Loading...
HomeMy WebLinkAboutPhillips Abbey Carpets; 2001-07-23;City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEsT FOR BID This is not an order. Project Manager: Grea Clavier (760) 434-2991 Mail To: Public Works - Facilities Maintenance City of Carlsbad 405 Oak Avenue Carlsbad, California 92008 Award will be made to the lowest responsive, responsible contractor based on total price. Date Issued: Julv 13.2001 Request For Bid No.: FAC 02-02 CLOSING DATE: N/A Please use typewriter or black ink. Envelope MUST include Request For Bid No. FAC 02-02. DESCRIPTION Labor, materials and equipment to install new floorina in the Carlsbad Senior Center’s Dinina Room as per contractors oroposal dated March 20,200l and Citv specifications for a sum not to exceed $6637.00. No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Phone No. Grea Clavier 1760) 434-2991 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 L), 2 0, 3 (, 4 (, 5 (. SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor: Name PHILLIPS ABBEY CARPETS 636 CAMFI OT DRIVE OCEANSIDE CA 92054-4899 i+rsuj 757-5033 FAX 721-9145 Name City/State/Zip -7?&i?u Title Telephone -l- Revised 5/l O/O0 Date Fax JOB QUOTATION @EM NO. “Nli’,’ d* ::V’ : ,fESCR,PTIOg”’ ,, ‘_ ToiiAL PRICE 1 JOB To provide labor, materials & equipment to install new flooring in the dining room area at the Carlsbad Senior Center as per proposal dated 3/20/01. $6637.00 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: Printed Name and Title 793- (J 1 Date 126257 Contractor’s License Number c?/ \S Classification(s) ‘7/3//o )’ Expiratidn Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 33 02 \k5-~/ OR (Individuals) Social Security #: -2- Revised 5/l O/O0 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* TO BE SUBCONTRACTED Item Description of No. work % of Total Contract Business Name and Address Total % Subcontracted: / I MBE License No., Yes No Classification 4-l 8 Expiration Date * Indicate Minority Business Enterprise (MBE) of subcontractor. -3- Revised 5/l O/O0 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: Greu Clavier. Public Works Supervisor. (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 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 yea barment by another jurisdiction is grounds for the City of Carlsbad to disqua ctor or subcontractor from participating in contract bidding. Signature: Print Name: -4- Revised 5/l 0100 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 . . . . . . . $500,000 Property damage insurance in an amount of not less than.. . . . . ..$lOO.OOO 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. Start Work: I agree to start within 10 working days after receipt of Notice to Proceed. Completion: I agree to complete work within 30 working days after receipt of Notice to Proceed. -5- Revised 5/l O/O0 CONTRACTOR: CITY OF CARLSBAD a municipal corporation of the State of California 4 9s By: Assistant City Manager (print name and title) LyPz(Q cav*~k& Dr- (address) (address) (telephone no.) All-EST: g cQLd?;LQp ca 4m* (city/state/zip) -po 7 7 (telephoz no.) -3-3 -7&o -721 3/vs- (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.) APPROV D AS TO FORM: c &pm oldk v/a310 1 -6- Revised 5/l 0100 AUG- 7-01 TUE 5:07 PM CARLSBAC,PUBLIC WORKS FAX NO. 760 7209562 City of Car&bad Minor Public Work Contract No. FACO2-02 Senior Center Dining Room Floor Repkmment SCOPE OF SERVICES AND FEE scope of senrlas: Remove all cove bask Sand and prepare existing floor InstaN Armstrong VCT in pattern to existing floor. Install Roppe 4” rubber cove base thmughout. 2790 sq. ft. VCT (includes 5% average). 445 If. cove base (includes 5% average). All products to be installed ta Wmufacturer’s specifications. Fee: $6637.00 March 20.2001 Date Address _I)rem f ’ CityBtatelZii: 1 9305y* P. 3 -?