HomeMy WebLinkAboutSouthwest Pipeline and Trenchless Corporation; 2016-05-12; PWM16-87UTILRECORDED REQUESTED BY
CITY OF CARLSBAD
AND WHEN RECORDED PLEASE
MAIL TO:
City Clerk
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008
DOC# 2018-0320919
·. f 111111111111111111111111111111111111111111111111111111111111111111111
Aug 06, 2018 03: 10 PM
OFFICIAL RECORDS
Ernest J Dronen burg Jr
SAN DIEGO COUNTY RECORDER
FEES $0 00 (SB2 Atkins $0.00)
PAGES 1
Space above this line for Recorder's use.
PARCEL NO:
NOTICE OF COMPLETION
Notice is hereby given that:
1. The undersigned is owner of the interest or estate stated below in the property hereinafter described.
2. The full names of the undersigned are City of Carlsbad, a municipal corporation.
3. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008.
4. The nature of the title of the undersigned is: In fee.
5. A work or improvement on the property hereinafter described was completed on Aug. 8, 2016.
6. The name of the contractor for such work or improvement is Southwest Pipeline & Trench less Corp.
7. The property on which said work or improvement was completed is in the City of Carlsbad, County of San
Diego, State of California, and is described as follows: Project No. 5503 (PWM16-87UTIL), El Camino Real
Sewer Main Rehabilitation.
8. The street address of said property is along El Camino Real in the City of Carlsbad.
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, California, 92008; the ) 10 City Manager of said City on · · · , 20.L.:..2-, accepted the above described work as
completed and ordered that a Notice of~ pletion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed onL~1 6 , 20}2, at Carlsbad, California.
CljY OF CARLSBAD
( II, _ ,1 J . "" / J7c·Jrt'0~
/-: BARBARA ENGLES
L)'c'-t:ity Clerk
Q:\Public Works\PW Common\CAPITAL-ACTIVEIPWM16-87 UTIL ECR btwn Hosp & Marron\NOC.doc
CITY OF CARLSBAD
ACCEPTANCE OF PUBLIC IMPROVEMENTS
COMPLETION OF PUBLIC IMPROVEMENTS
Southwest Pipeline & Trenchless Corp. has completed the contract work required for Project
No. 5503 (PWM16-87UTIL), El Camino Real Sewer Main Rehabilitation. City forces have
inspected the work and found it to be satisfactory. The work consisted of:
IMPROVEMENTS VALUE
Sewer main rehabilitation & liner $22,736
CERTIFICATION OF COMPLETION OF IMPROVEMENTS
E~r te I
CITY MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS
The construction of the above described contract is deemed complete and hereby accepted.
The City Clerk is hereby authorized to record the Notice of Completion and release the bonds in
accordance with State Law and City Ordinances.
The City of Carlsbad is hereby directed to commence maintaining the above described impro~m:ssrg ~
~ity M ager\
APPROVED AS TO FORM:
CELIA BREWER, City Attorney
By: ~CL-~
Deputy City Attorney
Q:\Public WorkslPW Common\CAPITAL-ACTIVEIPWM16-87 UTIL ECR btwn Hosp & Marron\APl.doc
PWM16-87UTIL
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
EL CAMINO REAL SEWER MAIN REHABILITATION; CONT. NO. 5503
This agreement is made on the \ 1...~ day of r\1\.,~ , 2016, by the City
of Carlsbad, California, a municipal corporation, (hereinafter called " 1ty"), and Southwest Pipeline and
Trenchless Corporation, a California corporation, whose principal place of business is 22118 South
Vermont Avenue, Torrance, CA 90502 (hereinafter called "Contractor").
City and Contractor agree as follows:
DESCRIPTION OF WORK. Installation of 8 inch diameter, 6mm thickness liner inside the existing sewer
main from manhole 6A-57 to manhole 6A-66 to manhole 58-65 for a total of 812 linear feet. Because of
heavy traffic issues, this work will be done at night between the hours of 9:00 pm and 5:00 am. Contractor
shall perform all work specified in the Contract documents for the project described by these Contract
Documents (hereinafter called "Project").
PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools,
equipment, and personnel to perform the work specified by the Contract Documents unless excepted
elsewhere in this Contract.
CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract,
Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans
and Specifications, and all proper amendments and changes made thereto in accordance with this Contract
or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict,
this Contract will supersede terms and conditions in the Contractor's proposal.
LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad
Ordinances governing labor.
GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project
in accordance with directions and subject to inspection approval and acceptance by:
Don Wasko
(City 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 is on file in the Office of the City Engineer. Contractor 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.
Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code
and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act."
The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5.
The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the
Contract for work.
A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the
requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract
for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
EL CAMINO REAL SEWER MAIN
REHABILITATION; CONT. NO. 5503 Page 1 of 6 City Attorney Approved 2/29/2016
PWM16-87UTIL
Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which
generally requires keeping accurate payroll records, verifying and certifying payroll records, and making
them available for inspection. Contractor shall require any subcontractors to comply with Section 1776.
