Loading...
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