HomeMy WebLinkAboutBrookwood Landscape Inc; 2002-01-10; 383551-5 CAR COUNTRY LANDSCAPE
IMPROVEMENTS
CONTRACT NO. 38355
BROOKWOOD LANDSCAPE INC
F
City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID for
1-5 /CAR COUNTRY LANDSCAPE IMPROVEMENTS
Project No. 38355
This is not an order.
Project Manager : Mark Steyaerl (760) 434-2855
Mail To: Kevin Davis
City of Carlsbad
Purchasing Department
1635 Faraday Avenue
Carlsbad, California 92008-7314
Award will be made to the lowest responsive,
responsible contractor based on total price.
Date Issued: January 10,2002
Request For Bid No.: Project No. 38355
CLOSING DATE: February 4,2002
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:OO p.m. on the day of Bid closing.
Please use typewriter or black ink.
Envelope MUST include Request For Bid N0.38355.
DESCRIPTION
Labor, materials and equipment to: Plant trees, shrubs, and ground cover and install bubbler
irrigation system as outlined in the attached plans and specifications (Drawing No.397-5L , Project
No. 38355).
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Mark Steyaert
Phone No. (760)434-2855
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 (-), 2 L), 3 (-), 4 (-), 5 (-).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
Name - 6218minrantzne.
Address
City/State/Zip
snDies>, a992120
1-5 CAR COUNTRY LANDSCAPE IMPROVEMENTS - 1 - Revised 5/10/00
zEo-7373 Fax
Name and Title of Person
BsswQi$It
Name
Title
1/15/02 Date
JOB QUOTATION
ITEM UNIT QTY DESCRIPTION TOTAL
PRICE
connection to existing main, one jbattery controlled valve,' 60 lineal fi. of 2 lateral line from valve to supply line, 2,500 lineal
R. Of 1" supply line. 75 bubblers with connections to laterals, 10
concrete swale crossings). $7,468.50 TOTAL $19,648.20 Notes:
2. *cost is to plant the plant material only (City will provide the plants)
1. b.t.h. stands for brown trunk height
4. Existing tree removals shown on plan will be by others.
3. *' can use cuttings from existing Ice Plant on the site at Contractor's option
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
all bids and to accept or reject any item(s) therein or waive any informality in the bid. In the event ofa
Officer to the lowest, responsive, responsible contractor. The City reserves the right to reject any or
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.
1-5 CAR COUNTRY LANDSCAPE IMPROVEMENTS - 2 - Revised 5/10/00
SUBMITTED BY:
528203
Contractor's License Number
C-2l
Classification(s)
FcsIW3idlt
Printed Name and Title
- V.P. (hshructicn 4/33/2002
Expiration Date
Date
1 /I 5/02
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 33-0212805
OR
(Individuals) Social Security #:
1-5 CAR COUNTRY LANDSCAPE IMPROVEMENTS - 3 - Revised 5/1 O/OO
~~~
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
Practices Act (Section 4100 et seq. of the California Public Contract Code). necessity in accordance with the provisions of the Subletting and Subcontracting Fair
If no subcontractors are to be employed on the project, enter the word "NONE."
Total % Subcontracted: 0%
* Indicate Minority Business Enterprise (MBE) of subcontractor
1-5 CAR COUNTRY LANDSCAPE IMPROVEMENTS - 4 - Revised 5/10/00
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
(Less than 525,000)
Labor:
governing labor, including paying the general prevailing rate of wages for each crafl or type of worker
I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances
needed to execute the contract.
Guarantee:
directions and subject to inspection approval and acceptance by: Mark Stevaert (Proiect Manager).
I guarantee all labor and materials furnished and agree to complete work in accordance with
Wage Rates:
The general prevailing rate of wages for each craft or type of worker needed to execute the contract
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.
- shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773
False Claims
contract process as set forth in this agreement and not in anticipation of litigation or in conjunction Contract hereby agrees that any contract claim submitted to the City must be asserted as part of the
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.
1-5 CAR COUNTRY LANDSCAPE IMPROVEMENTS - 5 - Revised 5/10/00
Signature:
Print Name: 'cr h~4
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
certificates shall indicate coverage during the period of the contract and must be furnished to the City
Insurance indicating coverage in a form approved by the California Insurance Commission. The
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
"any auto" and cannot be limited in any manner.
scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for
The above policies shall have noncancellation 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
with any applicable law, rules or regulations including those related to safety and health; and from performance of the Contract or work; or from any failure or alleged failure of Contractor to comply
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
resolution method. include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute
1-5 CAR COUNTRY LANDSCAPE IMPROVEMENTS - 6 - Revised 5/10/00
- 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 10 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within 20 working days afler receipt of Notice to Proceed.
CONTRACTOR: CITY OF CARLSBAD a municipal
Brookwood LandscaDe. Inc. corporation of the State of California
(name of Contractor)
-.
By: 7k
(si&.here)
W
\a0 !LUhkdhhWceh.
(address)
?bo- 43U - a8 a\
(telephone no.)
- 621 8 Fairmount Avenue
(address) \~~~ ~~~I
San Diego, CA 92120 ATTEST:
(cityktatelzip)
(61 9) 281 -8887
(telephone no.)
