HomeMy WebLinkAboutDon Hubbard Contracting; 2009-08-25;Carlsbad Municipal Water District
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager David Ahles Date Issued: 8/13/09
(760) 602-2748 Request For Bid No.:_
Mail or Deliver to: CLOSING DATE: Aug. 17,2009
Purchasing Department Bid shall be deposited in the Bid Box located
City of Carlsbad in the first floor lobby of the Faraday Center
1635 Faraday Avenue located at 1635 Faraday Avenue, Carlsbad,
Carlsbad, CA 92008-7314 CA 92008 until 4:00 p.m. on the date of Bid
closing.
Award will be made to the lowest responsive,
responsible contractor based on total price. Please use typewriter or black ink.
Envelope MUST include Request For Bid
No.
DESCRIPTION
Labor, materials and equipment to install shoring and repair existing 18-inch welded steel pipe.
Backfill and install temporary AC.
No job walk scheduled. Contractors to arrange site visit by contacting the project manager listed
above.
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 ( ), 2 ( ), 3 ( ), 4 ( ), 5 ( ).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor San Marcos. CA 92078
City/State/Zip
Don Hubbard Contracting
Name 760-736-3241
Telephone
1015 Linda Vista Dr.
Address
Fax
-1 - Revised: 5/17/00
Name and Title of Person Authorized to sign
contracts.
Signature Title
Name Date
JOB QUOTATION
ITEM NO.
1
UNIT
1
QTY
1
DESCRIPTION
Repair watermain break as specified and
all appurtenances; see proposal
TOTAL PRICE
$23,750.00
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 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 Contractor's ability to perform the contract shall be conclusive.
SUBMITTED BY:
Company/Business Name
CO
Contractor's License Number
A
Classification(s)
Printed Name and Title Expiratfon Ddte
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 9S - /</&?vB£ 7
OR
(Individuals) Social Security #:
-2-Revised: 5/17/00
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
MfciMt-"
License No.,
Classification
& Expiration
Date
MBE
Yes No
Total % Subcontracted:N/V-V
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-3-Revised: 5/17/00
CARLSBAD MUNICIPAL WATER DISTRICT
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, 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 Joseph Adams, CMWD Public
Works Supervisor.
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 District to disqualify the Contractor or subcontractor from
participating in contract bidding.
Signature:
Print Name
-4- . Revised: 5/17/00
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 $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 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.
-5- Revised: 5/17/00
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:
Completion:
CONTRACTOR:
I agree to start within 5 working days after receipt of Notice to Proceed.
I agree to complete work within 90 working days after receipt of Notice to Proceed.
iVt-* CO
(name of Contractor)
CARLSBAD MUNICIPAL WATER DISTRICT,
a Public Agency organized under the Municipal
Water Act of 1911, and a Subsidiary District of
the City of Carlsbad
By:.
By:
^Assistant City Manager
(address)
(telephone no.)
(e-mail address)
lOiS"A
ATTEST:
(address)
(city/state/zip)
qzo •? 8 LORRAINE M. WOOD
Secretary
(telephone no.)/|^'^|§|
(fax 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:
RONALD R. BALL, City Attorney
BY:—I '_ "Cr-V.^ *-Deputy City7\ttorney
-6-Revised: 5/17/00
AUGUST 14, 2009
DAVE AHLES
CITY OF CARLSBAD
163 5 FARAD AY A VE.