- Revised smmo ACOWQ CERTIFICATE OF LIABILITY INSURANCE I DATE (MMIDDMYI 06/29/2001 I PROO”CER (714)508-1450 FAX (714)508-1455 Garrett/Mosier Insurance Services, Inc. 17291 Irvine Blvd., Suite 104 Ta.ttin, CA 92780 i Goodman i&RED Carpets by Phillips 626 Camelot Oceanside, CA 92054-4899 I COVERAGES I ~’ . , THIS CERTIFICATE IS ISSUED AS A MAlTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTlFlCATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURER 0: I INSURER E: I THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE 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 POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. % TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDDNY~ GENERAL LIABILITY - COMMERCIAL GENERAL LIABILITY CLAIMS MADE cl OCCUR I ! I I I GENERAL AGGREGATE s GEN’L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG 0 AUTOMOBILE LIABILITY 1 ANY AUTO ALL OWNED AUTOS SCHEOULEOAVTOS HIRED AUTOS NON-OWNEO AUTOS COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) I $ BOOiLY INJURY (Per accident) I 0 PROPERTY DAMAGE (Per accident) I $ ZARAGE UABILITY J ANY AUTO $ - - A - Ei R EXCESS LlABlUrY 1 OCCUR 0 CWMSMADE DEDUCTIBLE RETENTION S WORKERS COMPENSATION AND CAP108162 07/01/2001 EMPLOYERS LIABILIW OTHER ‘OLICY EXPIRATION DATE (MM/DD/YY) 07/01/2002 LIMITS EACHOCCURRENCE Is EACHOCCURRENCE (f AGGREGATE (s $ wc STAT” TORY LIMITi OM ER- E.L. EACH ACCIDENT S 1,000,00( E.L. DISEASE - EA EMPLOYEE S 1,000,00( E.L. DISEASE - POLICY LIMIT $ 1,000,00( RIPTION OF OPERATlONYLOCATlONS!VEHICLES/EXCLU~loNS ADDED BY EIjDORSEMENTISPECIAL PROVISION> .: All operations of the named insured subject to the terms and conditions of the policies. *lo Day Notice of Cancellation in the Event of Non-payment of Premium. :ERTIFICATE HOLDER ADDlTlONAL INSURED; INSURER LEITER: CANCELLATlON SHOULD ANY OF THE ABOVE DESCRIBED POLICIES SE CANCELLED BEFORE THE I I EXPlRATiON DATE THEREOF, THE ISSUING COMPANY WILL ENOEAVOR TO MAIL I City of Carlsbad Pub1 i c Works 405 Oak Avenue Carlsbad, CA 92008-3009 ACORD 25-S (7/97) __ DAYS WRITTEN NO1 30" BUT FAILURE TO MAIL SUCH NOTICE SH rlcx TO THE CERTIFICATE HOLDER NAMED To THE LEFT, ALL IMPOSE NO/OBLIGATION OR LlABlLlTY I IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or after the coverage afforded by the policies listed thereon. ACORD 25-S (7/97) ACORQ, CERTIFICATE OF LI PRODUCER (858)X8-9400 FAX (858)268-9773 C. LEE WILLIAMS & ASSOC. #OS03722 P. 0. BOX 23638 A”95 MURPHY CANYON RD. %202 DIECO, CA 92193 BILITY INSURANCE DATE (MMIDDNY) 02/14/2001 1 THIS CERTIFICATE IS ISSUED AS A MAlTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. I INSURERS AFFORDING COVERAGE GIRED Carpets by Phil1 lps, Inc. 626 Camelot Dr. Oceanside, CA 92054 I INSURER A: HARTFORD INSURANCE CO. INSURER 8: INSURER C: 1 INSURER D: I I INSURER E: I COVERAGES --.-.-.-__ THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE 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 POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ‘X TYPE OF INSURANCE 1 GENERAL LIABILITY A -- H GEN’L AGGREGATE LIMIT APPLIES PER AUTOMOBILE LIABILITY f ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS ARAGE LlABlLlTY t-7 ANY AUTO EXCESS LIABILITV b OCCUR cl CLAIMS MADE EMPLOYERS LIABILITY I OTHER DESCRIPTION OF 0PERATlONSILOCATH)NS POLICY NUMBER ‘2SBNES3 160 IONE PROVIDED IONE PROVIDED AUTO ONLY - EA ACCIDENT $ OTHER THAN EAACC S AUTO ONLY: AGG S 'ONE PROVIDED EACH OCCURRENCE S ONE PROVIDED ONE PROVIDED IlCLESlEXCLUSlONS ADDED BY ENDORSEM “OLICY EFFECTIVE DATE (MMIDDIW) 02/15/2001 City of Carlsbad Pub1 ic Works 405 Oak Ave Carl shad, CA 92008-3009 ACORD 25-S (7197) T/SPECIAL PROVISI ‘OLICY EXPIRATION DATE (MMIDDIWI LIMITS 02/15/2002 EACH OCCURRENCE 5 1,000,00~ FIRE DAMAGE (Any one fire) 5 300,00( PRODUCTS - COMPIOP AGG $ 2,000,00~ COMBINED SINGLE LIMIT (Ea accident) s I BODILY INJURY (Per person) I s 1 AGGREGATE Is I Is OTH ER- IS I 1 1 CERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETTER: CANCELLATION 1 SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILLENDEAVORTO MAIL )o DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LlABlLllY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHQRljZED REPRESFNTATIVE l&L /I j&J .,l I / OACORD CORPORATION 1988