Loading...
HomeMy WebLinkAboutShade Structures; 2001-02-20;City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager : Gren Clavier (760) 434-2980 Mail To: Facilities Division City of Carlsbad 405 Oak Avenue Carlsbad, CA 92008 Date Issued: Januarv 25.2001 Request For Bid No.:FACO1-07 CLOSING DATE: N/A 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.FACO1-07. DESCRIPTION Labor, materials and equipment to furnish and install an ultra-violet shade screen at the Carlsbad Swim Complex uer attached orooosal dated December 15. 2000 for a sum not to exceed $9.548. No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Gren Clavier. Public Works SuDetvisor-Facilities Division Phone No. (7681434-2991 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 (),2 (J, 3 (),4 (),5 C). SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor -1LrVe5 Name IE3om5vL!~c~lL~ f= Address 14LN-r; c-m aLcar City/State/Zip lTxT--l’ 4;, 33 Telephone 040. p%3- QoM Fax Signature / / .- X-L! Lei,! 04 s Name JQ\&-C-iCX-2 Title I jmr(313 Date l- 5/l o/o0 JOB QUOTATION ITEM NO. UNIT Q-l-, ,, DE&CR@%I~N, TCITAL PRFCE < 1 1 1 Furnish and install an ultra-violet shade $9,548.00 screen at the Carlsbad Swim Complex per proposal dated 12/15/01 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. SUBMIlTED BY: I ;xJ Icx> Date Expiration Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: ‘3 ?J ( ) 3 ? \ i;c-> 6”f OR (Individuals) Social Security #: -2- 5/10/00 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 TO BE SUBCONTRACTED SUBCONTRACTOR* MBE ~ !&;z 1 Busin&f&neandAddress 1 iz$ 1 Yes 1 No Total % Subcontracted: * Indicate Minority Business Enterprise (MBE) of subcontractor. -3- 5/10/00 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: Grw Clavier. Public Works SuPervisor-Facilities Division. (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 t by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or s ractor from participating in contract bidding. Signature: Print Name: -4- 5/l o/o0 Commercial General Liability, Automobile Liabllity and Workers’ Compensation Insurance: The successful contractor shall provide to the City of Cartsbad, 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 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 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. -5- 5/l o/o0 Certificate of Acknowledgment (1189) (General/All Purpose) $&N&J State of California County of Orange On F&. \L, -LOU \ before me, Cathy Beaty Personally appeared, C&h lb.Akhv Lb personally known to me (or proved to me on the basis of satisfactory evidence) to be the person@ whose nameM is/w subscribed to the within instrument and acknowledged to me that he/she&ey executed the same in h&k&heir authorized capacity&s), and that by his/h&&&r signatures@ acted, executed the instrument. Witness my hand and official seal. Signature . Certificate of Acknowledgment (1189) (General/All Purpose) State of California County of Orange On F&~brr- -,-L*PI before me, Cathy Beaty Personally appeared, L-&S i qm A\ \wersonally known to To,, me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) acted, executed the instrument. Witness my hand and official seal. Signature NOTARY PUBLIC. CALIFORNIA 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: Completion: I agree to start within 5 working days after