Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PBA Ltd; 2009-12-14;
City of Carlsbad MINOR PUBLIC WORKS PROJECT Project Manager Clay Dobbs Date Issued:. (760)438-2722 Mail To: Stormwater City of Carlsbad 5950 El Camino Real Carlsbad, California 92008-7314 Award will be made to the lowest responsive, responsible contractor based on total price. DESCRIPTION Labor, materials and equipment to: raise manhole approximately 5 feet, install 24 inch riser, 24 inch ring and lid, install two plastics rungs, remove and dispose of all debris, repave to grade. Entire job not to exceed $3,150.00 Work to be completed within 48 hours of breaking ground. No job walk-through scheduled. Contractors to arrange site visit by contacting: 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 760-729-5428 P.B.A. LTD. Name Telephone 800 Grand Ave. N/A Address Fax Carlsbad, Ca. 92008 N/A City/State/Zip E-Mail Address -1- Revised 03/13/02 Name and Title of contract rson Authorized to sign Title Name Date JOB QUOTATION ITEM NO. 1 2 3 4 UNIT 1 2 1 QTY DESCRIPTION Ring and lid Plastic rungs Concrete riser labor NOT TO EXCEED TOTAL PRICE $3,150.00 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: L*S> Company/Business, Na Contractor's License Number Printed Name and Title Classificatidh(s) Date Expiration Date -2-Revised 03/13/02 Lean and meanDESIGNATION 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 SUBCONTRACT MBE Item No. Description of Work ntract Business Narora~nd Address \License No., Classification & Expiration / Date Yes No Total % Subcontracted: * Indicate Minority Business Enterprise (MBE) of subcontractor. -3-Revised 03/13/02 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: Clay Dobbs (project manager) Wage Rates: The general prevailing rate of wages for each craft or type of worker needed to execute the contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates in on file in the Office of the City Engineer. The contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the contract. 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. „ y C\ A r^ Signature: AcW*^ nH^JQT**^ [/& Print Name: -4- Revised 03/13/02 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 Workers1 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 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 working days after receipt of Notice to Proceed. Completion: I agree to complete work within working days after receipt of Notice to Proceed. CONTRACTOR: (name of .Contractor) By: (e-mail address)) By:. (sign here) (print name and title) (address) (city/state/zip) (telephone no.) (fax no.) (e-mail address) CITY OF CARLSBAD a municipal corporation of the State of California: sistaifr City Manager /5>e*s.G->jE £ (address) (telephone no.) ATTEST: LORRAINE City Clerk (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: rJfl JL<L Deputy City Attorney -6-Revised 03/13/02 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On Date personally appeared before me,Z+W& Here Insert Name and Title of the Officer Name(s) of Signer(s) OFROALSEAL DAREN VASS who proved to me on the basis of satisfactory evidence to be the person(d) whose name($) is/^ce subscribed to the within instrument and acknowledged to me that he/sh%/tr)fey executed the same in his/htef/tl)eir authorized capacity(ias), and that by his/h$r/tbeir signature^ on the instrument the person(sj}, or the entity upon behalf of which the person^ 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. WITNESS Place Notary Seal Above Signature OPTIONAL Though the information below is not required by law, it may prove valuable to pefssAsjelying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer —Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer Is Representing:. Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here © 2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NaSonalNotary.org Item #5907 Reorder: Call Toil-Free 1 -800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On personally appeared before me, Here Insert Name and Title of tti > vyvnV5\yv.t&btilcer vI Name(s) of Signer(s) SARAH FILES Commission # 184732s Notary Public - California Orange County " g>nires Ma» 2- who proved to me on the basis of satisfactory evidence to be the person(s)- whose name(e)(1fjjare subscribed to the within instrument and acknowledged to me that ^he/she/they executed the same ir(J^her/their authorized capacity(*e9)r and that by^f^/her/their signature^ on the instrument the person^, or the entity upon behalf of which the persor^e) 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. Place Notary Seal Above WITNESS my hand and official seal. Signature OPTIONAL re of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: _ /V Document Date: ?\$>L>\C ~r Z-; " O ^ Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator U Other: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer Is Representing:. Number of Pages:O Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402• www.NationalNotary.org Item #5907 Reorder: Call Toll-Free 1 -800-876-6827 LTI TO: Clayton Dobbs P.B.A.. LTD LANES, BOATS. AUTOMOBILES, LTD.) ) GRAND AVF,, STE A-9 - CARLSBAD - CA - 92008 PH: (760) 729-5428 FX: (760) 729-7917 LICENSE # 81<iS2« FROM: Kevin Doherty (760)801-5238 COMPANY: City of Carlsbad DATE: 9/15/09 FAX NUMBER: (760)431-1601 TOTAL NO. OF PACES INCLUDING COVER: 1 PHONE NUMBER: (760) 802-4773 Bid PROPOSAL Site: On SE corner of Corte Scope of Work: Cut & Remove asphalt to fit Install: • 1- 36 x 24 x 2 V 1- 24x3GR Del Aberto & Corte De Nogal missing 3' x 2' x 2' reducer min 6" wider than new manhole cover 1- 1310 34' ^ Con seal 1 V CS102B-BI ^ Sealant - wat ^ 2- Plastic driv S CanPl4850 S MAPS2PFS Backfill with concrete level with dust on bla 4 ECC Cone 4w pslt WNS orm drain cover 5 rolls/case) yl bituman blended r stop steps 250 psi with slip sheet 6" from finish grade. Finish concrete at street < color or mix in color. TOTAL LABOR & MATERh LS $3,150.00 **Nopermits, special inspec included** ons, traffic confrol, plans, or cleaning of drain from prior material loss T0/T0 ai~i S00Z/SI/G0