HomeMy WebLinkAboutScott Fence; 2009-04-02;City of Carlsbad
MINOR PUBLIC WORKS PROJECT
DECEIVED
HAR 2 4 200S
ENGINEERING
Project Manager: JAMES GUSMAN
(760) 438-2722
Mail To:
Purchasing Department
City of Carlsbad
1635 Faraday Avenue
Carlsbad, California 92008-7314
Award will bo made to the lowest responsive,
responsible contractor based on total price.
Date Issued:
Request For Bid No.:.
CLOSING DATE:
Bid shall be deposited in tho Bid Box located
in the first floor lobby of the Faraday Center
located at 1635 Faraday Avenue, Carlsbad,
CA 92008 until 4:00 p.m. on the day of Bid
Please use typewriter or black ink.
Envelope MUST include Request For Bid
DESCRIPTION
Labor, materials and equipment to: Remove and reuse 700' of 6' chain link fence with barbed wire
around the perimeter of Carlsbad municipal water District's yard. Install two chain link pass gates, one
16 foot slide gate modified into a double swing gate.
Job location: Carlsbad Municipal Water District, 5950 El Camino Real Carlsbad, California
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: JAMES GUSMAN
Phone No. 760-438-2722
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
Scott Fence
Name
1255 Distribution Way
Address
Vista, California 92081
City/State/Zip
760 598-0070
Telephone
760 598-0098
Fax
N/A
E-Mail Address
-1-Revised 03/13/02
Name and Title of Person Authorized to sign
contracts.
Title
Name Date
JOB QUOTATION
ITEM NO.
1
2
3
UNIT QTY
700FEET
2
1
' '"i-iDiSCRliwnON'fc - •».-, s ' :"*f ''
Used six-foot chain-link fence/barbed wire
Six-foot chain-link gates
1 6 foot double swing gate
TOTAL PRICE
$10,500.00
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:
Comany/Business Name Contractor's License Number
Classification(s)
ScMA-
Printed Name and Title Expiration Date
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: DO "
OR
(Individuals) Social Security #:
-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
K)OA^
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: JAMES GUSMAN
(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:
-4- Revised 03/13/02
Print Name: S-Vi\S<v\ \Ltdr Su>W
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 2-O working days after receipt of Notice to Proceed.
Completion: I agree to complete work within.
CONTRACTOR:
Scott Fence
By:
(print name and title)
(eHrnail address))
4
(sign here)
working days after receipt of Notice to Proceed.
CITY OF CARLSBAD a municipal corporation
of the State of California:
By:
GLENN T. PRUIM
Public Works Director
(address)
(telephone no.)
(print name and title)
(address)
(city/state/zip)
(telephone no.)
(fax no.)
(e-mail address)
ATTEST:
LORRAINE M. WOOD
City Clerk
See attached California
All-Purpose Acknowledgment
(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 officers) signing to bind the
corporation.)
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney BY -&—•—
Beptrty City Attorney
-7-Revised 03/13/02
CALIFORNIA ALL-PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
State of California
County of
^
On Match before me, P- U • Pb»riVtv-
personally appeared ,g |-1 }kejnj- :
(Here insert name and titlipf the officer)
who proved to me on the basis of satisfactory evidence to be the person^ whose name(^ls/a)?tf'subscribed to
the within instrument and acknowledged to me that he/she/they" executed the same in his/hpr/thaif authorized
capacity(ie$5, and that by his/hefTtjjeir signature^ on the instrument the personj^J, 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 California that the foregoing paragraph
is true and correct. ,._...
JT
WITNESS my hand and official seal.
f-fiZ^c*^-*^/•
Signature of Notary Public
P.U.PAJ8KH
C0mi.*W733ttNOTABYfWUC.-^
ty Cum Eqfa Ay».20(»..»
p**^**^"^»^ I I i • » • *»(
(Notary Seal)
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF THE ATTACHED DOCUMENT
PaJoli'c
(Title or description of attached document)
(Title or description of attached document continued)
Number of Pages n Document Date
(Additional information)
CAPACITY CLAIMED BY THE SIGNER
$$ Individual ($
$& Corporate Officer „.
^- nT .1 ' s* \f\ /* J3^oi^A^r - ScofT te^cc>
n
n
nn
(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 signers) 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.
fee/she/they, is /are) 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 12.10.07 800-873-9865 www.NotaryClasses.com