Loading...
HomeMy WebLinkAboutClough Flooring Inc; 1998-06-19;City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager Rich Zuelsdorf Date Issued: Seotember 22. 1998 (760) 434-2991 Request For Bid No.: FAC98- 14 Mail or Deliver to: CLOSING DATE: October 21.1998 Purchasing Department City of Carlsbad 1200 Carisbad Village Drive Carlsbad, CA 92008-I 989 . . Award will be made to the lowest responsive, responsible contractor based on total price. Bid must be received prior to 500 p.m. on the date of Bid closing. Please use typewriter or black ink. Envelope MUST include Request For Bid No. FAC98-14 DESCRIPTION Labor and equipment to clean, touch-up worn section of game lines and re-coat (one coat) approximately 25,770 square feet of wood floors at three facilities per manufacturer’s specifications and City work schedule. Materials (Hillyard 350, Super Shine-All Cleaner) will be supplied by the City of Cartsbad. Work must be completed per facility schedule (see Exhibit A), between Dec. 21 and Jan. 2. There will be a mandatory job walk-through scheduled for October 13, 1998 at 9AM, at Calavera Hill Community Center, located at 2997 Glasgow Drive in Carisbad. Project Manager: ti ich Zuelsdorf 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 0). SUBJECT TO ACCEPTANCE W!TH!N (90) DAYS Name and Address of Contractor Name and Title of Person Authorized to Name J k/ddnn4 ..-&nc , A!de- Address t=l;l&/bH, PA City/Stat@ ip h/4579 - 1,357 Tel&phone A 579- ?v33 Fax Title Date -l- 6/l 9198 JOB QUOTATION Quote Lump Sum, including all applicable taxes. Award is by total price. ALTERNATE A ITEM NO. UNIT QTY f bESCFUPTbN 1 TOT&L PRIGE 2 1 Job j Double coat gym keys (12) lva6w - Job completion date: Per facilitv work schedule (see Exhibit A attached) ggqp. 00 b. P c Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening, unless otherwise stipulated by the City of Cartsbad. 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 preaward 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: !hESV Contractor% License Number c-j5 Classiticatiin(s) 315 194 Expiration Date -I_ TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: (Individuals) Social Security #: OR -2- 6/l 9198 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 exces 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 SUBCONTRACTOR* I PORTION OF WORK SUBCONTRACTOR* TO BE I MBE I Total % Subcontracted: * Indicate Minority Business Enterprise (MBE) of subcontractor. -3- 6119198 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: 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. Workers’ Compensation: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Workers’ Compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Signature: Print Name: -4- 6/1 9198 Commercial General Liability and Automobile Liability 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 certiicates 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 authonzed 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.. . . . . ..$100.006 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 wver 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 willfirl 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- 6119198 i . - - I l f . Start Work: I agree to start within working days after receipt of Notice to Proceed. 7 I Completion: I agree to complete work within /“f working days after receipt of Notice to Proceed. CONTRACTOR: CITY OF CARLSBAD a municipal corporation of the State of California By: Assistant City Manager /@q 6 “fld.srn A-e. , (address) 4m&&J / fA 92&/P (cMstate/fip) (address) (telephone no.) (b/91 5’/9-/3s7 (telephone no.) ~lg> 5?4- 9#33 (fax no.) I Warning: This does not constitute a contract. You am not authorised to start work until you have received a siuned Purchase Order. Y ATTEST: KAREN R. KUNDTZ Assistant City Clerk . (Proper notarial acknowledgment of execution by Contractor must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney -6- 6/1 9198 _- J. State of County On personally appeared INAMEW OF SIGNER( Cl personally known to me erson(Rwhose nameM 8 I la& subscribed to the within instrument and Witness my hand and official seal. (SEAL) ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE -Me or Type of Document MUST BE AlTACklED TO THE DOCUMENT Number of Pages Date of Document DESCRIBED AT RIGHT: Signeris) Other Than Named Abova WOLCOTTS FORM 63240 Rev. 3-94 Iprica clau 8.2Al Q 1994 WOLCOTTS FORMS, INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITYIREPRESENTATlONflWO FINGERPRINTS RIGHT THUMBPRINT (Optionel) CAPACITY CLAIMED BY BIGNERIB) CJfNDIVIDUALfSj OCORP~RATE OFFICER(S) rrlNsl OPARTNERIS) CILIMITED q GENERAL OAlTORNEY IN FACT tlTfilJSTEEfS) q GUARD~AN/C~NSERVAT~R OOTHER: SIQNER IS REPRESENTING: (Name of Personfs) or Entityfies) RIGHT THUMBPRINT (Optional) CAPACITY CLAIMED BY BIQNER(S) QiNDivh3uAL61 OCORPORATE OFFICER(S) inns q PARTNERW q LIMITED OGENERAL OA~ORNEY lN FACT 0TRUSTEE(SI OGUARD~ANIC~NSERVATOR OOTHER: SIQNER IS REPRESENTINQ: (Name of Parson(s) or Entity(h) . ” EXHIBIT A 1 Schedule includes drying time 1 FACILITY SCHEDULE - GYM SCHEDULE - ACTIVITY RIM 1 Calavera Hill Park 2997 Glasgow Drive 12,000 sq. ft Dec. 21 through Dec. 30 Dec. 21 through Dec. 26 Stagecoach Park 12,000 sq. ft. Dec. 28 through Jan. 2 Dec. 28 through Jan. 2 2420 Camino de 10s Cache Harding Community Center 1,770 sq. ft. n/a Dec. 21 through Dec. 26 Hardinn St Page 1 Ly