Loading...
HomeMy WebLinkAboutDon Hubbard Contracting Company; 1999-03-01;e 0 Carlsbad Municipal Water District MINOR PUBLIC WORKS PROJECT REQUE3T FOR BID This IS not an orc?e~ Project Manager MARK BISKUP Date issued: 4 i%%l53Q (760) 438-3367 hial or Baiiverto CLOSING DATE. 212'8'9 Purchasing Department City OB Caflsbzd 3 200 Carlsbad Village Drive Carisbad, CA 92QQ8-1QB9 &$aid \~~li be made 'to the lowest responsive, responsible contractor based on total price Request For Bid No : Bid must be received prior to 5 00 7 I #, date of Bid closing. Please use typewriter or black in': Envelops MUST include Reqx.,, r s NO. DESCRBPTION t, - --- -- --_ There will be a ob walk-through Wednesday 1/27/99 at 10.00 am Job site i&-CXj i;?q J Palomar Airport k d aDproximately 500 ft west of Business Park Dflve Contact: Project Manager Mark Biskup Phone No (760) 438-3367 Submission of bid implies knowledge of all job tsrms and conditions. ContracPaPacl<nowledgesreceipt of Addendum No. 1 (x), 2 L),3 {-), 4 (-), 5 (- ,I -___i- , 8WBJEGT TO ACCEPTANCE WITHIN (90) DAYS ____I_-T** , -- _-_~ . --, &me and Address of Contractor N3mz P.ddrcss DON HUBBARD, JR C itylSPatelZi p Tdep hone Title Fa:: Uate Itk sf Person II 21 I DON HUBBARD CONTRACTING COMPANY P.O. BOX 230577 Name ENCINITAS, CA 92023 760 753-1137 VICE-PRES/SECY - &" '& 4" - --___ 760 753-0977 -1- 0 0 J05 QUQTAT!ON -- - ~ -__ - .___ -___ Ouote Lump Sum. including all applicable taxes. Award is by total price. Job completion date: March 5, I999 Evaluation and Award Bids ar@ binding SUbj@Ct to acceptance at any time wikhln d:! d opening, unless otherwise stipulated by the Carlsbad Municipal Water Distnct. Awarb 3w ';(I by the Purchasing Officer to the lowest. responsrve, responsiblecontractor The DISB%i r2c right to reject any or all bids and to accept or reject any item(s) therein or waive.any lnki r: bid. In the event of a conflict between unit price and extended price, the unit prlce wrll pi price IS so obviously unreasonable as to indicate an error. In ,that event, the bc! wll bz Ron-rasponsivefor the reason of the inability to determine the intended bid The Blsbnci :Y' right to coDduct a pre-award inquiry to determine the contractor'sabiltty to p@dorm, incl~d limited to facilities, financial responsibilib, materials/supplies and past pefb'in2 determinationof the District as to the Contractofsabihty to perform the contract shall bz L sumi:-rm BY: "___ -_ - PANY 172638 Contractor's Lcense Number Classification(s) *Expiration Date - - ____I - A 6/99 __ _- -- A- x-44 Q zie __L -- - TAX IQENTIFlCAT14)M NUPd?RB!% *~ (Corporations) Federal Tax I D.#: - 7R67 OR (Individuals)Social Security # DESIGNATION OF SUBCONTMCTORS Set forth below is the full name and IoCation of the place of business of each sub-coi~tr? contractor proposes to subcontract portions of the vdork in excess of of@-halfOf ne pzrcent and the portion of the workwhlch wrll be done by each sub-con9ractorf;or each subconlr~'~ NOTE The contractor understands that if he fails to spec[fy a sub-contractorfosr any pod:% be performed under the contract in excess of one-half of one percent of the b10, ~JE oe deemed 'to have agreed to perform such poriion, and that the cantractorsiiiai! I-~ sublet or subcontractthat portion of the work, except in cases of the public em and then only after a finding, reduced in writing as a publlc racord ofthe AWar ioieh the facts constituting the emergency or necessity In accordance with Subletting and Subcontracting Fair Practices Act (Section 4100 et seq 0; i -2- 1 IC;/ 0 a Contract Code) ~f no subcopltractorsare to be employed on the proJect, enter the word "NONE." Total % Subcontracted. * Indicate Minority Business Enterprise (MBE) of subcontractor. I -3- 0 0 CARLSBAD MUNICIPAL WATER DISTRICT MINOR PUBLIC WORKS CONTRACT (Less than $25.000) Labor: I propose to employ only skilled workers and to abide by ail State and Crty 07 Carjsbad Qdi labor, including paying the general prevailing rate of wages for each craft or Qpe of : exscut~ the contract %! t2..C1 YQO 9 guaraniat? all labor and materials furnished and agree to complete worv ccordancc subject to inspection approval and acceptance by. f\\&,?q'.. ka [ 1 t 89 ) Y4q3 Rat@% The general prevailin rate of wages for each craft or type of worker needscl to t?xecdC 'i: __ , the Labor Code. Pursuant to Section 1773 2 of the Labor Code, a current copy Of th@ apoii --ii E 1 in on file in the Office of the City Engineer The contractorto whom the contract IS award?