Loading...
HomeMy WebLinkAboutJacobson Concrete; 1999-03-24;May 27, 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. This is one of the last contracts on an improper earlier form. Thank you. KEVIN DAVIS Attachment ,- City of Carl&ad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager: Douq Duncanson (760)434-2862 .’ Mail or Deliver to: Purchasi Department Ci 0fC i! 3 bad 12 0 Carl&ad Village Drive Carlsbad, CA 920081989 Award will be made to the lowest responsive, responsiblecontractor based on total price. , Date Issued: 3HQQ Request For Bid No.: Parks 99-01 CLOSING DATE: March 25. ‘99 Bid must be received prior to 5;O0 p.m. on the date of Bii &sing. Please use typewriter or black ink Envelope MUST include Request For Bid No.:Parks 9901. DESCRIPTION Labor, materials and equipment to demolish and replace approximately 2,200 s.f. of concrete at Calavera Park. No job walk-through scheduled. Contractom to arrange site visit by contacting: Project Manager: Doug Duncanson Phone No. 760/434-2862 Submission of bid implies knowledge of all job terms and condiis. Contractor acknowledges receipt of Addendum No. 1 u, 2 (). 3 0.4 0). 5 (. SUBJECT TO ACCEPTAKE WiTHlpi (90) DAYS Name and Address of ,Contractor Name /_3yYC\/tA,4 14 Address Cd--b4 c4 9>0& CitylStatelZip Name and Tie of Person Authorized to sign contracts. Name Title F-QY-F’j Date -l- 6/19/98 . JOB QUOTATION Quote Lump Sum, including all applicable taxes. Award is by total price. Job completion date: May 30, 1999 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: cog&w COWL QS nylBusiness Name Authorized Si@f%ture ~$&s&&o& /I0uw-&] Printed Name and Title 3-w-97 Date 63Y397 .- Contractor’s License Number d-8 L-257 Classification(s) /L-3/--77 Expiration Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: (Individuals) Social Security #: 611 9198 - 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 excess 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 SUBCONTRACTOR* MBE TO BE SUBCONTRACTED Item I Description of % of Total Business Name and Address License No., Yes No No. work Contract Classification & 1 Expiration Date / 7 o/. Job e CykyCm-f-f*& 32 06 93 1 IO 1 /PO Auyy72.7 1 c-6/ 1 \ - &?r/Jh4dfd:l y&w/g 24 % 3( &/ .C?~ob Cc, ?2bL/ <-3c-97 Total % Subcontracted: 22qo * 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: 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: Print Name: flkax 5&&mJ -4- 611 9198 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 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 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. -5- 6/19/98 ‘- * ,’ - z a-0 Start Work: I agree to start within xc working days after receipt of Notice to Proceed. Completion: I agree to complete work within working days after receipt of Notice to Proceed. $0 CONTRACTOR: Jacobson Concrete (name of Contractor) By: (print name and title) By: (sign here) M-/c d CD6SOM oCJ*ler (print name and title) \ ) (address) (city/state/zip) (telephone no.) (fax no.) CITY OF CARLSBAD a municipal corporation of the State of California (address) (telephone no.) Warning: This does not constitute a contract. You are not authonked to start work until you have received a signed Purchase Order. ATTEST: , ALETHA L. RAUTENKRANZ 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 -6- 611 9198 . . CALIFORNIA ILL-PURPOSE CERTIFICATE OF AWN, LEDGMENT State of &+&J# I County of $,jJ~yp 4 On m 7 l++i before me, 1 Date personally appeared & w &IMwk Name, tide -e.g., Johh Doe, Notary Public Name(s) of Signers(s) Cl Personally known to me Q& p 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. and offkial seal. S~gnsture of Notaty OPTIONAL The data below is not required by law, however it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. SIGNATURE AUTHORITY OF SIGNER: a INDIVIDUAL Q CORPORATE OFFICER(S) Title(s) a PARTNER ‘a LIMTED D GENERAL 0 ATTORNEY-IN-FA= Cl TRUSTEE(S) a GUARDIAN/CONSERVATOR Cl OTHER: NAME(S) OF PERSON(S) OR Emhs) SKNER IS REPRESENTING: DESCR~FTION OF ATTXCHED DOCUMENT TITLE OR TYPE OF DOCUMENT c NUMBER OF PAGES 5 21 lsll DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE: