Loading...
HomeMy WebLinkAboutFloorcovering Consultants Group; 2000-06-09;June 9,200O Eugene C. Royer Floorcovering Consultants Group 3529 Cannon Rd., Ste 2B-232 Oceanside CA 92056 Re: City Hall Carpeting Dear Mr. Royer, The City of Carlsbad has awarded your company a Minor Public Works Contract for the Carpeting job at City Hall South Wing. Enclosed please find a fully executed copy of the agreement for your files. Sincerely, Debra Doerfler Carlsbad City Cler Enclosure 1200 Carisbad Village Drive - Carlsbad, CA 92008-l 989 - (760) 434-2808 @ . ’ 4 * - City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager Glen Boodrv (760) 434-2944 Mail or Deliver to: Public Works - Facilities City of Carlsbad 405 Oak Avenue Carlsbad CA 92008 Award will be made to the lowest responsive, responsible contractor based on total price. Date Issued: ADril 7. 2000 Request For Bid No.: FACOO-03 CLOSING DATE: N/A Bid must be received prior to 4:00 p.m. on the date of Bid closing. Please use typewriter or black ink. Envelope MUST include Request For Bid No. FAC 00-03 DESCRIPTION Labor, materials and equipment to: Install carpet, wall base and vinvl stair tread at the Citv of Carlsbad Cole Librarv as per contractors proposal dated ADril 5, 2000. No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Glen Boodrv Phone No. (760) 434-2944 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 (z), 2 (=), 3 (=), 4 (=), 5 (=). SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor fi~-&dlLsA i3?4!+ Name / 3=9 hvfhd iiib sji&;7$43 3- Address 7bo*7w?-41e~ Telephone 7b-‘7= mm e 0 Fax Name and Title of Person Authorized to sign contracts. n gz.L&de. Qp Signatde e 4//?/h 0 Date -l- JOB QUOTATION ITEM NO. ‘UNIT QTY DESCRIPTION TOTAL PRICE 1 1 JOB Install carpet, wall base, and vinyl stair tread at Cole Library as per contractors proposal dated 4/5/00. I I I I I I I I I I 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: c- 68/533 Contractor’s License Number Fd&a&&irnifJ Classification(s) /4l3//2dm / Expiration &e 4/h/!Ada7~ Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 9s.4s-m33 (Individuals) Social Security #: -2- 9124199 DESIGNATION OF SUBCON’I ACTORS 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 SUBCONTRACTOR* MBE . % of Total Contract Business Name and Address License No., Yes No Classification I I Total % Subcontracted: 40 * Indicate Minority Business Enterprise (MBE) of subcontractor. -3- 9124199 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: Grea Clavier (Facilities Supervisor) 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 s participating in contract bidding. Signature: Print Name: Yq L- /lKC-&~$L -4- 9124199 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 Bests 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 . . . . . . . $500,000 Property damage insurance in an amount of not less than.. . . . . ..$I 00,000 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. 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. -5- 9124199 > ’ I - - - Start Work: I agree to start within 5 working days after receipt of Notice to Proceed. Completion: I agree to complete work within working days after receipt of Notice to 30 Proceed. CONTRACTOR. CITY OF CARLSBAD a municipal corporation of the State of California WI q3lA . -aqa-’ (sign here) J (telephone no.) 1 \ 3sesol,@f, s (print name and title) -7 &u&/J &d 3% X5-=1 (address) ATTEST: LCsb-2sQbereB (telephone no.) “LO&NE M. ~00~ ‘ldl me- %s?-m~8 (fax no.) City Clerk (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 officer(s) signing to bind the corporation.) -6- 9124199 - - State of California County of 0 personally known to me vb roved to me on the basis of satisfactory evidence to be the person@r$ whose name,& is/ & subscribed to the within instrument and acted, exeBted the instrument. 