HomeMy WebLinkAboutKR Landscape Maintenance; 2012-04-27; PWM12-33UTILPWM12-33UTIL
Carlsbad Municipal Water District
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order
Project Manager Elzbieta "Ela" Karczewskl
(760) 602 7503
Mail or Deliver to:
Purchasing Department
City of Carlsbad
1635 Faraday Avenue
Carlsbad, CA 92008-7314
DESCRIPTION
Labor, materials and equipment to install plant material as per provided plan, repair irrigation system
if needed, and mulch 2" deep around new plants and in area previously designed as flagstone
walkway.
No job walk-through scheduled. Contractor to arrange site visit by contacting:
Project Manager: Ela Karczewskl
Phone No. (760) 602 7503
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 ( ), 2 ( ), 3 ( ), 4 ( ), 5 ( ).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
KR Landscape Maintenance, Inc.
Name
PO BOX 322394
Address
Leucadia, CA 92023
City/State/Zip
760-295-9720
Telephone
760-295-9730
Fax
Name and Titie of Person A^j^th^rized to sign
contnQcte.
ignature
Name
Up
Title
Date
-1 Revised: 5/17/00
ITEM NO. UNIT QTY DESCRIPTION TOTAL PRICE
1 ea 79 Install plants per plan $3,961.00
2 cu yards 25 Mulch around new plants and where flagstone
was going $1,600.00
3 ea 6 Post-boulder installation clean-up and palm
trees spots replaced with sod $ 450.00
4 Irrigation adjustments $ 275.00
TOTAL $.6,286.00
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 perfonnance. The
determination ofthe District as to the Contractor's ability to perform the contract shall be conclusive.
SUBMITTED BY
KR Landscape Maintenance. Inc
Company/Business Name
i^thorized Signature
Printed Nanae and Title
3 ihi6i^
Date ^ '
Contractor's License Number
Classification (s)
Expiratiofi Date'
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: <^ ? ^ (!)^ O I ^
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 ofthe 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."
PORTION OF WORK
TO BE
SUBCONTRACTED SUBCONTRACTOR* MBE
Item
No.
Description of
Work
% of Total
Contract Business Name and Address
License No.,
Classification
& Expiration
Date Yes No
NONE
Total % Subcontracted: NONE.
Indicate Minority Business Enterprise (MBE) 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: Ela Karczewskl.
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 concem. Payment of
prevailing wages is at contractor's discretion.
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.
Signature:
Print Name:
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 ofthe 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 ofthe 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.
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, Califomia.
Revised: 5/17/00
agree to start within 5 working days after receipt of Notice to Proceed. Start Work:
Completion: I agree to complete work within 30 working days after receipt of Notice to Proceed
CONTRACTOR V.yUIN I KMU I UK! CARLSBAD MUNICIPAL WATER DISTRICT
a Public Agency organized under the Municipal
Water Act of 1911, and a Subsidiary District of
the City of Carlsbad
y" (sign here) sign nere; . n i i
(pririt name and title) *
By:
il address)
Assistant City Manager
jsign here) ^ t ^ C L '
(print name and title) / 7
(e-wiail address) *
(address) \
(city/state/zip)
(telephone no.)
(fax no.)
(address) 9t^cPV
(telephone 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:
RONALD R. BALL, City Attorney
BY:
Deputy City Attorney '
Revised: 5/17/00
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of SfthI QlBinQ
On
Date
}
before me.
Date / Z Here Insert Name and Title of tne Officer
personally appeared /^/lai ^^^2^ XSy^^^yA^tT^/^ DA/^^
~ 7 Name(8) of Signer(s) T
OFFICIALSEAL ROBERT JAY KOHLSTEDT NOTARY PUBUC-CALIFORNIA ^ COMM. NO. 1814822 ^ SAN DIEGOCOUNTY ,^ I MY COMM. EXP. OCT. 6,20121
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/her/their 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.
WIT official seal.
Place Notary Seal Above )ignatui3
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: 7 // Number of Pages:
Signer(s) Other Than Named Above:
Capaclty(ies) Claimed by Slgner(s)
Signer's Name
• Individual
• Corporate Officer
• Partner—• Limitl
• Attorney in Fact
• Trustee
• Guardian or jconservator
• Other
WmmkMil^m^^^ 91Sl3.a402*www.Natlona»k)laiyorg tim #5607 ftoonJwrCtf 1bl-l^14004976«Z7
N
W
SITE LOCATION MAP
CARLSBAD WATER RECYCLING FACILITY
6220 Avenida Encinas
LANDSCAPE IMPROVEMENTS
CARLSBAD WATER RECYCLING FACILITY
LEGEND
NEW PIANT MATERIAL
Cassia splendida
(Golden wonder senna)
Chamaero|:» fiumilis
Melaleuca nesopfiila
Heteromeles arbutifolia
*
Flax sp.
Agave attenuata
Ceanotus criseus
Pennisetum setaceum 'rubrum'
Kniphofia
Bougainvillea sp
Lawn
Wood cfiips (mulch)
Rockscape
Group of boulders
REMOVE SECTION OF TURF
IN/ARROUND MONUMENT SIGN
PLACE BEACH ROCK 5"-25"+/- -
REMOVE ALL EXISTING
WASHINGTONIA FILIFERA
FLAX
MULTI TRUNK MEDITERRANEAN FAN PALM
(CHAMAEROPS HUMILIS)
GROUP OF BOULDERS
FLAGSTONE WALKWAY (SAND BASE)
GROUP OF BOULDERS
0 10 20 40 60
SCALE 1°=20'
MELALEUCA NESOPHILA
HETEROMELES ARBUTIFOLIA
BOUGAINVILLEA SP
CEANOTUS CRISEUS
6220 Avenida Encinas
0
NORTH
FLAGSTONE WALK
1
RIVER ROCK(/2"-1 Yi') INTERSPERSED WITH
GROUPINGS OF LARGER RIVER ROCKS (1"-2 Vz")
KNIPHOFIA
AGAVE A ATTENUATA