Loading...
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