HomeMy WebLinkAboutBonsall Construction Services; 2005-08-01;City of Carlsbad
STAGECOACH PARK CONCRETE AND DRAIN INSTALLATION
REQUEST FOR BID
Project Manager: Paul Meadows
(760) 434-2922
Mail To:
Parks Administration Office
1166 Carlsbad Village Drive Carlsbad. CA. 92008 (760) 434-2825
Award will be made to the lowest responsive,
responsible contractor based on total price.
DESCRIPTION
Labor, materials and equipment to place and fnish aDDroximatelv 1200 sauare feet of concrete and
install 180 lineal feel of a French main swtem a1 Staaecoach Cornmunib Park outdoor basketball COLrts.
Project Manager: Paul Meadows
Phone No. (760) 434-2922
Submission of bid implies knowledge of all job terms and conditions
I/ L!. - L!. - L9 . L!."L, 9 2 )A CI
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
1-
Name and Address of Contractor Name and Title of Person Authorized to sian
Bonsall Construction Services
Name
P.O. Box 1085 Bonsall, CA. 92003
Bonsall Construction Services
Name Signature
Name
P.O. Box 1085 Bonsall, CA. 92003 z7 &3- Address <
(760) 758-2499
Telephone
Title
Fax (760) 758-5434
Valdezranch@aol.com
E-Mail Address
7- 2p-d 1-
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 afler
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 fhe right to conduct a pre-
award inquiry to determine the contractor's ability to perform, including but not limited to facilities,
financial responsibility, materialslsupplies and past performance. The determination of the City as to
the Contractor's ability to perform the contract shall be conclusive. Note: Please do not siqn the
contract document (last Daqe) at this time. The successful contractor will execute the contract afler
bid award.
SUBMITTED BY:
Bonsal Consrrxlion Serv ces
Company/BLsiness Name
Ray Valdez (Owner)
Printed Name and Title
753339 Contractor's License Number
A General Enqineerinq Contractor Classification(s)
Auqust 31,2006
Expiration Date July 20, 2005
Date
-2- Revised 03/13/02
IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 7337 Bqz%
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 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."
Total % Subcontracted:
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-4-
CITY OF CARLSBAD
STAGECOACH PARK CONCRETE AND DRAIN INSTALLATION
(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 crafl or type of worker
needed to execute the contract.
Guarantee:
I auarantee all labor and materials furnished and agree to comDlete work in accordance with
dikctions and subject to inspection approval and accepiance by: Paul Meadows
(project manager)
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 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: /Q
-5-
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 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 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-
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 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within lo working days after receipt of Notice to Proceed.
CONTRACTOR:
&QM CAJC-ti',
a dLS- ---k
By:
(sign here) 0
(print name and title)
(e-mail address))
4wmG21*c( 6-~c,c~-
By:
(sign here)
(print name and title)
(address)
(citylstatelzip)
(telephone no.)
(fax no.)
(e-mail address)
(telephone no.)
ATTEST:
(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. Othennrise, 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 City Attoinefl
-7 @# .... , ,
Exhibit A
STAGECOACH PARK CONCRETE AND DRAIN INSTALLATION
Terms and Conditions
1. Contractor shall be responsible for any damage that may occur to park furnishings during construction.
2. Contractor shall be responsible to repair any damage that may occur to the exisring irrigation system as a result of trenching or grading during construction.
3. Contractor’s proposal dated July 12, 2005 is incorporated by reference
-a-