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; 2012-08-10; PWM13-09TRAN
Project Manager John Kim (760) 602 2757 Mail To: Purchasing Department City of Carisbad 1635 Faraday Avenue Carlsbad, California 92008-7314 PWM13-09TRAN City of Carisbad MINOR PUBLIC WORKS PROJECT CONTRACT This is not an order. Date Issued: August 10. 2012 DESCRIPTION Labor, materials and equipment to install concrete medians and sidewalk improvements on Kelly Drive including installation of new signs and striping. Please refer to the attached Exhibit 1. 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 knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 ( ), 2 ( ), 3 ( ), 4 ( ), 5 ( ). SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Portillo Concrete, Inc. Name 3527 Citrus Street Address Lemon Grove, CA 91945 (619) 466 4639 Telephone (619) 466 4685 City/State/Zip Fax mportillo@portilloconcreteinc.com E-Mail Address -1 Revised 09/01/09 Name and Tjtle of Pergon^^uthgrized to sign contracts/M Signature Title Name g>//^//2^ Date JOB QUOTATION ITEM NO. UNIT DESCRIPTION TOTAL PRICE 1 LS. 1 Concrete medians and sidewalk $27,250.00 Improvements on Kelly Drive 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 Carisbad. 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: Portillo Concrete, Inc. 680144 Compaj5j^usine: Contractor's License Number B, A and C-8 Authorized Signature Printed Name and Title g'//9-//Z Date Classification(s) 10/31/2012 Expiration Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: ^ OR (Individuals) Social Security #: 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 # 680144 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 Reissue Date Expire Date License Status Classifications Bonding 680144 Extract Date 8/16/2012 PORTILLO CONCRETE INC Business Phone Number: (619) 466-4639 3527 CITRUS STREET LEMON GROVE, CA 91945 Corporation 11/09/1993 10/24/2000 10/31/2012 ACTIVE This license is current and active. All information below should be reviewed, CLASS DESCRIPTION B GENERAL BUILDING CONTRACTOR A GENERAL ENGINEERING CONTRACTOR C-8 CONCRETE CONTRACTOR'S BOND This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number: 120743 Bond Amount: $12,500 Effective Date: 01/01/2007 Contractor's Bond History BOND OF QUALIFYING INDIVIDUAL 1. The Responsible Managing Officer (RMO) PORTILLO MARIO 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. https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=68... 8/16/2012 Check a License - License Detail - Contractors State License Board Page 2 of 2 Workers' Compensation Effective Date: 12/27/2001 BQI's Bond History Miscellaneous Information WORKERS' COMPENSATION This license has workers compensation insurance with INSURANCE COMPANY OF THE WEST Policy Number: WSD500076503 Effective Date: 10/21/2011 Expire Date: 10/21/2012 Workers' Compensation History DATE 10/24/2000 DESCRIPTION LICENSE REISSUED TO ANOTHER ENTITY Personnel List Conditions of Use j Privacy Policy Copyright © 2010 State of California https://vyww2.cslb.ca.gov/0nlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=68... 8/16/2012 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 Ye$ No I Total % Subcontracted: * 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 Carisbad 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: 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 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 Carisbad 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 Carisbad to disqualify the Contractor qp^ubcontractor from participating in contract bidding. Signature: Print Name: Pd/L-nuo Revised 09/01/09 Commercial General Liability, Automobile Liability and Workers' Compensation Insurance: The successful contractor shall provide to the City of Carisbad, 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 Carisbad 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. agree to start within /Q working days after receipt of Notice to Proceed. 