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