HomeMy WebLinkAboutPBA Limited; 2011-08-26; PWM12-04UTILPWM12-04UTIL
City of Carlsbad
MINOR PUBLIC WORKS PROJECT
6608 - Northwest Quadrant Storm Drain Improvement Program
Hillside Drive west of Park Drive
Contract
Project Manager: Sherri Howard Date Issued:
(760) 602-2756
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 remove existing pipe, install a Portland cement concrete down
drain, install Portland cement concrete curb and gutter, install asphaltic concrete curb, variable grind
and overlay to achieve positive drainage.
Not to exceed $28,950.00
See exhibit A scope of work/locations
All Cal OSHA standards apply
City of Carlsbad right-of-way permits needed (No fee permit)
A job walk through was completed Thursday, July 28, 2011.
Project Manager: Sherri Howard
Phone No. 760-602-2756
E-Mail: Sherri.Howard@carlsbadca.gov
Submission of bid implies knowledge of all job terms and conditions.
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
-1- Revised 03/13/02
Name and Address of Contractor
Planes, Boats and Automobiles, Ltd.
Name
800 Grand Ave, Suite A-9
Address
Carlsbad, CA 92008
City/State/Zip
760-801-5238
Telephone
760-729-7917
Fax
Dbalimited@gmail.com
E-Mail Address
Name and Title of Per^erkAuthorized to sign
contracts.
Name
l/P r .sac
Title
Date
JOB QUOTATION
ITEM
NO.
1
2
3
4
5
6
7
8
9
TOTAL
UNIT
1
520
107
34
1
1
1
1
5
QTY
LS
SF
LF
LF
LS
LS
LS
LS
tons
DESCRIPTION
PCC Downdrain (Mod. SDRSD D-22)
Grind/Overlay Street
AC Dike SDRSD G-5 Type B
PCC Curb and Gutter SDRSD G-2 Type G
Remove/Dispose ACP
Remove/Dispose RCP
Regrade Slope
Traffic Control
Rip Rap #1 backing (12"-18")
TOTAL
UNIT PRICE
$11,760
$10
$20
$45
$500
$500
$2,950
$3,120
$1,250
TOTAL PRICE
$11,760
$5,200
$2,140
$1,530
$500
$500
$2,950
$3,120
$1,250
$28,950
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.
-2-Revised 03/13/02
SUBMITTED BY:
Planes, Boats and Automobiles, Ltd.
Company/Business-Name Contractor's License Number: A-81 68 26/ » \
KUM/>^ (
ojized Signatur
keoVKi
Classification(s) A
Authorized Signature
i _ I 1 Xi'-'j' _-,*
01/31/2013
Printed Name and Title ' Expiration Date
VIDate
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 91-1870290
OR
(Individuals) Social Security*:
-3- Revised 03/13/02
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 License No.,
Classification
& Expiration
Date
MBE
Yes No
Total % Subcontracted:
0
Indicate Minority Business Enterprise (MBE) of subcontractor.
-4-Revised 03/13/02
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. 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:
Commercial General Liability, Automobile Liability and Workers' Compensation Insurance:
-5- Revised 03/13/02
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.
-6- Revised 03/13/02
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 five (5) working days after receipt of Notice to Proceed.
Completion: I agree to complete work within twenty (20) working days after receipt of Notice to
Proceed.
CONTRACTOR
Planes, Boats and Automobiles, Ltd.
By:
CITY OF CARLSBAD a municipal
corporation of the State of California:
(prTnt name and 4i
<d 6 mail'
Jty
Assistant City Manager/ or Designee
5950 El Camino Real, Carlsbad, CA 92008
(address)
(e-mail address)
By:
760-602-4677
(telephone no.)
(sign here)
'(print name and title)
800 Grand Avenue St #9
(address)
Carlsbad, CA 92008
ATTEST:
(city/state/zip)
760-729-7913
(telephone no.)
LORRAINE M. WOOD
City Clerk
760-729-7913
(fax no.)
pbalimited@gmail.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 R. BALL, City Attorney
BY:
•Oe'putyCity Attorney
-7-RevisedNQ3/13/02
Exhibit A
Scope of work
1. Obtain right-of-way permit (No Fee Permit). Traffic Control Plan required.
2. Properly remove Asbestos Cement Pipe (ACP), coordinate with Clayton Dobbs at
760-438-2722, extension 7108 to dispose of ACP. Remove and dispose of metal
posts and debris.
3. Remove and dispose of 12" Reinforced Concrete Pipe.
4. Import material and rebuild slope at 2:1 at location of new modified D-22 down
drain.
5. Install modified San Diego Regional Standard Drawing No. D-22 Portland
concrete cement down drain, alternate Section B-B, install epoxy coated No. 3
rebar mat 1 foot on center in each direction in bottom and sides of channel.
6. Remove 34 linear feet of asphaltic concrete berm and replace with 22 linear feet
of curb and gutter per San Diego Regional Standard Drawing G-2, Type C and
transition into apron into modified D-22 (12 feet).
7. Install 107 feet of asphaltic concrete type B dike per San Diego Regional Standard
Drawing G-5
8. Grind and overlay adjacent roadway to maintain minimum 1% positive drainage to
down drain.
9. Install rip rap at down drain outfall.
Location
Hillside Drive, approximately 125 feet west of Park Drive per City of Carlsbad Drawing
457-4D.
-8- Revised 03/13/02
4/35 HILLSIDE DR.
.208-1SO-09.-00
I
4200 PARKSIDS PL
207-022-39-00
AEMOtf 6~ na>. OWRMMIF mmQ.AVKN ooses AT rsa-tjs-imXHOS m Kpgsr cr ACPBOW« *» OBPPSE j tew POSIS
. _ _ _ .rCMMfl-B£POXr CMrtD NO. J REBW IMT I' QVCFWffp W f^O* DKtCnCTtJM KtflM.MD.5DE5 OF CfMMWl. dtOMOf SOPEON EACH SCf & H£W fKMHXtAM JO 2:1
REVISION DESCRIPTION
"AS BUILT"
see EXP._
^f7]! CITY OF CARLSBAD Ipp_7 || UTILITIES OEPMTMenT || 1
HILLSIDE DRIVE
DRAINAGE IMPROVEMENTS
muMi c. nuuuot
:nnc orr EHQNEEB Pt ZBITS paws J/Ji/» D*JL_
|0*NflV: ffT II PROJECT NO. IJDRAMKC IgS8E=fc eeofl 457-^1
PBA LIMITED
FAX/ MEMO
TO. I KOM:
SHKRRI HOWARD KEVIN DOHKRTY
8.2.11
I- \X NCMBKR- TOTAL NO. Ol PACihS I MILL DIN I", COVFR
PHOSI. NL'-MBKIV. Kli:
PROPOSAL FOR HILLSIDE
Dear Sherri,
Here is the proposal for Hillside Drive improvements. Please call
me if you have any questions.
Thank you,
Kevin Doherty
760.801.5238
iOO GRAND A\'E. STE A-9 - CARLSBAD CA - 9200!
PH: 760/729.-91! fX: -60/729-7911
L1CKNSE tt Slf,S2t
6608 - NORTHWEST QUADRANT STORM DRAIN PROGRAM - HILLSIDE DRIVE DRAINAGE IMPROVEMENTS
Contractor's Proposal
Item
Number
1
2
3
4
5
6
7
8
9
Item Description
PCC Downdraln (Mod. SDRSO D-22)
Grind/Overlay Street
AC Dike SDRSD G-5 Type B
PCC Curb and Gutter SDRSD G-2 Type G
Remove/Dispose ACP
Remove/Dispose RCP
Regrade Slope
Traffic Control
Rip Rap #1 backing (12"-18")
TOTAL
Approximate
Quantity and Unit
1
520
107
34
1
1
1
1
S
LS
SF
LF
If
LS
LS
LS
LS
pl/K<*<
tons
Unit Price
, IOV
, ><?*
, Vf22
S
$
$
S
S
S
Total Amount
//, W
s saoo
*zilD
s /5'3D
$ Sod
$ boo
$ ritt
S3/^
S/2#''
*mso'60
13mm (1/2") R
51mm (2
Weakened Plane
Joint
TYPE
G
H
W
610mm (24")
762mm (30")
*AREA
0.124sq. m (1.34sq ft.)
