Loading...
HomeMy WebLinkAboutAM Ortega Construction Inc; 2005-11-08;City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager - Marshall Plank /760) 943-1 755 Mail To: CLOSING DATE: .n/H Purchasing Department City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008-7314 Award will be made to the lowest responsive, responsible contractor based on total price. Date Issued: 6 Request For Bid No.:- # 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. DESCRIPTION Labor, materials and equipment to install street light trench -~ ~ ~ ~ ~ No job walk-through scheduled. Contractors to arrange site visit by contading: Project Manager: Marshall Plank Phone No. 1760) 943-1 755 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 (, 2 (J, 3 (J, 4 (J, 5 (J. SUBJECT TO ACCEPTANCE WITHIN (SO) DAYS Name and Address of Contractor A.M.Ortena Construction.Inc. (619) 390-1988 Name Telephone 10125 Channel Road (619) 390-1941 Address Fax Lakeside, CA 92040 CitylStatelZip jose@amortega.com E-Mail Address -1- Revised 03/13/02 V.P. of Construction Title Name Date JOB QUOTATION ose P. Flores November 2, 2005 ITEM NO. 1 UNIT QTY DESCRIPTION TOTAL PRICE LS LS Street Light Trench $7 nnn .nn 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. Note: Please do not siqn the contract document (last Daqe) at this time. The successful contractor will execute the contract after bid award. SUBMITTED BY: A.M.Orteea Canstruction,k, 486311 Company/Business Name Contractor's License Number A Authorized Signature Classification(s) Expiration Date Printed Name and Title .P. of GP P. F1nre.q onstruction e November 2, 2005 Date TAX IDENTIFICATION NUMBER ~~~ ~ ~~ ~ ~~~ ~ (Corporations) Federal Tax l.D.#: 3 3 - 0 1 1 8 3 3 6 OR (Individuals) Social Security #: -2- Revised 03/13/02 DESIGNATION OF SUBCONTRACTORS % of Total Contract Set forth below is the full name and location of the place of business of each subcontractor 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. Business Name and Address License No., Classification 8 Expiration Date 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." Yes POR SUE Item No. 7 - 1 No 'ION OF WORK 2ONTRACTED Description of work TO BE Street Light Trench SUBCONTRACTOR* NONE MBE Total % Subcontracted: 0% * Indicate Minority Business Enterprise (MBE) of subcontractor. -3- Revised 03/13/02 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: Marshall Plank (project manager) 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 disqu contract bidding. Signature: Print Name: -4- Revised 03/13/02 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 Citv. The exDenses of defense include all costs and expenses including resolution method. attorneys’ fees for litigation, -arbitration, or other dispute ... ... ... ... ... ... ... ... ... ... ... -5- Revised 03/13/02 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 20 working days after receipt of Notice to Proceed. Completion: I agree to complete work within 60 working days after receipt of Notice to Proceed. CONTRACTOR: CITY OF CARLSBAD a municipal corporation of the State of California: C. Jose P. Flores Construction (print name and title) (address) i ose0arnortega. corn (e-ma il address)) (telephone no.) (sign here) By: (print name and title) 10125 Channel Road (address) (ci ty/sta te/zi p) (619) 390-1988 (telephone no.) Lakeside, CA 92040 ATTEST: (619) 390-1941 (fax no.) (e-mail address) jose@amortega.com (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 -6- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ~ State of Califynia I I On ////SA c- , before me, /.dxp* dte Name and Title of Officer (e g , 'Jane Doe, Notary Public") c personally appeared L-3 od 6 A --- 1 Name@) of Signer@) 0 personally known to me qproved to me on the basis of satisfactory evidence to be the person@) whose name0 is/m subscribed to the within instrument and acknowledged to me that hekfteftkey executed the same in his/h&#ew ' authorized capacity(iesf, and that by hishxftheh signature(s)-on the instrument the person(+, or the entity upon behalf of which the personw acted, executed the instrument. WITNESS mv hand and official seal. Place Notary Seal Above 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: W individual [i Corporate Officer - Title(s): 0 1999 Natwnal Notary Association * 9350 De Soto Ave.. P.O. Box 2402 Chatswonh. CA 91313-2402 w.natiomlnola~.org Prod. No. 5907 Reorder: mll Toll-Free 1I300-8766827 Lli Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: I Citx emor of andum Carlsbad December 1,2005 TO: Collette Wegenroth, Purchasing Manager FROM: Marshall Plantz, Senior Civil Engineer, Design Subject: Contract - Utility Undergrounding District No. 17 - Roosevelt Street This memo is my request that the requirement to solicit multiple bids for a Minor Public Works Contract with a value of $7000, for the installation of additional utility conduits for the subject project, be waived. Prior to his recent retirement Lloyd Hubbs was managing the subject project, which consists of the conversion of the private overhead utilities along Roosevelt Street to an underground system. Lloyd worked with all the affected utilities and in particular SDG&E, which took the lead in contracting out the construction of the conversion. SDG&E solicited bids and hired A.M. Ortega to construct the conversion work, which includes the construction of trenches and the installation of utility conduits. In conjunction with the conversion of the private utilities the City will need to install new street lights which in the old/overhead configuration were hanging from the SDG&E power poles that are being removed. To install the new streetlights additional trenching work to feed the new pole locations is required. The construction of the street light trench and conduit is very similar to, if not exactly like, the trenching work for the private utilities. A.M. Ortega is on-site completing the conversion project and as such they are in the best position to install the minor amount of additional trench and conduit for the new streetlights. By entering into a contract with AM Ortega the street light trenching and conduit can be installed at the same time the utility conversion is being constructed. The advantages of this include the elimination of costs for mobilization, the elimination of potential conflicts among multiple contractors and the increased efficiencies realized by installing the street light conduits while the roadway is already disrupted. If you have any questions please give me a call at extension 2766. If you concur with this request please send me a response for our files. Cc: Rhonda Gasper-Heather 1635 Faraday Avenue - Carlsbad, CA 92008-731 4 (760) 602-2730 FAX (760) 602-8562 @