Loading...
HomeMy WebLinkAboutSears, Tom; 2002-09-30; FAC 03-06City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager : Greq Clavier Date Issued: September 10.2002 (760) 434-2991 Request For Bid No. FAC 03-06 Mail To: CLOSING DATE: NIA Public Works - Facilities City of Carlsbad 405 Oak Avenue Carlsbad. CA 92008 deMFyt; Please use typewriter or black ink. No. FAC 03-06. Envelope MUST include Request For Bid DESCRIPTION Labor, materials and equipment to: perform the renovation of the “Maqee Barn” located at 258 Beech Avenue in Carlsbad, per contractors proposal dated September 9, 2002 for a sum not to exceed $10.300 No job walk-through scheduled. Contractors to arrange site visit by contacting. Project Manager: Greq Clavier, Public Works Supervisor Phone No. (760) 434-2991 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 Title of Person Authorized to sian Name and Address of Contractor ” contracts. ignature Title 511 0100 JOB QUOTATION ITEM NO. PRICE TOTAL DESCRIPTION QW UNIT 1 $10,300 Perform renovation of "Magee Barn" per JOB 1 proposal dated September 9,2002 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 to reject any or all bids and to accept or reject any item(s) therein or waive any informality in the Purchasing Officer to the lowest, responsive, responsible contractor. The City reserves the right 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, materialslsupplies and past performance. The determination of the City as to the Contractor's ability to perform the contract shall be conclusive. 34L/A/ ,Br/ Contractor's License Number Classification(s) 3-343 Printed Name and Title Expiration Date 9//6 -8% Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: OR (Individuals) Social Security #: 54/9-. 9D- 7113 -2- 5/1 O/OO 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 Subcontractina 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." Total % Subcontracted: ' Indicate Minority Business Enterprise (MBE) of subcontractor. -3- 511 0100 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: directions and subject to inspection approval and acceptance by: Greq Clavier, Public Works I guarantee all labor and materials furnished and agree to complete work in accordance with Supervisor. Wage Rates: The general prevailing rate of wages for each crafl or type of worker needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to Sections current copy of the applicable wage rates in on file in the Office of the City Engineer. The 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a 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 participating in contract bidding. n jurisdiction is grounds for the City of Carlsbad to Signature: 7dd Print Name: -4- 5/10/00 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 certificates shall indicate coverage during the period of the contract and must be furnished to the Insurance indicating coverage in a form approved by the California Insurance Commission. 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 with the performance of the Contract or work; or from any failure or alleged failure of Contractor to liability of every kind, nature and description, directly or indirectly arising from or in connection 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 for loss or damage caused by the sole or active negligence or willful misconduct of the City. The caused, resulting directly or indirectly from the nature of the work covered by the Contract, except expenses of defense include all costs and expenses including attorneys’ fees for litigation, arbitration, or other dispute resolution method. 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 work within 10 working days after receipt of Notice to Proceed. Completion: I agree to complete work within =working days after receipt of Notice to Proceed. -5- 5/10/00 CONTRACTOR: CITY OF CARLSBAD a municipal corporation of the State of California By: Assistant City Manager 1200 Carlsbad Villaqe Dr. Carlsbad (address) By: 760-434-2821 (sign here) (telephone no.) (print name and title) (address) AlTEST: (citylstatehip) (telephone no.) (fax no.) (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. Othewise, 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 -6- 511 0100 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of "5~ } ss. personally appeared To SEW5 Name(r) of S#gner(s) Rproved to me on the basis of satisfactory 0 personally known to me evldence to be the person@ whose name(+ islme subscribed to the within instrument and acknowledaed to me that he/- executed q the same in his/hP,lth,;,. capacity@), and that by hidheftheir authorized signature@ on the instrument the person(@, or the entity upon behalf of which the person(+ acted, executed the instrument. - WITNESS my hand and official seal. Place Notary Seal Above OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document . Title or Type of Document: m5 p& & &%'&& Document Date: qHI.3 To> Number of Pages: Signer@) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: U Individual 0 Corporate Officer - Title(s): Partner - n Limited 0 General U Attorney in Fact U Trustee Guardian or Conservator U Other: Signer Is Representing: l Sears Construction Co. - .1L- 1387 Cynthia Lane, Carlsbad, CA 92008, p 760.720.9548, f 760.720.