Loading...
HomeMy WebLinkAboutSummit Enterprises Inc; 2014-11-19; PWM15-39TRANCITY OF CARLSBAD CONTRACT CHANGE ORDER TRANSMITTAL-C/0 # 1 Project: PWM15-39TRAN, Poinsettia Fire Erosion Control Enhancements for Public Storm Drains Date Routed: To: Department Head Construction Management & Inspection Reasons for changes: Item 1 : Extend the contract completion date to March 31, 2016 and increase contract quantities in order to prepare for anticipated El Nino weather events this winter. COST ACCOUNTING SUMMARY: Original contract amount $3,907.00 Total amount this C/0 $10,000.00 Total amount of previous C/O's $0.00 Total C/O's to date $10,000.00 New Contract Amount $13,907.00 Total C/O's as % of original contract 255.95% Contingency amount encumbered $0.00 Conting_ency increase I decrease $0.00 Contingency Subtotal $0.00 Total C/O's to date $10,000.00 Contingency balance -$10,000.00 Note: this ceo will be encumbered to the PO once fully executed. CITY OF CARLSBAD CONTRACT CHANGE ORDER NO. 1 PROJECT: # PWM15-39TRAN, Poinsettia Fire Erosion Control Enhancements for Public Storm Drains PO NO: P129255 Account No: 5216310-7550 10081-7550 Contractor: Summit Enterprises, Inc., dba Summit Erosion Control 12600 Stowe Dr., STE 5 Poway, CA 92064 The Contractor is directed to make the following changes as described herein. Changes shall include all labor, materials, equipment, contract time extension, and all other goods and services required to implement this change. Payment stated on this change order includes all charges, direct or indirect, arising out of this additional work including charges for field overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of efficiency, extended equipment costs and overtime premium costs and is expressly agreed between the City and the Contractor to be the complete and final costs hereof. The requirements of the specifications, where pertinent and not in conflict with this change order, shall apply to these changes. Pursuant to the Standard Specifications for Public Works Construction, perform the following: Item 1 : Provide all labor, equipment and materials necessary to install erosion control devices as requested by the city inspector. Payment for installation of devices shall be based on the unit prices attached as Attachment "A". Estimated Increase to contract cost.. ................................................ $1 0,000.00 TOTAL INCREASE TO CONTRACT COST ................................................... $10,000.00 TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE INCREASED BY 448 CALENDAR DAYS AS A RESULT OF THIS CHANGE ORDER. RECOMMENDED BY: APPROVED BY: C\t.u.J-2 (J & be w/1 {d-3 /15 NTRACTOR (DATE) w.uv'-' 7 ~~ IJ"' ~~ t (dATE) DISTRIBUTION: INSPECTION FILE (ORIGINAL), PURCHASING, CONTRACTOR uExceptional Service-Always" Summit Erosion Control, Inc. 12600 Stowe Dr., Suite 5 • Poway, CA 92064 • 858-679-2100 • 858-679-2102 (fax) • www.summiterosion.com • Lie. #841469 Regular Wage Price Sheet I DESCRIPTION PRICE QSP Services SWPPP lnsllt!_ction_(may vary with risk level & site size) $200.00 ea Storm water sampling (ph & turbidity) $200.00 ea REAP (price valid if already onsite for inspection) $100.00 ea B ags Poly Gravel Bags -no delivery fee for 1,000 ba_g order (local) $1.06 ea Burlap Gravel Bags-no delivery fee for 1,0000 bag order Oocal) $1.32 ea Burlap (emp_!y_ bags} $0.56 ea Poly (empty bags) $0.30 ea Labor to install gravel bags (per bag with 4 hr min) $0.25 ea Rock Sock (3 ft) $3.67 ea Silt Fence I Environmental Fence Silt Fence-econom_y grade w/ stakes attached@ 10' (100' roll} $24.00 ea Silt Fence -medium grade w/ wood stakes @ 6' spacing $0.52 If Labor to lns1all Silt Fence (reg & DOl} per ft (4 hr min) $0.88 H Heavy Duty Silt Fence-DOT Grade w/ wood stakes @ 6' spacing $0.63 If Silt Fence -wire backed 36" w/ metal T-POsts @ 6' spacing $1.55 ft Labor to Install wire backed silt fence (per ft 4 hr min) $1.55 If Orange Safetv Fence w/ metal T -oosts 1m 1 0' S_micing $0.76 If Labor to install Orange Safety Fence -per ft (4 hr min) $0.72 If Wattles ComPOSt Sock Call Fiber Rolls 9" x 25' -with Wood Stakes el 5' Spacing $1.05 LF Labor to install fiber rolls-Der foot_(4 hr minimum) $0.83 LF Fiber Roll stakes 12" lon11. 50/bundle $20.25 bundle Burlap Wrapped Fiber Roll with 318• Manilla Rope and Wood Stakes @ 5' Spacinn $1.53 LF Rolled Erosion Control Products Straw Blanket 900 SF roll (sold in complete rolls only) Net coverage-n5 SF/roll $0.07 sf Labor to Install Straw Blanket-per sa ft (4 hr min) $0.07 sf Filter Fabric (12.5' wide roiO,_purchased by foot $3.04 ft Filter Fabric112.5' wide roll), purchased by roll $637.88 roll 9 gauge Staples metal U shape -1000 per box $47.59 box 11 gauge Staples metal U shape -1000 per box $35.44 box Visaueen 6 mil $96.19 roll Vrsqueen 10 mil $136.69 roll Miscellaneous Consbuction Entrance (50 ft x 12 ft x 6 in using 3"minus rock over filter fabric)_ $1,934.81 ea Rubber rock keeper for entrances (material only) $4.05 If De-watering Bag bag (4 x 6} $162.00 ea Track clean plate rentals (delivery and pickup not included} $142.00 month Washout Pits Washout Pit (metal container) 4 x 4 $385.00 ea Washout Pit {metal container) 4 x 8 $467.00 ea Pump out water from washout pit (one pump is free) $1 93.00 ea A IR..EGULAR WAGE PRI€E SHEET-DESGRIPTION E . t :qu1pmen Street Sweeper (3 hr minimum) DumQ_ Truck 12_}1(110 wheeler (4 hr minimum) Skip loader ( 4 hr minimum) Skid steer (4 hr minimum) Mower 6 ft (requires skid steer) Weedeaters Backhoe (8 hr minimum) Pick up truck w/ operator (4 hr minimum) Water Pump-Submersible (2" w/100 hose)-requires generator or electrical source Water Pump -gas powered (3• w/lntake hose and 1 00' discharge hose) Additional1 00' hose for submersible or gas pump Power Washer Water Truck 2000 gal ( 4 hr minimum) Water Buffalo Generator LABOR-(Sat & hrs over 8 are OT. Sun, holida , hrs after 12 are DT) General & Erosion Control Labor Foreman Rates Sales tax not included All deliveries are FOB Shipping Point No delivery fee for $1,000 order. Under $1,000 order, $2 per mile round trip w/ $85 min Revised Mar 2013 PRICE $110.00 hr (operator incl.) $120.00 hr (operator incl.) $105.00 hr {operator incl.) $105.00 hr (operator incl.) $40.00 hr $70.00 day $110.00 hr (operator incl.) $70.00 hr $70.00 day $105.00 day $25.00 ea $110.00 d!i}' $100.00 hr (operator inciJ $125.00 day $90.00 day $27.00 hr $37.00 hr PWM15-39TRAN CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT POINSETTIA FIRE EROSION CONTROL ENHANCEMENTS FOR PUBLIC STORM DRAINS This agreement is made on the /f /# day of , 2014, by the City of Carlsbad, California, a municipal corporation, (hereinafte called "City"), and Summit Enterprises, Inc., dba Summit Erosion Control, a California corporation, whose principal place of business is 12600 Stowe Drive, Suite 5, Poway, CA 92064 (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: Clayton Dobbs, City Project Manager. PREVAILING WAGES 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. 