HomeMy WebLinkAboutSurfacing Solutions Inc; 2017-07-12; PKRC630Tracking#:
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
BLOCKHOUSE RESTROOM FLOOR RESURFACING; CONT. NO. PKRC630
This agreement is made on the /,:}. th day of """'-==-.=::JU....0---'""""!!k---------' 20 / '1 by the
City of Carlsbad, California, a municipal corporation, (hereina er call ' "ty''), and SurfacingS~lutions,
Inc. whose principal place of business is 27637 Commerce Center Drive, mecula, CA 92590 (hereinafter
called "Contractor").
City and Contractor agree as follows:
DESCRIPTION OF WORK. Contractor shall perform 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: Kyle Lancaster
(City 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 is on file in the Office of the City Engineer. Contractor 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.
Contractor shall be responsible for insuring compliance with provisions of section 1777 .5 of the Labor Code
and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act."
The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5.
The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the
Contract for work.
A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the
requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract
for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which
generally requires keeping accurate payroll records, verifying and certifying payroll records, and making
them available for inspection. Contractor shall require any subcontractors to comply with Section 1776.
BLOCKHOUSE RESTROOM FLOOR
RESURFACING; CONT. NO. PKRC630 Page 1 of 8 City Attorney Approved 9/27/2016
Tracking#:
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 pr ented from further bidding on
public contracts for a period of up to five years and that r1ea~=!fflt other jurisdiction is grounds for
the City of Carlsbad to disqualify the Contractor or subc nt / rticipating in contract bidding.
Signature:
Print Name:
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 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 California admitted
insurers that have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on
the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key
Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of
Insurance Commissioners (NAIC) latest quarterly listings report.
Commercial General Liability Insurance of Injuries including accidental death, to any one person in an
amount not less than ........ $1,000,000
Subject to the same limit for each person on account of one accident in an amount not less than
....... $1,000,000
Property damage insurance in an amount of not less than ........ $1,000,000
Automobile Liability Insurance in the amount of $1,000,000 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.
The policies shall name the City of Carlsbad as an additional insured. The full limits available to the named
insured shall also be available and applicable to the City as an additional insured.
WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY. Workers' Compensation limits as
required by the California Labor Code. Workers' Compensation will not be required if Contractor has no
employees and provides, to City's satisfaction, a declaration stating this.
BUSINESS LICENSE. The Contractor and all subcontractors are required to have and maintain a valid
City of Carlsbad Business License for the duration of the contract.
BLOCKHOUSE RESTROOM FLOOR
RESURFACING; CONT. NO. PKRC630 Page 2 of 8 City Attorney Approved 9/27/2016
Tracking#:
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 30 working days after receipt of Notice to Proceed.
Completion: Contractor agrees to complete work within 90 working days after receipt of Notice to
Proceed.
CONTRACTOR'S INFORMATION.
II
II
II
JI
II
II
Surfacing Solutions, Inc.
(name of Contractor)
555537
(Contractor's license number)
C-8, C-61/D06, C-61/012, 8/31/2018
(license class. and exp. date)
1000008158
(DIR registration number)
6/30/2017
(DIR registration exp. date)
BLOCKHOUSE RESTROOM FLOOR
RESURFACING; CONT. NO. PKRC630 Page 3 of 8
27637 Commerce Center Drive
(street address)
Temecula, CA 92590
(city/state/zip)
951-699-0035
(telephone no.)
951-587-3800
(fax no.)
shawn@surfacingsolutionsinc.com
(e-mail address)
City Attorney Approved 9/27/2016
Tracking#:
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.
~ '(sign here)
5~tkvll lfttvvttc~c~ . Ctn
(print name/title) I
CITY OF CARLSBAD, a municipal corporation
of the State of California
By:
Assi a t i er, Deputy City Manager
or Department Director
as authorized by the City Manager
If required by City, proper notarial acknowledgment of execution by Contractor must be attached. !f_§
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.
