HomeMy WebLinkAboutPhillips Abbey Carpets; 2001-07-23; (3)City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager: Grea Clavier Date Issued: Julv 9.2001
1760) 434-2991 Request For Bid No.: FAC 02-01
Mail To: CLOSING DATE: N/A
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. Please use typewriter or black ink.
Envelope MUST include Request For Bid No.
FAC 02-01
DESCRIPTION
Labor, materials and equipment to remove existinn and install new carpet at Carlsbad Fire Station
No. 5 per oroposal dated Januarv 17, 2001 and Citv specifications for a sum not to exceed
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Grea Clavier
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 WITHIN (90) DAYS
Name and Address of Contractor:
Name
Address WBEy CARPETS
626 CAMELOT DRlVt
OCEANSiDE CA 92054-4899
City/Stat@@(B) /S/-a&X 7214445
Telephone 7573-o I
Date
Fax
-l- Revised 5/l O/O0
JOB QUOTATION
ITEM’NO. UtilT air:’ , DESddlPTlON ” TOTAL PRICE’
1 JOB To provide labor, materials 81 equipment to
remove existing and install new carpeting
at Fire Station No. 5 per proposal dated
01/l 7/01 $9918.00
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
Contractors License Number
c-/s
Classification(s)
3/-d
Expiration Date
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 33 02 1/w/
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
I
SUBCONTRACTOR*
I
MBE
TO BE
SUBCONTRACTED
Item
No.
Description of % of Total Business Name and Address License No., Yes No
work Contract Classification
8 Expiration
Date
Total % Subcontracted:
f
* 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:
Gren 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 years and that debarment by another jurisdiction is
grounds for the City of Carlsbad to disqualify the Contr ubcontractor from participating in
contract bidding.
Signature:
Print Name:
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
. . . . . . . $500,000
Property damage insurance in an amount of not less than.. . . . . ..$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 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 Carisbad 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.
Jurlsdlction:
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 working days after receipt of Notice to 30
Proceed.
-5- Revised 5/l O/O0
CONTRACTOR: CITY OF CARLSBAD a municipal
Assistant City Manager
(address)
(telephone no.)
rcrcbALcJSstiD (print name and title)
LZk Cm&-l- DfL
(address)
~t%-Emei CL %xKif
(city/state/zip)
-&o 757 m33
(telephone no.)
-lb0 124. q\qs”
(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.)
APPROVE 4p S TO FORM:
-6- Revised 5/l O/O0
AUG- 7-01 TVE 5:07 PM CARLSBAD,PUBLIC WORKS FAX NO. 760 7209562
cltyofcarlsbod Minor P&$I~Nbpact No. FACO2-01 1 l Recarpetkrg
SCOPE OF SERVtCES AND FEE
scope of mrvices:
428 yards.
Remove existing carpet throughout station (except stairs and weight room).
Remove existing cove base throughout station.
~~nsbe Ridge Touchstone PI System (20). c&x: 9864 Wintercloud, gfue down carpet .
Install Roppe 6” cove base in same.
All pnxJucts to be instalkd to rnamJfactkM&s specifkations.
Fee: $9918.00
Contractor:
l2iionj/ City/SbtefZip / CH 92q.
d=w7-5’033
Januarv 17.2001 bate
Revised s/lo/M)
P, 2
-t-
ACO.RQ CERTIFICATE OF LlABll ITV IN%JRANcF
PRODUCER (714)508-1450 FAX f7lA\CNi-1ACC I . --. ,- - ., _-..
Carrett/Mosier Insurance Services, Inc. 17291 Irvine Blvd. , Suite 104
T.*stin, CA 92780
i Goodman
~&JRED
Carpets by Phillips
626 Camelot
Ocqanside, CA 92054-4899
COVERAGES
] x;;E”d:
NFORMATION
I.. . . . v-v. .I ..--I
THIS CERTIFICATE IS ISSUED AS A MATTER OF I. ~~~~~
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURER A: Connecticut Indemnity Co.
