Loading...
HomeMy WebLinkAboutDemcom Concrete Contractors Inc; 2003-08-29; PWM04-01FAC1' i: c City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager Dale A. Schuck Date Issued: 7/9/2003 (760) 434-2949 Request For Bid No.: PWM04-01 FAC Mail To: CLOSING DATE: Auqust 7, 2003 Purchasing Department City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008-731 4 Award will be made to the lowest responsive, responsible contractor based on total price. 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 4:OO p.m. on the day of Bid closing. Please use typewriter or black ink. Envelope MUST include Request For Bid No. PWMO4 -91 FAC. CANNON PARK BASKETBALL COURT DESCRIPTION Labor, materials and equipment to remove the existinn asphalt basketball court, and noals, and reDlace it with a concrete court and new noals. Also relocate a steel Dark bench. per the attached specifications and Standard Specifications for Public Works Construction 2003 Edition and latest supplements thereto. No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Dale A. Schuck , Phone No. (760) 434-2949 Submission of bid implies knowledge of all job terms and conditions. SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor 1 mc. @f%] 7Ws090 Name Telephone Address Cannon Road Basketball Court -1 - Revised 5/10/00 Name and Title of Person Authorized to sign contracts. Name 1 1 JOB QUOTATION Remove and replace two (2) basketball goals and backboards with the models specified in the attachments. Remove existing steel bench and concrete footing. Relocate bench and install new concrete footing. - 1 1 Scarify, adjust moisture, re-compact and grade new court sub-grade to 90% relative compaction to a depth of 8-Inches. Maintain moisture content between optimum and 2% above optimum. Install a 2-Inch clean manufactured sand layer on top of the sub-grade. Install 5-Inch thick PCC court with a 12- Inch wide by 12-Inch deep footing at outer edge of court. Install #3 epoxy coated steel reinforcing at 18-Inches O.C. Saw cut control joints at 6-feet 0. C. to a depth of 1.25-Inches. TOTAL PRW 1 x 38 IO? W . . .- 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. Cannon Road Basketball Court -2- Revised 5/10/00 i <- SUBMllTED BY: 74 337 I Company/Bsineps Name Contractor's License Number Authorized Signature n Printed Name and Title I Classification(s) % 3b-OIC ExDiration Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 33-04 3-0ocD5 OR (Individuals) Social Security #: Cannon Road Basketball Court -3- Revised 5/1 OMI - 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 exces 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: -A- * Indicate Minority Business Enterprise (MBE) of subcontractor Cannon Road Basketball Court -4- Revised 5/10/00 .I 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: Wage Rates: Dale A. Schuck (project manager) 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. Cannon Road Basketball Court -5- Revised 5/10/00 -. .. Signature: &J 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 Com m issioner. 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: Cannon Road Basketball Court ~ -6- Revised 5/10/00 - 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: Completion: I agree to start within 25 working days after receipt of Notice to Proceed. I agree to complete work within 25 working days after receipt of Notice to Proceed. CONTRACTOR: CITY OF CARLSBAD a municipal I -7 mt name and title) &m & /@EEiV& I (print name and title) (address) corporation of the State of Caliornia (address) (telephone no.) n owledgment 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 corpora tion. ) APPROVED AS TO FORM: RONALD R. BALL, City Attorney -- Deputy City Attorney Cannon Road Basketball Court -7- Revised 5/10/00 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of } SS. Name and Title of Officer (e g , "Jane Doe, Notary Public") I On f?)- -03 , before me, Date personally appeared kff IW; ~DSrcuCrh-b~, Hik I~~;IDEU Name(&) of Signer(s) ersonally known to me roved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare 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. 