Loading...
HomeMy WebLinkAboutErrecas Inc; 2010-02-01;City of Carlsbad MINOR PUBLIC WORKS PROJECT 6607 CORRUGATED METAL PIPE REPLACEMENT PROGRAM DATE AND GARFIELD This is not an order. Project Manager Sherri Howard Date Issued: (760) 602-2756 Request For Bid No.: Mail To: CLOSING DATE: 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 Avenue, Carlsbad, Carlsbad, California 92008-7314 CA 92008 until 4:00 p.m. on the day of Bid Award will bo 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 repair a section of damaged 15" corrugated metal pipe and install UV fiberglass liner in three sections (70 feet, 26 feet and 21 feet respectively). No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Sherri Howard Phone No. 760-602-2756 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 Erreca's, Incorporated 619-390-6400 Name Telephone PO Box 640 619-443-3002 Address Fax Lakeside, CA 92040 SMiller@erreca.com City/State/Zip E-Mail Address -1- Revised 08/11/09 Name and Title of Person Authorized to sign contracts. ~~ Signature Title Name - IP Date JOB QUOTATION ITEM NO. 1 2 UNIT LS LS QTY 1 1 DESCRIPTION Repair damaged CMP and line the existing CMP in three sections per attached letter dated Januarys, 2010. Items not covered in Item 1 will be paid per Section 3-3 of the Standard Specifications for Public Works Construction Total TOTAL PRICE $28,950.00 $1,000.00 $29,950.00 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: Erreca's Inc. Company/Business Name ^-7<±Authorized Signaf 395434 Contractor's License Number A Classification(s) Printed Name and Title Expiration Date Date TAX IDENTIFICATION NUMBER. (Corporations) Federal Tax I.D.#: ^5 - i855nl B OR (Individuals) Social Security #: -2-Revised 08/11/09 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 )\ON^ License No., Classification & Expiration Date MBE Yes No Total % Subcontracted: Indicate Minority Business Enterprise (MBE) of subcontractor. -3-Revised 08/11/09 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: Sherri Howard (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: ^"<~^, Print Name: -4- Revised 08/11/09 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 08/11/09 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 corporation of the State of California: (name of Contractor^ By:lest ). Assistant City Manager (print name and title) ' .. (La ^ (address) (e-mail address)(telephone no.) _ (print name and title) (040 ATTEST: (address) IA (city/state/zip)LORRAINE M. 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, City Attorney BY: Deputy City Attorney -G-Revised 08/11/09 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Oflf\ On personally appeared before me,im.(here insert name and title of the officer) pmri Midwl.fy Qan/o. who proved to me on the basis of satisfactory evidence to be the person® whose name\s)4s/Se^ubscribed to the within instrument and acknowledged to me that-&e/ske/^he^)executed the same in fes/ke?/(heir) authorized capacity^ies), and that by-kis/her/ftheji) signatures) on the instrument the person^, 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. _ _ mmmiimflmMMmmMMAMMMmiMwnMM WITNESSjny hand apd official s^., I ^_^ ^^ ^^ NOTARY PUBLIC »CALFORNIA SAN DEGO COUNTY Cormwsion&prw Oc»17.2012 Signature of Notary Public vvwMt F 1? ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER BJ- Individual <g) D Corporate Officer (Title) D Partner(s) D Attorney-in-Fact D Trustee(s) D Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. ke/sfae/thoy, is /are) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. •> Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. •> Indicate title or type of attached document, number of pages and date. •J* Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document CAPA vl2.10.07 800-873-9865 www.NotaryClasses.com ERRECA'S JOB No: [JOB #] License #395434 12570 Slaughterhouse Canyon Road • P.O. Box 640 • Lakeside, CA 92040 1955 Januarys, 2010 SHERRI HOWARD 1635 Faraday Ave. CARLSBAD, CA 92008 "PHONE #" Dear Sherri, Sherri attached is our proposal for the work we have discussed on the Date Ave. Storm Drain. I have broken the quote down into it's components