0.150sq. m (1.61sq ft.)
with 152mm (6") Curb Face
NOTES:
1. Concrete shall be 308kg/M3-C-17-MPa (520-C-2500).
2. See Standard Drawings G-9 and G-10 for joint details.
3. Slope top of curb 6.35mm (1/4") per foot toward street.LEGEND ON PLANS
Revision
ORIGINAL
Add Metric
Reformatted
By Approved
Kerchevol 12/75
T. Stanton
T. Stanton
Date
03/03
04/06
SAN DIEGO REGIONAL STANDARD DRAWING
CURB AND GUTTER - COMBINED
RECOMMENDED BY THE SAN DIEGO
REGIONAL STANDARDS COMMITTEE
310W003
Chairperson R.C.E. 19246 Date
DRAWING
NUMBER G-2
August 2009
Top of A.C. Dike
1.52m (5') R
-Top of A.C. Dike
Roadway
Surface
305mm (12")
915mm (3') R-
51mm
(2") A.C.
SECTION A-A
Transition from A.C. Dike
to ditch section.
V V
M
152mm
H (6")
864mm (34 ) min
-_0.45mm (18")
A A
152mm
(6") h-
Transition from A.C. Dike
to ditch section.
Top of A.C. Dike
51mm (2") A.C.
NOTE
1. Cross sectional area of ditch may be
round or trapezoidal.
SECTION B-B
PLAN
Type B A.C. Dike
(per SDARSD G-5)-
152mm
—1
|
(6-)915mm (3')
I
152mm
H(6")
203mm (8") 1
„ ...... '
i ^iss
I— 51mm (2") A.C.
ALTERNATE SECTION B-B
NOTE
1. A.C. spillway may be used when fill is 3m (10') or less,
and where fill slope 1-1/2:1 or flatter.
2. Use 3m (10') min. length of gutter transition on each
side of downdrain in sag condition.
3. A round sectional area of equal flow capacity may be used.
LEGEND ON PLANS
sag cond..
Revision
ORIGINAL
Add Metric
Reformatted
Edited
By Approved
Kercheval 12/75
T. Stanton
T. Stonton
T. Stanton
Date
03/03
04/06
02/09
SAN DIEGO REGIONAL STANDARD DRAWING
ASPHALT CONCRETE SPILLWAY
RECOMMENDED BY THE SAN DIEGO
REGIONAL STANDARDS COMMITTEE
310112003
Chairperson R.C.E. 19246 Date
DRAWING
NUMBER D-22
August 2009
76mm (3") ——127mm
102mm (4";127mm
—— 76mm (3"
102mm (4")
TYPE B
Height 152mm (6"), 203mm
(8"), or 229mm (9") as
indicated on plans •
I—102mm (4")
vXTTXv
2H 4- 152mm (6")
203mm (8")
TYPE C
TYPE D
R=25mm (1")
TYPE E TYPE F
MOUNTABLE DIKES
Slope end of dike 1:
when not joining
other improvements
ALL TYPES - SIDE VIEW
NOTES:
1. Dikes shall be placed on a 51mm (2") of A.C. surfacing,
extending throughout the width of the dike.
2. PG-70-10 grade asphalt to be used for all dikes.
3. A.C. dikes may be shaped and compacted with an extrusion
- machine or other equipment capable of shaping and compacting
the material to the reguired cross section.
APPROX. DIKE QUANTITIES
TYPE
A
B
C-152mm (6")
C- 203mm (8")
C-229mm (9")
D
E
F
REQD
25.4kg
38.1kg
38.1kg
59.2kg
71.3kg
6.3kg
41.4kg
63.3kg
PER LIN. FT.
(0.0250 tn.)
(0.0375 tn.)
(0.0375 tn.)
(0.0583 tn.)
(0.0702 tn.)
(0.0062 tn.)
(0.0407 tn.)
(0.0623 tn.)
Revision
ORIGINAL
Add Metric
Reformatted
Approved
Kercheval ,12/75
T. Stanton
T. Stanton
Date
03/03
04/06
SAN DIEGO REGIONAL STANDARD DRAWING
DIKES - ASPHALT CONCRETE
RECOMMENDED BY THE SAN DIEGO
REGIONAL STANDARDS COMMITTEE
310112003
Chairperson R.C.E. 19246 Date
DRAWING
NUMBER G-5
August 2009