INSURER 8:
INSURER C:
INSURER D:
INSURER E:
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWlTHSTANDlNG
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
PC ILICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
TYPE OF INSURANCE
GENERAL LIABILITY -
POLICY NUMBER P$OLgY EFF&E;CT&E ‘OLICY EXPIRATIOI DATE CMMDDNY). LIMITS
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE q OCCUR I I i I GEN’L AGGREGATE LIMIT APPLIES PER:
POLK3 PRO- JECT LOC
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON-OWNED AUTOS
f??~~lDENT / 1 1
ZARAGE UABILlTY
ANY AUTO OTHER THAN EAACC $
AUTO ONLY: AGGl S
EXCESS LlABlLlTY 1 OCCUR
DEDUCTIBLE
EACHOCCURRENCE s
AGGREGATE $
S
$
$
WC-SliVU TORY LIMITi OTH ER-
E.L. EACH ACCIDENT 0 1,000,001
E.L. DISEASE - EA EMPLOYEE $ 1,000,00~
EL. DISEASE - POLICY LIMIT S 1,000,001
RETENTION $
WORKERS COMPENSATION AND
EMPLOYERS’ LIABILITY
CAP108162 07/01/2001 07/01/2002
OTHER
RIPTION OF OPERATlONSROCATlONS/VEHlCLES/EXCLUSlONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS : All operations of the named insured subject to the terms and conditions of the policies.
*10 Day Notice of Cancellation in the Event of Non-payment of Premium.
C :ERTlFICATE HOLDER 1 1 ADDITIONAL INSURED; INSURER LETTER: CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE I
! P
I EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL I
City of Carlsbad Pub1 ic Works
405 Oak Avenue
Carlsbad, CA 92008-3009
___ DAYS WRITTEN NOTlCE TO THE CERTlFiCATE HOLDER NAMED TO THE LEFT.
rCORD 25-S (7/97)
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 alter the coverage afforded by the policies listed thereon.
ACORD 25-S (7/w)
ACORQ CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDP(YJ
02/14/2001 I
PROD"CER (858)268-9400 FAX (858)268-9773 C. LEE WILLIAMS & ASSOC. #OS03722 P. 0. BOX 23638
Aa95 MURPHY CANYON RD. #202
DIEGO, CA 92193 %&RED Carpets by Phi 'llips, Inc.
626 Camelot Dr.
Oceanside, CA 92054
I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORM-ATiN
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURER A: HARTFORD INSURANCE CO.
INSURER 8. I
INSURER C:
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
I 1 I
GEN’L AGGREGATE LIMIT APPLIES PER:
POLICY 2Y-i LOC
AUTOMOBILE LIABILITY UDNE PROVIDED -
ANY AUTO
ML OWNED AUTOS
SCHEDULEDAUTOS
HIRED AUTOS
NON-OWNED AUTOS
H I I I
ARAGE LlABlLlTY - PONE PROVIDED
- I U DEDUCTIBLE
RETENTION $
WORKERS COMPENSATION AND UDNE PROVIDED
EMPLOYERS LIABILFIY
OTHER W)NE PROVIDED
DESCRIPTION OF OPERATlONS/LOCATlONSNEHICLE.S/EXCLUSlONS ADDED BY ENDORSEM lT/SPEClAL PROVISI
POLICY EFFECTIVE DATE fMY/DDNY) 02/15/2001
‘OLICY EXPIRATION DATE (MMlDDm LIMITS
02/15/2002 1 EACH OCCURRENCE Is 1.000.00( -v---.- -
FIRE DAMAGE (Any one fire) $ 300,00(
MED EXP (Anyone person) S lO,Oo(
PERSONAL & ADV INJURY S 1,000,00(
GENERAL AGGREGATE s 2,000,00(
PRODUCTS _ COMP/OP AGG S 2.000.00(
OTHER THAN EAACC 5
AUTO ONLY: AGG S
EACH OCCURRENCE s
AGGREGATE s
t 1 It
t WC STATU- _ TORY LIMITi ER-
E.L. EACH ACCIDENT 0
E.L. DISEASE _ EA EMPLOYE 5
E.L. DISEASE-POLICY LIMIT 5
City of Carlsbad
Pub1 ic Works 405 Oak Ave Carlsbad, CA 92008-3009
ACORD 25s (7197)
CERTIFICATE HOLDER 1 1 ADDITIONAL INSURED; INSURER LETTER: CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATlON DATE THEREOF, THE ISSUING COMPANY WILLENDEAVOR TO MAIL
- DAYS WIllEN NOTKiE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 30
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION DR LIABILITY
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
OACORD CORPORATION 1988