HomeMy WebLinkAboutBonsall Construction Services; 2005-02-16; PKS 05-04City of Carlsbad
MINOR PUBLIC WORKS PROJECT
COLE LIBRARY- LANDSCAPE RENOVATION
Project Manager Paul Meadows
(760) 434-2922 Cell 760-802-7952
Mail To:
Park's Department
City of Carlsbad
1166 Carlsbad Village Drive
Carlsbad, CA. 92008
Award will be made to the lowest responsive, responsible contractor based on total price.
Date Issued: December 21,2004
Request For Bid No: PKS-05-04
CLOSING DATE: January 3,2004 -
Please use typewriter or black ink.
Envelope MUST include Request For
Bid No. PKS-05-04
~
DESCRIPTION
Labor, materials and equipment for REMOVAL OF EXISTING COBBLE STONE AND
INSTALLATION OF NEW HARDSCAPE, IRRIGATION AND PLANT MATERIAL LANDSCAPING.
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Paul Meadows
Phone No. (760) 434-2922 Cell 760-802-7952
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 (J, 2 (J, 3 (J 4 (J, 5 (A.
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
Bonsall Construction Services 760-758-2499 Name Telephone
Address Fax
P.O. Box 1085 760-758-5434
Bonsall. CA 92003
City/State/Zip E-Mail Address
-1 - Revised 031 3/02
&/&La
Title
Date
JOB QUOTATION
JylC3 - CJ< Name /
ITEMNO.
1
UNIT QTY DESCRIPTION TOTAL PRICE
L. s. REMOVAL OF EXISTING COBBLE $4.000.00
2
3
4
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, materials/supplies and past performance. The determination of the City as to the Contractor's ability to perform the contract shall be conclusive.
SUBMllTED BY:
STONE IN DRAINAGE SWALE AREA.
PLACEMENT OF PCC IN D.G WALKWAY
AND PICNIC TABLE AREA.
MATERIAL AROUND ENTRANCE TO LIBRARY.
RECLAIMED WATER IRRIGATION FOR
NEW LANDSCAPE PLANT MATERIAL.
L. s. REMOVAL OF EXISTING D.G. AND $6,000.00
L.S. ISTALLATION OF NEW PLANT $7,000.00
L.S. INSTALLATION OF ADDITIONAL $6,000.00
Bonsall Construction Services 753339
Contractor's License Number
A General Enaineerina Classification(s)
08/31 /06
Printe Expiration Date
Total
PriPP
Date '
$23,000.00
-2-
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I. D.#: 33-0799292
OR
(Individuals) Social Security #:
-3-
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 subcontractors are to be employed on the project, enter the word "NONE."
Total % Subcontracted:
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-4 - Revised 0311 3/02
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
COLE LIBRARY- LANDSCAPE RENOVATION
(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 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 jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding.
Signature:
-5- Revised OW1 3/02
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.. . . . . ..$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 noncancellation 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 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: I agree to start within 15 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within 45 working days after receipt of Notice to Proceed.
-6-
CONTRACTOR: CITY OF CARLSBAD a municbal corporation of the State of Caliiornia:
(sign here)
-(print name and title) (address)
0LJ-T;: "
%o- Li3Y - &Bat
(e-mail address)) (telephone no.)
By:
(print name and title) 70 /3+ /arc- ATTEST:
(address)
Z*dd c/z 4-3
(city/state/zip)
(,-) 75B-zq (telephone no.)
(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@) signing to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
BY: " Deputy Ci'ty ktorney -
-7-
COLE LIBRARY- LANDSCAPE RENOVATION
PKS-05-04
DWG NO. 4263-L
EXHIBIT (A)
SCOPE OF WORK
1. Removal of all existing 4-6” cobble stone in drainage swale area covering both
sides of the Eastern entrance to the Cole Library. (See plans for exact location.)
Cobble stone is to be free of dirt and debris and delivered to the Leo Carrillo
Ranch located on Flying LC Lane.
2. Removal and legally dispose of 4”of existing decomposed granite in walkway
and picnic table area.
Placement of 4”of colored PCC in area of decomposed granite location. Color to
be determined by City.
3. Installation of all new plant material. ( Please see planting detail on plans.)
4. Installation of 2 new 1” irrigation valves, main lines and sprinkler heads for the
new plant material landscaping. All new irrigation to be marked purple for a
Reclaimed Water System. (Please see the irrigation detail on the plans).
5. Drawing 4263-L is incorporated into this contract by reference