Loading...
HomeMy WebLinkAboutRepublic ITS; 2011-10-18;City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager Nick Rogue Date Issued: 9/26/11 (760) 434-2923 Request For Bid No.: cTd568 Mail To: CLOSING DATE: 9/26/11 Purchasing Department Bid shall be deposited in the Bid Box located City of Carlsbad in the first floor lobby of the Faraday Center 1635 Faraday Avenue located at 1635 Faraday Avonue, Carlsbad, Carlobad, California 02008 731 <\ CA 92008 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 N©, - : DESCRIPTION Labor, materials and equipment to Street Light Knockdown Repair on Rancho Santa Fe #2 S/o La Costa Av, West Side 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 (Q), 5 (D). SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Services, Inc. dba Republic ITS _ 415-884-3000 Name Telephone 371 Bel Marin Keys Blvd Ste 200 415-884-4800 Address Fax Novato CA 94949 j im. wagner@siemens . com City/State/Zip E-Mail Address -1- Revised 09/01/09 Name and Title of Person Authorized to sign contrac VP Engineering James A. Wagner Title 9/29/11 Name Date JOB QUOTATION ITEM NO. 1 UNIT JOB QTY 1 DESCRIPTION Street light repair on Rancho Santa Fe Rd #2 S/o La Costa Av, W/S GRAND TOTAL TOTAL PRICE $9,780.00 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. Note: Please do not sign the contract document (last page) at this time. The successful contractor will execute the contract after bid award. SUBMITTED BY:Republic Intelligent Transportation Services, Republic ITS 647154 Inc mpany/Business Name Contractor's License Number C10/A/C31/D31 rized Signature James A. Wagner Classification(s) 6/30/2012 Printed Name and Title 9/29/11 Expiration Date Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 68-0276727 OR (Individuals) Social Security*:n/a -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. 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. 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: James A. Wagner, VP Engineering -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:, , . . „, . . . CITY OF CARLSBAD a municipalRepublic Intelligent Transportation^ .. nf, ~.nfr,£ . Services. Inc. dba Republic ITS ame of Contractor) corporation of tne state of California: here) James A. Wagner, VP Engineering (print name and title) j im.wagflfertesiemens.com By: (address) (e-ma/l address)) By:. Dir (telephone no.) rtefe laser, Asst. Secretary & VP ATTEST: LORRAINE M. WOOD City Clerk ftnt name and title) 371 Bel Marin Keys Blvd., #200 (address) Novato, CA 94949 (city/state/zip) 415-884-3000 (telephone no.) 415-884-4800 (fax no.) see above (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 officers) signing to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY: Deputy City Attorney -6-Revised 09/01/09 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 BROOKE L. SACHS \ Commission # 1937262 t Notary Public - California I Marin County * My Comm. Expires May 20.20151 Place Notary Seal Above who 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. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature OPTIONAL Though the information below /s 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(s) Signer's Name: __: Corporate Officer — Title(s): i_; Individual D Partner — D Limited D General Z Attorney in Fact n Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer's Name: D Corporate Officer — Title(s): D Individual D Partner — C Limited D General G Attorney in Fact r Trustee C Guardian or Conservator r Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here © 2010 National Notary Association • NationalNotary.org • 1-800-US NOTARY (1-800-876-6827)Item #5907 Republic ITS Intelligent Transportation Services September 22, 2011 VIA: E-MAIL Marc Kratzer City of Carlsbad Job Name: Replace Knocked Down Street Light Pole Job Location: Rancho Santa Fe S/O La Costa W/S 2nd Street Light 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: Recently on September 9,2011 we responded to call out a street light pole knockdown at the above mentioned location. We had to call out an emergency crane to take down and remove the knocked down pole and we cleaned up the debris. We also found that two side walk panels were also cracked as a result of the street light knockdown. At this time we are requesting your approval to complete the permanent repairs for a new pole and induction fixture. Also there is an optional line for the sidewalk repairs. The prices will be as follows. Preliminary work • Original response, emergency crane call out, pole removal and disposal. Material, Labor & Equipment $ 2,435.00 Permanente repairs (Pole and Installation) • Furnish and install new Ameron 2B226 2AP8A pole with 8' aluminum arm complete with concrete cap, wiring, and lOOw Induction fixture '^Jersey" Material, Labor & Equipment $ 4,845.00 Optional repairs • Demolition and replacing 2ea sidewalk panels. Material, Labor & Equipment $ 2,500.00 This offer shall expke 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: Project Manager (619)562-1104 • (619)562-1125 • 9932 PROSPECT AVENUE • SUITE 134 • SANTRE, CA 92071 BOSTON • DALLAS • Los ANGELES • SACRAMENTO • SAN DIEGO • SAN FRANCISCO Republic Intelligent Transportation Services, Inc. UNANIMOUS WRITTEN CONSENT OF THE BOARD OF DIRECTORS OF REPUBLIC INTELLIGENT TRANSPORTATION SERVICES INC. The undersigned, constituting the entire Board of Directors of Republic Intelligent Transportation Services, Inc., a corporation organized and existing under the laws of the State of California (the "Corporation"), acting in lieu of a meeting, HEREBY APPROVE AND CONSENT to the adoption of the following resolutions: WHEREAS, it is the intention of the Board of Directors to appoint and maintain officers of the Corporation to manage the daily operations of the Corporation; and WHEREAS, it is the intention of the Board of Directors to authorize the officers of the Corporation to execute bonds, contracts, bids, legal, and other documents as may become necessary for the Corporation to transact its business. NOW, THEREFORE, BE IT RESOLVED that it is RESOLVED, that effective as of August 10, 2011, the officers of the Corporation are as follows: Oliver Hauck Wade White Mario Mattcrn Dennis Wai I her James Wagner Dirk Glaser Dan Hislip Phillis Ing Beverly Pacansky Lonnie Ellis Chairman President and CEO Vice President, CFO and Assistant Secretary Vice President Vice President Vice President and Assistant Secretary Secretary Assistant Secretary Assistant Secretary Assistant Secretary RESOLVED, that the officers of the Corporation be duly authorized to legally bind the Corporation through the execution of bonds, contracts, bids, legal, and other documents as may become necessary from time to time in order for the Corporation to transact its business. RESOLVED, that any actions taken by the officers of the Corporation prior to date of the foregoing resolutions that are within the authority conferred thereby are hereby ratified, confirmed and approved as the acts and deeds of this Corporation. SIGNED, this May 31, 2011, by the Board of Directors, in its entirety, as follows: J-1"" ""Oliver H^jck, Cltainn Mario Mattem Terry Heath Martin Schultz BOSTON • DALLAS • HOUSTON • Los ANGELES • MIAMI • PHILADELPHIA PHOENIX • SACRAMENTO • SAN DIEGO • SAN FRANCISCO • SAN JOSE