HomeMy WebLinkAboutAtlas Excavating and Breakers; 2012-08-22;Project Manager Dave Curtis
(760) 602-2010
City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Date Issued: August 14.2012
Mail To:
Dave Curtis
do Carlsbad City Library
1775 Dove Lane
Carlsbad, California 92011-4048
Award will be nnade to the lowest responsive,
responsible contractor based on total price.
Request For Bid No.:.
Please use typewriter or black ink.
DESCRIPTION
Labor, materials and equipment to repair and install tiles in the courtyard of the Dove Library after
renrK)ving the rock fountain. Work to include demolition and removal of concrete water tank, backfill
and compaction of soil; placement of pavers (City to supply pavers), mortar setting of joints, clean up
and removal of safety fencing and protection plywood.
Submission of bid implies knowledge of all job temis 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(a),gmail.com
E-Mail Address
Revised 09/01/09
Name and Title of Person Authorized to sign
contracts.
Signature
Barry Anderson
Owner
Title
8/14/2012
Name Date
JOB QUOTATION
ITEM NO. UNIT QTY DESCRIPTION TOTAL PRICE
1 LS 1 DEMOLISH CONCRETE WATER TANK, HAUL
OFF; BACKFILL & COMPACT SPACE. PLACE &
COMPACT 2"-4" CLASS 2 BASE & 1" SAND BED,
INSTALL UP TO 200 SQ. FT. OF PAVERS AS PER
LIKE KIND; MORTAR SET JOINTS. CITY TO
PROVIDE PAVERS; CLEAN UP, REMOVE AND
DISPOSE OF FENCING & PROTECTION
PLYWOOD; JOB LOCATION: 1775 DOVE,
CARLSBAD; Schedule to be coordinated with and
approved by City Project Manager.
$4,550
TOTAL $4,550
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 OthenA/ise stipulated by the City of Cartsbad. 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 infonnality 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 detennine the contractor's ability to perfonn,
including but not limited to facilities, financial responsibility, materials/supplies and past perfonnance. The
determination ofthe City as to the Contractor's ability to perfonn the contract shall be conclusive.
SUBMITTED BY:
Atlas Excavating & Breakers
Company/Business l^^me
933187
Authorized Signature
Banv Anderson. Owner
Printed Name and Title
8/3/2012
Date
Contractor's License Number
C12 Earthwork and Paving
Classification(s)
5/31/2013
Expiration Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#:
(Individuals) Social Security #: 615 52 ^0
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 woric in excess of one-half of one percent of
the total bid, and the portbn of the woric 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
woric to be perfonned under the contract in excess of one-half of one percent of the bki, the
contractor shall be deemed to have agreed to perfonn such portion, and that the contractor
shall not be pennitted to sublet or subcontract that portbn of the woric, 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 (Sectbn 4100 et seq. of the Califomia Pubib Contract Code).
If no sutxxjntractors are to be employed on the project, enter the word "NONE."
PORTION OF WORK
TO BE
SUBCONTRACTED
SUBCONTRACTOR* MBE
Item
No.
Description of
Work
%ofTotal
Contract
Business Name and Address Lbense No.,
Classification
& Expiration
Oate
Yes No
NONE
Total % Subcontracted: 0%
Indbate Minority Business Enterprise (MBE) of subcontractor.
-3-Revised 09/01/09
CITY OFCARLSBAD
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
goveming labor.
Guarantee:
I guarantee all labor and materials fumished and agree to compiete woric in accordance with
directions and subject to inspection approval and acx^ptance 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
provisbns of the Califomia Labor Code when the public wortc is not a statewide concern. 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 fort:h in this agreement and not in anticipation of litigation or in conjunction
with litigation.
Contractor acknowledges that Califomia Government Code sections 12650 et seq., the False Claims
Act, provbes 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 infonnation or in
reckless disregard of the truth or falsity of the infonnation.
The provisbns of Cartsbad 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 debannent proceeding wherein the contractor may be prevented from further bbding
on public contracts for a perbd c^f up to five years and that debarment by another jurisdiction is
grounds for the City of Cartsbad to disqualify the ContractorLQr subcontractor from participating in
contract bidding.
Signature:
Print Name: Barry Anderson
-4- Revised 09/01/09
Commercial General Liability, Automobile Liability and Workers' Compensation Insurance:
The successful contractor shall provide to the City of Cartsbad, 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 Califbmia Insurance Commission. The certifbates shall
indicate coverage during the period of the contract and must be fumished to the City prior to the start
of woric. 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 Califbmia 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
perfonnance 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 policbs 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.
