Loading...
Tresierras/Jefferson Demo 04T ri slerras Cons6ructlom, Ittc. General Coal 4me 2235 North Like Avenue, Suite 107 Altadena, CA 91001 Tel: (626) 794.3333 • Fax: (626) 794-3339 + State License 725996 ,tune 3, 2004 Tom 1 [artungs Office City ()I' L.a Quinta Redevelopment P.O. Box 1504 La Quinta. C'alif,02253 f'li()JI;C''I* NAME: 4(,-190 Jefferson Ave, 80020 Vista G •ande, 46-145 Jefferson Ave l.a Quinw. Calif, Dear Mr. Hartung, per your request, Tresierras ConsUuction Inc is pleased to submit for your review a lump sum bid proposal for the following scope of work. SC'OPF'OF WORK: I . Removal and Disposal of asbestos materials designated in you survey provided on June 2, 2004 Project it P1.M0524# 1234. 2. Provide full three stage decon sy3tetn, Negative air system to remain running until final air clearance is Provided by Industrial Hygienim.. 3. Notification to all regulated aga3cies, Cal -OSHA, SCAQMD and City permitting. 4. Disposal of all Hazardous waste materials at Licensed Land fill Azusa Land Reclamation. 5. Provide General Liability Insurmce and Workman Compensation Certification, 6. Phis project is performed under Prevailing wages scheduled for Redevelopment Agency. 7. ( ontru;tor will provide water and p,)wer to project location. K. This price does not include Third Industrial Hygienist Services. >. Payment due vy4h in thirty dayi of i:ompletion. PRICE SCHEDULE: 1. 46-3O0 Jefferson Ave$8,499.00 tihould you have any Questions regarding this proposal please do not hesitate to call me at following listed numbers- Cell 626-625-3044, Offb►.e 626-794-3333. 'Phis proposal shall remain open for th rry (30) days from the first written, at which time it shall become null and Void without any further notict. ncxeptance ot'this proposal is hereby :greed u n with terms and condition as stated above. Signature of'accepting Client and Qrganiz*tion Date tot Z0 39Vd ONI S'1dN3IS3Ni 6EEEV6L9Z9 b0 tEt b00Z/9Z/90 - TRES I ERRAS INC PAGE 10 Q6/03/'d04 09:52 6267943339 - a i . 47 7607777011 ColylnR ►CTOR'S 'PROPOSAL FK )R DEMOLMON OF FXJBTING HOMES AND IMIISTREETR VEMENTS AAT46-a55, 46-415, 46-170, 46-290, 46-450, 4b-4801EF,SON AFN 140's 649-071-0097 649-071-019, 649-090-001, 649-090-004, 649-090-008, 649-090-009 VW DA►TIZ; 6110104 BID TDa: 10 AM 81D LOCATION- City of La Quinta 78-495 Calle TRMOW La Quint&, CA 92253 Fax (760) 777-7107 It is understood that the quantities shown hereon, except ,for those quantitic:. marked "Lump Sum", ate 'but vatimates and the final payment will tie based upon. the act►il work ,re subject to such adjustment and alterations as elsewh:t•e provided herein, ITEM MM DESCRIPTION QTr [tNIT UNIT SCE TUTAJ., NO. Demolition of improvements at t, the obove locations and as 1 Lump Sutn described in General Conditions TOTAL BID PRICE 9. 9__� The. costs of any work requirod, but not specifically identified as. a pay Item are included in the Pity Ztenns, and no addxtio compensation. shall be due Contractor by virtue of Contractor' i camplience with the City requirernents. TOTAL AMOUNT BASE B13D IZ`1 FIGMS TOTAL AMOUNT 'B A: E BID IN WORDS Titles iyaac I C-catS=or's FropoW F 1� SECTION 1300 AGREEMENT THIS CONTRACT, by and between the CITY OF LA QUINTA, a municipal corporation, herein referred to as "City," and Tresierras Construction herein referred to as, "Contractor." #JL' WITNESSETH: In consideration of their mutual covenants, the parties hereto agree as follows: 1. Contractor shall furnish all necessary labor, material, equipment, transportation and services for Project No. 2000-19B, Demolition of Six Existing Homes at 46-055, 46-425 46-170, 46-280, 46-450, 46-480 Jefferson Street, APN No's. 649-071-009, 649-071-019, 649-090-001, 649-090-004, 649-090-008, 649-090-009 in the City of La Quinta, California pursuant to the Invitation to Bid, dated 6/3/2004 , the project Specifications, and Contractor's Bid, dated 6/10/2004, all of which documents shall be considered a part hereof as though fully set herein. Should any provisions of Contractor's Bid be in conflict with the Notice Inviting Bids, Specifications, or this Contract, then the provisions of said Contract, Specifications, and Invitation to Bid shall be controlling, in that order of precedence. The time frame for construction work shall be in accordance with that specified in the Invitation to Bid. 2. Contractor will comply with all Federal, State, County, and La Quinta Municipal Code, which are, as amended from time to time, incorporated herein by reference. 3. All work shall be done in a manner satisfactory to the City Engineer. 4. Contractor shall commence work after the issuance of a written Notice to Proceed and agrees to have all work completed within the specified 30 consecutive calendar days completion time period. 