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