HomeMy WebLinkAboutLANDSCAPE STRUCTURES INC; 2012-03-15;Project Manager Kyle Lancaster
(760) 434-2941
Mail To:
Bonnie L. Elliott
City of Carlsbad
799 Pine Avenue, Suite 200
Carlsbad, California 92008
Award will be made to the lowest responsive,
responsible contractor based on total price.
City of Carlsbad
IVIINOR PUBUC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Date Issued: 2/20/12
Request For Bid No.:
CLOSING DATE:: 2/15/12
Bid shall be dopositod in tho Bid Box locatod
in the first floor lobby of the Faraday Center
located at 1635 Faraday Avonue, Carlsbad,
CA 92008 until 4:00 p.m. on tho day of Bid
closing.
Pieaso use typewriter or black ink.
Envelope MUST include Request For Bid
NG: r
DESCRIPTION
Labor, materials and equipment to remove/dispose old plav sand areas and play equipment and
supply/install new play equipment/tree deck/trike path siqns/one-wav arrows.
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Kyle Lancaster
Phone No. 760^34-2941
Submission of bid implies knowledge of all job temns and conditions.
Contractor acknowledges receipt of Addendum No. 1 ( ), 2 ( ), 3 ( ), 4 ( ), 5 ( ).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
Landscape Structures. Inc.
Name
601 7*^ Street South
Address
Delano. MN 55328
City/State/Zip
800-328-00350
Telephone
763-972-3185
Fax
elaineharkness@,playlsi.com
E-Mail Address
Revised 09/01/09
Napn^and Title of Person Authorized to sign
^tracts/
Title
Date
JOB QUOTATION
ITEM NO. UNIT QTY DESCRIPTION TOTAL PRICE
1 Equip. 1 New Play Equipment $12,930.59
2 Job 1 Construction/lnstallation/Surfacing $14,835.00
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 City of Carlsbad. Award will be made by the Purchasing Officer to the lowest,
responsive, responsible contractor. The City reserves the right to reject any or all bids and to accept or reject
any item(s) therein or waive any infonnality 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 detennine the intended
bid. The City reserves the right to conduct a pre-award inquiry to detennine the contractor's ability to perfonn,
including but not limited to facilities, financial responsibility, materials/supplies and past performance. The
determination of the City as to the Contractor's ability to perfonn the contract shall be conclusive.
SUBMITTED BY:
Landscape Structures. Inc.
Compafiy/Business Name
Authorized Signature ^
Printed Name and Title
Date
Contractor's License Number
Classification(s)
ation da Expiration Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: _
OR
(Individuals) Social Security #:
-2 Revised 09/01/09
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. ofthe California Public Contract Code).
If no subcontractors are to be employed on the project, enter the word "NONE."
PORTION OFWORK
TO BE
SUBCONTRACTED
SUBCONTRACTOR* MBE
Item
No.
Description of
Work
% of Total
Contract
Business Name and Address License No.,
Classification
& Expiration
Date
Yes No
Installation ot
playground &3ii> Tot Lot Pros. 15719 Home Ct.
Fontana^ CA Q7^^fi
967975 "B"
11/30/n
equipment
Total % Subcontracted:
Indicate Minority Business Enterprise (MBE) of subcontractor.
-3 Revised 09/01/09
CITYOFCARLSBAD
MINOR PUBLIC WORKS CONTRACT
(Less than $30,000)
Labor:
I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances
governing labor.
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: Kyle Lancaster
(project manager)
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 concern. Payment of
prevailing wages is at contractor's discretion.
False Claims
Contract hereby agrees that any contract claim submitted to the City 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 debamient proceeding wherein the contractor may be prevented from further bidding
on public contracts for a period of up to five years^d that debarment by another jurisdiction is
grounds for the City of Carlsbad to disqualify tbe'Confractor or subcontractor from participating in
contract bidding. / / \^ ^ y
Signature
Print Name:
-4- Revised 09/01/09
Commercial General Liability, Automobile Liability and Workers' Compensation Insurance:
The successful contractor shall provide to the City of Carisbad, 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 City prior to the start
of wori<. 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
perf^ormance 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 City prior to such cancellation.
The policies shall name the City of Carisbad as additional insured.
Indemnity:
The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold
harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of
every kind, nature and description, directly or indirectly to the extent arising from or in connection with
the perfonnance of the Contract or wori<; 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. The expenses of defense
include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute
resolution method.
California Regional Water Quality Control Board, San Diego Region:
A. Contractor shall not allow any discharges from the construction site, which may have an
adverse effect on receiving waters of the United States.
B. Contractor shall not allow any groundwater extraction water to be discharged from
construction site except in full compliance with the General Waste Discharge Requirements
for Ground Water Extraction and Similar Discharges from Construction and Remediation
Projects (Order No. 96-41) adopted by the Regional Board. Prior to submitting Bid,
Contractor shall obtain a copy of said Order No. 96-41 and review all compliance
requirements therein, including monitoring, testing, and reporting.
C. In the event of conflict between the Contract and Permit requirements, the most stringent
shall prevail. All permit requirements shall be satisfied by Contractor and accepted by all
Revised 09/01/09
issuing agencies, and the Owner before project will be accepted and a Notice of
Completion filed.
D. Contractor shall, at his own expense, procure any additional permits, certificates, and
licenses required of him by law for the execution of the work. He shall comply with all
Federal, State and local laws, ordinances or rules and regulations relating to the
performance of said work.
E. The Contractor shall incorporate and comply with all applicable Best Management
Practices (BMPs) during the completion of this agreement. All work must be in
compliance with the most current San Diego Regional Water Quality Control Board
(RWQCB) permit, Carisbad Municipal code and the City of Carisbad Jurisdictional Urban
Runoff Management Plan (JURMP) incorporated herein by reference.
F. The Contractor shall indicate in his submittals methods of compliance, equipment utilized
to insure compliarice, training of staff and experience in compliance with environmental
regulations. If in the opinion of the project manager, the Contractor is not in compliance
with this provision, CITY reserves the right to implement BMP's to the maximum extent
practical, and deduct payment due or back charge the Contractor for implementation with
a 15% markup for administration and overhead.
-6- Revised 09/01/09
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 \Nork: I agree to start within twenty (20) worthing days after receipt of Notice to Proceed.
Completion: I agree to complete wori< within thirty (30) working days after receipt of Notice to
Proceed.
CONTRACTOR:
Landscape Structures. Inc.
CITY OF CARLSBAD a municipal
corporation of the State of California:
^(sigr\here;
By:
(print name and title/
(eHjiail address)
Asejstant O
(address)
(telephone no.)
By
(sign here)
(print name and title)
(e-mail address)
601 7^ Street South
<^0^ ATTEST:
(address)
Delano. MN 55328
LORRAINE M. WOOD
City Cleric
(city/state/zip)
800-328-0035
(telephone no.)
763-972-3185
(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. OthenA/ise, 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.)
APPRON^
RO
^(/Assiitant City Attorney
Revised 09/01/09
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of Minnesota
County of Wright
On 3/7/2012 before nne, Elaine M. Harkess. Notarv Public, personally
appeared Pat Faust and Fred Caslavka who proved to me on the basis of
satisfactory evidence to be the person(s) whose nanne(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.
WITNESS my hand and official seal.
ELAINE M. HARKESS >
i^X* Notary Public ^
Sy^H^I Minnesota ,
^^mJr My Commission Expires
'^feiw-*^ Jonuofy 31. 2015 2^ Sianature yX^^^^. fn^/pUAAPiAA^
(seal)