HomeMy WebLinkAboutKR Landscape Maintenance Inc; 2012-08-08;Carisbad Municipal Water District
MINOR PUBLIC WORKS PROJECT
KR LANDSCAPE MAINTENANCE, INC.
Project Manager: Jase Wamer
(760)438-2722
Mail or Deliver to:
Carisbad Municipal Water District
5950 El Camino Real
Carisbad, CA 92008
Date Issued:
Please use typewriter or black ink.
DESCRIPTION
m^ageZ^"^^^ ^""^ equipment to perform landscape maintenance to maintain the 15 locations listed
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager; Jase Warner
Phone No. 760-438-2722
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
KR Landscape Maintenance. Inc.
Name
PO Box 232394
Address
Leucadia. CA 92023
City/State/Zip
760-295-9720
Telephone
760-295-9730
Fax
1 -Revised: 5/17/00
Name and Title of
contracts.
rized to sign
Title
Date
JOB QUOTATION
rrEM NO. UNrr QTY TOTAL PraCE 1 EA 12 "D" Resen/oir at $720.00 per month $8,640.00 2 EA 12 Ellery Reservoir at $240.00 per month $2,880.00 3 EA 12 Elm Reservoir at $240.00 per month $2,880.00 4 EA 12 Skyline Reservoir at $240.00 per month $2,880.00 5 EA 12 La Costa Low Pump Station at $240.00 per
month $2,880.00
6 EA 12 Calavera Pump Station at $180.00 per
month $2,160.00
7 EA 4 "E" Resen/oir at $160.00 per quarter $640.00 8 EA 4 La Costa High Reservoir at $200.00 per
quarter $800.00
9 EA 4 Pajama Dr. at $160.00 per quarter $640.00 10 EA 4 Viewpoint at $180.00 per quarter $720.00 11 EA 4 Santa Fe II at $240.00 per quarter $960.00 12 EA 2 Calavera Dam at $1500.00 twice veariy $3,000.00 13 EA 2 Maerkle Mowing at $3,000.00 twice yeariy $6,000.00 14 EA 1 Maerkle Cleanup $4,500.00 15 EA 1 Maerkle Dam $4,500.00
GRAND TOTAL $44,080.00
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 OthenA/ise stipulated by the Carisbad Municipal Water District. Award will be rnade bv
the Purchasing Officer to the lowest, responsive, responsible contractor. The District resen/es 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 vwll be rejected as non-
responsive for the reason of the inability to determine the intended bid. The District reserves the rioht
to conduct a pre-aw^rd inquiry to determine the contractor's ability to perform, including but not limited
to faci ities 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.
///
///
///
///
///
///
///
///
///
-2 Revised: 5/17/00
Ill
ill
SUBMITTED BY:
Company/Busin^ssl^terwe. I ^ Cfint/aA;v^ i iV^noo M. ^ Contractor's License Number
Classificaticui(s)
Expiration
ricaiicui(s)
tionuate ^
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: (c?^C^Sl^OO
OR
(Individuals) Social Security #:
DESIGNATION OF SUBCONTRACTORS
Set forth below is the full name and location of the place of business of each sub-contractor whom the
S'KH ^AT^^ 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 contraictor
shall not be permitted to sublet or subcontract that portion of the work, except in cases of the
public ennergency 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 Califomia Public Contract Code).
If no subcontractors are to be employed on the project, enter the word "NONE."
PORl
SUB
riONOFWORK
TO BE
CONTRACTED , SUBCONTRACTOR* MBE
item
No.
Description of
Wort(
% of Total
Contract Business Name and Address
License No.,
Classification
& Expiration
Date Yes No
Total % Subcontracted:
-3 Revised: 5/17/00
* Indicate Minority Business Enterprise (MBE) of subcontractor.
CARLSBAD MUNICIPAL WATER DISTRICT
MINOR PUBLIC WORKS CONTRACT
(Less than $45,000)
Lalx>n
f propose to employ only skilled workers and to abide by all State and City of Carisbad Ordinances
f^HTP '"^'^d'"9 Payng 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 fumished and agree to complete work in accordance with directions
and subject to inspection approval and acceptance by: Jase Warner
(Project manager)
Wage Rates:
Iholi^^r?^^' 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 cun-ent copy of the
f^^'^^ Tl^t '^T ?" ^"fJ" *^u^ ^'"^ °^ ^"S'"^^'-- 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 K
False Claims
Contract hereby agrees that any contract claim submitted to the District must be asserted as part of
IlJth'lSta^''^ ^"^^ ^^'^ ^S""^"^^"* in anticipation of litigation or in conjunction
Contractor acknowledges that Califomia Govemment 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 Carisbad 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 biddino
on public contracts for a period of up to five years and that debarment by another jurisdiction is
grounds for he Carisbad Municipal Water District to disqualify the Contractor or subcontractor from
participating in contract bidding.
Signature:
-4- Revised: 5/17/00
Print Name;
Commercial General Liability, Automobile Liability and Worl(ers' Compensation insurance:
The successful contractor shall provide to the Carisbad 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
furnistied 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 Califomia 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 Carisbad 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.
///
///
///
Revised: 5/17/00
Jurisdiction:
I^!H?cn?^^''^21*f^''^l^"'^ P''°P^'' jurisdiction for resolution of any disputes between the parties ansing out of this agreement is San Diego County, Califomia.
Start Work; I agree to start July 1. 2012.
Completion: I agree to complete work June 30, 2013.
CONTRACTOR: CARLSBAD MUNICIPAL WATER DISTRICT,
^uL lyiind<.rr.(h ITWi^-Uwir^^-n^/- ^ P^^^'ic Agency organized under the Municipal
^ I Water Actof 1911. andaSubsidiaryDistrict!5
(nameof(iontractori. .^^ » the City of Carlsbad
By:
(sign here) sign here) > i KA i , /
(print name and title) P^.Aeeietefe City Manager
(e-nrtj«lil^ddress) 7^ I ^A^^ r-r-: (address)
^ion here) ^ ^ i r/l ^. (telephone no.)
\print name and title). ^ 1
(e-njiail address) / ATTEST.
f.o. A^f >^>^t/ ,
(address) lO^j^^-A-yt-^iC^
(telephone no.) 4r.'^^ "^^-v^"-
(fax no.) ^ ^.^J^^o.o***^.--^.
(Proper notanal acknowledgment of execution by Contractor must be attached. ''"IIIM»»^''
Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer
must sign for corporations. OthenA/ise, the corporation must attach a resolution certified by the
S?^^ra?on) secretary under corporate seal empowering the officer(s) signing to birKl the
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
BY:
iDepijty City Attorney ^
Revised: 5/17/00