Loading...
HomeMy WebLinkAboutPBA Limited; 2011-08-26; PWM12-04UTILPWM12-04UTIL City of Carlsbad MINOR PUBLIC WORKS PROJECT 6608 - Northwest Quadrant Storm Drain Improvement Program Hillside Drive west of Park Drive Contract Project Manager: Sherri Howard Date Issued: (760) 602-2756 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 remove existing pipe, install a Portland cement concrete down drain, install Portland cement concrete curb and gutter, install asphaltic concrete curb, variable grind and overlay to achieve positive drainage. Not to exceed $28,950.00 See exhibit A scope of work/locations All Cal OSHA standards apply City of Carlsbad right-of-way permits needed (No fee permit) A job walk through was completed Thursday, July 28, 2011. Project Manager: Sherri Howard Phone No. 760-602-2756 E-Mail: Sherri.Howard@carlsbadca.gov Submission of bid implies knowledge of all job terms and conditions. SUBJECT TO ACCEPTANCE WITHIN (90) DAYS -1- Revised 03/13/02 Name and Address of Contractor Planes, Boats and Automobiles, Ltd. Name 800 Grand Ave, Suite A-9 Address Carlsbad, CA 92008 City/State/Zip 760-801-5238 Telephone 760-729-7917 Fax Dbalimited@gmail.com E-Mail Address Name and Title of Per^erkAuthorized to sign contracts. Name l/P r .sac Title Date JOB QUOTATION ITEM NO. 1 2 3 4 5 6 7 8 9 TOTAL UNIT 1 520 107 34 1 1 1 1 5 QTY LS SF LF LF LS LS LS LS tons DESCRIPTION PCC Downdrain (Mod. SDRSD D-22) Grind/Overlay Street AC Dike SDRSD G-5 Type B PCC Curb and Gutter SDRSD G-2 Type G Remove/Dispose ACP Remove/Dispose RCP Regrade Slope Traffic Control Rip Rap #1 backing (12"-18") TOTAL UNIT PRICE $11,760 $10 $20 $45 $500 $500 $2,950 $3,120 $1,250 TOTAL PRICE $11,760 $5,200 $2,140 $1,530 $500 $500 $2,950 $3,120 $1,250 $28,950 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. -2-Revised 03/13/02 SUBMITTED BY: Planes, Boats and Automobiles, Ltd. Company/Business-Name Contractor's License Number: A-81 68 26/ » \ KUM/>^ ( ojized Signatur keoVKi Classification(s) A Authorized Signature i _ I 1 Xi'-'j' _-,* 01/31/2013 Printed Name and Title ' Expiration Date VIDate TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 91-1870290 OR (Individuals) Social Security*: -3- 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 License No., Classification & Expiration Date MBE Yes No Total % Subcontracted: 0 Indicate Minority Business Enterprise (MBE) of subcontractor. -4-Revised 03/13/02 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: 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: Commercial General Liability, Automobile Liability and Workers' Compensation Insurance: -5- Revised 03/13/02 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. -6- 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 five (5) working days after receipt of Notice to Proceed. Completion: I agree to complete work within twenty (20) working days after receipt of Notice to Proceed. CONTRACTOR Planes, Boats and Automobiles, Ltd. By: CITY OF CARLSBAD a municipal corporation of the State of California: (prTnt name and 4i <d 6 mail' Jty Assistant City Manager/ or Designee 5950 El Camino Real, Carlsbad, CA 92008 (address) (e-mail address) By: 760-602-4677 (telephone no.) (sign here) '(print name and title) 800 Grand Avenue St #9 (address) Carlsbad, CA 92008 ATTEST: (city/state/zip) 760-729-7913 (telephone no.) LORRAINE M. WOOD City Clerk 760-729-7913 (fax no.) pbalimited@gmail.com (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: •Oe'putyCity Attorney -7-RevisedNQ3/13/02 Exhibit A Scope of work 1. Obtain right-of-way permit (No Fee Permit). Traffic Control Plan required. 2. Properly remove Asbestos Cement Pipe (ACP), coordinate with Clayton Dobbs at 760-438-2722, extension 7108 to dispose of ACP. Remove and dispose of metal posts and debris. 3. Remove and dispose of 12" Reinforced Concrete Pipe. 4. Import material and rebuild slope at 2:1 at location of new modified D-22 down drain. 5. Install modified San Diego Regional Standard Drawing No. D-22 Portland concrete cement down drain, alternate Section B-B, install epoxy coated No. 3 rebar mat 1 foot on center in each direction in bottom and sides of channel. 6. Remove 34 linear feet of asphaltic concrete berm and replace with 22 linear feet of curb and gutter per San Diego Regional Standard Drawing G-2, Type C and transition into apron into modified D-22 (12 feet). 7. Install 107 feet of asphaltic concrete type B dike per San Diego Regional Standard Drawing G-5 8. Grind and overlay adjacent roadway to maintain minimum 1% positive drainage to down drain. 9. Install rip rap at down drain outfall. Location Hillside Drive, approximately 125 feet west of Park Drive per City of Carlsbad Drawing 457-4D. -8- Revised 03/13/02 4/35 HILLSIDE DR. .208-1SO-09.-00 I 4200 PARKSIDS PL 207-022-39-00 AEMOtf 6~ na>. OWRMMIF mmQ.AVKN ooses AT rsa-tjs-imXHOS m Kpgsr cr ACPBOW« *» OBPPSE j tew POSIS . _ _ _ .rCMMfl-B£POXr CMrtD NO. J REBW IMT I' QVCFWffp W f^O* DKtCnCTtJM KtflM.MD.5DE5 OF CfMMWl. dtOMOf SOPEON EACH SCf & H£W fKMHXtAM JO 2:1 REVISION DESCRIPTION "AS BUILT" see EXP._ ^f7]! CITY OF CARLSBAD Ipp_7 || UTILITIES OEPMTMenT || 1 HILLSIDE DRIVE DRAINAGE IMPROVEMENTS muMi c. nuuuot :nnc orr EHQNEEB Pt ZBITS paws J/Ji/» D*JL_ |0*NflV: ffT II PROJECT NO. IJDRAMKC IgS8E=fc eeofl 457-^1 PBA LIMITED FAX/ MEMO TO. I KOM: SHKRRI HOWARD KEVIN DOHKRTY 8.2.11 I- \X NCMBKR- TOTAL NO. Ol PACihS I MILL DIN I", COVFR PHOSI. NL'-MBKIV. Kli: PROPOSAL FOR HILLSIDE Dear Sherri, Here is the proposal for Hillside Drive improvements. Please call me if you have any questions. Thank you, Kevin Doherty 760.801.5238 iOO GRAND A\'E. STE A-9 - CARLSBAD CA - 9200! PH: 760/729.-91! fX: -60/729-7911 L1CKNSE tt Slf,S2t 6608 - NORTHWEST QUADRANT STORM DRAIN PROGRAM - HILLSIDE DRIVE DRAINAGE IMPROVEMENTS Contractor's Proposal Item Number 1 2 3 4 5 6 7 8 9 Item Description PCC Downdraln (Mod. SDRSO D-22) Grind/Overlay Street AC Dike SDRSD G-5 Type B PCC Curb and Gutter SDRSD G-2 Type G Remove/Dispose ACP Remove/Dispose RCP Regrade Slope Traffic Control Rip Rap #1 backing (12"-18") TOTAL Approximate Quantity and Unit 1 520 107 34 1 1 1 1 S LS SF LF If LS LS LS LS pl/K<*< tons Unit Price , IOV , ><?