HomeMy WebLinkAboutBLAIR RASMUSSEN CONSTRUCTION INC; 2010-09-08;City of Carlsbad
MINOR PUBLIC WORKS PROJECT
TWIN INNS GAZEBO RELOCATION, MAGEE PARK
This Js not an order.
Project Manager Kyle Lancaster Date Issued: August 12.2010
434-2941 Request For Bid No.: PKRC494
Mail To: CLOSING DATE July 26.2010
Bonnie L. Elliott Bid shall bo deposited in the Bid Box located
City of Carlsbad in the first floor tabby of the Faraday Center
799 Pine Avenue, Suite 200 located at 1635 Faraday Avenue, Carlsbad,
Carlsbad, California 92008 CA 92008 until 4:00 p.m. on the day af Bid
Envelope MUST include Request For Bid
No. —T
DESCRIPTION
Labor, materials and equipment to relocate Twin Inns Gazebo to Maoee Park.
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager. Kyle Lancaster
Phone No. 760-434-2941
Submission of bid implies knowledge of all job terms and conditions.
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address erf Contractor
Blair Rasmussen Construction Inc. 85&613-9244
Name Telephone
11305 Rancho Bernardo Road. Suite 107 858-613-9139
Address Fax.
ftlCtif £San Diego. CA 92127 BRConctructlon<
City/State/Zip E-Mail Address
-1- Ravised 08/11/09
Person Authorized to sign
SigriSure
\\OL\C
lfe.3tJt4.n~t'
Titte
Name Date
JOB QUOTATION
ITEM NO.
1
UNIT
Job
QTY
1
DESCRIPTION
Provide all labor and materials to construct the
concrete footings, slabs, walks, and install the
other supplied structural steel as per drawings
dated 6/1/2010, and approved by the City of
Carlsbad Building Department on 7/26/2010,
C1.0,S-1,S-2,AS1.0,A1.0&A2.0. Work shall
include relocation of one small tree, site
protection fence, and assistance when relocating
the Gazebo roof.
TOTAL PRICE
$28,638
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 otherwise stipulated by the 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 tie 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 pre-award inquiry to determine the contractor's ability to
perform, including but not limited to facilities, financial responsibility, materials/supplies and past performance.
The determination of the City as to the Contractor's ability to perform the contract shall be condusiw&
SUBMITTED BY:
Blair 670528
AbtfTorized Signature
ltd If
Contractor's License Number
A + A
Classification(s)
S'/3///JL
Expiration Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D J:
(Individuals) Social Security #:
/5"V/
OR
-2-Revised 08/11/08
DESIGNATION OF SUBCONTRACTORS
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 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-contractor for any portion of the
work 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
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 subcontractors are to be employed on the project, enter the word "NONE."
PORTION OF WORK
TO BE
SUBCONTRACTED
Hem
No.
Description of
Work
SUBCONTRACTOR*
% of Total
Contract
Business Name and Address License No.,
/*t___:|S.M£AMUMSSmCoDOil
& Expiration
Date
MBE
Yes No
Total % Subcontracted:0%
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-3-Revised 08/11/09
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
(Less than $30,000)
California Regional Water Qualify Control Board, San Diego Region:
A. Contractor shall not allow any discharges from the construction site, which may have an
adverse effect on receiving waters of the United States.
1. Contractor shall not allow any groundwater extraction water to be discharged from
construction site except in full compliance with the General Waste Discharge
Requirements for Ground Water Extraction and Similar Discharges from
Construction and Remediation Projects (Order No. 96-41) adopted by the Regional
Board. Prior to submitting Bid, Contractor shall obtain a copy of said Order No. 96-
41 and review all compliance requirements therein, including monitoring, testing,
and reporting.
B. In the event of conflict between the Contract and Permit requirements, the most stringent
shall prevail. All permit requirements shall be satisfied by Contractor and accepted by all
issuing agencies, and the Owner before project will be accepted and a Notice of
Completion filed.
