Loading...
HomeMy WebLinkAboutNEWest Construction Company Inc; 2012-09-04; PWM13-14-UTILPWM13-14UTIL City of Carlsbad MINOR PUBLIC WORKS PROJECT CONTRACT Project Manager Ken Burtech (760) 438-2722 Mail To: Purchasing Department City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008-7314 Award will be made to the lowest responsive, responsible contractor based on total price. Date Issued: September 4, 2012 DESCRIPTION Labor, materials and equipment to install electrical conduits and new level sensors (transducers) at three sewer lift stations - (1) Cannon, (2) Fox's and (3) Poinsettia. All CAL-OSHA rules/regulations in effect No fee right-of-way permit See three (3) Attachments for Scopes Project Manager: Phone No. Ken Burtech 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 NEWest Construction Company, Inc. Name 7847 Dunbrook Road. Suite C Address San Dieao. CA 92126 City/State/Zip 858-537-0774 Telephone 858-537-9653 Fax Brian Jennette biennette(a)newestco.com E-Mail Address Revised 09/01/09 Name and Title of Person Authorized to sign contracts Signature \^ ^ Title Name Date JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION TOTAL PRICE 1 Install electrical conduit and new level sensor (transducer) at Cannon sewer lift station $ 5,391 2 Install electrical conduit and new level sensor (transducer) at Fox's sewer lift station $ 2,794 3 Install electrical conduit and new level sensor (transducer) at Poinsettia sewer lift station $ 2,782 Total for three lift stations $10,967 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 resen/es 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: NEWest Construction Company. Inc. Company/Business Name Authorized Signature Printed Name and Title Contractor's License Number Classification(s) Expiration tion Date ^ Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: CX^^ \^^^?)^ \ -2 Revised 09/01/09 Check a License - License Detail - Contractors State License Board Page 1 of2 DEPARTMENT OF CONSUMER AFFAIRS Contractors State License Board Contractor's License Detail - License # 847555 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number Business information Entity Issue Date Expire Date License Status Classifications Bonding 847656 Extract Date 9/18/2012 NEWEST CONSTRUCTION CO INC Business Phone Number: (858) 537-0774 7847 DUNBROOK ROAD SUITE C SAN DIEGO, CA 92126 Corporation 09/28/2004 09/30/2014 ACTIVE This license is current and active. All information below should be reviewed. CLASS DESCRIPTION A GENERAL ENGINEERING CONTRACTOR 010 ELECTRICAL B GENERAL BUILDING CONTRACTOR CONTRACTOR'S BOND This license filed a Contractor's Bond with ARCH INSURANCE COMPANY. Bond Number: SU1036492 Bond Amount: $12,500 Effective Date: 08/09/2010 Contractor's Bond History BOND OF QUALIFYING INDIVIDUAL 1. This license filed Bond of Qualifying Individual number SU1036491 for JENNETTE BRIAN JOSEPH in the amount of $12,500 with ARCH INSURANCE COMPANY. Effective Date: 08/09/2010 BQI's Bond History https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=84... 9/18/2012 Check a License - License Detail - Contractors State License Board Page 2 of 2 2. The Responsible Managing Officer (RMO) JENNETTE MARK STEVEN certified that he/she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 05/12/2005 BQI's Bond History WORKERS' COMPENSATION This license has workers compensation insurance with TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICA Workers' Compensation Policy Number: DTJUB1CO4007912 Effective Date: 09/01/2012 Expire Date: 09/01/2013 Workers' Compensation History Personnel listed on this license (current or disassociated) are listed on other licenses. Personnel List Other Licenses Conditions of Use | Privacy Policy Copyright © 2010 State of California https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=84... 9/18/2012 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 NONE Total % Subcontracted: 0 * Indicate Minority Business Enterprise (MBE) of subcontractor. 