Loading...
HomeMy WebLinkAboutScott Fence; 2001-11-02; PKS02-02City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID Thisisnot ao order. Project Manager : Doua Duncanson or Paul Meadows (760)434-2862 or434-2922 Mail To: Purchasing Department City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008-7314 Date Issued: November 2.2001 Request For Bid No.: PKS 02-02 CLOSING DATE: November 19; 2001 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 4:00 p.m. on the day of Bid closing. Award will be made to the lowest responsive, responsible contractor based on total price. Please use typewriter or black ink. Envelope MUST include Request For Bid No.: PKS 02-02. DESCRIPTION Labor, materials and equipment to: install backstop and fencina/oates as per attached soecifications. C-l 3 State License reauired. No job walk-through scheduled. Contractors to arrange site visit by contacting. Project Manager: Paul Meadows Phone No. (7601434-2922 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 Name and Title of Person Authorized to sign scfm F&-e contracts. Name Signature Q-x\ CRMb IQ!6 Address Name Title .- Telephone -A30 -?as&G~ Fax Date -l- 5/10/00 JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION TOTAL PRICE 1 1 JOB To install backstop, fencing/gates as per attached specifications. 1 I 4sooo 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 abilityto perform the contract shall be conclusive. C SUBMITTED BY: se07T TGLAd Compan /Bu iness Name g5cdwiY Authorized Signature E4.q SW-n (gcc3ual Printed Name and Title l\- \d-Bi Date Contractor’s License Number FM&C+ Classification(s) ! \-30-0x Expiration Date .’ TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: OR (Individuals) Social Security #: 45s -19 --6;I’Gzq -2- 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 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 provisionspf 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 Description of No. Work SUBCONTRACTOR* MBE % of Total Contract Business Name and Address 0 License No., Yes No Classification 81 Expiration Date Total % Subcontracted: l Indicate Minority Business Enterprise (MBE) of subcontractor. -3- 5/1 o/o0 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, Park Maintenance Specialist. 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 Carlsba participating in contract bidding. Signature: ,- Print Name: k&m se624 -4- 5/l o/o0 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 . . . . . . . $500,000 Property damage insurance in an amount of not less than.. . . . . ..$l 00,000 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 working days after receipt of Notice to Proceed. Completion: I agree to complete work within Proceed. working days after receipt of Notice to -5- 5/I o/o0 H-- CONTRACTOR: 5CQ'TTFtiCc (print name and title) By: (sign here) (print name and title) CITY OF CARLSBAD a municipal corporation of the State of California (address) (telephone no.) (address) Al-TEST:A (city/state/zip) (telephone no.) , 1 ~RRA~~JE M. ~00~ City Cl& (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.) APPROVED AS TO FORM: # RONALD R. BALL, City Attorney c BY: KW ‘ Deputy City Attorney -6- 511 o/O0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ,- State of California &7x ieq0 U 1 ss. County of On N@2mh% iarM~ Date personally appeared Name(s) of Signer(s) 0 personally known to me Kproved 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. Place Notary Seal Above 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: Signer(s) Other Than Named Above: Number of Pages: Capacity(ies) Claimed by Signer Signer’s Name: 0 Individual 0 Corporate Officer - Title(s): q Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: im!iam Top of thumb here 0 1999 National Notary Association * 9350 De Solo Ave.. P.O. Box 2402 * Chatwodh, CA 91313-2402 - w.nationalnotary.org Prod. No. 5907 Reorder: Call Toll-Free 1-830-876-6827 SPECIFICATIONS FOR MINOR PUBLIC WORKS REQUEST FOR BID NO. PKS 02-02 -7- 5/10/00 City of Carlsbad Public Works - Parks Division Contract No. PKS 02-02 - Business Park (Zone 5) Backstop / Fencing Specifications I /----- “A---” /----- ; CA~L5~ y 1 L&GE ----t- ~)t;:, /--------- \, I 1 r I i I i Pw-otw-e AlfZrnT &#* i 4 N i ~Oin~TTiA -- I_,/--./, ----------- I -----..~~ l l l 0 l l 0 0 l 0 0 l a l 0 0 0 0 SPECIFICATIONS FOR: BASEBALL FENCING AND BACKSTOP INSTALLATION AT BUSINESS PARK (ZONE 5) All materials used to be galvanized steel. Chain link fabric shall conform to ASTM A392. The fabric for the outfield fence shall be 9 gauge. All chain link will be woven 2” mesh and galvanized after fabrication. Fabric to have knuckled finish top and bottom edges. All fences shall be installed with a I 5/8” diameter top and bottom rail. The fabric shall be placed on the playing field side of the posts and shall be installed so that the top edge projects over the top rail of the fence. The fabric shall be stretched taut and securely fastened to the posts and to top and bottom rail. The fabric shall be attached every 12” to all railings, posts, and supports. All top rails, bottom rails, and required bracing shall be welded in place. Each end section adjacent to terminal posts shall have 1 7/8” diameter, horizontal bracing at med point to support fabric stretching. A 3’ wide gate shall be installed at the dug out area approximately 40’ from starting point of backstop. A 30” wide gate shall be installed adjacent to each end of the backstop. A 12’ wide gate shall be installed in t he 4’ fence to allow for maintenance vehicle access. The fence shall be located inside all irrigation valves, exact location to be determined by City representative. Total length of fencing to be 180’ feet of 8’ and 160’ feet of 4’. A Steelcraft product 1035 T baseball backstop (supplied by the City) shall be installed per manufacturer’s specifications (see attached). All fence posts shall be installed 10’ on center. The 8’ fence posts shall be 2 3/8” diameter for line posts and 2 7/8” diameter for terminal posts. The 4’ fence posts shall be 1 7/8” diameter for line posts and 2 3/8” diameter for terminal posts. . x ‘- lr x x x x I rr f x i *- i . I L- 1 I I i 1 I t I ! I i I , I r I I i 1 G. a . @ . I’ I - b a LEGEND: 1. Galvanized post @ IO’-0” O.C. (line post 2318” O.D., terminal post 2718” O.D. 2. Rail galvanized, l-518” O.D. welded in place. 3. Chain link fabric - 9 ga. 2” mesh, galvanized with l/a’ x J/4” stretcher bars, %” galvanized stretcher bars, knuckled selvage top and bottom. 4. Concrete footing. NOTES: Install 36”’ gates at approximate middle of dugout fence area (coordinate location City representative.) Chain link to be knuckled selvage top and bottom. Chain link to extend to finish grade of playing field. 180’ of 8’ fencing to be installed. L~R F\e\d Line LEGEND: 1. Galvanized post @ lo’-0” O.C. (line post 1718” O-D., terminal post 2~8” O.D. 2. Rail galvanized, l-518” O.D. welded in place. 3. Chain link fabric - 9 ga. 2” mesh, galvanized with %” x W stretcher bars, %” galvanized stretcher bars, knuckled selvage top and bottom. 4. Concrete footing. NOTES: Chain link to be knuckled selvage top and bottom. Chain link to extend to finish grade of playing field. 160’ of 4’ fencing to be installed. Install 12’ gate, double gate left field (4’) fence approximately 80’ from bottom of bank area (coordinate location with City representative.) ‘_.-.I,_,, 4 i- I ..-‘- .’ :: _,. 1 i ‘.,. ‘; E~QTi{@---JN’ ./ : “’ :.. . ,‘, 5 1 .’ I B’- 2’. : I 1 I:: ; I i 1, !I ,,. ’ j ,: .” ‘i’ .’ * :/ I ,, .i i 1 :i i :: I ,! . I: ; ’ : ;, I’ ::; ;. .I ; ,I / 1: ‘. .,: :; ,, : ‘, ‘, 1: j,, !j. j it I. ;i t .’ ii i; ‘. ; !i. a I :: : I: :: i: I, !I .I. :/ ‘, :: !, ‘ /j : .: /:’ !I :/’ ; ‘! : I, ’ :I ‘. ‘t // i;: .yg 1;. : A , I II / ; ai: ,: ! ‘:I pLAk..L;m7: !/j I j .,:. ‘. / I! 1 ‘! y;, iI, ?/’ j I/: 1 1 j ‘1; ( ,I :I,. i&g-,$@yj I ,,.‘.. ,., : ‘j!.. 1 wG;p ti3c&,*& ,/i ! * , Q: .i ‘. j F j .A*$ ,:&+$:’ ,i:. ‘&,$, igp !!I OF3 .i i i/ :I, , I) : !:I ;li ‘/ ;ii ‘I I:/ i i! ! ’ ,!I; ,: ‘! * . I : ! .I I I ,’ .I ‘1 I. ! a, : t:\ i i: ’ ; jl ,‘/ i .’ !!i :; / jj ,’ j:i ’ i .j I~! lij I i. . 5. , .;I : 1 . . [ : 1 / .! / ,’ ..I j I, 1 I. ‘3 .! ‘1. 7 i, ,’ 1, :I 9 .i !!j’ I ,ij/ ” I’!, j ,j;/ j:: : /I i, ; ’ :,I, .:I , ; ,( ., ‘/. ’ ; *’ , I. ., jl: ‘I ‘.I :, , ! ‘/ ! .. , ! j I .! I .!(i j :I ; .I .!;I j /.;j .,: I :> :/ : .:.i ’ /‘I ,, I ‘: i. ‘1.: i ‘. ‘, :; ‘I +--+ ‘: I; / I ! / . . . a ” i ‘! .’ 4’ .’ .f 8.. ‘, .: .: !; ,. ! .: I .‘. : ‘. :; i, : : .’ !: . . :. : ,’ !. ; ‘. : : !j ,I ;: .! :, :; :. ;, :‘I, “. I.. I ’ ,. ‘. : ._ i ‘1 / i. .t .I: ,!. 1: I’ I : .’ ,: : . / L. n , -’ LLLL., ..?I, 0 I ca ‘LLWd I rTcc t- . ui I I . $@+p~ I:&&$ i .’ :!: ; 1 I:! ] ;‘[I :‘,; ji ;; :j ; ASSEMBY INSTRUCT\ONSj j :; 36” d&p and. 24” diain as;.sho&$ ‘8 ;j! .’ ;MFET : ,!I : . !i OF, 3, :’ i ,I !‘I ‘.’ ,:i : i : .’ : j gji ;; s ,; i .: : :‘; ,:. I ji ;.j I. .,’ :I .‘; .I / : .;: 1 j : .; ‘i ‘: : : ‘.I !. .I ;. jf@,l J ..> ,, .i ‘Ii :. I!! ! ,,j:. : . :. ! ,, ,; ,; .I I ; .I : ‘; .: ,1 I )* ;.i ,,! 1 ‘* .‘I .‘. .I ,.i / i, :: <’ , .i I: iii : ,I Jj .!i! ‘I/‘.1 .,I! ‘. ,+ .! : I ” i ;! ’ :! : ‘I ! ,” I; . : ; 1 , .:’ :. ,’ lj:; I; I J’!. i i, .i I i I?; : : : .; .’ ., ‘: ,. .; .; I : I ,;. 1 ,j! / :/,, I , .: &. I :. ..: ; ,jl ’ ‘, i. ; 1, .I : .J IUl1-lLl-l’t’J’y W.&l1 I-ticli’l L. H , b I ttL&Ht / 1-u Lu-lSi h;CL. IJ, LL , ) ; ; i, :,I ;i ] :; :, j ,I ! : ‘! “, ,, ST&&($& ; pR(-jDu(-TS ; ‘. ) ; -(‘~~~~~~ (. ;;’ ,/ F .i 11 ., i : i] $)35J- :i i. ; : ,i *: ; ,)3A!+&iL: ,B?@+TOljP : SWIVEL END \ j I .I: iA’, j.; 0 I ,” : B&C,K POST : ’ ; ANGLE ,F&=#& i I (a i , I : i. 4 i, I :’ : j ,, 1 il I i, : ‘/, I ‘, : .; I,’ :. *. ,) 1: , H; ::I 7; ‘. .; ., : ,!, ?’ i, I ,/ : ./ , i ;;I 1.1. .i . . : 1 ,’ j .j j i ./ ,i ‘, ; !( I i : 8, / / i ! ( i. : ! : ., I’ I. ;, ., j# I : I I I . . i .’ ! ,j! ,’ j 1. .I.;. j : i ! i- F L : I ( :I i;rf 4.B. ‘. j “.. .;,’ P.B3 I’ IPi ;, pGf 3-OF’3 ; T ~ 8; I ‘;: I I : ‘, - , 1 - !. ; !, 4.d I 3”: i j, @ ! I