HomeMy WebLinkAboutPark Specialties; 2001-02-20; PKS01-02City of Carisbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
rhkisnotanorder.
ProjectManager ScottCarroll
(760) 434-2992
MailTo:
Purchasing DepaItment Clty of Carl&ad 1635 Faraday Avenue Carl&ad, California 92008-7314
Award will be made th the lowest responsive, responsible contractor based on total price.
Date Issued: December 18.2000
Request For Bid No.: PKS 01-02
CLOSING DATE: Januarv 25.2001
Bid shall be dsposited in the Bid Box bcated in the first floor lobby of the Faraday Center located at 1635 Faraday Avenue, Carl&ad, CA 92008 until 4:00 p.m. on the day of Bid closing.
Please use typewriter or black ink.
Envelops MUST include Request For Bii No.
PKSOl-02
DESCRIPTION
Labor, materials and equipment to purchase and install toddler olavoround euuioment and rubberized surfacina at Cannon Park.
A job walk through is scheduled for January 11,2001 at 9:00 a.m. at Cannon Park. The following
ciass*~tions are acceptable for thii contract: C-81 -D34, C-61 -D12 in accordance with the
provisions of state law.
Project Manager: Scott Carroll’
Phone No. (7601434-2992
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 & 2 0.3 (, 4 I_),!5 0.
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
Park Specialties
NWW
P.O. Box 891833
Address
Temecula. CA 92589-1833 Cii/State/Zip
800 399-8484
Telephone
760 7784177 Fax
-l- 5/1wOO
Name and Title of Person Authorized to sign Name Robert DeRieux
Owner
Title
01-26-01
Date
JOB QUOTATION
surfacing 4.098.87 7. Installation of Play equipment 3,195.oo
8. Installation of surfacing 1 175&n 9. Installation of concrete pad that surfacing adheres to 2.750.00 . 10. Change existing playground equipment slide and transfer module 75n-m-l \
Quote Lump Sum, including all applicable taxes. Award is by total price. $ 24.878.68
Play equipment to meet all Americans with Disabilities Act, Consumer Product Safety Commission, and American Society of Testing Materials acceptable standards. Playground equipment to be purchased is by Landscape Structures, Inc. or approved equal (see diagram - Exhibit “A”). Color of equipment will be deterr+?d by City. Rubberized surfacing to be purchased is by Surface America or approved equal. -ThB rubberized surfacing must be 1 1/2” thick, and 50 s.f. 3” thick; 50/50 mix of black and color to be determined by City (see Specifications - Exhibit W’).
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 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.
SUBMIlTED BY:
Park Specialties
Company/Business Name
-&&lrAT 'b& c> _tecF
Authorized Signature
Robert DeRieux Owner
Printed Name and Title
Date #702962 B
Contractor’s License Number
3 ‘7) 34 Q ,i.2
Classification(s)
- -
Expiration Date
-2- 5/l o/o0
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 33-0643853
OR
(Individuals) Social Security #:
-3- 5/l o/o0
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.”
PORTION OF WORK TO BE SUBCONTRACTOR’
1
MBE
SUBCONTRACTED
Item
No.
Description of % of Total
Work Contract
Business Name and Address License No., Yes No Classification
& Expiration Date
Total % Subcontracted: -O-
l Indicate Minority Business Enterprise (MBE) of subcontractor.
-4- 5/10/00
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 Cii 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 comple work in a cordance with directions and subject to inspection approval and acceptance by: R h!Y& \ (Eoject manag:) &lgV~
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 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.
-5- 5/l o/o0
Signature:
Print Name: . RobertDgBhgblV
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.. . . . . ..$500.000
Subject to the same limit for each person on account of one accident in an amount not less than .--... m,*m...mm..- _... - --.~~~__. ...~_.~~~~~_._~~~~_..~~ . . .._......... ~~..~~
Property damage insurance in an amount of not less than.. . . . . ..$lOO.OOO
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 Carl&ad 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 Cii. The expenses of defense include all costs and expenses including attorneys’ fees for litigation, arbitration, or other dispute resolution method.
-6- 5/l o/o0
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 &I /cloT-2 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within working days after receipt of Notice to /G Proceed.
CONTRACTOR:
Park Species (name of Contractor)
rn Q(T @
(sign here)
(print name and title)
By: ’ > --g$&L~> i?Q.50
liO0 Carlsbad Village Dr. Carlsbad CA 92008
(address)
760-434-2830
(telephone no.)
891833
(address)
(city/state/zip)
800 399 8484 (telephone no.)
760 778-1177 (fax no.)
(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 .)
APPROV D AS TO FORM: \
-7- 5/l o/o0
wun : CCnZT REC INC NW. 29 2880 07:43pM f’3
n
f .
I I
I
1‘
I
I
P f.
Attachment “A”
5
4
\ .
_.,, 4”. . .&.._ --__-.-.--.
8
i I ’ N l-l
\ \ ,
I ,,/ @ B p=r --L z / ! I I \ I L I \ \ I \ /’ \ f < 4 / . /‘e-‘-z -4’ \ ,P -. \ . \ \ /Y \ I \ \ > ( /- ‘\
I 1 ;:’ \ \ Y - \ ,cl---N /’ .\ / \ I t 64 II z 0 f lP
‘\ / ‘. / -----cd
.,-,-A i
I
i \ \
Exhibit “B”
SPECIFICATIONS FOR HANDICAP ACCESSIBLE
PROTECTIVE PLAYGROUND SURFACING
(Poured-in-Place Safety Surface)
i. General Reuuirements
A. Shall be a poured in-place safety surface and shall be used as a resilient shock absorbing cushion. It shall be porous throughout, entirely seamless and shall create a tight seal. It
shall be a two (2) layer surface consisting of a soft cushion layer covered by a durable weather resistant wearing layer. It shall have the capability of installation and use over hard surfaces such as asphalt, concrete or tile and loose aggregate surfaces such as dirt,
sand, gravel, etc. All installations shall meet or exceed the Consumer Product Safety
Commission’s guidelines for playground surfaces. Once installed, the surface cannot be
relocated.
B. The poured in-place surface shall also meet accessibility requirements as stipulated in the Americans with Disabilities Act (ADA). This means that the surface shall be firm enough to support wheelchairs, crutches, and walkers.
C. The Contractor shall properly install each layer of the product to guarantee the impact attenuation characteristics outlined above, as well as remain within accessibility guidelines. The contractor to successfully complete the installation process shall provide all the labor, materials, and equipment.
D. The poured in place surface material shall be guaranteed by the manufacturer for five (5) years. The poured in place materials shall be guaranteed by a 5-year manufacturer’s warranty. Installation workmanship is guaranteed for a one (1) year period.
Surface Specifications
A. Cushion Course: Shall consist of a fifty/fifty (50/50) combination by weight of strand and cuboidal SRB rubber particles bonded by a 100% MDI based polyurethane binder applied to 100% of the particles. The cushion course is a precise mixture of these three component parts with an installed thickness of 1 -l/2” to 3” inches specified.
B. Wearing Course: Shall be of EPDM Rubber granules 1 mm - 4mm chipped, bonded by a 100% polyurethane binder applied to 100% of the granules. The wearing course is a precise mixture of these two parts with an installed thickness of 3/8 inch.
C. Polypropylene Fabric: Shall be used as a weed control blanket and shall pertain to installations over loose aggregates only.
D. All Component Parts: Shall be pre-measured and sealed in individual containers for consistent quality control during installation.
E. Finish: The wearing course shall be hand troweled to produce an even, uniform
surface. Transition edges shall be beveled or flush.
-lO- wiomo
PARK SPECIALTIES
PARK AN.D PLAYGROUND PROFESSIONALS
CA LIC #702962 6 D-34 D-12 C-61
HI LIC #C21853 C03B C25
January 26,200l
City of Carl&ad
Purchasing Department
1635 Faraday Avenue
Carlsbad, CA 92008-73 14
RF2 Cannon Park #PKSO l-02
There is approximately 6 week from the the of ordering of the equipment to delivery.
P. 0. BOX 891833 TEMECUIA, CA. 925894833
800 399-8484 / (760) 728-l 101 FAX (760) 728-l 177
,City of Carlsbad
December 29,200O
ADDENDUM NO. 1
RE: PURCHASE AND INSTALL TODDLER PLAYGROUND EQUIPMENT AND
RUBBERIZED SURFACING AT CANNON PARK, Contract No. PKSOI -02
Please note change in due date for the above-mentioned bid.
New date for bid opening Is:
February I, 2001
Time remains the same: 4:00 p.m.
This addendum-receipt acknowledged-must be included to your bid when your bid is
submitted.
RUTH FLETCHER
Purchasing Officer
RF:jlk
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1
.I ^ -.
.‘I’ r t r ,i~“. ‘.
Bidder’; ‘Signature
State of California
San Diego >
ss. County of
On 02/22/01 Date
personally appeared
, before me, Colleen Boswell Notary Public
Name and TRle of Officer (e.g., “Jane Doe. Notary Public”)
Robert DeRieux 9 Name(s) of Signer(s)
/?!I personally known to me
El proved to me on the basis of satisfactory
evidence
Place Notary Seal Above
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.
WITNESS mv hand and official seal.
r c Signature of Notary Publtc
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: Minor Public Works Contract
Document Date: U2/1/2iIOl Number of Pages: 12
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer’s Name: Robert DeRieux
i% Individual
0 Corporate Officer - Title(s):
Cl Partner - 0 Limited Cl General
0 Attorney in Fact
Cl Trustee
q Guardian or Conservator
@ Other: Owner
Signer Is Representing: Park Specialties
8 1997 National Notary Association * 9350 De Sob Ave.. P.0 Box 2402 - Chatsworth, CA 913132402 Prod. No. 5907 Reorder: Call Toll-Free 1-800-676-6627