receipt of Notice to Proceed. I agree to complete work within 30 working days after receipt of Notice to Proceed. CONTRACTOR: Shade Structures CITY OF CARLSBAD a municipal corporation of the State of California By: V (Isign’herq Y W ot (address) (sign here) (telephone no.) MI f.CtiU and title) -m c,\p c/1 I t!iKY3 5& lxwk- q= (address) . I ILe,lvZ~ )p, CM G -2w4 Al-TEST: (city/state/zip) CO- F>L>-T 4233 (telephone no.) Citv Clerk Qfqj- 1 50 GC934 (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.) -6- 5/10/00 I .sIuDL- 18001 Sky Park Circle. . ‘I iwine, CA 92014 t Ph Q49-250-9651 II Fax 969-250-9534 Mkf&~d~- ReonatiordAQuatics Phone: (760)43024f98S FU (760) 729-2103 Dr#;embet 15,2ooo pmpa8afw: cii ofcwm8d t4lgm compfex TIN0 (2) ~~T#JW $3’ x WW’ x tlY (Wgbt) Fmnt Portr 8nd 18’ (heiQ?q 8mk Paw8 PaHut ckltibm. gallmkd; ptBwderGo8ted ,st4xY $truchus. nrilh-hip #rim rod. WSCREENCM =tobedawmipled msr COLOR: whll POSTHEIOHT: 1.w and 15 fRlswmuTl~ Embedthraugh~ WIT COSR WW-J l4WflUAm: $ i,m.m fm $ 36tk00 EBlQfMING: $ 400.00 TAX: s TOTAL: $9eB4Mo # Please make reference to ‘Tenno and conditians’:of sde and 9 yeat wmmly frlfcmmm. 1 Insta!iaM wi!lb a~proxknat~ly four weeks aQterwe reaive the s@wd cuntr&. This data wiU be -ed. ~feel~ebcailifHFe~beofanyfu~~ta~. --_ ~- - ~~. 18001 Sky Park Cimle, Sub F, kvine, CA B2614 Ph’)1+250-9551 Fax 949450-9534 1.1 2.1 3.1 4.1 5.) 6.) 7.) 6.1 9.1 TFRMS AND CONMTtONS OF SWX STR~T~RES me unpaid balance is due and payabkf at thf2 dewy Or tamPk?tiOn Of jhst&&n Unpaid mana due m date wiH bear interaSt at tnb f&e 1.5% Per flKV#l. The goods ~IU h~e~ndtitr remain the ptoparty of tha SELLER until they am fW paid. product warranties do not apply until tx9ancea due ara fully paid. BUYER my WI-& this m~ection at any time prior to midnight of the third buskms day after me d&e of this ttan6aCtigrI. AS this Order Wfk be Custbm ~bridatad to fit tha spa&& nws d the bUYER, the daposii is not rafundabla if CiWWllation OCCUrs after the third business day. BUYER is responsible for ganaral can and maintenaM of product. SELLER i$ not ~pancrue fbr damage ftom acts Of GOD, vaWMSm, negject, Or improper us45 SELLER transacts with BUYER under the @vrMbuilder contractor concevt. Any pcm\its that are feQU&d are the responsibilities of the BWER. SELLER wiH carry no resportsibiliiy. should WhOftties object to the StrUctUre at any Sbge whatsoever. FM foundations, firm, stable, and digable ground is required. Should it appear Ihat there is any variatim to the ground in the form of backfkl material. racks. act and/or unknown underground pipe lines that require Wxation. and extra work needed to excavate witl be charged to BUYER. NO plumbing. ~bctrical work, carPentry. masonry, plastering Or painting in the work to be c&vied out by the SELLER and&r SELLER’s contractor. SELLER will not be responsible for any damage to any building or part of a building on which the job has been carried out resulting from fault of deterioration already existing in and around the buiiding structure. SELLER wilt, in the course of installation. take responsibte steps to prevent damage to existing gardens. lawns. and property, but doas not undartake to restore areas Mected to original conuition. Quotatii price valid for 30 Uays from the date hereof. SHADE STRUCTURES is continuafly working to improve its products