HomeMy WebLinkAboutDon Hubbard Contracting Company; 2009-10-13;CMWD
MINOR PUBLIC WORKS PROJECT
Project Manager Jase Warner Date Issued: 9/17/09
(760)438-2722
Mail To:
Water
City of Carlsbad
5950 El Camino Real
Carlsbad, California 92008-7314
Award will be made to the lowest responsive,
responsible contractor based on total price.
DESCRIPTION
Labor, some materials and equipment to: Replace (2) 6 inch tees with 3 valves each. Matisse are
located in the same block and we'll both be replaced concurrently during one 8 hour time
water shut down (8:00am-4:00pm). Both 6 inch valves and tees will be provided and
assembled by Carlsbad Municipal Water District employees.
Further details and required appurtenances can be found in the attached "Addendum 1"
Price not to exceed $25,500.00
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Jase Warner
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
760-736-3241
Don Hubbard Telephone
Name
760-736-3248
1015 (a) Linda Vista Drive Fax
Address
N/A
San Marcos, California 920 70 E-Mail Address
City/State/Zip
-1- Revised 03/13/02
ame and Title of Person Autfa
cdfitracts.
ized to sign
Title
Name Date
JOB QUOTATION
ITEM NO.
1
UNIT QTY DESCRIPTION
Tee and valve replacement per instructions
in Addendum (a)
TOTAL
TOTAL PRICE
$25,500.00
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 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:
172638
Contractor's License Number
Classification(s)
6-30-2010
Expiration Date
pn HubbardJSoiuliuulloTi Company
Printed Name and Title
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: - 951967867
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 License No.,
Classification
& Expiration
Date
MBE
Yes No
Total % Subcontracted: 0
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: Jase Warner
(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. ^ J^ J
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 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within working days after receipt of Notice to Proceed.
CONTRACTOR:
(print name and title)
CITY OF CARLSBAD a municipal
corporation of the State of California:
AsoioUfnt City Manager
(address)
(e-mail address))
(print name and title)
lD\5/\
(address)
(city/state/zip1)
(telephone no.)
(fax no.)
baA pk
(e-rnail address)
(telephone no.)
ATTES;
LpRRAlNfcM.WOD
City Cle/k A
(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 Attorneyo
Deputy City Attorne
-6-Revised 03/13/02
Addendum A
Location: Intersection of Forest Ave/Highland Dr.
Intersection of Forest Ave/Spruce St.
Description of Work: Excavate and expose both tees, identify and confirm pipe materials/sizes.
Plate excavations and secure until the scheduled date of tee replacement (not to exceed two
weeks). On the date of the work, district personnel will perform the shutdown and will stay
onsite to inspect the work. The contractor will be responsible for dewatering water mains after the
shutdown. After the job is completed, the contractor will backfill, restore the road surface with its
existing material, and perform all job cleanup. There is no guarantee of a drip-tight shutdown.
Valve Replacement Directions: All tees must have at least 4' of C-900 PVC stubbed out between
the tee and reconnection to the existing AC pipe if a tap is to be made. No connection to AC pipe will
be made within 2' of a coupling. If this is not possible, the coupling and milled end of the AC pipe
will be removed prior to connection.
The tee at Forest/Highland will have (2) 1" MAR assemblies.
The tee at Forest/Spruce will have (2) 2" blow-off assemblies.
Comments /Notes: Reference the City of Carlsbad Design Standards for all approved construction
methods and approved materials. All parts will be provided by CMWD. The contractor will provide
all backfill materials, concrete for thrusting, and AC for the hot patch.
Contractor Responsibilities:
Provide a one year warranty for workmanship and any parts not provided by the City.
Provide all labor to complete valve replacement.
Call USA and locate all utility conflicts.
Excavate and backfill the repair.
All traffic control.
Obtain all necessary permits and licenses to perform work.
Observe all safety regulations applicable to the work.
Provide all parts to complete the job unless otherwise stated.
Work according to the schedule established by the City.
Maintain water quality and avoid contamination.
Maintain jobsite BMP's to prevent storm drain contamination.
Provide shoring and ensure all applicable trenching/shoring laws are followed.
Provide trench plates to protect the excavation in between work days.
Notify the project manager of any unforeseen changes.