Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Portillo Concrete Inc; 2012-05-04; PWM12-49TRAN
Project Manager John Kim City of Carlsbad MINOR PUBUC WORKS PROJECT CONTRACT This Is not an order. Date Issued: Mav 4.2012 PWM12-49TRAN (760) 602-2757 Mali To: Purchasing Department City of Carisbad 1635 Faraday Avenue Carisbad, Caiifomia 92008-7314 Award will be made to the lowest responsive, responsible contractor based on total price. DESCRIPTiON Labor, materiais and equipment to Install concrete medians on Cartsbad Boulevard at five tocatk>ns, Inctuding removal of existing striping and installation of new painted crosswalks. Ptease refer to the attached Exhibit! No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager. John Kim Phone No. (760)602-2757 Submission of bid implies knowtedge ofall job tenns and conditions. Contractor acknowledges receipt of Addendum No. 1 ( ), 2 { ), 3 ( ), 4 ( ), 5 ( ). SUBJECT TO ACCEPTANCE WrTHIN (90) DAYS Name and Address of Contractor Portillo Concrete. Inc. Name 3$27Qltru?9trget (619)46^4639 Address Lemon Grove. CA 91945 Telephone (619)466^685 City/State/Zip Fax mDOrtiHo@Dortilk)concreteinc.com E-Mail Address -1-Revlsed 03/13/02 Name and Title of Person Authorized to sign contradtei^ Signature Name Titii :; y Date JOB QUOTATION rTEM NO. UNIT QTY DESCRiPTION TOTAL PRICE 1 LS. 1 Concrete medians on Carisbad Boulevard $44,332.00 at five tocations Quote Lump Sum, including alt appltoabte taxes. Award Is by total price. Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening, uniess othenivise stipulated by the City of Carisbad. Award will be made by the Purchasing Offtoer to the lowest, responsive, responsible contractor. The City reserves the right to reject any or ail bids and to accept or reject any item(s) therein or wah^e any infomnality in the bid. In the event of a confltot between unit price and extended price, the unit price wili prevail unless price is so obviously unreasonable as to indtoate an enor. In that event, the bid will be rejected as non-responsive for the reason of the inability to determine the intended bkl. The City resen/es the right to conduct a pre-award Inquiry to detemiine the contractor's ability to pertorm, including but not limited to facilittos, financiai responsibility, materials/supplies and past perfbnnance. The detennination of the City as to the Contractor's abitity to pertonn the contract shalt be conclusive. SUBMITTED BY: Portitto Concrete. Inc 680144 Contractor's Ltoense Number Authorized Signature Printed Name and Titto ^.A9n<jC-9 Classiftoation(s) 10/31/2012 Pnnted Name and Tmc Date Expiration Date TAX iDENTiFiCATiON NUMBER (Corporations) Federal Tax I.D.#: ^ ^0^2.2^13^ OR (Individuals) Social Security #: .2-Revlsed 03/13/02 DESIGNATION OF SUBCONTRACTORS Set forth below is the full name and tocation of the place of business of each sub-contractor whom the contractor proposes to subcontract portions of the wori( in excess of one-half of one percent of the totet bid, and the portion of the wort< whtoh will be done by each sub-contractor for each subcontract. NOTE: The contractor understends that if he teils to specify a sub-contractor for any portton of the wori( to be perfonned under the contract in excess of one-hatf of one percent of the bto, the contractor shall be deemed to have agreed to pertorm such portion, and that the contractor shalt not be pennitted to sublet or subcontract that portion of the woric, except in cases of the pubtic emergency or necessity, and then onty after a finding, reduced in writing as a publto record of the Awarding Authority, setting forth the facte constituting the emergency or necessity in accordance with the provistons of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the Califomia Publto Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." PORTION OFWORK TO BE SUBCONTRACTED SUBCONTRACTOR* MBE ttem No. Description of Work % of Total Contract Business Mame and Address UcensoNo., Classification & Expiration Date Yn No A-1320 ms9oi^ eo IS i Totel % Subcontracted: * Indicate Minority Business Enterprise (MBE) of subcontractor. -3-Revised 03/13^)2 CITY OFCARLSBAD MINOR PUBLIC WORKS CONTRACT (Less than $45,000) Labor: I propose to employ only skilled woricers and to abide by all State and City of Carisbad Ordinances governing labor. Guarantee: I guarantee all lafc>or and materials fumished and agree to complete woric by May 25, 2012, in accordance with directions and subject to inspection approval and acceptance by: John Kim (project manager) The Payment of Prevailing Wages is Not Required The City