Loading...
HomeMy WebLinkAboutPlanes, Trains and Automobiles LLC; 2015-10-01; PWM16-22TRANRECORDED REQUESTED BY DOC# 2016-0400594 I IIIII I IIIII IIIII 111111111111111 IIIII IIIII IIIII IIIII IIIII IIIII 1111 1111 CITY OF CARLSBAD AND WHEN RECORDED PLEASE MAIL TO: City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, California 92008 Aug 08, 2016 10:01 AM OFFICIAL RECORDS Ernest J. Dronenburg, Jr., SAN DIEGO COUNTY RECORDER FEES: $0.00 PAGES: 1 Space above this line for Recorder's use. PARCEL NO: N/A ~~--------------- 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 name of the undersigned is 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 November 6, 2015. 6. The name of the contractor for such work or improvement is Planes, Boats and Automobiles, Ltd .. 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: 6608 Northwest Quadrant Storm Drain Program (Wilson Street), Agreement No. PWM16-22TRAN. 8. The street address of said property is in the City of Carlsbad known as Wilson Street. 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 City Engineer of said City on ~ ul 't 2--la , 20Jk_, accepted the above described work as completed and ordered th aN 1ce of Completion be f1led. I declare under penalty of perjury that the foregoing is true and correct. Executed on , 20l..k_, at Carlsbad, California. C YOFCARLS~ ~~ . ~'-- '~RBARA ENGLES N City Clerk v Word\Masters\Forms\Notice of Completion (City) 3/9/98 CITY OF CARLSBAD ACCEPTANCE OF PUBLIC IMPROVEMENTS COMPLETION OF PUBLIC IMPROVEMENTS The contractor has constructed the improvements required for Project No. PWM16-22TRAN- Northwest Quadrant Storm Drain Program (Wilson Street), and has requested that the City of Carlsbad accept the public improvements. City forces have inspected the public improvements and found them to be satisfactory. The public improvements consist of: IMPROVEMENTS VALUE AC Berm I Pavement $19,842.25 LIC WORKS DIRECTOR CERTIFICATION OF COMPLETION OF IMPROVEMENTS r,_.__.... CITY MANAGER'S ACCEPTANCE OF PUBLIC IMPROVEMENTS The construction of the above described public improvements 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. ad is hereby directed to commence maintaining the above described APPROVED AS TO FORM: CELIA BREWER, City Attorney By:~ Deputy City Attorney Word\Masters\Forms\Acceptance of Public Improvements (City) Date 319198 PWM16-22TRAN CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT NORTHWEST QUADRANT STORM DRAIN PROGRAM - WILSON STREET CONTRACT NO. 6608 This agreement is made on the /clay of ny?j7^AS t' . 2015, by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Planes, Boats and Automobiles, a limited liability company whose principal place of business is 800 Grand Avenue, Suite A-9, Carlsbad, CA 92008 (hereinafter called "Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. 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: Sherri Howard (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. 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 ofthe contract. The Prime 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, ofthe 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. 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. NORTHWEST QUADRANT STORM DRAIN PROGRAM (Wilson Street); CONT. NO. 660 Page 1 of 5 City Attorney Approved 4/1/15 PWM16-22TRAN 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 subject 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 Carisbad to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: Print Name: UB^L Qol\6Y^f 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 fumished to the City prior to the start of wori<. The minimum limits of liability insurance are to be placed with insurers that have a current Best's Key Rating of not less than "A-:VH"; 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 quarteriy 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 bodify injury and property damage. In addition, the auto policy must cover any vehicle used in the performance ofthe contract, used onsite or offsite, whether owned, non-ovmed 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. Woricers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. INDEMNITY. The Contractor shall assume the defense of, pay ail expenses of defense, and indemnify and hold harmless the City, and its oflicers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection vwth the performance of the Contract or work; or fi-om any failure or alleged failure of Contractor to compfy 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 indirectfy 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 ofthis agreement is San Diego County, California. Start Work: Contractor agrees to start within ten (10) working days after receipt of Notice to Proceed. NORTHWEST QUADRANT STORM DRAIN PROGRAM (Wilson Street); CONT. NO. 660 Page 2 of 5 City Attomey Approved 4/1/15 PWM16-22TRAN Completion: Contractor agrees to complete work within forty five (45) working days after receipt of Notice to Proceed. CONTRACTOR'S INFORMATION. PLANES, BOATS AND AUTOMOBILES, (PBA, LTD) (name of Contractor) 816826 (Contractor's license number) A,BExp 1-31-2017 (license class, and exp. date) 800 GRAND AVENUE, SUITE A-9 (street address) CARLSBAD, CA 92008 (city/state/zip) 760-729-7913 (telephone no.) 760-729-7913 (fax no.) pbalimitediggmail.com (e-mail address) AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of 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. CONTRACTOR PLANES, BOATS AND AUTOMOBILES, LTD a limited liability cornpany (sign here) Kevin jboherty / Vice President - Secretary (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California ampany Patriot A. Thomas / Public Works Director as authorized by the City Manager By: (sign here) Ray Files / President (print name/title) 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 follovdng 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: NORTHWEST QUADRANT STORM DRAIN PROGRAM (Wilson Street); CONT. NO. 660 Page 3 of 5 City Attomey Approved 4/1/15 icic A License - License Detail - Contractors State License Board '""^ee 1 ol Contractor's License Detail for License # 816826 SCLAIMER: A license status check provides information taken from the CSLB license database. Before reiying on this formation, you should be aware ofthe following limitations. Business Information PLANES BOATS & AUTOMOBILES LTD 800 GRAND AVE #A9 CARLSBAD, CA 92008 Business Phone Number:(760) 272-1507 Entity Corporation Issue Date 01/28/2003 Expire Date 01/31/2017 License Status This license is current and active. All information below should be reviewed. Classifications A - GENERAL ENGINEERING CONTRACTOR B - GENERAL BUILDING CONTRACTOR Bonding Infornfiation Contractor's Bond This license filed a Contractor's Bond wrth BUSINESS ALLIANCE INSURANCi COMPANY. Bond Number: G201501151368 Bond Amount: $12,500 Effective Date: 01/15/2015 Contractor's Bond History Bond of Qualitying Individual The ResponsiljIeManagi^ng Officer (RM certified that he/she owns 10 percent or more ofthe voting stock/equity ofthe corporation. A bond of qualifying individual is not required. Effective Date: 01/28/2003 Workers' Compensation This license is exempt from having workers compensation insurance; they certified that they have no employees at this time. Effective.Date: 01/12/2015 Expire Date: None Workers'Cornpensation History_ _ _ . . Other Personnel listed on this license (current or disassociated) are listed on other licenses. s://www2.cslb.ca.gov/OriliiieServices/CheckLicenseII/LicenseDetaiLaspx?LicNiim=816826 6/17/20 CaJifomia Department oflndustrial Relations - Contact DIR Page 1 of 1 Home Labor LavK Cal/OSHA Safely & Health Workers'Comp Self Insurance Apprenticeship Director's Office Boards Public Works Contractor Registration Search This is a listing of currenl and active conlraclor registrations pursuant lo Division 2. Part 7. Chapter 1 (commencing with section 1720) of the California Labor Code. Enter at least one search critena to display active regisiered public works contraclor(s) n^atching your selections. Registration Year: Registration Number: Contractor Legai Name: License Number: County: [Current Fiscal Year: 2016 Jy^ 1000018273 Contractor License Lookup SAN DIEGO Search Reset Public Works Contractor Registration Web Search Results One Registered Contractor found. 1 Details Legal Name View PLANES BOATS AND AUTOMOBILES LTD Registration County Number 1000018273 SAN DIEGO Export as: Excel | PDF City Registration Expiration Date Date CARLSBAD 07/08/2015 06/30/2016 v2.20150701b About DIR Who we are DIR Divisions, Boards & Commissions Contact DIR Work with Us Licensing, registrations, certifications & permits Notification of activies Public Records Act Learn More Site Map Frequently Asked Questions Jobs at DIR Conditions of Use ' Privacy Policy Disclaimer ' Disability accommodation Site Help Copyright © 2015 State of California https://efilmg.dir.ca.gov/PWCR/Search.action 7/15/2015 PWM16-22TRAN 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 ofthe 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 be Subcontracted Business Name and Address License No., Classification & Expiration