Loading...
HomeMy WebLinkAboutREPUBLIC ITS; 2011-02-08; TRANS516City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager Nick Rogue Date Issued: 1/26/11 (760) 434-2923 Request For Bid No.: TRANS516 Mail To: CLOSING DATE: 1/26/11 Purchasing Department Bid shall be deposited in tho Bid Box located City of Carlobad in the first floor lobby of the Faraday Center 1635 Faraday Avenue located at 1635 Faraday Avenue, Carlsbad, Carlsbad, California 02008 7311 CA 02008 until 1:00 p.m. on tho day of Bid Award will be made to the lowest responsive, responsible contractor based on total price. Please use typewriter or black ink. Envelope MUST include Request For Bid DESCRIPTION Labor, materials and equipment to install replacement street light wire on portions of Poinsettia Ln and Tamarack Av _ No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Nick Rogue _ Phone No. 760-434-2923 __ Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 (D), 2 (D), 3 (D), 4 (D), 5 (D). SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Republic ITS 415-884-3000 Name Telephone 371 Bel Marin Keys Blvd Ste 200 415-884-4800 Address Fax Novato CA 94949-5662 City/State/Zip E-Mail Add/ess -1 - Revised 09/01/09 Name and contracts. son Authorized to sign Name Date JOB QUOTATION ITEM NO. 1 2 3 UNIT JOB JOB JOB QTY 1 1 1 DESCRIPTION Install replacement street light wire on Poinsettia Ln between El Camino Real and Skimmer Ct Install replacement street light wire on Tamarack Av between East Pointe and High Ridge Install replacement street light wire on La Costa Av between I-5 and El Camino Real TOTAL TOTAL PRICE $3,835.00 $4,345.00 $17,485.00 $25,665.00 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: Republic ITS 647154 Classification(s) Contractor's License Number CIO Expiration Date Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I (Individuals) Social Security #: .D.#: OO OR -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 License No., Classification & Expiration Date MBE Yes No Total % Subcontracted: 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, 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: Nick Rogue (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. The City Manager has determined that it is not in the best interest of the city to require the payment of prevailing wages for this project. 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: A 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 5 working days after receipt of Notice to Proceed. Completion: I agree to complete work within 30 calendar days after start of work. CONTRACTOR: CITY OF CARLSBAD a municipal corporation of the State of California: Republic ITS (city/state/^ip)LORRAINE M. WOOD City Clerk (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. BALL, CitvAttorney -6-Revised 09/01/09 CITY OF CARLSBAD Minor Public Works Contract TRANS516 SCOPE OF WORK 1. Contractor will provide all labor, tools, and equipment necessary to install replacement street light wire in existing conduit. 2. Contractor is responsible for all traffic control. 3. City will provide materials. 4. Contractor will start on Poinsettia Ln. 5. Poinsettia Ln a. The area of Poinsettia Ln between El Camino Real and Skimmer Ct requires replacement of #8 black and #8 white conductors. There is a single 120 volt circuit that serves 5 street lights using only one service point. This circuit has been de- energized at the city owned #3 pull box that precedes the service point. Pull boxes are typically located roughtly every 200' on each side of the roadway, at each crossing, and adjacent to each street light pole. 6. Tamarack Av a. The area of Tamarack Av between East Pointe Av and High Ridge Av requires replacement of #6 black and #6 white conductors. There are two 120 volt circuits that serve 7 street lights using two service points. These circuits have been de- energized at the city owned #3 pull boxes that precede each service point. Pull boxes are typically located roughtly every 200' on each side of the roadway, at each crossing, and adjacent to each street light pole. 7. La Costa Av a. The area of La Costa Av between Pireaus St and El Camino Real requires replacement of #4 black, #4 red, and #8 green conductors. There are two 240 volt circuits that serve 19 street lights using two service points. Thess circuits have been de-energized at the city owned #3 pull boxes that precede each service point. Pull boxes are typically located roughtly every 200' on each side of the roadway, at each crossing, and adjacent to each street light pole. b. Existing 240 volt fuse holders previously located in the pull-box have been eliminated. Contractor will install new 240 volt "double", "heat-shrink" tubing weatherproofed fuse holders inside each pole hand-hole. City will supply fuse holders. 8. Contractor shall clean out each pull-box to expose conduit stubouts. Contractor shall clean out all conduits with compressed air prior to wire replacement. Contractor shall install pull ropes or lines for pulling new conductors. 9. All pull-box conductor splices shall be butt-spliced with crimp connections, soldered and "heat-shrink" tubing weatherproofed. 10. At all pole locations, Contractor shall replace conduit feeders into the pole should the cut tails in the pull-box be too short. These feeders can be a smaller gauge wire of #12 or #10 THHN. 11. The circuits have been de-energized at the pull-box that precedes each circuit. Upon completion, Contractor may opt to handle reconnection "hot" at these pull-boxes or arrange to have SDG&E de-energize and re-energize. Contractor is solely responsible for all coordination with SDG&E. - 7 - Revised 09/01/09 RCPUbliC REVISEDITS Intelligent Transportation Services January 25,2011 VIA: E-MAIL Marc Kratzer City of Carlsbad Job Name: Repkce Stolen Street Lighting Wire Job Location: Various Locations We propose to perform the following work, on the terms and conditions stated below and on the reverse side hereof, and at the prices shown, as follows: As per your request Republic ITS is pleased to offer the following prices to install City of Carlsbad supplied street lighting wiring conductors at the following locations as per our walk through. La Costa Ave between El Camino Real and Interstate 5: Labor & Equipment: $ 17,485.00 Tamarack Ave between East Point and High Ridge: Labor & Equipment: $ 4.345.00 Poinsetria Lane between El Camino Real and Skimmer Cfc Labor & Equipment: $3.835.00 Grand Total Material, Labor & Equipment $ 25,665.00 This offer shall expire 60 days from the date hereof and may be -withdrawn by us at any time prior thereto with or without notice. This offer supersedes any prior offers, commitment or orders, contains all terms, conditions and warranties and when accepted, constitutes the entire contract between the parties. The resulting contract shall not be modified except by formal written amendment. This offer shall be accepted by delivery to us of a copy of this offer duly signed by you in the space provided. The foregoing offer is hereby accepted this day of , 2011 CITY OF CARLSBAD REPUBLIC ITS By: Jeff Pierce Tide: Field Supervisor (619)562-1104 • (619)562-1125 • 1820 John Towers AVENUE • SUITE A • EL CAJON, CA 92020 BOSTON • DALLAS • Los ANGELES • SACRAMENTO • SAN DIEGO • SAN FRANCISCO