' istine M. Flint, Notaly F$ic No(ariai %ea1
Middletoyn Twp.. Bucks "ounty
(Proper notarial acknowledgment of ff#tm%krdfb%
~ ~~ ~~ ~ Member, Pennsvll'anla AssociatlonotNntanes Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer
must sign for corporations. Othewise, the corporation must attach a resolution certified by the
corporation.)
secretary or assistant secretaly under corporate seal empowering the officer@) signing to bind the
APPROVED AS TO FORM:
-
1-5 CAR COUNTRY LANDSCAPE IMPROVEMENTS - 7- Revised 5/10/00
BROOKWOOD LANDSCAPE, INC. 1 Landscapc Construction Commercial Maintenance 1 -
April 3, 2002
Mark Steyaert
City of Carlsbad-Recreation Department
Carlsbad, CA 92008
1200 Carlsbad Village Drive
Re: Subcontract Transmittal
Via Fax: (760) 720-6917
Dear Mark,
Thank you for including Brookwood Landscape on your construction of 1-5 Car Country Landscape
Improvements. We at Brookwood are certain you will be pleased with our extreme attention to
detail, quality and responsiveness.
We have chosen the following Brookwood representatives to work with you on this project:
VP/ Construction Operation
VP/Business Dev.
Estimating Manager
Estimator
Estimator
Purchasing
Purchasing
Construction/Administrator
Accounting
Brian Maynard
Ross McCright
Tracy Johnston
Ted Abahazi
Steve Ackroyd
Kathy Spring
Ruben Nunez
Renee Sandoval
Jennifer Burnett
(administration schedulinglmanagement)
(sales, contract negotiations)
(bid scheduling, contracts, change orders)
(estimating)
(estimating)
(plant procurement, submittals)
(material procurement, submittals)
(insurance)
(billing and lien releases)
If you have any questions regarding your project, please do not hesitate to contact these people at
any time. In the event that they are unavailable, please feel free to contact me at the ofice.
We are looking forward to a well run, profitable project for all.
TJlrs
621X Fairmount Avenue, San Diego, CA 92120-3302 (619) 281-8887 FAX (619) 280-2973 Cal. Lic. 528203
www.brookwoodlandscape.com
-
BROOKWOOD - ~. - L - LANDSCAPE, INC. Landscape Construction m Commercial Maintenance 1 -
January 15,2002
Kevin Davis
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, CA 92008
Re: 1-5 /Car Country Landscape lmporvments
Dear Mark,
We are pleased to submit the following proposal based on plans and specifications by Mark A. Steyaert,
dated May 15, 2001 for your consideration.
Per your request, please note the attached bid form.
Total Proposal: $19,648.20
Fxclusions:
of soils, tree drains, root barrier, drainage, bark mulch, lighting, mow curb, demolition, hardscape, site
Rough grading (site assumed to be +I- .lo), power & water source, import & export
furnishings, repairheplacement of existing plantinglirrigation damaged by others, jute nettinglerosion
enclosures, water meters, signage, 110v electrical, permits & fees, cost or production of AutoCAD as-built
drawings, equipment or materials not noted on plans. Abnormal trenching conditions. Note: Additional
move-ons may result in additional costs.
Clarifications:
Changes due to future City approvals andlor L.M.DJL.T.M. equipment not listed on these plans is not
This proposal is based on irrigation equipment as listed in plan legend and details.
included and may result in additional cost. Owner will locate and point out property lines to Contractor.
Owner assumes all responsibility for the accuracy of boundary markers, restrictions and easements.
Please feel free to contact me if you should have any questions.
Sincerely,
~” control, concrete and asphalt cuffpatchlrepair, sleeving under existing paving or features, backflow
Steve Ackroyd
Estimator
SNrs
6218 Fairmount Avenue, San Diego, CA 92120-3302 (619) 281-8887 rn FAX (619) 280-2973 . Cd. LiC. 528203 .
www.brookwoodlandscape.com
04/01/02 MON 08:34 FAX 16192802073 Qooi
- Porter a Curtir LLC Rose Tree Cnrporete Centor
1400 North Providence Road, Sub 1025
San Dlego, CA 92120
H
"
"
POLICY NUMBER
298-41-39-01
29841-39-01
CUAl504850
LQlB7107753011
40042-50-77
298-41 34-61
L HEUS
LIMIT8
O.CN WXURRSNEE s 1,ooo.ooo
..
" 1635 Faraday Ave.
Ol<lS/OZ THZI 07:OO FAX 16192802973 -. - - moo1
'orttr a Curtis LLC
1400 North pmvidense Road, Sultu 1025
6218 Fairmount Avenue San Oimgo, CA 92120 C -
COMPANY
I Y
_-
,. . ...,
I . .:. !I . .. .:. ..
(5) 'Any, blhre to make such inepec-
(b) Supervisory, inspection or en- .I tions, adjustments, teas or servicing as the vendor has agreed b rrake or
nwmelly undertakes,to, make in the
(e) &ne& or other 'interests from usual sohe of business, in con-
netion with the. 'dl&ibutiin or sale
(b) Manhgero or lessoi of premises (6) Deinonstration. installatl& servicing
'gineering sewioes.
(e) Toany:
whom land has been leased; or of the producrs; , ,, .
if! or mir &rations. exec& 8UEh
El 001
04/12/02 FRI 12:07 FAX 16192802973 411001
, .. .. State of California
ACmrEUCENSE ' ' : b-.a CONIRACTORS STATE LICENSE BOARD & I
.. .. . , .. A
.. .. .