HomeMy WebLinkAboutGretler Construction Inc; 1999-05-10; FAC 98-15-
June I,1999
-
TO: PURCHASING OFFICER
DEPUTY CITY CLERK
FROM: Buyer
SIGNATURE REQUEST FOR A MINOR PUBLIC WORKS CONTRACT
Attached is a minor public works contract for routing and execution. I think this is the
last of the contracts of this type on outdated forms. Thank you.
- . City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager : Chuck Walden
(760) 434-2992
Mail or Deliver to:
Purchasing Department
City of Carlsbad
1200 Carlsbad Village Drive Carlsbad, CA 92008-1989
Date Issued: Januarv 20.1999
Request For Bid No.: FAC 98-l 5
CLOSING DATE: Februarv 1 I, 1999
Bid must be received prior to 500 p.m. on the
date of Bid closing.
Please use typewriier or black ink.
Award will be made to the lowest responsive, responsible contractor based on total price.
Envelope MUST include Request For Bid No.
FAC98-15.
DESCRlPTldN
Labor, materials and equipment to: oetform structural reoairs at Maaee House in Carlsbad as oer
attached plans.
Job walk-through scheduled for Wednesdav. Februarv 3.1999 at 8:00 a.m. at Maaee House located
Contractors to arrange site visit by contacting: at 258 Beech Avenue in Carlsbad.
Project Manager: Chuck Walden
Phone No. (760) 434-2992
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 GL), 2 Q3,3 (),4 (),5 0.
SUBJECT TO ACCEPTANCE WlTHlN (90) DAYS
Name and Address of Contractor: Name and Title of Person Authorized
Name
TRIJCTTON _ TNf’ . ‘i. :
US- RTtVD-
Address Name CHULA VISTA,CA 91911
City/State/Zip PRESIDENT
Title
619-429-l 048
Telephone 2-l 6-99 _- ‘--.
Date I ‘\
619-474-RRnij ‘\
Fax . . -l- 6/l 9198
JOB QUOTATION
Quote Lump Sum, including all applicable taxes. Award is by total price.
Job completion date: within 30 workina davs after receiot of Notice to Proceed.
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.
SUBMIT-TED BY:
362023 Contractor’s License Number
B
Classification(s)
WILLIAM GRETLER
Printed Name and Title 07/7000 Expiration Date
2-l 6-99 Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 95-3174501
(Individuals) Social Security #:
.
-2- 611 9198
.,,.. -.&dwdA.d .--_ _ -_,__ ._ .-. ._
.r ’ J - . h . *
PORTION OF WORK SUBCONTRACTOR* MBE TO BE SUBCONTRACTED
Item Description of
No. work
% of Total
Contract
Business Name and Address License No., Yes No
Classification &
Expiration Date
-
DESIGNATION OF SUBCONTRACTORS
Set forth below is the full name and location of the place of business of each subcontractor *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 subcontractor for each
subcontract.
NOTE: Jhe contractor understands that if he fails to specify a subcontractor for any portion of the 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 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.”
Total % Subcontracted: 0
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-3- 611 9198:
-
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: Facilities Suoerintendent
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.
Workers’ Compensation:
I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Workers’ Compensation or to undertake self-insurance in accordance with
the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.
Signature:
PrintName: WILLIAM GRETLER
-4- 6/l 9198
WV.“3-.--- : _^. _ .- . . .
,i ’ 4 . -
Commercial General Liability and Automobile Liability Insurance:
The successful contractor shall provide to the City of Carlsbad, a Certiication 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
certiicates 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 00,090
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.
-f)- l 6/l 9198
-
. . Start Work: I agree to start within 5 working days afier receipt of Notice to Proceed.
Completion: I agree to
Proceed.
complete work within working days after receipt of Notice to 30
CONTRACTOR: CITY OF CARLSBAD a municipal corporation of the State of California
1b30 InAti%k1M 6ll/s.
(address)
(city/state/zip)
cQL/4-c1201~/~~~
(telephone no.)
bw 4~LI-fx68
(fax no.)
I
Warning: This does not constitute a contract. You are not authorized to start work until you
have received a signed Purchase Order. I
ATTEST:
KAREN R. KUNDTZ, Assistant City Clerk
(Proper notarial acknowledgment of execution by Contractor must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
BY i/ Assistant City Attorney
-6- 611 919%
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
ss. County of v
Name and Title of Officer (e.g.,
lO;llim Gpe t/er - ‘Jane Doe, Notary Public”)
personally appeared -
Name(s) of Signer(s)
,&personally known to me
to be the person(s) whose
Place Notary Seal Above
Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attache
Title or Type of Document: $- pbR_ -gd .hLCi& ofcd=m
Document Date: k br Number of Page::
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer’s Name: L+I iI 1 ir%W @re f,e/L,
0 Individual
&orporate Officer - Title(s):
0 Partner - 0 Limited 0 General
0 Attorney in Fact
0 Trustee
0 Guardian or Conservator ,
0 Other:
Signer Is Representing:
0 1997 Nabonal Notary Association - 9350 De Soto Ave., P.O. Box 2402 * Chatsworth, CA 91313-2402 Prod. No. 5907 Reorder. Call Toll-Free 1-600-676-6827