HomeMy WebLinkAboutSouthwest Pipeline and Trenchless Corp; 2009-03-30;City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
Project Manager DON WASKO Request For Bid No.:_
(760) 438-2722 CLOSING DATE:.
Mail To: Bid shall be deposited in the Bid Box located
in the first floor lobby of the Faraday Center
Purchasing Department located at 1635 Faraday Avenue, Carlsbad,
City of Carlsbad CA 92008 until 4:00 p.m. on the day of Bid
1635 Faraday Avenue closing.
Carlsbad, California 92008-7314
Please use typewriter or black ink.
Award will be made to the lowest responsive,
responsible contractor based on total price. Envelope MUST include Request For Bid
DESCRIPTION
Labor, materials and equipment to: perform trenchless sewer line .repairs in various locations within
the City of Carlsbad.
See Exhibit "A"
See Exhibit "B" for repair locations
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: DON WASKO
Phone No. 760-438-2722 and
Submission of bid implies knowledge of all job terms
Contractor acknowledges receipt of Addendum No. 1 ( ), 2 ( ), 3 ( ), 4 ( ), 5 ( ).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor Telephone
Southwest Pipeline and Trenchless Corp. 310-329-0981 .
Name Fax
539 W 140™ ST.
Address
GARDENA. CA. 90248
City/State/Zip
With
310-329-8717
-1- Revised 03/13/02
Name and
contracts.
Person Authorized to sign
SignTture ~
Steven R. Vossmeyer
Name
President/Secretary/Treasurer
Title
2-6-09
Date
JOB QUOTATION
jiiMm1
2
3
4
UNIT QTY
2
3
3
1
DESCRIPTION
1 foot sectional repair
2 foot sectional repair
3 foot sectional repair
4 foot sectional repair
l_U>.W\^ $<A-Vm
TOTAL PRICE
$ 3,000.00
$ 5,400.00
$ 6,300.00
$ 2,400.00
'I"?, 100. 00
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. Note: Please do not sign the contract document (last page) at this time. The successful
contractor will execute the contract after bid award.
SUBMITTED BY:
SOUTHWEST
PIPELINE^JD TRENCHLESS CORP.
Compafjy/Efueiness Name
773862
Contractor's License Number
Authorized Signature
STEVEN R. VOSSMEYER
Printed Name and Title
2-10-09
Classification(s)
01-31-2010
Expiration Date
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#:
(Individuals) Social Security #:
95-4768595
OR
-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 anticipated
License No.,
Classification
& Expiration
Date
MBE
Yes No
Total % Subcontracted:
: 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: DON WASKO
(project manager)
Wage Rates:
The general prevailing rate of wages for each craft or type of worker needed to execute the contract
shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770,1773
and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the
applicable wage rates in on file in the Office of the City Engineer. The contractor to whom the
contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers
employed by him or her in execution of the contract.
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 ConjFactpr or subcontractor from participating in
contract bidding. ^^^^ /r~>
Signature: ^^^<^^ S^ -
Print Name: Steven R. Vossmeyer
-4- Revised 03/13/02
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 15 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within 30 working days after receipt of Notice to Proceed.
CONTRACTOR:
Southwest Pipeline & Trenchless, Corp.
(sign here)
Steven R. Vossmeyer Pres/Sec/Tres
(print name and title)
Steve@swpipeline.com
(e-mail address))
By:.
(sign here)
CITY OF CARLSBAD ajmunicipal
corporation onhe Si
By:
(telephone no.)
(print name and title)
539 W. 140th Street
(address)
Gardena, Ca. 90248
(city/state/zip)
310/329-8717
(telephone no.)
310/329-0981
(fax no.)
(e-mail address)
ATTEST:
LORRAINE M. WOOD
City Clerk
(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 officers) signing to bind the
corporation.)
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
-6-Revised 03/13/02
ACKNOWLEDGMENT
State of California
County of Los Angeles
On 2-6-09 before me, Sharon Ines Farmer
(insert name and title of the officer)
personally appeared Steven R. Vossmeyer
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
SHARON WES FARMER V
ComrtMtoft01fM938 IWITNESS my hand and official seal. IwSljHO Nottry PMte • CrttorMa I
lot AngtlM C«Mty *
MyCo«mEiq*t<.M1f.
Sianature^^"^^ fc~*"< (Seal)
EXHIBIT "A"
SCOPE OF SEVICES
1. Establish traffic control as needed.
2. CCTV location to inspect and isolate break
3. Thoroughly clean repair point of all the debris and roots
4. Install and position inflatable bladder with epoxy saturated structural point
repair material and allowed to cure.
5. Remove bladder and inspect repair site.
6. Provide before and after video of entire process
7. Remove all traffic control devices
City Attorney Approved Version #05.06.08
Exhibit "B"
(Point Repair Locations)
1. Via De Canto 6C-89 to 6C-88 @ 224'— 2 foot repair
2. Via Libertad 6A-89 to 6A-35 @ 173'—2 foot repair
3. Via Roberto 6A-39 to 6A-38 @ 28' and 81 '—(2) 2 foot repairs
4. Via De Canto 6C89 to 6C90 @ 2'—3 foot repair
5. Via Amador 6C-4 to 6C-5 @ 209'—2 foot repair
6. Via De Paz 6A-1 to 6A-3 @ 224'—3 foot repair
7. State St. and Alley 9D-65 to 9D-57 @ 160'—3 foot repair
8. Avenida De Anita 6A-49 to 6A-8 @ 92'—4 foot repair
Revised 03/13/02