HomeMy WebLinkAboutExcel Surfaces; 2010-03-19; PEM498City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
PEM498 FIRE STATION #5 EPOXY FLOOR RECOAT
Project Manager: Dale A. Schuck
(760) 434-2949
Mail To:
Property & Environmental Management
City of Carlsbad
405 Oak Avenue
Carlsbad, California 92008-7314
Award will be made to the lowest responsive,
responsible contractor based on total price.
Date Issued:
Roquost For Bid No.:
March 3, 2010
CLOSING DATE:
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 4:00 p.m. on the day of Bid
Please use typewriter or black ink.
Envelope MUST include Request For Bid
DESCRIPTION
Labor, materials and equipment to remove existing epoxy coating, prepare floor, install new epoxy
coating in the service bay and workshop area at Fire Station #5 in accordance with City
specifications and the Contractors attached proposal dated February 24, 2010 which is titled Exhibit
"A" and incorporated herein.
Project Manager: Dale A. Schuck
Phone No. (760) 434-2949
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
Excel Surfaces
Name
863 Corte Merano
Address
Escondido. CA 92026
760-497-2436
Telephone
City/State/Zip
Fax
mark.tretter@cox.net
E-Mail Address
PEM498 -1-Revised 08/1 1/09
Name and Title of Person Authorized to sign
contracts.
Signature
Mark V. Tretter
Owner/Sole Proprietor
Title
Name
Zo/e)
Date
JOB QUOTATION
ITEM NO.
1.
UNIT
Lump Sum
QTY
1 Ea.
DESCRIPTION
Prepare and recoat Fire Station #5
Service Bay and Workshop in
accordance with attached Contractor's
Proposal dated 2/24/1 0 - Exhibit "A"
TOTAL PRICE
$17,500.00
Quote Lump Sum, including all applicable taxes. Award is by total price.
Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening,
unless otherwise stipulated by the City of Carlsbad. Award will be made by the Purchasing Officer to the
lowest, responsive, responsible contractor. The City reserves the right to reject any or all bids and to accept
or reject any item(s) therein or waive any informality in the bid. In the event of a conflict between unit price
and extended price, the unit price will prevail unless price is so obviously unreasonable as to indicate an
error. In that event, the bid will be rejected as non-responsive for the reason of the inability to determine the
intended bid. The City reserves the right to conduct a pre-award inquiry to determine the contractor's ability to
perform, including but not limited to facilities, financial responsibility, materials/supplies and past performance.
The determination of the City as to the Contractor's ability to perform the contract shall be conclusive.
SUBMITTED BY:
Excel Surfaces 596537
Company/Business Name
Authorized Signature
Mark V. Tretter- Owner/Sole Proprietor
Printed Name and Title
Contractor's License Number
C15. D06. D12
Classification(s)
6/30/2010
Expiration Date
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#:
OR
(Individuals) Social Security #:
PEM498 -2-Revised 08/11/09
DESIGNATION OF SUBCONTRACTORS
Set forth below is the full name and location of the place of business of each sub-contractor whom
the contractor proposes to subcontract portions of the work in excess of one-half of one percent of
the total bid, and the portion of the work which will be done by each sub-contractor for each
subcontract.
NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the
work to be performed under the contract in excess of one-half of one percent of the bid, the
contractor shall be deemed to have agreed to perform such portion, and that the contractor
shall not be permitted to sublet or subcontract that portion of the work, except in cases of
the public emergency or necessity, and then only after a finding, reduced in writing as a
public record of the Awarding Authority, setting forth the facts constituting the emergency or
necessity in accordance with the provisions of the Subletting and Subcontracting Fair
Practices Act (Section 4100 et seq. of the California Public Contract Code).
If no subcontractors are to be employed on the project, enter the word "NONE."
PORTION OF WORK
TO BE
SUBCONTRACTED
Item
No.
I
~L
Description of
Work
/rPc-fyr**^
Sk^EU/^
SUBCONTRACTOR*
% of Total
Contract
it
lb
Business Name and Address
S*\04-kl^-*rS- ''-<-
^.A^'^f «7-«-/«v<-cv./ VK QA. Vt-i?^
License No.,
Classification
& Expiration
Date
G7^$^
"/*%•!OD^
MBE
Yes No
Total % Subcontracted:
* Indicate Minority Business Enterprise (MBE) of subcontractor.
PEM498 -3-Revised 08/11/09
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
PEM498 FIRE STATION #5 EPOXY FLOOR RECOAT
(Excel Surfaces, a Sole Proprietor)
(Less than $25,000)
Labor:
I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances
governing labor, including paying the general prevailing rate of wages for each craft or type of worker
needed to execute the contract.
Guarantee:
I guarantee all labor and materials furnished and agree to complete work in accordance with
directions and subject to inspection approval and acceptance by: Dale A. Schuck.
(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. The City
Manager has determined that it is not in the best interest of the city to require the payment of
prevailing wages for this project. Payment of prevailing wages is at contractor's discretion.
False Claims
Contract hereby agrees that any contract daim 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 dvil penalties where a person knowingly submits a false daim to a public entity.
These provisions indude false daims made with deliberate ignorance of the false information or in
reckless disregard of the truth or falsity of the information.
The provisions of Carlsbad Munidpal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028
pertaining to false daims are incorporated herein by reference.
Contractor hereby acknowledges that the filing of a false daim may be subject to the contractor to an
administrative debamnent proceeding wherein the contractor may be prevented from further bidding
on public contracts for a period of up to five years and that debarment by another jurisdiction is
grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in
contract bidding.
Signature:
Print Name:
PEM498 - 4 - Revised 08/11/09
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 form approved by the California Insurance Commission. The certificates
shall indicate coverage during the period of the contract and must be furnished to the City prior to the
start of work. The minimum limits of liability Insurance are to be placed with insurers that have: (1) a
rating in the most recent Best's Key Rating Guide of at least A-:V and (2) are admitted and
authorized to transact the business of insurance in the State of California by the Insurance
Commissioner.
Commercial General Liability Insurance of Injuries including accidental death, to any one person in
an amount not less than $500,000
Subject to the same limit for each person on account of one accident in an amount not less than
$500,000
Property damage insurance in an amount of not less than $100,000
Automobile Liability Insurance in the amount of $100,000 combined single limit per accident for
bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the
performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether
scheduled or non-scheduled. The automobile insurance certificate must state the coverage is for
"any auto" and cannot be limited in any manner.
The above policies shall have non-cancellation clause providing that thirty (30) days written notice
shall be given to the City prior to such cancellation.
The policies shall name the City of Carlsbad as additional insured.
Indemnity:
The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold
harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of
every kind, nature and description, directly or indirectly arising from or in connection with the
performance of the Contract or work; or from any failure or alleged failure of Contractor to comply
with any applicable law, rules or regulations including those related to safety and health; and from
any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting
directly or indirectly from the nature of the work covered by the Contract, except for loss or damage
caused by the sole or active negligence or willful misconduct of the City. The expenses of defense
include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute
resolution method.
PEM498 - 5 - Revised 08/11/09
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 15 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within 25 working days after receipt of Notice to Proceed.
CONTRACTOR:
Excel Surfaces
By:.
By:
(name of Contractor)
(sign here)
(print name and title)
. -ft-
(e-mail address))
(sign here)
CITY OF CARLSBAD a municipal
corporation of the StateoiCaljfomia:
\ssista/fttity Manager
1200 Carlsbad Village Drive
(address)
(telephone no.)
(print name and title)
(address)
(city/state/zip)
(telephone no.)
(fax no.)
ATTEST:
LORRAINE M. WQODj
'City P'*""
(e-mail address)
(Proper notarial acknowledgment of execution by Contractor must be attached.
Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer
must sign for corporations. Otherwise, the corporation must attach a resolution certified by the
secretary or assistant secretary under corporate seal empowering the officers) signing to bind the
corporation.)
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
BY:
Deputy City Attorney
PEM498 -6-Re vised 08/11/09
CALIFORNIA ALL-PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
State of California
County of
On
f
personally appeared
before me,
(Here insert name and title orthe officer)
A.