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: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Top of thumb here 0 1999 National Notary Association - 9350 De Soto Ave.. P.0. Box 2402 - Chalwodh, CA 91313-2402 - wwv.nat~onalnotayorg Prod. No. 5907 Reorder Call Toll-Free 1-600476-6827 FROM :, .FLCD?CWERING CONSULTIWTT GRF’. FWM NO. : 310 559 2511 - May. 03 2000 02:SlPfl P3 State of California I persa78fly appeared use a5 CALIFORNIA ALL-PURPOSE ACKNOWl.CDWlENT OPTKWAL lhot@ the inlomrrtion bobw ir not nquiFod by Iv. it m,ry puw vwfua&h to pets- Wyhg 011~ downent mdcwwprwlntfa3tad~nmovcrl8nd e of IliS form to Jnothsr documenl _. .._ Numberolt’qms: Capacityfles) Claimed by 0 PvlnCu -I I Limited n Ganed I.1 AttomeyinFact r-1 Trustee n c3J8rdlanacc8-isefvamr IJ omer: .-- P-s -.- Signer Is Representing: __ .- ..-- Jl personally known m me )Qroved to ma on the basis of satisfactory evidence to be the person& whose name.& is& the entity upon behalf of which the acted, e-ted tha instrument. FROM :. FLt3JXON3 It-a CON!XLTW~ GRP. PHONE ta. : 3105592511 - Nay. 03 2000 02:5opM PI FACSIMILE TRANSMITTAL SHEET Toz Glen ibArb + COMPANY* ~l4-&hlsJti UATE: s- j- $0 FAX NUMBER: d t) OPPICB LOCATION: r) Nut-cphcLtd P,%Me (INCLUDING COVER); 0 URGENT u FOR YOUR RRVIBI 0 YLeAsE REPLY FOR YOUR XNFOIUMATXON NOTES/COMMENTS: 10463 JEFFBRSON RLVD. CCILVRR CCTV, C4 9023.2 PHOlVfi: (318) 559-2589 - FAX: (318) SS9-2Sfl %OM ;. FLOORCOVERING CONSULTRtQ GRP. PHONE No. : 310 559 ~11 _ )I QP~. 05 2866 04:26R1 Pi . FAX COVER PAGE 3529 L’wrsoR Rd. SW. 2 PMD 232 tlct?an$i&* G4 92056 (760) 7.58-4388 - far (760) 7584028 N~mkr of Psges (Indudiog Cover Page): 3 &cc o3f2oimoo t3uBJEm CITYiiALLJ (SounrHALL) To: GLENN ROODRY FIWIBZ MNCE FLOWERS CAKMBAD, CA Pbodw! (769 434-2944 Fax: (760) 720-9562 COLELIBRARY CJTYOFCAIUSAD GLENN PER OUR WALK THRU TODAY, PLEASE ACCEPT THE ATTACHED PRPOSAL FOR RECARPETiNG OF THE OFFICES @ COLE LIBRARY, AND STAIR TREADS @ MAnv STAIRCASE. THANKS! VINCEFLO~S PROJECT CONSULTANT U?@kl I FLM#C~RING CONSULTANTS GRP. PHONE No. : 310 yjg ~11 I+-. 05 2808 64:2?PN P2 1% CITY OF CAIUSBAD . Au8RRat: g.sNNBooDRY Ms: vmcE FLowER$. --.. Proposal ..-_ 46 3529 Carztum Rd Ste. 2 P’B 232 A&rim: -w- -. -vINcEFLq Jh#k: (34105/2000 Oceeaiq t-3 920% rii: 3.59 py_ RNiaiorrU:A- I.- -..- -.. _ i)ojad ggg- 03/23Rooo * I 4OSOAKAVENUE I cARL5EAD. CA 92am ‘~BoaoBY -- --_.- Phom (760) 434-2944- Fax: (760) 7204562- I I PISP: I cxnELlBRARY MD &XU,L~D - PRICE irvcLUDES DEMO OF Et%&NC FOR MAXN STAIR CASE ONLY. CARPETING WILL BE .%bTd 518$6X88 Ta* slJ97s6 -.....- d?lummLma sl9.7654u PLEASEREADDISCWUMER . . ..- . _ ..__ .~v?al +S. FlCORCCWER I ffi CON5ULT~ . GRP. PHONE No. : 318 559 2511 .- @Jr. 05 2888 84:28PM P3 CITY OF CARLSBAD u#sc?m9 Bid#:M Wfal3 . * I a . Cityoft . . . 0 e e April 11, 2000 +f # aooRi ‘i Mr. Gene Royer Floorcovering Consultants Group 10463 Jefferson Blvd. Culver City, Ca. 90232 CITY OF CARLSBAD CONTRACT NO. FACOO-03 Enclosed for signature is Minor Public Works Project Contract No. FACOO-03 for the installation of carpet, wall base, and vinyl stair tread at the Cole Library as per your proposal dated April 5, 2000. Please have the contract completed and return along with required supporting documents to our Facilities Division located at the address listed below. Also please take note of the signature requirements stated on page six. Once the contract has been fully executed a copy will be sent to you for your records and a Purchase Order can be issued. If you have any questions do not hesitate to call me at (760) 434-2944. Thank you for your prompt attention to this matter. GLEN E. BOODRY I Project Coordinator sss c: Public Works Manager - General Services Public Works Supervisor - Facilities 405 Oak Avenue l Carlsbad, CA 92008-3009 * (760) 434-2980 - FAX (760) 720-9562 a9