HomeMy WebLinkAboutRepublic ITS; 2012-01-25; CTD576Project Manager Nick Rogue
(760) 434-2923
City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Date Issued: 11/22/11
Mall To:
Purchasing Department
City of Carlsbad
1635 Faraday Avenue
Carlsbad, California 92008-731A
Award will be made to the lowest responsive,
responsible contractor based on total price.
Request For Bid No.: cTd576
CLOSING DATE: 11/22/11
Bid shall be deposited in the Bid Box located
in the first floor lobby of the Faraday Center
located at 1635 Faraday Avenue, Carlsbad,
CA 92008 until ^:00 p.m. on the day of Bid
closing.
Please use typewriter or black ink.
Envelope MUST include Request For Bid
NG^ .
DESCRIPTION
Labor, materials and equipment to complete Street Light Knockdown Repair on Monroe #1 N/o
Carlsbad Village Dr. W/S
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 (•), 2 (•), 3 (•), 4 (•), 5 (•).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
dba Republic ITS 415-884-3000
Name Telephone
371 Bel Marin Keys Blvd., #200 415--884-4800
Address Fax
Novato, CA 94 94 9 i im. waqner@siemens.com
City/State/Zip E-Mail Address
Revised 09/01/09
Name and Title of Person Authorized to sign
ntracts.
VP Engineering
Sign|
James A. Wagner
Title
11/23/11
Name Date
JOB QUOTATION
ITEM NO. UNIT QTY DESCRIPTION TOTAL PRICE
1 JOB 1 Initial response & site security $785.00
2 JOB 1 Permantent repairs including pole, fixture,
wiring, and installation
$5,540.00
GRAND TOTAL $6,325.00
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 othenvise 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 detennination 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, Inc. dba Republic ITS
ipany/Business Name
647154
Contractor's License Number
A, CIO, C31, C61/D31
Autborized Signature
James A. Wagner
Classification(s)
6/30/2012
Printed Name and Title
11/23/11
Expiration Date
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 68-0276727
OR
(Individuals) Social Security #:
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
SUBCONTRACTOR* MBE
Item
No.
Description of
Work
% of Total
Contract
Business Name and Address License No.,
Classification
& Expiration
Date
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.
^^^^^ A t^^re^4^^-e-y Signature:
Print Name: ^^"^^^ ^- Wagner
-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 Besfs 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 ofthe 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 municipal
Republic Intelligent Transportatiggjtporation of the State of California:
f^(='-r^ri r'(=^<=. ^ Tnr rlhia Pp'pnhl i r ITS
3me of Contractor)
here) • ^Assistant City Manager
James A. Wagner, VP Engineering
(print name and title)
j im.wagnerosiemens.com
(address)
(efmail "Address)) (telephone no.)
By:
Dirlfc jGlaser, Asst. Secretary
(print name and title)
see previous pages
(address)
(city/state/zip)
ATTEST:
LORRAINE M. WOOD
City Clerk
(telephone no.)
(fax no.'
dirk.glaser@siemens.com
(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
BY:
)epu!y City Attorney
Revised 09/01/09
Republic
ITS
Intelligent
Transportation
Services
November 14, 2011 VL\: E-AIAIL
Marc Kratzer
City of Carlsbad
Job Name: Street Light Knockdown Replacement
Job Location: Monroe V Street Light N/O Carlsbad Village Dr West Side
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 10/25/2011 we received a call out to tlie above mentioned location for a street light ha\'ing been
knocked down. We secured the power in the puU box and removed the damaged pole. At this time we are
requesting your approval to reinstall the pole and complete the permanent repairs; the preliminar}' work will
invoiced separately. The prices wiQ be as follows.
Preliminar)' Work: Original call out and securing the power and cutting up of pole and hauling away debris.
Material, Labor & Equipment $ 785.00
Permanente Repairs: Installation of new pole and Induction Luminaire and wiring.
Material, Labor & Equipment $ 5,540.00
This offer shall expire 60 days from the date hereof and may be uithdrawn 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. ITiis offer shall be accepted by deliver)' to us of a copy of this
offer duly signed by you in the space pro\Tded.
llie foregoing offer is hereby accepted this day of , 2011
CITY OF CARI.SBAD REPUBLIC ITS
By: )eff Pierce
Tide: Project Manager
(619) 562-1 104 • (619) 562-1 125 • 9932 PR()SPI;{: I AVI;NL !•; • SL r] i:134 • SANTI:I;, CA 92071
BosioN • DALLAS • Los .VNGUI.H.S • SACRAMIIN ro • SAN Dir-;c;o • SAN I'RANCISCO
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 Califomia (the
"Corporation"), acting in lieu of a meeting, HEREBY APPROVE AND CONSENI^ 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 ofthe 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, 20! 1, the officers ofthe Corporation are as follows:
Oliver Hauck
Wade White
Mario Mattem
Dennis Walther
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 ofthe foregoing
resolutions that are within the authority confen-ed thereby are hereby ratified, confimied and approved
as the acts and deeds of this Coiporation.
SIGNED, this May .31, 2011, by the Board of Directors, in its entirety, as follows:
Mario Mattem
Terry Heath Martin Schiiltr
BOSTON . DALLAS . HOUSTON . Los ANGELES . MIAMI . PHILADELPHIA
PHOENIX . SACRAMENTO . SAN DIEGO . SAN FRANCISCO . SAN JOSE