CARLSBAD, CA 92008
RE: CELINDA DRIVE 18" JOINT REPAIR - CARLSBAD
DAVE, WE ARE PLEASED TO QUOTE YOU THE FOLLOWING PRICE ON THE ABOVE JOB:
WATER -
1 LS. MOBILIZATION
1 LS. SHORING & BRACING
1 LS. EXCAVATE AND EXPOSE 18" JOINT FOR REPAIR
1 LS. CHIP CONCRETE TO EXPOSE 18" JOINT
1 LS. MORTAR INTERIOR & EXTERIOR JOINT
1 LS. BACKFILL TO STREET SUBGRADE
TOTAL $ 23,750.00
SCOPE:
1. MOBILIZE EQUIPMENT AND SHORING.
2. EXCAVATE TRENCH TO EXPOSE SOUTHERLY JOINT ON EXISTING FABRICATED 18" CML&C WATERLINE.
3. HAULING PROVIDED BY CITY FORCES.
4. CHIP CONCRETE ON JOINT. CUT JOINT OUT AND PREPARE FOR WELDER. WELDING BY OTHERS.
5. MORTAR INTERIOR JOINT. MORTAR EXTERIOR JOINT AFTER WELDING COMPLETE ON PLUGS.
6. BACKFILL PIPELINE AND EXCAVATED TRENCH ZONE. IMPORT SAND AND CLEAN FILL MATERIAL.
7. COMPACT AND GRADE TO SUBGRADE ELEVATION. PLATE AREA WITH CITY PROVIDED TRAFFIC PLATES.
8. STREET REPAIR BY OTHERS.
NOTES:
1. PRICE EXCLUDES CITY OF CARLSBAD PERMITS AND FEES, BONDS, ENGINEERING, SURVEYING, TRAFFIC CONTROL,
COMPACTION TESTS, SWPPP, EROSION CONTROL, AND TEMPORARY PAVING.
2. PRICE EXCLUDES DEWATERING COSTS. CITY TO PROVIDE AND MAINTAIN PUMPS AND HOSES TO ADEQUATELY DEWATER
THE TRENCH EXCAVATION.
3. PRICE EXCLUDES SAWCUTTING, BREAKING, REMOVAL, DISPOSAL, AND REPLACEMENT OF CURB & GUTTER, CONCRETE
CROSS GUTTERS, AND ASPHALT PAVEMENT.
4. PRICE EXCLUDES WELDING COSTS AND MATERIAL. CITY TO SUPPLY.
5. PRICE EXCLUDES EXPORTING OF MATERIAL. ALL EXPORT AND DISPOSAL FEES BY OTHERS.
6. PRICE EXCLUDES SHUTDOWN AND DEWATERING OF CITY WATERLINE. CITY FORCES TO PERFORM THIS WORK.
7. EXCAVATION EQUIPMENT AND MATERIAL WILL BE STORED ON-SITE.
8. ANY SUBSURFACE OBSTRUCTIONS OR UTILITY CONFLICTS WILL BE CONSIDERED A CHANGE IN THE SCOPE OF WORK AND
WILL BE RESOLVED ON A TIME AND MATERIAL BASIS.
9. PRICE EXCLUDES REPAIR OF 18" ACP LINE, ADDITIONAL 18" JOINTS, OR ADJACENT WATERLINES. IF ADDITIONAL JOINTS OR
WATERLINES ARE TO BE REPAIRED, WORK WILL BE PERFORMED AT ADDITIONAL COSTS.
10. IF GROUNDWATER OR UNSTABLE GROUND IS ENCOUNTERED THAT REQUIRES SPECIAL SHORING / SHEETING AND/OR
PUMPING, THIS WILL BE CONSIDERED A CHANGE IN SCOPE AND ALL RELATED WORK WILL BE RESOLVED AT ADDITIONAL
COST.
11. PRICE BASED ON NORMAL WORKING HOURS: 7AM - 5PM. NIGHT TIME WORK EXCLUDED.
IF THIS PRICE AND THE CONDITIONS LISTED ARE ACCEPTABLE, PLEASE SIGN, DATE AND RETURN THIS LETTER. UPON
RECEIPT, WE CAN SCHEDULE TO BEGIN THIS WORK ON TUESDAY, AUGUST 18™. 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 HUBBARD, P.E.
SENIOR ENGINEER
BIDChestnutl8_Repair.doc