Loading...
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