Loading...
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