Loading...
HomeMy WebLinkAboutFloorcovering Consultants Group; 2000-06-09; (2)June 9,200O Eugene C. Royer Floorcovering Consultants Group 3529 Cannon Rd., Ste 2B-232 Oceanside CA 92056 Re: Cole Library Carpeting Dear Mr. Royer, The City of Carlsbad has awarded your company a Minor Public Works Contract for the Carpeting job at Cole Library. Enclosed please find a fully executed copy of the agreement for your files. Sincerely, I 1 Debra Doerfler I’ ’ Carlsbad City Clerk’s Office Enclosure 1200 Carlsbad Village Drive - Carlsbad, CA 92008-l 989 * (760) 434-2808 a9 - - City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager Glen Boodrv Date Issued: April 17,200O (760) 434-2944 Request For Bid No.: FACOO-05 Mail or Deliver to: CLOSING DATE: N/A Public Works - Facilities City of Carlsbad 405 Oak Avenue Carlsbad CA 92008 Bid must be received prior to 4:00 p.m. on the date of Bid closing. Please use typewriter or black ink. Award will be made to the lowest responsive, responsible contractor based on total price. Envelope MUST include Request For Bid No. FAC 00-05 DESCRIPTION Labor, materials and equipment to: provide and install new carpetina, including the demo and disposal of existing carpet at City Hall South Winq as per contractors proposal dated March 20, 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 (I), 2 (-J, 3 (-), 4 e), 5 (I). SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor YhmwicirJ1 hsdttlcfr; Gfwp. Name 3524 &a. s&w-A* Address DcQbLide ,o Qb% City/State/Zip 2bw3”sk-~l8 a Telephone 1 ifJ o- If%- 9&S Name and Title of Pers Eqshs C t Roy et Name I sQf,S, AQ hf 00 Date i V Fax -l- 9/24/99 - ..I ..a - JOB QUOTATION lTEM NO. UNIT QTY DESCRlPTlON TOTAL PRICE, 1 1 JOB Provide & install carpet at City Hall South Wing as per contractors proposal dated 3/20/00 14,5iOQ 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: bqer\p C. l?y+f, (i)RStA~~f Prir!ted Name any Title r&&-j /ml Expiratidn Dbte Date I TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: Q5-435A3g OR (Individuals) Social Security #: ?M-rtb-37W -2- g/24/99 . . ., ., - DESIGNATION OF SUBCON I WCTORS 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 SUBCONTRACTOR* Total % Subcontracted: 40 * Indicate Minority Business Enterprise (MBE) of subcontractor. -3- 9/24/99 - 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: Greq 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 C participating in contract bidding. Signature: Print Name: &4en4 C- l&e { -4- 9124199 2-4 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 . . . . . . . $500,000 Property damage insurance in an amount of not less than.. . . . . ..$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- A ‘I ,a, 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: f%?lr CWTi)rR I)JTLM ElW4# CITY OF CARLSBAD a municipal corporation of the State of California By: fw,~&&,,a~ f’mtdht ‘(oyint nameland title 1 _ * ’ . \WQ %ud&cl um k 1 (address) (telephone no.) L (print name and Ititle) 2J524 lzmu9l U’ Sk a&& ” (address) OW&;cQC (city/state/zip) ~bo-$‘W#li’~ (telephone no.) %~-%%‘-3~! ATTEST: (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. 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 ’ * ‘.. - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT On personally appeared 0 personally known to me - OR - roved to me on the basis of satisfactory evidence to be, the person(bwhose name &.) is/a& subscribed to the within instrument and ac- knowledged to me that he/s,f@th~ executed the same in his/h&/the authorized and that by his/l&r/t on the instrument the person or the entity upon behalf of which the person&acted, executed the instrument. i,-. .