HomeMy WebLinkAboutPAL General Engineering Inc; 2011-08-25;City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
PEM555
Project Manager Kelly Brooks Date Issued: June 2. 2011
(760) 434-2943 Request For Bid No.: PEM§5§-
Mail To: CLOSING DATE: June 29. 2011
Kelly Brooks Bid shall be deposited in the Bid Box located
City of Carlsbad in the first floor lobby of the Faraday Center
405 Oak Avenue located at 1635 Faraday Avenue, Carlsbad,
Carlsbad, California 92008 CA 92008 until 4:00 p.m. on the day of Bid
closinQ
Award will be made to the lowest responsive,
responsible contractor based on total price. Please use typewriter or blue ink.
Envelope MUST include Request For Bid
No. PEM555 —r
DESCRIPTION
Labor, materials and equipment to remove the atrium and tile material at the Safety Center and
place concrete.
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Kelly Brooks
Phone No. 760-434-2943
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 ( ), 2 ( ), 3 ( ), 4 ( ), 5 ( ).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
PAL General Engineering, Inc. (619)677-3949
Name Telephone
2615 Camino Del Rio South, Ste 308 (619)677-3950
Address Fax
San Diego, Ca92108 info@palsd.com
City/State/Zip E-Mail Address
-1 - Revised 09/01/09
Name and Title of Person Authorized to sign
contracts.
Vice President
Signature
Abd Jahshan
Title
Name Date
JOB QUOTATION
Approximate
Item Quantity Unit
No. Description and Unit Price Total
A-1 R&R 6"-8" PCC Pad per SDRS 1200SF $ 8.00 $ 9,600.00
G-7at
Eight
Dollars per Square Foot
A-2 Unclassified Excavation/Fill at 5 CY $ 185.00 $ 925.00
One hundred, eighty-five
Dollars per Cubic Yard
A-3 Tile Removal at 850 SF $ 5.00 $ 4,250.00
Five
Dollars per Square Foot
Total $ 14.775.00
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 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.
-2- Revised 09/01/09
SUBMITTED BY:
PAL General Engineering, Inc.
Company/Business Name\ \
\ jy\-il
916931
Authorized Signature
Abd Jahshan, Vice President
Printed Name and Title
Contractor's License Number
_A
Classification(s)
04/30/2013
Expiration Date
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 26-4101310
OR
(Individuals) Social Security*:
-3-Revised 09/01/09
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."
PORTION OF WORK
TO BE
SUBCONTRACTED
Item
No.
Description of
Work
SUBCONTRACTOR*
% of Total
Contract
Business Name and Address
NONE
License No.,
Classification
& Expiration
Date
MBE
Yes No
Total % Subcontracted: 0%
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-4-Revised 09/01/09
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
PEM555
(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: Kelly 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 bidding.
Signature:
Print Name: Abd Jahshan
- 5 - 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 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- Revised 09/01/09
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 21 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within 14 working days after receipt of Notice to Proceed.
CONTRACTOR: CITY OF CARLSBAD a municipal
corpojoitipn of thie-State of California:
PAL General Engineering, Inc.
(sign here)nt City Managef
(print name and title)
(print name and title)
2615 Camino Del Rio South. Ste 308
(address)
ATTEST:
San Diego, Ca92108
(city/state/zip)
(619)677-3949
LORRAINE M. WOOD
City Clerk
(telephone no/
(619)677-3950
(fax no.)
info@palsd.com
(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:
Deputy City Attorne;
-7-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 excepted, necessary for the complete
and satisfactory removal and replacement of all concrete, reinforcing steel, asphalt and sub-grade
materials as specified in this section or on the drawings.
The work shall consist of removal, disposal of existing atrium and tile materials and/or other
materials. Removing base materials to the depths specified herein or as shown on the Construction
Drawings. Installation of expansion material and concrete as specified herein or shown on the
Construction Drawings.
2. Work Sites
The Contract work site is located the Carlsbad Safety Center, 2560 Orion Way in the City of
Carlsbad as detailed in this section, shown in the Appendix, or as shown on the Construction
Drawings. Work areas, Special Construction requirements are detailed below. Quantities 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. CITYWIDE Flatwork, Curb and Gutter Replacements.
