Loading...
HomeMy WebLinkAboutRBE; 2002-02-12; (3),- FACO2-09 c City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager : Grea Clavier Date Issued: December 17.2001 (760) 434-2991 Request For Bid No. FAC 02-09 Mail To: CLOSING DATE: NIA Public Works - Facilities City of Carlsbad 405 Oak Avenue Carlsbad. CA 92008 - 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 Staqecoach Community Center - caulk, patch and orime all areas as necessary. All surface preparation and primer application will complete exterior of the qymnasium. Apply a full coat of IC1 #3030 Duras 100% acrylic flat finish meet or exceed IC1 Paints written specifications (see attached.) Application: prepare and paint 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: Grea Clavier Phone No. (760) 434-2991 Submission of bid implies knowledge of all job terms and conditions. Contraclor acknowledges receipt of Addendum No. 1 (-), 2 0. 3 (-), 4 L). 5 (-). - pressure wash all surfaces to be painted to remove dirt. mildew and peeling paint. Scrape. sans!, ” SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor RBE Name 41 6 S . MAGNOLIA AVENUE Address EL CAJON, CA 92020 CitylStatelZip v TERRANCE J. RUSNAK Name PRESIDENT Title P. 1 6191440-5858 JANUARY 9, 2002 619/440-4887 Telephone Date Fax -1- 511 OIOO JOB QUOTATION .. . Prep and paint exterior of Stagecoach Community Center - pressure wash all mildew and peeling paint. Scrape, sand. surfaces to be painted to remove dirt, caulk, patch and prime all areas as necessary. All surface preparation and primer application will meet or exceed IC1 Paints written specifications (see complete exterior of the gymnasium. attached.) Application: prepare and paint 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. 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 after 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, performance. The determination of the City as to the Contractor's ability to perform the contract including but not limited to facilities, financial responsibility, materialslsupplies and past shall be conclusive. SUBMITTED BY: Terrance J. Rusnak, Pres. Printed Name and Title JANUARY 9, 2002 Date 591 196 Contractor's License Number €3. C-33. HIC Classification(s) 03/31 /02 Expiration Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 33-0286361 OR (Individuals) Social Security #: -2 511 O/OO r- 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 lhe 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 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 lo be employed on the project, enter the word "NONE." Total % Subcontracted: 0 ' Indicate Minority Business Enterprise (MBE) of subcontractor. -3- 511 O/OO CITY OF CARLSBAD c- MINOR PUBLIC WORKS CONTRACT (Less than $25,0003 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 crafl 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: Bob Richardson, Sr. Building Maintenance Worker. Wage Rates: The general prevailing rate of wages for each crafl 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 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 tiling of a false claim may be subject to the contractor to an administrative debarment proceeding wherein the contractor may be prevented from further jurisdiction is grounds for the City of Carlsba bidding on public contracts for a period of up participating in contract bidding. Signature: .- Print Name: TERRANCE J. RUSNAK -4 - 511 0100 Commercial General Liability, Automobile Liability and Workers' Compensation Insurance: The successful contractor shall provide to the City of Carisbad, 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 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 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 all claims, loss, damages, injury and liability. howsoever the same may be for loss or damage caused by the sole or active negligence or willful misconduct of the City. The caused, resulting directly or indirectly from the nature of the work covered by the Contract, except arbitration, or other dispute resolution method. expenses of defense include all costs and expenses including attorneys' fees for litigation, 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 witinx working days after receipt of Notice to Proceed. Completion: I agree to complete work within =working days after receipt of Notice to Proceed. .. - -5. 