<” hand and official seal. OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER TITLE(S) 0 PARTNER(S) q LIMITED 0 GENERAL 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION l 8236 Remmet Ave., P.O. Box 7184 l Canoga Park, CA 91309-7184 ‘. . l -. - CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 5&=&**@5&-~~~~*.-,- - ~ - ~ - -pf, ,, . State of California \ 1 ss. County of 0 personally known to me Ml proved to me on the basis of satisfactory evidence Place Notary Seal Above the entity upon behalf of which the person@ acted, exe A uted 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 Do Title or Type of Document: es-t 3f Ed Document Date: II, 12000 Number of Pages: Signer(s) Other Tha Capacity(ies) Claimed by Signer Signer’s Name: 0 Individual i? Corporate Officer - Title(s): 0 Partner - 0 Limited G General 0 Attorney in Fact 0 Trustee ci Guardian or Conservator 0 Other: Signer Is Representing: 0 1999 National Notary Association * 9350 De Soto Ave.. P.O. Box 2402 * Chatsworth. CA 91313-2402 - wwnationalnotaryorg Prod. No. 5907 Reorder: Call Toll-Free l-800-875-6827 ‘. F&l : FLOORCOVERING CONSULTf='~ ; GRP. PHOtG No. : 310 559 2511 -- Mar. 20 2000 03:57pM Pi? CITY OF CARLSBAD 3529 Cannon Rd Sfe. 2 PA40 232 OmanW, CA MO56 (76017%4188 - fm: (7aol758-5028 medoa: F&ENNBooDRY..~ .__ M.~: VINCE FLOWERS Proposal -... .- -r: l@4CEFLOwERS __ Ad&S: vlMzuE?m -.a~: 3tuoo -_ Tb: -537m --:I --. -* PlanDakw -_ 3f19rn CITY OF CARLSBm CrTYHAw. (SOUTHHALL) 405 OAK AVENUE CARLSB-, CA 92008 CARLSBAD, CA ->-. -- -.. .- - _- - --_ .- -..- GLENN BOODRY Phone: (760) 434-2944- Fax: (760) 720-9562- FaX pass. . -..-.-- .y..---- SUPPLIED AND iNsTAtLED - PRICE XNCLUDES DEMO OF iXISTINGi%i@hiii’L -.-- - ---- .I__ D INSTALLED - .-- -. .-- .-.. -. -- .P. (CB jVlNYL-COVE- 4”X US” -..-- - - _m.-.-..P PLEWE READ DISCLAMER Tar s1,192m ., ..- PRtm?su mz4L s19Jle.95 --- Y... Bid t: 41 m2?rt . l . . 8 El+tl : FLCKIRCO’XRIffi CUEULTWUS GRP. Pt-tMi NO. : 318 559 2511 .-- Mar. ;?8 2880 83:57pM Pl I FAX COVER PAGE 3529 Cm fld .!h?. 2 PA& 232 thmndc, CA 92OS6 (7do) 7584188 - fmc: (760) 7584028 Number of fsges (lucludimg C3wr Pa& 2 k&O: 3/2omo SwBJEm crrYH4uL (SOUTHHALL) To: GLBPIN BOODRY FbWlt: VlWE FLOWERS CARLSBAD, CA Phone: (760) 434-2944 F9X: (760) no-9562 ClTY HALL (sOwrH HALL) CX’I’Y OFCARLSBAD GLENN, PLEASE ACCPET THE ATTACHED PROPOSAL FOR THE CITY HALL (SOUTH) RECAlU’EmG. IF ACCWIED, PLEASE VERIFY THE CARP~G SELECTION. THANKS? VlNCEFXOWER!3 PRQJECT COMX.JLTANT Bidkdl PagelQf2 coaull~ta mwmtwP- UIRmumamlrUmCQIDmQclO) W-W-iAW m~-lslmr8wlww ,, 7uEommlmum mtlcvm 1SIC#Ob3lOt9 neADo309414 03t34100 03/24/m #gggp-- 0 1000000 - .‘. A$==; Omm, Lessees or Conmhs - m PO 67 12 93 po*z$ullbar AZ90538629 EiRetiH’ortr rsu ItoRTB LlHmlnu IRS A6nlcY 03/24/M)43/24/01 SAdulr c&I-roFCARLSBAD 4osoAKAvE CAIURBARCA~~OO~ nefibbinglsrddedtoPutI~WHOISAxlN~ arGqontofy6urwodtBrUutrwund~orW . smEDintbe3wiltttr~ty~ofthi,~ YOU- 5. Thopnonuor@Jlidi~intk8chcdulc ld¶O~iO~,bUt~~h~tO~bii~ UI other terms atd tmditions of the policy a#. f m3 ~~i%+W4&ddd&m-Sl*na~ ,m. ,,t, ‘t’Tc? cc mtr c AIh;amn’+NI ?.bntsa4.IwIhm.me? n.on M,M.M STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807 C~MPENSAkltiN INSURANCE FUND CERTIFICATE OF WORKERS’ COMPENSATION INSURANCE JULY 31, 2000 POLICY NUMBER: 508-99 UNIT 0000042 CERTFiCATE EXPWtES: 10-1-00 r CITY OF CARLSBAD PUBLIC WORKS FACILITY 404 OAK AVE CARLSBAD CB 92008 L This is to certify that we have issued a valid Workers’ Compensation insurance policy in a form approved by the California insurance Commissioner t6 the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon ten days’ advance written notice to the emptoyer. We will also give you TEN days’ advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such poficies. hd- . K- AUTHORIZED REPRESENTATtVE PRESIDWT EHPLOYER’S LIABILITY LIMIT INCLUDING DEFENSE COSTSI $l-tOOO,ODO PER tKXURRENCE. EMPLOYER r FLOORCOVERING CONSULTANTS GROUP 10463 JEFFERSON BLVD CULVER CITY CA 90232