Loading...
HomeMy WebLinkAboutHabitat Restoration Sciences Inc; 2010-08-10; PWM10-44UTILCarlsbad Municipal Water District MINOR PUBLIC WORKS PROJECT 3821 - Calavera Mitigation Site Grading Project Manager Sherri Howard (760) 602-2756 Mail or Deliver to: Purchasing Department City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008-7314 Award will be made to the lowest responsive, responsible contractor based on total price. Date Issued: Request For Bid No.: CLOSING DATE: 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 4:00 p.m. on the date of Bid closinQ Please use typewriter or black ink. Envelope MUST include Request For Bid DESCRIPTION Labor, materials and equipment to perform site grading per the attached scope of work. See Exhibit A for Scope of Work. No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Sherri Howard Phone No. 760-602-2756 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 ( ), 2 (__...), 3 ( ), 4 ( ), 5 f-—K SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Habitat Restoration Sciences, Inc. Name 650 Alpine Way Address Escondido/CA/92029 City/State/Zip 760-519-7230 Telephone Fax -1 -Revised: 5/17/00 Name and Title of Person Authorized to sign contracts. -¥ Title Name Date JOB QUOTATION ITEM NO. 1 UNIT Lump Sum QTY 1 DESCRIPTION Site Grading - Time and Materials per Standard specifications for Public Works Construction Section 3-3 TOTAL PRICE $29,500.00 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 Carlsbad Municipal Water District. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The District 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. In the event of a 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 District 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 District as to the Contractor's ability to perform the contract shall be conclusive. SUBMITTED BY: HABITAT RESTORATION SCIENCES. INC. Company/Business Name' 842661 Contractor's License Number C-27 _ Classification(s) Expiration Date Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: OR (Individuals) Social Security #: -2-Revised: 5/17/00 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 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 SBE Yes No Total % Subcontracted: * Indicate Small Business Enterprise (SBE) of subcontractor. -3-Revised: 5/17/00 CARLSBAD MUNICIPAL WATER DISTRICT MINOR PUBLIC WORKS CONTRACT (Less than $25,000) Labor: I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances governing labor, including paying the general prevailing rate of wages 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 by: (L/J-y a/- (?+*& £e*o/ (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 of the contract. False Claims Contract hereby agrees that any contract claim submitted to the District 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 Carlsbad Municipal Water District to disqualify the Contractor or subcontractor from participating in contract bidding. A Signature: _ Print Name: tyA <VQJC -4- Revised: 5/17/00 Commercial General Liability, Automobile Liability and Workers' Compensation Insurance: The successful contractor shall provide to the Carlsbad Municipal Water District, 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 District 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 District prior to such cancellation. The policies shall name the Carlsbad Municipal Water District as additional insured. Indemnity: The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City and the District, 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 or the District. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. -5- Revised: 5/17/00 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 ( working days after receipt of Notice to Proceed. Completion: I agree to complete work within /c-? working days after receipt of Notice to Proceed. CONTRACTOR: HABITAT RESTORATION SCIENCES. INC. CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad Assistant City Manager (fax no.) (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: City Attorney BY: i City Attorney -6-Revised: 5/17/00 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On 3 Date personally appeared before me,. na TitHere Insert Name ana Title of the Officer Name^s) of Signer(s) Place Notary Seal Above who proved to me on the basisof satisfactory evidence to be the <^§[son]ij>whose fi|me(s} is/are subscribed to the within instrument and acknowledged to me that he/she/t(feyjfexecuted the same in his/her/|fp& authorized CapacitvtieJ}. and that by his/henffEetf1 CgnatureTj) on the instrument the (fersojjlg), or the entity upon behalf of which the/5erson]|})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 cr---7Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name:. D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toil-Free 1 -800-876-6827 Scope of Work Site grading as required by Resource Agencies to bring habitat mitigation sites in compliance with permits and agency approved grading plans. All work will occur within the Lake Calavera Preserve which is owned by the City of Carlsbad. TASK I Work to be paid Time and Materials based on services performed. Contractor shall regrade mitigation plots to reflect grading shown on the original grading plans DWG 411- 6A with the exception that 2:1 slope shall be 1:1 slopes. Sheet 13. Plots 1 and 2 1. Regrade channel from vertical slopes to 1:1 slopes for Plots 1 and 2. 