Loading...
HomeMy WebLinkAboutBonsall Construction Services; 2000-08-17; PKS01-01’ I . City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID I , -‘- This is not an order. Project Manager : PAUL MEADOWS (760) 434-2824 Mail To: Purchasing Department City of Carl&ad 1635 Faraday Avenue Carlsbad, California 92008-7314 Date Issued: August 17,208O Request For Bid No.: PKSOl -01 CLOSING DATE: September 7,200O Bid shall be deposited in the Bid Box located in the first floor lobby of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, CA 92008 until 4100 p.m. on the day of Bid closing. Award will be made to the lowest responsive, responsiblecontractor based on total price. Please use typewriteror black ink. Envelope MUST include Request For Bid No.PKSOI-Ol. i DESCRIPTION Labor, materials and equipment to: IN THE 2700 BLOCK OF CARLSBAD VILLAGE DRIVE, REPAIR STUCCO WALL ON CARLSBAD VILLAGE DRIVE. REMOVE AND HAUL AWAY APPROXIMATELY 125 LIN. FT. OF DAMAGED FENCE INCLUDING POSTS AND CONCRETE POST FOOTINGS. RE-BUILD APPROXIMATELY 125 LIN. FT. OF STUCCO AND WOOD FRAME FENCE WITH PRESSURE TREATED LUMBER AND POSTS, DOUBLE 2X4 AND DOUBLE 2X6 CAP. STUCCO PLASTER TO MATCH WITH EXISTING WALL. NOTE: CONTRACTOR RESPONSIBLE FOR OBTAINING RIGHT-OF-WAY PERMIT. No job walk-through scheduled. i’ Submission of bid implies knowledge of all job terms and Contractor acknowledges receipt of Addendum No. 1 ,20.30,40,5(. SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Name ci>o i3qG lo 23sF Telephone [7&o) -%I- -37 FaX -l- 5/l 0100 ’ . . Name and Title of Person Authorized to sign ‘ii Tile ‘z luame Y Date JOB 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 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 the 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, materialslsuppliesand past performance. The determination of the City as to the Contractor’s ability to perform the contract shall be conclusive. / 7s3335 J Contractor’sLicense Number Pfinted Name and Title 5-4-d Date /-+m Expiration Date TAX IDENTIFICATION NUMBER ‘ill”. (Corporations)Federal Tax I.D.#: OR (Individuals)Social Security#: :a3atiO33kl CINV a3SS3NllM ‘03N3dO -2- 511 o/o0 CAlliFWWlA CONTRAc7MEs STATE LFGENSE BQMD License Detail Contractor License # 753339 I- Issue Date: 08/25/1998 Expire Date: 08/31/2002 * * * LICENSE STATUS * * * This license is current and active. Ail information below should be reviewed. * * * CLASSIFICATIONS * * * A GENERAL ENGINEERING CONTRACTOR * * * CERTIFICATIONS * * * HIC HOME IMPROVEMENT CERTIFICATION * * * CONTRACTOR BONDING INFORMATION * * * This license has bond number 6033584 in the amount of $7,500 with the bonding company SURETY COMPANY OF THE PACIFIC. Effective Date: OSi24i1998 * * * WORKERS COMPENSATION INFORMATION * * * This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND. Policy Number: 044-0019090 Effective Date: 08/18/1998 Expire Date: 10/01/2001 i,_ _, Personnel List 1 i- License Number Reauest Contractor Name Reauest Personnel Name Reauest Salesperson Reauest Salesuerson Name Request DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: l CSLB is prohibited by law from disclosing complaints until they are referred for legal action. l Civil judgments known to the CSLB are not disclosed unless the contractor has failed to comply with the judgment law. l Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. l Due to workload, there may be relevant information that has not yet been entered onto the Board’s license data base. Extract Date: September 26,200O * * * BUSINESS INFORMATION * * * BONSALL CONSTRUCTION SERVICES P 0 BOX 1085 BONSALL, CA 92003 Business Phone Number: (760) 758-2499 Entity: Sole Ownership ’ , - 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 subcontractor 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 subcontractorsare to be employed on the project, enter the word “NONE.” Total % Subcontracted: 0 l Indicate Minority Business Enterprise (MBE) of subcontractor. -3- 511 o/o0 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT (Less than $25,000) 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. Guarantee: I guarantee all labor and materials furnished and agree to complete work in accordance with directions and subject to inspection approval and acceptance by: PAUL MEADOWS (project manager) Wage Rates: The general prevailing rate of wages for each craft or type of worker needed to execute the contract shall be those as determined by the Director of 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 by him or her in execution of the contract. False Claims Contract hereby agrees that any contract claim 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 claim to a public entity. These provisions include 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 claim may be subject to the contractorto an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: Print Name: zz i& I -4- 511 o/00 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 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 . . . . . . .$500.000 Property damage insurance in an amount of not less than.. . . . . ..$I 00,000 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 shall name the City of Cartsbad 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. 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: Completion: I agree to start within working days after receipt of Notice to Proceed. I agree to complete work within working days after receipt of Notice to Proceed. -5- S/l oloo . . CONTRACTOR: ~k&&(~ f&&&L sw~+ (name of Contractor) By: &A- - (sign,here) ry &i&7 /5wl/vC p?(prin;am; ;dF (address) -iGMS!31/1 @A S)&90-3 (city/state/zip) CITY OF CARLSBAD a municipal corporation of the State of California (address) (fax no.) (Proper notarial acknowledgmentof 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 ttte officer(s) signing to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY: u-&&e Deputy City Attorney -6- 511 0100 State of NAME, TITLE OF OFFICER - E.G., “JANE DOE, NOTARY PUBLIC” personally appeared NAME(S) OF SIGNER(S) I 0 personally known to me - OR - g proved to me on the basis of satisfactory evidence to be the person(& whose name($?@@ subscribed to the within instrument and ac- knowledged to me thmy executed the same in w authorized capacity(+e&and that by signaturew on the instrument the person@), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. SIGNATURE OF NOTARY ALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No. 5193 B,OPTIONAL SECTION - CAPACITYCLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. F INDIVIDUAL q CORPORATE OFFICER(S) TITLE(S) 0 PARTNER(S) 0 LIMITED /‘-J GENERAL 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR 0 OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES DATE OF DOCUMENT Though the data requested here is not required by law, It could prevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMED ABOVE tiS 01993 NATIONAL NOTARY ASSOCIATION * 8236 Remmet Ave., P.O. Box 7184. Canoga Park, CA 91309-7184 City of Carlsbad August 31,200O ADDENDUM NO. 1 RE: REMOVE, HAUL AWAY AND REPAIR STUCCO WALL IN THE 2700 BLOCK OF CARLSBAD VILLAGE DRIVE, APPROXIMATELY 125 L!N. FT, OF DAMAGED FENCE INCLUDING POSTS AND CONCRETE POST FOOTINGS., Contract No. PKSOI-01 Please include the attached addendum in the Notice to Bidder/Request for Bids you have for the above project. This addendum--receipt acknowledged-must be attached to your Proposal Form/Bid when your bid is submitted. RUTH FLETCHER Purchasing Officer RF:jl k *Attachment I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1 J-- 1635 Faraday Avenue l Carlsbad, CA 92008-7314 l (760) 602-2460 - FAX (760) 602-8556 @