C. Contractor shall, at his own expense, procure any additional permits, certificates, and
licenses required of him by law for the execution of the work. He shall comply with all
Federal, State and local laws, ordinances or rules and regulations relating to the
performance of said work.
D. The Contractor shall incorporate and comply with all applicable Best Management
Practices (BMPs) during the completion of this agreement. All work must be in
compliance with the most current San Diego Regional Water Quality Control Board
(RWQCB) permit, Carlsbad Municipal code and the City of Carlsbad Junsdictional Urban
Runoff Management Plan (JURMP) incorporated herein by reference.
E. The Contractor shall indicate in his submittals methods of compliance, equipment utilized
to insure compliance, training of staff and experience in compliance with environmental
regulations. If in the opinion of the project manager, the Contractor is not in compliance
with this provision CITY reserves the right to implement BMP's to the maximum extent
practical, and deduct payment due or back charge the Contractor for implementation with
a 15% markup for administration and overhead.
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 contract.
I guarantee all labor and materials furnished and agree to complete work in accordance with
directions and subject to inspection approval and acceptance by: Kyle Lancaster _
(project manager)
-4- Revised 08/11/09
The Payment of Prevailing Wages is Not Required
The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the
provisions of the California Labor Code when the public work is not a statewide concern. The City
Manager has determined that it is not in the best interest of the city to require the payment of
prevailing wages for this project Payment of prevailing wages is at contractor's discretion.
Contract hereby agrees that any contract daim 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 California Government Code sections 12650 et seq., the False Claims
Act, provides for civil penalties where a person knowingly submits a false daim to a public entity.
These provisions indude 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 Carlsbad 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 daim may be subject to 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 apd-that debarment by another jurisdiction is
grounds for the City of Carlsbad to disqualify the C/Wracto) or subcontractor from participating in
contract bidding. «_-
Signature:
Print Name:
-5- Revised 08/11/09
Commercial General Liability, Automobile Liability and Workers' Compensation 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
snail 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 $100,000
Automobile Liability Insurance in the amount of $100,000 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 clause providing that thirty (30) days written notice
shall be given to the City prior to such cancellation.
The policies snail name the City of Carlsbad as additional insured.
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 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 work 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.
-6- Revised 08/11/09
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 Work: I agree to start within five (5) calendar days after receipt of Notice to Proceed.
Completion: I agree to complete work within forty-five (45) working days after receipt of Notice to
Proceed.
CONTRACTOR:
Blair Rasm
CITY OF CARLSBAD a municipal
corporation of the State of California
Chair, president or vice-president's signature Assistant City Manager
(print name and title)(address)
' torn
[e-maTaddress))(telephone no.)
, assist secretary, CFO or assist
signature
(print name and title)
11305-
(address)
C
(city/state/zip)LORRAINE M. WOOD
City Clerk I
(telephone no.)
(fax no.)
Co
(e-mail address)
(Proper notarial acknowledgment of execution by Contractor must 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:
DeptrtfCity Attorney
-7-Revised 08/11/09
ACKNOWLEDGMENT
State of California
County of San Diego
On J
personally appeared ifc^XXT
before me, Lindsey M Morris, Notary Public
(insert name and title of the officer)
who 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.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (Seal)
LINDSEY M. MORRIS
CommiMlon * 1739311
Notary Public - California |
San Diego County -
ACKNOWLEDGMENT
State of California
County of San Diego
On before me, Lindsey M Morris, Notary Public
(insert name and title of the officer)
personally appeared
who 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.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Signature (Seal)
LINDSEY M. MORRIS
CommlMlon* 1739311
Notary Public • California
San Ol«go County
MyComm.Eg*MApM6.2011
If
t
Blair Rasmussen Construction Inc.
