Loading...
HomeMy WebLinkAboutDuke's Root Control Inc; 2011-05-03; PWM11-41UTILPWM11-41UTIL City of Carlsbad MINOR PUBLIC WORKS Contract Project Manager Clay Dobbs Date Issued: Wa<J 3^. (760)438-2722 Mail To: Purchasing Department City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92006-7314 Award will be made to the lowest responsive, responsible contractor based on total price. DESCRIPTION Labor, materials and equipment to remove roots from City of Carlsbad sewer main lines in various locations crtywide. Site locations will be provided by project manager along with the corresponding map book. All Cal OSHA regulations will be followed. Contractor will acquire a right away permit and be responsible for all traffic control Price not to exceed $18,900.00 Work to be completed within 30 days of Notice to Proceed. Project Manager: Clay Dobbs 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. 1-800-447-6687 Name Telephone 1020 Hiawatha Bivd West 1-315-475-4203 Address Fax Syracuse, NY 13204 bUIOduksacom City/State/Zip E-Mail Address -1 - Revised 09/01/09 Name and Title of Person Authorized to sign contracts. Signa William J. Anderson Vice President Name Title February 25. 2011 Date JOB QUOTATION ITEM NO. 1 UNIT Job QTY $1 .05/per ft. DESCRIPTION Removal of roots from approximately 18,000 linear of feet sewer main pipeline. TOTAL TOTAL PRICE $18,900.00 $18,900.00 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: Duke's Root Control. Inc.827327 Name William J. Anderson Printed Name and Title February 25. 2011 Contractor's License Number C61 / C64 Classification(s) November 30. 2011 Expiration Date Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 75-3026801 OR (Individuals) Social Security*: -2-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. 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 NONE License No., Classification & Expiration Date MBE Yes No Total % Subcontracted: 0 * 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: Clay Dobbs (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: William J. Anderson. Vice President - 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. - 5 - 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 15 working days after receipt of Notice to Proceed. Completion: I agree to complete work within 15 working days after receipt of Notice to Proceed. CONTRACTOR: Duke's Root Control, Inc. CITY OF CARLSBAD a municipal corporation of the State of California: (name of Contractor) William J. Anderson. Vice President (print name and title) bill@dukes.com _ (e-mail address)) By:li Utilities Director 5950 El Camino Real. Carlsbad. CA 92008 (address) 760-438-2722 (telephone no.) ATTEST: LORRAINE M. WOOD City Clerk (sign here) Constance Wozniak. Secretary/Treasurer (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.) (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 -6-Revised 09/01/09 174910.1 CERTIFIED COPY OF RESOLUTION OF DUKE'S ROOT CONTROL, INC. The undersigned, being the Secretary of the Corporation, herby certifies that the following is a true and correct copy of resolutions adopted at the annual joint meeting of the sole Shareholder and Board of Directors of DUKE'S ROOT CONTROL, INC. held on December 9, 2002. The Chairman stated that the next order of business to come before the meeting was to discuss the authorization of each of Michael Hogan and William Anderson to execute any and all bids with third-party entities on behalf of the Corporation. Upon motion duly made, seconded and unanimously adopted, it was RESOLVED, That each of Michael Hogan and William Anderson are hereby authorized and directed to execute any and all bids with third-party entities on behalf of the Corporation, and it was FURTHER RESOLVED, That each of Michael Hogan and William Anderson are herby authorized and directed and to execute such other contracts, agreements and documents and take any and all other actions necessary to effectuate the above-approved Resolution and that such resolution has not been modified, repealed or rescinded and is in full force and effect as of the date of this certification. Duke's Root Control, Inc 1020 Hiawatha Blvd West Syracuse, NY 13204 Constance Wozniak, Sectary Date SUBSCRIBED and SWORN to before me this '/Jb day of V~eryriX£MCU , 20J1 NOTARY PUBLIC ' [¥ COMMISSION EXPIRES:GAIL A, DASLEY NOTARY PUBLIC, STATE OF NEW YORK QUALIFIED IN ONONDAGA COUNTY MY CO WVTSSiON EXPIRES APRIL 15,20.1^ COMMISSION NO.: