Loading...
HomeMy WebLinkAboutUSA Construction Cleaning; 1999-08-08;.:.-- 1,; .,;,-i: I :: -~=y.,:,:, ‘:,, :;+ t:<,p-, SD::, , : 1 : ‘F, L? 4 I i / ‘3 :j 7 City of Carlsbad MINOR PUBLIC WORKS PROJECT . REQUEST FOR BID This is not an order Project Manager B,\\. g 13~ -I l4.L (760) %I- sq?t Mail or Deliver to: Carlsbad City Library Project Job Site Mailing Address: 6965 El Camin, Real PH. 760-43 l-5994 Suite n105.228 FAX: 760-431-7242 Carlshad, CA 112009 E-MAIL: bgcarlsbad@aol.com iward will be mad32 to tile lowest re$ponzive, responsible contractor based on total price. Date Issued: -q+ Request For Bid No.: Lx8&? < CLOSING DATE:&/& Bid must be received prior to 500 p, m. on the date of Bid closing. Please use typewriteror black ink. Envelope iWJST include Request For Bid No. DESCRIPTION No job walk-throughscheduled. Contractonto arrangesite visit by contacting: Froject Manager: Phone No. Ci%Qj cc’3 I- s4q4 Submission of bid implies knowledgeof all job terms and conditions. Contractor acknowfedges receipt of Addendum No. 1 0.2 (),3 0.4 (),5 0). SUBJECTTO ACCEPTANCEWITHIN (90) DAYS Name and Address of Contractor U% &x c i4Lcd!Ym Name % ?-A$y. -103 4.D, (3, City/State/Zip qk%J 3 kl”i TdephonL $%7- 44437z, Ghq- +w&&&3&?/ Fax -1- Name and Title of Person Authorized to sign contracts. h h 2R6/99 c +pch6c,r’q 9/P 149 &4l c -- 1 i -i-“;, : 1 L : ; 7 = M : c 1 r >, c i c B r I 9 b u d : 1 760 43-L 1 ‘3 5 7 f ci ..’ 7 JOB QUOTATION Quote Lump Sum, including all applicable taxes. Award is by total price. Evaluation and Award. Bids are bindin opening, unless otherwise stipulated by t R subject to acceptance at any time within 90 days after e 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 untt price and extended price, the unit price will prevail unless price is so obviousiy unreasonable as to indicate an error. !n that event, *the bid will be rejected as non-responsive for the reason of the inability to determine the intended bd The City resewes the right to conduct a pre- award inquiry to determine the contractor% ability to perform, including but not limited to fkiliks, financial responsibility, materialskuppliesand past performance. The determination of the City as to the Contracto& ability to perform the contract shall be conclusive. SUBMITTED BY: - 744s $wL &Wactor’s License Number C-6/ /u-s3 Elassficat~on(s) TAX IDENTIFiCATIONNUMBER (Corporations) Federal Tax I.D.& 3 3 - I) 5.5 9 5 I!&) OR (Individuals) Social Security R -2- 2/26/99 p .- , ,: - ‘3 ‘) : l2:17PM:C1Cy of Cerls13ed : 1 760 42.4 r’a&: DESiGNATiONOF SUBCONTRACTORS c 4 I’ 7 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 R 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 subcontractor 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 subiet or subcontract that portion of the work, except in cases of the ubiic emergency or necessity, and then only after a finding, reduced in writing as a pu br ic 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” PORTIMI~WORK SUBCONTRACTED Descriptionof NC% work t- SUBCoNTRAcTOw MBE % of Total Conbsct Business Name and Address LicenseNo., Yes No Ciastification aExpiratbn I I Total % Subcontracted: ’ indicate Minority Business Enterprise (MBE) of subcontractor. -3- e - , e - SJ Q : 7 .z : 47F’lvi : c I r ., Of car I SlJnd I : 8 T&D 431 : 0 r - * 5, -i CITY OF CARLSSAD MINOR PUBLfC WORKS CONTRACT (Less than $25,000) Labor: I propose to employ only skilled workers and to abide by all State and City of Carisbad 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 ail tabor and materials furnished and agree to compl directions and subject to inspection approval and acceptance by: % L Wage Rates: ,- The generet prevailing rate of wa shaii be those as determined by 8 es for each craft or type of worker needed to execute the contract e Director of Industrial Relations pursuant to Sections 1770,1773 and 177’3.1 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 wham the contract is awarded shall not pay less than the said specified prevailing rates of wages to ail workers employed by him or her in execution of the contra& 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 ensationor to undertake self-insurancein accordancewith the provisions of that cod?, and I P wi I comply with such provisions before commencing the performance of the work of thus contract Print Name: k/’ d G/z 94 5 -4- ; 1 760 .L:* 1.31: CommercialGeneral 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 sin bodily injury and property damage. In addition, the auto policy must co performanceof the contract, used onsite or offsite, whether owned, non- scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for zany aut< and cannot be limrted in any manner. The above policies shall have noncancellation clause providing that thirty (30) days written notice shall be given to the City prior to such cancektion. The policies shall name the City of Carlsbad as additional insured. r 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 