Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
KAD Paving Company; 2013-02-25; PWM13-29TRAN
PWM13-29TRAN Cityof (^rlsbad MINOR PUBUC WORKS CONTRACT Project Managen Arndt. Casev Date Issued: January 21,2012 (760) 602-2780 Mail or Deliver to: City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008-7314 DESCRIPTION A water main breal< caused pavement failures at the intersection of Waters End Dr. and Avenida Encinas. Provide ail labor, materials and equipment to necessary to remove and replace the failed asphalt section at this location. The area to be removed is 72' L X 32' W X 5" H. Area shall be saw- cut prior to removai. The asphalt shall be installed in accordance with the Standard Specifications for Public Works Construction, SSPWC, (Qreenbool<), Section 203.6. AC shall be installed in two separate lifts: the first lift being 3" tNck using B2-PG-64-10 AC and the second lift being 2" thick using D2-PQ-64-10 AC. Contractor is responsibie for properly disposing of ail material. No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Managen Amdt, Casey Phone No. 760-602-2780 Submission of bid impHes knowledge of all job terms and oonditbns. Contractor acknowledges receipt of Addendum No. 1 (_J, 2 (_J, 3 ( ), 4 (_J, 5 (_). SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor KAD Paving Company (909) 790-3366 Name Telephone 32147 Dunlap Blvd. (909) 790-3369 Address Fax Yucaipa. CA 92399 E-Mait Address City/State/Zip 1- Revised 09/01/09 Name and Title of B icte. uthorized to sign Signature Title Donnie Wheeler Jr. Name Date JOB QUOTATION ITEM NO. UNIT OTY DESCRIPTION Untt Price Total Pricse 1 SF 2,304 Remove and replace 2,304 SQFT Asphalt Concrete 5" thk;k $6.58 $15,160.32 Total Quote Lump Sum, including ali applicable taxes. Award is by total price. Total price in words for ail proposed work: fifteen thousand one hundred sixtv doliars and thirtv-two cents. Total price in numbers for all proposed Evaluatbn and Awanj. Skis are binding subject to acceptance at any time within 90 days after opening, unless othenMse stipulated by the City of Carlsbad. Award wiil be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The City resen/es the right to reject any or ali bids and to accept or reject any item(s) therein or waive any informality In the bid. in the event of a confiict 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 wiil be r^ected 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 detennine the contractor's ability to perfonn, including but not limited to facilities, financial responsibility, materials/suppfies and past perfonnance. The detenninatton of the City as to the Contractor's ability to perform the contract shall be conclusive. Note: Please do not sign the contract document flast oaoe) at this time. The successful contractor will execute the contract after bid award. SUBMITTED BY: KADPayinQComoanv ny/Business Name . \ 3 04^0 Contractor's License Number Authorized Signature / \ Ciassificati6n(s) Printed Name and Title Expiration Date Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#:. -2 Revised 09/01/09 DESiGNATION OF SUBCONTRACTORS Set forth bek>w is the full name and location of the piace of business of each sub-contractor whom the contractor proposes to subcontract portions of the woric in excess of one-half of one percent of the total bki, and the portion of the woric whteh will be done by each sub-contractor for each subcontract. NOTE: The contractor understands that if he fails to spedfy a sub-contractor for any portion of the woric to be performed under the contract in excess of one-half of one percent of the bki, 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'woric. except in cases of the public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awanjing AuthiDrity, 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 Caiifomia Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." PORTION OF WORK TO BE SUBCONTRACTED SUBCONTRACTOR* MBE Item No. Description of Woric %ofTotai Contract Business Name and Addrees Ucense Na, Classification & Expiration Date Yes No NONE Total % Subcontracted: 0% * indicate Minority Business Enterprise (MBE) of subcontractor. 3-Revised 09/01/09 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT Labor: I propose to empk)y only skilled woricers and to abkle by all State and Dty of Carisbad Ordinances goveming labor. Guarantee: i guarantee all labor and materials fumished and agree to complete woric in accordance with the Minor Public Worics Project's Request for Bid dated December 31. 2012, and subject to inspectkxi approval and acceptance by: Casev Amdt. Proiect Manaoer. The Payment off Prevailing Wages Is Not Required The City of Carlsbad is a Charter City. Carisbad Municipal Code Section 3.28.130 supersedes the provistons of the Cafifornia i..abor CcxJe when the pui:>lic work is not a statewide concem. Payment of prevailing wages is at contractor's di$cretk>n. 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 Govemment Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false daim to a public entity. These provistons include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the infonnation. The provisions of Carisbad Municipal Code sectk>ns 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 daim may be subject to the contractor to an administrative debannent proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that ctebarment by another jurisdiction is grounds for the City of Carisbad to disquatifyj3a.Contractor or subcontractor from partidpating in contract bkiding. Signature: Print Name: •4- Revised 09/01/09 Commercial General Uak^ity, Automobile Liability and Workers' Compensation Insurance: The successful contractor shall provide to the City of Carisbad, a Certifteation of Commerdal General Liability and Property Damage Insurance and a Certificate of Woricers' Compensation