Loading...
HomeMy WebLinkAboutPetroleum PETS; 2004-01-29;City of Carlsberd MINOR PUBUC WORKS PROJECT REQUEST FOR BID Project Manager pate A. Schuck Date Issued: November2 5.2003 Request For Bd No.: FAC 04-03 Mail To: General SeMces ciofcarlsbad 405 Oak Avenue Carlsbad, California 92008 Award will be made to the lowest responsive, responsible contractor based on tutal price. INSTAUATION W FUEL BLAND CONTAINMENT BOXES DESCRIPTION Labor, matefials and equipment to Instal Fuel Island Containment Basins at Fleet ODerations. 2480 lmrmla Drive. in accordance with the Contrador's Attached Pro~osal Dated November 3.2003. Pmject Manager: Dale A. Schuck Phone No. 7604342949 Submiion of bid implies knowledge of all job terms and conditions. SUBJECT TO ACCEPTANCE WITHIN (SO) DAYS Name and Address of Contractor Petroleum P.E.T.S 1858) 679-7462 Name Telephone 13468 Granite Creek Road Address FaX I858 679-0144 San Dim CA 92128 Ci/State/Zip -1- Revised 03/13/02 Name and Ti of Person Authorized to sign ITEMNO. 1 JOB QUOTATION UNIT QTY DEsCwPTloN TOTAL PRlCE 1 L.S. Instal fuel containment basins in aaxmiance with the Contractors Proposal Dated 11/3/03 (Attached) !l$SsD OD TAX IDENTIRCATBl NUMBER (Corporations) Federal Tax I.D.#: P-o3x'4770 -2- Revised 03/13/02 DESIGNATION OF SUBCONTRACTORS Set forth below is the full name and location of the place of business of each subcontractor whom the contractor proposes to subcontract portions of the wok in excess of one-half of one percent of the total bid, and the portion of the wok which will be done by each sub-coontradw for each subcontract. NOTE: The contractor understands that if he fails to specify a sub.contrador for any portion of the wok to be performed under the confrad 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 wodc, 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 necessify in accordance with the pmvisions of the Subletting and Subcontracting Fair Practices Act (Sedion 41 00 et seq. of the California Public Contract Code). If no subcontradors are to be employed on the project, enter the word "NONE." Total % Subcontraded: - * lndicatepinority Business Enterprise (MBE) of subcontractor. -3- Revised 03/13/02 CrrYOFcARLSBAD MINOR WBUC WORKS CONTRACT (Less than $25,000) Labor: I propclse to empby only skilled workers and to abide by all State and Ci of Cadsbad Ordinances governing labor, induding paying the general prevailing rate of wages for each craft or type of worker needed to execute the contract. I guarantee all labor and materials furnished and agree to complete and subjed to inspedion approval and acceptance by: Dale A. Schuck in accordance with diredions @roied manager) 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 Diredor 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 Ci 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. Falseclaims Contract hereby agrees that any contract claim submied to the Ci must be asserted as part ofthe contract p~ocess as set forth in this agreement and not in anticipation of litiiation or in conjunction with litigation. Contractor acknowledges that Calimia Government Code sedions 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submi a false claim to a public entity. These provisions indude false daims made with deliberate ignorance of the false information or in reddess disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sedions 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false daims a= incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may be subject to the ConLrador to an administrative debarment proceeding wherein the contrador may be prevented from further bidding on public contracts for a period of up to five years and that debarment by another jurisdiiion is gmunds for the Ci of Carfsbad to disqualify the Contractor or subcontractor from participating in Contract bidding. -4- Revised 03/13/02 Commercial General Liability, Automobile Liability and Workers' Compensation Insurance: The successful contractor shall pmvide to the City of Cartsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Woke& 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 wok. The minimum limits of liability Insurance are to be placed with insurers that have: (1) a reting in the mod recent Best's Key Rating Guide of at least A-:V and (2) are admitted and authorized to transad the business of insurance in the State of Caliia by the Insurance Commissioner. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not lessthan ........$500.000 Subject to the same limit for each person on accwnt of one accident in an amount not less than ....... $5oo,OOo Property damage insurance in an amount of not less than. .. . . . ..