HomeMy WebLinkAboutNissho of California Inc; 2014-11-19; PKRC538Tracking #:
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
ALGA NORTE PARK LANDSCAPE IMPROVEMENTS; PKRC538
This agreement is made on the _ _ day of Mo\J&r^h&ir~ , 20j^, by the
City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and NISSHO OF
CALIFORNIA. INC. whose principal place of business is 1902 South Santa Fe Avenue. Vista. CA 92083
(hereinafter called "Contractor").
City and Contractor agree as follows:
DESCRIPTION OF WORK. Contractor shall perfomi all work specified in the Contract documents for the
project described by these Contract Documents (hereinafter called "Project").
PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools,
equipment, and personnel to perform the work specified by the Contract Documents unless excepted
elsewhere in this Contract.
CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract,
Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans
and Specifications, and all proper amendments and changes made thereto in accordance with this Contract
or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict,
this Contract will supersede terms and conditions in the Contractor's proposal.
LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad
Ordinances governing labor.
GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project
in accordance with directions and subject to inspection approval and acceptance by: Kvle Lancaster
(City Project Manager)
PREVAILING WAGES 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.
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 Pennit requirements, the most stringent shall
prevail. All permit requirements shall be satisfied by Contractor and accepted by all 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
ALGA NORTE PARK LANDSCAPE
IMPROVEMENTS; PKRC538 Page 1 of 8 City Attomey Approved 2/7/13
Tracking #:
current San Diego Regional Water Quality Control Board (RWQCB) permit, Carlsbad Municipal
code and the City of Carlsbad 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
compliance, 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.
FALSE CLAIMS. Contractor 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 subject 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 sub/i^ntractor from participating in contract bidding.
Signature:
Print Name: ^ o
REQUIRED 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 bythe California Insurance Commission.
The certificates shall indicate coverage during the period ofthe 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 clauses providing that thirty (30) days written notice shall
be given to the City prior to such cancellation.
ALGA NORTE PARK LANDSCAPE
IMPROVEMENTS; PKRC538 Page 2 of 8 City Attomey Approved 2/7/13
Tracking #:
The policies shall name the City of Carlsbad as an 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.
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: Contractor agrees to start within lo working days after receipt of Notice to Proceed.
Completion: Contractor agrees to complete work within working days after receipt of Notice to
Proceed.
//
//
//
//
//
//
//
//
//
//
//
//
//
//
//
//
//
//
ALGA NORTE PARK LANDSCAPE
IMPROVEMENTS; PKRC538 Page 3 of 8 City Attorney Approved 2/7/13
CONTRACTOR'S INFORMATION.
NISSHO of California, Inc.
(name of Contractor)
#598372
(Contractor's license number)
July 31, 2014
(license class, and exp. date)
Tracking #:
1902 South Santa Fe Avenue
(street address)
Vista, CA 92083
(city/state/zip)
760.727.9719
(telephone no.)
760-727.8706
(fax no.)
(e-mail address)
AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of
Contractor each represent and warrant that they have the legal power, right and actual authority to bind
Contractor to the terms and conditions of this Agreement.
CONTRACTOR
By:
CITY OF CARLSBAD, a municipal corporation
of the State of California
(sign here)
(print name/title)
Assistant City Manager, Jioputy City Manager
or Departmont Diroctor
as authorized by the City Manager
Kathryn B. Dodson
By:
(Sign here here)
Cecilia Dolleton
(print name/titi
BARBARA ENGLE
City Clerk
If required by City, proper notarial acknowledgment of execution by Contractor must be attached. ILi
corporation. Agreement must be signed by one corporate officer from each of the following two groups:
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
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:
CELIA A. BREWER, City Attorney
BY:
Assistant City Attorn^'
ALGA NORTE PARK LANDSCAPE
IMPROVEMENTS; PKRC538 Page 4 of 8 City Attorney Approved 2/7/13
Tracking #:
EXHIBIT A
LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR
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 Project in excess of one-half of one percent of the total
bid, and the portion of the Project which will be done by each sub-contractor for each subcontract.
NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project
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 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."
SUBCONTRACTORS
Portion of Project to
be Subcontracted
Business Name and Address License No.,
Classification &
Expiration Date
%of
Total
Contract
Total % Subcontracted: J2L
ALGA NORTE PARK LANDSCAPE
IMPROVEMENTS; PKRC538 Page 5 of 8 City Attorney Approved 2/7/13
EXHIBIT B
JOB QUOTATION
Tracking #:
ITEM
NO.