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 by: Ken Burtech (project manager) The Payment of Prevailing Wages is Not Required The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 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 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 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 \^ working days after receipt of Notice to Proceed. Completion: I agree to complete work within working days after receipt of Notice to Proceed. CONTRACTOR: NEWEST CONSTRUCTION COMPANY. INC. (name of Contractor) Bv: VK^.. K\ k (sign here) (print name and title) i^-mail address)) CITY OF CARLSBAD a municipal corporation of the State of Califqn By: GLENN PRUIM, Utilities Director 5950 El Camino Real. Carlsbad. CA 92008 (address) 760-438-2722 (telephone no.) (sign herfe) (print name and title) (address) (city/state/zip) (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.^ALL, City Attorne BY: y\ UdiW ( Deputy City Affbrney Revised 09/01/09 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of Califomia County of ^fxKM^ ^^^^ me, personally aRJcarcd V^^fi>fH^ CSbf\V\Q:^^^^wX^ .ir\ (Here insert name and title of tlie ofiBcer) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to fl^ witiiin instrun^ and ^knowledged to me thirt hc/she/th^ executed the same in his/bw/their mitiicMized capacity<ies), and that by his/hor/thdr signature(5) m the instrument &e pa'S(m(s), or the oitity upcm bdbalf of which tfie person(s) acted, executed the instrument I catify und^ PENALTY OF PERJURY under the laws of the Stsrte of California that the foregoing para^:^ is true and correct. WITNESS my hand andofficial seal. (Ncrtaiy TE^ML^^ i vattLP^ SAW PgQO COUNTY ^ ^ ADDITIONAL OPTIONAL INFORMATION DESCRTPTTON OF THE ATTACHED DOCUMENT (Title or dcscriptiou of attached documeut) (Tide or dcecripdon of attached document contnmcd) Numbfsrof ^ges Document Date (Additional information) CAPAQTY Ca^AIN^ BY THE SlCSmK • Individual (s) • CotporatcOSifxt (Title) • Partncr(s) • Attorney-in-Fact • Tnjstce(s) • Other INSTRUCTIONS F<m COMPLETING THIS FORM Any acknowledgment compteud in CaUforhia must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be property contpieted and attached to that documenL The only exception is if a document is to he recorded outside of Califomia. In such instances, any alternative admawledgmeiu verbiage m may be printed on such a document so long as the verbiage dees not reqm<e the notary to do nomething that is illegal f^ a nomry in CaHfomia {i.e. cer^yhtg authorized ct^paeity nf the s^pter}. Phxue check the documettt car^lfyfar propernatarial wording and attach thisform if required. • State and County information must be the Stotc and County where the document signetts) personally appeared before tlte notary public tor acknowledgment • i0^afn(Matizati4na»]8tbetfaed^tiurt^sigBet(s){xt^^ aaist ake be the same d^c the admovded^BcM is c^^lcted. • The notary public must print bis or her name as it appctm whhrn hiK or her (wmmission followed by a comma and di«i your title (notary |Hd}1ic). • Print die name(s) of document signer(s) who personally appear at (he time of notarization. • ladicate the ccarea Hmgular or plural £mn8 by i^ossing olf irnxMiect finins (i.e. Wshe/ttM^ B As» ) or {»ct^ d)c conaA fbiBS. Fatoe to cmecdy mdici^ dns infsnw^on vmy icaA to ngccaon of document rccw^ng. • The notary seat impression must be clear and ph<^gra{Aical1y n^rodocible. Impression must not cover text or lines. If seal impression smudgra, re-seal if a sufficient area permits, otherwise complete a different aclcnowle<^mcnt form. • Sigoatute of the notary puUic must match the sign^ute on file with the office of thecouQiy clok. ^ AdAlioiud ii^»madoti is not re<^«d but co^ hc^ to esssiv Mknowied^mcnt is not nttsusol or attadicd to a dififerent document. ^ Indicate tide or type of attadied document, nunJber of pages and date. ^ Indicate die capacity claims by die signer. If die claimed capacity is a corporate officer, indicate die tide (i.e. CEO, CFO, Secretary). • Sccorcly attach this document to die signed document 2008 Versioa CAPA vi2.i0.07 800-873-986S www.Nf^ryCla»es.com CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT i State of California County of OnS£^iLSLS61>before me. "^jTr \ L. s\-g I Dale ^ ^_ ^ k Name and Title of Officer (e.g., "Jane personally appeared ^Pfe>ICXr\ ^^^J^^^rvJLj^jj^ JTj Naine<s) of Signer(s) } SS. Name and Title of Officer (e.g.. 'Jar«e Doe. Notary Public') eOMM.