2. Ensure positive flow in the channel bottom. 3. Place permanent survey hubs in the channel bottom every 10' to assure positive flow. 4. Use rubber tracked equipment to limit compaction. 5. Use equipment to maintain a single track. Upon completion of channel regrade, single track shall be decompacted to Engineer's satisfaction. 6. Spoils shall be distributed to approved laydown areas per Engineer. Sheet 14. Plots 3. 4 and 5 1. Plots a. Regrade channel to achieve 1:1 slopes b. All work shall be consistent with the requirements of Plots 1 and 2 2. Plot 4 a. Install channel per grading plan b. Fill in low spots to remove vector ponding issues. c. Build up trail to eliminate erosion/siltation in Plot 5 3. Plots a. Erosion and sedimentation repair as required by Engineer. TASK II Grade new wetland project between plots 1 and 2 Install temporary post construction BMP's. -7- Revised: 5/17/00 Sherri Howard From: Mark R. Girard [mgirard@hrs.dudek.ooin] Sent: Wednesday, June 16, 2010 8:15 AM To: Sherri Howard; Pete trotta Ce: Eduardo Garcia Attachments: MRS Fee Schedule_2010 PW.doc Sherri, Total Labor; 3 operators, 1 grade checker, $17,670.00 Total Equipment: 305 excavator,277 multi terrain loader,287 multi terrain loader, 10yd Dump Truck,H20 Truck,Hydroseeder $9,625.00 Total Materials: Survey wooden hubs .feathers .gravel bags .straw wattles.silt fence.hydroseed $ 2,205.00 Re-Grading 1.1 slopes on plots 1,2,3 with minimum .05% flow, Grade plot 4 to original specifications, fix trail drainage adjacent to plot 5, Grade new wetland between plots 1 and 2, decompact and install BMPs all areas with equipment work. Place export at approved location and protect with BMPS. Partners With Nature MARK GIRARD PRESIDENT HA91TAT RESTORATION SCIENCES. INC C-27M42MI 650 ALPINE WAY ESCOND1DO. CALIFORNIA 92QZ9 T 760.479,4811 F 760479.4190 Partners With Nature MARK GIRARD PRESIDENT HABITAT RESTORATION SCIENCES, INC C.27S84266I 650 ALPINE WAY ESCONDIDO. CALIFORNIA 92029 T7«M7*«BI F 760.479.4190 -8- Revised: 5/17/00 5? '5* CD W(DQ. cn oo . • c • .• . '; ' :''/-' '!-• y/««£ww' ..X -I ' y« . -•-'-...- Vi . X " /' . ' •* * C-3 I ii1 ii«" ."^s'??"5!; i«| I***1 *^w*aww Vuwamnm MI3IUO CDQ. Cn —i -vj •[ T..^ ll -.1-*.^. ]?(-••*•*- 0 U U. •,-•• J- _-j ••' ":'":"O-2 ob+? ~Z'.1 -T-"'!, ,.,,u.^,, •*'"• -- -- .. •AS-BJIL- • I XMCHIUJK: T: '-JfSjjfOps*- Kl4Js$ ftJ»iWit*,' flt j»/r/ j Map Output f- w^v™™***"' n Page I of 1 ArelMS HTM! Viewer Map •-'• '• ," >•>* / • " *?- "'»>'»,. •-•«" '( .• - •',•.>-:;>4 "&ff^- *•? iv^.:v Strefcta .-,/ f-^OAflor- - 11 Revised: 5/17/00 Habitat Restoration Sciences 2010 Standard Schedule of Charges Habitat Management Coordinator/Principal $175.00/hr Senior Project Manager $145.00/hr Landscape Supervisor/Grade Checker 125.00/hr Specialty Equipment Operator $134.00/hr Landscape Assistance Supervisor/Irrigation Tech $110.00/hr Landscape Technician/Foreman $85.00/hr Brush Management Tool Operators/Assistant Foreman $95.00/hr Maintenance Laborer with hand tools $85.00/hr Administration/Clerical Support $65.00/hr Equipment/Vehicles Truck Usage $65.00/day Water Trailer/Buffalo $65.00/day Dump Trailer $65.00/day Mule $65.00/day CAT 277/303/242/304 $450.00/day Water Truck $450.00/day Chipper $450.00/day Roll-off Truck $600.00/day plus tipping fees Emergency and Holidays - Minimum charge of two hours will be billed at 1.5 times the normal rate. Sundays are double time at 2.0 times normal rate. -12- Revised: 5/17/00 Material and Outside Services - Herbicides, subcontractors, rental of special equipment, special fencing or signage materials, outside data processing and computer services, etc., are charged at 1.15 times the direct cost. Travel Expenses - Mileage at current rate per mile. Per diem where overnight stay is involved is charged at cost. Invoices, Late Charges. - All fees will be billed to Client monthly and shall be due and payable upon receipt. Invoices are delinquent if not paid within thirty (30) days from the date of the invoice. Client agrees to pay a monthly late charge equal to one percent (1%) per month of the outstanding balance until paid in full. -13- Revised: 5/17/00