Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Don Hubbard Contracting Company; 2010-09-27;
City of Carlsbad MINOR PUBLIC WORKS PROJECT 6607 CMP REPLACEMENT PROGRAM- 4321 BRUCE CT REQUEST FOR BID This is not an order. Project Manager Sherri Howard Date Issued: (760) 602-2756 Request For Bid No.:_ Mail To: CLOSING DATE: Purchasing Department Bid shall be .deposited in the Bid Box located City of Carlsbad in tho first floor lobby of the Faraday Center 1 635 Faraday Avenue located at 1635 Faraday Avenue, Carlsbad, Carlsbad, California 92008-7314 CA 92008 until -1:00 p.m. on the day of Bid Award will be made to the lowest responsive, responsible contractor based on total price. Ploaso use typewriter or black ink. Envelope MUST include Request For Bid DESCRIPTION Labor, materials and equipment to remove existing damaged corrugated melal pipe storm drain and headwall and replace with 30" HOPE drainpipe. _ SPP Fyhibit A. _ No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Sherri Howard _ Phone No. 760.602.2756 _ 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 Don Hubbard Contracting Co. 760-736-3241 Name Telephone 1015 A Linda Vista Drive IkO - ?3fc> " Address Fax San Marcos. CA 92Q78 iasonphubbard@sbcgloabl.net City/State/Zip E-Maii Address -1 - Revised 03/13/02 Name and Title of Person Authorized to sign contracts. Signers //Title Name Date JOB QUOTATION 10 ITEM NO. 1 2 UNIT Lump Sum Lump Sum TOTAL QTY 1 1 DESCRIPTION Remove existing 30" CMP and headwall and replace with 30" HOPE drainpipe Private Property Improvement Restoration TOTAL PRICE $22,600 $5,000 $27,600 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. SUBMITTED BY: Don Hubbard Contracting. Co Company/Business Name Authorize'd Statureis- f Contractor's License Number Classification(s) Printed Name and Title Expiration Date Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: ?S/%>?#£ 7 OR (Individuals) Social Security #: - 2 -Revised 03/13/02 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 Item No. Description of Work SUBCONTRACTOR* % of Total Contract Business Name and Address .1^ j\(()JvL> ' License No., Classification & Expiration Date MBE Yes No Total % Subcontracted: * 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: Sherri Howard (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 disqualify the Contractor or subcontractor from participating in 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 City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. -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 5 working days after receipt of Notice to Proceed. Completion: I agree to complete work within 15 working days after receipt of Notice to Proceed. CONTRACTOR: Don Hubbard Contracting Co (name of Contractor) By:. lignhe/e) (print name and title) wbb>r« cJ.Sl9C.CxC* l**l.i (print name and title) I/A/J>A i/fcm on. . (address) (city/state/zip) (telephone no.) (fax no.) CITY OF CARLSBAD a municipal corporation of the State of California: By: / ^ Assistant City Manager /Designee (address) (telephone 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 officer(s) signing to bind the corporation.) APPROVED AS TO FORM: RONALD^. BALL, City Attorney BY: -6-Revised 03/13/02 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of <5GJC\ Dat3 personally appeared before me, Here Insert Nam* and Title of the Offia flame(s) of'STgner(s) J. V. MEEKER § CommiMlon * 1733067 | | Notary Public- California z Son Dtogo County = 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. 