%82 CERTIFICATE OF EXEMPTION FROM WORKERS COMPENSATION / EMPLYERS' LIABILITY INSURANCE I, Tom Sears, am the owner of Sears Construction Company. I hereby certify that Sears Construction Company has no employees and is not required by law to maintain workers compensation or employers' liability insurance. Should Sears Construction Company employ any persons during the term of the Agreement with the City of Carlsbad for the Magee Barn project, then workers compensation and employers' liability insurance will be obtained. Executed on this day of September 2002 at Carlsbad, California. Owner, Sears Construction Company - ~nm~~~wumwowmmL OIDd* aDD'l* wrda "WL ', ., ,, .. , F"v.?-OLL"" ..-~I?-.~n~IuU"~-.~~~~.~"~~~~u~ " - ULWUTnMBURB*CNl INLII-CYI nrncqwn , .. .. . . . . . . . . . . .. .. .. . . . . . . , . . . . .. .. .. .. . . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .. . . . . . . . . .. ... YCORD. CERTIFICATE PRODUCER SKYLES INSURANCE AGENCY 3840 BUSINESS PARK DRIVE SACRAMENTO. CA 95827 SEARS CONSTRUCTION CO. THOMAS SEARS CARLSBAD, CA 92008 1387 CYNTHIA LANE OF LIABILITY INSURANCE R E gt636j.gJs8& THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION DATEIHMIDDWY] 06/17/2002 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE ~Ns~RERA. ENV. a CASUALTY INS. CO. INSURER 8: INSURER C: INSURER 0' - ". .. I A 1 X ~ COMMERCIAL GENERAL LIABI - PERSONAL 6 ADV INJURY GEWL AGGREGATE LIMIT APPLIES PER: I 1,000,000 GENERALAGGREGATE $ 500.000 I" 1,000,000 PRODUCTS-COMPIOPAGG XI n ;E n LOC AUTOMOBILE LIABILITY I COMBINED SINGLE LIMIT ANYWTO (Ea accMen1) ALL OWNEOAUTOS BODILY INJURY SCHEDULEDAUTOS HIREDAUTOS NON-OWNED AUTOS AUTOONLY. CLAIMS MADE WORKERSCOMPENS~TIONAND EMPLOYERS' LIABILIN )TORY LIM!TS I I ER E L. EACH ACCIDENT E L~ DISEASE - EA EMPLOYEE 5 $ $ E~L DISEASE - POLICY LIMIT ~ .- OTWR DESCRIPTION OF OPE~TIONSLLOCATIONSMHICLESI~CLUSIDNS ADDED BY ENWRSEMENTISPECIAL PROVlSlONS CERTIFICATE HOLDER IS ADDED AS ADDITIONAL INSURED JOB. MAGEE BARN RENOVATION, CARLSBAD, REPLACING WINDOW & DOORS, '10 DAY NOTICE OF CANCELLATION FOR NON-PAYMENT OR NON-REPORT OF PAYROLL CERTIFICATE HOLDER I x 1 ADDITIONAL INSURED; INSURER LETTER: CANCELLATION I I SHOULD ANY OF THE ABOVE OESCRIBEDPOLlClESsECANCELLED BEFORE THE EXPIRATION CITY OF CARLSBAD 405 OAK AVE. PUBLIC WORKS DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MIL "30 DAYS WRITTEN NOTICE TO THE CERTIFKATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILIN OF ANY KINO UPON THE INSURER. ITS AGENTS OR ~~~ ~ ATTN: GREG CLAVIER CARLSBAD, CA 92008 p0 720 9562 ACORD 25-S (7197) CIACORD COcP6RATION 1988 POLICYNUMBER: '1 187EG001188 COMMERCIAL GEhXRAL LlABlLlTy INSURED:. SEARS CONSTRUCTION CO. CG 20 10 10 93 THE3 ENDORSEMENT CHANGES THE POLICY. PLEASE R&iD IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) CITY OF CARLSBADG PUBLIC WORKS 405 OAK PVE. CARLSBAD, CA 92008 (N no enw appears above, inlormation rcquircd to complete this endorsement will be shown in the Dedan- iom as applicable to this endorsement.) WHO IS Ah INSURED &&on II) is amended to include as an insured the person or mgmization shown in the Schedule, but only with resped to liability arising out of your ongoing operatiom pcrIolmed for that in- sured . ~ City of Carlsbad September 10, 2002 Tom Sears Sears Construction Company 1387 Cynthia Lane Carlsbad CA 92008 CITY OF CARLSBAD CONTRACT NO. FAC03-06 - MAGEE BARN RENOVATION Attached are contract documents for the above referenced project. The following items need to be completed in order for the contract to be fully executed: fig nature of authorized representative@) from your company p6 If sole proprietorship, complete Worker’s Compensation Exemption form (see dCurrent City of Carlsbad Business License (contact Finance @ 602-2430) PI Notarlzatlon of slgnature(s) attached). Certificate of Automobile Liability Insurance these items have been received a Purchase Order will be issued for this work. Should you have any questions please contact my staff or me at (760) 434-2980. Once Public Works Supervisor, Facilities Division c: Assistant Library Director, Geoff Armour Secretary, Shea Sainz 405 Oak Avenue - Carlsbad, CA 92008-3009 - (760) 434-2980 - FAX (760) 720-9562 @ SCOPE OF WORK AND COST ESTIMATES FOR MAGEE BARN RENOVATION 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Perimeter foundation and three interior piers. Interior flooring (combination wood, concrete, gravel) Demolition and clean up shed on north side of barn. Three windows with new sashes. New door for south entry and reproduction hardware. Rework existing sliding door and hardware on west side. Repair exterior siding plus siding materials and milling charges. Prep and paint exterior, including windows and siding. Retrofit interior stair railing for safe access to lof?. Replace roof shingles as needed. Add electrical connections and retrofit reproduction gas lanterns. Block and tackle pulley system for exterior hayloA area. TOTAL: COST NIA NIA NIA $2,500 $800 $2,000 $2,200 NIA $500 NIA NIA $300 $ 8,300 SCOPE OF WO%K FOR ' MAGEE BARN RENOVATION .. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. . . ,. 1. SCOPE OF WORK FOR MAGEE BARN RENOVATIQN .. I . :. . .. . , .I