HomeMy WebLinkAboutNative Landscape Inc; 2004-03-23;City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager: Sherri Howard Date Issued: March 22,2004
(760) 602-2756
Mail To:
Purchasing Department
City of Carlsbad
1635 Faraday Avenue
Carlsbad, California 92008-731 4
Award will be made to the lowest responsive,
responsible contractor based on total price.
Request For Bid No.: Buena Vista Channel Maintenance District
CLOSING DATE: N/A
Bid shall be deposited in the Bid Box located in the first floor lobby of the Faraday Center located at 1635 Faraday Avenue, Carlsbad,
CA 92008 until 4:OO p.m. on the day of Bid closing.
Please use typewriter or black ink.
Envelope MUST include Request For
Bid No. N/A
DESCRIPTION
Labor, materials and equipment to perform emeraencv clean-up between 1-78 and main creek to
remove pondina water.
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: N/A
Phone No. N/A
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
Native Landscape, Inc. 1760) 735-8700 Name Telephone
9746 Tamarack Lane 1760) 735-8725 Address FaX
Escondido, CA 92029 City/State/Zip NativeLandscape Q cox. net
E-Mail Address
-1 -
Name and Title of Person Authorized to sign
contracts. I
Simature e
Name
P!SkLW
Title
JOB
Date
QUOTATION
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@) 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 City reserves the right to conduct a pre- award inquiry to determine the contractor’s ability to perform, including but not limited to facilities,
bid award.
SUBMllTED BY:
Native Landscaw. Inc. 655602 Company/Business Name Contractor’s License Number
Authorized Signature assif icat ion (s)
4
Printed Name and Title Expiration Date
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax l.D.#: 3‘3 - 0 -1 GO 1 3 0
OR
(Individuals) Social Security #: 6q - 3q %g 3 9
-2-
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 wilt 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. of the California Public Contract Code).
If no subcontractors are to be employed on the project, enter the word "NONE."
PORTION OF WORK
SUBCONTRACTED
Work I No. I
Total % Subcontracted:
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-3- R
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
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
directions and subject to inspection approval and acceptance by:
Wage Rates:
The general 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 current copy of the
applicable wage rates in on file in the Office of the City Engineer. 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.
False Claims
Contract hereby agrees that any contract claim submitted to the Crty 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 City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding.
Signature:
Print Name: L”FWvWM&
-4-
Commercial General Liability, Automobile Liability and Workers’ Compensation Insurance:
The successful contractor shall provide to the City of Carlsbad, 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 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 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 City prior to such cancellation.
The policies shall name the City of Carlsbad 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 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. The expenses of defense include all costs and expenses including attorneys’ fees for litigation, arbitration, or other dispute
resolution method.
-5-
Jurisdiction:
The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the patties arising out of this agreement is San Diego County, California.
Start Work: I agree to start within five (5) working days after receipt of Notice to Proceed.
Completion: I agree to complete work within fifteen (15) working days after receipt of Notice to Proceed.
CONTRACTOR: CITY OF CARLSBAD a municipal corDoration of the State of California: NATIVE LANDSCAPE, INC.
By: ‘Assistant City Manager
(print name and title) (address)
(telephone no.)
WL (b--&&t-
ATTEST: 9746 Tamarack Lane (add ress)
Escondido, CA 92029 (city/state/zip) M. WOOD City Clerk
(760) 735-8700 (telephone no.)
1760) 735-8725 (fax no.)
Nativelandscape Qcox.net (e-mail address)
(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 off icer(s) signing to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL,py+dJorney -
BY: - Deputy City Attorney
-6-
Native Landscape, Inc
9746 Tamarack Lane, Escondido, Ca. 92029
Ph. (760) 735-8700
Fx. (760) 735-8725 Pages: 1
Date: 03/ 192004
Fax To: City of Carlsbad (760) 602-8562
Attn: Sherri Howard
Regarding: Draft Proposal Buena Vista Creek Channel Emergency Clean Up
Item #I : Clear all organic vegetation and non-organic trash from toe of slope
on both sides of the channel to center of flow and dispose of
material.
Lump Sum $6,200.00
Item #2: Native Landscape, Inc. will provide City of Carlsbad working Time &
Material to clear approximately 5’ wide by 250’ in length by 2.5’
deep to center of the channel. Remove all silt and debris to a
protected stockpile area. Allow 72 hours to drain and haul offsite.
T&M Not-To-Exceed Amount: $23,550.00
Rate Sheet - Equipment (Operated)
Gradall $225.00/Hr
Excavator 20 Ton $ 175.00/Hr
Trac Steer $ 100.00/Hr
Mini Excavator $ 95.00/Hr
Dump Trucks $ 75.00/Hr
H20 Dewatering Pump $ 62.00/Hr
Rate Sheet - Labor
Superintendent $ 100.00/Hr
$ 58.00/Hr
F $ 28.00/Hr
Rate Sheet - Miscellaneous
, ,Foreman
Pick-up Truck $ 57.00/Day
Debris Removal $ 125.00/Load
Materials Invoice plus 15%
Please call me if you have any questions or require any further information (760)
735-8700.
Submitted By,
Mark Girard
Native Landscape, Inc.