1. Place Notary Seal Above Signature~f~tary Public OPTIONAL 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: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: 0 Individual 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General 0 Attorney in Fact Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: ' Q 1999 Natwml Notary Assodation * 9350 De Soto Ave., P.O. Box 2402 f Chatsworlh. CA 91 31 3-2402 - www.mlionaholary.org Prod. No. 5907 Reorder: Call Toll-Free 1-800-876-6827 I CERTIFICATE OF LIABILITY INSURANCE PRODUCER (6 19) 5 84 - 6400 FAX (619)584-6425 Westland Insurance Brokers 3838 Camino Del Rio North #315 0. Box 85481 DATE (MMIDDIYYYY) I 10/21/2003 I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURERA NIC Insurance Company/AES R INSURERB American States Insurance Co. ,+ INSURERC American States Insurance Co. INSURER D. NAlC # YO& G -A&/ xr/ 19704 2% 19704 - If yes, describe under SPECIAL PROVISIONS below OTHER 0 lCGO5 7801-20 07/24/2003 Leased/Rented I I DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PRI PE: CANNON BASKETBALL COURT PROJECT #PWMO4-O1FAC THE CERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED AS RESPECTS TO GENERAL LIABILITY DER ATTACHED FORM #ANF16O "10 DAYS NOTICE OF CANCELLATION FOR NON-PAYMENT OF PREMIUM CERTIFICATE HOLDER CN A CBU TlON SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 1- City of Carlsbad 405 OAK AVE CARLSBAD, CA 92008 300 DAYS WRllTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Steve Henkel man/JBUSH Diego, CA 92186-5481 INSURED DEMCON CONCRETE CONTRACTORS 12325 KERRAN STE #201 POWAY, CA 92064 I INSURER E: I I COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDIN ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I LlMl POLICY EXPIRATION 06/2 5/2004 EACH OCCURRENCE DAMAGE TO RENTED I POLICY NUMBER CLAIMS MADE OCCUR A I MED EXP (hy one person) I PERSONAL a ADV INJURY GENERAL AGGREGATE PRODUCTS - COMPIOP AGG ! (Ea accident) 05/21/2004 COMBINED SINGLE LIMIT Ih pq E+ n LOC I AUTOMOBILE LlABlLlM I 01CG326809-011 05/21/2003 ALL OWNED AUTOS 4 BODILY INJURY (Per person) BODILY INJURY (Per accident) SCHEDULED AUTOS PROPERTY DAMAGE (Per accident) $ I -I H I I GARAGE LIABILITY AUTO ONLY - EA ACCIDENT ANY AUTO H OTHER THAN EA AUTO ONLY: AGG ~~ EXCESSlUMBRELLA LIABILIM 1 OCCUR CLAIMS MADE DEDUCTIBLE RETENTION S WORKERS COMPENSATION AND EMPLOYERS LlABlLlM ANY PROPRIETOWPARTNEWEXECUTNE OFFlCERlMEMBER EXCLUDED? I EACH OCCURRENCE I AGGREGATE e E.L. DISEASE - EA EMPLOYE $100,000 Per Occ /ISIONS I Fquipment I I Policy /I GS307243 TES ENDORSEMENT CHANGES TEE POLICY. PLEASE REAI) IT CAREF'ULLY. BLANKET ADDITIONAL INSURED ENDORSElMENT - fJ3XCLUDING RESIDENTIAL AND EABITATIONAL) - This endorsement modifies insurance provided under the following: COMMERCIAL GENEiRAL LIABILITY COVERAGE PART ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (F'ORM B) CG20 10 11 85 SCHEDULE Name of Person or Organization: Any person or organization that the named insured is obhgated by virtue of a written contract or agreement to provide insurance such as is afforded by this policy, provided the Company is notified m writing within 30 days of the inception of the contract or agreement, or the inception of this policy, whichever is later. WHO IS AN INSURED (Section nr) is amended to include as an insured the person or organization shown in the Schedule, but only with respect ro liability arising out of "your work" for that insured by OK for you. The following additional provisions apply to any entity that is an insured by the terms of this endorsement: 1. Primarv W ordin If required by v&ten contract or agreement: Such insurance as is afforded by this policy sha11 be primary insurance, and any insurance or self-insurance maintained by the above additional insured(s) shall be excess of the insurance afforded to the named ked and shall not contribute to it. 3. Waiver of Subrogation If required by written contract or agreement: We waive any-right of recovery we may have against an entity that is an additional insured per the terms of this endorsement because of payments we make for injury or damage arising out of "your work" done under a contract with that person or organization. 3. Neither the coverages provided by this insurance poIicy nor the provisions of this endorsement shall apply to any claim arising out of the sole negligence of any additional insured or any of their agents/employees. 4. This endorsement does not apply to any work involving or related to properties intended for permanent residential or habitational occupancy. - ANF 160 (12/2002) c Scp 12 03 03:Olp . 0-92-oa: a:2aPM;cttr ot Corlsbrd P;3 a z/ ;I 760 602 0566 Sip 12 03 03:olp ~-~2-ua: ~:ZBPM:CI~Y of CJrl*D*d * CERTIFICATE HOLDER COPY STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807 Fu N I> CERTIFICATE OF WORKERS' COMPENSATION INSURANCE COM PEN SAT1 0 N INSURANCE - SEPTEMBER 4, 2003 GROUP: 000046 POLICY NUMBER: 13271-2003 CERTIFICATE ID: 44 CERTIFICATE EXPIRES: 05 -21 -2 0 04 05-21-2003/05-21-2004 CITY OF CARLSBAD 405 OAK AVE CARLSBAD CA 92008 CANNON BASKETBALL COURT PROJECT This is to certify that we have issued a valid Worker's Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 10 days advance written notice to the employer. We will also give you 10 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions, of such policies. AUTHORIZED REPRESENTATIVE PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE EMPLOYER DEMCON CONSTRUCTION, INC 12325 KERRAN ST # 201 POWAY CA 92064 SClF 10262E IEPF-UI: BO 1