and reserves the right to d&continue, M change @aMcations in the future. ROCK CLAUSE: In me event that soil Or r0ck conditions are such to pment normal installation time and procedures, the customer will be responsible for &JditMal squiprnent, labw expenses, and delay costs required to complete the it?staHetion. ShoulU the situation arise, the problem will be discussed w&h the customer prior to incurring any additional costs. UNDERGROUND UTILITY CLAUSE: The customer hersby agrees that SHADE STRUCTURES, its empldyees antior subcantracta t-s are not tiibla for any damages done to any type of underground utility on the sita chasen by the ~storner. unless the customer has had these lines accurate& marked prior to the inst&Mn. The Customer further agrees that without properly mawcl Utility tines. the cU&mer shall be nZtSpOnSible br costs incurred to repair any damagea utility fines and ail costs for Wcldical treatment in the event of injury and any retated cost dUe co d&y in the Pro)act lt shall be the SOle responsibility of the customer to mark, have marked, or hire a pcotessional to establish any and all utility locations pn@ to SHADE STRUCTURES, its q~ts or subcontractors start the projscL in the event mat SHmE SmtJCfURES. its agents or subcontractor start the project prior to the nWktig Of the UtilitieS. the customer shall again be liable and shalt notify SHADE STRUCTURES in ming to *P tht projtet until utiktis have &en marjrti. ne Custer shall furthm b *sponsible for Sny cost rncurrad due to work stowage or project delays. -- .I..... _- -.- . . -- 7c-A Yclt-tA c3u-lt-M-tntc zkn-luc hCCCIaC7EhC TT !laT tcm7 /la7 Is-0 smm3iwmmms 10001 Sky Park Chb, -be 6 Wm. CA 92614 Piq!#+250~a551 POX W-250-9534 w -~~ ~~~ __arzaaR CERTIFiCATE OF L~~lt.tTY lNSURANCE orrre lw4hwJoNVI m2* 01 WLOUCER A J f I t@JSM?ANcE A!b$W~~@L, ItIC. Lied Ott%!H3* WI8 cERTlFlc*~ w ls2uED As A LlliTnR OF wcmlAlmN 0M.r *MO T8022 COWAN St. SUITE 2030 CONFERS Mb RIGMTV UWN TM6 CMWlCArt HOLDPR. WI9 C~RTIFICAY@ DOE9 MOY ANEW. 6X’WB OR ALTIM TN6 CCWHAG6 AfFORORD RY THB IRVIN8 CA 62614.6614 Foucl6s #cow. PHOUP: 64v-ua-4777 L FAR 646-M!w776 &JtncyLlce 0833131 cmPAhJlE8 AfroRotnO Cov8RnOE INSURE0 CoMpMY A. MTNAWUY WWRANCE C%Wm SHAM SlRUCTURii8 L.L.C. ~~NMJYV: RuwWMNCI 16Wl MY PARKCJRCLR, 8TR E ExPlnRw mRuRANCE IRW CA 92614 -- -_-----__-_-_____ I_-* IUlSlETOUiRWYTHAl~~W ~~~luow,w*uL~lWlEOtO7WEUlZMO~~FMItwlECOC~v~YID1C*rrD. HOWWST-AWf#Q*kluLlct.rBu~- arun~aronmwculenmMRcrwcrrolMIcnnasc~T~~~v~~ 7 oRu*vMRtMRt)cc- ““Ey” LWA” ~nLllRntVSWECTTOMLN1EMV.MUVJOUE~- w sucnwwEs. 1 cruts snol*rr NW NAVE VEER R6DwxD t 0E8cRlPTloNoFopERAT la@cwaxTum~~ clTYofcARb88mNkrD#fK)NH66wRwPERTHE AlTAcH8cmBGul~~A8~bywRllT8NcoaTRAc l-. PAW&NT Of MwluY -woAY RoTclioFC~uLATloNAP#tE8wMEwENTOfNoN. 498OAKAvEmfo -,cA- -: 20 39&l b&l;bOStCb6 l33:0t wm/T0/E0 POLICY NUMBER: 015 0808 INSURED: Shade Structures COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM 6) This endorsement modlfies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or OrganRation: CITY OF CARLSBAD 405 OAK AVENUE CARLSBAD, CA 92008-3009 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) WHO IS AN INSURED {Section II) 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. CG20101185 SSi ‘1 8LLS-&%-6P6’OSSW 33NWXISNI Ilr WdPF:EO ?a, 25: Eli Copyright. Insurance Services Mice, Inc., 1984