HomeMy WebLinkAboutPBA LTD; 2010-06-23; (2)City of Carlsbad
MINOR PUBLIC WORKS CONTRACT
Project Manager CLAY DOBBS
Phone No (760) 438-2722
Date
Wastewater
City of Carlsbad
5950 El Camino Real
Carlsbad, California 92008-7314
DESCRIPTION
Labor, materials and equipment to provided and install a concrete basin, saw cut and demolish
approximately 150 ft. of existing concrete basin, clear and grub up the work area, adjust existing
grade around basin and cut and grade for basin expansion of 20' x 10' x 30' to ensure cut and grade
deliverers rainwater directly into basin without standing water.
Place rebar at perimeter of basin extension and also epoxy dowels in the existing basin at the saw
cut line, shot crete basin with 4000 psi shot crete and float finish.
Slurry fill cave on slope with 3 sack slurry mix.
Remove all sand and sediments at the base of the slope on College Ave. and Palomar Point Way,
Dispose of properly, clear and grub damaged areas, catwalk with sheep's foot excavator, fill-in all
eroded areas and make slopes completely ready for hydro seeding.
Price not to exceed $29,500.00
Project Manager: CLAY DOBBS
Phone No.(760) 438-2722
Contractor acknowledges receipt of Addendum No. 1 ( ), 2 ( ), 3 ( ), 4 ( ), 5 ( ).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
PBA,LTD.
Name
800 Grand Ave.
Address
Carlsbad, California 92008
City/State/Zip
(760)729-5428
Telephone
pbalimited@vahoo.com
E-Mail Address
-1 -Revised 08/11/09
Name and Title of Person Authorized to sign
contracts.
Signature Title
Name Date
JOB QUOTATION
ITEM NO.
1
2
3
UNIT QTY
1
10yds
20 cuyds
DESCRIPTION
Saw cut basin and replace concrete basin
to allow rainwater to enter and be conveyed
into the 12 inch storm pipe
Slurry existing cave
Removing sand and sentiments grade
slopes to remove all erosion rivlets for
Hydra seed
Grand total
TOTAL PRICE
$14,900.00
$4,000.00
$10,600.00
$29,500.00
SUBMITTED BY:
PBA.LTD.
Company/Business/Name
#816826
Contractor's License Number
Classification(s)
Printed Name and Title
IS
Date
Expiration Date
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).
-2-Revised 08/11/09
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:
r Indicate Minority Business Enterprise (MBE) of subcontractor.
-3-Revised 08/11/09
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
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)
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/su£contractor 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 _£_ working days after receipt of Notice to Proceed.
Completion: I agree to complete work within flLx working days after receipt of Notice to Proceed.
CONTRACTOR:CITY OF CARLSBAD a municipal
corporation of the State of California:
(name of Contractor)
By:
(sign here)
.**£ hjrintnamea(print
Assistant City Manager
and title)
a)
(address)
(e-mail address)
By:
(telephone no.)
(sign! here)
(print name and title)
• VP
ATTEST:
(address)
Ov
(city/state/zip)
Ik) - TO
/LORRA^E M. \XfDb'D
/ C.faCAMCity Clerk
(telephone no.)
(fax no.)
g) V^
(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:f)O.A
\ f*\r±Y\\ itw /*^MDeputy City Attorn
-6-Revised 08/11/09