$iOO,OOO Automobile Liability Insurance in the amount of $lOO,OOO combined single limit per accident for bodily injwy and Property damage. In addition, the auto policy must cover any vehide used in the performance of the contract, used onsite or offsite, whether owned, normvned 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 IKNccallcell8tjon dam providing that thirty (30) days written notice shall be given to the Ci @or to such cancellation. The policies shall name the Ci of CaM as additional insured. Indemnity: The Contrador 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 desaiption, diredly or indiredly arising from or in connection with the perFotmance of the Contract or woe or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those dated to safety and health; and from any and all claims, loss, damages, injury and liability, hawsoever the same may be caused, mlting diredly or indiredly from the nature of the wo& covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the Ci. The expenses of defense indude all costs and expenses including attorneys' fees for liation, arbitmtion, or other dispute resolution method. ... ... ... ... ... ... ... ... ... ... -5- Revised 03/13/02 Jurisdiction: The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for dution of any disputes between the parties arising aut of this agreement is San Diego County, California. Start Work: I agree to start within 3 working days after receipt of Notice to Proceed. Completion: I agree to complete work within CONTRACTOR: wrking days after receipt of Notice to Proceed. CITY OF CARLSBAD a municipal copfation of the State of California: By: By: (sign here) Assistant City Mae (print name and title) JA~TEST: RRAINE M. WOOD City Clerk (hail address) (Proper notarial acknowledgment of execution by contrador must be attached. Chairman, president or vicepresident and secretary, assistant secretary, CFO or assistant treasurer must sign for corporabons. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empoming the ofFicer(s) signing to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL, City Attorney BY: %4& 9 Deputy city Attorney -6- CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 17 personally known to me -proved to me on the basis of satisfactory evidence to be the person(#) whose name@) >/are subscribed to the within instrument and acknowledged to me thatb/she/they executed the same in J&/her/their authorized capacityw), and that by &i/her/their signature@ on the instrument the person(#, or the entity upon behalf of which the person(6) acted, executed the instrument. 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. Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General 0 Guardian or Conservator Signer Is Representing: 0 1999 National Notary Association 9350 De Soto Am.. PO Box 2402 * Chatsworth, CA 91313-2402 - w.nationalnotary.org Prod. No. 5907 Rwrder: Call Toll-Free 1-800-876-6827 .. . . Petroleum P . E. T. S . 13468 Granite Creek Road San Diego, California 92 128 (858) 679-7462 (858) 679-0144 Fax Lic. # 685467 City of Carlsbad Gary Jenner 1200 Carlsbad Village Dr. Carlsbad, CA 92008-1 989 1 1 /3/03 Re: State required fueling system upgrades. Required upgrades 1) Install under pump containment boxes. 2) Install under pump turbine shut down leak detection. 3) Install Leak detection equipment meeting currant legislative criteria; must be capable of providing turbine shut down for under pump boxes and tank sensors. ScoDe of work 1) 2) 3) 4) 5) 6) 7) 8) Petroleum P.E.T.S. will remove the dispensers from the fueling island. Saw cut the island for the new under pump containment pans. Perform soil sampling for the county Health department. Perform necessary conduit changes under the dispensers. Install the new under pump pans, turbine shut down sensors and sump penetrations. Replacement of fuel island concrete. Perform final inspection for the County Health department. This estimate excludes permits and SB-989 testing on the (UDC) Under dispenser containment. cost: Under pump dispenser containment and electronics $ 3,550.00 Construction materials: $ 2,400.00 Total Cost $ 14,950.00 Construction Labor and testing $ 9,000.00 Neil Massee Neil Massee Neil Massee Engineering, dba Petroleum P.E.T.S. / P.O. Box 500824 San Diego, California 92150- 1 0824 Feb 05 04 ll:26p Petroleum P. E. T. S. (8581 679-0144 Petroleum P.E.T.S. 13468 Granite Creek Road San Diego, California 92 128 (8%) 679-7462 (858) 679-0144 Fax Lic. A 685467 City of Carlsbad Gary Jenner 1200 Carlsbad Village Dr. Carlsbad. CA 92008-1989 2/5/04 Re: State required fueling system upgrades. Required upgrades 1) Install under pump containment boxes. 2) Install under pump turbine shut down leak detection. 3) Install Leak detection equipment meeting currant legislative criteria; must be capable of providing turbine shut down for under pump boxes and tank sensors. Scope of work 1) 2) 3) 4) 5) 6) 7) 8) Petroleum P.E.T.S. will remove the dispensers from the fueling island. Saw cut the island for the new under pump containment pans. Perform soil sampling for the county Health department. Perform necessary conduit changes under the dispensers. Install the new under pump pans, turbine shut down sensors and sump penetrations. Replacement of fuel island concrete. Perform final inspection for the County Health department. This estimate excludes permits and S5989 testing on the (UDC) Under dispenser containment. cost: Under pump dispenser containment and electronics $ 3,550.00 Construction materials: $ 2,400.00 Total Cost $ 14,950.00 Construction Labor and testing $ 9,000.00 Neil Massee Engineering dba Petroleum P.E.T.S. / P.O. Box 500824 San Diego: California 921 50- I 0824