HomeMy WebLinkAboutBonsall Construction Services; 2005-09-16;City of Carlsbad
Stagecoach and Poinsettia Park Security Light Installation
REQUEST FOR BID
Project Manager Paul Meadows
(760) 434-2922
m
Award will be made to the lowest responsive,
responsible contractor based on total price.
Date Issued: SeDtember 9.2005
TE.
~~ ~
STAGECOACH AND POINSETTIA PARK SECURITY LIGHT INSTALLATION
Labor, materials and equipment to install underaround electrical service for a new securitv liuhting
svstem at Stauecoach and Poinsettia Park maintenance vard.
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Paul Meadows
Phone No. 760-434-2922
Submission of bid implies knowledge of all job terms and conditions.
41 131 \at \AI \CI \
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
Bonsall Construction Services Name
P.O. Box 1085
Address
Bonsall CA. 92003
Ci ty/State/Zi p
760-758-2499
Telephone
760-758-5434
Fax
valdezranch@aol.com
E-Mail Address
-1-
Name and Title of Person Authorized to sign c w- 4 Signatur Title
Namd ‘” fldmb= 9- $--GI
ITEM NO. UNIT
L.S. -
L.S.
QTY -
Date
JOB QUOTATION
DESCRIPTION
Stagecoach Park
Saw cut, remove asphalt, 18” deep
trench, backfill, asphalt patch: Approx.
45 L. F.
24” deep trench: Approx 40 L. F. No;
asphalt patch.
2- concrete bases 24” diameter, 5’ below
grade, 3’ above grade, steel re-enforced
4 anchor bolts, 3250 PSI concrete
Poinsettia Park
Saw cut, remove asphalt, 18” deep
trench, backfill, asphalt patch: Approx.
58 L. F.
2- concrete bases 24” diameter, 5’ below
grade, 3’ above grade, steel re-enforced
4 anchor bolts, 3250 PSI concrete
TOTAL PRICE
35-yu e 3
i
/
Quote Lump Sum, including all applicable taxes. Award is by total price. $7,080.00
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
bid award.
-2- Revised 03/13/02
SUBMITTED BY:
Bonsall Construction Services Company/Be
Authorized Signature
Ray Valdez (Owner)
Printed Name and Title ,
753339 Contractor’s License Number
A General Engineering Contractor Classification (s)
Aunust 31,2006 Expiration Date
I- Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 33-0799292
OR
(Individuals) Social Security #:
-3-
DESIGNATION OF SUBCONTRACTORS
PORTION OF WORK
TO BE
SUBCONTRACTED
Item Description of
No. Work
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.
SUBCONTRACTOR* MBE
% of Total Business Name and Address LicenseNo., Yes No
Contract Classification
& Expiration
Date
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
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 Ofice 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 o ubcontractor from participating in contract bidding. -l?3izL Signature:
Print Name: 7
-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 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.
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
Completion: I agree to complete work within aworking days after receipt of Notice to Proceed.
working days after receipt of Notice to Proceed.
-6-
CONTRACTOR: CITY OF CARLSBAD a municipal
Y By: (sign here) .- z?y VAL -ow , (priht name and title)
I
t-
corporation of the State of California:
(address)
(e-mail address)) (telephone no.)
By:
(print name and title) ATTEST:
(address)
(city/s tate/zi p)
(telephone no.)
(fax 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(s) signing to bind the
corpora tion. )
APPROVED AS TO FORM:
Deputy City Attorney
-7-
EXHIBIT A
STAGECOACH AND POINSETTIA PARK
SECURITY LIGHT INSTALLATION
SCOPE OF WORK
Item 1 : Staclecoach Park:
Saw cut, remove asphalt, 18” deep trench, backfill, asphalt patch: Approx. 45 L. F.
24” deep trench: Approx 40 L. F. No asphalt patch.
2- concrete bases 24” diameter, 5’ below grade, 3’ above grade, steel re-enforced
4 anchor bolts, 3250 PSI concrete
Item 2: Poinsettia Park:
Saw cut, remove asphalt, 18” deep trench, backfill, asphalt patch: Approx. 58 L. F.
2- concrete bases 24” diameter, 5’ below grade, 3’ above grade, steel re-enforced
4 anchor bolts, 3250 PSI concrete
Terms and Conditions
1. Contractor shall be responsible for any damage that may occur to park
furnishings during construction.
2. Contractor’s proposal dated August 15,2005 is incorporated by reference.
-8-