5. In consideration of said work, City agrees to pay Contractor such sums as shall be approved by the City Engineer at lump sums and/or unit prices stated in the Contractor's Bid, the base consideration NINETY SEVEN THOUSAND, NINE HUNDRED AND NINETY FOUR DOLLARS ($97,994.00). All payments shall be subject to approval by the City Engineer and shall be in accordance with the terms, conditions, and procedures provided in the Specifications. 6. The Contractor shall not knowingly pay less than the general prevailing rate for per diem wages, as determined by the State of California Department of Industrial Relations and referred to in the Invitation to Bid, to any workman employed for the work to be performed under this contract; and the Contractor shall forfeit as a penalty to the City the sum of Twenty -Five Dollars ($25.00) for each calendar day, or fraction thereof, for such workman paid by him or by any subcontractor under him in violation of this provision (Sections 1770-1777, Labor Code of California). 7. Contractor shall defend, indemnify and hold harmless the City, its officers, employees, representatives and agents ("Indemnified Parties"), from and against those actions, suits, proceedings, claims, demands, losses, costs, and expenses, including legal costs and attorneys' fees, for injury to or death of person(s), for damage to property (including property owned by City) and for errors and omissions committed by Consultant, its officers, employees and agents, which arise out of Consultant's negligent performance under this Agreement, except to the extent of such loss as may be caused by City's own negligence or that of its officers or employees. In the event the Indemnified Parties are made a party to any action, lawsuit, or other adversarial proceeding in any way involving such claims, Consultant shall provide a defense to the Indemnified Parties, or at the City's option, reimburse the Indemnified Parties their costs of defense, including reasonable attorney's fees, incurred in defense of such claim. In addition, Consultant shall be obligated to promptly pay any final judgment or portion thereof rendered against the Indemnified Parties. Agreement Page 1 8. Except as otherwise required, Contractor shall concurrently with the execution of this contract, furnish the City satisfactory evidence of insurance of the kinds and in the amounts provided in said Specifications. This insurance shall be kept in full force and effect by Contractor during this entire contract and all premiums thereon shall be promptly paid by it. Each policy shall further state that it cannot be canceled without 30 days unconditional written notice to the City and shall name the City as an additional insured. Contractor shall furnish evidence of having in effect, and shall maintain, Workers Compensation Insurance coverage of not less than the statutory amount or otherwise show a certificate of self-insurance, in accordance with the Workers Compensation laws of the State of California. Failure to maintain the required amounts and types of coverage throughout the duration of this Contract shall constitute a material breach of this Contract. 9. Contractor shall forfeit as a penalty to City $25.00 for each laborer, workman, or mechanic employed in the execution of this Contract by said Contractor, or any subcontractor under it, upon any of the work herein mentioned, for each calendar day during which such laborer, workman, or mechanic is required or permitted to work at other than a rate of pay provided by law for more than 8 hours in any one calendar day and 40 hours in any one calendar week, in violation of the provisions of Sections 1810-1815 of the Labor Code of the State of California 10. In accepting this Contract, Contractor certifies that in the conduct of its business it does not deny the right of any individual to seek, obtain and hold employment without discrimination because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex or age as provided in the California Fair Employment Practice Act (Government Code Sections 12900, et seq.) Contractor agrees that a finding by the State Fair Employment Practices Commission that Contractor has engaged during the term of this Contract in any unlawful employment practice shall be deemed a breach of this Contract and Contractor shall pay to City $500.00 liquidated damages for each such breach committed under this contract. 11. Contractor also agrees that for contracts in excess of $30,000 and more than 20 calendar days duration, that apprentices will be employed without discrimination in an approved program in a ratio established in the apprenticeship standards of the craft involved (Sections 1777.5 and 1777.6, Labor Code of California). Contractors who willfully fail to comply will be denied the right to bid on public projects for a period of six months in addition to other penalties provided by law. 12. This Contract shall not be assignable by Contractor without the written consent of City. 13. Contractor shall notify the City Engineer (in writing) forthwith when the Contract is deemed completed. 