HomeMy WebLinkAboutMack Construction; 2012-08-07; (2)Carlsbad Municipal Water District
WIINOR PUBLIC WORKS PROJECT
MACK CONSTRUCTION
Project Manager: Jase Wamer Date Issued:^
(760) 438-2722
Mail or Deliver to:
Water Utilities
City of Carlsbad
5950 El Camino Real
Carlsbad. CA 92008
Please use typewriter or black ink.
DESCRIPTION
Labor materials and equipment to remove 3 valves and 3 caps at Buena Vista per the estimate
#0479R dated 7/2/2012 attached as Exhibit "A."
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
Mack Construction
Name
41735 Elm St.. #203
Address
Murrieta. CA 92562
City/State/Zip
(9511677-8841 Ext. 102
Telephone
f951) 677-8897
Fax
ime and Tftle of Person Authorized to sign
/fcontrad^
Signature
Name
Title
Date ^
ITEM NO. UNIT QTY DESCRIPTION TOTAL PRICE
1 Ea. 1 Remove 3 valves and 3 caps at Buena
Vista per estimate # 0479R dated 7/2/12
$7,475.00
-1 -Revised:- 5/17/00
Quote Lump Sum, including all applicabte taxes. Award is by total price.
Evaluation and Award. Bids are binding subject to acceptance at ^"l^'l^^'f^''.^^^ ^^L
ope ng u-^ess othen^se stipulated by the Carisbad Municipal Water Dstn^^A^^^^^
bv the Purchasinq Officer to the lowest, responsive, responsible contractor. The Distnct reserves ne
rinht fo anv or Siblds and to accept or reject any Item(s) therein or waive any infomiality in the
X^Xi^ ^ coll^^^^'^ unit prici and emended price, the unit pri^ P^^^"^^
n^^=e is i Ssly unreasonable as to indicate an error. In that event, the bid w I be reject«l as
n^r^s^ns^the reason of the Inability to determine the intended bid. The Distnd resen/es *e
g t to condud a pre^ward inquiry to determine the corjtracto^s ability to ^^o™^—Sj'^V °e
imitori tn farilities financial responsibility, matenals/supplies and past performance, i ne
!i:t?r^,lnatlo^S t bSas to [he Contradors ability to perfom. ttie contract shall be conclus.,e.
SUBMITTED BY
Authorized Signature
Printed Name and Title
Contractor's License Number
Classification(s)
a
Expiratio h Date'
Date
(Corporations) Federal Tax l.D.#:
TAX IDENTIFICATION NUMBER
OR
(Individuals) Social Security *:
-2-Revised: 5/17/00
DFSIGNATION OF Rl IRCONTRACTORS
Set forth below Is the full name and location of the place of business of each sub^ntractor whom
fhe conftaSoTp oposes to subcontract portions of the wori< in excess of one-half o one percent of
the total bT^ al^d 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 perfomied under the contract in excess of one-half of one percent oHhe b^^^^^^^^
contractor shall be deemed to have agreed to perform such portion, and that the confracto
sS not be pemiitted to sublet or subcontract that portion of the work, except in cases of
the pub ic er^e^^ or necessity, and then only after a finding, reduced in writing as a
publk:tcoX the Awarding Authority, setting forth the facts constituting he em^^^^^^^^
necessity in accordance with the provisions of the Subtetting and Subcontracting Fair
Practices Act (Section 4100 et seq. of the Califomia 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
% of Total
Contract
SUBCONTRACTOR*
Business Name and Address
License No.,
Classification
& Expiration
Date
MBE
Yes No
Total % Subcontracted:
Indicate Minority Business Enterprise (MBE) of subcontractor.
-3 Revised: 5/17/00
CARLSBAD MUNICIPAL WATER DISTRICT
MINOR PUBLIC WORKS CONTRACT
(Less than $45,000)
Labor:
1 oroDose to emolov only skilled workers and to abide by all State and City of Carlsbad Ordinances
gSg fabontcS Pa^^^^^ 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 fumished and agree to complete work in accordance with
directions and subject to Inspection approval and acceptance b^^^^^^^
Wage Rates:
The General prevailing rate of wages for each aaft or type of wori<er needed to execute the a>ntrad
Ihall be Un^srardetL by the Director of Industrial Relations pursuant to Sections 1770,1773
fnd 17731 ol me iSto C^de. Pursuant to Section 1773.2 of the l.abor Code, a current copy of me
amilible wage rate^ s 0^ file in the Office of the City Engineer. The contractor to whom the
ISnCls SdJ^ Shalf no? pay less than the said specified prevailing rates of wages to all wori<ers
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 Sad p^^^^^^^ set forth in this agreement and not in anticipation of litigation or in conjunction
with litigation.