1
B)7EW , City Attorney
BY: _/1--"---w'-[{__.....__-=-~---
Assistant City Attorney
BLOCKHOUSE RESTROOM FLOOR
RESURFACING; CONT. NO. PKRC630 Page 4 of 8 City Attorney Approved 9/27/2016
CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of
the individual who signed the document to which this certificate is attached, and not
the truthfulness, accuracy, or validity of that document.
State of California
County of \2-\ VeV76 tOb
On ~to l~~_/tri ___ before me, -~h'l~gi=-----------=--V1_W_~t_si,_H"b_d_is __ _
d title of the officer)
personally appeared 6h'?vVVI W)lver~OVl ----~~~~~--~~~~~~---------------------
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(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity
upon behalf of which the person(s) 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.
WITNESS my hand and official seal.
Signature _____ kk~,__ _____________ _
(Seal)
Optional Information
Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an
unauthoriLed document and may prove useful to persons relying on the attached document.
Description of Attached Document
The preceding Certificate of Acknowledgment is attached to a document
titled/for the purpose of
containing pages, and dated
The signer(s) capacity or authority is/are as:
j lndividual(s)
] /\ttorney-1n-Fact
Corporate Officer(s)
J Guardian/Conservator
1 i Partner -Limited/General
: Trustee(s)
'Other
representing:
I I l Ii.~(',)
Method of Signer Identification
Proved to me on the basis of satisfactory evidence·
forrn(s) uf 1dC'r1tlflcat1on , , ue:d1blc \Vitness(es)
Notarial event is detailed in notary Journal ori:
Page # Entry #
Notary contact:
Other
1LJ Additional Signer(s) _ _J S1gner(s)Thurnbpri11t(s)
I !
' ( opyr1qi'I )U0/ )0 I (J l\iotJry Rotary, Inc PO Box '1 J ,100, Des Mo1nec,, IA =1031: -0507 /\II 1~1qhL Re,ervcd Item Number ; 0177 2 Plcd\C contact your Authorized RC'\cl:cr to p,ir .::hase
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 Business Name and Address DIR Registration License No., %of
be Subcontracted No. Classification & Total
Expiration Date Contract
Total% Subcontracted:
The Contractor must perform no less than fifty percent (50%) of the work with its own forces.
BLOCKHOUSE RESTROOM FLOOR
RESURFACING; CONT. NO. PKRC630 Page 5 of 8 City Attorney Approved 9/27/2016
EXHIBIT B
SCOPE OF WORK
Tracking#:
Surfacing Solutions, Inc. will replace, refinish or add clear sealer with non-slip granules to six blockhouse
restrooms. Locations and pricing listed below. All work and goods shall be performed and provided in
accordance with the attached proposal.
Work includes:
• Temporary fencing to secure each location during construction
• Debris removal and broom clean conditions upon completion of the work
• Twelve month warranty from the date of completion
ITEM DESCRIPTION PRICE
NO.
1 Beach restroom near Pine Avenue $8,639.00
• Replace epoxv floor
2 Beach restroom near Tamarack Avenue $8,639.00
• Replace epoxy floor
3 Magee Park $5,822.00
• Replace epoxy floor
4 Chase Field $8,639.00
• Replace epoxy floor
5 Laguna Riviera Park $4,699.00
• Add texture and clear coat
6 Calavera Hills Community Park $5,733.00
• Add texture and clear coat
7 Labor and materials bond $1,054.00
TOTAL $43,225.00
Contract amount shall not exceed $43,225.00
BLOCKHOUSE RESTROOM FLOOR
RESURFACING; CONT. NO. PKRC630 Page 6 of 8 City Attorney Approved 9/27/2016
EXHIBITC
LABOR AND MATERIALS BOND
BOND NUMBER: 4402610
PREMIUM $1,081
Tracking#:
WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to Surfacing Solutions,
Inc. (hereinafter designated as the "Principal"), a Contract for:
BLOCKHOUSE RESTROOM FLOOR RESURFACING
CONTRACT NO. PKRC630
in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract
Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated
herein by this reference.
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 or other supplies or teams used in, upon or about the performance of the 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, Surfacing Solutions, Inc., as Principal, (hereinafter designated as the
"Contractor"), and SURETEC INSURANCE COMPANY as
Surety, are held firmly bound unto the City of Carlsbad in the sum of forty-three thousand, two hundred
twenty-five dollars ($43,225.00), 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, or teams 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 California Civil Code section
9554.
