HomeMy WebLinkAboutEasyTurf; 2009-04-28;CITY OF CARLSBAD
MINOR PUBLIC WORKS BID
DESCRIPTION
Contractor providing bid agrees to provide all labor, materials and equipment to: Install
approximately 2.700 S.F. of artificial turf at Leo Carrillo Ranch Historic Park including removal of
soils for sub base materials (4"depth) and placement of stone base (4" depth) and compaction of
sub-base materials to 90-95% compaction with plate compactor, installation of bender board along
decomposed granite walkway.installation of artificial turf matting.dncluding pinning and gluing of
seams), top layers of sand and rubber infill and final broom grooming for complete installation.
Notes:
1. Parks and Recreation staff will remove existing artificial turf mat currently in place in work area.
2. Contractor will not have to haul off site the removed soils in preparation for the sub base work, soil
may be spread on site in area specified by City Parks and Recreation staff.
3. Park will be open to the public Mon.- Sat. and contractor shall provide temporary orange fencing
or barricades around work area to protect public from accessing the work area. Contractor shall
use caution when performing the outlined work with tools and equipment.
4. No work shall be performed on week-ends.
Submission of bid implies knowledge of all job terms and conditions.
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
EasvTurf 858-689-8171
Name of Company Telephone
2418 Auto Parkway 760-888-2011
Address Fax
Escondido. CA 92029 mike@easvturf.com
City/State/Zip E-Mail Address
-1- Revised 03/13/02
Name and Title of Person Authorized to sign
contracts.
Signature
Michael Bray
Name
Quote
Director of Business Development
Title
April 9. 2009
Date
Total
$29.994
Lump
JOB QUOTATION
Sum, including all applicable taxes.
Evaluation and Award. Bids are binding up to 90 days, unless otherwise stipulated by the City of Carlsbad.
Contract award will be made based on a best value evaluation and consideration the lowest, responsive,
responsible contractor will be included in the best value evaluation. 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. 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. Note: Please do not sigrt" the contract
document (last page) at this time. The successful contractor wilt execute the contract after bid award.
SUBMITTED BY:
Easy-Turf. Inc.
Company/Business Name 818165
Contractor's License Number
Authorized Signature
Michael Bray - Director of Business
Development
Printed Name and Title
April 9. 2009
Date
C27&D12
Classification(s)
March 31. 2011
Expiration Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 481255152
OR
(Individuals) Social Security #:
-2-Revised 03/13/02
DESIGNATION QF 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
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."
PORTION OF WORK
TO BE
SUBCONTRACTED
Item
No.
Description of
Work
SUBCONTRACTOR*
% of Total
Contract
Business Name and Address License No.,
Classification
& Expiration
Date
MBE
Yes No
Total % Subcontracted: 0%
Indicate Minority Business Enterprise (MBE) of subcontractor if applicable.
-3-Revised 03/13/02
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
Labor:
I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances
governing labor 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 bv: Liz Ketabian. Park Planner
(project manager)
Wage Rates:
THE PAYMENT OF PREVAILING WAGES IS 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. The City
Council has determined that it is not in the best interest of the city to require the payment of
prevailing wages for this project. Payment of prevailing wages is at contractor's discretion.
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 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 Conjpa^tor or subcontractor from participating in
contract bidding.
Signature:
Print Name:
-4- Revised 03/13/02
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 $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 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
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- Revised 03/13/02
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 5 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within 8 working days after receipt of Notice to Proceed.
CONTRACTOR:
(e-mail address))
(print name anoT title)
gW? fli+fe $Ou^.JOuj
(address)" '
(city/state/zip)
(telephone no.)
(fax no.)
(e-mail address)
CITY OF
corporate
\D a munjcipal
ffornia:
(address)
(telephone no.)
ATTEST:
Cv
(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.)
APPROVED AS TO FORM:
RONAI L, City Attorney
-6-Revised 03/13/02
i
State of California
County of
On
)
CALIFORNIA ALL-PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
/te>/2iL
I
personally appeared
before me,
0,
(here iTisert name and title eft the office
SWtjJ !l^(/lt>\^° 7
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to
the within instrument and acknowledged to me that he/she/they executed the same in his/her/their
authorized capacity(ies), and that by his/hef/thetf signature(s) on the instrument the person(s), or the entity
upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the
State of California that the foregoing paragraph is true and correct.
WITNESS my hand and official seal.
Signature
IMAD ABOLHOSN
Commission # 1763619
Notary Public - California
San Diego County
MyComm. Expires Aug 26,2011
i
(Seal]
' OPTIONAL INFORMATION
Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this
acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document.
Description of Attached Document
The preceding Certificate of Acknowledgment is attached to a document
titled/for the purpose of (^iffy &t
I
Additional Information
containing pages, and dated ^ // I I S j '2OO<~)~
The signer(s) capacity or authority is/are as:
H Individual(s)
\\ Attorney-in-Fact
EH Corporate Officer(s)
Title(s)
I 1 Guardian/Conservator
ED Partner-Limited/General
ED Trustee(s)
ED Other:
representing:
Name(s) of Person(s) or Entity(ies) Signer is Representing
Method of Signer Identification
Proved to me on the basis of satisfactory evidence:
t— ® form(s) of identification O credible witness(es)
Notarial event is detailed in notary journal on:
Page # Q 2 Entry # Q (/
Notary contact:
Other
| | Additional Signer(s) | | Signer(s)Thumbprint(s)
ED
Copyright 2007 Notary Rotary, Inc. 925 29th St., Des Moines, IA 50312-3612 Form ACK03. 10/07. To re-order, call toll-free 1-877-349-6588 or visit us on the Internet at http://www.notaryrotary.com
r .
EASY
EASYTURF LANDSCAPING PROPOSAL
PREPARED FOR:
Liz Ketabian
City of Carlsbad
PROJECT:
Leo Carillo Park
THE COMPANY
Easy-Turf, Inc. is Southern California's exclusive FieldTurf™ dealer. Thousands of
successful installations make EasyTurf the premier provider of beautiful synthetic turf
landscaping for the Southern California area for seven years. Our trained and
authorized personnel handle sales, installation, and service for all of our turf projects.
EasyTurf provides you with professional installation to maintain a consistent high level of
quality, and to protect your investment. We have the latest equipment and an
outstanding warranty to ensure that your turf always looks its best.
EasyTurf is Our California Contractor's License number is 818165. We are a member of
the California Landscape Association and the Better Business Bureau.
THE PRODUCT
Our turf is the same product being used by numerous National Football League,
Professional Baseball and college sports teams for their playing surfaces. These
organizations have done the research on the best turf for their stringent requirements
and they have selected FieldTurf.
The patented installation process includes polyethylene blades, and a sand and rubber
infill that gives years of grass-like appearance and use, without the regular maintenance
of natural grass. It is resistant to temperature extremes, drains quickly (faster than real
grass at 40 to 60 inches per hour), and is extremely low-maintenance.
PROJECT DESCRIPTION
Option 1:
City of Carlsbad crews to remove existing turf. EasyTurf to prepare ground in park area
totaling approximately 2,275"square feet. EasyTurf to install bender board borders along
decomposed granite walkway.
EasyTurf to install FieldTurf Supra Turf, and maintain existing swale of landscaping. The
turf will then be in-filled with sand and rubber, area cleaned and final project inspection
completed.
PRICING
Estimated pricing for the FieldTurf installation is based on the above Project Description
and is valid for 60 days.
Option 1:
2,27f Square Feet
FieldTurf Supra Turf
$29,994.00