HomeMy WebLinkAboutDukes Root Control Inc; 2010-04-26;City of Carlsbad
MINOR PUBLIC WORKS PROJECT
Project Manager: Jim Gusman
(760) 438-2722
Mail To:
Utilities Department
5950 El Camino Real
City of Carlsbad
Carlsbad, California 92008-7314
DESCRIPTION
Labor, materials and equipment to perform sewer main line chemical root control treatment in City
sewer main lines sized from 6" diameter to 12" diameter at various locations. Total not to exceed
$14,999.00 based on contractor's price per foot for treatment of sewer main line by size in diameter
and length in feet. All work will be completed by June 15, 2010. Contractor to provide general traffic
control plan and to obtain right-of-way permit as required by The City of Carlsbad. Contractor is
responsible for property owner notification if access is needed onto private property. Contractor shall
follow all required CAL OSHA permit required sewer manhole entry as required under CAL OSHA
Title 8, 5156, 5157, 5158 and traffic control management.
Scope & Quote Exhibit "A"
Sites Exhibit "B"
Project Manager: Jim Gusman
Phone No. (760) 438-2722
Contractor signature implies knowledge of all job terms and conditions.
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
DUKES ROOT CONTROL, Inc.
315-472-4781
William J. Anderson Telephone
Name
315-475-4203
1020 Hiawatha Blvd West Fax
Address
bill@dukes.com
Syracuse, NY 13204 E-Mail Address
City/State/Zip
-1- Revised 08/11/09
Name and Title of Person Authorized to sign
contracts
Signature
William J. Anderson
Vice President
Name
Title
April 12. 2010
Date
JOB QUOTATION
ITEM NO.
1
UNIT
1
QTY
1
DESCRIPTION
Perform sewer main line chemical root
control treatment in City sewer main lines
sized from 6" diameter to 12" diameter at
various locations.
NOT TO [EXCEED
TOTAL PRICE
$14,999.00
Quote Lump Sum, including all applicable taxes. Award is by total price.
827327
Contractor's License Number
C61/D64
Classification(s)
11/30/2011
Expiration Date
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."
-2-Revised 08/11/09
PORTION OF WORK
TO BE
SUBCONTRACTED
Item
No.
Description of
Work
SUBCONTRACTOR*
% of Total
Contract
Business Name and Address
NONE
License No.,
Classification
& Expiration
Date
MBE
Yes No
-3-Revised 08/11/09
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
(Less than $25,000)
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: JIM GUSMAN
(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: William J. Anderson. Vice President
-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.
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 j5 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within 30 working days after receipt of Notice to Proceed.
-5- Revised 08/11/09
CONTRACTOR:
Duke's Root Control. Inc.
(name of Contractor)
(sign here)
William J. Anderson. Vice President
(print name and title)
bill@dukes.com
(e-mail address))
By:.
CITY OF CARLSBAD a municipal
corporation of the State of California:
By:.
-Assistant City ManagerrBL*;\ < •* C
(address)
ATTES
(telephone no.)
(sign here)
Constance Wozniak. Secretary
(print name and title)
1020 Hiawatha Blvd West
(address)
Syracuse. NY 13204
(city/state/zip)
315-472-4781
(telephone no.)
315-475-4203
(fax no.)
connie@dukes.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 RyBALL, City Attorney
Al / i / I /BY: ,
Deputy City Attorn
-6-Revised 08/11/09
ROOT CONTROL, INC.
The Full-Service Root Control Experts
1020 HiaA'atha Blvd.. West
Syracuse. NY 13204-1131
1-800-44-ROOTS
(315)472-4781
FAX (315)475-4203
EXHIBIT "A"
January 27, 2010
Mr. James Gusman
Wastewater Supervisor
City of Carlsbad Public Works
5950 El Camino Real
Carlsbad, CA 92008
Dear Mr. Gusman:
Thank you for expressing interest in Duke's foaming root control service. As per your request for
quotation, Duke's Root Control, Inc. will treat any sewers for the unit prices listed below:
Pipe Size Price per Foot
6 inch $1 .03/foot
8 inch $1 .03/foot
10 inch $1. 03/foot
12 inch $1.24/foot
Prices are computed per linear foot, manhole to manhole, and Duke's standard guarantee applies to all
sanitary sewers treated. Please note that a $2,000.00 minimum is required, and prices for pipes larger
than 15 inch are determined on a case-by-case basis.
If you require any further information, please call 1-800-447-6687. Thank you for your interest in
our service.
Sincerely,
Thomas Edwards
SYRACUSE • DALLAS • ATLANTA • COLUMBUS • CHICAGO
OAKLAND • PORTLAND • DENVER
Sewer Main Line Root Control 2010 Area 1
Area # Street/Area
1 Los Robles Dr
2 El Arbol Dr
3 Forest Ave Dead End to Highland Dr
4 Pine Ave from Highland Dr to Pio Pico Dr
5 Celinda Dr Easmt to El Camino Real
6 Camino Del Sol to Adams St
7 Behind Tamarack Rite Aide Easmt to Chinquapin Ave
8 Highland Dr Easmt to Hoover St
9 Camino Del Parque Easmt to Caminito Estrada
10 Orchid Way Easmt to Batiquitos Dr
11 Jefferson St from Pine Ave to south of Carlsbad Village Dr
EXHIBIT "B"
Runs Footage
27D-27to27B-31
27D-33 to 27B-60
5A-64 to 5C-69
10A-10 to 10C-20
HA-58tollA-57
16B-34 to 16B-33
16B-92 to 16D-24
16D-63 to 16D-45
35D-27 to 30, 29 to 20, 41B-4 to 5, 41B-7 to 35D22
47A-38 to 47A-35
10C-56 to 55 to 54
Total
d&2)
4948
591
1572
250
196
395
397
450
304
702
9805