Loading...
HomeMy WebLinkAboutMurray Cabinet & Fixture Inc; 1999-07-21;07/21/99 \t!ED 11:lO F.41 B&G CARLSB.4D I.-: ,: *~:.,-s\'::.~ 0 j ; :'I - , 5 13 z, .<I -. . - . I @lo02 : 5 -si.: iI& : >j+- = ; T City of Carlsbad MINOR PUBLIC WORKS PROJECT . REQUEST FOR BID Thisisnotan order Project Managerfi,\\ GBC*I&P (760) ‘+,I- 5444 Mail or Deliver to: Carlshad CIC) L.ik!rq Pra~ject Jab S;!r Madin# Addm;: 6965 El Canwm Real PH: WL!3 I-399.i su1;e :103-2x FAY. :6u-431.721: I Cslslmd. CA 91009 E-MAIL: hgcxlsbzd;~:aol.ccn~ Date Issued: RequestForBidNo.: L.&&ooLf CLOSING -: [*pc f’:,? 2 DATE: _____ +.i__i: Bid must be received prior to 5:OO p.m. on the date of Bid closing. Please use typewriteror black ink. Award wil1 be made to the lowest responsive, Envelope MUST include Request For Bid responsiblecontractor based on total price. No. DESCRIPTION No job walk-throughscheduled. Conbactorsto arrange site visit by contacting: Froject Manager: E4 %,,A\,P d Sk& cCons+~fyy~ Phone No. C-i6cj 43 L- 574 4 Submission of bid implies knowledge of all job tens and conditions. Contractor acknowledges receipt of Addendum No. 1 0). 2 fJ), 3 (). 4 (). 5 (. SUBJECTTO ACCEPTANCEWITHIN (90) DAYS Name and Address of Cantractor Murray Cabinet & Fixture, Inc. Name 6360 Federal Blvd. Address San Diego, CA 92114 City/State/Zip (619) 582-3162 Telephone (619) 582-2460 Name Chief Estimator We 7-23-99 bate ,- ktx -l- 07./21/99 WD 11:ll F.41 B&G CARLSBAD _ . . ,=- ;- :.I.. ; :: --r! ,: y , -- .- r : 1, , I ? 1' (. -, al003 :- -;-.. -zi . .._ = t -. JDB QUOTATION Quote Lump Sum, including 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 ot.heMse stipulated by the City of Carlsbad. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The City resenres 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 umt 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 resen/es the right to conduct a pre- award inquiry to determine the contractor’s ability to perform, including but not limited to facilities, financial responsibility, materialskuppliesand past performance. The determination of the City as to the Contractor’sability to perform the contractshall be condusive. SUBMI-ITED BY: 735965 &ntractor’s Lfcense Number B Ctassification(s) Larry Sheman, Chief Estimator Pnnted Name andTItle 7-23-99 bate 5-31-2001 Expiration Date TAX IDENTtFlCATlONNUMBER (Corporations) Federal Tax f.D.#: 33-0734166 OR (Individuals)Social Security* -2- 2/26/W o7.y/99 \t’ED 11 : 11 F.4S B&G C4RLSBrtD ,+- ,.i-:‘::: .;:,-r,.: I..f. .: T;! , :t.‘...; @loo4 ; I -,; _;_ I.;- =+ - ” . . DESlGNATlONOF SUBCONTRACTORS Set forth below is the full name and location of the lace of business of each sub-contractorwhom the contractor proposes to subcontract portions of t Ii e 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-contractorfor 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 subcontractorsare to be employed on the project, enter the word “NONE” I Item Descrfptionof No. work Total % Subcontracted: 0% a Indicate Minority Business Enterprise (MBE) of subaWactor. -3- 2/26/99 oi/21/99 wl.l 11: 12 F.JJ B&C C.4liLSB.4D +: - , -. -. :v: : ‘-: A-z-’ :.; c ,;A $I ;,’ 5c.i.., CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT (Less than $25,000) D -A:: ..;- .I;- Labor: I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances governing labor, including paying the general prevailing fate of wages for each craft or type of worker needed to execute the contract Guarantee: I guarantee all labor and materiafs furnished and agree directions and subject to inspection approval and acceptant Wage Rates: The general prevailing rate of wa a es for each craft or type of worker needed to execute the contract shall be those as determined by t e Directorof Industrial Relations pursuant to Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates in on file in the Office of the City Engineer. The contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed bl/ him or her in execution of the contract Workers’ Compensation: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Workers’ Corn ensation or to undertake self-insurance in accordance wiib the provisions of that code, and I wi I comply with such provisions before commencing the P perfonnanceof the work of this contract. / - Signature: cQq5$w- Print Name: laiyj \gmwt -4- 2/26/99 . . (fjJ21199 wED 11:12 F-4-S B&G ChRLSBAD C-l’-ft:.: :_:.A::,.:: r,‘;. <:I ,c.Jr-,s,carr : : - +:. :. -:I’& ! ~.j- .- . Commercial General Liablllty 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 certificatesshall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum lrmits 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. Commerciat General Liability insurance of Injuries including accidental death, to any one person in an amount not less than... . . . . . S500,OOO 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 h the amount of $700,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performanceof the contract, used onsite or offsite. whether owned, non-owned or hired, and whether scheduled or non-scheduled. The autombile insurance certificate must state tie coverage is for ‘any auto” and cannot be limited in any manner. The above policies shall have non-cancellation cfause 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 additional insured. Indernnlty: The Contractor shall assume the d‘efense of, pay all expenses of defense, and indemnify and hoM 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 heatth; and from any and al) claims, toss, damages, inju x and liabiltty. howsoever the same may be caused, resulting directly or indirectly from the nature of e work covered b caused by the sole or active negligence or wiilful miscon or the Contract, except for loss or damage uct of the City. The expenses of defense include all costs and expenses including attorneys’ fees for litigation. arb*&ation, 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. mm006 P f 7 -5- 2/26/99 07/21/'99 WED 11: 13 F.41 B&G C.4RLSB.tD L ,F-,,i-~.I::_:--=,,:: .y :-i r TX!- , JC30 : , -;.; ;:- :,;- Start Work: Completion: I agree to start within working days after receiptof Notice to Proceed. I agree to complete work within working days after receipt of Notice to Proceed. CITY OF CARLSBAD a municipal corporation af the State of California ASSlSfaflf CXy Manager (address) (telephone no.) -‘>,--~~.-n_ fi rkt Ar7 I/U A-I-I-EST: , (tele nhnnrr nn \ a4 ’ 11 (fax no.) City Clerk Uw c/ KAREN R. KUNDTZ, Assistant City Clerk (Proper notarial acknowledgmentof execution by Contractormust be attached. Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. 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: RON+EG$ BALL, City Attorney BY: @Jooi =- - 2126199 .,- CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA 1 COUNTY OF =-Jk n,&Q 1 u DATE before me, SAG& ’ Q. --,$A+ ’ NAME, TITLE OF OFFICER - E.G.. “JANE DOE.hbTARY PUBLIC” personally appeared, Lis~y 97 QrmQ\n w .- personally known to me (or 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. WITNESS my hand and official seal. Q/..LL v&h+&- NOTARY PUBLIC SIGNATUhd (SEAL) OPTIONALINFORMATION TITLE OR TYPE OF DOCUMENT f - DATE OF DOCUMENT NUMBER OF PAGES SIGNER(S) OTHER THAN NAMED ABOVE CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA 1 COUNTY OF San 0 \ F’90 1 v On S\\a\ctq before me, ’ DATE NAME, TITLE OF OFFICER - E.G., “JANE DOE, MTARY PUBLIC” personally appeared, m Q (r c Q+ c , 6 S @?fi c\ Q%SS rc-- personally known to me (or 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. WITNESS my hand and official seal. JULIAN R. WRIGHT COMM. 8 1077197 SAN DIEGO COUNTY . My Comm. Exp. Nov. 19, 1999 \ 182.M (SEAL) NOTARY PUBLIC SIGNATUR OPTIONALINFORMATION TITLE OR TYPE OF DOCUMENT /-- DATE OF DOCUMENT NUMBER OF PAGES SIGNER(S) OTHER THAN NAMED ABOVE ~HUIITEGT’S SUPPLEMENTAL iNSTRUCTtON NO: 104 CardweWMcGraw Architects Issue Dale: July 1, 1999 701 6 Street, Suite 206 Architeds Project No: 96013 San Diiqo, CA 92101 Projed: Carlsbad City Library Telephone: (619) 231-0751 Faxz (619) 2314396 TO CONTMCTOR: Bill Bowdle PROJECT ADDRESS: Attention: B&G Consultants ln5 Dove lane Addrest: 1776DoveLarte Cartsbad. Ca. 92008 Cartsbad, Ca. 92006 Telephone: 7604314994 Fax: 760-431-7242 The Work shaU be carried out in accordance with the folowing supplemental instructions: Auditorium 1 At Room No. 130, at the south wall, delete the upper acoustical wall panels at the right and left of the stage. Replace deleted panels with maple veneer plywood panels per the attached SK drawing. Panels are attached to the wall with the same type of panel clips used for the acoustical panels. Panel finish is to match existing clear maple finish used through out the building. 1 ! I i ! I 8 ! I ACTION REQUIRED: zd Pmcedmmebeslsthalmefeisnoimrease inComaUSumaConn;ldSchedubdtntim. Pleasesignt&wandretumaatpylutheAnhilect’softicu If a cast Q mm inuenso is Mtidpated. DO NOT pmacd. S&nit itembed Cmlraa Sum and Cmaa~ Sdtedule impacts far approval. Izi - . Proceed only upon wilten l tiomation from IJte owner (See 1 L M AWhcntWon below). Provide itanked uxI and& schedule impacts as upeditiously as possible. - Do nol proceed until nuVlmzed in witing by Ihe Own&s RepfsmWWu. - AI-TACHMENTS: SK- 220 DISTRISUTION I COPIES : I ! x f Architect CardweMkGraw Owneh Re B&G &mu&ants contracts Consultant Other ACCEPTED BYE C- DZ!tO t. -4; .-i ‘, P c. ,c s r L 2 F c 7 \’ 2. .d 52 r - [ - \ / I 4, ’ .LII P ’ 2 P -- I- --_ . . . .-... I..- ..I .-...._... .-e-B.-.- .-... . . .