HomeMy WebLinkAboutRBE; 2002-02-12;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:
directions and subject to inspection approval and acceptance by: Bob Richardson, Sr. Building
I guarantee all labor and materials furnished and agree to complete work in accordance with
Maintenance Worker.
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
current copy of the applicable wage rates in on file in the Office of the City Engineer. The
1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a
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
the contract process as set forth in this agreement and not in anticipation of litigation or in
Contract hereby agrees that any contract claim submitted to the City must be asserted as part of
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
ntractor from jurisdiction is grounds for the City of
bidding on public contracts for a
participating in contract bidding.
Signature: -
Print Name: TERRANCE J. RUSNAK
-4- 5/10/00
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
certificates shall indicate coverage during the period of the contract and must be furnished to the
Insurance indicating coverage in a form approved by the California Insurance Commission. 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 ........ $100,000
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 ciause 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
with the performance of the Contract or work; or from any failure or alleged failure of Contractor to
liability of every kind, nature and description, directly or indirectly arising from or in connection
comply with any applicable law, rules or regulations including those related to safety and health;
and from any and ail 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 work witin& working days afler receipt of Notice to Proceed.
Completion: I agree to complete work within =working days afler receipt of Notice to
Proceed.
-5- 511 0100
CONTRACTOR: CITY OF CARLSBAD a municipal
corDoration of the State of California ~~ ,~ ~ ~
ssistant City Manager
Terrance J. Rusnak, President \bo &d \h,A%"
(address)
By: ?&ts - q?c\- MA\ (telephone no.)
Emil David Ballman, V.P./Secretary
(print name and title)
41 6 S. MAGNOLIA l-.'E-:T:,E
(address)
EL CAJON. CA 92020 ATTEST:
(city/state/zip)
61 91440-5058
(telephone no.) Citv Clerk
61 91440-4087
(fax no.)
(Proper notarial acknowledgment of execution by Contractor must be attached
'Whan, (jresldent br vide- treasurer must sign for corporations.sOtherwise, the corporation must attach a resolution certified
t and secrutary, asslstant secretary, CFO or assistant"
by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to
bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
BY: G~A,/( . MM- Deputy City Attorney
-6 511 0100
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of UUFOKNIA
Countyof SfiN iVF6/,
&ersonally known to me -OR - 0 proved to me on the basis of satisfactory evidence to be the person(@
whose name(rb is/wesubscribed to the within instrument
and acknowledged to me that he/eh&tbey executed the
., same in hisibdbeir authorized capacity(-), and that by
.. his/h&their signature@) on the instrument the person@, . r. . "<. ~ ~ - I_ , , .>'- 8- 1167165 or the entitv uDon behalf of which the DersonkA acted. .. . ., . ~, Col;fwnia ,. executed the instrument.
WITNESS my hand and official seal.
So? J~PSO Counly
OPTIONAL
Though the information below is not required by law, it may pmve valuable to persons relying on the document and could preve
fraudulent removal and reanachment of this fofm to another document. #
Description of Attached Document
Title or Type of Document:
Document Date:
Signer@) Other Than Named Above:
Capacity(ies) Claimed by Signer@)
0 Individual
0 Guardian or Conservator
0 1995 National Notary Association * 8236 Remm%tAvs.. PO. Box 7184 * CBnOga Pan. CA913w-7184 Plod. No. 5907
d Individual
0 Corporate Officer
0 Partner - 0 Limited 0 General
Title(s):
0 Attorney-in-Fact
0 Trustee
0 Guardian or Conservator
0 Other:
Signer Is Representing:
I I
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
gner Is Representing:
State of California
County of SM Dl&- } ss.
Bpersonally known to me
0 proved to me on the basis of satisfactoly
evidence
to be the person(pj whose name(pj is/&
subscribed to the within instrument and
acknowledged to me that heMei4hy executed
the same in hislkerfMeir authorized
capacitw), and that by hismir
sianatureloron the instrument the persoWor
the entity upon behalf of which the perso'&
acted, executed the instrument.
OPTIONAL L
Though the informalion betow is no1 required by law, it may prove valuable to persons relylng on the document fraudutenf removai and reatachment of this form 10 another document
Description of Attached Document / Title or Type of Document: a
Document Date: ,/ Number of Pages:
Signer@) Other Than Named Above: a
Capacity(ies) Claimed by Signer /
0 Individual
City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager : Greq Clavier Date Issued: December 17.2001
(760) 434-2991 Request For Bid No. FAC 02-09
Mail To: CLOSING DATE: N/A
Public Works - Facilities
City of Carlsbad
405 Oak Avenue
Carlsbad. CA 92008
desiRft,
Please use typewriter or black ink.
