HomeMy WebLinkAboutAtlas Excavating and Breakers; 2012-08-09;City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
777/s is not an order.
Project Manager: Dave Curtis
(760) 602-2010
Mall To:
Dave Curtis
c/o Carlsbad City Library
1775 Dove Lane
Carlsbad, California 92011-4048
Award will be made to the lowest responsive,
responsible contractor based on total price.
Date Issued: August 3,2012
Request For Bid No.:
Please use typewriter or black ink.
DESCRIPTION
Labor, materials and equipment to remove the rock fountain from the courtyard of the Dove Library.
1. Day 1: Set up safety fencing around work area.
2. Day 2/3: Drill feather wedge and size rock for removal; remove rock.
3. Day 3/4: Finish removal of rock.
4. Day 4: Clean up and removal of fence.
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
Atlas Excavating & Breakers
Name
603 Seagate Drive #181
Address
Oceanside. CA 92054
City/State/Zip
(760) 754-1337
Telephone
(760) 454-2989
Fax
barrvl 337(5)gmail.com
E-Mail Address
Revised 09/01/09
Name and Title of Person Authorized to sign
contracts.
Signature
Owner
Title
Barry Anderson 8/03/12
Name Date
JOB QUOTATION
ITEM NO. UNIT QTY DESCRIPTION TOTAL PRICE
1 LS 1 Demolish & remove rock fountain at Dove Library:
contractor shall drill feather wedge and size rock
down to % ton rock/material or smaller for removal off
site; move on/off equipment, labor & materials to
create safe, contained work area, protect pavers,
demolish and haul off rock and clean up. Schedule to
be coordinated with and approved by City Project
Manager.
$9,854
TOTAL $9,854
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 ofthe City as to the Contractor's ability to perform the contract shall be conclusive.
SUBMITTED BY:
Atlas Excavating & Breakers
Company/BusinessTN^me
933187
Contractor's License Number
C12 Earthwork and Paving
Authorized Signature
Barn/ Anderson. Owner
Classification(s)
5/31/2013
Printed Name and Title Expiration Date
8/3/2012
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#:
(Individuals) Social Security #:
OR
615-52-7400
2-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. ofthe California Public Contract Code).
If no subcontractors are to be employed on the project, enter the word "NONE."
PORTION OF WORK
TO BE
SUBCONTRACTED
SUBCONTRACTOR* MBE
Item
No.
Description of
Work
% of Total
Contract
Business Name and Address License No.,
Classification
& Expiration
Date
Yes No
NONE
Total % Subcontracted: 0%
Indicate Minority Business Enterprise (MBE) of subcontractor.
Revised 09/01/09
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
(Less than $30,000)
Labor:
I propose to employ only skilled woricers and to abide by all State and City of Carisbad 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: Dave Curtis
(project manager)
The Payment of Prevailing Wages Is Not Required
The City of Carisbad is a Charter City. Carisbad Municipal Code Section 3.28.130 supersedes the
provisions of the California Labor Code when the public work is not a statewide concem. 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 ofthe tmth or falsity ofthe information.
The provisions of Carisbad 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 Carisbad to disqualify the Contractor or subcontractor from participating in
contract bidding. ' ^\
Signature:
Barry An(jerson Pnnt Name:
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 Califomia 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 ofthe 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 Carisbad 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, ariDitration, or other dispute resolution
method.
-5- 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 28 working days after receipt of Notice to Proceed.
CONTRACTOR:
Atlas Excavating & Breakers
(name of Cqotngctor)
Si^— -2 By:
(sign here)
Barry Anderson, Owner
(print name and title)
barryl 337(ggmail.com
By:
(e-mail address))
(sign here)
CITY OF CARLSBAD a municipal
corporation ofthe State of California:
By 5t^S^oi Library & Cultural Arts Director
(address)
(telephone no.)
(print name and title)
(address)
(city/state/zip)
(telephone no.
(fax no.)
ATTEST:
LORRAINE M. WOOD
City Clerk
(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 ofricer(s) signing to bind the
corporation.)
APPROVED AS TO FORM:
RONALD^^f;;!^Jtt:)City Attorney
6-Revised 09/01/09