The CONTRACTOR shall provide all necessary equipment tools and labor to remove the top 6-8
inches of topsoil and process and compact 6-8 inches of sub-grade to 90% relative compaction for
flatwork replacement. Processing includes moisture conditioning of the existing sub-grade. The
CONTRACTOR shall place a plastic moisture barrier down before placing the new concrete. The
CONTRACTOR shall place 6-8 inches of PCC or one (1) inch lower than the building's current
foundation, whichever is greater. All surface concrete replacement shall be 560-C-3250. The
CONTRACTOR shall place an expansion joint and dowel into the existing concrete every eighteen
(18) inches where the new pad meets the existing concrete. The CONTRACTOR shall place #4
rebar twenty four (24) inches on center.
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.
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.
2. Tile Removal.
The CONTRACTOR shall remove surrounding tiles as to not disturb the underlying concrete. The
CONTRACTOR shall seal all cracks in the existing concrete.
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 PROJECT INSPECTOR. Unclassified
Excavation will be paid for pursuant to the bid item for Unclassified Excavation on a Cubic Yard
basis.
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.
-8- Revised 09/01/09
4. Unclassified Fill.
In the event that the CONTRACTOR is directed to remove existing 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 installation of Class II base.
Unclassified fill, grading, shaping, compacting or consolidating, 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 excavation, and no additional payment will be made.
5. Roof Trimming & Root Grubbing.
In the event that root intrusion into surface improvements or sub-grade materials is encountered, the
CONTRACTOR shall notify the PROJECT INSPECTOR and request an inspection of the area. The
PROJECT INSPECTOR will consult with a CITY supplied Certified Arborist and shall provide the
CONTRACTOR with specific instructions on methods the CONTRACTOR shall utilize to trim and
grub objectionable roots. The CONTRACTOR shall cut and remove all roots to a depth directed by
The PROJECT INSPECTOR. CONTRACTOR shall remove and dispose of all roots, re-compact
the sub-grade and shall install Recycled Class II Base materials to bring the area to proper grade.
Bidders are notified that minor root intrusion issues may exist in areas around tree wells of this
project and root trimming and planning are assumed to be expected in most areas adjacent to
existing street trees. Properly trained CONTRACTOR staff and suitable methods of root trimming
and grubbing will be required in many of these areas.
"Root Grubbing" will be paid for as a part of unclassified excavation, and no additional payment will
be made.
6. 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.
7. 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.
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 execution of Contract by Owner, CONTRACTOR is authorized to begin document submission,
material ordering, and construction 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.
Prior to beginning construction, CONTRACTOR shall submit emergency phone numbers for the
construction superintendent, construction foreman, and all company principals.
6. CONTRACTOR Cooperation and Coordination
CONTRACTOR shall cooperate with Owner, San Diego Gas and Electric, and all other jurisdictional
- 9 - Revised 09/01/09
agencies. Owner will have representatives 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 all 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 all SUBCONTRACTORS shall procure and maintain a valid CITY of
Carlsbad Business License for the duration of the Contract.
B. California Regional Water Quality Control Board, San Diego Region
CONTRACTOR shall not allow any discharges from the construction site, which may have
an adverse effect on receiving waters of the United States.
CONTRACTOR 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 Construction and Remediation
Projects (Order No. 96-41) adopted by the Regional Board. Prior to submitting Bid,
CONTRACTOR shall obtain a copy of said Order No. 96-41 and review all compliance
requirements therein, including monitoring, testing, and reporting.
CONTRACTOR shall provide all labor, material, and equipment necessary to comply with
Regional Board requirements for discharge water from groundwater extractions, line
flushing, and testing operations, 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 execution 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 Owner 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
additional compensation will be provided.
9. Earthwork and Soil Compaction Tests
Earthwork shall be performed in accordance with the Basic Earthwork Specifications except as
modified herein or on the Contract Drawings.
CONTRACTOR shall notify Owner when any work is complete and ready for compaction testing.
After such notification, 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.
-10- Revised 09/01/09
Excavation of soil and re-compaction 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 existing 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 construction to pre-existing
conditions. 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 operations, including rubbish, packaging materials, discarded equipment parts, and
damaged construction 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 utility and install same at
locations required to perform his operations. 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
PROJECT INSPECTOR on Thursday.
13.Construction Staking
CONTRACTOR shall furnish all construction 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