Indemnify:
The Contractor shall assume the defense of, pay ali expenses of defense, and indemnify and hold
hannless the City, and its officers and empbyees, from all claims, loss, damage, injury and liability of
every kind, nature and description, directly or indirectly arising from or in connection with the
perfonnance of the Contract or wortc; or from any failure or alleged failure of Contractor to comply with
any applicable iaw, mles or regulatbns 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 wortc 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 litigatbn, artjitration, or other dispute resolution
method.
-5- Revised 09/01/09
Jurisdiction:
The Contractor agrees and hereby stipulates that the proper venue and jurisdbtion for resolution of
any disputes fc»etween the parties arising out of this agreement is San Diego County, Califomia.
Start Woric: I agree to start within 21 woricing days after receipt of Notice to Proceed.
Completion: I agree to complete wortc within 28 wortcing days after receipt of Notice to Proceed.
CONTRACTOR:
Atlas Excavating & Breakers
(name of Conjtcgctor)
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 of the State of Califomia:
By
ibrary & Cultural Krfs Director
(address)
(telephone no.)
(print name and title)
(address)
(city/state/^ip)
(telephone no.)
(fax no.)
ATTEST:
LORRAINE M. WOOD
City Cleric
(e-mail address) '
(Proper notarial acknowledgment of execution by Contractor must be attached.
Chainnan, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer
must sign for corporations. Othenvise, the corporation must attach a resoiutbn 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, CityAttorney
BY:
.U K. bALL, Ulty >
Deputy City Attorney
Revised 09/01/09
CITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL - C/O # 1
Project Name: Dove Library Paver Installation & Repair
Date Routed: To:
8/21/12 Department Head
8/21/12 Construction Manager (Dave Curtis, Deputy Library Director)
Reasons for changes: Upon excavating the rock fountain at the Dove library, the contractor
found unexpected sub straight that requires a change in method for
repair and tile setting.
Item 1 :
Revised scope of work to read:
REMOVE PARTIAL OR BROKEN PAVERS & SLURRY FROM UNDER
LARGE DISPLAY ROCK IN COURTYARD DRAIN WATER, REMOVE PVC
PIPING & ELECTRICAL FROM SUMP, BACKFILL WITH 2 SACK
SLURRY. CLEAN CONCRETE GRADE, BRING UP TO GRADE FOR
PAVERS WITH 2 SACK SLURRY. INSTALL REPLACEMENT PAVERS UP
TO 100 SQ. FT. WITH THINSET. GROUT JOINTS, CLEAN UP, REMOVE
FENCE & PLYWOOD. CITY TO PROVIDE PAVERS, GROUT COLOR
MAY NOT MATCH DUE TO AGE AND DIRT ON EXISTING GROUT
COST ACCOUNTING SUMMARY:
Original contract amount $4,550.00
Total amount this C/O $750.00
Total amount of previous C/O's $0.00
Total C/O's to date $750.00
New Contract Amount $5,300.00
Total C/O's as % of original contract 16.48%
Contingency monies encumbered $750.00
Contingency increase / decrease $0.00
Contingency Subtotal $750.00
Total C/O's to date $750.00
Contingency balance $0.00
Note: this CCD will be encumbered to the PO once fully executed.
Project Name: Dove Library Paver Installation & Repair
Change Order No. 1
CITY OF CARLSBAD
CONTRACT NAME.
ACCOUNT NO.
CONTRACTOR:
ADDRESS:
CONTRACT CHANGE ORDER NO.1
Dove Librarv Paver Installation & Repair
001-4010-7490
Atlas Excavating & Breakers
603 Seagate Drive. #181
Oceanside, CA 92054
P.O. NO. n/a
The Contractor is directed to make the following changes as described herein. Changes
shall include all labor, materials, equipment, contract time extension, and all other goods and
services required to implement this change. Payment stated on this change order includes
all charges, direct or indirect, arising out of this additional work including charges for field
overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of
efficiency, extended equipment costs and overtime premium costs and is expressly agreed
between the City and the Contractor to be the complete and final costs hereof. The
requirements of the specifications, where pertinent and not in conflict with this change order,
shall apply to these changes. This change order is not effective unless signed by the City
Manager and/or the Mayor or his/her designee.
Pursuant to Section 3 ofthe Standard Specifications for Public Works Construction, perform
the following:
Item 1: TOTAL INCREASE TO CONTRACT COST $750.00
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE
INCREASED BY_J_ WORKING DAYS AS A RESULT OF THIS CHANGE ORDER.
RECOMMENDED BY:
DEPUTY DIRECTOR (DATE)
DEPARTMENT HEAB^'^ (DATE) (DATE)
APPROVED BY:
CONTRACTOR (DATE) '
DISTRIBUTION:
INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR