Loading...
HomeMy WebLinkAboutPlanes, Boats, and Automobiles, Ltd; 2011-01-02; PWM11-26UTILPWM11-26UTIL City of Carlsbad MINOR PUBLIC WORKS CONTRACT INSTALL WATER PIPELINE TO FOX'S LIFT STATION Project Manager Ken Burtech Phone No (760) 438-2722 Mail To: Purchasing Department City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008-7314 DESCRIPTION Labor, materials and equipment to install approximately 600 feet of 2" schedule/standard 80 PVC water pipeline and connect fittings to city specifications. Starting at 4215 Harrison Street and connect to the Foxes Lift Station at 4155 Harrison Street. Remove and replace approximately a 15 x 10 foot patch of driveway with 3/8 inch standard asphalt mix. All spoils to be hauled by contractor to location approved by the project manager. All Cal OSHA regulations will be followed by the contractor also contractor will be responsible for Dig Alert notification. See Scope of Work Exhibit "A" Price not to exceed $14,950.00 Project Manager: Ken Burtech Phone No. (760) 438-2722 TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Planes, Boats and Automobiles, Ltd. (760)729-5428 Name Telephone 800 Grand Ave. Suite A-9 (760-729-7917 Address Fax Carlsbad, California 92008 pbalimited@gmail.com City.state.zip E-Mail Address Revised 08/11/09 Name and Title of Person Authorized to sign contracts. Signature Title 1- 10-i Name Date JOB QUOTATION ITEM NO. 1 UNIT QTY DESCRIPTION Trench and install 600 feet 2 inch waterline with scheduled 80 PVC piping Grand total TOTAL PRICE $14,950.00 $14,950.00 SUBMITTED BY: Planes, Boats and Automobiles, Ltd. Company/Business Name Authorized Signature Printed Name and Title I- \0-Z.o\i #816826 Contractor's License Number A and B Classification(s) 1/31/2011 Expiration Date Date 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). Revised 08/11/09 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 0 * Indicate Minority Business Enterprise (MBE) of subcontractor. Revised 08/11/09 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, 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) 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. The City Manager has determined that it is not in the best interest of the city to require the payment of prevailing wages for this project. 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: Revised 08/11/09 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. Revised 08/11/09 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 "7 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, Boats and Automobiles, Ltd. CITY OF CARLSBAD a municipal corporation of the State of California: (name of Contractor) By:. (sign here) By:. Utilities Director (print name and title)(address) (e-mail address))(telephone no.) By: (print naine and title) ~7 ATTEST: (address) (city/state/zip)LORRAINE M. WOOD City Clerk /I ' idfai'Hi/, V m***t>%'',^rS"v:,i.i;:---S^ (telephone no.) (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: ^7 Revised 08/11/09 Exhibit "A" Scope of Work INSTALL WATER PIPELINE TO FOX'S LIFT STATION 1. Install approximately 600 feet 2 inch schedule 80 waterline pipe. 2. Trench approximately 15 inches deep for 600 feet for waterline installation. 3. Shade waterline piper with 2 inches sand above and below line. 4. On level ground utilize two sacks concrete slurry in trench. 5. On asphalt, header grind 1 foot wide by 1 inch deep, fill with 3/8 inch asphalt and seal. 6. All direction changes in the schedule 80 pipe will be sweeping 45° angles. 7. Remove and replace approximately 15 x 20 foot area of asphalt. All Cal OSHA regulations will be followed by contractor Revised 08/11/09 ft 3 if PROPOSAL TO: CLAYTON DOBBS FROM: RAY FILES COMPANY: CITY OF CARLSBAD DATE: 12-10-10 FAX NUMBER:TOTAL NO. OF PAGES INCLUDING COVER: PHONE NUMBER:RE: D URGENT D FOR REVIEW D PLEASE COMMENT D PLEASE REPLY D PLEASE RECYCLE CLAYTON: Pba proposes the following bid: December 10, 2010 Site Location: Pump Station @ end of Harrison St. Scope Install 2" schedule 80 water line from mor on Harrison to pump station, vip access road to station. Pipe to be installed along west edge of private road to entrane of ski facility, then run west to pump station then north to back flow @ pump station. Approx 550' of 2" schedule 80 to installed 24" deep along road & 15" deep under AC. PBA will use native along road for loads fill with tracer wire & concrete fill to within 2in of surface. Asphalt patch with tack & sand finish. PBA will also patch existing load area of parkinglot for skifacitity as agreement to in there zone. Total Labor & Materials $14,950.00 Kevin Doherty PBA Ltd. 760-801-5238 800 GRAND AVE, STE A-9 - CARLSBAD - CA - 92008 PH: 760/729-7913 FX: 760/729-7913 LICENSE # 816826