Loading...
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