Loading...
HomeMy WebLinkAboutPerformance Pipeline Technologies; 2011-04-19; PWM11-28UTILPWM11-28UTIL MINOR PUBLIC WORKS PROJECT CONTRACT - NON PREVAILING WAGE REMOVE PROTRUDING TAPS FROM SEWER MAINS (LESS THAN $30,000) Project Manager: Ken Burtech . «/ , ^ Phone No: (760)438-2722 Date: AprrU » 7 ^ <£-O I I 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, all materials and equipment to: remove protruding taps located at various locations within the City of Carlsbad in sewer mains. Protruding taps shall be cut back to the wall of the collector pipeline within acceptable tolerance of 1/8 inch. All repair work will be filmed by CCTV and a copy of the video or DVD will be provided to the city of Carlsbad. Contractor will provide general traffic control plan and obtain right-of-way permit as required by the City of Carlsbad. Contractor is responsible for any sewer bypasses necessary to complete work. Contractor will notify property owner if access is needed onto private property or for affected sewer area. See Exhibit "A", locations See Exhibit "B", PDF maps (20) Work to be completed within30 working days. All work will follow Cal OSHA requirements including work zone protection and traffic control devices Contractors to arrange site visit by contacting: Project Manager: Ken Burtech 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 (714)536-7386 Performance Pipeline Technologies Telephone Name (714)536-8319 Fax 5901 Warner Avenue, #482 Address Gene Glassburner www.geneppt@aol.com E-Mail Address Huntington Beach, CA 92649 City/State/Zip -1- Revised 03/13/02 Name and Title of Person Authorized to sign contracts. t / Signature Title Name Date JOB QUOTATION ITEM NO. 1 UNIT $385.00 QTY 21 DESCRIPTION Protruding tap removal at 21 sites in Carlsbad TOTAL TOTAL PRICE $8,085.00 Quote Lump Sum, including all applicable taxes. Award is by total price. Performance Pipeline Technologies Company/Business Name Authorized Signature C.L- Printed Name and Title Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.ft - ~~)"]> " ( CP") H $ ^ -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 Work SUBCONTRACTOR* % of Total Contract Business Name and Address NONE License No., Classification & Expiration Date MBE Yes No Total % Subcontracted: 0% -3-Revised 03/13/02 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: Ken Burtech (project manager) wage Rates: THIS IS NOT A PREVAILING WAGE 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. Signature: / ^— Print Name: (L^ -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 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 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 CONTRACTOR: By:. (name of Contractor) (sign here) (print name and title) ^ working days after receipt of Notice to Proceed. CITY OF CARLSBAD a municipal corporation of the State of California: Utilities Director (e-mail address)) (print name and title) (address) U&. CA (city/state/zip) (telephone no.) (fax no.) (e-mail address) ATTEST: LORRAINE M. WOOD 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: -6-Revised 03/13/02 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Dale personally appeared before me,Here Insert Name'and Title of the Offi . ' 9 NamefsJ oTsigner(s) SERGIO MEDINA Commission # 1753849 Notary Public - California Orange County My Comm. Expires Jun 26,2011 Place Notary Seat Above who proved to me on the basis of satisfactory evidence to be the person(^) whose name(^) is/jrfe subscribed to the within instrument and acknowledged to me that he/s/<e/tbfey executed the same in his/beVth^fr authorized capacity^), and that by his/heVth^ir signature^) on the instrument the person^), 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 my hand ar/l official seal. Signature OPTIONAL 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: \Y\()JOifL /po(b\f I Document Date: \\VQrCX ^ ft°l ' Signer(s) Other Than Named Above: Number of Pages: Capacity(ies) Claimed by Signet (s) Signer's Name^^g; \LQw>f\\^ LI Individual H Corporate Officer — Title(s): LI Partner — LI Limited D General LI Attorney in Fact LJ Trustee II Guardian or Conservator II Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here \^'•^J Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee LI Guardian or Conservator D Other: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer Is Representing: ^Sfff^^^tf^l^Siii^^^^ ©2007 National Notary Association• 9350 De Solo Ave., P.O. Bov 2402 • Chatsworth. CA 91313-2402• www.NationalNotary.org item #5907 Reorder:CallToll-Free 1 -800-876-6827 Exhibit "A" Protruding Tap Removal Location Worksheet Zone 2 1 3 2 1 1 9 11 Street Pio Pico north of Forest Jefferson St @ Home Ave Jefferson St @ Home Ave Roosevelt St Alley East of State St & Grand Ave Tyler St near Oak St Tyler St near Oak St Tyler St near Oak St Valley St @ Valley PI Valley St @ Valley PI Canyon @ Sandy Basswood @ Monroe Eureka north of Chestnut Eureka north of Chestnut McKinley south of Pine Basswood west of Adams Basswood west of Adams Jefferson south of Oak Tyler south of Walnut Hemlock east of Garfield Hoover north of Brooks MHtoMH 5C-57 to 5C-23 9B-16to9B-80 9B-16 to 9B-80 9B-36 to 9B-34 9B-81to9D-73 9D-52 to 9D-53 9D-53 to 9D-54 9D-53 to 9D-54 10B-22 to 10B-23 10B-22 to 10B-23 10B-36 to 10B-37 10B-61 to 10B- 73 10C-10 to 10C-9 10C-10 to 10C-9 10C13-to 10C-14 10C-17 to 10C-18 10C-17 to 10C-18 10C-56 to 10C-55 16A-84 to 16A-103 16C-63 to 16C-64 16D-69 to 16D-45 Start MH 5C-57 9B-16 9B-16 9B-36 9D-74 9D-53 9D-53 9D-53 10B-22 10B-22 10B-37 10B-61 10C-9 10C-9 10C-14 10C-17 10C-17 10C-55 16A-84 16C-63 16D-69 Tap Ftg 190.4 208.8 256.9 93.6 29.4 278.9 48.4 280.4 182.9 205.3 6 43.2 192.7 303.9 131.5 36.2 55.1 189.7 93.2 48.5 89.2 Exhibit "B" Protruding Tap 190.4 5C-57 CO X LU Protruding Tap 93.6' from MH B-36 Protruding Taps at 208.8 & 256.9 from MH9B-16 DQ X LU Protruding 29.4' from 9B-81 CO X LU Protruding Tap 48.4' & 280.4' from MH 9D-53 CQ X LLJ BProtruding Tap 432' from MH 10B-61 Protruding Tap 6' from MH ' f, * >%,10B I Protruding Taps at 189.2 & 205.3' from MH 10B-22 CD X LU Protruding Tap 189.7' from CD XLLJ Protruding Tap 93.2' from MH 16A-84 -| Protruding Tap 48.51 from MH 16C-63 16C- Protruding Tap 89.2' from MH 16D-69