Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
USA Shade & Fabric Structures Inc; 2008-12-05; PWGS433
City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order, Project Manager PayLMeadows Date Issued: October 31.2008 (760): 434-2857 Request For Bid No.: PWGS433 Mail To: CLOSING DATE: October 31. 2008 Purchasing Department Bid shall be deposited in tfr0 Bid" Box boated City of Carlsbad in the first floor lobby of frte Faraday Center 1635 Faraday Avenue located at 1635 Faraday Avenue, Carlsbad, Carlsbad, California 92008-731/1 CA 92008 until 4:00 p.m. on foe day of Bid Award will be made to the lowest responsive, responsible contractor based on totaf price. Pteaseuise typewriter pr black ink. Ertvotbpo MUST include -Request For Bid No. DESGRiPITON Labor, materials and equipment to Replacement of PinePark. Shade..Cover No job walk-through scheduled; Contractors to arrange: site visit by contacting: Project Manager Paut Meadows Phone No. 760-434-2857 Submission of bid implies knpwlecfge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. t ( ), 2 ( J, 3 £ J, 4 ( ), 5 (_ ). SUBJECT TO ACCEPTANCE WTfHiN $0) DA^S Name and Address of Contractor USA Shade & Fabric Structures. Inc 714-427-6980 Name Telephone 350 Kalmus Dr _ 714-427>6983 _ Address Fax costa Mesa CA 92626 _ pphamnQuyen@.us(t«shade. corn City/StateCip E^ail AddresS' o? rexvcc* coord^o^^prexvcc* COPY -1- Person Authorized to sign nJl 'Officer Title Name Date JOB QUOTATION > OWNQ, ! 1 ',jWlE/J Job 3,! .©TV, t 1 L.*V^SSGttatt* >W?& Structure cover replacement for sad structure cover complete In place «•»&*' VN&'V.J.ii /" <• ,gj&m&RidE' $5,967 28 Quote Lump Sum, including air applicable taxes. Award is by totaf 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: Shake & Fabric Structures, Inc 2.8:0 Contractor's License Number C!assification(s) Expiration Date Date TAX IDENTIFICATION NUMBER (Corporations) FederalTax I.D.#: 2.Q- (Individuals) Social Security #: OR BEST COPY -2-Seviseds 03/13/02 DESIGNATION OF SUBCOfelTRACTORS Set forth below is the full name and location of the place of business of each sub-contractor whom the contractor proposes to subcontract portionsof theytpfain e>scess of 9ne4iaif ciferoe percent of the total pi, and die portion of Ifce work vrtiich will be done by each sub-eonfraetor for each subconlract. 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 tie 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 Vie 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 MBE Ram No. Desedpfion-of Work Contract Business Name and Address Yes Classification & Expiration Date No Total % Subcontracted: . * Indicate Minority Business Enterprise (MBE) of subcontractor. -3- 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 fabor and materials furnished and agree to complete work in accordance with directions and subject to inspection approval and acceptance by: Paul Meadows (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 etseq., 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 thejzeqtractor may be prevented from further bidding on public contracts for a period of up to five grounds for the City of Carlsbad to disqualify contract bidding. Signature: Print Name: that defaarment by another Jurisdiction is ar or subcontractor from participating in -4-Revised 03/13/02 Commercial General Liability, Automobile Liability and Workers' Compensation Insurance: The successful contractor shall provide to the Gity 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, duringthe period -of the contract and must be furnished to trie Ct^ 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 Besfs Key Rating Guide of at least A-;V and (21 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 tie contract, used onsjte or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The automobile insurance certificate must state toe 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 air 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 ail claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the wofk 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(T3702 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 five (5) calendar days after receipt of Notice to Proceed. Completion: I agree to complete work within thirty (30) calendar days after receipt of Notice to Pro CONTRACTOR: (print name and title) •MjT'v|(print n, (address) (cify/state/zip) (telephone no.) (fax no.) CITY OF corporation df.lhCSfate of Caiifbrrui (addres! (telephone no.) ATTEST: /LORRAJNEjlV!. WO'OI /CitvCCity Clerk (e-mail address) (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman}; president or yice-presid^nt and 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 JBALL, City Attorney deputy CM Attorney -6-Revised 03/13/02 CERTIFIED COPY OF A NON-RECORDABLE DOCUMENT State of Texas County of Dallas On this 5th day of December, 2008,1 certify that the preceding or attached document, and the duplicate retained by me as a notarial record, are true, exact, complete, and unaltered photocopies made by me of document: Agreement for the Project Name: Pine Park between USA Shade & Fabric Structures, Inc. and City of Carlsbad signed by J.D. Sarembock and Basil Haymann. and presented to me by the document's custodian, and that, to the best of my knowledge, the photocopied document is neither a public record nor a publicly recordable document, certified copied of which are available from an official source other than a notary. ^T^bta^y^urjlic's Signature in and for me State of Texas 4^% KELLY LYNN WHITEHORN l*i~*£r":-*\ •;••• COMMISSION EXPIRES November 14,2009 Notary PJiblicIs)Narne Printed, Typed or Stamped Commission Expires