HomeMy WebLinkAboutSYNPRO Synthetic Turf Professionals; 2012-12-26; PKRC523Project Manager Kyle Lancaster
(760)
City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Date Issued:
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.
Request For Bid No.:
PKRC523
CLOSING DATE: Nov. 30, 2012
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 ^:00 p.m. on the day of Bid
closing.
Please use typewriter or black ink.
Envelope MUST include Request For Bid
NG^ r
DESCRIPTION
Labor, materials and equipment to Prep, grade, and compact outlined areas per specification and
install artificial arass in areas as described in Svnpro quote dated 11/29/12..
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Kyle Lancaster
Phone No. (760) 434-2941
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
SYNPRO Synthetic Turf Professionals
Name
17117 Roseton Ave.
Address
Artesia. CA 90701
City/State/Zip
(562) 547-5842
Telephone
^(n^-HOl -9^BO
Fax
E-Mail Adbreis
Revised 09/01/09
Name and M\k of
contracts
Signature
Name
It fiiM.^il lU Title
Date
JOB QUOTATION
ITEM UNIT QTY DESCRIPTION TOTAL
NO. PRICE
Pine Avenue Park:
1 LS 1
Prep, grade, and compact outlined areas per
specification
Install artificial grass in two areas (672 sqft& 91sqft
respectively)
Distribute rubber infill into fibers as needed (coated infill
may cost more if specified)
Fibrulate blades to appropriate finish
$6,658
2 LS 1
Stagecoach Park Fields 2 & 3:
Prep, grade, and compact outlined areas per
specification
Install artificial grass in two areas per field (350 sq ft //
544 sq ft respec:tively) Distribute rubber infill into fibers
as needed (coated infill may cost more if specified)
Fibrulate blades to appropriate finish
$16,092
Grand Total $22,750
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 detennine the
intended bid. The City reserves the right to conduct a pre-award inquiry to determine the contractor's ability to
perfomri, including but not limited to facilities, financial responsibility, materials/supplies and past perfonnance.
The determination of the City as to the Contractor's ability to perform the contract shall be conclusive.
SUBMITTED BY:
SYNPR(/s\^thg/ficJ ionals
Company/Busin( is
Contractor's License Number
Authorized Signature , /I i
Printed Nkme and Title
'~>i___:x:__i:__/_^ • * Classification(s)
Expiration Date
Date
Revised 09/01/09
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: _
OR
(Individuals) Social Security #:
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 perfonn such portion, and that the contractor
shall not be pennitted 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
SUBCONTRACTOR* MBE
Item
No.
Description of
Work
% of Total
Contract
Business Name and Address License No.,
Classification
& Expiration
Date
Yes No
Total % Subcontracted:
Indicate Minority Business Enterprise (MBE) of subcontractor.
Revised 09/01/09
CITY OF CARLSBAD
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 infonnation or in
reckless disregard of the truth or falsity of the infonnation.
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 debamrient proceeding wherein the contractor may^be prevented from further bidding
on public contracts for a period of up to five years ana that del^annent by another jurisdiction is
grounds for the City of Carlsbad to disqualify the Conlraptor qr si^^sp^^'^tor from participating in
contract bidding.
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 Carlsbad, a Certification of Commercial General
Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance
indicating coverage in a fomn 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
perfonnance 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.
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.
Revised 09/01/09
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
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, 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.
- 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 Work: I agree to start within ten (10) calendar days after receipt of Notice to Proceed.
Completion: I agree to complete work within twenty-five (25) working days after receipt of Notice to
Proceed.
CONTRACTOR:
(prrit name and title)
(e-mail address) (e-mail address)
Bv:
[sign here)
(print name and title)
(address)
(city/state/zip)
(telephone no.
(fax no.)
(e-mail ad iddress)
CITY OF CARLSBAD a municipal
corporation of the State of California:
By:
Assistant City Manager
(address)
(telephone no.]
ATTEST:
City Clerk
(Proper notarial acknowledgment of execution by Contractor must be attached.
Chaimnan, 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.)
-iggp^pCity Attorney
7-Revised 09/01/09
11-29-2012
City of Carlsbad
RE; Pine Avm Park ft Stagecoach Paric
C/O Kyla undcaster
RE: Turf Installation
Dear Kyle, the foHowing is the price to install SprinTurf materials according to the Job specifications:
Pine Ave Parle:
- Prap, grade, and compact oiftllnad areas per specification
• instai artificial grass in two areas (672 sq ft & 91 sq ft respectively)
- DistrllHite rubber infill into fibers as needed (coated infill may cost mora if specified)
Fibrulate blades to appropriate finish
Price: $6658.00 or $9,00 sq ft
Stagecoach Parle Fields 2 ft 3:
- Prep, grade, and compact outlined areas per specification
' instaBarttfidtf grassintiwoar«asperfield(3S0sqftftS44$4ftrespecthwly)
- DistHbute rubber infili into fibers as needed (coated infill may cost mora if specified)
- Fibrulate blades to appropriate finish
Price: $16,092.00 or $9.00 sq ft Total price ail 3 locations: $22,750.00 or $9.00 sq ft
*prlces shown may change due to unknown and unforeseen variables such as drainage issues, securing of
turf edging, re-leveling or removal of home plates/pitching rubber, etc
Terms: lOOX of contract amount due upcm completion off turf instaUatiim
Authorized sjanatura Dats
17117 Rostton Ave. Artesia CA 90701 Office 562-547-5842 Fax 562-809-9330
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of Los Angeles
On 12/18/2012 before me, Chen-Cho Tsang Hinton - Notary Public ,
personally appeared ** Randy Robert Camarillo** name is subscribed to the within
instrument and acknovyledged to me that he executed the same in his authorized capacity,
and that by his signature on the instrument the person, or the entity upon behalf of which
the person 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.
CHEN-CHO TSANGHINIOM^
i COMM. #1957771 z J Notary Public - California §
' Los Anfleles Counhf t
Comm. Expires Nw. 19,2015r
WITNESS my hand and official seal.
Signature of Notary FHibac
***************************** OPTIONAL *****************************
Though the information below is not required by law, it may prove valuable to persons relying on the document and
could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document: Request for Bid
Document Date: 12/18/2012
Number of Pages: _7_
Signer(s) Other Than Named Above: No Other Signer
Capacity(ies) Claimed by Signer(s)
Signer's Nam: Randy Robert Camarillo
] Individual
X ] Corporate Officer
Title(s): President
] Partner-[ ] Limited [ ] General
] Attorney-in-Fact
] Trustee
] Guardian or Conservation
] Other:
Signer's Name: N/A
] Individual
] Corporate Officer
Title(s):
] Partner-[ ] Limited [ ] General
] Attorney-in-Fact
] Trustee
] Guardian or Conservator
] Other
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of Los Angeles
On 12/18/2012 before me, Chen-Cho Tsang Hinton - Notary Public ,
personally appeared **John Daniel Robles** name is subscribed to the within instrument
and acknowledged to me that he executed the same in his authorized capacity, and that by
his signature on the instrument the person, or the entity upon behalf of which the person
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.
CHEN-CHO TSANG HINTONI
COMM. #1957771 z
Notary Pik)lic • California g Los Aftgeles County -t My Comm. faoires ^kw. 19j 201Sf
WITNESS my hand and official seal.
Signature of Notary PuBlic
***************************** OPTIONAL *****************************
Though the information below is not required by law, it may prove valuable to persons relying on the document and
could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document: Request for Bid
Document Date: 12/18/2012
Number of Pages: _1_
Signer(s) Other Than Named Above: No Other Signer
Capacity(ies) Claimed by Signer(s)
Signer's Nam: John Daniel Robles
] Individual
X ] Corporate Officer
Title(s): Secretary
] Partner-[ ] Limited [ ] General
] Attorney-in-Fact
] Trustee
] Guardian or Conservation
] Other:
Signer's Name: N/A
] Individual
] Corporate Officer
Title(s):
] Partner-[ ] Limited [ ] General
] Attorney-in-Fact
] Trustee
] Guardian or Conservator
] Other