Loading...
HomeMy WebLinkAboutDavis & Adams Construction Inc; 1999-07-08;<-,c-5.j: :-:i:Fb,:c,%, Of Cclr ISbOd : I 760 424 , .a ,,‘- : * 2 i City of Cartsbad MINOR PUBLIC WORKS PROJECT . REQUEST FOR BID This is not an order Project Manager R-i\\ g ow& (760) %(\- 574q Mail or Deliver to: Carlsbad City Library Project’ Job Site Mailing Address: . 6965 El Camino Real PH: 760-431-5994 Suite #105-228 FAX: 760-43 l-7242 Carlsbad, CA 92009 E-MAIL: bgcarlsbad@aol.com Award will be made to the lowest responsive, responsible contractor based on total price. Date Issued: ,I W,X %!J, I444 I Request For Bid No.: L .5”6 &72 CLOSINGDATE: J& 6 , \=t4? # Bid must be received prior to 500 p.m. on the date of Bid closing. Please use typewriteror black ink. Envelope MUST include Request For Bid No. DESCRIPTION Labor, materialsand equipment6r 6tscb\llg/n,rc &VW*\\ , ~ci’\rr?in~ , CCC~~(‘(, , I i 4 . nm-6w , td tedlitlnf fl00md 1’ I No job walk-throughscheduled. ConBactowto arrange site visit by contacting: F reject Manager: B ru ii 0t.J 6 d , s\ G G-h-mt~ Phone No. C&O) 43 I- 5494 Submission of bid implies knowledgeof all job terms and conditions. Contractoracknowledges receipt of Addendum No. 1 I), 2 (). 3 (). 4 (),5 (J). SUBJECTTO ACCEPTANCE WITHIN (90) DAYS Davis & Adams Construction Inc 8282 Buckhorn Street San Diego, CA 92111-2432 CitylStatelAp 263 9931 ‘Name Y&&g./ g c m mf- Tiie Date -l- 2R6/99 e-,E--OS): 12:47PM;ClZY O+ CBrlSbed ; 1 760 434 1’36; # 3,’ 7 JOB QUOTATION Quote Lump Sum, including all applicable taxes. Award is by total price. Evaluation and Award. Bids are bindin opening, unless otherwise stipulated by t YE! subject to acceptance at any time within 90 days after City of Carlsbad. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The Ci L all bids and to accept or reject any *tern(s) therein or waive any in reserves the right to reject any or ality in the bid. In the event of a conflict between umt price and extended price, the unit price will prevail unless price is so obviously unreasonable as to indicate an error. In that event, the bi will be rejected as non-responsive for the reason of the inability to determine the intended bid. The City reserves the tight to conduct a pre- award inquiry to determine the contractor’sability to perform, including but not limited to fzilitii, financial responsibility, materialslsuppliesand past performance. The determination of the CXy as to the Contractor’s ability to perform the contract shall be conclusive. SUBMITTED BY 57/igsix++ k&acto?s License Number 23 Classification(s) 144 kxpirabdi Date f TAX IDENTlFlCATlO~NUYBER (Corporations) Federal Tax I.D.#: 33-03 q 2323 OR (Individuals) Social Security #: -2- 2/26/99 E-I&-33:12:47PM:Clty of Carlfbed : 1 760 434 13.57 *r 4/ 7 DESIGNATIONOF SUBCONTRACTORS Set forth below is the full name and location of the lace of business of each sub-contractorwhom the contractor proposes to subcontract portions of tRe thu;hz;d, and the potion of the work which will work in excess of one-half of one percent of be done by each sub-contractor for each NOTE The contractor understands that if he fails to specify a sub-contmctor for any portion of the work to be performed under the contract in excas of one-hatf 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 P pub ublic emergency or necessity, and then only after a finding, reduced In writing as a ic 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 (Section4100 et seq. of the California Public Contract Code). If no subcontractorsare to be employed on the project enter the word “NONE” Total % Subcontracted: ’ Indicate Minority Business Enterprlse(MBE) of subcontractor. -3- 2&39 c-16-33: 1 2:47PM:Cltg of cerlsned : 1 760 43~ 1$Jj; * 5.. p CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT (Less than $25,000) . 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 directions and subject to inspection approval and acceptance by Wage Rates: The general prevailing rate’of wa shall be those as determined by R es for each craft or type of worker needed to execute the contract e Director of fndustnal 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 Oflice 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 Workers’ Compensation: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liibiiity for Worken ;‘Compensationor to undertakeself-in5uranc@r+&s&ticewith the provisions of that code, and I will comply with such provisions performance of the work of this contract Print Name: -4- 2/26/99 E-,c-QQ:,~:J:PM:c,~~ of CarlSbed Commercial General Liability and Automobile Liability 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 certificatesshall 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 authorked 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 cover any vehicle used in the performanceof 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 noncancellation clause providing that thirty (30) days written notice shall be given to the City prior to such can&l&ion. 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 oflicers 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 worlc 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, inju directly or indirectly from the nature of x and liability. howsoever the same may be caused, resulting e work covered b caused b Y the sole or active negligence or willful miscon d the Contract. except for loss or damage uct of the City. The expenses of defense include a I costs and expenses including attorneys’ fees for litigation, arbitration, or other diite 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. -5- 2J26J99 ,- Start Work: I agree to start within working days after receipt of Notice to Proceed 10 Completion: I agree to complete work within 90 working days after receipt of Notice to - Proceed. CONTRACTOR: Davis & Adams Construction (sign here) (print name and title) A82 Buckhom Street (address) San Diego. CA 92 11 l-2402 (City / state /zip) (858) 268-983 1 (telephone no.) (858) 268-9959 (fax no.) CITY OF CARLSBAD a municipal corporation of the State of California By: (Assistant City Manager) (address) (telephone no.) ATTEST: ALl!THA L. RAIJTE&NZ City Clerk LORRAINE M. WOOD Deputy City Clerk (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.) APPROVED AS TO FORM: ,- ” . *- I ALL-PURPOSE ACKNOWLEDGMENT -0-e oe-e-e-e-•-e-e-e- e-e-e-e- e-e-e -ea i I l I l I l I l I l I l I l I l I l I l ,-- I l I l I l I l I l I l I l I l I l I l I l -I t I State of California County of -5 Ati m \E GC, ss. ’ (DATE) before me, TWTR..LIR WGA..Q+ yc~ti QG , (NOTARY) I personally appeared ACM? \h\ * xe\l\s SIGNER(S) ti personally known to me - OR- q 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 signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. m NOTARY’S SIGNATURE! OPTIONALINFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl- edgment to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT Cl INDIVIDUAL Ia CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT cl q cl cl 0 TITLE(S) PARTNER(S) ATTORNEY -IN-FACT NUMBER OF PAGES TRUSTEE(S) GUARDIAN/CONSERVATOR DATE OF DOCUMENT OTHER: OTHER 3 RIGHT THUMBPRINT -- SIGNER IS REPRESENTING: OF .Z NAME OF PERSON(S) OR ENTITY(IES) 2 SIGNER s 5 B Is I i I l I l I l I l I l I l I l I l I l I l I l I l I l I l I l I l I l I l I l I l I l I 9 se-e ~e~e-e-e-e~e~e~e~e~e~e-e-e~e~e-eU APA 5197 VALLEY-SIERRA, 800-362-3369