Loading...
HomeMy WebLinkAboutRepublic ITS; 2012-02-07; CTD579Project Manager John Maashoff (760) 434-2856 City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order Date Issued: 1/12/12 Mail To: Purchasing Department City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008-731 •1 Award will be made to the lowest responsive, responsible contractor based on total price. Request For Bid No.: cTd579 CLOSING DATE: 1/12/12 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 4:00 p.m. on the day of Bid closing. Please use typewriter or black ink. Envelope MUST include Request For Bid No. : DESCRIPTION Labor, materials and equipment to complete Street Light Replacement on Melrose #1 N/o Lionshead. EIS No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: John Maashoff Phone No. 760-434-2856 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 Name 371 BEL MARIN KEYS BLVD. #200 Address NOVATO CA 94949 City/State/Zip 415-884-3000 Telephone 415-884-4800 Fax JIM.WAGNER(5)SIEMENS.C0M E-Mail Address Revised 09/01/09 Name and Title of Person Authorized to sign contracts. Signature JAMES WAGNER PRESIDENT & CEO Title 1/16/2012 Name Date JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION TOTAL PRICE 1 EA 1 Preliminary Work $1,683.75 2 EA 1 Permanent Repairs $4,905.00 GRAND TOTAL $6,588.75 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: DBA REPUBLIC ITS 647154 (npany/Business Name 1^—r Contractor's License Number A. C10. C31. C61/C31 Ajjthorized Signature JAMES A. WAGNER Classification(s) 6/30/2012 Printed Name and Title 1/16/2012 Expiration Date Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: _ 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. ofthe 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: John Maashoff (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 fliing 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: •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. 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: DBA REPUBLIC ITS CITY OF CARLSBAD a municipal corporation of the State of California: name of Contractor) ( (^ign here) ' JAMES A. WAGNER (print name and tifle) JIM.WAGNER(a)SIEMENS.COM ant City Manager (address) (telephone no.) (print name and tifle) 371 BEL MARIN KEYS BLVD., #200 ATTEST: (address) NOVATO CA 94949 (city/state/zip) 415-884-3000 LORRAINE M. WOOD City Clerk (telephone no.) 415-884-4800 (fax no.) SEE ABOVE ^ — • •' * *' •. V-rf *'* (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 corporaflons. Othenwise, 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: Revised 09/01/09 Republic Lh 1-^^^ ITS J^l^-^t^^^l Intelligent . i —/y-i (p Transportation ' Services January 4, 2012 VIA: E-MAIL Marc Kratzer City of Carlsbad Job Name: Street Light Knockdown Replacement Job Location: Melrose N/O lionshead Eastside 1" 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: Recendy on 12/12/2011 we received a call out to the above mentioned location for a street light having been knocked down. We had to call out an emergency crane to pick up the pole due to the pole was on top of the car, we secured the power in the puU box and removed the damaged pole and disposed of it. At this time we are requesting your approval to reinstall the pole and complete the permanent repairs; the preliminary work will invoiced separately. The prices will be as follows. Pteliminary Wotk: Original call out, emergency crane call out, securing the power and cutting up of pole and hauling away debris. Material, Labor & Equipment $ 1,683.75 Permanente Repairs: Installation of new Ameron concrete pole, induction luminaire, wiring and concrete cap. Material, Labor & Equipment $ 4,905.00 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, constitates 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 , 2012 CITY OF CARLSBAD REPUBLIC ITS By: Jeff Pierce Tide: Project Manager (619) 562-1 104 • (619) 562-1 125 • 9932 PROSPECT AVENUE • SUITE 134 • SANTEE, 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 Califomia (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 December T', 2011, the officers of the Corporation are as follows: Terry Heath James Wagner Mario Mattem Dennis Walther Dirk Glaser Daniel Hislip Phillis Ing Beverly Pacansky Lonnie Ellis Chairman President and CEO Vice President, CFO and Assistant Secretary 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 November 08, 2011, by the Board of Directors, in its entirety, as follows: Maftin Schultz