of Carisbad is a Charter City. Carisbad 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 Califomia Govemment Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false ciaim to a public entity. These provisions inctude false claims made with deliberate ignorance of the false information or in reckless disregard ofthe truth or falsity ofthe 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 pericxJ of up to five years and that debannent by another jurisdiction is grounds for the City of Carisbad to disqualify the Contractor or su^contractor,from participating in contract bidding. Signature: Print Name: Revised 03/13/02 Commerciai Generai Liabiiity, Automobile Liabiiity and Workers' Compensation Insurence: The successful contractor shall provkle to the City of Cartsbad, a Certlficatton of Commercial General Liabitity and Property Damage tnsurance and a Certificate of Wortcers' Compensation tnsurance indicating coverage in a fomn approved by the Califomia tnsurance Commission. The certificates shall indicate coverage during the period of the contract and must be fumished to the City prior to the start of woric. The minimum limite of liabiiity 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 autfiorized to transact the business of insurance in the Stete of Califomia by the Insurance Commissioner. Commerdal General Liability tnsurance of Injuries Inctuding acctoentet 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 acctoent in an amount not tess than ..$500,000 Property damage Insurance In an amount of not tess than $100,000 Automobile Liability Insurance in the amount of $100,000 combined singte limit per accident for bodity Injury and pniperty damage, tn addition, the auto policy must cover any vehtole used In the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduted. The automobile insurance certificate must stete the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clause provtoing that thirty (30) days written notice Shalt be gh/en to the City prior to such cancellatton. The poltoies shalt name the City of Carisbad as additional insured. Indemnity: The Contractor shalt assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and ite officers and emptoyees, from alt claims, toss, damage, Injury and liability of every kind, nature and descriptton, directly or indlrectty arising from or in connectton with the F^rfomnance of the Contract or woric; or fi^m any tellure or alleged tellure of Contractor to comply with any appitoabto taw, rules or regulations including those relate to safety and health; and Irom any and ail claims, toss, damages. Injury and liabitity, howsoever the same may be caused, resutting directly or indirectly from the nature of the wortc covered by the Contract, except for toss or damage caused by the soto or active negligence or willful misconduct of the City. The expenses of defense include atl coste and expenses Including attorneys' fees fbr litigation. art}itratlon, or other dispute resoiution rristhod. -5- Revised 03/13/02 Jurisdiction: The Contractor agrees and hereby stipulates that the proper venue and jurisdtotion for resoiution of any disputes between the parties arising out of this agreement is San Diego County, Califomia. 3 woricing days after receiot of Notice to Proceed. woridng days after receipt of Nottoe to Proceed. agree to stert within Stert Woric Compietion: I agree to complete woric within CONTRACTOR: PORTtLLO CONCRETE. INC. (nai CITY OF CARLSBAD a munidpal corporation ofthe Stete of Califomia: Contractor Bv: ^l\l!l/^(/C4 (sign here) /^fWo PmiUQ - Pees (print name and titto) (address) (e-mail address)) By: (tetephone no.) jnhere) T/riA 'llo ^cfo (print name and title) (address) (c'lty/stete/zip) (fil^'<^(c(e'HO^^ (tetephone no.) (fox no.) (e-maii address) (Proper notarial acknowledgment of execution by Contractor must be attached. Chainnan. prestoent or vice-prestoent and secretary, assistent secretary. CFO or assistent treasurer must sign for corporations. OthenAfise. the corporatton must attach a resolution certified by the secretery or assistent secretery under corporate seat empowering the officer(s) signing to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL, City Attomey BY:_ eptrtyClty Attomey Revised 03/13/02 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of San Diego } On 5/10/12 before me, Dolores Alvarez. Notary Public Date personally appeared Mario Portillo, Tina Portillo Here Insert Name and Title of the Officer Name(s) of Signer(s) } MMMlii DOLORES ALV/VREZ Commission # 1917393 | Notary Public - California 1 \3fma£iif San Diego