HomeMy WebLinkAboutPlanes, Boats and Automobiles LTD; 2013-01-30; PWM13-29UTILPWM13-29UTIL
City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order
Project Manager Clavton Dobbs
(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.
Date Issued: Januarv 15. 2013
DESCRIPTION
Labor, materials and equipment to install a 48 inch Brooks box at 3955 Highland Drive and run an 8
inch elliptical storm drain PVC line to an adjacent catch basin to relieve flooding problems on
Highland Drive between Chinquapin Avenue and Tamarack Avenue. Saw cut and header grind for
overnight placement of trench-plates patch with AC cold patch at end of every work shift. Backfill with
native soil and slurry concrete. Match back existing asphalt to height of existing road.
See Exhibit A for Scope and Fee
Not to exceed $26,000
Right-of-way permit necessary
All Cal OSHA regulations will be adhered to
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Clavton Dobbs
PhoneNo. 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
Planes. Boats and Automobiles, Ltd.
Name
800 Grand Avenue
Address
Carlsbad, CA 92008
City/State/Zip
760-729-5428
Telephone
760-729-7917
Fax
pbalimited(S).qmall.com
E-Mail Address
Revised 09/01/09
Name and Title of Person Authorized to sign
contracts.
JbCKA
Signature Title
Name Date
JOB QUOTATION
ITEM NO. DESCRIPTION TOTAL PRICE
1 Install a 48 inch Brooks box at 3955
Highland Drive and run an 8 inch elliptical
storm drain PVC line to an adjacent catch
basin. $25,485
TOTAL $25,485
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 detennine 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/Business
816826
iorpe(
Contractor's License Number
Class A
Authorjped Signature
Printed Name and Title
Date
f
Classification(s)
Expiration Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.
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. ofthe California Public Contract Code).
If no subcontractors are to be employed on the project, enter the word "NONE."
PORTION OFWORK
TO BE
SUBCONTRACTED
SUBCONTRACTOR* MBE
Item
No.
Description of
Work
% of Total
Contract
Business Name and Address License No.,
Classification
& Expiration
Date
Yes No
Total % Subcontracted:
Indicate/Minority Business Enterprise (MBE) of subcontractor.
Revised 09/01/09
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
(Less than $45,000)
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: Clavton 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 penalfies 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:
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' Compensafion Insurance
indicating coverage in a form approved by the Califomia 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 ofthe 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.
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 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within working days after receipt of Notice to Proceed.
CONTRACTOR:
PLANES. BOATES AND AUTOMOBILES. LTD.
[name of Contractor)
CITY OF CARLSBAD a municipal
corporation of the State of California:
By:
By:
ame or uontcactor)
gnjhere)
By
signi
d title) /
pep. Aaoiyfarit City Manager
print name and title)
pbalimited@gmail.com
(address)
e-mail address))
P
(telephone no.)
sign here) (date)
print name and title)
800 Grand Ave., Suite A9
address)
Carlsbad CA 92008
city/state/zip)
760 729 7913
telephone no.)
760 729 7913
fax no.)
pbalimited@gmail.com
(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. Othenfl/ise, 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:
City
BY:
Revised 09/01/09
Exifc>it A
PHONE NUMBER!
TO: PROM:
CLAYTON DOBBS KEVIN DOHERTY
COMPANY: DATE!
12-27<12
PAX NUMBER: TOTAL NO. OP PAGES WCIXJDWQ COVER:
RE; Highland Dmc
• URGENT • FOR JtEVmw Q PLEASE COMMENT • PLEASE REPLY D FLEASE RECYCLE
NOTES/COMNfJSMTS:
58Tg: Highland Drive between Chinquapin and Tamarack.
SCOPE:. Install Brooks box on west side of street connect to existing drain basin on east side
of street.
Saw cut
- AC grind for trench plotes & AC patch
Excavation 8^ soil removal
Tr<!3ffic control
- RofW peimit (Traffic control)
- 35 LNFT of 8" C-900 with slurry backfill
- Slot drain not induded
- Relocate water ser/ice laterals not included
- Water by City
AC patch back
TOTAL LABO^ & MATOAiS « $2S,msm
Ttiank You,
Kevin Doherty Ce//# 760.801.5238
800 GRAND AVE» STE A^9 ^ CARLSBAD - CA - 92008
PH: 760/729.5428 FX.' 760/729-7917
LICENSE # 816826
Sewer Atlas Storm Water Atlas Water Atlas
1218 TOP SECTION {WITH GALVANIZED FRAME)
1218 STEEL GRATES
PARKWAY 20 lbs.
TRAFFIC 24 lbs.
1 1/2"
1218 STEEL COVER
PARKWAY
TRAFFIC
33 lbs.
39 lbs.
1 1/2"
SEE
CHART
1218 EXTENSION SECTION {NO FRAME)
SEE
CHART
1218 LOWER SECTION {WITH OR WITHOUT FRAME)
NOTES:
1. GRATES AND COVERS AVAILABLE PAINTED BLACK OR GALVANIZED
2. "ADA" OR "HEEL PROOF" GRATES ARE NOT AVAILABLE FOR THIS SERIES
3. A TOP SECTION WITH FRAME MUST BE USED IF BOLT DOWN REQUIRED
TOP
SECTION HT. LBS KNOCK-OUT
1218 T6 6" 210 NONE
1218 T12 12" 420 (2) 5"x10"
EXTENSION
SECTION HT. LBS KNOCK-OUT
1218 E6 6" 210 NONE
1218 E12 12" 420 (2) 5"x10"
SEE
CHART
LOWER
SECTION HT. LBS KNOCK-OUT
1218 L25 25" 918 (1) 10" DIA. HOLE
12"x18"
CATCH BASIN
ORG. DWa DATE
04-20-95
REV. DWG. DATE
02-28-00
P/RODUCTS
1218 CB