Loading...
HomeMy WebLinkAboutBonsall Construction Services; 2002-05-22;City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager : Greq Clavier Date Issued: February 25,2002 (760) 434-2991 Request For Bid No. FAC 02-13 Mail To: CLOSING DATE: NIA Public Works - Facilities 405 Oak Avenue City of Carlsbad Carlsbad, CA 92008 desinq, Please use typewriter or black ink. Envelope MUST include Request For Bid No. FAC 02-13. DESCRIPTION Labor, materials and equipment to: remove and replace driveway slab, remove and replace sidewalk area, remove and replace curb and qutter. install drain box and drain line and install concrete swale at Fire Station No. 5 in Carlsbad as per contractors proposal dated Januarv 9. 2002 No job walk-through scheduled. Contractors to arrange site visit by contacting. Project Manager: Grea Clavier Phone No. 1760) 434-2991 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 (-), 2 0.3 L). 4 L). 5 (-). SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Title of Person Authorized to sign Name and Address of Contractor ~OfiLOLC addo&@ S@ril&S ?.o I by /w' ?% ~LQL. %l,f+jl to. %bS aJdL?=- Name Signature Address Name' CitylStatelZip Title JOB QUOTATION -1- 5110100 JOB QUOTATION remove and replace sidewalk area, remove and replace curb and gutter. install drain box and drain line and install concrete swale at Fire Station No. 5 in Carlsbad as per contractors proposal dated January 9.2002 $13,284.00 Quote Lump Sum, including all applicable taxes. Award is by total price. opening, unless otherwise stipulated by the City of Carlsbad. Award will be made by the Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days afler to reject any or all bids and to accept or reject any item(s) therein or waive any informality in the Purchasing Officer to the lowest, responsive, responsible contractor. The City reserves the right 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. performance. The determination of the City as to the Contractor's ability to perform the contract including but not limited to facilities, financial responsibility, materialslsupplies and past shall be conclusive. SUBMITTED BY: Contractor's License Number 4 Authorized Sinnature Classification(s) 7% 4lllr5L 0~~ //- 2) ~-0Y I .. Printed Name and Title Expiration Date >i/- b L Date (Corporations) Federal Tax I.D.#: -33- d7 $7 29.7- OR (Individuals) Social Security #: -2- 5/10/00 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 contractor shall not be permitted to sublet or subcontract that portion of the work, except bid, the contractor shall be deemed to have agreed to perform such portion, and that the writing as a public record of the Awarding Authority, setting forth the facts constituting in cases of the public emergency or necessity, and then only after a finding, reduced in 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." Total % Subcontracted: / * Indicate Minority Business Enterprise (MBE) of subcontractor. -3- 511 O/OO 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: directions and subject to inspection approval and acceptance by: Greg Clavier, Public Works I guarantee all labor and materials furnished and agree to complete work in accordance with Supervisor - Facilities Division. Wage Rates: The general prevailing rate of wages for each crafl or type of worker needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to Sections current copy of the applicable wage rates in on file in the Office of the City Engineer. The 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a 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 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 and that debarment by another participating in contract bidding. jurisdiction is grounds for the City of Carlsbad to or subcontractor from Signature: /- Print Name: ,?$ 4L.w -4- 511 0100 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 certificates shall indicate coverage during the period of the contract and must be furnished to the Insurance indicating coverage in a form approved by the California Insurance Commission. 