Loading...
HomeMy WebLinkAboutPBA Ltd; 2010-01-08;MINOR PUBLIC WORKS PROJECT CONTRACT Project Manager JIM Gusman Date Issued: 12/23/2009 (760)438-2722 Mail To: Wastewater 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, all materials and equipment to excavate the existing sewer main line located at 3831 Sierra Moreno Avenue, Carlsbad, CA and replace the VCP pipe and with PVC pipe. Rehabilitate existing manholes #11 D-15 and #11D-13 with city specification epoxy materials. Replace existing bow ditch, D25 under sidewalk drain compact soil and repave excavation site with 3/8" asphalt mix 4 inches deep over 6 inches of recycled class II All work to follow Cat OSHA confined space requirements including work zone protection and traffic control. Dispose of all removed material at an approved facility. Work to be completed in seven (7) working days City will provide right-of-way permit, and traffic control Price not to exceed $23,900.00 No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: JIM GUSMAN 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 PBA.LTD Telephone Name 760-729-7917 800 GRAND AVE. Fax Address N/A CARLSABD, CA 92008 E-Mail Address City/State/Zip -1- Revised 03/13/02 Name and Title of Person Authorized to sign contracts. ~ L/p Title Name Date JOB QUOTATION ITEM NO. 1 UNIT QTY 1 DESCRIPTION Excavate and remove and replace 8 inch sewer main line. Rehabilitate two manholes utilizing epoxy coatings. Rebuild bow ditch, sidewalk and repave the asphalt to city specifications. Remove debris and dispose of it at an approved facility. TOTAL TOTAL PRICE $23,900.00 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: PBA, LTD. Company/Business Na Printed Name and Title #816826 Contractor's License Number Classification(s) 6-30-2010 Expiration Date Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: - / i (Individuals) Social Security #: OR -2-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 Woifc Epoxy rehab of manholes Asphalt patching SUBCONTRACTOR* % of Total Contract 15 7 Business Name and Address National coating and lining 29885 2nd St, Lake Elsinore, CA Allied grading and paving 6914 Mission Gorge Road San License No., Classification & Expiration Date 886430 2010 624661 2011 MBE Yes No Total % Subcontracted: 22% * Indfcate 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: JAMES 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: -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 $100,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clause providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as additional insured, Indemnity: The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. • 5- Revised 08/11/09 Jurisdiction: The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: I agree to start within JO working days after receipt of Notice to Proceed. Completion: I agree to complete work within /$" working days after receipt of Notice to Proceed. CONTRACTOR:CITY OF CARLSBAD a municipal corporation of the State of California: (print name and title)(address) (e-mail address))(telephone no.) By:. (sign here) (print name and title) (address) ATTEST: (city/state/zip)LX3RRAINE M. WOOD City Clerk (telephone no.) SQ--7 (fax noTj v\^l!'""/// v^?*°<K &^'"\&fert:= O ?' =,> Vt> *IMM»(e-mail address) (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or vice-president and secretary, assistant secretary, CFQ 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: Qf^. BALL, City Attorney BY:illO^Deputy City-Attorn -6-Revised 08/11/09 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On Date personally appeared me,Here Insert Name and Title of the Officer ^ Name(s) of S)gner(s) OFFICIAL SEAL | DAREN VASS * Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) ^e/are subscribed to the within instrument and acknowledged to me that hp/she/they executed the same in his/her/their authorized capacity(ies), and that by hje/tier/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) 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 my hancka'nd off/cial seal. Signature. OPTIONAL ire of Notary Public Though the information below is not required by law, it may prove valuable to persoh^rel^jpg 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: RIGHT THUMBPRINT 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: RIGHT THUMBPRINT 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 Toil-Free 1 -800-876-6827