UNIT QTY DESCRIPTION PRICE
1 Unit 1
Reference: LC 27:
18 - 24" Box Podocarpus Gracillior Trees &
irrigation modification 18,246.00
2 Unit 1
Reference: LC 28:
Transplanting of existing Hesperale (Red Yucca)
and install 40 sq.ft. of "TUFFTRACK"
10,590.00
3 Unit 1
Reference: LC 30:
Irrigation conversion from overhead spray to drip 4,570.41
TOTAL* $33,406.41
*lncludes taxes, fee's, expenses and all other costs.
ALGA NORTE PARK LANDSCAPE
IMPROVEMENTS; PKRC538 Page 6 of 8 City Attorney Approved 2/7/13
' 4.
Bond #: CDGP101042 RECEIVED OCT 2 8 2014
Tracking #:
EXHIBIT C
LABOR AND MATERIALS BOND
WHEREAS, the City Council of the City of Carlsbad, State of Califomia, has awarded to Nissho of CaUfomia, Inc.
(hereinafter designated as the "PrincipaI")7aContract for: ~~
ALGA NORTE PARK LANDSCAPE IMPROVEIVIENTS
CONTRACT NO. PKRC538
in the City of Carlsbad, in strict confomnity with the drawings and specifications, and other Contract
Documents now onfiie in the Office ofthe City Clerk ofthe City ofCarlsbad and all ofwhich are incorporated
herein by this reference, -state National Insurance Company, Inc. administered by: Contractor Managing General Insurance Agency
\A;ucDn A CD- • , u 20335 Ventura Blvd., Suite 426, Woodland Hills, CA 91364
WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the
furnishing of a bond, providing that if Principal or any of its subcontractors shall fail to pay for any materials
provisions, provender orother supplies orteams used in, upon or about the performance ofthe work agreed
to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to
the extent hereinafter set forth.
NOW, THEREFORE, WE, Nissho of Califomia, Inc. 3g
Principal, (hereinafter designated as the "Contractor"), and ~ '
___ as Surety, are held fimily bound unto the City of Carlsbad in the
sum of Thirty-three Thousand Four Hundred Six Dollars and Forty-one Cents ($33.406.41). said sum being
an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the
Contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves our
heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to
pay for any materials, provisions, provender, supplies, orteams used in, upon, for, or about the performance
of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with
California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with
respect to the work or labor performed under this Contract, or for any amounts required to be deducted
withheld, and paid over to the Employment Development Department from the wages of employees of the
contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with
respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon
the bond, reasonable attorney's fees, to be fixed by the court consistent with Califomia Civil Code section
9554.
This bond shall inure to the benefit ofany ofthe persons named in California Civil Code section 9100, so
as to give a right of action to those persons or their assigns in any suit brought upon the bond.
Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the
Contract, or to the work to be performed hereunder or the specifications accompanying the same shall
affect Its obligations on this bond, and it does hereby waive notice of any change, extension of time,
alterations or addition to the terms of the contract or to the work or to the specifications.
ALGA NORTE PARK LANDSCAPE
IMPROVEMENTS; PKRC538 Page 7 of 8 CityAttorney Approved 2^/13
Tracking #:
In the event that Contractor is an individual, it is agreed that the death of any such Contractor
shall not exonerate the Surety from its obligations underthis bond.
Executed by CONTRACTOR this 5th
of November
, day
20 1 4.
Executed by SURETY this.
of October
27 .day
, 20 14 .
CONTRACTOR:
Nissho___Qf California, Inc.
(name of Contractbf)
(sign here)
\.\io&u KATO
(print name here)
SURETY:
State National Insurance Company, Inc. administered by:
Contractor Managing General Insurance Agency, Inc.
(name of Surety)
20335 Ventura Blvd., Suite 426, Woodland Hills, CA 91364
(address of Surety)
866-363-2642
By:
e smd organization of signatory)
(telephone number of Surety)
By
(sign here)
(signature of Attorney-in-Fact)
Stephanie Hope Shear/Attomey-In-Fact
(printed name of Attorney-in-Fact)
(attach corporate resolution showing current power of
attorney) (print name here)
(title and organization of signatory)
(Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.)
(President or vice-president and secretary or assistant secretary must sign for corporations, if only one officer signs,
the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal
empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
CELIA A, BREWER
City Attorney
By:
Attorney j
Assistant City Attorney \
ALGA NORTE PARK LANDSCAPE
IMPROVEMENTS; PKRC538 Page 8 of 8 City Attorney Approved 2/7/13
BondNo.: CDGP101042 Premium: $1,002.00
Taxes & Fees: N/A
State National Insurance Company, Inc. Administered by:
CONTRACTOR MANAGING GENERAL INSURANCE AGENCY, INC.
POWER OF ATTORNEY
KNOW BY ALL THESE PRESENTS That STATE NATIONAL INSURANCE COMPANY. INC. a corporation organized and existing under
the laws ofthe State of Texas, having its principal office in Bedford, Texas does hereby constitute and appoint
Stephanie Hone Shear
its true and lawful attomey(s)-in-fact to execute, seal and deliver for and on its behalf as surety, the following bond described as:
Alga Norte Park Landscape Improvements; PKRC538
for: Three Million and 00/100 Dollars r!E3.000.000')
and undertaldngs, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by
law, statute, rule, regulation, contract or otherwise.
The execution of such instmment(s) in pursuance of these present, shall be as binding upon STATE NATIONAL INSURANCE COMPANY, INC.
as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers'at the
principal office.
RESOLVED that the signature of any authorized officer and the seal ofthe Company may be affixed by facsimile to any Power of Attomey or
certification thereof authorizing the execution and delivery of any bond, undertaking, contracts of indemnity and other writings obligatory in the
nature thereof, and such signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, STATE NATIONAL INSURANCE COMPANY, INC. has
caused this instrument to be signed and its corporate seal to be affixed by its authorized
officer, this 24th day of March, 2014.
STATE NATIONAL INSURANCE COMPANY, INC.
STATE OF TEXAS
County of Tarrant
Terry L. Ledbetter, President Trace Ledbetter, Secretary
On this24t!i day of March. 2014 before rae came the individuals who executed the preceding instrument, to me personally known, and being by me
duly swom, said that each of the herein described and authorized officer of STATE NATIONAL INSURANCE COMPANY, INC.; that the seal
affixed to said instruraent is the Corporate Seal of said Corapany; that the Corporate Seal and each signature were duly affixed by order ofthe Board
of Directors of said Company.
IN WITNESS WHEREOF, 1 have hereunto set my hand at Bedford, Texas the day and year above written.
"MlrSyBovfe^
25'' Comm. Exp. (M-2I-I5 I
[Notary Stamp] Signature ofNotary
I, Trace Lgdbetter, Secretary of STATE NATIONAL INSURANCE COMPANY, INC., do hereby certify that the above and foregoing is a true
and correct copy of a Power of Attomey executed by STATE NATIONAL INSURANCE COMPANY, INC., which is still in full force and effect.
IN WITNESS WHEREOF, 1 have thereunto set my hand and attested the seal of said Corapany this 27thdav of October , 20 J4
Trace Ledbetter, Secretary
CMGIA-SNIC-SUR-014-03/14
CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT
State of Califomia
County of Los Angeles '
On 2 7 2014 before me, JAN MICHELLE RIVERA.
DATE NOTARY PUBLIC
NAME, TITLE OF OFFICER
Personally appeareci STEPHANIE HOPE SHEAR
NAME(S) OF SIGNER{S)
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(les), and that by
his/her/their signature(s) on the instmment the person(s), or the entity upon behalf
ofwhich the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws ofthe State of Califomia that
the foregoing paragraph is true and correct.
WITNESS my hand and official seal.
RA I
m t
NATURE OF NOTARY
JAN MICHELLE RIVERA
Commission # 1939902
Notary Public - California z
Los Angeles County g
My Comm. Expires Jul 3, 2015 I
NOTARY SEAL
Mr. Kyle Lancaster October 8,2014
Parks Superintendent - City ofCarlsbad
Re: Alga Norte Enhancement Projects
Sir,
Per our walkthrough of Alga Norte Park and consequent discussion, Nissho of CA would like to make
3 proposals to accommodate landscape improvements for the parking lot axeas and a select few planter beds.
Proposal 1, referenced as LC 27: ttiis proposal is for the planting of trees in the medians of the 4 Southem
most parking area planters, currently not planted with trees. Also, Irrigation will be modified to assure
adequate watering of the new trees. The trees will be staked for an appropriate amount of time to assure
proper root development and verticality. Irrigation Modification: The (4) southemmost islands will have
one additional valve installed per island to irrigate the new trees with a bubbler. Parts for the Calsense "de-
coders" required for the addition of the bubbler system are currently slated to be available for the consumer
market in the first quarter of 2015 and have been estimated to the best of Nissho's ability. The remaining
parts and labor are included in this proposal. The cost of this proposal is $18^46.00 and would include
eighteen 24" Box Podocarpus gracillior trees, staking materials, all irrigation equipment and all associated
labor.
Proposal 2, referenced as LC 28: this proposal is for the installation of new plant material in planters and medians in
various locations throughout the park. Nissho will transplant existing Hesperaloe (Red Yucca) into
two selected beds and transplant grasses from one planter to another in the NW comer of the park, near the Tot Lot.
In the North East Planter of the Northern most Park Entrance fi'om Alicante Road, Nissho will install 40 sq ft of
"TUFFTRACK" product and inter plant that area with Blue Fescue. The cost of this proposal would be $10,590.00
and would include all the plant material and its proper planting, transplanting and all associated labor.
Proposal 3, referenced as LC 30: this proposal is to convert the irrigation at the Alga Norte Community Park in
the (2) northernmost parking lot islands. The (2) northernmost islands will be converted from overhead spray
irrigation to drip irrigation to accommodate the planned solar canopies that are to be installed in the islands. All
installed materials will be specific to the reclaimed water used in the islands. All parts and labor are included in
this proposal to install, test, and program the converted areas. The cost ofthis proposal is $4,570.41.
Dave Marriott - Estimator/Designer
760-801-1027 (cell)
NISSHO OF CALIFORNIA, INC.
1902 South Santa Fe Avenue, vista, California 92083 Phone 760.727.9719 Fax 760.727.8706
License #598372
WORK ORDER
NISSHO JOB #
Proposal
CLIENT P.O. #
LC27
C.O.C. Parks & Schools
Project Name
(760) 434-2922
City of Carlsbad
Client Phone #
,'le. Iancaster@carlsbadca. go
Client Name
Kyle Lancaster
Authorized by (Print)
email Authorized by (Sign) Date
Nissho Internal Only
(IVlaintenance Department)
Dennis Campos 26.2014
Project Manager (Print)
Tom Baird
Sales Rep Approval (Sign) Mgmt Approval
DETAILED DESCRIPTION OF WORK TO BE PERFORMED
This proposal Is for the planting of trees in the medians of the 4 Southem most parking area planters, currently not planted witti trees. Also.
Irrigation will be modified to assure adequate watering of the new trees. The trees will be staked for an appropriate amount of time to assure
proper root development and verticality. Planting should be done BEFORE the parking lot is busy.
Irrigation Modmcation: The (4) southernmost islands will have one additional valve installed per island to irrigate the new trees with a bubbler
irrigation system. This proposal is contingent upon the capacity of the Calsense central control system. This proposal has an esiimaled
doilar amouni for tha Calsense de-coder that is currently nol available to the consumer market. The remaining parts and labor that
are induded in this proposal have been bid accurately.
MATERIALS QTY PRICE TOTAL
18 - 24" Box Podocarpus gracillior 'Columnar' $4,921.00 $ 4,921.00
Tree Stakes and Ties $ 562.00 $ 562.00
Power Equipment $ 2,520.00 $ 2,520.00
Irrigation Materials: (4-Hunter IVC 1" Valves, 1" & 3/4" PVC pipe. Various Fittings, $ 3,367.00 $ 3,367.00
4-Purple Valve Boxes, Risers, Bubblers, & 4-Calsense De-coders) $
LABOR HRS RATE TOTAL
Labor 120 33.00 $ 3,960.00
Irrigation Labor 72 $ 33.00 $ 2,376.00
Irrigation Technician 12 45.00 $ 540.00
GRAND TOTAL
$
$ 18,246.00
THESE SIGNATURES BELOW CERTIFY THAT THE AREAS HAVE BEEN THOROUGHLY INSPECTED BY THE UNDERSIGNED
REPRESENTATIVE. IT HAS BEEN DETERMINED THAT THE INSTALLATION IS IN ACCORDANCE WITH THE PLANS OR THE AGREED UPON
SPECIFICATIONS BY THE DEVELOPERyCLlENT AND NISSHO OF CALIFORNIA, llvlC.
Nissho of California
Representative ~~~
Client
Representative
Print Sign Date
Print Sign Date
NISSHO OF CALIFORNIA, INC.
