Loading...
HomeMy WebLinkAboutPlanes, Boats, and Automobiles, Ltd; 2011-01-10; PWM11-24UTILPWM11-24UTIL City of Carlsbad MINOR PUBLIC WORKS PROJECT 6607 CMP REPLACEMENT PROGRAM-MALLORCA PLACE TO LA COSTA AVENUE Project Manager Sherri Howard (760) 602-2756 Mail To: Purchasing Department City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008-7314 DESCRIPTION Labor, materials and equipment to replace a degraded and damaged 18-inch corrugated metal pipe storm drain with 18-inch PVC pipe as required within a storm drain easement between Mallorca Place and La Costa Avenue. A job walk-through was conducted Thursday, December 9, 2010. Until contract is fully executed and Notice to Proceed is issued, contractors to arrange site visit by contacting: Project Manager: Sherri Howard Phone No. 760-602-2756/760-802-7728 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. 760-729-5428 Name Telephone 800 Grand Ave. Suite A-9 760-729-7917 Address Fax Carlsbad/CA/92008 pbalimited@.gmail.com City/State/Zip E-Mail Address -1 - Revised 09/01/09 Name and Title of Person Authorized to sign contracts. Signature Name IV Title Date JOB QUOTATION ITEM NO. 1. 2. 3. 4. 5. 6. 7. UNIT LS LS LS LS Each Each LS QTY 1 1 1 1 7 2 1 DESCRIPTION Labor and Equipment % inch gravel import Haul off Material Haul off old pipe/trash Concrete Headwalls at $790.00 each Lug in pipeline connection to storm drain Repair to existing brow ditch TOTAL TOTAL PRICE $19,500.00 $ 1,050.00 $ 850.00 $ 1,000.00 $ 5,530.00 $ 700.00 $ 650.00 $29,280.00 Project location, see Exhibit 1. Scope of work, see Exhibit 2. 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/Business Name Authorized Signature Printed Name and Title 816826 Contractor's License Number A and B Classification(s) Expiration Date: 1/31/2011 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. -2-Revised 09/01/09 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 NONE License No., Classification & Expiration Date MBE Yes No Total % Subcontracted: 0 Q * 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: Sherri Howard (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: 7"^ -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 ~~] 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.) By: _ (sign here CITY OF CARLSBAD a municipal corporation of the State of California: (print name and title) *w v (e-mail address) By:. ' Utilities Director 5950 El Camino Real, Carlsbad, CA 92008 (address) 760-602-4677 (telephone no.) ATTEST: LORRAINE M. WOOD City Clerk (e-mail address) 800 Grand Avenue, Suite A-9 (address) Carlsbad/CA/92008 (city/state/zip) 760-729-5428 (telephone no.) 760-729-7917 (fax no.) (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: A )eputy City Attorne; -6-Revised 09/01/09 LOCATION MAP S/7E VICINITY SITE NOT TO SCALE PROJECT NAME CORRUGATED METAL PIPE REPLACEMENT PROGRAM PROJECT NUMBER 6607 EXHIBIT 1 r ii/13/io is \irouMs w««»7V^ owwfVMira^wmiCff -7-Revised 09/01/09 Exhibit 2 SCOPE OF WORK PBA LIMITED SCOPE OF SERVICES TO: FROM: SHERRIE / CLAYTON KEVIN D COMPANY: DATE: CITY OF CARLSBAD 12-15-10 FAX NUMBER: TOTAL NO. OF PAGES INCLUDING COVER: PHONE NUMBER: RE: 760-802-4773 DRAINLINE REPLACEMENT MALLORCA PL NOTES/COMMENTS: SITE ADDRESS: 18 IN DRAINLINE REPAIR BETWEEN MALLORCA AND LA COSTA AVE S£OPE.OF WOJJg: jf» 140 Imeaffee•f<5140 linear feet of storm drain HOPE COST BREAKDOWN: LABOR AND EQUIPMENT 19,500.00 3/4 GRAVEL IMPORT- 1050.00 HAUL OFF MATERIAL—-850.00 HAUL OFF OLD PIPE / TRASH—1000.00 CONCRTE HEADWALLS 7 TOTAL BID @790.00 EA.—5530.00 2 LUG IN CONNECTIONS @ 350.00 700.00 REPAIR TO EXISTING BROWDITCH 650.00 TOTAL LABOR And MATERIALS 29,280.00 SPECIAL NOTES: any additional headwalls to be @ 790.00 ea 800 GRAND AVE, STE A-9 - CARLSBAD - CA - 92008 PH: 760/729-5428 FX: 760/729-7917 LICENSE # 816826 Revised 09/01/09 city to supply following items ALL TRAFFIC CONTROL 2 PIECES OF KRAIL @ LA COSTA AVE FOLR SAFETY ALL PERMITS FEES, WATER BY CITY CLEAR AND GRUBB ANY SAND SLURRY IF NEEDED TO BE SUPPLIED BY CITY ALL BMPS/SWPPS/HYDROSEEDING AS REQUIRED 140' 18 INCH BELL SPIGOT STORM DRAIN PIPE THANK YOU KEVIN DOHERTY 760-801-5238 -9- Revised 09/01/09