@ 3 tban the said specified prevailing rates of wages lo all workers employed by him or her In coweract Chose as determined \ y the Dlrector of Industrial Relations pursuant to Sections 4770, I ( /d b%?wiceir' compensation: 1 zrn aware of the provisions of Section 37 against liability for Workers' Compensation of that code, and I will comply with such pro contract Signature Print Name il -4- (1, 0 0 Commercial General Liability anel Automobila Liability insurance: The successful contractor shall provide to the Carlsbad Municipal Water District, a L'e Commercial General Liability and Property Damage I~surance and a Certificate of Workci'S' Co Insurance indicating coverage in a form approved by the California lnsupnce Commission. 71-1 shall indicate coverage during the period of the contract and must befurnished to the District p of work. The minimum limits of liability Insurance are to be placed wrth insurers tkae have. ('i) most recent Best's Key Rating Guide of at least A-:V and (2) are admitted and authorized t business of Insurance in the State of California by the Insurance Commissioner. 60nmercial General Liabi{iv Insurance of Injuries including accidental death, 'to any on2 72,;Wi ii-1 Subjectto the same limit for each person on account of one accident in an amount no? less C;';.;; ._..,. Proper? darnage insurance in an amount of not less than ................................................................ Automobile Liabitity Insurance in the amount of $1 00,000 combined single limit per bcci and proper'ry damage. In addition, the auto policy must Cover any vehlcle used in tile contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled. The automobile insurance certificate must state the coverage is for "any a limited in any manner. The above policies shall have non-cancellation clause providing that thirty (30) days wri given io the District prior to such cancellation. The policies shall name the Carlsbad Municipal Water District as additional insured. amount not less than ............................................................... ......................................... Y5C0,Ot '!: .... Ipldcrn-enl@: The Cantradors~all assume the defense of, pay all expenses of defense, and indernni.9 the City and the District, and its officers and em loyees, from all claims, loss, damage, I everv kind, nature and description, directly or in J irectly arising from or in connection with the Contract or work; or from any failure or alleged failure of Contractor to comply with, rules or regulations including those related to safety and health; and from any and all ela injury and Iiabifity, howsoeverthe same may be caused, resulting directly or indirectly fr work covered by the Contract, except for loss or damage caused by the sole or activc misconduct. of the City or the District. The expenses of defense include all costs and e albrneys' fees for litigation. arbitration, or other dispute resolution method. -5- 0 0 Start Work. Completion I agree to start wlthin working days after receipt of Notice to PrOCeCd I agree, to complete work within OMPANY State -- - DON HUBBARD, JR - ___( 1-- -- (pa: narm and titi@) (address) (Yi’cyistatek ig) P.O. BOX 230577 (ad dress) -- - - (telephone no ) %NCINITAS, CA 92023 - + 760 753-1137 -IC------ -_ __- \ ATEST (Propzr notarial acknowledgmentof executron by Contractor must be attached ) (President or vice-president and secretary of assistant secr@targr must sign for coiporz hcj,l- one officer signs, the corporation must attach a resolution certified by the secreta)’ 3- secretary under corporate seat empowering that offcer to bind the corporation ) APPROVED AS TO FORM RONALD R BALL -6- i I $,&~c fl- \ County of '7 Q" On '3 -'a - I'-\ before me . f Y ,- (DATE) 3 h$&?" $A c- --.. ' State of d_l.c__t'i:c-); y\iLp,k , I[ personally appeared [a?