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