General Contractors
July 28, 2010
Mr. Kyle Lancaster
Public Works Supervisor
City of Carlsbad
405 Oak Avenue
Carlsbad, CA 92008
RE: Twin Inns Gazebo Relocation. Magee Park. Carlsbad. CA
Dear Sir,
We have prepared the following for your use:
Provide all labor and materials to construct the concrete footings, slabs, walks and install
the other supplied structural steel to the above mentioned as per drawings dated 6/1/2010,
and approved by the City of Carlsbad Building Department on 7/26/2010, Cl.O, S-l, S-2,
AS 1.0, Al.O &A2.0. Work shall include relocation of one small tree, site protection
fence and assistance when relocating the Gazebo roof.
Supervision $1,000.00
Footings $8,098.00
Concrete slabs/walks (no pavers or stamping) $12,150.00
Install other supplied structural steel $900.00
Insurance $800.00
Labor burden $3,050.00
Overhead $2.640.00
Total $28,638.00
The above costs do not include permits, masonry walls, carpentry (wood rails/column
covers), paint, sealers and coatings, electrical, utilities, moving and craning of the gazebo
roof, pavers or concrete stamping, work to shuffle board lanes, pruning and or relocation
of additional trees, landscape, irrigation and portable restrooms.
We hope the above proves acceptable.
Respectfully,
Blair Rasmussen, President
Blair Rasmussen Construction, Inc.
11305 Rancho Bernardo Rd., Ste. 107, San Diego, CA 92127 Lie. # 670528
Email: BRConstniction@gmail.com Phone: 858-613-9244 Fax: 858-613-9139
ORIGINAL
DESIGN CRITERIA
2007 CALIFORNIA BUILDING CODE (BASED ON2006 IBC)
2007 CALIFORNIA MECHANICAL CODE {2006 UWC)
2007 CALIFORNIA PLUMBING CODE (2008 UPC)
2007 CALIFORNIA ELECTRICAL CODE (2005 NEC)
2007 CALIFORNIA FIRE CODE (200BIFC)
2007 CALIFORNIA BUILDING CODE - TITLE 24 [2008 IEBC]
APPLICABLE CITY Of CARLSBADCOO68 AND ORDINANCES
VICINITY MAP
CONSULTANT INFORMATION
KARNAK PLANNING 1 DESIGN
2802 STATE STREET, SUITE C
CARLSBAD, CA 9200B
PH. 780-434-8400 FAX. 700-434-8403
CONTACT: ROBERT RICHARDSON
DUDEK 1 ASSOCIATES, IMC
806 THIRD STREET
ENCINITAS, CA S2024
CONTACT KENNETH R KING, PE
•QH MOON HQTAHY Qf CAflLHrtI
6971 EL CAMINO REAL. *203
CARLSBAD. CA 02009
CONTACT FARRAH DOUGLAS
PH: 780-434-29*1
JOB ARCHtTECTS
1035 MONTECITO DR SI
CORONA. CA. 92879
PHONE. 961 8U3087
40S OAK AVENUE
CARLSBAD.CA 92008
PH'780-434-2941 FAX 700-720-BS62
CONTACT. KYLE LANCASTER
Twin Inns Gazebc
Relocaticn
Magee Park, Carlsbad, California
SHEET INDEX
CIO COVER SHEET
S-1 STRUCTURAL PLANS & DETAILS
S-2 STRUCTURAL CALCULATIONS
AS1 0 PROPOSED SITE PLAN
PROJECT INFORMATION
PUBLIC WORKS 405 OAK AVENUE
CARLSBAD. CA 02006
CONTACT. KYLE LANCASTER
(760) 434-2941
FAX (760)720-9682
APPUCAMT I OWHER-8 AQEKT:
2526 Pk> PK» Dnv*. Suits 102
CARLSBAD, CA 92008
CONTACT. ROBERT RICHARDSON
PH. 760-434-6400 FAX. 760-434-0493
LEGAL DESCRIPTION
CONSTRUCTION TYPE
NUMBER OF STORES
TYPEV
I STORY
AUCMTOCT Of IWCOBO.R
D
J
ARCHITECTS
Karnak Planning & Design
HH Wo mu Qrin, tun* l«, CwtobM. C.