511 O/OO CONTRACTOR: CITY OF CARLSBAD a municipal corporation of the State of California BY. T \bo &\naQ IhlmiQ.& . (address) ?bo - L\?C\- MA\ (telephone no.) Emil David Ballman, V.P./Secretary (print name and title) 41 6 S. MAGNOLIA A-.'E;i:'E (address) ATTEST: EL CAJON, CA 92020 (citylstatdzip) 6191440-5856 (telephone no.) 619/440-4887 (fax no.) Date: /d, Ju9& (Proper notarial acknowledgment of execution by Contractor must be attached ** Coiporatioils.aOtheMise, 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.) .a$Nmt 6mtatY. CFO or assistant+ APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY: 02dfJA. M" Deputy City Attorney 5l10100 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT personally appeared TfPk%wt J. WW&K adpersonally known to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(@ whose name(rb isktesubscribed to the within instrument and acknowledged to me that helekdikey executed the same in hidbwhbsir authorized capacity(ies), and that by his/Mr signature@) on the instrument the person@, .. I ". . ."'.j'<",= ,,(q,&5 or the entity upon behalf of which the person(+ acted, Name(s1 01 Sipnerls) .. . : , . executed the instrument. WITNESS my hand and official seal. OPTlONAL Though the infonnation below is not required by law. it may prove valuable to persons relying on the document and could preve fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Capacity(ies) Claimed by Signer@) Signer's Name: 0 Individual 0 Corporate Officer 0 Partner - 0 Limited 0 General 0 Partner - 0 Limited 0 General 0 Attornev-in-Fact 0 Attornev-in-Fact Title(s): Title(s): U Guardian or Conservator 0 Guardian or Conservator Signer Is Representing: , State of California Countyof SAfd DIeM personally appeared mj C o& vln 6~tunmd NSnn(4 01 smer14 Bpersonally known to me 0 proved to me on the basis of satisfactory evidence to be the personw whose nameM is/& subscribed to the within instrument and acknowledged to me that ha(ekd(ksy executed the same in hiskdttmir authorized capacityfia4). and that by hishedtheir signaturewon the instrument the persoWor the entity upon behalf of which the person0 acted, executed the instrument. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer gner Is Representing: KEEP FOR YOUR RECORDS BUSINESS TAX RECEIPT BUSNO. 1212983 DATEISSUEC 12/27/2001 nrc n7ns1~ fin nn BALANCE 0.00 TAXES PAID IN ACCORDANCE WITH CITY BUSINESS TAX ORDIWNCE CITY OF CARLSBAD . December 11 1999 REF# 0010324 RBE 416s MAGNOLIA AVE EL CAJON CA 92020- 5213 Dear Business Person: Congratulations on your certified dmbld veteran business enterprise (OWE) status with the State of California. Your certification entitles you to beneMs under the state's OWE Participation Program within state contracting. including the three percent DVBE participation goal for overall Stab wntract dollars. CsttiflcrUon mdod .j. : . 9. _. imall and may be faxed Business Cei ftikation and ~ OT mailed. Report all changes in business Mme. sbucture, or menhip by submitting to the OSBCR a new 'Small Business and/or Disabled Veteran Businass Enterpfise CerMCation Appliition" (STD. 812). Your firm's business information must remain cumnt with the OSBCR or your certification status may be subject to suspension and subsequent revocation. Proof of Eligibility Maintain rhis original certiRcation Mer for future business needs. To demonstrate your firm's DVBE eligibility. include a wpy of this letter in your slate contract bid submittals. Prior to contract awarU, agencies will assum Me vendor is in compliance with Public Conbad code, Section 1041 0 er seg. addreJsing conflict d interest for stare offscers, state employees or tomrer stare empbyees. Certification Renewal A renewal application will be maited to you prior to the expintion of your OWE certilkation. If you do not receive an application. please call us so that you may timety renew your certification. If you have any questions, please contact me at 916.323.0643. bmail mbin.tarden@dgs.ca.gov. OI fax Veteran Buain.u Entsrprbs