County g ^^^'"^ My Comm. Expires Jan 13,20151 'V'''^F*ir^ir"<v>'*p'*#<*i'*VHiiPV"v*^^ Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(D whose name(|)^)^^F5)ubscribed to ' within instrument and acknowlegged lOTne that hc/shoflhev executed the samein^46/l=>ei(ffi^authorized capacity's] and that by4«6/lwfl2!T§!Dsignaturegpon the instrumerrnfie pGrsorK^DOf the entity upon behall^f which the persoigfj) acted, eJtecuted the instrument. I certify under PENALTY OF PERJURY under the laws of the State o^^^atifornia that the foregoing paragraph is true and corre( Witness my Signature qfficial seal Signatu Public 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 Slgner(s) Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: • Individual • Corporate Officer — Title(s): • Partner — • Umited • General • Attorney in Fact • Trustee • Guardian or Conservator • Otiier: Signer Is Representing: RIGHTTHUIVIBPRINT OF SIGNER Top of thumb here © 2007 National Notary Association • 9350 De Solo Ave., P.O. Box 2402 • Ghatswortti, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toil-Free 1-800-876-6827 PORTILLD CONCRETE INC State Lie. No. #680144 (A/B/C-8) Exp. 10/31/12 3527 Citrus St Lemon Grove, Ca 91945 Office 619.466.4639, Fax 619.466.4685 CERTIFIED DBE, SMBE, 8a, SDB, HUBZone May 4,2012 Subject: CARLSBAD BOULEVARD RD. MEDIAN IMPROVEMENTS PORTILLO CONCRETE, INC. hercinafter referred to as SELLER, proposes to CITY OF CARLSBAD, hereinafter referred to as BUYER, only labor and malerials, for construction of certain concrete and asphalt construction located at CARRLSBAD, CA. PORTILLO CONCRETE, INC. proposes to perfonn in a substantial and workmanUke manner, according to standard practices. ITEMS OF WORK: Install New pin-on median curb, colored stamped median fiatwork, and ail associated striping per plans drawn and stamped by John T. Kim and dated 4/30/12, $ 44,332.00 BUYER understands this price is firm for work completed by May 25,2012. The above price includes labor, material, supervision. When signed by the BUYER, or his apparent agent, and by SELLER, this will constitute a firm contract between both parties hereto, for all labor and materials herein referred to, according to the terms and conditions herein referred to. Respectfully Submitted Approved and Accepted SELLER: PORTILLO CONCRETE, INC. BUYER: CITY OF CARLSBAD By: \m\^W¥^^K/y^^ n(t>^fl^i By: ^ Name Title Name Title 1/2" DIA. CONTINUOUS STEEL BAR 2" WEAKENED PLANE JOINT "—1/2" DIA. STEEL DOISELS © 4' C.C. MIN. LENGTH 10" (SEE NOTE 3) 0 DETAIL A: TYPE (MODIFIEDl CONCRETE CURB NOT TO SCALE 1/2" DIA. CONTINUOUS STEEL BAR 2" WEAKENED PLANE JOINT 1/2" DIA. STEEL DOWELS © 4" C.C. MIN. LENGTH 10" (SEE NOTE 3) 0 DETAIL B: TYPE (MODIFIED) CONCRETE CUTO NOT TO SCALE GENERAL NOTES: 1. CONCRETE SHALL BE 560-C-3250. 2. SEE SAN HEGO REGIONAL STANDARD DRAWNG G-9 ANO G-10 FOR JOINT DETAILS 3. TYPE B-4 (MOOIFIEO) CURB SHAU BE ANCHORED TO EXISTING PAVEMENT BY PUONG STEEL DOWELS AND REINFORCING STEEL AS SHOWN OR BY AN APPROVEO ADHESIVE. TYPE IV{L) zy2 SYCAMORE AVENUE SCALE: r=20" SCALE: r=20 REFLECTIVE PAVEMENT MARKER INSTALLED ON TOP OF RAISED MEDIAN NOSE. REFLECTIVE - SURFACE TO FACE MAJOR STREET TRAFFIC. REFLECTIVE PAVEMENT MARKER INSTALLED ON TOP OF RAISED MEDIAN. REFLECTIVE SURFACE TO FACE MINOR STREET- TRAFFIC. CONSTRUCTION NOTES: 0 © 0 © © INSTALL 8" CONCRETE CURB PER DETAIL A THIS SHEET. CURB SHALL BE PINNED TO EXISTING PAVEMENT. CURB SHAa BE PAINTED YEaOW PER MTAIL C THIS SHEET. INSTALL 12" CONCRETE CURB PER DETAIL B THIS SHEEST. CURB SHALL BE PINNED TO EXISTING PAVEMENT CURB SHAU BE PAINTED YEaOW PER DETAIL C THIS SHEET INSTALL 4" COLORED STAMPED P.C.C. MEDIAN SURFACE. INSTALL 8" WIDE 4" P.C.C. SIDEWALK FROM EXISUNG ROADWAY TO EXISTING SIDEWAIK. EXISTING ASPHALT BERM SHAU BE REMOVED AS NECESSARY. TRUNCATED DOMES SHALL BE INSTAUED PER SAN OIEGO REGIONAL STANDARD ORAWNG G-30. INSTALL 8' MOE 4" P.C.C. SIOEWALK FROM EXISTING ROADWAY TO EXISTING SIDEWAUC. MAXIMUM SLOPE SHALL BE 8.33JE. EXISTING ASPHALT BERM SHALL BE REMOVED AS NECESSARY. TRUNCATED DOMES SHALL BE INSTALLED PER REGIONAL STANDARD DRAWING G-30. INSTAa NEW 12' WHITE CROSSWALK (THERMOPLASTIC). CROSSWAU< SHAa HAVE AN INSIDE OlMENaON Of 11" ANO HAVE 12" WHITE TRANSVERSE MARKINGS AT 5" ttC. CROSSWALKS SHAa BE CENTERED ON PEDESTRIAN RAMPS. INSTALL NEW PAVEMENT MARKWGS (THERMOPLASTIC) AS SHOWN. REMOVE EXISTING STRIPING/WARKINGS BY GRINOING. PROLONGATION OF MEDIAN SCALE: 1"=20' HEI^rfLOCK AVENUE SCALE; 1"=20' PAINT MEDIAN YELLOW PETAft. C: MEDIAN DETAILS NOT TO SCALE PROPOSED CONCRETE MEDIAN IMPROVEMENTS CARLSBAD BOULEVARD