HomeMy WebLinkAboutCCL Contracting Inc; 2012-03-15; PWM12-34UTILProject Manager: David Ahles
(760) 602-2748
Mail or Deliver to:
City of Carlsbad
1635 Faraday Avenue
Carlsbad, CA 92008-7314
Carlsbad Municipal Water District
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
Date Issued:
PWM12-34UTIL
February 29, 2012
Please use typewriter or black ink.
DESCRIPTION
Labor, material, and equipment to install the following:
1. Installation of two 16-inch Butterfly Valves in the intersection of Chestnut and Monroe.
2. Installation of 4-inch in line blow in the intersection of Chestnut and Monroe.
3. Installation of 14-inch Butterfly Valve Assembly in the intersection of Chestnut and Valley.
4. Furnish and Install bedding and asphalt material.
5. Contractor shall also provide allwelding, traffic control, shoring and one day of potholing.
City to supply and deliver to job site:
a) All valves and piping materials.
Work to be performed during regular work hours of 7:00 am to 3:30 pm April 9-13, 2012.
Submission of bid implies knowledge of all job terms and conditions.
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
Name
Address
City/State/Zip
Telephone
Fax
Name and Title of Person Authorized to sign
contracts.
Name
ie T Title
Date'
Revised: 5/17/00
JOB QUOTATION
ITEM NO. UNrr OTY TOTAL PRICE
1 LS 1 Mobilization
2 LS 1 Installation of 16" Butterfly Valves
3 LS 1 Installation of 4" Blow off Assembly
4 LS 1 Installation of 14" Butterfly Valves
TOTAL $36,437.00
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 Carlsbad Municipal Water District. Award will be made by the Purchasing Officer to the
lowest, responsive, responsible contractor. The District 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 District 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 District as to the Contractor's ability to
perform the contract shall be conclusive.
SUBMITTED BY:
Company/Business Name
A. AijJJrorized Signatun
Printed Name and
Date
Contractor's License Number
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#:
OR
(Individuals) Social Security #:
Revised: 5/17/00
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. 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 SUBCONTRACTOR* MBE
Item
No.
Description of
Work
% of Total
Contract Business Name and Address
License No.,
Classification
& Expiration
Date Yes No
3 ^/SSii /}
J
Total % Subcontracted:
Indicate Minority Business Enterprise (MBE) of subcontractor.
-3 Revised: 5/17/00
CARLSBAD MUNICIPAL WATER DISTRICT
MINOR PUBLIC WORKS CONTRACT
Labor:
I propose to employ only skilled workers and to abide by all State and City of Carisbad 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 completework in accordance with directions and
subject to inspection approval and acceptance by: ^CL/^IG^ ^hil^^
(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
is 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 District 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 ofCarlsbad 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
Carisbad Municipal Water District to disqualify the Contractor or subcontractor from participating in contract
bidding.
Signature:
Print Name: ^/^jf^ ^^5/^
Revised: 5/17/00
Commercial General Liability, Automobile Liability and Workers' Compensation Insurance:
The successful contractor shall provide to the Carlsbad Municipal Water District, 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 District 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 District prior to such cancellation.
The policies shall name the Carlsbad Municipal Water District as additional insured.
Indemnity:
The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless
the City and the District, 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 or the District. The expenses of defense include all costs and expenses including
attorneys' fees for litigation, arbitration, or other dispute resolution method.
Revised: 5/17/00
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:
Completion:
CONTRACTOR:
I agree to start within 10 working days after receipt of Notice to Proceed.
I agree to complete work within 30 working days after receipt of Notice to Proceed.
(name of Contractor)
CARLSBAD MUNICIPAL WATER DISTRICT,
a Public Agency organized under the Municipal
Water Act of 1911, and a Subsidiary District of
the City of Carisbad
By:
(sigjrTl^lere)
(print name and title)
(e-mail address)
Assisifant City Manager
(address)
By- .^^ita^ ^-^^--^-^^-^
(telephone no.)
(print name and title)
(e-mail address)
(address)
ATTEST:
(city/state/zip)
LpRR^iyE M
secretary
(telephone no.) s-s;:
(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
BY:
Deputy City Attorney M
Revised: 5/17/00
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
state of California
County of SAN DIEGO
On
— OPTIONAL SECTION
CAPACITY CLAIMED BY SIGNER
Though statute does not require the Notary to
fill in the data below, doing so may prove
invaluable to persons relying on the document.
before me, DEBORAH D. DAVIS, NOTARY PUBLIC • INDIVIDUAL
BRYAN LUSKY personally appeared
who proved 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.
DEBORAH D. DAVIS \
,w COMM. #1737411 %
NOTARY PUBUC^ALIFORNIA S
SAN DIEQO COUNTY
My Comm. Exp. APRIL 21.2011
I certify under PENALTY OF PERJURY under the laws of
the State of California that the foregoing paragraph is
true and correct.
WITNESS my hand and official seal.
^CORPORATE OFFICER(S)
SECRETARY
TITLE(S)
• PARTNER(S) •LIMITED
• GENERAL
• ATTORNEY-IN-FACT
• TRUSTEE(S)
• GUARDIAN/CONSERVATOR
• OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON{S) OR ENTITY(IES)
Signature of Notary
OPTIONAL SECTION
THIS CERTIFICATE MUST BE ATTACHED TO
THE DOCUMENT DESCRiBED AT RIGHT
Though the data requested here Is not required by law,
it could prevent fraudulent reattachment of this form.
TITLE OR TYPE OF DOCUMENT.
NUMBER OF PAGES DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE,
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No. 5193
State of California
County of SAN DIEGO
personally appeared
before me, DEBORAH D. DAVIS, NOTARY PUBLIC
THOMAS CARMICHAEL
who proved 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
M /^^f^ DEBORAH D. DAVIS
COMM. #1737411
NOTARY PUBUC-CAUFORNIA
SAN DIEGO COUNTY
My Comm. Exp. APRIL 21 2011
I certify under PENALTY OF PERJURY under the laws of
the State of California that the foregoing paragraph is
true and correct.
WITNESS my hand and official seal.
A ^/^
Signature of Notary
OPTIONAL SECTION —
CAPACITY CLAIMED BY SIGNER
Though statute does not require the Notary to
fill in the data beiow, doing so may prove
invaluable to persons relying on the document.
• INDIVIDUAL
[xj CORPORATE OFFICER(S)
PRESIDENT
TITLE(S)
• PARTNER(S) •LIMITED
• GENERAL
• ATTORNEY-IN-FACT
• TRUSTEE(S)
• GUARDIAN/CONSERVATOR
• OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
SSS
THIS CERTIFICATE MUST BE ATTACHED TO
THE DOCUMENT DESCRIBED AT RIGHT
Though the data requested here is not required by law,
it could prevent fraudulent reattachment of this form.
OPTIONAL SECTION
TITLE OR TYPE OF DOCUMENT.
NUMBER OF PAGES DATE OF DOCUMENT
SiGNER(S) OTHER THAN NAMED ABOVE ,