HomeMy WebLinkAboutBONSALL PETROLEUM CONSTRUCTION INC; 2012-03-07; PEM570City of Carlsbad
MINOR PUBLIC WORKS PROJECT
PEM570
Project Manager Kellv Brooks
(760) 434-2943
Date Issued:
Mail To:
Facilities, PEM Department
City of Carlsbad
405 Oak Avenue
Carlsbad, California 92008
Award will be made to the lowest responsive,
responsible CONTRACTOR based on total
price.
Request For Bid No.:.
CLOSING DATE:
Bid shall be deposited in the Bid Box located
in the first floor lobby of the Faraday Center
located at 1635 Faraday Avenue, Carlsbad,
CA 92008 until ^:00 p.m. on the day of Bid
closing.
Please use typewriter or blue ink.
Envelope MUST include Request For Bid
DESCRIPTION
Labor, materials and equipment to excavate the area around the hvdraulic lift post and reservoir to
identify a leak. Repair and test system. Analvze soil samples from the surrounding areas of the
reservoir and hvdraulic lift posts. Stockpile hazardous materials as described in the specs. Backfill
and restore to match the existinq width and surface treatment with 560-C-3250 concrete mix.
No job walk-through scheduled. CONTRACTORS to arrange site visit by contacting:
Project Manager: Kellv Brooks
Phone No. (760) 434-2943
Submission of bid implies knowledge of all job terms and conditions.
CONTRACTQR acknowledges receipt of Addendum No. 1 (_), 2 (_), 3 (_), ^ (_), 5 (_).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of CONTRACTOR
Bonsall Petroleum Construction, Inc.
Name
PO Box 969
Address
Bonsall, CA 92003
City/State/Zip
760 631 0342
Telephone
760 631 0526
Fax
bpc1lp@aol.com
E-Mail Address
Revised 09/01/09
Name and Title of Reeson Authorized to sign
conjcao^ /J A/
r^tOt^ fc^^/Z^^^ President
Signature jjtle
Laurie Perault 2/15/2012
Name Date
JOB QUOTATION
*Approximate
Item Quantity Unit
No. Description and Units Price Total
A-1 Leak Repair at ILS $ 5,700.00 $ 5,700.00
Dollars per Lump Sum
A-2 Unclassified Excavation/Fill at 10CY $ 124.50 $ 1.245.00
Dollars per Cubic Yard
A-3 Contaminated Soils at 5 CY $ 140.00 $ 700.00
Dollars per Cubic Yard
A-4 R&R 8"-10" PCC Pad per 112 SF $ 25.00 $ 2,800.00
SDRS G-7 at
Dollars per Square Foot
Total $ 10.445.00
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 tho
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.
Revised 09/01/09
SUBMITTED BY:
Bonsall Petroleum Construction. Inc.
I Name
Authorized Signature •A.
Laurie Perrault, President
Printed Name and Title
2/15/2012
Date
682742
CONTRACTOR'S License Number
A. B. C-8 & HAZ
Classification(s)
12/31/2013
Expiration Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 33-0573104
OR
(Individuals) Social Security #:
Revised 09/01/09
DESIGNATION QF 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 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 sub-contractors are to be employed on the project, enter the word "NONE."
PORTION OF WORK
TO BE
SUBCONTRACTED
SUBCONTRACTOR* MBE
Item
No.
Description of
Work
% of Total
Contract
Business Name and Address License No.,
Classification
& Expiration
Date
Yes No
0% NQNE
Total % Subcontracted: 0%
Indicate Minority Business Enterprise (MBE) of sub-contractors.
4-Revised 09/01/09
CITY QF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
PEM570
(Less than $30,000)
Labor:
I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances
governing labor.
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: Kellv Brooks
(project manager)
The Payment of Prevailing Wages is Not Required
The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the
provisions of the California Labor Code when the public work is not a statewide concern. Payment of
prevailing wages is at CONTRACTOR'S discretion.
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 biding.
Signature:
Print Name: Laurie Perrault
Revised 09/01/09
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 ofthe 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 ofthe 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.
Revised 09/01/09
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189
State of California
County of
On 11 //^ IZ^ before me, .O^ MSfe^^iTC^ ' Dpf/rfiY
Date Here Insert Name and Title of the Officer
personally appeared
Name(s) of Signer(s)
MM||
OFFICIALSEAL , SETH ESSENFELD ^
INOTARY PUBLIC-CALIFORNIA^
COMM. NO. 1877924 -SAN DIEGOCOUNTY , MY COMM. EXP. FEB. 20,2014 J
who proved to me on the basis of satisfactory
evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged
to me that he/she/they executed the same in
his/her/their authorized capacity (ies), and that by
his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the
person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand and official seal.
Place Notary Seal Above
Signature:
OPTIONAL —
Signature of Notary Public
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 Document
Title or Type of Document:.
Document Date: Number of Pages:
Slgner(s) Other Than Named Above:
Capaclty(ies) Claimed by Signer(s)
Signer's Name:
• Corporate Officer — Title(s):
• Individual
• Partner — • Limited • General
• Attorney in Fact
• Trustee
• Guardian or Conservator
• Other:
Signer Is Representing:
RIGHT THUMBPRINT
OF SIGNER
Top of thumb here
Signer's Name:
• Corporate Officer — Title(s):
• Individual
• Partner — • Limited • General
• Attorney in Fact
• Trustee
• Guardian or Conservator
• Other:
RIGHT THUMBPRINT
OF SIGNER
Top of thumb here
12010 National Notary Association • NationalNotary.org • 1-800-US NOTARY (1-800-876-6827)
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 5 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within
CONTRACTOR:
Bonsall Petroleum Construction. Inc.
le of CONTRACTOR)
30 working days after receipt of Notice to Proceed.
CITY OF CARLSBAD a municipal
corporation of the State of California:
(sign here)
Laurie Perrault, President
(print name and title)
bpc1lp@aol.com
lail address)
i^^'*^ssistant City Manager
(address) ' '
(telephone no.)
(sign h™ .
(print name and title)
PO Box 969 ATTEST:
(address)
Bonsall, CA 92003
(city/state/zip)
760 631 0342
LORRAINE M. WOOD
City Clerk
(telephone no.)
760 631 0526
(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
corporation.)
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
BY: .KlP.K
Deputy City Attorney
Revised 09/01/09
TECHNICAL SPECIFICATIONS &
SPECIAL CONSTRUCTION PROVISIONS
1. The Work
The Contract work to be performed hereunder includes the furnishing of all labor and equipment and
furnishing and installing all materials, unless herein specifically accepted, necessary for the complete
and satisfactory removal and replacement of all concrete, reinforcing steel and sub-grade materials
as specified in this section or on the drawings.
The work shall consist of removing and replacing concrete surface improvements as detailed in
these specifications. CONTRACTOR is advised to read these requirements carefully and bid the job
according.
The work shall consist of saw cutting, removal, disposal of existing concrete surface improvements
and any exisfing reinforcing steel or other materials including stockpiling contaminated soils.
2. Worksites
The Contract work site is located the Carlsbad Fleet Operafions Building, 2480 impala Drive in the
City of Carlsbad. Work areas. Special Construction requirements are detailed beiow. Quantifies
listed are for informational purposes only. Actual quantities shall be verified in the field.
Bidders shall review the project site prior to submitting a bid.
1. Lea/f Repair.
The CONTRACTOR shall identify the leak in the system. Repair the leak if found in the exposed
piping. Fill the reservoir with hydraulic fluid (City supplied fluid) and test the system. The
CONTRACTOR shall place six (6) inches of sand around the hydraulic line before placing
backfill material.
2. CITYWIDE Flatwork Replacements.
The CONTRACTOR shall saw cut the exisfing surface improvements to the limits marked by the
PUBLIC WORKS INSPECTOR.
The CONTRACTOR shall provide all necessary equipment tools and labor to process and
compact the top 6 - 8 inches of sub-grade to 95% relative compacfion for flatwork replacement.
Processing includes moisture conditioning of the exisfing sub-grade. The CONTRACTOR shall
place #4 rebar every eighteen (18) inches on center and dowel into the existing concrete as
directed by the PUBLIC WORKS INSPECTOR where the new pad meets the exisfing concrete.
The CONTRACTOR shall place 8-10 inches of PCC. All surface concrete replacement shall be
560-C-3250. The CONTRACTOR shall seal all joints.
The CONTRACTOR shall form, place and finish all removed improvements in accordance with
the SSPWC, the Contract Documents and City of Carlsbad Engineering Standards. Removal
and Replacement of surface improvements shall be paid according to the appropriate Bid Item.
The CONTRACTOR is to bid this item as appropriate and in conformance with the Bid
Documents. Bid Item includes all materials and work as described in this Secfion and as
detailed on the Contract Drawings.
3. Unclassified Excavation.
In the event that unsuitable sub-grade materials are encountered, the CONTRACTOR shall
notify the PUBLIC WORKS INSPECTOR and request an inspection of the area. In the event
that the PUBLIC WORKS INSPECTOR requests that unsuitable sub-grade materials be
removed the CONTRACTOR shall remove all unsuitable sub-grade as directed by the PUBLIC
8 - Revised 09/01/09
WORKS INSPECTOR. Unclassified Excavafion will be paid for pursuant to the bid item for
Unclassified Excavation on the actual cubic yard amount.
CONTRACTOR is to bid this item as appropriate and in conformance with the Bid Documents.
Bid Item includes all materials and work as described in this Section and as detailed on the
Contract Drawings.
4. Unclassified Fill.
In the event that the CONTRACTOR is directed to remove exisfing unsuitable base other than
for Root Grubbing or Installation of Root Barrier the CONTRACTOR shall install, moisture
condition and compact Recycled Class II Base materials in accordance with the Contract
Documents and as directed by the PUBLIC WORKS INSPECTOR. Unclassified fill is
considered installafion of Class II base. The CONTRACTOR shall place six (6) inches of sand
around the hydraulic iine before placing Class II Base. Unclassified fill, grading, shaping,
compacting or consolidafing, slope rounding, construction of transitions and all work included in
and incidental to Section 300-4, "Unclassified Fill" will be paid for as a part of unclassified
excavafion, and no addifional payment will be made.
5. Traffic Control.
The CONTRACTOR shall furnish all labor and materials to perform, install, maintain, replace
and remove all traffic control as incidentals to the work with which they are associated. Traffic
Control is included in the BID ITEM price for the associated work. No other compensation will
be allowed therefore.
6. Saw Cutting.
Saw-cutting of Asphalt, concrete or other hardscape materials is included in the BID ITEM price
for the associated work. No other compensation will be allowed therefore.
7. Contaminated soils.
The CONTRACTOR shall test the soil for possible contaminates. In the event of discovering
contaminated soil and/or concrete, the CONTRACTOR shall remove and stockpile the
contaminated material in the provided sealed containers or othenA/ise protected from the
elements and/or contaminating the Faciiity. Removal of said material shall be performed by the
City. The CONTRACTOR is to bid this item as appropriate and in conformance with the Bid
Documents. Bid Item includes all materiais and work as described in this Secfion. Payment will
be made on actual cubic yards of material removed and stockpiled of
DEH may require the site to file an Unauthorized Release Report, addifional soil samples and
excavation ofthe contaminated soil. If these steps are required, the will be paid upon a Time and
Material Basis. The Contractor shall provide a labor and equipment daily/hourly rate price sheet
for the possible fime and material work that is not already covered in the line item work as
describe herein.
3. Notice of Award and Notice to Proceed
Upon Notice of Award, CONTRACTOR is hereby authorized to execute Contract and secure
Performance and Payment Bonds and Certificates of Insurance.
Upon execufion of Contract by Owner, CONTRACTOR is authorized to begin document submission,
material ordering, and construcfion scheduling.
4. Data to be Submitted by CONTRACTOR
CONTRACTOR shall furnish Owner submittals for all materials to be furnished for review and
acceptance by Owner prior to CONTRACTOR performing work to which data pertains. Submittals
shall be provided in accordance with the Special Provisions.
- 9 - Revised 09/01/09
Prior to beginning construction, CONTRACTOR shall submit emergency phone numbers for the
construcfion superintendent, construcfion foreman, and all company principals.
6. CONTRACTOR Cooperation and Coordination
CONTRACTOR shall cooperate with Owner, San Diego Gas and Electric, and all other jurisdicfional
agencies. Owner will have representafives on site to observe and verify compliance with Contract
Documents. CONTRACTOR shall perform work in a manner not to interfere with operation of said
facilities.
CONTRACTOR shall perform his work in accordance with the sequence of work as specified herein.
CONTRACTOR shall coordinate ali work with the Owner. A detailed weekly schedule of proposed
work shall be provided to the Owner the Thursday preceding each week.
7. Permits, Licenses, Certificates, Laws and Ordinances
A. CONTRACTOR and ail SUBCONTRACTORS shall procure and maintain a valid City of
Carlsbad Business License forthe duration ofthe Contract.
