Loading...
HomeMy WebLinkAboutPetroleum PETS; 2001-01-19;Cii of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager Garv Jenner Date Issued: December 18.2000 (760) 931-2192 Mail To: Request For Bid No.: CLOSING DATE: General Services Department City of Carlsbad 405 Oak Avenue Carlsbad, California 92008 Bid shall be deposited in the Bid Box located in the first floor lobby of the Faraday Center located at 1635 Faraday Avenue, Carlsbad, CA 92008 until 4:00 p.m. on the day of Bid closing. Award will be made to the lowest responsive, responsible contractor based on total price. Please use typewriter or black ink. Envelope MUST include Request For Bid No. DESCRIPTION Labor, materials and equipment to see Attachment “A” No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Doua Duncanson or Garv Jenner Phone No. (760) 434-2862 or (760) 931-2192 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 (-), 2 L), 3 (-), 4 (-), 5 0. SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Petroleum P.E.T.S. Name 13468 Granite Creek Road Address San Dieoo. CA 92128 City/State/Zip 1858) 679-7462 Telephone j858) 679-0144 FaX Name and Title of Person Authorized to sign cant acts. /y$?JM&/ Signafure Neil Massee Owner / / O///~fz+~ Date / / I -l- 5/l o/00 JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION TOTAL PRICE $!5,723.08 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 Cfficer 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. SUBMIT-I-ED BY: Petroleum P.E.T.S. FT?& Authorized Signature Neil Massee, Owner Printed Name and Title Date / 685467 Contractor’s License Number /9/%w ASE Classification(s) p-- ?A-- 2 002 Expiration Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: ‘33 - 0 3s 9 77 0 OR (Individuals) Social Security #: -2- Yl o/O0 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 exces 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.” SUBCONTRACTOR* Total % Subcontracted: - 33% d= Lb Ldu-d& * Indicate Minority Business Enterprise (MBE) of subcontractor. -3- 5/l o/o0 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: Garv Jenner (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 Carl&ad 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. -4- 5/l o/O0 Signature: Pm- Print Name: 4;/ #4Qj%j-E~ 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 . . . . . . .$500,000 Property damage insurance in an amount of not less than.. . . . . ..$lOO.OOO 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 Carl&ad 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- 5/l WOO 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: Completion: I agree to start within -55 working days after receipt of Notice to Proceed. I agree to complete work within working days after receipt of Notice to Proceed. CONTRACTOR: CITY OF CARLSBAD a municipal corporation of the State of California (sign here) Md /&Q?s=- -u (print name and title) kv Paw (address) J&4? &7 y-kr+QgV (city/state/zip) e- G479-7fGd~ 405 (address) (760) 434-2662 (telephone no.) (telephone no.) $9 -6794 ‘i/, (fax no.) ATTEST: (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.) APPROVE P AS TO FORM: -6- 5/l o/o0 ATTACHMENT ‘*A” December 13,200O Petroleum P.E.T.S. 13468 Granite Creek Road San Diego, CA 92128 (619 679-7462 (619) 679-0144 Fax Lit # 686467 Carlsbad Fire Department 2480 Impala Drive , Carlsbad, Ca 92008 Attn: Doug Duncanson Public Works Manager Re: Removal of one 1,000 gallon new oil storage tank. Scope of Work: Petroleum P.E.T.S., Inc. will remove one new oil tank located north of the vehicle maintenance shop and backfill the excavation. This work includes: 1. 2. Excavation of soils to uncover tanks. Provide cleaning of tanks and product line per County of San Diego H.M.M.D. and fire department requirements. Residual oil product level not to exceed three inches of product. Additional product or solids in the tank will incur additional labor and disposal charges based on actual additional gallons of waste and man-hours of labor incurred. 3. Provide proper handling and disposal of rinse aid including, manifesting and disposal at an approved disposal site. 4. 5. Removal of vent line to meet new county requirement Insert dry ice in tanks to inert vapors per fire department and H.M.M.D. requirements. Testing for explosive vapors will be performed prior to removal and the LEL shall not exceed 10%. 6. Physical removal of the tank. Hauling provide certified destruction of the tank. 7. Re-locate oil product line under shop floor. (fi f,zd +PV/~) 8. Cut approximately 6 bore holes in concrete for sampling 9. Provide soil sampling per County of San Diego H.M.M.D. SAM Manual. 10. Provide backfill of excavation with a suitable non- expandable backfill material. City of Carlsbad to provide back-hoe with out operator, patch asphalt to match existing asphalt and provide concrete boring for soil samples in the shop. Added fees: Re-location of product pipe and increased hazardous waste handling, disposal and removal of vent line $600.00 Notarization fees $ 125.00 Total additional fees $725.00 Petroleum P.E.T.S. will perform these tasks for a total sum of $4,998.00 plus $725.00 in additional fees per a letter of agreement. Total cost of project $ 5,723.OO EXCLUSIONS: THIS QUOTE EXCLUDES ADDITIONAL EXCAVATION OF CONTAMINATED SOILS HAULING AND/OR DISPOSAL OF CONTAMINATED SOILS AND/OR WATER. EXCAVATION QUOTATIONS ARE BASED ON NORMAL SOIL CONDITIONS IN THE EVENT ANY UNDERGROUND STRUCTURE, CABLES, CONDUITS, DEBRIS, ROCKS, WATER, RUNNING SAND, CONCRETE FOUNDATIONS, POLES, MANHOLES OR SIMILAR NON VISIBLE OBSTRUCTIONS ARE ENCOUNTERED, DAMAGED OR DESTROYED DURING THE PERFORMANCE OF THIS CONTRACT, THE SELLER SHALL NOT BE HELD RESPONSIBLE. SHOULD ANY NON-VISIBLE OBSTRUCTIONS OR UNFORESEEN UNDERGROUND CONDITIONS BE ENCOUNTERED, REMOVED OR DESTROYED, AND IF ADDITIONAL WORK IS NECESSARY TO EITHER PRESERVE OR DESTROY THESE UNFORESEEN OBSTACLES AND TO COMPLETE EXCAVATION, SUCH WORK SHALL BE AT THE BUYERS EXPENSE. SELLER SHALL NOT BE RESPONSIBLE FOR ANY CONTAMINATION DUE TO EXCAVATION OF UNFORESEEN HAZARDOUS MATERIAL OR CONTAMINATION OF PROPERTY. ANY EXTRA EXCAVATION AND DISPOSAL NECESSITATED AS A RESULT OF SUCH EXPOSURE SHALL BE DONE ON A TIME AND MATERIALS BASIS, TO BE NEGOTIATED BY BUYER AND SELLER, AND TO BE SET OUT IN A WRITTEN AGREEMENT BETWEEN BUYER AND SELLER. Neil P. Massee, Owner c State of California Sm at‘eq6 County of > SS. On \cef7lWd IY 2-1, before me, lx U&-kcV Da6 Name and Title of Officer (e.g., “Jane Doe, Notary Public”) personally appeared w e 0 . Hczssee , Name(s) of Signer(s) 0 personally known to me -roved to me on the basis of satisfactory evidence to be the person(4 whose name(g &are Place Notary Seal Above subscribed to the within instrument and acknowledged to me that&/she/they executed the same in c is/her/their authorized capacity(k$, and that by t&/her/their signature(#on the instrument the person(6 or the entity upon behalf of which the person(gf acted, executed the instrument. WITNESS my hand and official seal. 7-G&& Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Title or Type of Document: cl Document Date: \-m-q 1 q Q-4 Number of Pages: 53%’ Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer’s Name: q Individual 0 Corporate Officer - Title(s): 0 Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Q 1999 National Notary Asscciahon * 9350 De S& Aue.. P.O. Box 2402 - Chatsworth, CA 91313-2402 - w.nation&notary.org Prod. No. 5907 Reorder: Call Toll-Free I-800-876-6827