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; 2010-10-08; PWM11-10UTIL
Carlsbad Municipal Water District MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager: David Ahles Date Issued: September 7, 2010 (760) 602-2748 Request For Bid No.: Pu/W (/-/GUttL Mail or Deliver to: CLOSING DATE: __ Purchasing Department Bid shall be deposited in the Bid Box located City of Carlsbad in the first floor lobby of the Faraday Center 1635 Faraday Avenue located at 1635 Faraday Avenue, Carlsbad, Carlsbad, CA 92008-7314 CA 92008 until 4:00 p.m. on the date of Bid Award will be made to the lowest responsive, responsible contractor based on total price. Please use typewriter or black ink. Envelope MUST include Request For Bid No. _ . DESCRIPTION Labor, materials and equipment for Twin "D" Reservoir Improvements as shown on drawing No. including: 1. Coordinating with Carlsbad for Access: Mobilize 2. Remove two fence panels and clear & grub site to be graded. 3. Grade drainage swale and place rip rap per plan. 4. Form & pour new concrete anchor for fence post. 5. Hydroseed disturbed areas. 6. Reset fence & demobilize. Job walk-through Completed on September 2, 2010 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 <A& (V/5jl<£>\ CAUr. fa (3$ City/State/Zip ' Name Telephone Address Fax -1 - Revised: {5/17/00 Name and Title of Person Authorized to sign contracts. Siofrature Name Title Date / JOB QUOTATION ITEM NO. 1 2 3 4 5 6 UNIT LS. LS LS LS CY SF QTY 1 1 1 1 55 2990 DESCRIPTION Mobilization Clear & Grub Remove & Reset Existing Fence Grade Swale % Ton Rip Rap Placement Non-Irrigated Hydroseed TOTAL TOTAL PRICE $28,850.00 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 otherwise 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 of the District as to the Contractor's ability to perform the contract shall be conclusive. SUBMITTED BY: Company/Business Name ™^>^ Aurorized Signature Contractor's License Number Classification(s) Printed Name and Title 0 Expiration Date Date/ 1 TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: OR (Individuals) Social Security #: -2-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 Item No. Description of Work SUBCONTRACTOR* % of Total Contract Business Name and Address /^ "\ ( fJbk ^ V. ^^ License No., Classification & Expiration Date MBE Yes No Total % Subcontracted: * Indicate Minority Business Enterprise (MBE) of subcontractor. Revised: 5/17/00 CARLSBAD MUNICIPAL WATER DISTRICT MINOR PUBLIC WORKS CONTRACT (Less than $30,000) 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: (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 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 Carlsbad Municipal Water District to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: Print Name:gfrtot/ -4- 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. -5- 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 I agree to complete work within Proceed. working days after receipt of Notice to Proceed. working days after receipt of Notice to CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad By: Assistant City Manager t>v~ By:. J ijJ ^»W- W^l H "(address) (sign here) Brint name and title) (telephone no.) (e-mail address)ATTEST: (address) (city/state/zip) ' LORRAINE M. WOOD Secretary (telephone no.) (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: -6-Revised: 5/17/00 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CaliforniaiiI County of I <*flere Insert flame gfid Title of the Offi personally appeared Ii I II J. V. MEEKER Commission # 1733067 Notary Public - California San Diego County MyCorrmExplre»Apr17,20n Place Notary Seal and/or Stamp Above Signature: OPTIONAL —I I IIP I$II^I II I I Ii II IiXXiK ©2008 National Notary Association• 9350 De Soto Ave., P.O. Box 2402'Chatsworth, CA 91313-2402• www.NationalNotary.org 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. gnature of Notary Public Though the information below is not required by law, it may prove \awable to persons relying on the document and could prevent fraudulent removal and reattachment orthis 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: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here 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: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here Item #5907 Reorder: Call Toll-Free 1 -800-876-6827 David Ahles From: Jason Hubbard [jasonphubbard@sbcglobal.net] Sent: Tuesday, September 07, 2010 3:33 PM To: David Ahles Subject: TWIN 'D' RESERVOIR DRAINAGE IMPROVEMENTS DAVID, WE ARE PLEASED TO QUOTE YOU A PRICE ON THE ABOVE JOB: STORM DRAIN - 1 LS. MOBILIZATION 1 LS. CLEAR & GRUB 1 LS. REMOVE & RESET EXISTING FENCE 1 LS. GRADED SWALE 55 CY. '/, TN RIP RAP PLACMENT 2990 SF. NON-IRRIGATED HYDROSEED TOTAL $ 28,850.00 SCOPE OF WORK: 1. COORDINATE WITH CARLSBAD FOR ACCESS; MOBILIZE. 2. REMOVE TWO FENCE PANELS AND CLEAR & GRUB SITE TO BE GRADED. 3. GRADE DRAINAGE SWALE AND PLACE RIP RAP PER PLAN. 4. FORM & POUR NEW CONCRETE ANCHOR FOR FENCE POST. 5. HYDROSEED DISTURBED AREAS. 6. RESET FENCE & DEMOBILIZE. NOTES: 1. PRICE EXCLUDES CITY OF CARLSBAD PERMITS, BONDS, ENGINEERING, SURVEYING, SWPPP, AND COMPACTION TESTS. 2. PRICE EXCLUDES REPAIR OR REPLACEMENT OF CONCRETE BROW DITCH, FENCE, RIP RAP CHANNEL, LANDSCAPING. OR ASPHALT PAVEMENT. WORK CAN BE DONE AT ADDITIONAL COST IF NECESSARY. 3. PRICE EXCLUDES EROSION CONTROL MEASURES SUCH AS STRAW WATTLES OR SILTFENCE. WORK CAN BE DONE AT THE DIRECTION OF THE CITY AT ADDITIONAL COST. 4. EXCAVATION EQUIPMENT AND MATERIAL WILL BE STORED ON-SITE. 5. 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. 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