1902 South Santa Fe Avenue, Vista, California 92083 Phone 760.727.9719 Fax 760.727.8706
License #598372
NISSHO JOB #
WORK ORDER I proposal
CLIENT P.O. #
LC 28
C.O.C. Parks & Schools
Project Name
(760) 434-2922
City of Carlsbad
Client Phone #
/le.lancastef@carlsfaadca,qQ
Client Name
Kyle Lancaster
Authorized by (Print)
email Authorized by (Sign) Date
Nissho Internal Only
(Maintenance Department)
Dennis Campos 8.2712014
Project Manager (Print)
Tom Baird
Sales Rep Approval (Sign) Mgmt Approval
DETAILED DESCRIPTION OF WORK TO BE PERFORMED
This proposal is for the installation of new plant material in planters and median in various locations throughout the park. Nissho will transplant
Hesperaloe (Red Yucca) into two selected beds and transplant grasses from one planter to another. In the North East Planter of the Northern most
Park Entrance from Alicante Road, Nissho wiiUnstall TUFFTRACK" product and Inter plant that area with Blue Fescue. Eight existing "Crape t>;iyrtle"
trees that are cun-ently planted in the 2 northern-most parking islands will be transplanted to other locations wHhln ttie t
— —wfw^^miwi^
MATERIALS QTY PRICE TOTAL
1 Gal Carex divulsa (Berkley Sedge) 410 $13.60 $ 5,576.00
1 Gal Dietes Bl Color 113 $12.00 $ 1,356.00
5 Gal Phormium 'Bronze Baby' 50 $31.50 $ 1,575.00
Flats Festuca glauca For plantinq with TUFFTRACK 3 $27.00 $ 81.00
Nursery Deliveries 1 $200.00 $ 200.00
TUFFTRACK 2'x2' (40 sqft) 10 $24.00 $ 240.00
1 CY Top Soil 1 $42.00 $ 42.00
500 ct Fertilizer Tablets 2 $84.00 $ 168.00
1/2 CY Class 2 Road Base 1 $ 32.00 $ 32.00
$
$
Planting Labor Included above $
LABOR HRS RATE TOTAL
Transplanting Labor 24 $ 33.00 $ 792.00
TUFFTRACK Labor 16 $ 33.00 $ 528.00
$
$
1 GRAND TOTAL $ 10,590.00
THESE SIGNATURES BELOW CERTIFY THAT THE AREAS HAVE BEEN THOROUGHLY INSPECTED BY THE UNDERSIGNED
REPRESENTATIVE. IT HAS BEEN DETERMINED THAT THE INSTALLATION IS IN ACCORDANCE WITH THE PLANS OR THE AGREED UPON
SPECIFICATIONS BYTHE DEVELOPER/CLIENT AND NISSHO OF CALIFORNIA, INC.
Nissho of California
Representative Print Sign Date
Client
Representative Print Sign Date
NISSHO OF CALIFORNIA, INC.
1902SouthSantaFeAvenue, Vista. California 92083 Phone 760.727.9719 Fax 760.727.8706
License #598372
WORK ORDER
NISSHO JOB #
Proposal
C.O.C Parks- Alga Norte Comm. Park City of Carlsbad
Project Name Client Name
(760) 434-2922 Kyle Lancaster
Client Phone # Authorized by (Print)
kvte,lancastef(ajcartsbadca,Qov
CLIENT P.O. #
LC 30
email Authorized by (Sign) Date
Nissho Internal Only
(Maintenance Department)
Nathan May
Project Manager (Print)
Sales Rep Approva! (Sign) Mgmt Approval
DETAILED DESCRIPTION OF WORK TO BE PERFORMED
This proposal is to convert the irrigation at the Alga Norte Community Park in the (2) northernmost parking lot Islands. The
(2) northernmost islands will be converted from overhead spray irrigation to drip irrigation to accommodate the planned
solar canopies that are to be installed In the islands. All installed materials will be specific to the reclaimed water used
in the islands. All parts and labor are included in this proposal to install, test, and program the converted areas.
MATERIALS QTY PRICE TOTAL
Drip Irrigation Materials 1 $ 2,446.41 $ 2,448.41
$
$
LABOR HRS RATE TOTAL
Irngation Labor Supervisor 16 $ 33.00 $ 528.00
Laborers (2men) 32 $ 33.00 $ 1,056.00
Technician 12 $ 45.00 $ 540.00
$
1 GRAND TOTAL $ 4,570.41
THESE SIGNATURES BELOW CERTIFY THAT THE AREAS HAVE BEEN THOROUGHLY INSPECTED BY THE UNDERSIGNED
REPRESENTATIVE. IT HAS BEEN DETERMINED THAT THE INSTALLATION IS IN ACCORDANCE WITH THE PLANS OR THE AGREED UPON
SPECIFICATIONS BY THE DEVELOPER/CLIENT AND NISSHO OF CALIFORNIA, INC.
Nissho of California
Representative Print Sign Date
Client
Representative Print Sign Date