HomeMy WebLinkAboutPayco Specialties Inc; 2010-03-01; PWGS468City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager Thomas Moore Date Issued: 11-05-2QQ9
(760) 434-2939 Request For Bid No.: PWGS468
Mail To:- CLOSING DATE: 11 -20-2009
Streets Department Bid shall bo dopositod in the Bid Box losated
City of Carlsbad in the first floor lobby of the Faraday Center
406 Oak Avenue located at 1635 Faraday Avenue,-€aftebadi
Carlsbad, California 92008 GA 92008 until 4:00 p.m. on the-t>ay-of-Bid
Award will be made to the lowest responsive,
responsible contractor based on total price. Please use typewriter or blue or black ink.
Envelope- MUST include • Request— fef— Bid
DESCRIPTION
Labor, materials and equipment to refresh thermoplastic pavement markings at various locations
throughout the City, including minor surface abrasion on concrete surfaces only. _
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Thomas Moore _
Phone No. 760-434-2939 _ _
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 ( ), 2 ( ), 3 ( ), 4 ( ), 6 ( ).
SUBJECT TO ACCEPTANCE WITHIN (90} DAYS
Name and Address of Contractor
Pavco Specialties. Inc (619)422-9204
Name Telephone
120 North Second Ave (619)427-1620
Address Fax
Chute Vista. CA 91910-1127 i9@.pavco.biz
City/State/Zip E-Mail Address
-1 - PWGS468
Name and Title of Person Authorized to sign
acts.
Signature
7^7
'Date
JOB QUOTATION
ITEM NO.
1
2
3
4
5
UNIT
LF
Each
Each
Each
Each
•ESTIMATED
QTY
8,605
7
1
12
6
DESCRIPTION
12" Thermoplastic crosswalk / Limit Line
(white or yellow)
"25". "30", & "35" MPH
"Keep Clear" legend
"Signal Ahead" legend
Type IV arrows (right, left or through)
UNIT PRICE
$2,00
$45.00
$160.00
$190.00
$45.00
TOTAL
TOTAL PRICE
$17,210.00
$315.00
$160.00
$2,280.00
$270.00
$20,235.00
Quotes include all labor, materials, equipment, traffic control and all applicable taxes.
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:
Contractor's License Number
Classification(s)
Printed Name and Title
I-1/-/D
Expiration Date
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#:/ r~ /
OR
(Individuals) Social Security #:
-2-PWGS468
DESIGNATION OF SUBCONTRACTORS
Set forth below is the full name arid 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
S\lr> fj£r V > '
License No.,
Classification
& Expiration
Date
MBE
Yes No
Total % Subcontracted: 0%
* Indicate Minority Business Enterprise (MBE) of subcontractor.
PWGS468
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: Thomas Moore
(project manager)
Wage Rates:
The City of Carlsbad is a Chartered City and does not require the payment of prevailing wages. This
is a non prevailing wage job.
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:
Print Name:
-4- PWGS468
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 $100,000 combined single limit per accident for
bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the
performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether
scheduled or non-scheduled. The automobile insurance certificate must state tie coverage is for
"any auto" and cannot be limited in any manner.
The above policies shall have non-cancellation clause providing that thirty (30) days written notice
shall be given to the City prior to such cancellation.
The policies shall name the City of Carlsbad as additional insured.
Indemnity:
The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold
harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of
every kind, nature and description, directly or indirectly arising from or in connection with the
performance of the Contract or work; or from any failure or alleged failure of Contractor to comply
with any applicable law, rules or regulations including those related to safely and health; and from
any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting
directly or indirectly from the nature of the work covered by the Contract, except for loss or damage
caused by the sole or active negligence or willful misconduct of the City. The expenses of defense
include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute
resolution method.
- 5 - PWGS468
The Contraebr agrees and hc?rehy strpulaQe% that he proper vsnue and juridialan br r~solutrorz d
any &isput&% &Weeta the gad[@$ arrapsg out of ghls agrmment is San 01eg0 CotinPy, Caiifarnt8
Start WO&, r agree to startv#fM~n /5 wrkl~g days after m1pt of MO~IM to Prwad
Completion I agrw to mmpleb VPOT~ wi%in 30 w~rktng dap after ~werpt of ~otb to
ATTEST f
Chairman, prcsidsnt or vice-pfesdent and wcretav, a%%$sQnl swehry. @FQ or ass~s&nf treasurer
mklsl sign for corparabons Om~wis@~ the COfplftra~an must aEa& a resotulran ~rttfied by the
st4cmbry. or 8mrstarrt secrebq under mtpowb seal empwsring the ~vmf(df s8gnBng tr;t bind the
~hi;~~~trn,)
CALIFORNIA ALL-PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
State of California
County of V^rt
On me,
r\
(Here insert name and title of the officer)
R . U/?:itx3^IL /I f CTpersonally appeared .
who proved to me on the basis of satisfactory eviqence to be the person(s) whose name(s) is/are subscribed to
the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signature(s)1 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.
JEANNINI M. MATSCH
CommlsMon # 1707041
Notary Public • California |
ton Dt*ap County
SignaTjire of Notary Publi (Notary Seal)
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF THE ATTACHED DOCUMENT
y— 'i TV
' (Title or description of attached document)
or descnption of attacheflxlocument continued)
Number of Pages (o Document Date IJ -*&
(Additional information)
CAPACITY CLAIMED BY THE SIGNER
D Individual (s)
IjKCorporate Officer
'Vf&s'. Jt/\ \ / £s^sz\*sJ
G
G
n
n
(Title) ' /
Partner(s)
Attorney-in-Fact
Trustee(s)
Other
INSTRUCTIONS FOR COMPLETING THIS FORM
Any acknowledgment completed in California must contain verbiage exactly as
appears above in the notary section or a separate acknowledgment form must be
properly completed and attached to that document. The only exception is if a
document is to be recorded outside of California. In such instances, any alternative
acknowledgment verbiage as may be printed on such a document so long as the
verbiage does not require the notary to do something that is illegal for a notary in
California (i.e. certifying the authorized capacity of the signer). Please check the
document carefully for proper notarial wording and attach this form if required.
• State and County information must be the State and County where the document
signer(s) personally appeared before the notary public for acknowledgment.
• Date of notarization must be the date that the signerfs) personally appeared which
must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or her
commission followed by a comma and then your title (notary public).
• Print the name(s) of document signer(s) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect forms (i.e.
he/she/they, is /aw) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
• The notary seal impression must be clear and photographically reproducible.
Impression must not cover text or lines. If seal impression smudges, re-seal if a
sufficient area permits, otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
the county clerk.
%• Additional information is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
•> Indicate title or type of attached document, number of pages and date.
* Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (i.e. CEO, CFO, Secretary).
• Securely attach this document to the signed document
2008 Version CAPA v!2.10.07 800-873-9865 www.NotaryClasses.com