Loading...
HomeMy WebLinkAboutDon Hubbard Contracting Company; 2000-02-23;. Carlsbad Municipal Water District MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order Project Manager Mark Biskup Date Issued: (760)602-2763 Request For Bid No.:97-105 Mail or Deliver to: CLOSING DATE: NA Purchasing Department City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008-l 989 Bid must be received prior to 5:00 p.m. on the date of Bid closing. Please use typewriter or black ink. Award will be made to the lowest responsive, responsible contractor based on total price. Envelope MUST include Reqqest For Bid No.97-105. DESCRIPTION Labor and equipment to construct the temporary pump and intertie pipe and appurtenances as described in the Technical Specifications and Drawings for Job Number CMWD 97-105. No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Mark Biskup Phone No. 760 602-2763 Submission of bid implies knowledge of all job tern-s and conditions. Contractor acknowledges receipt of Addendum No. 1 (-), 2 (-), 3 (-), 4 (-), 5 0. SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Qh l4J4wijT Q&iwulrl4 (D, Name 7 ?& 736- 3aff Fax lam hbNJ~5W bl2- Address !lPJ wii4-Q C~4R sasbs City/StateiZip m=136-Q,,\ Telephone -l- g/24/99 \I\ E TvESQa.K Title J-+ 00 Date JOB QUOTATION 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 Contractors ability toberform the contract shall be conclusive. SUBMITTED BY: CD- r-w39 Contractor’s License Number Classification(s) Printed Name and Title Date L-30-00 Expiration Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 95 s&-N LT. OR (Individuals) Social Security #: -2- 9124199 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 subcontractor 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 Authorii, 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.” Total % Subcontracted: * Indicate Minority Business Enterprise (MBE) of subcontractor. -3- g/24/99 CARLSBAD MUNICIPAL WATER DISTRICT 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 co 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 Di participating in contract bidding. Signature: Print Name: M -4- g/24/99 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 . . . . . . .$500,000 Property damage insurance in an amount of not less than.. . . . . ..$lOO.OOO 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. Jurisdiction: c- 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. 9124199 / Start Work: I agree to start within working days after receipt of Notice to Proceed. 3 Completion: I agree to complete work within 3-Q working days after receipt of Notice to Proceed. CONTRACTOR: (address) Al-TEST: t!AuF- 9 aoP,k( -l~-~~&i- a!!\ (telephone no.) -%-73b-sLtI( (fax no.) CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad (address) (telephone 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: -6- 9124199 TECHNICAL SPECIFICATIONS FOR CONSTRUCTION OF TEMPORARY PUMP AND APPURTENENCES FOR VISTA IRRIGATION DISTRICT AND CMWD INTERTIE (97-105) Part 1 -General 1.01 DESCRIPTION A. Statement of Work The work to be performed under this contract shall consist of furnishing all labor and equipment to construct and later remove a CMWD furnished pump, pipe, fittings and appurtenances at the Vista Irrigation District-CMWD Intertie location on the north side of Palomar Airport Road approximately 400 ft. west of Business Park Road. B . Responsibilities The Contractor shall transport the pump, pipe and fittings from CMWD to the construction site. The Contractor shall construct all ten (10) inch steel suction pipe from the existing blind flange at grade to the pump and construct all six (6) inch steel discharge pipe with a six (6 ) inch meter from the pump discharge to the existing six (6) inch blind flange, see Exhibit “A” and Exhibit “B”. The Contractor shall locate and dig up the existing six (6) inch gate valve and blind flanged bend and construct a six (6) inch flanged CMLBC steel riser to grade and construct a valve box per CMWD DWG. W 16 for the six (6) inch gate valve. The Contractor shall construct a security fence around the pump and meter with a locked maintenance access gate. The pump will remain in operation for approximately two (2) weeks at which point the Contractor shall disassemble above ground pipe, fittings, meter and pump and return them to CMWD. Both the six (6) inch riser and 10 inch riser shall be blind flanged at grade. All work shall be done in comuliance with CMWD’s publication of “Carlsbad Rules and Repulations for Construction of Public Potable Water Mains, CMWD October 1993”. Part 2-Products 2.1 Pump The pump will be a 6RB powered by a John Deere 6076A diesel fueled engine. The pump and engine are mounted to a trailer with integral fuel tanks. The oumo will be delivered to the work site by the Contractor from the CMWD’ storage yard.. 2.2 Pipe All nioe and fittings will be furnished bv CMWD. The Contractor shall deliver all pipe and fittings from the CMWD storage yard to the job site. ,- 2.3 Meter The 6 inch turbo-meter will be furnished bv CMWD an installed by the Contractor. 2.4 Security Fence The security fence shall be a minimum of 6 feet high and will enclose the entire pump system and meter and will have a locked access for maintenance. The fence shall be furnished by the contractor.