Loading...
HomeMy WebLinkAboutDon Hubbard Contracting Company; 2012-02-06; PWM12-20UTILPWM12-20UTIL City of Carlsbad IMINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order Project Manager Clayton Dobbs Date: Januan/12. 2012 (760) 438-2722 Mail To: Purchasing Department City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008-7314 Award will be made to the lowest responsive, responsible contractor based on total price. DESCRIPTION Labor, materials and equipment to remove and replace sunken triangular clean-out lid with a 1243 circular clean-out lid, and repair broken 8" VCP pipe riser as needed at 4365 Shasta Place asset #11B-54, for a sum not to exceed $7,250. ROW permit required with proper traffic control. Ail Cal OSHA regulations will be followed. See Exhibit A, Scope of Work See Exhibit B, Quote No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Clayton Dobbs Phone No. 760-438-2722 Submission of bid implies knowledge of all job terms and conditions. SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Don Hubbard Contracting Company 760-736-3241 Name Telephone 1015-A Linda Vista Drive 760-753-3248 Address Fax San Marcos, CA 92078 Jason Hubbard J.HubbardO.Hubbard com City/State/Zip E-Mail Address Name and Title of Person Authorized to sign contracts. Name Title I~Z1~\1. Date JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION TOTAL PRICE 1 1 Remove & replace triangular clean-out lid with a 1243 circular lid 2 1 Repair broken 8" VCP pipe riser as needed TOTAL $7,250 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 othenvise 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 Companv Company/Business Name # A 172638 Contractor's License Number A Printed Name and Title ' Date Classification(s) n iJate ' Expiration TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: QS)'^^ ?g67 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. ofthe California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." Total % Subcontracted: 0 * Indicate Minority Business Enterprise (MBE) of subcontractor. CITY OF CARLSBAD 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. 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: Clayton Dobbs (project manager) The Payment of Prevailing Wages is Not Required The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the provisions of the Califomia Labor Code when the public work 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 forth 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, 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: .)D^dH HMMAOt^ 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. 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: Don Hubbard Contracting Companv (name of Contractor) CITY OF CARLSBAD a municipal corporation of the State of Califo; By: (print name and title) ddress)) GLENN PRUIM, Utilities Director 5950 El Camino Real. Carlsbad. CA 92008 760-438-2722 (telephone no.) (sign here) (print name and title)' (address) (city/state/zip) ' ' (telephone no.) lU0- l?.L 'y2M9i (fax no.) r4i/^3ri^f?l^tu^L-.b^,l.>-U' I (e-mail addresB^ ATTEST: LORRAINE M. WOOD City Clerk (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 EXHIBIT A SCOPE OF WORK 1. Obtain right-of-way permit 2. Install new 1243 Carlsbad clean-out lid 3. Repair broken 8" VCP pipe riser as needed 4. Clean area LOCATION 4365 Shasta Place, asset #11 B-54 EXHIBIT B CLAYTON WE ARE PLEASED TO QUOTE YOU WITH THE FOLLOWING PRICE ON THE ABOVE JOB: SEWER 1 1 1 1 20 SCOPE: 1. 2. 3. 4. NOTES: 1. 2. 3. 4. 5. 6. 7. LS. MOBILIZATION / DEMOBILIZATION LS. TRAFFIC CONTROL LS. REPAIR 8" PVC MAIN EA. REMOVE & REPLACE CLEANOUT LID SF. PAVEMENT REPLACEMENT (4" AC / 6" BASE) SUBTOTAL $ 7,250.00 CITY TO PROVIDE VIDEO OF LINE BREAK PRIOR TO MOBILIZATION MOBILIZE EQUIPMENT; EXPOSE PIPE, REPAIR BREAK IN MAIN, AND RE-CONNECT CLEANOUT RISER BACKFILL, POUR CONCRETE COLLAR ON 1243 FRAME & LID, AND REP AVE EXCAVATION DISPOSE OF ANY EXCESS SOIL AND ASPHALT. PRICE EXCLUDES CITY OF CARLSBAD PERMITS AND FEES PRICE INCLUDES TRAFFIC CONTROL AND TRAFFIC CONTROL PLAN PRICE EXCLUDES COMPACTION TESTS, BUT CAN BE PROVIDED AT $500 00 EACH IF NECESSARY DUE TO THE SIZE OF THE REPAIRS, REPLACEMENT OF THE PAVEMENT EXCLUDES GRIND & CAP SEALCOATING AND STRIPING EXCAVATED MATERIAL ASSUMED TO BE USED IN BACKFILL & COMPACTION UINU, AINU biKinNO. PRICE BASED ON NORMAL WORKING HOURS: 7AM - 5PM EQUIPMENT AND MATERIAL TO BE STORED ON-SITE Jason P. Hubbard, P.E. Don Hubbard Contracting Co. 760-736-3241