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 shall 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 with the performance of the Contract or work; or from any failure or alleged failure of Contractor to liability of every kind, nature and description, directly or indirectly arising from or in connection 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 for loss or damage caused by the sole or active negligence or willful misconduct of the City. The caused, resulting directly or indirectly from the nature of the work covered by the Contract, except 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: I agree to start work witin14 working days after receipt of Notice to Proceed. Completion: I agree to complete work within =working days after receipt of Notice to Proceed. -5 511 OIOO CONTRACTOR: ;3L?/r;&i &6%&z ' Sl/,C,, 39 &e2 - wJW- (name of Contractor) By: @+- (sign here) '(print nampqd title) By: (sign here) (print name and title) Z"W/ c4 cjw7 (city/state/zip) (telephone no.) CITY OF CARLSBAD a municipal corporation of the State of California city MmHs Omts (address) -w cdawaa- ?bo - Cl3Y - as&\ (telephone no.) AlTEST: (fax no.) (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. Othetwise. the corDoration 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 "46 Deputy City Attorney -6- 5/10/00 .. C. State of California County of } ss, On 03 i22p , before me, &imIv\ari c ttA@Ifierod personally appeared LA VlLIAfZ Da e Name and Title 07 mcer (e g., 'Jane Doe. Nolaw Y lid) J ra/ Name($) d Signer(s) 0 proved to me on the basis of satisfactory evidence to be the personw whose name@ is/- subscribed to the within instrument and acknowledged to me that he/sket(key executed the same in his/- authorized capacityw, and that by hiss the entity upon behalf of which the person(s) signature0 on the instrument the person(s), or acted, executed the instrument. personally known to me Piace Notary Seal Above Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Title or Type of Document: Document Date: 03)22IoZ Number of Pages: "3 Signer@) Other Than Named Above: Capacity(ies) Clai Signer's Name: 9 'K"ld ez 0 Individual 0 Corporate Officer - Title@): 0 Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Co servator @ Other: Mnev Signer Is Representing: Jan 14 02 06:S7p KRTHY 760 732 '.p388! Lic # 753339 January 9,2002 City of Carlsbad Facilities Maintenance 405 Oak Avenue Carlsbad, CA 92008 Attn: Bob Richardson RE: Fire Station #5, Revised Bid Our revised bid is for the following: R/R Drive slab R/R sidewalk R/R curb and gutter Drain box & drain line Install concrete swale $8,924.00 770.00 500.00 1,890.00 1,200.00 TOTAL BID: $13,284.00 Remove and replace joint compound (labor only) $1.45LF Notes: No underpound utilities replacement or repair, sprinkler lines includcd No landscaping No permits, bonds or fees No security services provided after concrete is finished Proposal is binding for 30 days from the date hereof Thank you, Ray Valdez (760)758-2499 P.O. Box 1085 Bonsall. California 92003 FAX (760)758-5434 RAY WHITE CEMENT COMPANY P.O. Box 489 FALLBROOK, CA 92088 (760) 728.0170 FAX 728-5605 TO: CITY OF CARLSBAD ADDRESS: 405 OAK AVENUE TODAY'S DATE: 12-13-01 TELEPHONE: 760-434-2980 CARLSBAD, CA 92008 FAX: 760-720-9562 ATTN: BOB RICHARDSON CELL : JOB ADDRESS: FIRE STATION t5 SAFETY CENTER I nemose TO fun or, e to install concrete work on subject Job In accordance wl,th plans " - - 1 > and speclflcatlons and In a workmanlike manner. A. Our work shall consist of: 1. SAWCUT, DEMO AND REPLACE APPROX 1,850 SQ/FT 6" CONCRETE 2. DOWEL #4 REBAR 30" O/C. RECOMPACT SUBGRADE 4. REMOVE 61 REPLACE 20 L/FT 6" CURB TO HELP DRAINAGE 3. INSTALL 24"X24" DRAIN BOX PER CONVERSATION B. Prime Contractor or Owner shall: I. CONTACT DIG ALERT BEFORE STARTING REPAIRS C. Our I. 3. 2. 4. *NOTE: bld for the work as outllned above shall be: 1,850 SQ/FT CONCRETE $7.95 PER SQ/FT = $14,707.50 INCLUDES BARRICADES INCLUDES 20 L/FT 6" CURB AND GUTTER BID PRICE IS BASED ON THESE QUANTITIES APPROX TOTAL BID AMOUNT:$I4,707.50 BID DOES NOT INCLUDE ANY UNFORSEEN CONCRETE PRICE INCREASES.* Submltted by Date RAY WHITE CEMENT Accepted by TI tle Date Thls proposal is void If not accepted wlthln (b days. Respectfully submitted, RAY WHITE CEMENT Llcense # 410673 Y c CENTURY NATIONAL MSURANCE(WHITCOMB) aovLHI D IH I CARLSEAD CA 97n~ W-UIj-ZW2 lb: lb UlLHtkL tWtNbtLU CU. THIS ENDORSEMENT CHANCES THE POLICY. PLEASE READ IT' CAREFULLY ADDlTlONAI INSURED OWNERS, LESSEES or CONTRACTORS (Form B) his endonemant modif& insurance pfovW under the following: COMMERCIAL OE#CRM LWlVrY COVEMUt rm I TOT& P.03