Loading...
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 .. .. .