FALSE CLAIMS. Contractor 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 fir o false claim may subject the Contractor to an
administrative debarment proceeding wher · the co ractor may be prevented from further bidding on
public contracts for a period of up to five ears and t t debarment by another jurisdiction is grounds for
the City of Carlsbad to disqualify the Con actor or s contr-
Signature:
REQUIRED .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 California admitted
insurers that have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on
the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key
Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of
Insurance Commissioners (NAIC) latest quarterly listings report.
Commercial General Liability Insurance of Injuries including accidental death, to any one person in an
amount not less than ........ $1 ,000,000
Subject to the same limit for each person on account of one accident in an amount not less than
....... $1,000,000
Property damage insurance in an amount of not less than ........ $1 ,000,000
Automobile Liability Insurance in the amount of $1,000,000 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 clauses 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 an additional insured. The full limits available to the named
insured shall also be available and applicable to the City as an additional insured.
WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY. Workers' Compensation limits as
required by the California Labor Code. Workers' Compensation will not be required if Contractor has no
employees and provides, to City's satisfaction, a declaration stating this.
EL CAMINO REAL SEWER MAIN
REHABILITATION; CONT. NO. 5503 Page 2 of 6 City Attorney Approved 2/29/2016
PWM16-87UTIL
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.
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: Contractor agrees to start within ten (1 0) working days after receipt of Notice to Proceed.
Completion: Contractor agrees to complete work within forty five (45) working days after receipt of
Notice to Proceed.
CONTRACTOR'S INFORMATION.
Southwest Pipeline and Trenchless
Corporation
(name of Contractor)
773862
(Contractor's license number)
A-General Engineering Contractor, 1/31/2018
(license class. and exp. date)
1 000002 '176
(DIR registration number)
6/30/2016
(DIR registration exp. date)
/II
/II
/II
/II
/II
/II
EL CAMINO REAL SEWER MAIN
REHABILITATION; CONT. NO. 5503
22118 South Vermont Avenue
(street address)
Torrance, CA 90502
(city/state/zip)
0: 619-265-5202 or C: 310-261-0808
(telephone no.)
31 0-329-0981
(fax no.)
Luis Salcedo, luis@swgigeline.com
(e-mail address)
Page 3 of6 City Attorney Approved 2/29/2016
PWM16-87UTIL
AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf o:f
Contractor each represent and warrant that they have the legal power, right and actual authority to bind
Contractor to the terms and conditions of this Agreement.
R
PIPELINE AND TRENCHLESS
ustin Duchaineau-President
(print name/title)
(sign here)
Robert Bolger-Secretary
(print name/title)
CITY OF CARLSBAD, a municipal corporation
of the State of California
If required by City, proper notarial acknowledgment of execution by Contractor must be attached. If a
corporation, Agreement must be signed by one corporate officer from each of the following two groups:
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
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:
CELIA A. BREWER, City Attorney
I I /------._
BY: ~_L~~
Deputy City Attorney
EL CAMINO REAL SEWER MAIN
REHABILITATION; CONT. NO. 5503 Page 4 of 6 City Attorney Approved 2/29/2016
PWM16-87UTIL
EXHIBIT A
LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR
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 Project in excess of one-half of one percent of the total
bid, and the portion of the Project which will be done by each sub-contractor for each subcontract.
NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project
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 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."
SUBCONTRACTORS
Portion of Project to Business Name and Address DIR Registration
be Subcontracted
NONE
Total% Subcontracted: __ 0 ____ _
EL CAMINO REAL SEWER MAIN
REHABILITATION; CONT. NO. 5503
No.
Page 5 of6
License No., %of
Classification & Total
Expiration Date Contract
City Attorney Approved 2/29/2016
PWM16-87UTIL
EXHIBIT B
Scope of Work:
Installation of 8 inch diameter, 6mm thickness liner inside the existing sewer main on El Camino Real
between Hasp Way and Marron Road from manhole 6A-57 to manhole 6A-66 to manhole 5B-65 for a total
of 812 linear feet. Because of heavy traffic issues, this work will be done at night between the hours of 9:00
pm and 5:00 am.
Proposal is based on the award of all quantities quoted; change in quantities may result in additional cost.
Pipe will take shape of existing pipe. Assumes pipe is lineable. If any protrusions, offsets, bends etc.
exits, they will be noticeable in the Post CCTV.
Inclusions:
• Installation of CIPP Liner
• Clean & CCTV 2-3 Jet Passes
• Traffic Control
• Bypass
Exclusions:
• Removal of Protrusions
• Removal of Pipe Calcification
JOB QUOTATION
ITEM UNIT UNIT QTY DESCRIPTION PRICE.
NO. PRICE .;
8" diameter liner, 6mm thickness on El Camino Real
1 LF $28.00 812' from Hasp Way to Marron Road
*Includes taxes, fees, expenses and all other costs.
EL CAMINO REAL SEWER MAIN
REHABILITATION; CONT. NO. 5503 Page 6 of6
$22,736.00
TOTAL* $22,736.00
City Attorney Approved 2/29/2016
+ Southwest Pipeline & Trenchless Corp.
22118 S. Vermont Ave.
Torrance, CA 90502
Tel. 310-329-8717 Fax: 310-329-0981
www.swpipeline.com