Date VoOf Total Contract ^ ( Total % Subcontracted: NORTHWEST QUADRANT STORM DRAIN PROGR/\M (Wilson Street); CONT. NO. 660 Page 4 of 5 City Attomey Approved 4/1/15 'heck A License - License Detail - Contractors State License Board Page 1 of Contractor's License Detail for License # 806124 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. Business Information JOE'S PAVING COMPANY INC P O BOX 99 VALLEY CENTER, CA 92082 Business Phone Number:(760) 749-0519 Entity Corporation Issue Date 03/29/2002 Expire Date 03/31/2016 License Status This license is current and active. M\ information below should be reviewed. Classifications C12 - EARTHWORK AND PAVING A - GENERAL ENGINEERING CONTRACTOR Bonding Information Contractor's Bond rhis license filed a Contractor's Bond with SURETEC INDEMNITY COMPANY. 3ond Number: 112438 3ond Amount: $12,500 Effective Date: 03/02/2014 ^Contractor's Bond History Bond of Qualifying Individual rhe Responsible Managing Officer (RMO) REPKO SEAN REGAN certified that he/she owns 10 percent or more ofthe voting stock/equity ofthe corporation. A bond of qualifying individual is not required. Effective Date: 05/29/2008 JQI's Bond History Worl<ers' Compensation fhis license has workers compensation insurance with the INSURANCE COMPANY OF THE WEST 'olicy Number:WSD5030297 Effective Date: 06/01/2015 Expire Date: 06/01/2016 \lorkers' Compensation History Otiier Personnel listed on this license (current or disassociated) are listed on other licenses. ttps://www2.cslb.ca.gov/OnlineServices/CheckLicenselI/LicenseDetail.aspx?LicNum=806124 9/21/201 !heck A License - License Detail - Contractors State License Board Page 2 of ttps://www2.cslb.ca.gov/OnlineServices/CheckLicenseIl/LicenseDetail.aspx?LicNum=806124 9/21 /201 Califomia Department of Industrial Relations - Contact DIR Page 1 of 1 Go to Search Home LaborLaw Cal/OSHA. Safety & Health Workers'Comp Self Insurance Apprenticeship Director's Office Boards Public Works Public Works Contractor (PWC) Registration Search This isa listing of current and active PWC registrations pursuantto Division 2, Part 7, Chapter 1 (commencing with section 1720 ofthe California Labor Code.) Enter at least one search criteria to display active registered pubiic works contractor(s) matching your selections. Registration Year: PWC Registration Number: Contractor Legal Name: License Number: County: Current Fiscal Year: 2016 1000011953 Select County Search Search Results One registered contractor found. 1 Details Legal Name View JOE'S PAVING CO., INC. Contractor License Lookup Reset Registration ; County Number : 1000011953iSAN DIEGO Export as: Excel | PDF City Registration Expiration Date Date VALLEY CENTER i 06/26/2015 1 06/30/2016 \ V2.20150806c About DIR Who we are DIR Divisions, Boards & Commissions Contact DIR Work with Us Licensing, registrations, certifications & permits Notification of activies Public Records Act Learn More Site Map Frequently Asked Questions Jobs at DIR Conditions of Use ' Privacy Policy i Disclaimer ' Disability accommodation : Site Help Copyright © 2015 State of Califomia https://efiUng.dir.ca.gov/PWCR/Search.action 9/21/2015 PWM16-22TRAN EXHIBIT B NORTHWEST QUADRANT STORM DRAIN PROGRAM - WILSON STREET JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 LS 1 Install AC berm, cold mill and minimum 2-inch overiay as required to reestablish positive drainage per the attached proposal dated May 5, 2015. Note: For this project paving is a Specialty Item. $19,842.25 TOTAL* $19,842.25 ^Includes taxes, fee's, expenses and all other costs. NORTHWEST QUADRANT STORM DRAIN PROGRAM (Wilson Street); CONT. NO. 660 Page 5 of 5 City Attomey Approved 4/1/15 Exhibit "B" TO: FROM: SHERRI HOWARD KEVIN DOHERTY CO.MPANY: DATE: 5-5-15 FAX NUMBER: TOTAL NO. OF PAGES INCLUDING COVER: PHONE NUMBER: RE: RE: Asphalt overlay Wilson Street NOTES/COMMENTS: PROPOSAL - REVISED SCOPE OF WORK: Cold plain the east side of the road 2.5" in depth. Cold plane the West side of the road 1.5" in depth. Clean off asphalt grind, haul to a proper dump site. Place SSI H tack oil over existing asphalt. Pave road with an average of 2" of hot mix asphalt including building up road crown for proper water distribution. Area measures approx 2,180 sf. Overlay driveway approach with an average of 2" of hot mix asphalt area measures approx 273 sf. Place 200LF of 6" roll berm. Traffic control is included to close half of the street at a time. TOTAL LABOR & MATERIALS = $ 19,842.25 TJian^'You, 'Kfvin (Dofierty mjL, Ltd. 800 GRAND AVE, STE A-9 - CARLSBAD - CA - 9200! PH: 760/729-7913 FX: 760/729-7913 LICENSE # 816826