HomeMy WebLinkAboutPlanes, Boats, and Automobiles, Ltd; 2011-11-18; PWM12-06UTILPWM12-06UTIL
City of Carlsbad
MINOR PUBLIC WORKS PROJECT
CONTRACT
Project Manager Clay Dobbs Date Issued: Septembers, 2011
(760) 438-2722
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, materials and equipment to rehabilitate three (3) sewer manholes in parking lot at Westmart
Gas Station, 4990 Avenida Encinas & West Steakhouse, 4980 Avenida Encinas, Carlsbad, CA
92008, at Cannon Road by I-5 Freeway.
Not to exceed $8,850.00 .
See Exhibit A Scope of Work/Location.
All Cal OSHA standards apply.
City of Carlsbad right-of-way permit required.
No job walk-through scheduled.
Project Manager: Clay Dobbs
Phone No. (760) 438-2722
clavton.dobbs@carlsbadca.gov
Submission of bid implies knowledge of all job terms and conditions.
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
Planes, Boats and Automobiles, Ltd. (760)729-7913
Name Telephone
800 Grand Avenue. Suite A-9 (760)729-7913
Address Fax
Carlsbad, CA 92008 pba@gmail.com
City/State/Zip E-Mail Address
-1 - Revised 09/01/09
Name and Title of Pe
contracts.
n Authorized to sign
Title
Name Date
JOB QUOTATION
ITEM NO.
1
UNIT QTY DESCRIPTION
Rehabilitate three (3) sewer manholes at
Westmart parking lot on Cannon Road at I-
5 Freeway; manholes 21-E22, 27-B53 &
27-B57.
TOTAL
TOTAL PRICE
$8,850.00
$8,850.00
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:
Planes, Boats and Automobiles, Ltd.
Company/Busines^ Name
JjLM/iA.
A816826
*
utnon:Authorized Signature
Contractor's License Number
A _
Classification(s)
Printed Name and Title Expiration Date
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#:
OR
(Individuals) Social Security*:
-2-Revised 09/01/09
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 License No.,
Classification
& Expiration
Date
MBE
Yes No
Total % Subcontracted:
0
Indicate Minority Business Enterprise (MBE) of subcontractor.
-3-Revised 09/01/09
CITY OF CARLSBAD
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.
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. 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 09/01/09
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 09/01/09
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 t working days after receipt of Notice to Proceed.
Completion: I agree to complete work within j ^y working days after receipt of Notice to Proceed.
CONTRACTOR:
Planes, Boats and Automobiles, Ltd.
(name of Contractor)
By
CITY OF CARLSBAD a municipal
corporation of the State of California:
By:
(e-mail address))
( GLENN PRUIM, Utilities Director
5950 El Camino Real, Carlsbad, CA 92008
(address)
(760) 438-2722
(telephone no.)
By:
(sign hefe)
V
naVie and ti(print title)
ATTEST:
(address)
Cfi
(city/state/zip)LORRAINE M. WOOD
City Clerk
(telephone no.)4ii^
(fax no.)
(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:
Deputy City Attorney
-6-Revised 09/01/09
EXHIBIT A
Scope of Work & Location
1. Obtain right-of-way permit.
2. Meet with Carlsbad Wastewater and Westmart representatives on site to describe work
and establish schedule.
3. Install false bottoms to make sure that debris is captured and not allowed to enter sewer
system.
4. Hydro-blast manhole walls and bench to remove loose and decomposing concrete with
minimum water pressure of 5000 psi. Capture, remove and dispose of all resulting debris.
5. Apply grout to inside of sewer manholes to return them to their original size and shape.
6. Apply Raven 405 epoxy coating to each manhole. See attached specification for epoxy
coating application.
7. All manhole rehabilitation work including its inspection shall comply with the attached
specification for manhole rehabilitation, "technical requirements and specifications for the
corrosion and protection and rehabilitation of new and existing concrete/masonry
wastewater structures".
8. Clean area.
Location
Parking lot at Westmart Gas Station, 4990 Avenida Encinas & West Steakhouse, 4980 Avenida
Encinas, Carlsbad, CA 92008. See attached map.
-7- Revised 09/01/09
ArclMS HTML Viewer Map
EXHIBIT A
A
,.- ;, A
n *s
s
S/ «
X *
y\/ I"
X '
X F
X F
• 3
n w
CITY OF PWM12-06UTIL
^ CARLSBAD
Utilities Department www.carisbadca.gov
Nov. 29, 2011 p^, _ ,
Kevin Doherty
Planes, Boats and Automobiles, Ltd. ^.^
SOOGrand Avenue, Suite A-9 u£C-2 20l1
Carlsbad, CA9200S L, . .
WASTEWATER UTILITIFQ
Dear Kevin Doherty: "-'^v^'ILIMtS
As per my telephone notification, I am sending this acknowledgement letter to inform you of a modification to the
original contract dated September S, 2011, to rehabilitate three manholes in the parking lot at the Westmart site.
Exhibit Al, map, has been added as it identifies each manhole for rehabilitation and their exact locations. A copy of
Exhibit Al is enclosed for your records.
All other provisions of the Contract will remain in full force and effect.
This mo^jicatjggjl^hereby acknowledged and accepted in writing signed by both parties:
^"^^p^Xon tiobb^f^oje
Kevin»Doh/6rty, Planes, Boats and Automobiles, Ltd. Date
Please sign and date the acceptance to the modification as soon as possible and return it to:
Clayton Dobbs
Project Manager
Utilities
5950 El Camino Real
Carlsbad, CA 92008
Sincerely, 'j
Clayton Dobbs
Utilities Supervisor
ml
Enclosure (1)
cc: Contract Management, Records Management
\ Utilities Department
5950 El Camino Real I Carlsbad, CA 92008 I 760-438-2722 I 760-431-1601 fax
EXHIBIT A 1
PWM12-06UTIL
Westmart Shopping Mall Manhole Rehab Project
27B1 ^v5> \ § • •VJ
AVI.
21D4
27B2
27B-3
Map Printed On {2011-11-28 10:02}
powered by ROLTA OnPoint"