in&ding those related to safety and health; and from any and all claims, loss, damages, inju directly or indirectly from the nature of iI4 and liability, howsoever the same may be caused, resulting caused e work covered by the Contract, except for loss or damage b the sole or active negligence or willful misconduct of the City. The expenses of defense include a I costs and expenses including attorneys’ fees for litigation, arbitration, or other dispute Y resolution method. Jurfsdiction: 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. : I ;,53 i:-L , ,) ‘3 : = 7 - StartWork: I agree to start within 2 working days after receipt of Notice to Proceed. Completion: ;asredto complete work within working days after receipt of Notice to ? CONTRACTOR: c es? urn &@ Iti (name of Contractor) 8 B,,.-;, - %e& (print name and title) By: (srgn here) (print name and title) 4 w flWbfA 724 ste &~Z (addressy / GT %zQ3 P &4- 446-Fm?72- (telephoneno.) 6rs- f&c 7- /QO/ (fax no.) CITY OF CARLSBAD a municipal corporation of the State of California (address) (telephone no.; AT-EST: ALmA L. -KRAtij City Clerk v KAREN R. KUNDTZ, Assistant City Clerk (Proper notarialacknowledgmentof 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: RONALD R. BALL, City Attorney By: -6- State of CNi/M.c,14 - county of - Gn J-fll-~bl-7e + d “Iqqq before me, W f&f 49542) j% bi 1; Dale V 7 Name and Tlb 01 Olficer (a.$ ‘Jane Ooe. Notary Pubhc’) personally appeared V Name(s) 01 Signer(s) personally known to me 2 proved to me on the basis of satisfactory evidence to be the perso$$whose name@j itie subscribed to the within instrument and acknowledged to me that he/&HfB?y executed the same in his&&Mr authorized capacim and that by hi#+eQ#&r signatuwon the instrument the persomor the entity upon behalf of which the persw acted, executed the instrument. WITNESS my hand and official seal. ’ w Stgnalure 01 Nolary PuOlic OPTIONAL Though the information below is not required by law, it may prove valuable to persons refying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: TJ),fi()Q& p&f’./& ~KS Pn@n QC- Gmrf, o/-g Document Date: 7 Signer(s) Other Than Named Above: Number of Pages: 9 Capacity(ies) Claimed by Signer(s) Signer’s Name: f(rS)t 41 Gb- c/ P dividual 0 Corporate Officer Title(s): 0 Partner - 0 Limited& 0 General 0 Attorney-in-Fact 0 Trustee- 0 Guardian or Conservator 0 Other: Signer Is Representing: St? Signer’s Name: Cl Individual 0 Corporate Officer lXe(s): .. 0. Partner -1- Cl Limited 0 General 0 Attorney-in-Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Prod. No. 5907 Reorder: Call Tdl-Ffee 1-aoo-676-6~27 License Detail http://www2.cslb.ca.gov/iXpress/CS...brary/CSLB+Booknicense+Detail.DML 42WFQRwCn CONTFWXORS &TATE MXFISE BOARD License il Contractor License # 748496 DISCLAIMER The license status information shown below represents information taken from the CSLB licensing data base at the time of your inquiry. It will not reflect pending updates which are being reviewed for subsequent data base updating. The available information may not reflect any civil or criminal judgments or actions that have not been reported to the CSLB. If there are disclosable complaints (legal actions) on the contractor’s license, that information will be provided. If you intend to pursue any kind of legal action, insure you get a “Verified Certificate” which is a certified license history covering a specific time period prior to taking any action. Extract Date: September 03,1999 * * * BUSINESS INFORMATION * * * USA CONSTRUCTION CLEANING 10601 TIERRASANTA BLVD #322 ejj Datlz;E;; El 24 * * * LICENSE STATUS * * * This license is current and active. * * * CLASSIFKATIONS * * * D63 CONSTRUCTION CLEAN-UP * * * CONTRACTOR BONDING INFORMATION * * * This license has bond number 9007565 in the amount of $7,500 with the bonding company AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 03/31/1998 * * * WORKERS COMPENSATION INFORMATION * * * This license has workers compensation insurance with the GOLDEN EAGLE INSURANCE CORPORATION Policy Number: NWC54700800 Effective Date: lYW1998 Expire Date: 11/16/1999 i Personnel List i 1 - J IContractor Name Request 1 B Personnei Name Request I 1 of1 913199 1 A4 PM ATACHMENT “A” Scope of Work For final Cleaning of Cariw Cii Library! 1, Ckan all interior and exterior Windows 2. vacuwnal1aoors 3. Mop aU tile floors 4. PolirJIalI stainlmml 5, cleanallstairdhgsandotherraifsonsecondfIoor 6. clean all tom t3xtmq walls Floors 7. Power wash granite are89 outside 8. Clean all ~JW&CM& window sills 9. Clean all cabinets, drawem doors elmton& front ofcounters. 10. Qlstaroundb6oL6,(exposedareasonly) 11. cloanAnditori~dustcurtains,vacuumstage- 12. Mopcleanumcretefloors 13. Dust ckau light fixtures, CeiliRg vents. 14. sweep all !stairs in b&ling. 15. Clean au partition glass. l%ase submit SlternIlte price for waxing sheet vinyl floors, FleatIc !$lIbmit altenlate price for carpet cleaning ATT-AcMMENT “fj”