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. Place Notary Seal and/or Stamp Above Signature: OPTIONAL 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 amis 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(s) Signer's Name: D Corporate Officer — Title(s): D Individual D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer Is Representing: Signer's Name: D Corporate Officer — Title(s): D Individual D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer Is Representing: © 2008 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1 -800-876-6827 Deputy City Attorney Exhibit A SCOPE OF WORK STORM DRAIN REPAIR - 4321 BRUCE DRIVE TASK 1: REMOVE EXISTING 30" CMP AND HEADWALL AND REPLACE WITH 30" HOPE DRAIN PIPE SHERRi, I TOOK A LOOK AT THE EXPOSED MANHOLE YESTERDAY. I THINK WE CAN IMPORT FILL MATERIAL TO THE DRIVEWAY SO WE CAN BUILD A RAMP TO GET A BACKHOE ON THE SLOPE TO DIG OUT THE EXISTING LINE AND LAY THE NEW ONE. IVE LEFT OUT ANY REVEG, POST CONSTRUCTION EROSION CONTROL FOR THE SLOPE, OR PAVEMENT OR WALL REPAIRS, BUT I THINK THERE IS MONEY FOR THAT IF IT NEEDS TO HAPPEN. WE CAN ADDRESS THAT AFTER THE PIPE IS INSTALLED IF IT'S NECESSARY. PLEASE REVIEW THE QUOTE ON THE ABOVE JOB: STORM DRAIN - 1 LS. MOBILIZATION 1 LS. CLEAR & GRUB 16 LF. REMOVE & DISPOSE OF EXISTING 30" CMP 16 LF. 30" HOPE DRAIN PIPE 1 EA. CONCRETE LUG CONNECTION TO EXISTING 30" ACP 1 EA. CONNECT TO EXISTING TYPE A CLEANOUT 3 VF. RAISE 36" GRADE RINGS TOTAL 22,600.00 SCOPE OF WORK: 1. MARK-OUT FOR DIG-A-LERT; COORDINATE WITH CARLSBAD FOR ACCESS; MOBILIZE 2. CLEAR & GRUB EXISTING VEGETATION; REMOVE EXISTING 30" CMP AND PORTION OF HEADWALL IF NECESSARY. 3. INSTALL 30" HOPE WITH CONCRETE CONNECTION TO THE EXISTING 30" ACP AND THE EXISTING TYPE A CLEANOUT. 4. RAISE CLEANOUT ABOVE FINISHED GRADE. BACKFILL TO FINISHED GRADE; DEMOBILIZE. NOTES: 1. PRICE BASED ON ABOVE QUANTITIES. IF QUANTITIES CHANGES, PRICE WILL BE ADJUSTED ACCORDINGLY. 2. PRICE INCLUDES ALL DISPOSAL COSTS. 3. PRICE EXCLUDES CITY OF CARLSBAD PERMITS, BONDS, ENGINEERING, SURVEYING, AND SWPPP. 4. PRICE EXCLUDES COMPACTION TESTS, BUT CAN BE PROVIDED AT $500.00 EACH IF NECESSARY. 5. PRICE EXCLUDES REPAIR OR REPLACEMENT OF STUCCO BLOCK WALL, LANDSCAPING, IRRIGATION, OR ASPHALT PAVEMENT. WORK CAN BE DONE AT ADDITIONAL COST IF NECESSARY. 6. PRICE EXCLUDES EROSION CONTROL MEASURES SUCH AS DOWNSTREAM SEDIMENT TRAP, HYDROSEEDING, STRAW WATTLES, OR SILTFENCE. WORK CAN BE DONE AT THE DIRECTION OF THE CITY AT ADDITIONAL COST. 7. EXCAVATION EQUIPMENT AND MATERIAL WILL BE STORED ON-SITE. 8. TRENCH SPOIL ASSUMED TO BE USED IN BACKFILL AND COMPACTION OVER THE PIPE ZONE WITHOUT SCREENING OR TREATMENT. IMPORTING OF BACKFILL MATERIAL EXCLUDED. 9. ANY SUBSURFACE OBSTRUCTIONS OR UTILITY CONFLICTS WILL BE CONSIDERED A CHANGE IN THE SCOPE OF WORK AND WILL BE RESOLVED ON A TIME AND MATERIAL BASIS. -7- Revised 03/13/02 10. THIS PROPOSAL IS TO BECOME PART OF THE CONTRACT. IN CASE OF ANY CONFLICT BETWEEN THE TERMS OF THIS PROPOSAL AND THOSE OF THE BID OR CONTRACT DOCUMENTS, THE TERMS OF THIS PROPOSAL WILL CONTROL AND SUPERSEDE. TASK 2: PRIVATE PROPERTY IMPROVEMENT RESTORATION TO BE PAID T&M NOT TO EXCEED $5,000. This item will cover any work associated with Notes 5, 6 and 10 and any work associated with the repair as may be required to complete the storm drain pipeline repairs and return the site to pre- construction condition. WE LOOK FORWARD TO WORKING WITH YOU ON THIS PROJECT. IF YOU HAVE ANY QUESTIONS REGARDING THIS BID, PLEASE DON'T HESITATE TO CALL ME. THANK YOU, Jason P. Hubbard, P.E. Don Hubbard Contracting Co. 760-736-3241 -8- Revised 03/13/02