HomeMy WebLinkAboutJoseph V. Jezisek dba The Door Company; 2015-07-14; PWM15-98PEMPWM15-98PEM
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
FIRE STATION #5 CURTAIN DOOR REPLACEMENT
This agreement is made on the /^^^ day of (^y^/ , 2015, by the City
of Carlsbad, California, a municiparcofporation, (hereinaftep^tlOTjCiy^), and Joseph V. Jezisek dba The
Door Company, a sole proprietorship, whose principal plaraof bfoitress is 2345 Alta Vista Dr. Vista, CA
92084 (hereinafter called "Contractor").
City and Contractor agree as follows:
DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the
project described by these Contract Documents (hereinafter called "Project").
PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools,
equipment, and personnel to perform the work specified by the Contract Documents unless excepted
elsewhere in this Contract.
CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract,
Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans
and Specifications, and all proper amendments and changes made thereto in accordance with this Contract
or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict,
this Contract will supersede terms and conditions in the Contractor's proposal.
LABOR. Contractor will employ only skilled woricers and abide by all State laws and City of Carisbad
Ordinances governing labor.
GUARANTEE. Contractor guarantees all labor and materials fumished and agrees to complete the Project
in accordance with directions and subject to inspection approval and acceptance by:
Bob Richardson (City 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 detennined 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 is 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 wori<ers employed by him
or her in execution of the contract.
The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the
Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair
Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and
4107.5.
The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the
Contract for work.
A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the
requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract
for public wori<, unless currently registered and qualified to perform public work pursuant to Section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
FIRE STATION #5 CURTAIN
DOOR REPLACEMENT; CONT. NO. 7550 Page 1 of 6 City Attomey Approved 4/11/15
PWM15-98PEM
FALSE CLAIMS. Contractor 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 Califomia 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 Carisbad 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 subject 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 that debarment by another jurisdiction is grounds for
the City of Carisbad to disqualify the Contractor or subconJfSic^ar fronipfrtid^ating in contract bidding.
Signature:
Print Name:
REQUIRED INSURANCE. The successful contractor shall provide to the City of Carisbad, a Certification
of Commercial General Liability and Property Damage Insurance and a Certificate of Workers'
Compensation Insurance indicating coverage in a forni approved by the California Insurance Commission.
The certificates shall indicate coverage during the period of the contract and must t)e furnished to the City
prior to the start of wori<. The minimum limits of liability insurance are to be placed with insurers that have
a current Best's Key Rating of not less than "A-:VH"; OR with a surplus line insurer on the State of
California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating
Guide of at least ''A:X''; OR an alien non-admitted insurer listed by the National Association of Insurance
Commissioners (NAIC) latest quarteriy listings report.
Commercial General Liability Insurance of Injuries including accidental death, to any one person in an
amount not less than $1,000,000
Subject to the same limit for each person on account of one accident in an amount not less than
$1,000,000
Property damage insurance in an amount of not less than $1,000,000
Automobile Liability Insurance in the amount of $1,000,000 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 clauses providing that thirty (30) days written notice shall
be given to the City prior to such cancellation.
The policies shall name the City of Carisbad as an additional insured. The full limits available to the named
insured shall also be available and applicable to the City as an additional insured.
WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY. Woricers' Compensation limits as
required by the Califomia Labor Code. Workers' Compensation will not be required if Contractor has no
employees and provides, to City's satisfaction, a declaration stating this.
INDEMNITY. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and
hold hamiless the City, and its officers and employees, from all claims, loss, damage, injury and liability of
FIRE STATION #5 CURTAIN
DOOR REPU^CEMENT; CONT. NO. 7550 Page 2 of 6 City Attomey Approved 4/11/15
PWM15-98PEM
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, mles 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 woric 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.
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 Wori<: Contractor agrees to start within ten (10) woricing days after receipt of Notice to Proceed.
Completion: Contractor agrees to complete work within thirty (30) working days after receipt of Notice to
Proceed.
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
FIRE STATION #5 CURTAIN
DOOR REPLACEMENT; CONT. NO. 7550 Page 3 of 6 City Attomey Approved 4/11/15
PWM15-98PEM
CONTRACTOR'S INFORMATION
JOSEPH V. JEZISEK
dba THE DOOR COMPANY
(name of Contractor)
740956
(Contractor's license number)
B, D-28/Exp. 9-30-15
(license class, and exp. date)
2345 ALTA VISTA DRIVE
(street address)
VISTA, CA 92084
(city/state/zip)
760-917-5194
(telephone no.)
