Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Medina Construction; 2012-06-08; pwm12-51UTIL
PWM12-51UTIL Project Manager: Clayton Dobbs (760) 438-2722 Mail To: Purchasing Department City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008-7314 City of Carlsbad MINOR PUBLIC WORKS PROJECT CONTRACT This is not an order. Date Issued: May 1, 2012 DESCRIPTION Labor, materials and equipment to perform asphalt and concrete remediation, removal of all tree roots affecting damaged yard areas, and crack seal and slurry seal as directed by the project manager at Carlsbad Municipal Water District (CMWD), 5950 El Camino Real. Contractor will demo and haul away materials at contractors cost All Cal/OSHA requirements will be enforced No right-of-way permit necessary See Exhibit A, Scope of Work Not to exceed $44,429 No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Phone No. Clayton Dobbs 760-438-2722 SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Medina Construction Name 2537 Rubidoux Blvd. Address Jurupa Valley, CA 92509 City/State/Zip 951-248-1103 Telephone 951-248-1105 Fax Ozzie Sanchez chervl.abernathv@bensasphalt.com E-Mail Address -1 Revised 09/01/09 Name and Title ^f Person Authorized to sign contracts. Title Name Date JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION TOTAL PRICE 1 1 Remove & replace approx. 2,733 sq. ft. damaged asphalt utilizing 6" base, class II fine grade base, pave 4" conventional hot mix asphalt topcoat, roll & compact to smooth finish $24,832 2 1 Remove & replace approx. 19 ft. damaged concrete curb, remove all tree roots affecting damaged areas, install 6" class II base, pour new concrete curb line $ 2,294 3 1 Remove & replace approx. 28 x 38 ft. damaged asphalt approach way with 8" reinforced concrete pad $10,303 4 1 Power wash approx. 50,000 sq. ft. asphalt, apply crack seal as directed by Project Manager & one coat of Guard-top slurry seal on entire rear parking lot $ 7,000 TOTAL $44,429 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 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: Medina Construction Company/Business Name #784618 Contractor's License Number California Class A Classification(s) Expiration Date Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 2-Revised 03/13/02 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 SUBCONTRACTOR* MBE Item No. Description of Work % of Total Contract Business Name and Address License No., Classification & Expiration Date Yes No % 6% > K fiEi^uf. A t- Total % Subcontracted: ii Indicate Minority Business Enterprise (MBE) of subcontractor. Revised 03/13/02 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT (Less than $45,000) 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: Clavton Dobbs (project manager) 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 in 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 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 juhsdiction is grounds for the City of Carlsbad to disqualify the Contractor ^r subcontractor from participating in contract bidding. Signature: Print Name: Revised 03/13/02 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. Revised 03/13/02 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 withinTfet> working days after receipt of Notice to Proceed. Completion: I agree to complete work withinTfet) working days after receipt of Notice to Proceed. CONTRACTOR: MEDINA CONSTRUCTION CITY OF CARLSBAD a municipal corporation of the State of California: (pnnt namg/and title) Assistant City Manager (address) ^ (e-mail address)) (telephone no.) By: (sign here) ATTEST; LORRAINE M. WOOD City Clerk (print name and title) (address) (city/state/zip) (telephone no.) 114-- ^a-no't (fax no.) (eXmail 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. BALL, City Attorney BY: X^^?