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. POINSETTIA FIRE EROSION CONTROL Page 1 of 5 City Attorney Approved 2/7/13 ENHANCEMENTS FOR PUBLIC STORM DRAINS CONT. NO. 1008 PWM 15-39TRAN 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 Carlsbad to disqualify the ContractfJor s~ntr~ctor from participating in contract bidding. Signature: ~ ~ ~~ Print Name: \...~~ -~ 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 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 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. 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 .1Q working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within 30 working days after receipt of Notice to Proceed. POINSETIIA FIRE EROSION CONTROL Page 2 of 5 City Attorney Approved 2/7/13 ENHANCEMENTS FOR PUBLIC STORM DRAINS CONT. NO. 1008 CONTRACTOR'S INFORMATION. SUMMIT ENTERPRISES, INC., dba SUMMIT EROSION CONTROL (name of Contractor) CA-968404 (Contractor's license number) D63,D64 (license class. and exp. Date) Exp 12/31/2015 PWM 15-39TRAN 12600 STOWE DR., STE 5 (street address) POWAY, CA 92064 (city/state/zip) 858-679-2100 (telephone no.) 858-679-21 02 (fax no.) larrv.holley@summiterosion.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 SUMMIT ENTERPRISES, INC., dba SUMMIT EROSION CONTROL, a California corporation . s1 ere) Larry Holley I President (print name/title) By: /lAJt ~u, &_tf! 8 ,¢/_z'IJ;_(F' (sign here) Beverly Beth B. Holley I Secretary (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of California 8~siof~r --cr Department Director as authorized by the City Manager Patrick Thomas If required by City, proper notarial acknowledgment of execution by Contractor must be attached . .!iJ! 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 BY: fLe...A ~ KsSiStirrtCiti Attorne~ POINSETTIA FIRE EROSION CONTROL Page 3 of 5 City Attorney Approved 2/7/13 ENHANCEMENTS FOR PUBLIC STORM DRAINS CONT. NO. 1008 PWM 15-39TRAN 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 License No., %of be Subcontracted Classification & Total Expiration Date Contract NONE Total % Subcontracted 0% POINSETIIA FIRE EROSION CONTROL Page 4 of 5 City Attorney Approved 2/7/13 ENHANCEMENTS FOR PUBLIC STORM DRAINS CONT. NO. 1008 PWM 15-39TRAN EXHIBITS Contractor shall install temporary erosion control devices at the location area listed below as discussed in the pre-bid job walk held on Wednesday, October 15, 2014. All work shall conform with the latest edition of the CASQA manual and the Carlsbad Engineering Design Standards. JOB QUOTATION ITEM UNIT QTY DESCRIPTION PRICE NO. 1 LF 400 Install 9" Fiber Roll per CASQA SE-5 $868.00 2 LF 200 lnstall12" Fiber Roll per CASQA SE-5 $530.00 3 LF 100 Install Silt Fence per CASQA SE-1 $171.00 4 EA 400 Install Gravel Bags per CASQA SE-6 $576.00 5 CY 2 3" minus rock placed $234.00 6 CY 2 Soil/sediment removal $432.00 Supp HR 8 Non-Prevailing Wage Supervisory Rate $296.00 A Supp HR 8 Flat Bed Truck B *Includes taxes, fee's, expenses and all other costs. Location area: La Costa Avenue South Palomar Airport Road North Aviara Parkway West Melrose Drive East POINSETTIA FIRE EROSION CONTROL Page 5 of 5 ENHANCEMENTS FOR PUBLIC STORM DRAINS CONT. NO. 1008 $800.00 TOTAL* $3,907.00 City Attorney Approved 2/7/13