7
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
capacities), 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
MIKE A. GUENDLING
Commission # 1792493
Notary Public - California
San Diego County
My Comm. Expires Mar 17,2012
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF THE ATTACHED DOCUMENT
(Title or description of attached document)
(Title or description of attached document continued}
Number of Pages Document Date
(Additional information)
CAPACITY CLAIMED BY THE SIGNER
D Individual (s)
D Corporate Officer
D
D
D
D
(Title)
Partner(s)
Attorney-in-Fact
Trustees)
Other
INSTRUCTIONS FOR COMPLETING TECS FORM
Any acknowledgment completed in California mast contain verbiage exactly as
appears abme in the notary section or a separate acknowledgment form must be
properly completed and attached to that document. The only exception is if a
document is to be recorded outside cf California. In such instances, any alternative
acknowledgment verbiage as may be printed on .tuck a document so long as the
verbiage does not require the notary to do something that is illegal for a notary in
California (i.e. certifying the authorized opacity of the signer). Please check the
document carefully for proper notarial itordtoig and attach ihisform tf required.
• State and County information must be the State and County where the document
signers) personally appeared before the notary public for acknowledgment.
• Date of notarization must be (he date that th« signer(s) personally appeared -which
must also be the same date the acknowledgment is completed.
• The notary public must print his or her name as it appears within his or her
commission fallowed by a comma and then your tide (notary public).
• Print the name^s) of document signers) who personally appear at the time of
notarization.
• Indicate the correct singular or plural forms by crossing off incorrect forms (i.e.
he/she/they; is /aw ) or circling the correct forms. Failure to correctly indicate this
information may lead to rejection of document recording.
• The notary seal impression must be clear and photographically reproducible.
Impression must not cover text or lines. If seal impression smudges, re-seal if a
sufficient area permits, otherwise complete a different acknowledgment form.
• Signature of the notary public must match the signature on file with the office of
the county clerk.
* Additional infiaroation is not required but could help to ensure this
acknowledgment is not misused or attached to a different document.
<• Indicate title or type of attached document, number of pages and date.
* Indicate the capacity claimed by the signer. If the claimed capacity is a
corporate officer, indicate the title (i.e. CBO, GFO, Secretary),
• Securely attach this document to the signed document
2003 VersionCAPA-vl2.10.07 800-873-9865 www.NotaryClasses-com
Excel Surfaces
Lie # 596537
CITY OF CARLSBAD
PEM498 FIRE STATION #5
EPOXY FLOOR RECOAT
EXHIBIT "A"
863 Corte Merano
Escondido, Ca 92026
760-497-2436
Homeowner Proposal
Requested by:Dale Schuck Date 2/24/2010
Phone #'s 760-434-2949 Cell 760-802-5788 Fax# 760-720-9562
email: dschu@ci.carlsbad.ca.us
Project Address 2480 Impala
Carlsbad Ca. 92010
Billina City of Carlsbad
Description of Work Remove existing epoxy, fill saw cuts and joints. Mechanically profile concrete to receive epoxy.
Apply two coats of 100% solids epoxy and on coat of 92% solids tinted polyurea. $17,500.00
Project can be completed in one phase. Work will take 4 to 5 days and will require 2 days of only foot traffic.
All material is quarantined to be as specified. All work will be performed according to industry standard practices and under
current CSLB requirements. Any alterations or deviation from standard practices must be noted and agreed upon in
writing prior to part or entire job commencing using a Change Order form or a new contract. Any alterations or deviation
from the above specifications resulting in a change in cost will be done in writing using a signed Change Order form. All
jobs of $2000 or more will require a California Preliminary Lien Notice.
Payment TBD Estimated Start Date 1 weeks notice
Estimated time required 4 - 5 days for application and 2
days for curing before moving back on.
phase.
Acceptance of Proposal: The above prices, specifications and conditions are satisfactory and are hereby accepted.
You are authorized to do the work as specified. Formal contract with approved CSLB inclusions must be singed prior to
commencement of work. Payment(s) will made as outlined above. This Proposal expires 30 days from above date.
Signature Date