HomeMy WebLinkAboutDon Hubbard Contracting Company; 2011-11-28; PWM12-12UTILPWM12-12UTIL
City of Carlsbad
MINOR PUBLIC WORKS PROJECT
6608 NORTHWEST QUADRANT STORM DRAIN PROGRAM
INLET AT HOOVER STREET AND ADAMS AVENUE
REQUEST FOR BID
This is not an order.
Project Manager Sherri Howard Date Issued: October 26, 2011
(760) 602-2756 Request For Bid No.:_
Mail To: Sherri Howard CLOSING DATE: November 4. 2011
Purchasing Department CLOSING TIME: 5:00 p.m.
City of Carlsbad
1635 Faraday Avenue Submit bid to Engineering Front Counter at the Faraday
Carlsbad, California 92008-7314 Center, 1635 Faraday Avenue, Carlsbad, CA 92008.
Award will be made to the lowest responsive, Please use typewriter or black ink.
responsible contractor based on total price.
Envelope MUST include Request For Bid
No. .
DESCRIPTION
Labor, materials and equipment to remove an existing modified corrugated metal pipe storm drain inlet and
replace with a Type F catch basin per SDRSD D-7 and associated improvements to achieve positive
drainage. Work includes traffic control, remove existing and construct new Type F catch basin per SDRSD
D-7, remove existing and construct 18 LF new PCC brow ditch Type B per SDRSD D-75, construct 32 LF
6"PCC curb per SDRSD G-1, construct AC spillway per SDRSD D-22, construct 15 LF Type A AC Dike per
SDRSD G-5
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Sherri Howard
Phone No. 760-602-2756
Email. Sherri.Howard@carlsbadca.gov
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
Name Telephone
UMCAVKTAMU _ -&»<>> 734 -31** a
Address Fax
City/State/Zip E-Mail Address
-1- Revised 03/13/02
Name and Title of Person Authorized to sign
contracts.
reSignaKf
JAScnsi
Title
Name U-M-li
Date
JOB QUOTATION
ITEM
NO.
A-1
A-2
A-3
A-4
A-5
A-6
A-7
UNIT
1
1
1
18
32
21
15
QTY
LS
LS
EA
LF
LF
LF
LF
DESCRIPTION
Mobilization
Traffic Control
Remove and dispose of existing and install new Type F catch
basin per SDRSD D-75
Remove and dispose of existing brow ditch and Construct 2'
wide PCC brow ditch Type B per SDRSD D-75
Construct 6" PCC curb per SDRSD G-1
Construct Ac Spillway per SDRSD D-22
Construct Type A AC Dike per SDRSD G-5
TOTAL
TOTAL
PRICE
750.00
350-66
7ZS&.OD
zroo.fco
900 00
2.106. fiD
KO.GD
/4-700.0D ft-
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. Note: Please do not sign the contract document (last page) at this time. The successful
contractor will execute the contract after bid award.
SUBMITTED BY:
Company/Business Name
Authorized Signature
Contractor's License Number
Classification(s)
Printed Name and Title
H-M-H
4-Expiration Date
Date
-2-Revised 03/13/02
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#:
OR
(Individuals) Social Security*:
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
-^"^61 1 -\fcftIT \KJONb- J
^ ""
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: vV\S5M i^ojjL^m-O
(project manager)
Wage Rates:
The project is non-prevailing wage.
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 determent 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:
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
-4- Revised 03/13/02
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 _ working days after receipt of Notice to Proceed.
Completion: I agree to complete work within working days after receipt of Notice to Proceed.
CONTRACTOR:
DOM CdN)TT/tecT/f*t-> Ct).
CITY OF CARLSBAD a municipal
corporation of the State of California:
(name of Contractor)
Bv:By:
Department Manager
(print name and title) «(address)
(telephone no.)
(print name and title)
\0\f>-A- UMDtV-vA^T^ DCL
(address)
(city/state/zip)
\
(telephone no.)
(fax no.)
e-mail addre^
(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 03/13/02