B. California Regional Water Qualitv Control Board. San Dieqo Region
CONTRACTQR shall not allow any discharges from the construcfion site, which may have
an adverse effect on receiving waters ofthe United States.
CONTRACTQR shall not allow any groundwater extraction water to be discharged from
construction site except in full compliance with the General Waste Discharge Requirements
for Ground Water Extraction and Similar Discharges from Construcfion and Remediafion
Projects (Order No. 96-41) adopted by the Regional Board. Prior to submitting Bid,
CONTRACTQR shall obtain a copy of said Order No. 96-41 and review all compliance
requirements therein, including monitoring, tesfing, and reporting.
CONTRACTQR shall provide all labor, materiai, and equipment necessary to comply with
Regional Board requirements for discharge water from groundwater extractions, line
fiushing, and tesfing operafions, including all monitoring, testing, and reporting.
CONTRACTOR shall, at his own expense, procure any additional permits, certificates, and
licenses required of him by law for the execufion of the work. He shall comply with all
Federal, State and local laws, ordinances or rules and regulations relating to the
performance of said work.
8. Storage of Materials and Equipment
CONTRACTOR shall not store materials or equipment on private or public property without written
permission from the affected property owners approving such use. Said written permission shall be
submitted to Qwner prior to CONTRACTOR moving materials or equipment onto site.
CONTRACTOR'S equipment shall be removed from public or private right-of-way and placed in the
CONTRACTOR'S designated storage areas at the end of each workday.
The CONTRACTOR shall procure offsite storage areas for materials and equipment at its own
expense. Payment for off-site storage is considered a part of the individual bid items and no
addifional compensation will be provided.
9. Earthwork and Soii Compaction Tests
Earthwork shall be performed in accordance with the Basic Earthwork Specificafions except as
modified herein or on the Contract Drawings.
10- Revised 09/01/09
CONTRACTOR shall notify Owner when any work is complete and ready for compacfion tesfing.
After such nofificafion. Owner will have all necessary tests made and Owner will pay for all tests that
pass. CONTRACTOR shall pay for all tests that fail in the course of determining compliance of
completed backfill with compaction requirements. Owner will not pay for any preliminary or progress
tests; however, CONTRACTOR may do so at his own expense. Passing compaction tests will be
required prior to construction of any structures.
Excavafion of soil and re-compacfion shall be performed to provide proper foundation for structures
as specified in the Contract or on the Drawings.
10. Preservation of Existing Improvements, Restoration of Work Site and Disposal of Spoil and
Waste Materials
A. CONTRACTOR shall perform his operations so that the exisfing improvements including
landscaping, roads and other paved surfaces adjacent to or in the vicinity of the work site
are not damaged. CONTRACTOR shall repair and restore any disturbed or damaged
private or public improvements, which result from his operations to the satisfaction of the
Owner, or the agency having jurisdiction over said improvements, all at his expense.
B. All work sites shall be restored to pre-job conditions and shall meet the requirements of
Owner.
Owner is obligated to keep visual impact of the work sites to a minimum; therefore,
CONTRACTOR is required to restore all areas altered by construcfion to pre-exisfing
condifions. Such areas shall include, but shall not be limited to, areas used for travel,
parking, and storage of vehicles, equipment and materials.
C. CONTRACTOR shall be responsible for the proper disposal of all waste materials resulting
from his operafions, including rubbish, packaging materials, discarded equipment parts, and
damaged construcfion materials, in a manner and at locations suitable to the Owner and all
health and other regulatory agencies.
11. Construction Water
CONTRACTOR shall obtain a water meter from Owner or serving ufility and install same at
locafions required to perform his operafions. CONTRACTOR shall pay all costs for meter and
water used during construction. The CONTRACTOR is advised that this project has work areas in
the City of Carlsbad Municipal Water District.
12. Progress Schedule
CONTRACTOR shall submit a schedule per the requirements of SSPWC and shall update this
schedule on a bi-weekly basis. The CONTRACTOR shall provide this updated schedule to the
PUBLIC WORKS INSPECTOR on Thursday.
13. Construction Staking
CONTRACTOR shall furnish all construcfion staking required to perform the Work.
CONTRACTOR shall protect all survey monuments and he shall pay all costs to reestablish any
monuments destroyed or disturbed.
11- Revised 09/01/09