CertMcaUon Appllcatlon" (STD.812) booklet men you call. The OSBCR offers 916.442.7855. To better serve you. pkaso have a copy d tht. Iohr and tho %nail Bus1n.u andlor Disabled various programs to further participation in slate contracting. You may visit our lntemet website at w.dgs.ca.gov/osbcr. or call our OSBCR Telephone Information System at 916.322.5060. Robin Borden Certification Officer Oftice of Small Business Certikation and Resources RBE 6194404887 10f25 '01 13:07 N0.024 01 PROJECT: STAQECOACH CO"U#ITY PARK BWH OUR Thanks very much far the oppoitunity to provide this bid for you. SHEET 1 OF 2 FROM : JACKWT PFIINTIffi Oct. 25 2001 01:43PM P1 391 Olive Ax. VISTA, CA 92083 Lict4734316 760-758-1139 760-75&9621 FAX DATE I 0/25/0 1 PROPOSAL PROPOSAL # 3103386 FROM : PM No. : 00 Nou. 07 2881 01:02PM P1 Fm : PHYJE No. : BB No". 07 2081 01:63pM P2 I 1 I- I I I I FROM : Nw. 07 X01 01:03PM p3 FROM : PHONE No. : 68 Nw. 07 2881 01:m P4 OF Michael S. Galloway Phone No. 858-452-2200 FwNo. 858-452-6004 INSURE0 REE Terry Rusnak El Cajon CA 92020 416 S. Magnolia Ave. LIABILITY INSURANC&Ig& DATEIMMIDOJY~) 01/11/02 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE I Builders 6 TradQsmen's Ins I COMPANY E State Compensation Fund __~ ~ " COMPANY C I COVERAGES MIS IS TO CERllW THAT WE PDUCIES OF INSURANCE LISTED BELOW HAVE BEEN lSSUW TO WE INSURE0 NAME0 ABOVE FOR THE PDUCY PERIOD INDICATED, NOTWlTHSTANDlNG ANi REOUIREMENT. TERM OR CONMTION OF ANY CONTPACT OR OTHER DOCUMENT WITH RESPECT To WlCH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POL EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHDW MAY HAVE BEEN REDL - r ACORD, CERTIFICATE PRODUCER Wateridge Insurance Services P Diego CA 92121 10525 Vista Sorrento Pkwy #300 1 - I - I - - - - - 1 - - D 1 € C I C - A - I co 1 TYPEOFINSURANCE I .m wLnx NUMBER CPPl.248694 GENERAL LIABIUW CLAIMSMADE OCCUR x Agg X 1 P.D. Ded $500 Per Project AUTOMOBILE LIABILITY ANY AUTO ALL OWNEDAUTDS HIRED AUTOS NON-OWNEDAUTOS I GARAGE LIABlLlTY ANY AUTD H I A EXCESS LIABILITY X UMBREUAFORM ERX0001831 OTHERlWANUMBRELlA FORM WORKERS COMPENSIllON AND EMPLOYERS'LIABILIW B THE PRWRIETORI PARTNERYEXECUTIVE OTHER OFFICERS ARE X EXCL INCL 4420837 x ESCRIPllON OF 0PERPITK)NSILOCATIMISNEHlCLEYSPEClAL ITEMS ICES DESCRIBED HE ICED BY PAID CLAIM! OLlCY EFFECTIVE IATE IMMlDDnn 12/01/01 12/01/01 12/01/01 10/01/01 T r REIN IS SUBJECT TO ALL THE TERMS, 5. DLICV EXPIRATION DATE IMWUO~) LIMITS 12/01/02 $2,000,000 GENERALAGGREGATE $2,000,000 WN)WCTS-COMPiUPAGG PEREOWL6eSVINJURY $1, 000,000 EACHOCCURRENCE ~1,000,000 FIREDAHAGEIAnlron~flnI I 5,000 MED EXP lrnY 0". P.!SOnl $ 50,000 - - 12/01/02 PROPERN DAMAGE EACHOCCURRENCE AGGREGATE I $ lr1,000,000 12/01/02 AGGREGATE lr1,000,000 EL EACH ACCIDENT 'EXCEPT 10 DAY NOTICE OF CANCELLATION NOTICE FOR NON-PAYMENT OF PREMIUM E: STAGECOACH COMMUNITY CENTER 3420 CAMINO DE LOS COCHES CARLSBAD Ci ,ENERAL LIRBILITY PER ATTACHED CG2010 11%5. :ERTIFICATE HOLDER CANCELLATION po08. THE CERTIFICATE HOLDER fs NAMED DITIONAL INSVRED'WITH RESP~CT TO - CITYOFC SHOULDANYOFTnEAQOVEDESCRIBEOPOLlClESBECANCELLEDBEFORETnE .~. 301 DAYS WRITTEN NOTICE TO THE CERTIFICATE HMOER NAMED TO THE LEFT, EXPIRATION DATE THEREOF. THE ISSUING COMPANY WLL ENDEAVOR TO MAIL CITY OF CARLSBAD PUBLIC WORKS CARLSBAD CA 92008 405 OAK AVENUE OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. BUT FAILURE TO MML SUCH NOTICE WALL MPOSE NO OBLIGATION OR LIA0kIW CORD 25-S (1195) -?OLICY 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 01/02/02-12/01/02 Named Insured Countersigned By I RFE, Inc. I I I (Authorized Representative) SCHEDULE c AhE 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 "your work for that insured for or by you. Other insurance afforded to that insured will apply as excess and not conhibute as primary to the insurance afforded by this insurance." CG20101185 Copyright, Insurance Services Office, Inc., 1984 Page 1 of 1 Duluxa Paint Centers EXTERIOR PAINTING SPECIFICATIONS For STAGECOACH COMMUNITY PARK CITY OF CARLSBAD c/o CITY OF CARLSBAD Attention: BOB RICHARDSON Prepared By: Char Garrow Sales Representative IC1 Dulux Paints 735 N. Escondido Blvd, Escondido, CA 92026 (760) 743-7374 - April 7, 2000