Ftiwl tot «-iap10
HI Noon Rf*
Fin* DougluProftct Otraotor
PHOJ6CT ADORE M
Twin Innt Q»bo
PROJECT MO
WWIWNQFILE
Gazabo
Relocation to
MagM Park
Cover / Title
Sheet
) Connection Detail
Plan view scale: 1/4"=1'-0"ft) Footing Detail ! 7: Connection P«lall
ID;
KwmkPKnnlngkDMlgn"
HghNoonMCBMllltC
0«nboIMocMonto
STRUCTURAL
PLANS 4 DETAILS
S-1
Kwnak Winning A DMfcn
"tsssr-
R*toc«Uonlo
STRUCTURAL
CALCULATIONS
S-2
ass•SB* "•""hi
s s a s
.._
IJli I :
ARCHITECTS
Karnik Planning & DntanMM H* MM MM. MM m. C«MM Ca MM
CtfttrtHINponnotay
Rdocatlonto
MagMPwfc
STRUCTURAL
CALCULATIONS
S-2
Proposed Maoee Park
Site Man
iRi
D
Ji , •
ARCurrecTS
Kwiuk Ptannlng ft DnlgnMB «• M* MM, Mto 1U«MMM, to MM
Rwocfltlon toMagMPark
PropoMd
Site Plan
AS1.0
Keved Notes
ir WDe BY 1C HIGH CMU WALL-
COLOR COAT STUCCO TO »t*TCHEXWTWO ADJACENT MMJNNO COLOR
CONCHETE PAVINQ 4' THCKk EACH W^YWITH CONCHETE 5T AM «BY CRY OR GPDONAL• VCMFY PATTIMN WITHCMKJMD MQH NOON ROTARY.
Park* VR*crMtkxi Dapartnwnt will rtmove th« shuflto board court,
4nd all rMCMMry'nams to raplac* the area with turf and irrigation-loi^i* area.
CEUNO FOR FUTURE DOWN UOHT1NQW«MO MBTALLED BY CITY AT A LATERDATE. iWttP ELL MIVIFHOM ROOF
DOWN THRU WOOD CAPW COUJMNB.
PROVfflE 3 LOU •* MM DMLLK1 WOEXWTMQ CONCRETE MVWO AND
KTCKYADHUn*.
NOTE: VERIFY ALL EXMTMaCOMDmONtOWITi
AND EXI8TWO OAZttO ROOF PMOR TO
---„ MACEItCNTOFrOUNDATIONANQOR"** ANCHORiOLT».
•-^i
eazebc riccr Plan
SCALE: W-11
Kanwk Planning ft DMlgn
M« Ml MM MM. MM 1M CrtMM €• NM
^HO.: I
Oanbo
Relocation to
MagaaPaik
rtmt
Gazabo Floor Plan
ETNO.:
A1.0
03—
-H
-H
^(
-a-a
-a
-03
--G3
Intermediate / Bottom Rail
Rail to Column Connection
)Conduit at Column3"-r-(r
Low Wall Section
Keyed Notes
* •mgi - Vf MM <MU to cofem
to m«ch MMhg Ivndnl« W|MM buMng
1/4-W-1/4- tag bate
*M- i/T»W MM) tang* -
IT MxieamiUd«U*fayridtMrtwwt-gwltfU
21 Cut riot MvoadMmund toft aw Awgi
\ ffl
A Step Detail
^3/ i/a>r-<r
ID: j
Kamak Planning A Daaign
MMI'MFtMMn.Mtom.C^M.CiMONK TWUM.MOO FA» 4*4«M§
Ombo
Relocation toMagMPirk
OaMto
A2.0