This bond shall inure to the benefit of any of the 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.
BLOCKHOUSE RESTROOM FLOOR
RESURFACING; CONT. NO. PKRC630 Page 7 of 8 City Attorney Approved 9/27/2016
BOND NUMBER: 4402610
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 under this bond.
Executed by CONTRACTOR this l:)tt'l
day
ot --~_U\t\L ___ 20 l1.
coNTRACTOSLAVZJCl~~ullltlr
By: ----1---,f-#-J'-+,.,.._.=-------ere)
lW~OV1
(print name here)
__ C-=-+>FO ___ _
(title and or~n of signatory)
By: _____ ~------------(sign here)
~ntn!t?~~~~~
(title Er~f.~~tgnatory)
Executed by SURETY this __ 2_ND~ ___ day
of JUNE , 2017 .
SURETY:
SURETEC INSURANCE COMPANY
(name of Surety)
3131 CAMINO DEL RION., SUITE
SAN DIEGO, CA 92108
(address of Surety)
(800) 288-03581
(telephone number of Surety)
1450
By: 'V-_,t,i~]?~~----
(signature of Attorney-in-Fact)
WILLIAM RAY BODENSTADT
(printed name of Attorney-in-Fact)
(attach corporate resolution showing current power of
attorney)
(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_ /J A /} /1
By: // V'W ~
V<Mf-,Deptlty City Attorney
BLOCKHOUSE RESTROOM FLOOR
RESURFACING; CONT. NO. PKRC630 Page 8 of 8 City Attorney Approved 9/27/2016
POA #: 510476
SureTec Insurance Company
LIMITED POWER OF ATTORNEY
Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and
existing under the laws of the State of Texas, and having its principal office in Houston, Harris County, Texas, does by these presents
make, constitute and appoint
William Ray Bodenstadt, Travis Jon Pearson
its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge
and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the
conditions of contracts and consents of surety for, providing the bond penalty does not exceed
Five Million and 00/100 Dollars ($5,000,000.00)
and to bind the Company thereby as fully and to the same extent as if such bond were signed by the President, sealed with the corporate
seal of the Company and duly attested by its Secretary, hereby ratifying and confinning all that the said Attorney-in-Fact may do in the
premises. Said appointment shall continue in force until 1213112019 and is made under and by authority of the following
resolutions of the Board of Directors of the SureTec Insurance Company:
Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is
hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on
behalf of the Company subject to the following provisions:
Attorney-in-Fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and
deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all
notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such
Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or
any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid
and binding upon the Company with respect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20th of April,
1999)
In Witness Whereof, SURETEC INSURANCE COMP ANY has caused these presents to be signed by its President, and its corporate seal
to be hereto affixed this 16th day of January , A.D. 2017 .
State of Texas ss:
County of Harris
l,\'tl'o\l\lllUtur111,,,/iJ. ~~.~~~~~ ... ·..;··."o\
l.iJ,~-'i\.~i iti:i! w )jg~
C;, j ;;:; J. / .... ,
······-········/"
lltr,1~,n~u111\1\;
SURETEC
On this 16th day of January, A.D. 2017 before me personally came John Knox Jr., to me known, who, being by me duly sworn, did depose and say, that
he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMP ANY, the company described in and which executed the above
instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the
Board of Directors of said Company; and that he signed his name thereto by like order.
~,t~;?r_'t7~"-XENIA CHAVEZ ~?:,·.:..A..:··~% Notary Public, State of Texas
~;{:.~-"'.lf Comm. Expires 09-10-2020 ,:,,,fi~f,f-," Notary ID 129117659 ia avez, Notary Public
y commission expires September 10, 2020
I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMP ANY, do hereby certify that the above and foregoing is a true and correct copy
of a Power of Attorney, executed by said Company, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set
out in the Power of Attorney are in full force and effect.
Given under my hand and the seal of said Company at Houston, Texas this --~~
Any instrument issued in excess of the penalty stated above is totally void and without any validity.
For verification of the authority of this power you may call (713) 812-0800 any business day between 8:00 am and 5:00 pm CST.
ACKNOWLEDGMENT
State of California
County of San Diego )
on ,~ :fl-/ 'f-before me, Kathleen Shumate, Notary Public ---~---------------(insert name and title of the officer)
personally appear~d /4,, ;·£ d J ll /1.,I &1clL-,1l7J /4t.e-e f--,
who proved to me on the basis of satisfactory e1idence to be the g.ers on(s}whose nama{sY ~re
~bscribed to the within instrument and acknowledJl61 to me tha(hs16'1e/they executed the same in
Q2!§ther/their authorized capacity(~ and that by ~er/their signatureW on the instrument the
person(8;, or the entity upon behalf of which the pers ol1{8f acted, executed the instrument.
I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
(Seal)
A notary public or other officer completing this
certificate verifies only the identity of the
individual who signed the document, to which this
certificate is attached, and not the truthfulness,
accuracy, or validity of that document.
CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of
the individual who signed the document to which this certificate is attached, and not
the truthfulness, accuracy, or validity of that document.
State of California A ,,
County of ?--\V-e\45\(Ae-
On ~lo_l_~_/\1_~ before me, ~-~-V_l?\l_Vl _W_~(_t;z._fu_d_i_s ~
(here ,nsf'rt name and title ot the officer)
personally appeared --~S""--'-Vl~?v\J __ Vl_lb"------_\_Vt:ft:_~_{J_VJ __________ _
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(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity
upon behalf of which the person(s) 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.
WITNESS my hand and official seal.
Signature I~ -----\/_,~~---------------
Optional Information
KRISTIN WEISZ HODIS
COMM. #2185839 z
Notary Public • California ~
Riverside County -
ColMI. ·res Mar. 14, 2021
(Seal)
Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an
u11authoriled document and may prove useful to pc>rsons relying on the attached document.
Description of Attached Document
The preceding Certificate of Acknowledgment is attached to a document
titled/for the purpose of
containing pages, and dated
The signer(s) capacity or authority is/are as:
lndividual(s)
i Attorney-in-Fact
Corporate Officcr(s)
1 Guardian/Conservator
Partner -Limited/General
Trustee(s)
'_ 1 Other
representing:
T1tlels)
NJme(sl of Per:.or1(s) or r-nt1ty{1e:,) Signer 1s Represent,nq
Proved to me on the basis of satisfactory ev1derice·
form(s) of 1dent1firar1on
Notarial event rs detailed in notary Journal on:
Page # Entry#
Notary contact:
Other
11 Additional S1gner(s) ' _J Signcr(s) Thumbprint(s)
[_I
Copyr1yl1t 200/ )016 NotJry Rotilry, Inc. PO Box 41 !JOO, De'::. Mo1r1es. IA 5031 l 0)07 ,!'J..11 Right'::. Reservr-d Item Nl1mbcr 10 I// 2 llleJ<,e contact your Authorized Reseller to purc:ha,p cs or t h1, fur rn
27637 Commerce Center Dr
Temecula, CA 92590
Phone: 951-699-0035 Fax. 951-587-3800
www.surfacingsolutionsinc.com
Swfacing Sollllions Inc .. is a Certified SBE C ampanv CA License# 555537 .
Bid Proposal and Contract I Bids expire in 30 days
"u:va;fmg IVage
Bid# 17 02 052 CE Date: s12412011 I SBE Supplier#1513140
Job Name: Carlsbad Parks & Recreation Contractor : City Of Carlsbad
Address: 1166 Carlsbad Village Dr. Address: same
Carlsbad Ca 92008 Phone: 760-434-2922
EMR Rate 1.0-Bond Rate 2.5% Cell Phone: 760-802-7753
DIR# 1000008158 Fax: 760-434-7185
Addendums Email: Rodney .N ishimoto@carlsbadca.gov
RFI's Attention: Rodney Nishimoto
Plans None
Specs listed on detail sheet received
Phases/Moves multiple moves, multiple locations
Mock Up None
Scope of Work
Surfacing Solutions, Inc. ("SSf') proposes to furnish all materials, equipment and labor necessary to complete the following work:
We intend to replace, refinish or add clear sealer with non slip granules to many locations of city park restrooms.