^^.9X. )eputyCity7\ttc3fney Revised 03/13/02 CALIFORNIA ALL-PURPOSE ACKNOWLEDGE^ State of California County of before } ss. On personally Date appeared Name and Title of Officer (e.g., "Janfe Doe. Notary Public") Jnhn 3LeXiv\nXi^ (iHi me, Na'm^of'Slgner(^ TERI BfiADEN Commission # 1924994 Notary Public - California Orange County Munomm. Expires Feb 10-20^5 ^ personally known to me • 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. Place Notary Seal Above hand and official seal. OPTIO Though the Information below is not required by law. it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document:, __ — ^ • Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: . • Individual • Corporate Officer — Title(s):. • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: RIGHTTHUMBPRINT OF SIGNER Signer Is Representing: Top of thumb here Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here © 2004 National Notary Association • 9350 De Soto Ave.. P.O. Box 2402 • Chatsworth, CA 91313-2402 Item No. 5907 Reorder: Call Toll-Freo 1-800-876-6827 State of California Cour.tyof___Ofan0 ^ - 5^ . before me, } ss. On personally Date appeared -.KI X^rrXi^^ H\XfXV^V^'^tX ^ Name and Title of Officer (e.g., "Jane Doe. Notary Public") ll'illin^Y^ XLPX*X'^^' • • Name(s) of Signer(s) 1 TERIBRADEN SiKlJbM Commission # 1924994 )^S«D Notary Public - California Orange County |^ Mv Comm. Expires Feb 10.201 Sf ^^!^ersonally known to me • 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. Place Notary Seal Above WITNES^^y hand and official seal. il/J/jX-—- OPTIONA Signature of Notary Public Thouah the information below is not required by law. it may prove valuable to persons relying onthe document Though '^^^^"J^'^J^'^^^^^^^ fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: . —— Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ___ • Individual • Corporate Officer — Title(s): _ • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OFlSIGNER Top of thumb here Signer's Name: • Individual • Corporate Officer —- Title(s): • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT DESIGNER Top of thumb here © 2004 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 Item No. 5907 Reorder Call Toil-Free 1-800-876-6827 teu»mmi\ 64/18/2012 09:28 953 PAGE 01/01 EXHIBITA MEDINA CONSTRUCTION —ASPHALT PAVING CONTRACTORS— PROPOSAMCONTRACT (REVISED) Date: April 18*, 2012 Bid To; City of Carlsbad Transportation Department A«»:CteytooDobl,. Pho»e: 760-438-2722 Fax: 760-431-2638 lmail:ctayto„.<„bl«@carist«<Ic:.ea^ Description: " 6" Clt^« n'^t'r """"1 "'^f^"^ '"P"*"'*' "•*'»'^* '"«^»""' *° "v«™n aepfh, supply ««I tastall 0 uass U CMB, fine grade and compact Pave with 4" cnnvontinn.i nr i u r 2 '"PPy compact to a smooth finish. Appwx. 2,7^ st ^nventionaj in-C-3 hot mix aspbatt. Ron and (15'il8'+25'x34'+4'x2'+27'3a3'+16'xlO'+9'i3'+55'xl3'+22'xl6') Item 1-Cost = $24,832.00 Note: AsphaU to be dumped on sUe'dirt U> be hauled off. tT^^"^ "J'""*' '''rt •» "verall depth, supply and install 6" Cla,, n am, set forms and pour new A-enrb. 560-C-3250 Approx 19 If ' Item 2-Cost = S2,294M ^pprox. i-» it. cZ,*n rnJ^tt'";'*'"''':'' """S^*^ '^P"*"*' to 12" overall depth, supply and install 4" Class U CMB, set forms, install #4 re-bar 24" O C E W »nri nnn- »^ B» i "''P'', ' flnish. Approx. 1,064 sf. (38'x28') " C-E-W. and pour new 8" Muck concrete pad. Broom Item 3-Cost = $10,303.00 Note: Asphalt to be dumped on site, dirt to *« ha^ledoff. Item 4- Con ^ S7,&00.00 Total Cost = $44,429,00 • Jn^^Judes Necessary OffHaul And Dump Charges For Dirt. • Includes Necessaiy MateriaL • Includes Prevailing Wage Labor Rates. • I^oes Not Include Permits or costs thereof. • Does Not Include Plant Openings. Night Work. • Does Not Include Striping / Pavement Markings. Sincerely, Ozzie Sanchez Estimator 951-830-2313 Accepted By Date' Job#/PO^ ' • 2537 RUBIDOUX BLVD. RIVERSIDE, CA 92509 ^ OFF.rCE: 951-248-1103 FAX- 951 248 11 fts BIN 33-078457 CALIFORNIA CONTRACTORS LICENSE #784618 A HIC