Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Don Hubbard Contracting Company; 2012-03-16; PWM 12-35UTIL
City of Carlsbad MINOR PUBLIC WORKS CONTRACT PWM12-35UTIL Project Manager Clayton Dobbs (760) 438-2722 Date: Februarv 14. 2012 Mail To: CMWD / City of Carlsbad 5950 El Camino Real Carlsbad, Califomia 92008-7314 Award will be made to the lowest responsive, responsible contractor based on total price. DESCRIPTION Labor, materials and equipment to: Raise to grade (3) storm-drain cleanouts by replacing the lid, ring and metal riser with Carlsbad standard ring, lid, and concrete riser on Hillside Dr located between Kelly Drive and Park Drive. Replace 7 concrete lids with street rated manhole lids and frames to allow access into storm drains structure, located on Carlsbad Boulevard between Breakwater Dr. and Palomar Airport Road Not To Exceed $23,800.00 Work to be complete within 15 working day after receiving notice to proceed. Carlsbad right-of-way permits required Compliance with Cal OSHA regulations. 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 Name 1015-A Linda Vista Drive Address San Marcos. CA 92078 City/State/Zip 760-736-3241 Telephone 760-753-3248 Fax Jason Hubbard J.Hubbard@Hubbard.com E-Mail Address 1 -Revised 09/01/09 Name and Title of Person Authorized to sign contracts. Vice President Sig Jason Hubbard Title Name 3-/^ -1^ Date JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION TOTAL PRICE 1 3 Raise to grade 3 cleanout frames and lids with Carlsbad standard lids with concrete risers. Asset ID numbersi 7d-8,17d-2,17d-28 $6,300.00 2 7 Replace concrete lids with street rated manhole covers and ratings to allow access to storm drain structures on Carlsbad Boulevard between Breakwater Drive and Palomar Airport Road, asset IDnumbers.34b-1,34b-5,34b-9,34b-10,35c-13.35c-1 $17,500.00 Total $23,800.00 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: Don Hubbard Construction Co. Company/Business Name 172638 Contractor's License Number Authorized Signature Jason Hubbard - Vice President Printed Name and Title Date Classification(s) 6-30-12 Expiration Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D. #: 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. ofthe California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." PORTION OF WORK TO BE SUBCONTRACTED SUBCONTRACTOR* MB E Item No. Description of Work % of Total Contract Business Name and Address License No., Classification & Expiration Date Yes No NONE Total % Subcontracted: n/a 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 bv: Clay Dobbs (project manager) The Payment of Prevailing Wages is NOT Required The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 328.130 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 fumished 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 ofthe 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. 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 60 working days after receipt of Notice to Proceed. Completion: I agree to complete work within 90 working days after receipt of Notice to Proceed. CONTRACTOR: CITY OF CARLSBAD a municipal corporation of the State of California: Don Hubbard Contracting Company (name of Contractor) 'Z By:^ Utilities Director fj/^ fjt/^Mip \Mf'f^Of^/^(fW^bQ El Camino Real. Carlsbad. CA 92008 ^orint name and title') I (address) (print name and title) ' (address) "\ ^«-Wvpkx^bjp<w-a^^j^^Gb«a/. KyT" (760) 438-2722 J (Sirtiail adlress)) ^ fl (telephone no.) By: sign here) (print name and title) (address) (city/state/zip) ' 76?()-73^-3ZMI (telephone no.) (fax no.) (e'^mail 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 officer(s) signing to bind the corporation.) APPROVED AS TO FORM: RONALD R. B^, City Attorney BY: -6- Revised 09/01/09 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 State of California County of SCKTV^VP^A } On W\r^eJ^\ \U3bQ)efore me, s')N VVNeP^er JXpVQf J S<.k)W. Date Here InsQp NameandTitle cythe Officer Uaie f ncic II lOCf I Mamc ai lu i mo \jm LI wmv^oi personally appeared NarTre(s) of Signer(s) ' J. V. MEEKER Cofflmission # 1929S3S (notary PuMic • CMfomto r San Oitgo CowNy ^ ii'^ftfiiitwil who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity (ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Place Notary Seal Above Signature: OPTIONAL iki. jlgnature of Notary Public Though the information below is not required by law, it may prove] and could prevent fraudulent removal and reattachment^ Description of Attached Document Title or Type of Document: Document Date: ible to persons relying on the document form to another document. Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Slgner(s) Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer Is Representing: Signer's Name: • Corporate Officer — Title(s): • Individual • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: RIGHT THUMBPRINT OF SIGNER Top of thumb here © 2010 National Notary Association • NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 Exhibit A Scope of work Obtain right away pernnit for Hillside Drive and Carlsbad Boulevard. Raise existing frame/cover (3) Utilize existing frame/covers Concrete around new frame/cover to existing grade. Colored concrete or asphalt can be used for final lift. Replace (7) concrete lids with street rated frame/cover. Cover and rings provided by City of Carlsbad Confined space entry (Cal OSHA approved) If necessary. Cleanup work area. Revised 09/01/09 City of Carlsbad MINOR PUBLIC WORKS INSURANCE REQUIREMENTS Commercial General Liability and Automobile Liability 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.