Loading...
HomeMy WebLinkAboutLesicka Construction Company; 1999-05-20; FAC99-9‘1 P 4 * .‘.., ,T. . . $1 - City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager Ch uck (760) 434-2992 Mail or Deliver to: Purchasing Department City of Carlsbad 1209 Carlsbad Village Drive Cartsbad. CA 92008-1989 Date Issued: Mav 20.1999 Request For Bid No.: FAC 99-9 CLOSING DATE: Thursdav. T2if?L99 &ii, on the Bid must be received prior to . . _ date of Bid dosing. Please use typewriter or black ink. Award will be made to the lowest responsive, Envelope MUST include Request For Bid No.: responsible contractor based on total price. FAC 99-9 DESCRIPTION Labor, materials and equipment to remodel the Crime lab and Cal ID offtce, as per attached plans, at the Carl&ad Safety Center. Mandatory job walk-through is scheduled for Tuesday, June 1, 1999 at 8:3OAM at the Carlsbad Safety Center located t 2660 Orion Way. Project Manager: Phone No. Chuck Walden (760) 434-2992 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. I&, 2 &,3 (). 4 (),5 (. SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor LPi/),dt- 7Gxo Lcs;aLQ,~nStF3cKaL co Telephog(e Name ca \v~q/~%~ 0 36 Kf FaX %ou A.!rbC -L&b4 ab Address . Qn be <h. c City/State/Zip 3 J c\u\ (u -l- 2/26/99 Name and Title of Person Authorized to sig contracts. 2- . Name-c% W l t<st~L~r- Tiie 7/, /qy Date / I JOB QUOTATION Quote Lump Sum, induding all applicable taxes. Award is by total price. Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening, unless otherwise stipulated by the City of Cartsbad. Award will be made by the Purchasing Dfficer 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 prw award inquiry to determine the contractor’s ability to perform, induding but not limited to facilities financial responsibility, materials/supplies and past performance. The determination of the City as t the Contractor’s ability to perform the contract shall be conclusive. SUBMIlTED BY: LS,‘, L-6 n <t-,e,t; Company/Business Name / I r,% M LrsLr, d Name and’Title Date Cont&tor’s License Number 3’ ciassification(s) 3/3~/Lod’ Expiration date / TAX IDENTIFICATION NUMBER (Cogs) Federal Tax I.D.* gs -?3so OR (Individuals) Social Security #I <6t- yo- CLSI -2- 2/26/99 . . . DESlGNATlON 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 sub-contractor for each subcontract. NOTE: The 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 bii, 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 Caliiomia Public Contract Code). If no subcontractors are to be employed on the project, enter the wcrd “NONE. Total % Subcontracted: * Indicate Minority Business Enterprise (MBE) of subcontractor. -3- 2/26/99 CITY OF CARLSBAD MINOR PUBUC WORKS CONTRACT (Less than $25,ooq 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 wntract. Guamntsei I guarantee all labor and materials furnished and agree to complete work in accordance with directions and subject to inspection approval and acceptance by: Chuck Walden. (project manager) Wage Rates: - The general prevailing rate of wages for each crag 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 Secticn 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’ Compensatii 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 wntract. c Signature: X Print Name: -4- 2/26/99 ’ . - 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 Certiticate of Workers’ Compensation Insurance indicating wverage 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 induding accidental death, to any one person in an amount not less than.. . . . . ..$500.000 Subjact to the same liiit for each person on account of one accident in an amount not less than . . . . . . . $i!m,ooo Pmperty damage insurance in an amount of not less than . . . . . . ..$100.000 Automobile Liability Insurance in the amount of $100,000 comb&d 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 offsiie, 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. r The above poliies shall have non-cancellation dause providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the Cii of Carlsbad as additional insured. The Contractor shall assume the defense of, pay all expenses of defer%!, and indemnify and hold hamdess the City, and its officers and employees, from all daims, 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 dii or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or actiie negligence or willful misconduct of the Cii. The expenses of defense include all costs and expenses induding 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. -5- 2i26l99 I . t. I F- start work: I agree to start within 10 working days aftar receipt of Notice to Procaed. Compietion: I agree to complete work within 30 working days after receipt of Notice to Proceed. CONTRACTOR CITY OF CARLSBAD a municipal wrporation of the State of California -A (print name and title) ,-- (address) By: (sign here) (telephone no.) (print name and title) 7 q AL h-4\ . (e&L) . Sann&3 c (3 5 L b (ci~/stateizlpj \ 6,s/ qt-3~5~’ (teleph#ne:o.) C\Y/LKz=3dd (fex no.) / ATTEST: . ALETHA L. RAUTENKRANZ city clerk (Proper notarial acknowladgment of execution by Contractor must be attached. Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for wrporatiis. 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 cop3fation.) APPROVED AS TO FORM: RONALD R. BALL, Cii Attorney BY: -6- 2/26/99 CA1 ICfiRNIA AI I ,DIIPDnbl AEYYCBWI SDEMLNT No 519R State of CALIFORNIA qounty of SAN s - OPTIONAL SECTION - CAPACITYCLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. On ?/3? /$a before me, .TOHNsTC I 0 INDIVIDUAL DATf NAME, TITLE OF OFFICER _ E.G., “JANE DOE, NOTARY PUBLIC” 0 CORPORATE OFFICER(S) personally appeared REX M. LESICKA I NAME(S) OF SIGNER(S) TITLE(S) q personally known to me - OR - q proved to me on the basis of satisfactory evidence 0 PARTNER(S) 0 LIMITED to be the person(s) whose name(s) is/are 0 GENERAL subscribed to the within instrument and ac- 0 ATTORNEY-IN-FACT knowledged to me that he/she/they executed 0 TRUSTEE(S) the same in his/her/their authorized capacity(ies), and that by his/her/their q GUARDIAN/CONSERVATOR signature(s) on the instrument the person(s), q OTHER: OWNER or the entity upon behalf of which the person(s) acted, executed the instrument. SIGNER IS REPRESENTING: WITNESS my hand and official seal. NAME OF PERSON(S) OR ENTITY(IES) bL uJ-- IGNATURE OF NOTARY IONAL SECTION- ’ THIS CERTIFICATE MUST BE AlTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES DATE OF DOCUMENT Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMED ABOVE . CITY OF CARLSBAD Purchasing Department 1200 Carlsbad Village Drive Carlsbad CA 92008 REPRESENTATION AND CERTIFICATION The following representation and certification should be completed, signed and returned to City of Cansbad. REPRESENTATIONS: Mark all applicable blanks. This offeror represents as part of this offer that the ownership, operation and control of the business, in accordance with the specific definitions listed below is: I Caucasian I I II II Black II Hispanic lr Asian-Pacific II Native-American I I II Asian-Indian I - DEFINITIONS: MINORITY BUSINESS ENTERPRISE: “Minority Business’ is defined as a business, at least 51 percent of which is owned, operated and controlled by minority group members, or in the case of publicly owned businesses, at least 51 percent of which is owned, operated and controlled by minority group members. The Small Business Administration defines the socially and economically disadvantaged (minorities) as Black American, Hispanic American, Native Americans (i.e. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific Americans (i.e., U.S. Citizens whose origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan). Are you currently certiiid by CALTRANS? YES NW&- Certification #: CERTIFICATION OF BUSINESS REPRESENTATION(S): Mark all applicable blanks. This offeror represents as a part of this offer that: This firm is-, is no& a minority business. This firm is-, is no& a woman-owned business. WOMAN-OWNED BUSINESS: A woman-owned business is a business of which at least 51 percent is owned, controlled and operated by a woman or women. Controlled is defined as exercising the power to make policy decisions. Operation is defined as actually involved in the day-to-day management. FIRMS PRIMARY PRODUCTS OR SERVICE: CONSTRUCTION CONTRACTOR: CLASSIFICATION(S). *‘3 LICENSE NUMBER: --? z 5 % 3 g TAXPAYERS I.D. NO. ‘( 3 - 0 g 5 2 3 56’ CERTIFICATION: The information furnished is certified to be factual and correct as of the date submitted. LS,..L+ ---se x t4 I LCs;clcL COMPANY NAME PRINTED NAME x)cQ, ADDRESS TITLE 5Am “““P .CP 9 \ (0 7,L t /- CITY, STATE AND ZIP SIGNATURE TELEPHONE NUMBER DATE - City of Carlsbad June 8,1999 ADDENDUM NO. 1 RE: MINOR PUBLIC WORKS CONTRACT REMODEL CRIME LAB AND CAL ID OFFICE, CONTRACT NO. FAC99-9, CONTRACT NO. FAC99-9 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged--musl when your bid is submitted. be attached to your Proposal Form/Bid RUTH FLETCHER Purchasing Officer RF:jlk Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 1200 Carlsbad Village Drive l Carlsbad, CA 92008-1989 - (760) 434-2803 l FAX (760) 434-1987 . City of Carlsbad June Z&l999 ADDENDUM NO. 2 RE: CONTRACT NO. 99-9 - SAFETY CENTER CRIME LAB REMODEL Please include this addendum in the Request for Bid you have for the above project: Replace Page AZ, Electrical Symbol Legend, Note 2 with: All conduit shall be EMT galvanized and shall be used in interior dry locations only. All joints and terminations shall be made using compression couplings. Connections to existing EMT conduit shall be in like size and with approved couplings. This bid will now be due no later accepted after this time and date. This addendum-receipt acknowledged-must be attached to your bid when it is submitted. Buyer I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2 Signature 1200 Carlsbad Village Drive - Carlsbad, CA 92008-1989 l (760) 434-2803 l FAX (760) 434-1987 e9