Envelope MUST include Request For Bid
No. FAC 02-09.
DESCRIPTION
Labor, materials and equipment to: Prep and paint exterior of Stagecoach Communitv Center -
caulk, patch and prime all areas as necessarv. All surface Dreparation and primer application will
pressure wash all surfaces to be painted to remove dirt, mildew and peelinq paint. Scrape, sand,
meet or exceed IC1 Paints written specifications (see attached.) Application: prepare and paint
complete exterior of the gymnasium. Apply a full coat of IC1 #3030 Duras 100% acrylic flat finish
to all stucco, block, benches, trash enclosure and wood trim. Apply IC1 #4206 Devflex enamel to
all doors, roof ladder and expanded wire mesh.
No job walk-through scheduled. Contractors to arrange site visit by contacting.
Project Manager: Greg 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 L), 3 (-), 4 L), 5 (-).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
RBE
Name
416 S. MAGNOLIA AVENUE TERRANCE J. RUSNAK
Address Name
EL CAJON, CA 92020
City/State/Zip
61 91440-5858
Telephone
Fax
61 9/440-4887
PRESIDENT
Title
JANUARY 9, 2002
Date
-1 - 5/1 O/OO
JOB QUOTATION
. . . ..,,,ii. ,,i
.,,, ,, , . DESCRtPT,ON,.', ~ , ,., , , i: , iOfAL , ,., :., ., , ,. PRICE
Preo and oaint exterior of StaRecoach
Community' Center - pressure wash all
surfaces to be painted to remove dirt,
caulk, patch and prime all areas as
mildew and peeling paint. Scrape, sand,
necessary. All surface preparation and
primer application will meet or exceed IC1
attached.) Application: prepare and paint
Paints written specifications (see
complete exterior of the gymnasium.
Apply a full coat of IC1 #3030 Duras 100%
acrylic flat finish to all stucco, block,
benches, trash enclosure and wood trim.
Apply IC1 #4206 Devflex enamel to all
doors, roof ladder and expanded wire
mesh. $9,087.
Quote Lump Sum, including all applicable taxes. Award is by total price.
opening, unless otherwise stipulated by the City of Carlsbad. Award will be made by the
Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days afler
to reject any or all bids and to accept or reject any item(s) therein or waive any informality in the
Purchasing Officer to the lowest, responsive, responsible contractor. The City reserves the right
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, materialslsupplies and past
performance. The determination of the City as to the Contractor's ability to perform the contract
shall be conclusive.
SUBMITTED BY:
RBE 591 196
Compa)ylBqsiResspdame/ Contractor's License Number - Aut rized n ture
B, C-33, HIC
Classification(s)
Terrance J. Rusnak, Pres. 1 03/31 /02
Printed Name and Title Expiration Date
JANUARY 9. 2002
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 33-0286361
OR
(Individuals) Social Security #:
-2- 5/1 O/OO
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 excess of one-half of one percent of the
contractor shall not be permitted to sublet or subcontract that portion of the work, except
bid, the contractor shall be deemed to have agreed to perform such portion, and that the
writing as a public record of the Awarding Authority, setting forth the facts constituting
in cases of the public emergency or necessity, and then only after a finding, reduced in
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."
I I I I I I
Total % Subcontracted: 0
Indicate Minority Business Enterprise (MBE) of subcontractor.
-3- 511 0100
SIC DESCRIPTION
Construction-Special Trade Contractors EXPIRATION "," ,"" DATE
KEEP FOR YOUR RECORDS
BUSINESS TAX RECEIPT
BUS. NO. 1212983
DATE ISSUED
12/27/2001
08.07OSUB 60.00
BALANCE 0.00
ILIJIILUUL
OWNER FIRM OR
CORPOPATION NAME R 6 E
BUSINESS NAME
MAILING ADDRESS 416 S MAGNOLIA AVE
CITY AN0 STATE EL CAJON. CA 92020-5215
TAXES PAID IN ACCORDANCE WTH CITY BUSINESSTAX ORDINANCE
CITY OF CARLSBAD
.. .
