Loading...
HomeMy WebLinkAboutDuke's Root Control Inc; 2012-03-15; PWM12-23UTILPWM12-23UTIL City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order Project Manager Clay Dobbs / Tim Smith Date Issued: Januarv 18. 2012 (760) 438-2722 Mail To: Purchasing Department City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008-7314 Award will be made to the lowest responsive, responsible contractor based on total price. DESCRIPTION Labor, materials and equipment to chemically remove the roots from the six (6) and eight (8) inch City of Carlsbad sewer mainlines in various locations citywide. See Exhibit A for locations of pipelines to be treated. See Exhibit B for length of pipelines to be treated. All Cal-OSHA regulations will be followed by contractor. Contractor will acquire a right-of-way permit and be responsible for all traffic control. Price not to exceed $18,500.00 No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Clav Dobbs / Tim Smith Phone No. 760-438-2722 Submission of bid implies knowledge of all job terms and conditions. SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Duke's Root Control. Inc. 1-800-769-8690 Name Telephone PO Box 2429 1-800-769-8690 Address Fax Castro Vallev. CA 94546 tom@.dukes.com City/State/Zip E-Mail Address Revised 9-1-09 Name and Title of Person Authorized to sign contracts. tracts. Signature Title Name Date JOB QUOTATION ITEM NO. UNIT Iiiiiiiiiiil DESCRIPTION TOTAL PRICE 1 Approximately 17,000 feet Chemically kill approximately 17,000 feet of roots in 6" & 8" City of Carlsbad sewer mainlines at $1.08 per foot TOTAL NOTTO EXCEED $18,500.00 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 othenA/ise 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: Duke's Root Control. Inc. any/Business Name 827327 Contractor's License Number C61/C64 Authorized Signature Printed Name and Title Classification(s) Expiration Date Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 75" - J>OX.^SO\ OR (Individuals) Social Securitv #: Revised 9-1-09 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: 0 * Indicate Minority Business Enterprise (MBE) of subcontractor. 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: Clav Dobbs / Tim Smith (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. Signature: Print Name: UtlltA^^A-J^ >^(IR^O\ 4- 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 ofthe 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: 1 agree to start within 10 working days after receipt of Notice to Proceed. Completion: I agree to complete work within I O working days after receipt of Notice to Proceed. CONTRACTOR: Duke's Root Control. Inc. (n§me of Contractor) V CITY OF CARLSBAD a municipal corporation of the State of Califori; By: GLENN PRUIM, Utilities Director (print name and title) (e-mail address)) Bv: C .bTiAjC^jJ )JJb^ (sign here) Q (print name and title) 5950 El Camino Real. Carlsbad. CA 92008 (address) 760-438-2722 (telephone no.) (address) riirj,£fi A/V /32gV (city/state/zip; (telephone no.) (fax no.) (l^^iP^ ® duties. Cg»i1 (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 ofricer(s) signing to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL, City Attornex BY: eputy City Attorne; -6 CO X UJ T3 QJ ro QJ H- Xi o <4m. o ©•.