but we would prefer to bid the whole project. As we discussed the contractor that will replace the 33 degree bend (the first bend) will need to remove the old one to allow us to line the horizontal run of 70'. We will dig up and do the repair at the second trail to prep for gaining access for the vertical portion (still needing access thru the upper bend). And we will repair and line the horizontal portion across the second trail shelf. We will do this work while maintaining pedestrian access. When lining thru 45 Bend at second trail, it is possible that a wrinkle may develop on upper side of bend, which shall not affect flow or function. If you have any questions please call. See attached stipulations. Thank you, Scott Miller ERRECA'S JOB No: [JOB #] 1955 STATE LICENSE #395434 P.O. Box 640 • LAKESIDE, CA 92040 PHONE (619) 390-6400 • FAX (619) 443-3002 PROPOSAL To: SHERRI HOWARD 163 5 FARAD AY AVE. CARLSBAD, CA 92008 DATE 01/05/2010 FAX: 760-602-8562 PHONE: 760-602-2756 PROPOSAL: ERRECA'S INC. Proposes to furnish all labor, services, and materials required to complete, in accordance with plans a specifications prepared BY CITY OF CARLSBAD. THE FOLLOWING FOR PRICES INDICATED PROJECT NAME- ITEM NO. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 DESCRIPTION OF WORK Line from Cl to 33 Bend with 15" 4mm UV Fiberglass Liner Line from 33 Bend to 45 Bend with 15" 4mm UV Fiberglass Liner Repair CMP @ 45 Bend Line from 45 Bend to RIPRAP with 15" 4mm UV Fiberglass Liner ESTIMATED QUANTITIES 70' 26' 1 21' UNIT LF LF LS LF UNIT PRICE $140.00 $245.00 $6,900.00 $280.00 TOTAL PRICE $9,800.00 $6,370.00 $6,900.00 $5,880.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 TOTAL AMOUNT OF THIS BID $28, 950.00 STIPULATIONS- PROPOSAL IS BASED ON PLANS IDENTIFIED AS ABOVE. PRICES SUBJECT TO CHANGE BASED UPON FINAL PLANS STAMPED "APPROVED" BY APPROPRIATE PUBLIC AGENCY. THIS PROPSAL IS WITHDRAWN IF NOT ACCEPTED WITHIN 30. DAYS. ERRECA'S INC. BY: TERMS AND CONDITIONS ON NEXT PAGE BY: SCOTT MILLER ERRECA'S JOB No: [JOB #] TERMS AND CONDITIONS OF PROPOSAL This Proposal is subject to the following terms and conditions: Grading/Underground: 1. Unless expressly provided on reverse side, this quotation does not include: Permits, including any required fees. Dewatering; Structural Backfill; Barricades; or Engineering, Testing, or Staking; Off-site Work; Blasting; Candlesticks Grading Export; Saw-Cutting; Utility Disconnections/Capping; Import; 2. 33 Degree Bend to be removed by others, work by Erreca's will be allowed while bend removed. 3. Unless expressly included in the itemized work to be done, unusual site condition such as buried trash, concrete, abandoned utilities, mud, etc., that were not apparent on the surface or expressly disclosed in writing prior to the date hereof, additional compensation will be charged. Until agreement for same has been made, Erreca's Inc. has the right to stop work. 4. Payment will be lump sum. 5. Access to equipment on trails is permitted. 6. Mobilization is based on one move-in. 7. Handling of toxic waste will only be done on a time and materials arrangement. Erreca's Inc. reserves the right to refuse this work. 8. Utilities installed by Erreca's Inc., shall be the responsibility of the owner once the utility has passed preliminary inspection (storm drain-1st inspection by agency; sewer- air test, mandrel or Wayne-ball accepted by agency; water- water test and chlorination test accepted by agency). 9. Storm drain will be left clean by Erreca's Inc. Any cleaning to be done to satisfy additional agency inspection will be the responsibility of the owner. 10. Installed utilities by Erreca's Inc. disturbed by others will be repaired on a time and materials arrangement. 11. Excludes all rock excavation and handling. Excavation of existing pipe only. 12. All spoil of trenches to be spread evenly and left in place. General Conditions: 1. Changes shall be in writing signed by both parties. 2. This Proposal shall become an integral part of any contract for the above mentioned project. 3. Time and material work will be per Standard Specifications for Public Works Construction Section 3.3.