Details of each location were received from Rodney with descriptions of treatments requested.
Temporary fencing included for each location during reconstruction
Bond $ 1,054.00
Epoxy floor refinishing, replacement or reseal 1,894 sq ft. $ 42,171.00
6 Parks, 12 bathrooms
Base Bid $43,225.00
Contract Price: For the pe,formance of the Work, the undersigned will pay SSI the sum of price above : subject to such additions and deductions as
are expressly provided in this Bid Proposal and Contract ("Contract Price"). All sales tax, use taxes and other applicable taxes are included in this
Contract Price. Bid price is based on the slated Sq Ft above , any reduction in these footages, may resull in unit price increases. If job is cancelled a
$1000 mock-up charge will apply.
Power Utilities of l 10 power and water onsite for cleaning, Floor protection, Crack and Spall repair, Vertical Surfaces, Stairs, Stair
Exclusions : Treads, Stair Landings, Exterior areas, Joint Fill, Slip Co-efficiency testing "SCOF". Moisture Testing of concrete, Removal of
Tile
Specific Job Site Conditions: I
This proposal is based on a M-F 7am to 3:30pm work schedule
Notes:
SCHEDULING OF WORK: SSI requires a 3 week lead time for start new projects. Due to our constant work load we plan
and organize jobs 3 weeks ahead of schedule our labor, to order products and delive1y, tools required, mobilization and
logistic to make sure your project is a priority to SS1 So plan accordingly please.
Inclusions: All material is guaranteed to be as specified SS/ will perform the Work in a good and workmanlike manner
and in accordance with the drawings and specifications supplied by the undersigned
Utilities and Water: The undersigned contractor will provide power, 480 3/phase, 208-3/phase, /IO outlets, water on site
for grinding, cleaning and washing floors, water disposal on site or water waste bin, lifting of equipment to above ground
floors, trash disposal on site, sqfe job site conditions, equipment maneuvering ability and clear access to all work areas.
Fork lift as needed
Acceptance of Bid Proposal and Contract: If this Bid Proposal and Contract meet with your approval, please sign below
and initial pages 2 through 4 attached hereto and inco,porated herein by reference. When all pages are signed and/or
initialed, as applicable, please email.fax or mail to SSl's office (information below). Once this signed Bid Proposal and
Contract are received and accepted by an authorized representative of SSI, SSI will mail a fully executed copy to you and
yourjob will be scheduled No Work will begin until a signed Bid Proposal and Contract are accepted by SSI and any
applicable deposit is received by SS!.
ACCEPTED AND AGREED TO: The undersigned understands that this Bid Proposal and Contract include all the
information set forth above, as well as the General Terms and Conditions set forth on pages 2 through 4, inclusive,
and any attached exhibits, all of which are made a part of this Bid Proposal and Contract as if set forth in full above
the undersigned's signature(s). This Bid Proposal and Contract supersede all prior negotiations, proposals and
understandings, if any, regarding the Work and constitute the entire understanding of SSI and the undersigned
regarding the Work to be performed.
Client Signature/ Title
Date
Point of Contact: Shawn Halverson-CFO -Surfacing Solutions
951-699-0035 shawn4ssi@verizon.net
Carlsbad Restrooms Details 5/24/2017 phase one location size cove texture/clear refinish replace Total 1. Pine Ave Mens 165 95 X $ 8,639.00 Womens 165 95 X 2. Tamarack Ave Mens 246 65 X $ 8,639.00 Womens 248 85 X 3. Beech St. Magee aprk Mens 105 90 X $ 5,822.00 Womens 120 100 X 4. Harding St. chase park Mens 96 0 X $ 8,639.00 Womens 96 0 X 7. Laguna Riviera Park Mens 117 48 X $ 4,699.00 Womens 117 46 X 9. Clavera Hills Mens 203 68 X $ 5,733.00 Womens 216 64 X SQ FT LF 1894 756 $ 42,171.00