-: f s ®5 ROOT CONTROL TREATMENT LINE LISTING From ID To ID Main Type Sub Area Diameter Materia Length lOA-10 lOA-1 G WW2 8 VCP 331.52 lOA-2 lOA-3 G WW2 8 VCP 354.30 lOA-28 lOA-29 G WW2 6 VCP 382.32 lOA-3 lOA-4 G WW2 8 VCP 348.82 lOA-32 lOA-19 G WW2 8 VCP 337.79 lOA-39 10A-40 G \A/W2 8 VCP 294.86 lOA-5 lOC-59 G WW2 8 VCP 313.48 lOA-8 lOA-9 G WW2 8 VCP 261.45 lOB-31 lOD-36 G WW2 8 VCP 398.79 lOC-23 lOC-24 G WWIO 6 VCP 103.93 lOC-24 16A-5 G WWIO 6 VCP 319.44 lOC-35 lOC-36 G WWIO 6 VCP 132.71 lOC-36 16A-82 G WWIO 6 VCP 283.91 lOC-5 lOD-13 G WW2 8 VCP 301.12 lOC-58 lOC-2 G WW2 8 VCP 212.33 lOC-6 lOC-5 G WW2 8 VCP 253.59 lOC-7 lOC-6 G WW2 6 VCP 130.91 lOD-1 lOD-2 G WWIO 8 VCP 167.88 100-21 lOD-19 G WWIO 8 VCP 201.01 lOD-3 lOD-4 G WWIO 8 VCP 268.30 lOD-30 lOD-31 G WWIO 8 VCP 392.79 lOD-31 lOD-32 G WWIO 8 VCP 380.80 lOD-32 lOD-51 G WWIO 8 VCP 351.06 lOD-36 lOD-37 G WW2 8 VCP 169.27 lOD-49 lOD-32 G WWIO 8 VCP 360.17 llA-101 llC-43 G WWIO 8 VCP 127.64 llC-18 llC-19 G WWIO 8 VCP 202.97 llC-19 11C-20 G WWIO 8 VCP 349.65 llC-20 llC-21 G WWIO 8 VCP 273.93 llC-38 llC-39 G WWIO 8 VCP 273.48 llC-39 llC-53 G WWIO 8 VCP 126.07 llC-4 llC-6 G WWIO 8 VCP 234.29 llC-45 llC-46 G WWIO 6 VCP 210.72 llC-46 llC-47 G WWIO 8 VCP 226.57 llC-47 llC-34 G WWIO 8 VCP 153.10 llC-6 llC-18 G WWIO 8 VCP 209.05 llC-61 llC-57 G WWIO 6 VCP 241.65 llC-69 llC-68 G WWIO 8 VCP 348.91 llC-76 llC-19 G WWIO 8 VCP 139.05 16B-10 16B-8 G WWIO 8 VCP 239.58 16B-12 16B-11 G WWIO 8 VCP 140.08 168-13 16B-10 G WWIO 8 VCP 217.66 168-15 16B-13 G WWIO 8 VCP 114.47 16B-58 16B-54 G WWIO 8 VCP 296.24 16B-59 16B-58 G WWIO 6 VCP 261.99 16B-60 16B-59 G WWIO 6 VCP 64.22 EXHIBIT B Length of Pipelines to be Treated ROOT CONTROL TREATMENT LINE LISTING 16B-61 16B-58 G WWIO 6 VCP 222.24 16B-62 16B-61 G WWIO 6 VCP 104.60 16B-8 16B-14 G WWIO 8 VCP 75.57 17A-11 16B-39 G WWIO 8 VCP 264.79 5A-23 5A-24 G WW2 8 VCP 253.79 5A-24 5A-25 G WW2 8 VCP 253.60 5A-25 5C-57 G WW2 8 VCP 293.99 5C-14 5C-15 G WW2 8 VCP 299.38 5C-20 5C-22 G WW2 8 VCP 276.75 5C-22 5C-23 G WW2 8 VCP 335.96 5C-23 5C-71 G WW2 8 VCP 244.00 5C-26 5C-1 G WW2 8 VCP 349.06 5C-43 5C-44 G WW2 8 VCP 235.30 5C-44 5C-45 G WW2 8 VCP 337.77 5C-57 5C-23 G WW2 8 VCP 300.68 5C-71 5C-14 G WW2 8 PVC 243.81 lOA-27 lOA-28 G WW2 6 VCP 208.53 lOA-29 lOA-30 G WW2 8 VCP 172.58 lOA-31 lOA-32 G WW2 8 VCP 274.41 lOA-4 lOA-5 G WW2 8 VCP 340.01 lOA-41 lOA-39 G WW2 8 VCP 154.04 lOA-7 lOA-8 G WW2 8 VCP 145.82 lOC-59 lOA-7 G WW2 8 VCP 104.50 EXHIBIT B Length of Pipelines to be Treated I TOTAL FOOTAGE 16995.05 1020 Hiawatha Blvd.. West Syracuse, NY 13204-1131 1-800-44-ROOTS f- ^ P^flJ|B#^BfC (315)472-4781 ZHm^a^JSS^mt. FAX (315) 475-4203 ROOT coNmoi^ mc. The Full-Service Root Centre! Experts January 19, 2012 Ms. Marcia Long City of Carlsbad 5950 El Camino Real Carlsbad, CA 92008 Dear Ms. Long: Thank you for expressing interest in Duke's foaming root control service. As per your request for quotation, Duke's Root Controi, inc. will treat any sewers for the unit prices listed below: Pipe Size Unit Price 6 inch $1.08/foot 8 inch $1.08/foot 10 inch $1.76/foot 12 inch $1.92/foot 15 inch $2.73/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 $3,000 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. Sfn^terely, Thomas Edwards SYRACUSE • DALLAS • ATLANTA • COLUMBUS • CHICAGO OAKLAND • PORTLAND • DENVER