscribed to the within instrument and acknowledged to me that h^?e/they executed the same in^^^/their authorized capacity(ies), and that by h^feer/their signatures(s) on the instrument the person(s), or the entity upon behalf of which 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. ure AAAA.^ A ik m M. ... M. ...... ^ JULIE D. WALKER Commission # 1796954 I Notary Public - California | 1 ^^"^^^ Diego County j! i '' MyComm. ExpiresMrv28.2012 t m 9 V n % ip i' iir;i , ly j, till (seal) OPTIONAL INFORMATION Description of Attached Document Title or Type of Document: fYWOQC fuhli C UJOrKs PfOjCC^ P-e,^(4^<.f for b)cA cTd-^ou Document Date: ??^, ^t^^-^umber of Pages: "7 Signer(s) Other Than Named Above: f\0 ^ Capacity(ies) Claimed by Signer Individual X-.^^^^iden^ / Vice President ^^rejS^ / Treasurer Attorney in Fact Trustee Other: Signer is Representing ?(Xii~^rsan rofhl^t^lq fin^^ > c © 2008 Allstate Notary Preparation, Inc. - (800) 689-8456 - www.allstatenotary.com PATTERSON BROTHERS LIGHTING, INC PROPOSAL PROPOSAL NO. 1203-01 March 1,2012 PROJECT: Wire theft City of Carlsbad Public Works Attention: John Maashoff ITEM I-SCOPE OF WORK AND PRICE: Per attached directive from the City of Carlsbad. Provide and place necessary wire to retum various locations to operation. Complete splicing as needed. Parking on the City of Carlsbad sidewalks shall be considered appropriate to complete repairs. All work to comply with the CITY OF CARLSBAD specifications. LUMP SUM PRICE- ON P.A.R. - INNOVATION WAY TO GATEWAY RD S 2,300.00 Dollars LUMP SUM PRICE- ON P.A.R. - BUSINESS PARK DRIVE TO PASEO VALINDO S 2,115.00 Dollars LUMP SUM PRICE COLLEGE BLVD BETWEEN PAR AND PALOMAR PT. WAY $ 1,470.00 Dollars ITEM II-PAYMENT SCHEDULE: Payment of 100% for actual work completed due within 30 days of invoice date. ITEM III-EXCLUSIONS: This proposal has no provisions for engineering, bonds, permits, testing, export of spoil, SDG&E fees, removing or replacing any asphalt/concrete, saw cutting, or excavation of any material not reasonably possible to excavate with a 416 CAT backhoe. ITEM IV-ATTORNEY'S FEES: In the event that any matter under this proposal is referred to an attorney because of dispute or default under the terms of this proposal, then the defautting party agrees to pay the sum of reasonable attomey's fees and any other costs involved in enforcing the terms of this proposal. Prices set forth in this proposal will be honored for thirty (30) days. This proposal contingent upon receipt of a signed purchase order or subcontract agreement. Respectfully submitted, By: Kyle Patterson, President ACCEPTANCE This proposal is accepted as submitted and PATTERSON BROTHERS LIGHTING, INC. is authorized to complete the work as specified above. Contractor: Date: By: Contractor's License No.: Title: Please sign and retum one copy of this proposal together with your signed purchase order or subcontract agreement, certificate of insurance requirements, and prelim- inary lien information. Thank you! POBOX 2037 LAKESIDE, CA 92040 (619)390-3797 FAX (619) 390-2875 STATE CONTRACTOR'S LICENSE NO. 501334