* , Vf22 S $ $ S S S Total Amount //, W s saoo *zilD s /5'3D $ Sod $ boo $ ritt S3/^ S/2#'' *mso'60 13mm (1/2") R 51mm (2 Weakened Plane Joint TYPE G H W 610mm (24") 762mm (30") *AREA 0.124sq. m (1.34sq ft.) 0.150sq. m (1.61sq ft.) with 152mm (6") Curb Face NOTES: 1. Concrete shall be 308kg/M3-C-17-MPa (520-C-2500). 2. See Standard Drawings G-9 and G-10 for joint details. 3. Slope top of curb 6.35mm (1/4") per foot toward street.LEGEND ON PLANS Revision ORIGINAL Add Metric Reformatted By Approved Kerchevol 12/75 T. Stanton T. Stanton Date 03/03 04/06 SAN DIEGO REGIONAL STANDARD DRAWING CURB AND GUTTER - COMBINED RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE 310W003 Chairperson R.C.E. 19246 Date DRAWING NUMBER G-2 August 2009 Top of A.C. Dike 1.52m (5') R -Top of A.C. Dike Roadway Surface 305mm (12") 915mm (3') R- 51mm (2") A.C. SECTION A-A Transition from A.C. Dike to ditch section. V V M 152mm H (6") 864mm (34 ) min -_0.45mm (18") A A 152mm (6") h- Transition from A.C. Dike to ditch section. Top of A.C. Dike 51mm (2") A.C. NOTE 1. Cross sectional area of ditch may be round or trapezoidal. SECTION B-B PLAN Type B A.C. Dike (per SDARSD G-5)- 152mm —1 | (6-)915mm (3') I 152mm H(6") 203mm (8") 1 „ ...... ' i ^iss I— 51mm (2") A.C. ALTERNATE SECTION B-B NOTE 1. A.C. spillway may be used when fill is 3m (10') or less, and where fill slope 1-1/2:1 or flatter. 2. Use 3m (10') min. length of gutter transition on each side of downdrain in sag condition. 3. A round sectional area of equal flow capacity may be used. LEGEND ON PLANS sag cond.. Revision ORIGINAL Add Metric Reformatted Edited By Approved Kercheval 12/75 T. Stanton T. Stonton T. Stanton Date 03/03 04/06 02/09 SAN DIEGO REGIONAL STANDARD DRAWING ASPHALT CONCRETE SPILLWAY RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE 310112003 Chairperson R.C.E. 19246 Date DRAWING NUMBER D-22 August 2009 76mm (3") ——127mm 102mm (4";127mm —— 76mm (3" 102mm (4") TYPE B Height 152mm (6"), 203mm (8"), or 229mm (9") as indicated on plans • I—102mm (4") vXTTXv 2H 4- 152mm (6") 203mm (8") TYPE C TYPE D R=25mm (1") TYPE E TYPE F MOUNTABLE DIKES Slope end of dike 1: when not joining other improvements ALL TYPES - SIDE VIEW NOTES: 1. Dikes shall be placed on a 51mm (2") of A.C. surfacing, extending throughout the width of the dike. 2. PG-70-10 grade asphalt to be used for all dikes. 3. A.C. dikes may be shaped and compacted with an extrusion - machine or other equipment capable of shaping and compacting the material to the reguired cross section. APPROX. DIKE QUANTITIES TYPE A B C-152mm (6") C- 203mm (8") C-229mm (9") D E F REQD 25.4kg 38.1kg 38.1kg 59.2kg 71.3kg 6.3kg 41.4kg 63.3kg PER LIN. FT. (0.0250 tn.) (0.0375 tn.) (0.0375 tn.) (0.0583 tn.) (0.0702 tn.) (0.0062 tn.) (0.0407 tn.) (0.0623 tn.) Revision ORIGINAL Add Metric Reformatted Approved Kercheval ,12/75 T. Stanton T. Stanton Date 03/03 04/06 SAN DIEGO REGIONAL STANDARD DRAWING DIKES - ASPHALT CONCRETE RECOMMENDED BY THE SAN DIEGO REGIONAL STANDARDS COMMITTEE 310112003 Chairperson R.C.E. 19246 Date DRAWING NUMBER G-5 August 2009