<\\ I$-$i2bk<n;'d-:1~ , > ," +. lNAMElSl OF SIGNERWI " j/ I ; 1 I personally known to me -OR- 0 roved to me on the gasis of satisfactory evidence to be the person(s) whose name(s) i is/are subscribed to the i acknowledged to me that he/she/they executed the same in his/her/their signature(s) on the instrument the person(s1, or the entity upon behalf of which the person(s) instrument. 11 I I 'I within instrument and I authorized capacity(ies!, t and that by his/her/their 1 acted t executed the 'I Witness my hand and official seal. .x :'\> cc- ?&, ;u?-\-c 777 l;i$ /I ; k, 1 i I ./ RIGHT THUMBPRINT (Optional) JT CAPACITY CLAIMED BY SIGNER1 OINDIVIDUAL(S) OCORPORATE - OFFICER(S) ITITLES) OPARTNERIS) OLlMlTED OGENERAL OATTORNEY IN FACT OTRUSTEEW OOTHER 'JGUARDIANICONSERVATOR SIGNER IS REPRESENTING: (Name of Person(s) orEntity(ie8) RIGHT THuMBmiNT (Optional) r CAPACITY CLAIMED BY SlGNERlS OINDIVIDUAL(S) OCORPORATE OFFICER(S) ATTE NTI 0 N N 0 TARY ITITLESI The information requested below and in the column to the right IS OPTIONAL. Recording of this document IS not required by law and IS also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. OGENERAL MIS CERTIFICATE Mle or Type of Document OTRUSTEE(S) MUST BE ATTACHED OGUARDIAN!CONSERVATOR TO THE DOCUMENT Number of Pages Date of Document DESCRIBED AT RIGHT OPARTNER(S) OLlMlTED OATTORNEY IN FACT 'JOTHER Signer(s) Other Than Named Above SIGNER IS REPRESENTING: IName of Person(s) or Enttty(ies) I WOLCOTTS FORM 63240 Rev 3-94 lprice clnss 8-2A) '1994 WOLCOTTS FORMS, INC i ' ALL PURPOSE ACKNOWLEDGMENT WiTH SIGNER CAPACiTYIREPRESENTATioN~Wo FINGERPRINTS ca r I s d!l!!~ CI Municipal Water Distui:: I a 5950 El Camlno Real. Corlsbod. CA 92OOC-8093 Engineering (760) 438-3367 Admlnlstration: (760) 438-2722 FAX: (760) 431-1601 Janualy 28.1999 ADDENDUM NO. 1 (sheet 1 of 2) TO CONSTRUCTION PLANS FOR VISTA IRRIGATION DISTRICT AND CARLSB,'L~~ MUNICIPAL WATER DISTRICT TEMPORARY INTERTIE, CMWD 97-105 BID OPENING DATE JANUARY 27,1999 CMWD 97-105 THIS ADDENDUM NO. 1 MAKES CHANGES TO CLARIM THE SPECIFICATIONS 1. ON SHEET 2 UNDER THE HEADING OF "CONTRACTOR RESPONS[BILITIES" , FOLLOWlNG NOTES: a THE CONTRACTOR SHALL BE ALLOWED TO USE RENTED FENCE POI: MENTIONED TEMPORARY 6' FENCE THE CONTRACTOR SHALL PROVIDE ONE (1) 12" FLANGE X PUSH JO11JT fitP:'iP3 Ei: FOR THE VISTA IRRIGATION DISTRICTS 12" PVC CONN'ECTION TO cUi%!'LrD FURNISHED 12" FLANGED GATE VALVE. STATION 10+42 9 c. THE CONTRACTOR SHALL PROVIDE ONE (I) 12" FLANGED 45" DUC-k"lLF IRON BEND, STATION 10+42.9. d. THE CONTRACTOR SHALL BE ALLOWED TO USE PLATED SAEGRADE 5 STEEL NUTS AND BOLTS IN PLACE OF THE REQUIRED STAINLESS STEEL TXE CONTRACTOR SHOULD NOTE THE NEED FOR LONGER BOLTS ON !NSUL4TE3 FITTINGS b e THE CONTRACTOR WlLL PROVIDE 8" C900 PVC WELL CASIU3 F CONSTRUCTED 12" AND 6" GATE VALVES 2 ON SHEETS 3 AND 4 CHANGE THE FOLLOWING SPECIFICATIONS. a THE 12"-90" DUCTILE IRON BEND REQUIRED AT STATION 10*36 54 \h(ll-i USED ROTATE 180" AND UTILIZE THE EXISTING 12" TEE "Serving Carlsbwd for over 40 yesrs" ADDENDUMNO 1 0 (sheet 2 of 2) e TO CONSTRUCTION PLANS FOR VISTA IRRIGATION DISTRICT AND G,''~'<-2L3AL' MUNICIPAL WATER DlSTRlCT TEMPORARY INTERTIE, CWRND 97-105 b. THE REQUIRED 12" FLANGED GATE VALVE AT STATION lO""37.2 :;kr/\'-L CONSTRUCTED AT THE CONNECTION WITH VISTA IRRIGATION D[C;Tf?l[I*i. s 1%" WC PIPELINE, STATION 10-1-42.9. c THE EXISTING 12" FIANGED GATE VALVE AT STATION 10+363A \i?ilk. 7tz REINSTALLED AFTER THE 12" FLANGED TEE AT THE SAME LOCP:TIOI\! IS ROTATED 180" d. THE MISTING WATER SERVICE CONNECTION WLL BE REINSTALLEZ.' IN ITS PRESENT LOCATION. CONTRATOR ACKNOWLEDGES RECEIPT OF ADDENDUM 1 BY CHECKING YPIE PROVIDLD LINE ON PAGE 1 OF THE MINOR PUBLIC WORKS PROJECT REQUEST FQ'? " Sincerely, Mark Biskup Engineering Technician