14. In accepting this Contract, Contractor certifies that no member or officer of the firm or corporation is an officer or employee of the City except to the extent permitted by law. 15. Contractor certifies that it is the holder of any necessary California State Contractor's License and authorized to undertake the above work. 16. The City, or its authorized auditors or representatives, shall have access to and the right to audit and reproduce any of the Contractor records to the extent the City deems necessary to insure it is receiving all money to which it is entitled under the contract and/or is paying only the amounts to which Contractor is properly entitled under the Contract or for other purposes relating to the Contract. 17. The Contractor shall maintain and preserve all such records for a period of at least three years after termination of the contract. 18. The Contractor shall maintain all such records in the City of La Quinta. If not, the Contractor shall, upon request, promptly deliver the records to the City or reimburse the City for all reasonable and extra costs incurred in conducting the audit at a location other than at City offices including, but not limited to, such additional (out of the City) expenses for personnel, salaries, private auditors, travel, lodging, meals and overhead. Agreement Page 2 19. The further terms, conditions, and covenants of the Contract are set forth in the Contract Documents, each of which is by this reference made a part hereof. IN WITNESS WHEREOF, the parties have executed this Agreement as of the dates stated below. n.ua: (v—/6 -Zcoq APPROVED AS TO FORM: City/Attorney- CITY OF LA QUINTA, a California municipal corporation B ti--tom-t y Thomas P. Genovese, City Manager Dated: a -thy "CONTRACTOR" Dated: � "' �G �G�� By: ap Name: Title: �► �� Dated: By: Name: Title: "CONTRACTOR" (If corporation, affix seal) Agreement Page 3 SECTION 1330 WORKERS' COMPENSATION INSURANCE CERTIFICATE In accordance with California Labor Code Section 1861, prior to commencement of work on the Contract, the Contractor shall sign and file with the City the following certification: Title Date "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." Workers' Compensation Insurance Page 4 SECTION 1340 LIABILITY AND INSURANCE REQUIREMENTS 1.0 INDEMNIFICATION The Contractor shall indemnify, hold harmless and assume the defense of the City, its elected officials, officers, agents, and employees from all damages, costs, or expenses in law or equity that may at any time arise to cause damages to property, or of personal injury received by reason of or in the course of performing work, which may be occasioned by any willful or negligent act or omission of the Contractor, any of the Contractor's employees, or any of its subcontractors arising out of work under this Contract. Approval of any insurance contracts by the City does not relieve the Contractor or subcontractors from liability under Section 1340-1.0, Indemnification. The City will not be liable for any accident, loss, or damage to the work prior to its completion and acceptance. 2.0 INSURANCE REQUIREMENTS 2.1 General After award of Contract, the Contractor shall promptly obtain, at its own expense, all the insurance required by Paragraph 1340-2.0, INSURANCE REQUIREMENTS, and shall submit coverage verification for review and approval by the City upon execution of the Contract. The Notice to Proceed with the Work under this Contract will not be issued, and the Contractor shall not commence work, until such insurance has been approved by the City. The Contractor shall not allow any subcontractors to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained and verified by Contractor. Such insurance shall remain in full force and effect at all times during the prosecution of the Work and until the final completion and acceptance thereof. The Notice to Proceed does not relieve the Contractor of the duty to obtain such insurance as required by Paragraph 1340-2.0 INSURANCE REQUIREMENTS. 2.2 Commercial General Liability Policy The Contractor shall take out and maintain during the life of the Contract, a Commercial General Liability Policy, on an occurrence basis, with a minimum limit of not less than One Million Dollars ($1,000,000) combined single limit for bodily injury and property damage for any one occurrence and a Two Million Dollar ($2,000,000) annual project aggregate, for all of the following: a. Premises Operations, including Explosion, Collapse and Underground (X, C, and U) Coverage. b. Completed Operations/Products, including X, C, and U Coverage. C. Independent Contractors. d. Blanket Contractual. e. Deductible shall not exceed One Thousand Dollars ($1,000). 