#1lH>«^ f. NOTARYPUBUC •CAUFORNMt ry SANDEGOCOUHTY, t ^(k>iTMnisiion E)^ f=^ 06.20131 y^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. (ITNESS my hand and official seal Place Notary Seal Above OPTIONAL 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 Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Limited • General • Attomey In Fact • Trustee • Guardian or Conservator • Other: RIGHT THUMBPRINT Of SIGNLK Top of thumb here i Signer Is Representing: I I I I 01999 National Notary Association • 9350 t)e Soto Ave.. P.O. Box 2402 • Cliatswortti, CA 91313-2402 • vDWw.nationalnotaiy.org Prod. No. 5907 Reorder CaH Tdl-Fiee 1-800-876-6827 coNmucnoN COMPANY, INC Attachment 1 7847 Dunbrook Road Ste "C" San Diego, CA 92126 Ph. 858-537-0774 Scope Letter 7/27/2012 KEN, WE ARE PLEASE TO PROVIDE THE FOLLOWING SERVICES TO INSTALL LEVEL SENSOR PROVIDED BY THE CITY @ THE CANNON LIFT PUMP STATION. We will provide labor, material and equipment to provide the following service at the Camion Lift Pump Station. We will install the new Level sensor in the existing wetwell and run Electrical conduit to the existing level sensor panel. LS. MOBILIZATION LS SAWCUT AND TRENCH TO INSTALL CONDUIT FOR LEVEL SENSOR LS INSTALL LEVEL SENSOR (BY CITY OF CARLSBAD) IN WETWELL LS RUN NEW ELECTRICAL CONDUIT IN PUMP STATION AND PULL IN THE SENSOR WIRE LS INSTALL SMALL ROUND HANDHOLE ABOVE SENSOR IN WETWELL LS INSTALL NEW CONCRETE AND CLEANUP. TOTAL COST FOR ABOVE $5391 DOLLARS * ESTIMATE BASE ON NORMAL WORKING HOURS * THIS IS AN ESTIMATE BASED ONLY ON VERBAL DESCRIPTION OF WORK AND ABOVE SCOPE, CHANGES IN THE SCOPE WILL BE RESOLVED ON A TIME AND MATERIAL BASIS * PRICES SHOWN ARE FIRM FOR ACCEPTANCE WITHIN 30 DAYS. EXCLUSIONS CITY OF CARLSBAD PERMITS AND FEES, BONDING, SWPP, RESIDENTAL NOTIFICATIONS, ENGINEERING AND SURVEYING.IF PERMITS REQUIRED THEY WILL BE SUPPLIED BY OWNER. WATER IF NEED WILL BE PROVIDED BY THE CITY AT NO COST TO THE CONTRACTOR TEMPOARY BY-PASS TESTING, REMOVAL AND DISPOSAL OF HAZARDOUS MATERLiLS Attachment 2 CONSntUCnON COMPANY, INC 7847 Dunbrook Road Ste "C" San Diego, CA 92126 Ph. 858-537-0774 Scope Letter 7/27/2012 KEN, WE ARE PLEASE TO PROVIDE THE FOLLOWING SERVICES TO INSTALL LEVEL SENSOR PROVIDED BY THE CITY @ THE FOX LIFT PUMP STATION. We will provide labor, material and equipment to provide the following service at the Fox Lift Pump Station. We will nstall the new Level sensor in the existing wetwell and run Electrical conduit to the existing level sensor panel. LS. MOBILIZATION LS CORE DRILL LS INSTALL LEVEL SENSOR (BY CITY OF CARLSBAD) IN WETWELL LS RUN NEW ELECTRICAL CONDUIT IN PUMP STATION AND PULL IN THE SENSOR WIRE LS CLEANUP TOTAL COST FOR ABOVE $2,794 DOLLARS * ESTIMATE BASE ON NORMAL WORKING HOURS * THIS IS AN ESTIMATE BASED ONLY ON VERBAL DESCRIPTION OF WORK AND ABOVE SCOPE, CHANGES IN THE SCOPE WILL BE RESOLVED ON A TIME AND MATERL\L BASIS * PRICES SHOWN ARE FIRM FOR ACCEPTANCE WITHIN 30 DAYS. EXCLUSIONS CITY OF CARLSBAD PERMITS AND FEES, BONDING, SWPP, RESIDENTAL NOTIFICATIONS, ENGINEERING AND SURVEYING.IF PERMITS REQUIRED THEY WILL BE SUPPLIED BY OWNER. WATER IF NEED WILL BE PROVIDED BY THE CITY AT NO COST TO THE CONTRACTOR TEMPOARY BY-PASS TESTING, REMOVAL AND DISPOSAL OF HAZARDOUS MATERIALS ^^NEWest Attachment ^^^ssi^^ coNsmucnoN COMPANY, INC 7847 Dunbrook Road Ste "C" San Diego, CA 92126 Ph. 858-537-0774 Scope Letter 7/27/2012 KEN, WE ARE PLEASE TO PROVIDE THE FOLLOWING SERVICES TO E^JSTALL LEVEL SENSOR PROVIDED BY THE CITY @ THE POINSETTA LIFT PUMP STATION. We will provide labor, material and equipment to provide the following service at the Poinsetta Lift Pump Station. We will install the new Level sensor in the existing wetwell and run Electrical conduit to the existing level sensor panel. LS. MOBILIZATION LS INSTALL LEVEL SENSOR (BY CITY OF CARLSBAD) IN WETWELL LS RUN NEW ELECTRICAL CONDUIT IN PUMP STATION AND PULL IN THE SENSOR WIRE LS CLEANUP. TOTAL COST FOR ABOVE $2,782 DOLLARS * ESTIMATE BASE ON NORMAL WORKING HOURS * THIS IS AN ESTIMATE BASED ONLY ON VERBAL DESCRIPTION OF WORK AND ABOVE SCOPE, CHANGES IN THE SCOPE WILL BE RESOLVED ON A TIME AND MATERIAL BASIS * PRICES SHOWN ARE FIRM FOR ACCEPTANCE WITHIN 30 DAYS. EXCLUSIONS CITY OF CARLSBAD PERMITS AND FEES, BONDING, SWPP, RESIDENTAL NOTIFICATIONS, ENGINEERING AND SURVEYING.IF PERMITS REQUIRED THEY WILL BE SUPPLIED BY OWNER. WATER IF NEED WILL BE PROVIDED BY THE CITY AT NO COST TO THE CONTRACTOR TEMPOARY BY-PASS TESTING, REMOVAL AND DISPOSAL OF HAZARDOUS MATERIALS