HomeMy WebLinkAboutDon Hubbard Contracting Company; 2011-03-01; PWM11-30UTILPWM11-30UTIL
City of Carlsbad
MINOR PUBLIC WORKS PROJECT
Contract
Project Manager: Clay Dobbs Date: | - ^\ - \ (
(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 install two 8" sewer cleanouts to street grade level.
All materials for project to be inspected and approved by project manager.
Sites are approximate and need to be verified by contractor.
See Exhibit A for location information.
See Exhibit B for locations
See Exhibit C for Carlsbad standard that must be followed
Contractor would be compliant in all OSHA safety regulations required for this job.
Price not to exceed $19,500.00
Exclusions:
City permits, notifications of residence, surveying
Inclusions:
Water will be provided by city at no-cost contractor; city will provide bypass system of affluent flow if
necessary; city will operate all the valves if necessary.
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 N/A
City/State/Zip E-Mail Address
-1 - Revised 09/01/09
Name and Title of Person Authorized to sign
contra
Name
Title
Date
Job Quotation
ITEM NO.
1
2
UNIT
1
1
QTY
1
1
DESCRIPTION
Raise 8 inch dead end cleanout on Marron
Rd. per standard S6
Raised a pinch and cleaning out at Car
Country Alley per-city standard S6
Total
TOTAL PRICE
$ 8,775.00
$10,725.00
$19,500.00
SUBMITTED BY:
Don Hubbard Construction Company
Company/Business Name
Authojafed Signature
Printed Name and Title
Date
#A1 72638
Contractor's License Number
OPEN
Classification(s)
Expiration Date
- 2 -Revised 09/01/09
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
None
License No.,
Classification
& Expiration
Date
MBE
Yes No
Total % Subcontracted:
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-3-Revised 09/01/09
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: Clay 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 California 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 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.
Signature:
Print Name:
-4- Revised 09/01/09
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 09/01/09
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 Company
(name of Contractor)
By:
(sig^fere)
HUfAAfl.fr \Aa~-
(print name and \itle)
(print name and title)
IQiS-A Pit .
(address)
CA
(city/state/zip)
(telephone no.)
(fax no.)
tfa
ress)
CITY OF CARLSBAD a municipal
corporation of the State of California:
By:.
Utilities Director
5950 El Camino Real, Carlsbad. CA 92008
(address)
760^38-2722
(telephone no.)
ATTEST:
LORRAINE M. WOOD
City Clerk
_
I address)
(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 officers) signing to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
BY: ylftU #4
Deputy City Attorne
f
^
-6-Revised 09/01/09
SCOPE OF WORK
See Exhibits A, B & C attached.
EXHIBIT A
Pipe Repair Work Sheet 2010-1
Areatf Street/Area Repair Type WWZone WorkonMHtt Pipe Size Footage Depth
Car Country Alley at Paseo del Norte Install clean out to grade WW18 8"PVC 68'from27B-5 11'
Marron Rd near Avenida de Anita Install clean out to grade WW4 6A-82 8"VCP 60'from6A-14 8'
EXHIBIT B
MARRON ROAD
Raise stub out 6A-82 to
clean out at street
grade.
KXH1BIT B
CAR COUNTRY ALLEY - PASEO DEL NORTE
sewei
m jtub out 55'
27B-5 to
sewer clean
treet
EXHIBIT C
12' CAST IRON GATE CAP
PER DETAIL HEREON.
ALHAMBRA FOUNDRY
#29612 CAST !RON
BOX/UD MARKED
SEWER #
SEWER CLEAN-OUT RISERS
TO BE FITTED WITH MALE .
SCREW IN PtUG.
6" MIN.
n
Itfl
n^r^GLUED
TOP OF PAVEMENT
MIN.
12" WOE X 6' THICK I
CLASS &6O-C-5250 CONCRETE
COLLARWTH 3" ASPHALT
CONCRETE OVERLAY
(TYPICAL).
jGLUED
12" P.V.C. PIPE.
GATE CAP
(HEAVY DUTY)
BACKFILL BEDDING
TOP OF V8 BEND.
SEE DWG. S8 FOR
BEDDING DETAIL
NOTES:
13 5/8"r\S S /
1. GATE CAP SHALL BE LABELED SEWER.
2.
3.
CLEANOUTS MAY BE USED WITH P.V.C. SEWER
MAIN.
RISER SHALL BE SAME DIAMETER AS SEWER
MAIN.
n 1/2"
REV.APPROVED DATE CITY OF CARLSBAD
SEWER MAIN CLEANOUT OTY DATE
SUPPLEMENTAL
STANDARD NO.S-6
Clayton Dobbs
From: Jason Hubbard [jasonphubbard@sbcglobal.net]
Sent: Tuesday, January 18, 2011 10:00 AM
To: Clayton Dobbs
Subject: RAISE SEWER CLEAN-OUTS AT MARRON ROAD & CAR COUNTRY ALLEY
CLAYTON WE ARE PLEASED TO QUOTE YOU WITH THE FOLLOWING PRICE ON THE ABOVE JOB:
MARRON RD -
1 LS. MOBILIZATION / DEMOBILIZATION
1 LS. TRAFFIC CONTROL
1 LS. POTHOLE END OF LINE PER CITY LOCATIONS
8 VF. RAISE 8" DEAD END CLEANOUT PER S-6
20 SF. PAVEMENT REPLACEMENT (4" AC / 6" BASE) _
SUBTOTAL $ 8,775.00
CAR COUNTRY ALLEY -
1 LS. MOBILIZATION / DEMOBILIZATION
1 LS. TRAFFIC CONTROL
1 LS. POTHOLE END OF LINE PER CITY LOCATIONS
1 1 VF. RAISE 8" DEAD END CLEANOUT PER S-6
20 SF. PAVEMENT REPLACEMENT (4" AC / 6" BASE) ___^__
SUBTOTAL $ 10,725.00
PROJECT TOTAL $ 19,500.00
SCOPE:
1. CITY TO MARK END OF LINE LOCATIONS PRIOR TO MOBILIZATION.
2. MOBILIZE EQUIPMENT; POTHOLE END OF LINE AND RAISE TO GRADE.
3. BACKFILL, POUR CONCRETE COLLAR, AND REPAVE EXCAVATION.
4. DISPOSE OF REMOVED SOIL AND ASPHALT.
NOTES:
1. PRICE EXCLUDES CITY OF CARLSBAD PERMITS AND FEES.
2. PRICE INCLUDES TRAFFIC CONTROL AND TRAFFIC CONTROL PLAN FOR A 'LANE SHIFT' PATTERN.
3. PRICE EXCLUDES COMPACTION TESTS, BUT CAN BE PROVIDED AT $500.00 EACH IF NECESSARY.
4. DUE TO THE SIZE OF THE REPAIRS, REPLACEMENT OF THE PAVEMENT EXCLUDES GRIND & CAP, SEALCOATING, AND STRIPING.
5. EXCAVATED MATERIAL ASSUMED TO BE USED FN BACKFILL & COMPACTION.
6. IF GROUNDWATER OR UNSTABLE GROUND IS ENCOUNTERED THAT REQUIRES SPECIAL SHORING / SHEETING AND/OR PUMPFNG,
THIS WILL BE CONSIDERED A CHANGE FN SCOPE AND ALL WORK WILL BE RESOLVED AT ADDITIONAL COST.
7. PRICE BASED ON NORMAL WORKING HOURS: 7AM - 5PM.
8. EQUIPMENT AND MATERIAL TO BE STORED ON-SITE.
QUOTE VALID FOR 30 DAYS FROM ABOVE DATE. 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