Loading...
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