HomeMy WebLinkAboutPlanes, Boats, and Automobiles, LTD; 2011-04-29; PWM11-46UTILPWM11-46UTIL
City of Carlsbad
MINOR PUBLIC WORKS PROJECT
Contract
Project Manager: Clay Dobbs Date Issued: AptT(C-> c^l £LP> I {
(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.
DESCRIPTION
Labor, materials and equipment to install an approximately 20 foot D-22 brow ditch. At the terminus
of the D-22, install a 12 x12 road graded brooks box with four-inch stub out for installation of a four-
inch drain line at a later date.
Not to exceed $5,750
See exhibit A scope of work/locations
All Cal OSHA standards apply
City of Carlsbad right-of-way permits needed
No job walk-through scheduled.
Project Manager: Clay Dobbs
Phone No. 760-438-2722
E-Mail: clavton.dobbs@carlsbadca.gov
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. 760-801-5238
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 03/13/02
Name and Title of Person Authorized to sign
contracts.
Signature Title
Name Date
JOB QUOTATION
ITEM NO.
1
TOTAL
UNIT QTY DESCRIPTION
Install an approximately 20 foot D-22 brow
ditch. At the terminus of the D-22, install a
12 x12 road graded brooks box with four-
inch stub out for installation of a four-inch
drain line at a later date.
TOTAL
TOTAL PRICE
$5,750
$5,750
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
A-81 68 26
Contractor's License Number
A
Classification(s)
Printed Name and Title Expiration Date
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#:
OR
(Individuals) Social Security*:
-2-Revised 03/13/02
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).
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
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-3-Revised 03/13/02
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
(Less than $25,000)
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: Clay 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 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:
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 03/13/02
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 / 3 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within
CONTRACTOR:
Planes, Boats and Automobiles, Ltd.
By:
By:.
(name of Contractor)
(sign here)
(print name and title)
(e-mail address))
(sign here)
(print name and title)
(address)
(city/state/zip)
(telephone no.)
(fax no.)
(e-mail address)
/??.
.working days after receipt of Notice to Proceed.
CITY OF CARLSBAD a municipal
corporation of the State of California:
By:, ___
Assistant City Manager/ or Designee
(address)
(telephone no.)
ATTEST:
LORRAINE M. WOOD
City Clerk .\»«VT"'//
4^$^>VTV .,.«•••>.« ••.
(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: J(W. A
Deputy City Attorn
-6-Revised 03/13/02
Exhibit A
Scope of work
1. Obtain right-of-way permit
2. Excavate necessary material to achieve flow
3. Concrete D-22 brow ditch approximately 20 feet
4. Install 12x12 road rated brooks box with four-inch stub out for installation of a four-
inch drain line at a later date.
5. Asphalt to existing street level
6. Clean area
Location
Alder Avenue at Monroe Street, northeast corner
-7- Revised 03/13/02
i
TO:
CLAYTON
COMPANY:
City of Cartel
FAX NUMBER:
760,431,265?
PHONE NUMRJSR:
D URGENT :Q
NOTES/COMMENTS:
SCOPE OF
Labor nha
brow ditch
Alder bnd
traffic con
TOT All •»—
Thank you
Kevin Doh<
PBA
DOBBS
ad
OR REVIEW
WORK:
erials and ec
at the end c
Monroe nortl
rol. All Ca! O.
very much,
>rty
800 GRAND
PH
1
PROPC
FROM:
KEV
DATE:
3-
TOTAi.
RE:
Ald*t
11 PLEASE COMMENT
uiprnent to instc
f the ditch insta
i east corner RC
>HA regulations '
AVB, STE A-9 - <
760/739-5428 FX
LICENSE #
|
>s
NE
10-1
NO. O
'l
A
OF
&Mbfn»
L
111 Of
lal
Wp
PL
>pr
2ir
err
»,7S
:AR|SB
: 76(|0/7
8168
TD
L
EERTV
ES JNCLUDWG COVER.-
D6
2ASE REPLY D PI,EASE RECYCLE
wimately 20 feet concrete
ch Brboks.box. Located at
nit required with proper
allowed.
0,00
\D-CA- 9ZOOS
29-7917 BS^ Ef CSf "B
COP'
20/20 30yd an TT0S/0T/E0