HomeMy WebLinkAboutHarrold's Painting Inc; 1999-04-05;.
- . . - _ ’ ‘I I I . City of Carlsbad
MINOR PUBLIC WORKS PROJECT
. ,r
REQUEST FOR BID
This is not an order.
Project Manager ; Rich Zuelsdorf Date Issued: FEBRUARY 17. 1999
(760) 434-2991
Mail or Deliver to:
Request For Bid No.: FAC99-2
CLOSING DATE: MARCH 4, 1999
Purchasing Department
City of Carlsbad 1200 Carlsbad Village Drive
Carlsbad, CA 92008-1989
Bid must be received prior to 5:00 p.m. on
the date of Bid closing.
Please use typewriter or black ink.
Award will be made to the lowest responsive, responsible contractor based on Envelope MUST include Request For Bid No. FAC99-2.
DESCRlPTlON
Labor, materials and equipment to: remove existina vinvl wall coverina and reolace with Koroseal
[ Koroauard wall coverina in lobbv and two (21 classrooms at Staaecoach Communitv Center as
per soecitications in Job Quotation on oaae 2.
A mandatory job walk-through scheduled for Februarv 25 .I999 at lo:30 a.m. at the Staaecoach
Park Communitv Center located at 3420 Camino De Los Caches in Carlsbad.. Contractors to arrange site visit by contacting:
Project Manager: Rich Zuelsdorf
Phone No. [?60) 434-2991
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 (, 2 (),3 (),4 (_), 5 (.
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor:
IQt2nah!k ‘ @mhG J.ld&
Name
I/~/T, hhbh 5-iw,/mL
Address
City/State/Zip
r 1
7L9a (7Y-e 32m.J Telephone
Fax
Name and Title of Person Authorired
Name
Title
Date
l- 6/l 9/98
.
I
\ 4 i I
i ’
I
JOB QUOTATION
existing LOBBY wall covering, prime walls
and install “Koroseal” wall covering, type II
Class A, Harborweave II, color: Moonlight
#I2121 -92, per manufacturers
3uote Lump Sum, including all applicable taxes. Award is by total price.
‘, ‘. : :
./
I,
I .J 9’ /: ”
Evaluation and Award. Bids are binding subject to acceptance at any time
opening, unless otherwise stipulated by the City of Carlsbad. Award will
Purchasing Officer to the lowest, responsive, responsible contractor.
reject any or all bids and to accept or reject any item(s) therein or waive
In the event of a conflict between unit price and extended price, the unit
price is so obviously unreasonable as to indicate an error. In that event,
non-responsive for the reason of the inability to determine the intended bid. The
right to conduct a pre-award inquiry to determine the contractor’s ability to perform,
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 conclu
SUBMITTED BY:
Contractor’s License Number
Printed Name and Title Expiration Date
Date - ’
6/1 9198
-
. . . .
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax l.D.#: 9Y-339% f39 2
OR
(Individuals) Social Security #:
‘. r. <l
-3- 6/19/98
I . -
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* I MBE
.,.
.’ ‘, ~:;i’;,~~~. $?$p,
/s “’ /I, ,,:
‘,
Total % Subcontracted: -4-
l Indicate Minority Business Enterprise (MBE) of subcontractor.
-4- 611 9198
CITY OF CARLSBAD
I ,\,;. , :;:y;rc :,;.
,:- .’
MINOR PUBLIC WORKS CONTRACT
(Less than $25,000)
Labor:
I propose to employ only skilled workers and to abide by all State and City of Carlsbad
Ordinances governing labor, including paying the general prevailing rate of wages for each craft or
type of worker needed to execute the contract.
Guarantee:
I guarantee all labor and materials furnished and agree to complete work in accordance with
directions and subject to inspection approval and acceptance by: Buildina Maintenance
Suoervisor.
Wage Rates: l
The general prevailing rate of wages for each craft or type of worker needed to execute the
contract shall be those as determined by the Director of Industrial Relations pursuant to Sections
1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a
current copy of the applicable wage rates in on file in the Office of the City Engineer. The
contractor to whom the contract is awarded shall not pay less than the said specified prevailing
rates of wages to all workers employed by him or her in execution of the contract.
Workers’ Compensation:
I am aware of the provisions of Section 3700 of the Labor Code which require every employer to
be insured against liability for Workers’ Compensation or to undertake self-insurance in
accordance with the provisions of that code, and I will comply with such provisions before
commencing the performance of the work of this contract. I
Signature: &?&?$pf
Print Name:
-5- 6/19/98
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
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 Bests 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 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 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.
-6- 611 9198
. .
Start-Work:
Completion:
I agree to start within 3 working days after receipt of Notice to Proceed.
I agree to complete work within JQ- calendar days after receipt of Notice to
Proceed.
CONTRACTOR: CITY OF CARLSBAD a municipal
corporation of the State of California
(telephone no.)
Warning: This does not constitute a
contract. You are not authorized to start
work until you have received a signed
Purchase Order.
(city/state/zip)
l
I J&c---
(telephone no.) ATTEST:
(fax no.)
stant 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
-7- 6119198
STATE OF CALIFORNIA COUNTY OF SAN DIEGO
On @PR\I_ 5!1999 , before me, lit 'n and for said State, d-c-t pe personally known to me (or proved to me on the basis o'f 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 on the instrument, the person(s), or entity upon behalf of which the person acted, executed the instrument.
WITNESS my hand and official seal.
Notary Pmic
Comm.#l133260 NOTARY PUBLIC - CALIFORNI