760-720-9562
(fax no.)
ioe@in novationdoors. com
(e-mail address)
AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of
Contractor each represent and warrant that they have the legal power, right and actual authority to bind
Contractor to the terms and conditions of this Agreement.
CONTRACTOR
JOSEPH V. JEZISEK dba THE DOOR
COMPANY, a sole propijetorship
By:
CITY OF CARLSBAD, a municipal corporation
of the State of Califomia
Joseph V. Jezisek / Owner, Sole Proprietor
(print name/titie)
Patrick A. Thomas y-Public Works Director
as authorized by the City Manager
By:
(sign here)
(print name/titie)
If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a
corporation. Agreement must be signed by one corporate officer from each of the following two groups:
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
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:
CELIA A. BREWER, CityAttorney
BY:
Assis^nt^ity Attorn^
FIRE STATION #5 CURTAIN
DOOR REPLACEMENT; CONT. NO. 7550 Page 4 of 6 City Attomey Approved 4/11/15
eck A License - License Detail - Contractors State License Board Page ,;1 o]
Contractor's License Detail for License # 740956
SCLAIMER: A license status check provides Information taken from the CSLB license database. Before relying on this
formation, you should be aware of the foltowing limitations.
Business Information
JOSEPH VELTON JEZISEK
2345 ALTA VISTA DRIVE
VISTA, CA 92084
Business Phone Number:(76Q) 917-5194
Entity Sole Ownership
Issue Date 09/30/1997
Expire Date 09/30/2015
License Status
This license is current and active.
All Information below should be reviewed.
Classifications
028 - DOORS, GATES AND ACTIVATING DEVICES
B - GENERAL BUILDING CONTRACTOR
Bonding Information
Contractor's Bond
This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY.
Bond Number: 209670
Bond Amount: $12,500
Effective Date: 01/01/2007
Contractor's Bond History
Workers' Compensation
This license is exempt from having workers compensation insurance; they certified that they have no employees at this time.
Effective Date: 09/26/2013
Expire Date: None
Workers' Compensation History
's://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/l.icenseDetail.aspx?LicNum=740956 5/26/20
Public Work's Contractor Registration Search Page 1 of 1
^ •vj^r • •^'•^t< • •-•'fc.i-'f f- • '('-i^ S, p.--I r.i; rc-'f'r'rrS-
"L? *'"^ ' Division of Labor Standards Enforcement
Public Works Contractor Registration Search
This is a listing of current and active contractor registrations pursuant to Division 2, Part 7, Ctiapter 1(commendng witti section 1720) of ttie Califomia Labor Code.
Enter at least one search criteria to display active registered public worths contractor's) mato/i/ng your selections.
Registration Number; 1000023636
Contractor Legal Name: Contractor License Lookup
License Number:
inarch J| ResfiLl
Public Works Contractor Registration Web Search Results
One Registered Contractor found. 1
Legal Name Registration Number License Type/Number(s) Registration Date Expiration Date
JOSEPH VELTON JEZISEK 1000023636 CSLB;740956 06/30/2015 06/30/2016
Export as: Excel | PDF
C'opyiiSht 2014 .Stale of ( alllbrnia
https://efiling.dir.ca.gov/PWCRySearch.action 7/1/2015
PWM15-98PEM
EXHIBIT A
LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR
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 Project in excess of one-half of one percent of the total
bid, and the portion of the Project which will be done by each sub-contractor for each subcontract.
NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project
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 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
Califomia Public Contract Code).
If no subcontractors are to be employed on the project, enter the word "NONE."
SUBCONTRACTORS
Portion of Project to
be Subcontracted
Business Name and Address License No.,
Classification &
Expiration Date
%of
Total
Contract
NONE
Total % Subcontracted: NONE
FIRE STATION #5 CURTAIN
DOOR REPLACEMENT; CONT. NO. 7550 Page 5 of 6 City Attorney Approved 4/11/15
PWM15-98PEM
EXHIBIT B
SCOPE OF WORK
Contractor will provide all labor, materials, and equipment to install a new curtain door on Door #2 at Fire
Station #5.
Provide and Install the following:
• 22 Gauge Large flat slat curtain approximately 69 Slats. 14' in length
• Vision light cut outs to match existing
• Parts and Labor guaranteed for one (1) year
JOB QUOTATION
ITEM
NO.
UNIT QTY DESCRIPTION PRICE
1 EA 1 Replace Curtain Door at Fire Station #5 $5,149
TOTAL* $5,149
'Includes taxes, fees, expenses and all other costs.
FIRE STATION #5 CURTAIN
DOOR REPLACEMENT; CONT. NO. 7550 Page 6 of 6 City Attorney Approved 4/11/15