WBC33HIC
f@=h03/31/2002
Stat. of Calllarn~a . Sm. and consumer S.NIE.S ng.ncy ' ~ny oavtr. Gowmor
DEPARTMENT OF GENERAL SERVICES
OMco of Small Puslnoss Cortfflcatlon and Rosourcos
lU1 I Stmet Second Floor Sacnrnmlo. Calllornla 968lCml6
OVBEAPP 19991211
December 11, 1999
RBE REFIT 0010324
416 S MAGNOLIA AVE
EL CAJON CA 92020- 5213
Dear Business Person:
Congratulations on your certified disabled veteran business enterprise (DVBE) status with the State of California. Your certification entitles you to benefits under the state's DVBE Participation Program within state contracting.
including the three percent DVBE partidpatton goal for Overall state contract dollars.
ubmittals must be signed by an'&iier or officer and may be faxed or mailed.
Report all changes in business name, structure. or ownenhip by submitting to the OSBCR a new "Small Business and/or Disabled Veteran Business Enterprise Certification Application" (STD. 812).
Your firm's business information must remain current with the OSBCR or your certification status may be subject to suspension and subsequent revocation.
Proof of Eligibiltty
Maintain this original cerWlcation letter for future business needs. To demonstrate your firm's DVBE eligibility,
include a copy of this letter in your state contract bid submittals.
Prior to contract award. agencies will assure the vendor is in compliance wiv, Public Contract code, Seclion 10410 et seq. addressing conflict of internst for state officers, state employees or former state employees.
Certification Renewal
A renewal application will be mailed to you prior to the expiration of your DVBE certification. If you do not receive an application, please call us XI that you may timely renew your cettikation.
If you have any questions, please contad me at 916.323.0843. mail mbin.bordenePdgs.ca.gov. of fax g16.~2.7855. TO better me you, pieaao have a cow of thb httor and th. 'Small Buainm andfor Dhabkd
Veteran Businerr Enterprke ColtMuUon Application" (ST0.812) booklet when you Call. The OSBCR offers various programs to further parkipation in state contracting. You may visit our Internet website at
www.dgs.ca.gov/oskr. or call our OSBCR Telephone Information System at 916.322.5060.
Robin Borden
Certification Otficer OMce of Small Business Certification and Resources
WE 61 94404887 10/25 '01 13:07 N0.024 01
PROJECT: STAGECOACH COMrmNlTY PARK
BID MTE ocToliillY,po(H ADMNM NOTED THRU ADMNOUM # NIA
DEAR BOB,
-
WE PROPOSE TO PROVlDE MBOR AND MATERIAL FOR THE REFERENCED PROJECT
IN ACCORoANct WITH THE SPECIFICAllONS. INGTAUED AND INCLUDING ALL TAXES
WE ACKNOWLEDGE PREVAILING WAOE ON THIS PROJECT.
WE ARE CERTIFIED EY THE STATE OF CALIFORNIA OFFICE OF SMALL AND MlNORlTy
WE ARE BONDABLE AT A RATE OF 1.5%. BOND ISIK)TIIIQUIYP IN THIS PROF".
SPECIFICATION SECTION: PAINTING ~ERICIWLUXSPUIFKA~KMIS
BASE BID .
s @so87
EXCLUBmNS:
SANoBUsTlNG PAINTING FACTORY FlNlSHEDllNTEORAL COLORED SURFACES
THIS PROPOSAL IS FIRM AND VALID FOR A PER00 OF SoCrv(s0) DAYS FROM THE ABOVE DATE;
A SUBCONTRACT AGREEMENT MUST 1y ISSUED Wffi THIS TIME pE19K)o.
Thanks very much for the opportunity to prowde this bid for you.
SHEET 1 OF 2
RR.E w. : 7667589621 Oft. 25 2681 61:49pm P1
391 Oh Aw. VISTA, CA 92083 Lid734316
160-158-1 139
760-758-9621 FAX
PROPOSAL SUBMITTED TQ
city of cmkkxl
405 Oak Ave
carzObsd,CA92008
434-2991
720-9562 fax
PROPOSAL
PROPOSAL ff
3103386
pROdECT NAME AND/OR ADDRESS
Stagecoach Recreational &I&
@COPE OF WORK PRICING We hem submit th& p'~pocnl for tbc above mmtioRed project.
T0t.l
FROM: ,
YOUR RE~ERENCE NUM~ER
RE: U W U
PHEEM. : 03
PROPOSAL
Nw. 07 2881 01:63pM P2
r
1
I
I
!
1
I
L
Nw. 67 2881 01:0m P3
I
PHx.EN0. :ea
ACORD.. CERTIFICATE OF LIABILITY INSURANCE SR SB DATE IMMIDDIW)
PRODUCER
EINCl 01/11/02 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Wateridge Insurance Services ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 10525 Vista Sorrento Pkwy #300 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
San Diego CA 92121 I ~ ~ COMPANIES AFFORDING COVERAGE
~~~
Michael S. Galloway
~ ~-
FarNa. 858-452-6004 .
COMPANY Builders 6 Tradesmen's Ins -
I Terry Rusnak
416 S. Magnolia Ave. El Cajon CA 92020
. - ... . . .. . . State Compensation Fund
COMPANY
.- E COMPANY 1 COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TOTHE INSURED I
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HE
INDICATED, NOTWITHSTANDING ANY RE0UIREMENT.TERM OR CONDITION OF ANY CONTRACTOROTHER DOC
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIM!
~ .~
co LTR NPE OFINSURANCE POLICY NUMBER POLICYEFFECTIVE P DATE (MMIDDIW)
CPPl.248694 12/01/01
CLAIMS MADE OCCUR
1XlP.D. Ded $500 I I 1 AUTOMOBILE LIABILITY I I
ANY AUTO
ALL OWNED AUTOS
HIRED AUTOS
NON-OWNEDAUTOS
~-
GARAGE LIABILITY I E.....-
CPP1248694 12/01/01
EXCESS LIABILITY 1 ERX0001831 ~ 12/01/01 11 1 WORKERS COMPENSATION AND
OTHER THAN UMBRELLA FORM I I I
INCL 1 4420837 CUTIVE
YAMED ABOVE FOR THE POLICY PERIOD
UMENTWITH RESPECTTO WHICH THIS
REIN IS SUBJECTTO ALL THETERMS,
OLlCY EXPIRATION 1
DATE IMMIDDIWI 1
12/01/02
LIMITS
5,000 I
BODILY INJURY (Peraccldent)
PROPERNDAMAGE
AUTO ONLY. EA ACCIDENT
OTHER THAN AUTO ONLY
f
~-
EACH ACCIDENT
AGGREGATE
$
f
EACHOCCURRENCE ~1,000,000
12/01/02 rl,ooo,ooo AGGREGATE
~ ~__
x WCSTATU- OTH-
$
ER - TORY LIMITS
EL acn ACCIDENT
ELDISEASE-EAEMPLOYEE ri,ooo,ooo~-
10/01/02 $1,000,000 ELDISEASE-POLICYLIMIT
f1,000,000
I
DESCRIPTION OF OPERATIONSILOCATIONYYEnlCLEYSPECIAL ITEMS
RE: STAGECOACH COMMUNITY CENTER 3420 CAMIN0 DE LOS COCHES CARLSBAD CA *EXCEPT 10 DAY NOTICE OF CANCELLATION NOTICE FOR NON-PAYMENT OF PREMIUM.
GENERAL LIABILITY PER ATTACHED CG2010 11%5.
CERTIFICATE HOLDER CANCELLATION
92008. THE CERTIFICATE HOLDER fs NAMED DITIONAL INSURED'WITH RESP~CT TO
CITYOFC SHOULDANYOFTHEABOVEDESCRIBEDPOLICIESBECANCELLEDBEFORETHE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WLL ENDEAVOR TO MAIL
30* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
CITY OF CARLSBAD PUBLIC WORKS
CARLSBAD CA 92008 405 OAK AVENUE
ACORD 254 (1195) Micha AuTHoR~/+&..g[fl 0 ORATION 1988
OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LUBILIN
POLICY NUMBER CPP1248694-00 COMMERCIAL GENERAL LIABILTY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS
(FORM B)
This endorsement modifies insurance under the COMMERCIAL GENERAL LIABILITY COVERAGE FORM
This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below.
Endorsement Effective I 01/02/02-12/01/02 I I I
Named Insured 1 Countersigned By
BE, Inc.
I I (Authorized Representative)
SCHEDULE
NAME OF PERSON OR ORGANIZATION
City of Carlsbad Public Works
405 Oak Avenue
Carlsbad, CA 92008
Re: Stagecoach Community Center, 3420 Camino De Los Coches, Carlsbad, CA 92008
WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown in the Schedule, but
only with respect to liability arising out of “your work” for that insured by or for you.
“This insurance is primary for the person or organization shown in the schedule, but only with respect to liability arising out of
primary to the insurance afforded by this insurance.”
“your work” for that insured for or by you. Other insurance afforded to that insured will apply as excess and not contribute as
CG 20 10 11 85 Copyright, Insurance Services Oflice, Inc., 1984 Page I of 1