Contractor acknowledges that Califomia Govemment Code sections 12650 et seq., the False Clairns
A^Dro^^de^fo^^^^^ where a person knowingly submits a false claim to a pub .c entity^
TK'SS i^^^ false claims made with deliberate ignorance of the false infomiation 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
adSrative^^^^^ proceeding wherein the contractor may be prevented from further b dding
nnLnr r^^ntractf period of up to five years and that debarment by another jurisdiction is
gL'ndTfo'^^^^^^^^^ S^ipal Water Dist^Wcr^lify the Contractor or subcontractor from
participating in contract bidding.
Signature:
Print Name:
Revised; 5/17/00
commercial General Uability, Automobile Liability and Wortere' Compensation Insurance:
r -=%Tre?:raa"aTpt^ror^^ ''.T.'^'X.:^ Commercial General Liaoiiity ana rropeuy or^r.rn^/oH hv the» Califomia Insurance
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
"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:
D^iri^Thf^x^nsTS^d^^^^^^^^^^^ expenses Induding attorneys' fees for
litigation, arbitration, or other dispute resolution method.
.5. Revised: 5/17/00
Jurisdiction:
Start Work:
Completion:
1 agree to start within thirty (30) working days after receipt of Purchase Order.
CONTRACTOR.
agree to complete work within thirty (30) working days after receipt of a Purchase
Order.
CARLSBAD MUNICIPAL WATER DISTRICT,
a Public Agency organized under the Municipal
Water Act of 1911. and a Subsidiary District of
the City of Carisbad
By:
(print name and titfe)
(e-mail address)
By: -g^gf^V Manager
(address)
By:
(sign here) (telephone no.)
(print name and title)
ATTEST:
LORRAINE M. WOOD
Secretary
(e-mail address)
AMT^F^ Elm St. #203
(address)
MiirriPta, CA 92562
(city/state/zip)
(9.^1^677-8841
(telephone no.)
(Q.'SI) 677-8897
(fax no.)
Chaim^an, president or vice-p^sidentand-^^^^
S^l^t'sSrete^re?.^^^^^^^ officer(s) signing to bind the
corporation.)
APPROVED AS TO FORM:
RONALD R. BALL, City Attomey
BY:
Msistant City Attomey
6-Revised: 5/17/00
41735 Elm Street #203
Murrieta, CA 92562
ESTIMATE
Date Estimate
7/2/2012 0479R
Name / Address
Carlsbad Municipal W'ater District
5950 El Camino Real
Carlsbad. CA 92008
Job Description
Carlsbad Municipal Water District
Palomar .Airport Rd & The Crossings Dr
Carlsbad. Ca
P.O, No.
QTY Description Total
24 HRS
24 HRS
24 HRS
3 DAYS
DAY
CARLSBAD MUNICIPAL WATER DISTRICT
REMOVE 3 VALVES & 3 CAPS .AT BUENA VISTA
LABOR
ONE FOREMAN $ 80.00 P HR
ONE PIPELAYER a $ 60.00 P/ HR
TWO PIPETRADESMAN y S 40 00 P HR
EQUIPMENT
ONE BACKHOE a S 375.00 P/ DAY
ONE WACKER a S 95.00 P DAY
.ALL EXCLUSIONS WILL BE INCLUDED IN OUR CONTR.ACT. NO E.XCEPTIONS:
***WELDER TO BE PROVIDED BY THE W .ATER DISTRICT IF NECESS.ARY***
EXCLUSIONS: NO SURVEY. NO LINE LAYOUT. NO PERMITS. NO FEES. NO REMOV.AL OF TRENCH
SPOILS OFF-SITE OR ON-SITE. NO DEWATERING. NOT RESPONSIBLE FOR GRADE AFTER UTILITY
TRENCHING .AND BACKFILL. NO CUTTING OR RE.MOVAL OF .AC OR CONCRETE OFF-SITE.
REPLACEMENT OF ANY AC OR CONCRETE BY OTHERS. UNLESS STATED IN OUR ESTIMATE.
STANDARD H ARD DIRT AND ROCK CLAUSE - MUST RE ABLE TO BE DUG WITH A 426C BACKHOE
OR EQUAL. ALL EXTRA EXCAV.ATION .AND LABOR WILL NEED A SIGNED CHANGE ORDER TO
PROCEED. ALL ELECTRICAL .AND FENCING BY OTHERS. ALL PIPE FROM BUILDING. •*DUE TO
THE CONSTANT INCREASING OF MATERIAL PRICES. THIS BID IS GOOD FOR 30 DAYS ONLY!**
7.475.00
Phone #
951.677.8841 Ext. 102
Fax#
951.677.8897
.ACCOUNTING EMAIL:
ONLY
GENERAL E-MAIL
mackconst agmail.com
Total S7.475.00
Jonimackconst fl^Gmail.com