Insurance indicating coverage in a form approved by the Califomia insurance Commission. The certifteates shaH indicate coverage during the period of the contract and must be fumished to the City prior to the start c^ woric. The minimum limits of liabRity Insurance are to be placed with insurers that have: (1) a rating in the most recent Besfs Key Rating Guide of at least A-:V and (2) are admitted and authorized to transact the business of insurance in the State of Califomia by the insurance Commissioner. Commercial General Liability insurance of Irijuries including acddental 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 acckient in an amount not less than $500,000 Property damage insurance in an amount of not less than $100,000 AutomobHe Liability insurance in the amount of $100,000 combined single limit per accident for bodily injury and property damage. In additbn, the auto poUcy must cover any vehide used in the perfonnance 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 polides shall have non-cancellatton clause providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The pdicies shall name the City of Carisbad as additional insured. Indemnity: The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hdd hanniess the City, and its officers and employees, from ail daims, ktss, damage, injury and liabSity of every kind, nature and descriptbn, directly or indirectly arising from or in connectk)n with the performance of the Contract or woric; or from any failure or alleged failure of Contractor to comply with any applicable law, mles or regulatbns induding those related to safety and health; and from any and all claims, toss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the woric covered by the Contract, except for bss or damage caused by the sole or active negligence or wiiifui misconduct of the City. The expenses of defense indude all costs and expenses induding attorneys' fees for litigation, ariaitratkxi, or other dispute resolution method. Revised 09/01/09 Jurisdiction: The Contractor agrees and hereby stipulates that the proper venue and jur'isdictton for resolution of any disputes between the parties arising out of this agreement is San Diego County, Caiifomia. Start Woric: 1 agree to start within 60 woricing days after receipt of Notice to Proceed. Completbn: 1 agree to complete woric within 30 woricing days after receipt of Notice to Proceed. CONTRACTOR: KAD Paving Company CiTY OF CARLSBAD a municipal corporation of the State oLCalifomia: (sign here) ^ Dep. AooiophtCi^ Manager or Designee (print name and title) (date) (e-fT^il address)) nerel (address) By: lere) (telephone no.) (print name and title) (address) ATTEST: (dty/state/zip) (telephone no.) City Cleric (fax no.) (e-mail address) (Proper notarial acknowledgment of executbn by Contractor must be attached. Chainnan, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. Othen^. 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: CELIA A. BREWER, Qity Attorney BY:^ }uty City Attomey 6 Revised 09/01/09 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of Califomia County of ^ BERNARDINO On before me. MARY J. BEDOLLA NOTARY PUBLIC (Here insert name and title of the oificer) personally appeared t^QfyoXd . K))r\^^[^'^(l QCAC| ^PSSCfA^ ^!^Ccole iJWJiefc wlio proved to me on the basis of satisfactory evidence to be the persoitjs) whose name0 is^^ subscribed to the within instrument and acknowledged to me that he/^e/^$)executed the same in feis/tav5(5e5)authorized capacit){ie^), and that by hi»tev<^e^signature@on the instrument the person@or the entity upon behalf of which the persoi© acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws ofthe State of Califomia that the foregoing paragraph is tme and correct. WITNESS my hand and oflRcial seal. Signature of Notary Public (Notaiy Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of atteched document continued) Number of Pages Document DJ (AdditioRffl information) CAPACITY^CLAIMED BY THE SIGNER • kWividual (s) Corporate Officer (Tide) • Partner(s) I • Attorney-in-Fact \n Trustee(s) Other INSTRUCTIONS FOR COMPLETING THIS FORM Ar^ acknowla^nent completed m CalHomia must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of Califomia. In such instances, any altemative acknowledgment verbiage as may be printed on such a document so long as the verbigga-^kMiS Uol leqWrajhe notary to do something that is illegal for a notary in "^al^omia (Le. certifying the authorized ccpacity of the signer). Please check the document carefullyfor proper notarial wording and attach thisform ifrequired. • State and County information must be the State and County where the document si^CT(s) personally appeared before the notaiy public for acknowledgment • Date of notarization must foe the date ttiat tiie signer(s) personally appeared which must also be the same date ttie acknowiedgmoit is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and ttien your tide (notaiy public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incoirect forms (i.e. he/she/th^^ is /we ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recordmg. • The notaiy seal impression must be cl^ and photographically reproducible. Impression must not cover text or lines. If seal imprrasion smudges, re-seal if a sufficient area pennits, otherwise comply a different acknowledgment form. • Signature of the notaiy public must match the signature on file with the office of the county clerk. • Additional information is not required but could help to ensure tiiis acknowledgment is not misused or attached to a different document. <* bidicate title or type of attacted dooonent, number of pages and date. *> Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the titie (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document 2008 Version CAPA vl2.10.07 800-873-9865 www.NotaryClasses.cora