2.3 Commercial Business Auto Policy The Contractor shall take out and maintain during the life of this Contract a Commercial Business Auto Policy, on an occurrence basis, with a minimum amount of not less than One Million Dollars ($1,000,000) combined single limit for bodily injury and property damage, providing at least all of the following coverage: Liability & Insurance Requirements Page 5 a. Coverage shall be applicable to any and all leased, owned, hired, or non -owned vehicles used in pursuit of any of the activities associated with this Contract. Any and all mobile equipment, including cranes, which is not covered under said Commercial Business Auto Policy shall have said coverage provided for under the Commercial General Liability Policy. C. Deductible shall not exceed One Thousand Dollars ($1,000). 2.4 Workers' Compensation Insurance The Contractor shall take out and maintain during the life of the Contract, Worker's Compensation and Employers' Liability insurance providing coverage for any and all employees of Contractor: a. The required policy shall provide coverage for Workers' Compensation (Coverage A). b. This policy shall provide coverage for One Million Dollars ($1,000,000) Employers' Liability (Coverage B). 2.5 Endorsements All of the following endorsements are required to be made a part of the policies described in this Section hereof: a. "The City, City employees and officers, the City Engineer, its consultants, elected officials, agents, and sub -consultants are hereby added as additional insured insofar as Work done under this Contract is concerned" b. "This policy shall be considered primary insurance as respects any other valid and collectible insurance, including self -insured retention, the City may possess, and any other insurance the City does possess shall be considered excess insurance only." C. "This insurance shall act for each insured, and additional insured, as though a separate policy had been written for each. This, however, will not act to increase the limit of liability of the insuring company. d. "Thirty (30) days prior written notice of cancellation shall be given to the City. Such notice shall be sent to: Thomas P. Genovese, City Manager City of La Quinta P.O. Box 1504 La Quinta, CA 92253 2.6 Change in Terms The Contractor shall provide immediate written notice to the City of any change in terms and conditions and/or reduction in the coverage of any nature to the insurance policies. The notice shall be sent to the location identified in Paragraph 1340-2.6.d, Endorsements. The Contractor shall be obligated to pay any extra premium for maintaining the insurance requirements specified herein. Liability & Insurance Requirements Page 6 07/09/2004 15:13 6267943339 TRESIERRAS INC PAGE 02 July 9, 2004 1riem" Coast mctlon, Inc. CeW" c4atractom 2235 North Lake Avenue, Sure 107 Akade na, CA 91001 Tel: (626) 794-3333 a Fax: (626) 794 bi4 - SteLte License 725996 Tosm 1betssng City Of La Quinta Redevelopment P.O. Box 1504 U Quints, Calif. 92253 zi. Pmjm Nun: 4&200 Jef ffson Blvd La Quisnta, Calif. Damoiiiarn dt Disposal Dar Mr. tlnftmg. Per your request, Troweirres ConstruR bon is pleased to submit for your review A lump sum bid price for the following scope of work: SCOPE OF WORK: 1. Demolition and Disposal of listed unit residences h 46-200 Jefferson Blvd. 2. Demmolition and Disposal of Swimming pool # 46-200 Jefferson Blvd. 3. Removal of footings and slabs Back fence line to F em din. 4. Sewer Lune cap off, Trees and Palms to remain, Buck: Fill of Pool area, Permits and fees included, Rough grade finish of lot. P1t10E SCHEDULE: ........................... I ........................... $ 14,750.00 Fourteen — Thousaad, Seven -- Hundred, Fifty ------ --- ----------------------------- Dollars Should you have any Question regarding this proposal pleuse do not hesitate t to call me at Coll # 626-625-3044, Office # 626-794-3333. r AcceptCd:!• Thomas P. Genovese City Manager -I- / ;Z-oy 07/09/2004 15:13 6267943339 TRESIERRAS INC PAGE 03 July 9, 2004 � s O d 1Wdwr 1, I1iC. Genwal Cout�ctors 2235 No"h Lake Avenue, soft 107, Alftdena, CA 91001 Tel: (626) 794-3333 • Fax: (626) 794-3339 • Witte Umnse 725996 Tom HfArtung City Of La Qtunta Redevelopment P.O. Boat 1504 I,a Quiv* Calif. 92253 Project Name: 46-230 Jafemn Blvd La Quiff Calif. Demolition & Dispo W Dew W. Haaufg. Per your request, 'Tree ium Construction is pleased to submit -for your review A lump suaa bid price for the following scope of work: SCOPB OF WORK: 1. Demolition and Disposal of listed unit residences 4 46-250 Jeffersd6 ' B lvd. 2. Demolition and Disposal of Swimming pool # 46-250 Jefferson Blvd. 3. Removal of footings and slabs Back fence line to F-emain, 4. Sewer Line cap off, 'Trees and Palms to remain, Back Fill of Pool area, Permits and fas included, Rough grade fimsb of lot. PRICE SCMDULE:.............................................. . . ............. 0 14,750 0 Fourteen — 'Thousand, Sem — Hundred, FiftyDollars Should you have any Question regarding this proposal please do not hesitate t to call me at CoU # 626-625-3044, ice # 626-794-3333. Respectlhlly Subocsitt+ed, on Accepte omas P. Genovese City Manager -7- /.Z- 0 `i