HomeMy WebLinkAboutNew Way Landscape and Tree Services; 2007-02-09; PWM07-17ENGCity of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager Eva Plaizer Date Issued:
01/29/2007
(760) 602-2787
Request For Bid No.: N/A
Mail To:
CLOSING DATE: N/A
Purchasing Department
City of Carlsbad Bid shall be deposited in the Bid Box located
1635 Faraday Avenue in the first floor lobby of the Faraday Center
Carlsbad, California 92008-7314 located at 1635 Faraday Avenue, Carlsbad,
CA 92008 until 4:00 p.m. on the day of Bid
Award will be made to the lowest responsive, closing.
responsible contractor based on total price.
Please use typewriter or black ink.
Envelope MUST include Request For Bid
No. N/A .
DESCRIPTION
Labor, materials and equipment to install temporary irrigation and hydroseed slopes adjacent to the
Carlsbad Blvd bridge over NCTD railroad at the northern boundary of the City. Two slopes of the
west side of the railroad will be planted with red apple ice plant and irrigated with and on-grade pop-
up irrigation system in locations shown on the attached Exhibit A. The two slopes on the east side
will be hydroseeded with the basic native erosion control mix as shown in Exhibit A and described in
Exhibit B. This work will be performed in the North County Transit District (NCTD) right-of-way. The
City will obtain a right-of-entry permit for this work. The contract is responsible for all requirements of
NCTD to perform work in their right-of-way. Some of the requirements include NCTD flagging needs
during construction and specific safety training of all staff entering the work area.
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Eva Plaizer
Phone No. _760-602-2787
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 ( ), 2 ( ), 3 ( ), 4 ( ), 5 ( ). N/A
-1 - Revised 03/13/02
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
New Way Landscape and Tree Services
Name
7485 Ronson Road
Address
San Diego. CA 92111
City/State/Zip
858-505-8300
Telephone
858-505-8305
Fax
imartin@newwaypro.com
Name
con
to sign
Name
V. P
Title
Date
E-Mail Address
JOB QUOTATION
ITEUNO.
1
UNIT
LS
QTY
1
DESCRIPTION
Landscape by Carlsbad Blvd bridge over
NCTD railroad as per Exhibit C
TOTAL PRICE
$18,370.00
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 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,
financial responsibility, materials/supplies and past performance. The determination of the City as to
the Contractor's ability to perform the contract shall be conclusive. Note: Please do not sign the
contract document (last page) at this time. The successful contractor will execute the contract after
bid award.
-2-Revised 03/13/02
SUBMITTED BY:
Printed Name and Title
J-3/-Q7
Date
Contractor's License Number
C-IH
Classification(s)
Expiration Da/e
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#:
OR
(Individuals) Social Security #:
-3-Revised 03/1 3/02
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. of the California Public Contract Code).
If no subcontractors are to be employed on the project, enter the word "NONE."
PORTION OF WORK
TO BE
SUBCONTRACTED
Item
No.
Description of
Work
SUBCONTRACTOR*
% of Total
Contract
Business Name and Address
N.A
License No.,
Classification
& Expiration
Date
MBE
Yes No
Total % Subcontracted:
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-4-Revised 03/13/02
CITY OF CARLSBAD
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: Eva Plaizer
(project manager)
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 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 tte contractor to an
administrative debarment proceeding wherein the contractor may be preverttadlrorri/urther bidding
on public contracts for a period of up to five years and that debaFrrfintw^noiWer jurisdiction is
grounds for the City of Carlsbad to disqualify theX^ntracto/^r/^uJpTOp^eTO/v^rrLfiarticipating in
contract bidding.
Signature:
Print Name:
-5- Revised 03/13/02
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.
-6- Revised 03/13/02
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 Work: I agree to start within _ 5_ working days after receipt of Notice to Proceed.
Completion: I agree to complete work within 30 working days after receipt of Notice to Proceed.
CONTRACTOR:
ffifr.x
CITY OF CARLSBAD a municipal
corporation of the State of California:
(printiname and title)
BY./ -^
Assistant City Manager
(address)
(telephone no.)
(print name and title)
ATTEST:
(address)
(city/stat^zip)LORRAINE M. WOOD
City Clerk
(telephone no.)
(fax no.)
(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 officer(s) signing to bind the
corporation.)
APPROVED AS TO FORM:
RONALD I
BY:
-7-Revised 03/13/02
ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of
On
ss.
before
(DATE)
personally appeared * M
personally known to me - OR -
J. L. HUGHES
Coflim.f 1496410
NOTARY PUBLIC-CALIFORNIASan Diego CountyMy Cora. Expires June25,2008
(NOTARY)
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
signatures(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
,RY'S SIGNATURE
OPTIONAL INFORMATION
The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl-
edgment to an unauthorized document.
CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT
f>n>Pes
OCUMENT
INDIVIDUAL
CORPORATE OFFICER
TITLE OR TYPE OF D
TITUE(S)
PARTNER(S)
ATTORNEY-IN-FACT
TRUSTEE(S)
GUARDIAN/CONSERVATOR
OTHER:
NUMBER OF PAGES
DATE OF DOCUMENT
OTHER
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
RIGHT THUMBPRINT
OF
SIGNER
APA5/99 VALLEY-SIERRA, 800-362-3369
ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of '-
On 2/1/
ss.
t£ A p
(DATE)
personally appeared
before me,
personally known to me - OR -
J. L HUGHES
CommJ 1496410
NOTARY PUBLIC-CALIFORNIA WSan Diego County ™
My Coram. Expires June25,2008 f
C/ (NOTARY)
-Aj^tjA^w^L
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
signatures(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
WITNESS my hand and official seal.
NOTARY « SGNATURE
OPTIONAL INFORMATION
The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl-
edgment to an unauthorized document.
CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT
Q INDIVIDUAL
KT CORPORATE OFFICER
iyv\
TITLRS?
PARTNER(S)
ATTORNEY-IN-FACT
TRUSTEE(S)
GUARDIAN/CONSERVATOR
OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
TITLE OR TYPE OF DOCUMENT
J,
NUMBER OF PAGES
DATE OF DOCUMENT
OTHER
RIGHT THUMBPRINT
OF
SIGNER
APA5/99 VALLEY-SIERRA, 800-362-3369
EXHIBIT B
BASIC NATIVE EROSION CONTROL MIX
This mix of annual native California species-has been formulated for rapid growth in the lower rainfall
climates and varied soil types of Central and Southern California. For this reason,'It is the best choice
for permanent or temporary cover m areas that may not support perennial natives without the addition
of irrigation or soil amendments. These seeds are adapted to our climates and plant communities and
can be used around sensitive native habitat and in conjunction with, other species, including
wildflowers, without the fear of native genfe contamination.
SPECIES COMMON NAME • BULO's/ACRJE
Bromus carinatus"CucaJnongct" Cucamonga Broroe < 20.00
Trifollum tridentatum Tomcat Clover 4,00
Vulpia microstachys ' Small Fescue 8-00
32.00 '•
SLURRY COMPONENTS:
Hydroseeding' Mulch - Conwed Wood Fiber 2,0.00 Lbs/ Acre
Ecology Controls M-Binder 120.Lbs/'Acre
Seed: 38 Ibs per acre
Height; 3 0-3 6 inches
Emergence: 10-15 days
Establishment: 45 days to 90% cover after emergence
EXHIBIT C
New Way
Landscape & Tree Services
January 26, 2007
CONTRACT: #C7052
CARLSBAD BLVD. BRIDGE OVER NCTB LANDSCAPING
New Way Landscape & Tree Services
LANDSCAPE & CONSTRUCTION PROPOSAL
7485 Ronson Road
San Diego, CA 92111
858-505-8300 office
858-505-8305 fax
Contractors License # - 501032
PROJECT MANAGER: JOHN MARTIN
PROJECT MANAGER PHONE: 619-921-0480
DATE ISSUED: 1/26/07
BID #: C7052
MAIL TO:
PURCHASING DEPARTMENT
1635 FARADAY AVENUE
CARLSBAD, CA 92008-7314
DESCRIPTION OF WORK:
JOHN MARTIN RECOMMENDS TEMPORARY FENCING, RED APPLE ICE PLANT AND HUNTER
VALVES (I-1/* ) BATTERY OPERATED. ALL HEADS WOULD BE HUNTER PGP 12" POP-UPS ON SWING
JOINTS. THE HYDROSEED WOULD STAY AS SPECED ON DETAIL AND PREVAILING WAGE
ACCORDING TO WAGE SHEET. ***NOTE: NEW WAY WILL PROVIDE H20 IF NEEDED
*** Contract Total: $18,370.00 ***
SUBMISSION OF BID IMPLIES KNOWLEDGE OF ALL JOB TERMS AND CONDITIONS
SUBJECT TO CHANGE WITHIN (90) DAYS
NAME AND ADDRESS OF CONTRACTOR:
JOHN MARIN, VP-CONSTRUCTION
NEW WAY LANDSCAPE & TREE SERVICES, CONSTRUCTIN DIVISION
7485 RONSON ROAD, SAN DIEGO, C A 92111
TELEPHONE: 858-505-8300
FAX: 858-505-8305
EMAIL: JMART1N@NEWWAYPRO.COM
New Way
Landscape &. Tree Services
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: John Martin
(project manager)
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 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 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: John Martin