30 start Work: I Completion: I agree to complete work within CONTRACTOR: PORTILLO CONCRETE, INC. (naj^ of Co (sign here) (print name and title) (e-mail address)) working days after receipt of Notice to Proceed. CITY OF CARLSBAD a municipal corporation of the State of California: By: (sign here) (print name and title) (address) (city/state/zip) Oeie (telephone no.) Assistant City Managor or Division Director as authorized by the City Manager (address) (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 ofricer(s) signing to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL, CityAtt] BV: K)P.A Deputy City Attorney 6-Revised 09/01/09 o CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of San Diego } On 08/17/2012 Date before me, Dolores Alvarez. Notary Public Here Insert Name and title of the Officer personally appeared Tina Portillo and Mario Portillo Name(s) of Signer(s) Sotary public- CtMo^^^^^ niliao County ^b'oBES ALVAHt/ commission # 1917393 ^ Notary Public - CaHfornia SinOiego County ./.yrnmm ExptfesJar ' ?Oli> Place Notary Sea! Above who proved to ^ije on the basis of satisfactory evidence to be the persorv^whose name([SJ*ls^fe subscribed to, within instrument and acknowleji^ed to me that: • executed the samei»i,^t^trerr/fl@^uthorized capacity and that by ltte/hefgtheiL^iqnaturGfg)\on the instrume'ri! persor@]| or the entity upon beh^fof which the persor acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness m Signature_ OPTIONAL and official se iJotary Public Ttiough 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 — Titie(s): • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signers Name: • Individual • Corporate Officer —Title(s); • Partner — • Limited • General • Attorney in Fact • Trustee • Guardian or Consei'vator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here © 2007 National Notary Association • 3350 De Soto .Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationaiNolary.org Item #5907 Raordsr: Call Tbll-Kree i -800-876-6827 SCALE: r=10' FL UFE =:irEArtLl- ~ B SLH LL LFTRILT CONSTRUCTION NOTES: © © INSTALL 6" TYPE B-3 CONCRETE CURB PER SAN DIEGO REGIWIAL STAI«ARD ORAWNG G-6, CURB SHALL BE PINNED TO EXISTING PAVEMENT. INSTALL TYPE G CURB RAMP PER SAN DIEGO REGIONAL STANDARD DRAWNG G-29. MONOUTHIC CURB TO BE INSTALLED AT THE BAa< OF SIDEWALK SHAa BE REPUCED WITH A 2"X8" REDWOOD HEADER FOR FUTURE SIOEWAIX. INSTALL TYPE C CURB RAMP PER SAN DIEGO REGIONAL STANDARD DRAWING G-29. MONOUWIC CURB TO BE INSTALLED AT THE BACK OF SIDEWALK SHALL BE CONCRETE. (T) INSTALL 4" P.C.C. (STAMPED COLORED CONCRETE) MEDIAN SURFACE. (T) PAINT NEW 12" YELLOW CROSSWALK. CROSSWALK SHAa HAVE AN INSIDE DIMENSION OF 10 FEET AND HAVE 12" YEaOW TRANSVERSE MARKINGS AT 5' O.C. CROSSWALKS SHALL BE CENTERED ON NEW CURB RAMPS. CROSSWALK SHALL BC THERMOPUSTIC. (F) INSTALL WI1-2 "PEDESTRIAN" SIGN ANO Wt6-7P "ARROW" PUTE ON TELESPAR POST AS SHOWN. THE W11-2 WI6-7P SIGN FACES SHAa BE aUORESCENT YEaOW GREEN. (T) INSTAa S4-3P "SCHOOL" PLATE AND R1-6 "PEDESTRIAN CROSSING" SIGN ON FLEXIBLE BASE MOUNT. (T) PAINT 4" WHITE UNE PER CALTRANS DETAIL 278. (?) PAINT MEDIAN NOSES YELLOW. (jo) PAINT MEDIAN NOSES WflTE. (\\) INSTAa 4'X2' DETECTABLE SURFACE (TRUNCATED DOMES) PER SAN DIEGO REGIONAL STANDARD DRAWING G-30. (U) PAINT 12" WHITE UNE O 45" ANO 5' O.C. (13) PAINT 10 FEET OF RED CURB. CO fZ KELLY ELEMENTARY SCHOOL PROPOSED SIDEWALK IMPROVEMENTS KELLY DRIVE CO PORTliO CONCRFTFINC 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 July 27,2012 From: Portillo Concrete, Inc. Subject: Kelly Drive Sidewalk Improvements PORTILLO CONCRETE, INC. hereinafter referred to as SELLER, proposes to CITY OF CARLSBAD , hereinafter referred to as BUYER, only labor and materials, for construction of certain concrete improvements located in the City of CARLSBAD. PORTILLO CONCRETE, INC. proposes to perfonn in a substantial and workmanlike manner, according to standard practices. ITEMS OF WORK: Install New pin-on median curb, curb ramps, colored stamped median flatwork, and all associated striping and signage per plans drawn and stamped by John T. Kim. $27,250.00 BUYER understands this price is firm for work completed by September 1, 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. Respectfiilly Submitted SELLER: PORTILLO CONCRETE, INC. Name Title Approved and Accepted BUYER: CITY OF CARLSBAD By: Name Title