HomeMy WebLinkAboutNewest Construction Company Inc; 2011-03-01; PWM11-27UTILPWM11-27UTIL
City of Carlsbad
MINOR PUBLIC WORKS PROJECT
Contract
Project Manager: KEN BURTECH Date: \Vfc-tbV<LO\\
(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.
DESCRIPTION
Labor, materials and equipment to sawcut existing concrete and to purchase and install new 48 inch
stainless steel entry hatch at Simsbury Lift Station on Tamarack. Core cut concrete for new opening
for existing power cables and to disconnect and reconnect existing power cables. Test all new
installations.
See Exhibit "A", scope with price.
All work to be done to Cal OSHA standards.
Work to be done within five working days.
Not to exceed $8,192.00.
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
NEWest Construction Company, Inc. 858-537-0774
Name Telephone
7847 Dunbrook Road, Suite C N/A
Address Fax
San Diego, CA 92126 N/A
City/State/Zip E-Mail Address
-1 - Revised 09/01/09
Name and Title of Person Authorized to sign
contracts.
Name
Title
Date
Job Quotation
ITEM NO.
1
UNIT
1
QTY
1
DESCRIPTION
Purchase and install new stainless steel 48
inch entry hatch at Simsbury Lift Station on
Tamarack.
Total
TOTAL PRICE
$8,192.00
$8,192.00
SUBMITTED BY:
NEWest Construction Company, Inc.
Company/Business Name
Printed Name and Title
# 847555
Contractor's License Number
Classification(s)
Date N
Expiration Da\e
-2-Revised 09/01/09
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
None
License No.,
Classification
& Expiration
Date
MBE
Yes No
Total % Subcontracted: 0
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-3-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.
- 5 - 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.
CITY OF CARLSBAD a municipal
corporation of the State of California:
Bv:
(name of Contractor)
> V
(e-mail address))
Bv: \j\f\)Jl>
By:.
Utilities Director
Utilities. 5950 El Camino Real. Carlsbad. CA
92008
(address)
760-438-2722
(telephone no.)
ATTEST:
(address)
(city/state/zip^J&s^fcjl
LORRAINE M. WOOD ~7f'
City Clerk U
(telephone no.)
(fax no.)
tv\
l;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. BALL, City Attorney
puty City Attorney
-6-Revised 09/01/09
NEWest Construction Co Inc.
Special Meeting of the Board of Directors
June 22,2009
Opening:
A Special Meeting of the Board of Directors was called today, June 22,2009, for the
express purpose of restating the authority of Mark Jennette, President, to enter into
contracts and have general supervision, direction and control of the business and affairs
of the corporation.
Present:
John P. Ryan and Christine Davidson were present at the Rockland, MA office. Mark
Jennette attended the meeting via telephone from the San Diego office. Kathleen Ryan
did not attend.
A. Issue
A prequalification form requests a copy of minutes that enable Mark Jennette to bind the
corporation into legal contracts. This special meeting was called for the express purpose
of documenting the rights of Mark Jennette to enter into contracts, bind the corporation
and have the general powers and duties of management usually vested in the office of
President of a corporation.
The above is acknowledged to be true by the Board of Directors of Newest Construction
Co Inc.
Meeting was adjourned at 1:30 by John P. Ryan.
Minutes submitted by: Christine Davidson, Treasurer/Secretary
Approved by: Christine Davidson, Treasurer/Secretary
18:12 85853 EXHIBIT A PAGE 32/02
NCC fesf
CONSTRUCTION COMPANY, INC
7847 DunbrookRoad See "C" San Di*go, CA 9212(5 Lie #847555 Pb. 858-537-0774
Scope Letter 12/20/2010
KLEN, WE ARE PLEASE TO PROVIDE THE FOLLOWING SERVICES FOR THE TAMARACK LIFT STATION
INSTALLATION OF NEW HATCH IN EXISTING LEFT STA - S
I LS. MOBILIZATION
1 LS SAWCUT EXISTING CONCRETE
I LS INSTALL NEW HATCH
1 LS INSTALL NEW OPENNING FOR EXISTING POWER CABLES
I LS DISCONNECT AND RECONNECT POWER CABLES,
1 LS CLEANUP
COST FOR ABOVE $8,192 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 ANP MATERIAL BASIS
* PRtCES SHOWN ARE FIRM FOR ACCEPTANCE WITHIN 30 PAYS.
EXCLUSIONS
CITY OF CARLSBAD PERMITS AND FEES, BONDING, SWJ>P, RESIDENTAL NOTIFICATIONS, ENGINEERING
AND SURVEYING.IF PERMITS REQUIRED THEY WILL BE SUPPLIED BV OWNER.
WATER IF NEED WILL BE PROVIDED BY THE CITY AT NO COST TO THE CONTRACTOR
TEMPOARV BY-PASS
TESTING, REMOVAL AND DISPOSAL OF HAZARDOUS MATERIALS
CITY WILL OPERATE ALL VALVES TO ISOLATE THE SYSTEM FOR SAFETY.