Loading...
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