HomeMy WebLinkAboutFERANDELL TENNIS COURTS INC; 2011-03-18; PKRC503City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager Kyle Lancaster Date Issued:
(760) Request For Bid No.:
PKRC503
Mail To:
CLOSING DATE: March 31. 2011
Bonnie L. Elliott
City of Carlsbad Bid shall be deposited in the Bid Box located
799 Pine Avenue, Suite 200 in the first floor lobby of the Faraday Contor
Carlsbad, California 92008 located at 1636 Faraday Avenue, Carlebad,
CA 92008 until 4:00 p.m. on the day of Bid
Award will be made to the lowest responsive, closing.
responsible contractor based on total price.
Please use typewriter or black ink.
Envelope MUST include Request For Bid
No. —,
DESCRIPTION
Labor, materials and equipment to repair and resurface two tennis courts located at La Costa
Canyon Park. Carlsbad. CA.
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
Ferandell Tennis Courts. Inc. (858) 350-3444
Name Telephone
2120 Jimmy Durante Blvd. #102 (858) 350-3488
Address Fax
Del Mar. CA 92014
City/State/Zip E-Mail Address
-1- Revised 09/01/09
Titla of^Person Authorized to sign
_fa(£4
Signature Title
Name Date
JOB QUOTATION
ITEM NO.
1
2
UNIT
LS
LS
QW
1
1
DESCRIPTION
Repair and resurface two (2) tennis courts at La
Costa Canyon Park, 3020 Pueblo Street, Carlsbad,
CA 92009
Remove 220' of existing caulking, clean joints and re-
caulk with Sikaflex elastromeric caulking material.
Grand Total
TOTAL PRICE
$8,999
$1,320
$10,319
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:
Ferandell Tennis Courts. Inc.603945
Contractor's License Number
M>uuTr(L5.
Classification(s)
\o/2>\ A*L
Printed Name and Title
317/ti
Expiration Date
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 33.QA\ctOcVU
OR
(Individuals) Social Security #:.
-2-Revised 09/01/09
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.
Description of
Work
SUBCONTRACTOR*
% of Total
Contract
Business Name and Address License No.,
Classification
& Expiration
Date
MBE
Yes No
Total % Subcontracted:
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-3-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 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 be subject to 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 Qanfractor or subcontractor from participating in
contract bidding.
Signature:
Print Name: TtLuA Fe^tndUi ~\).
- 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 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.
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 Permit requirements, the most stringent
shall prevail. All permit requirements shall be satisfied by Contractor and accepted by all
- 5 - Revised 09/01/09
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:
FerandellTe^his Caflrta* Inc.
CITY OF CARLSBAD a municipal
corporation of the State of California:
By:
Assistant City Manager
(print name and title)(address)
(e-mail address)(telephone no.)
(print name and I title)
ATTEST:
(address)
(city/state/zip)
(telephone no.)
LORRAINE M. WOOD
City Clerk
(fax no.)
(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 officer(s) signing to bind the
corporation.)
APPROVED AS TO FORM:
RONALD R. BA
BY:
.Attorney
-Beptrty City Attorney
-7-Revised 09/01709
FER&NDELL
TENNIS COURTSiNC.
(800)900-1344
PROPOSAL/CONTRACT # tral3IO
This contract is entered into tins 4* day of February. 201! by and between FERANDELL TENNIS COURTS, INC.
(hereinafer CONTRACTOR) and CITY OF CARLSBAD (hereinafter OWNER) at Parks & Recreation, 799 Pine St.,
Carisbacl CA 92008,
Ann: Paul Meadows
Phone: 760.434.2857
Call: 760.S02.4952
Email: paul.ineatlowsigicarisbad.gov
CONTRACTOR AND OWNER AGREE AS FOLLOWS:
CONTRACTOR shall Furnish the following submitted specifications and costs, at! material, labor, equipment,
transportation and perform all work necessary for the repair and resurfacing ofTWO (2) tennis courts at LA COSTA
CANYON PARK., 3020 Pueblo St.. Carlsbad, CA 92009?
I) REPAIR/RESURFACE
a) CONTRACTOR to waierblast existing surface using a 3500 to 5000 PSI hydrobiasier. This will expose all
surface spalls and pop-outs, clean out existing cracks, and remove any bubbling or peeling of existing surface.
b) CONTRACTOR to patch all visible pop-outs and spalls using court patch binder, grind or sand flush with slab.
c) CONTRACTOR to fill all cracks wide enough to accept court patch hinder or court flex (cracks will re-appear
due to contraction, expansion, and other existing conditions).
d) CONTRACTOR to grind court surface (14,400 sf) with Razorback grinder, to achieve a smooth, flat surface.
K) CONTRACTOR to apply one (1) coat of acrylic concrete primer to court surface.
f> CONTRACTOR to surface playing area with the "ACRY L1C SYSTEM" for true hall bounce:
* CONTRACTOR to clean and prepare existing surface,
» CONTRACTOR to apply two (2) coat of acrylic resurfaeer -with £60 silica sand, giving surface a smooth,
even, uniform finish.
* CONTRACTOR so apply one (I} coal of &<>Q sand filled acrylic color for court speed DS DM DP, (J«<^,«
* CONTRACTOR to seal surface \viiti one (I) coal of unsanded acrylic color.
* Court Colors J3Latex-ite BtayfceM: Inside - _ „ Outside -
« CONTRACTOR to stripe court as per current USTA specifications in pure white acrylic,
g) CONTRACTOR 10 paint net posts, color _ .
****REPAIR/RESURFACE , „.....,....„„,..„„ , $8,999"**
2) EXPANSION JOINT CAULKING
a) CONTRACTOR to remove 220' of existing caulking, clean joints and re-caoik with Kikaflex elastromeric
caulking material.
* Includes joints at center netlisie, between courts and viewing areas and unfericed area between courts.
Excludes joints under fence line,
****EXPANSIQN JOINT CAULKING .
CALIFORNIA ALL-PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
State of California
County of
On
personally appeared
who proved to me on the basis of satisfactory evidence to be the Dersonte) whose namefs]) ysVajgx
subscribed to the within instrument and acknowledged^*! me that Na/sjrfe/icey executed the same La
h^/hjfer/tl^ej) authorized capacity(((es)), and thai by h(§/rj/6iOThei) signature^syon the instrument the persorfey
or the entity upon behalf of whicnuie perspn(«) acted, executed the instrument.
(Here insert name and title 6Hhe officer)
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph
is true and correct.
YTMESS my hand and official seal.
(Notary Seal)
Signature of Notary Public
OFFICIAL SEAL I
SHARON HUFFMAN j
NOTARY PUBLIC-CAUFORNlAg
COMM. NO. 1883910 2
SAN OIEQO COUNTY •
MY COMM EXP. MARCH. 22,2014 I
ADDITIONAL OPTIONAL INFORMATION
DESCRIPTION OF THE ATTACHED DOCUMENT
Mmor
(Title or description of attached document)
(Title or description ohattached document continued)
Number of Pages Document DaterWtT/U | /Q|(
(Additional information)
CAPACITY CLAIMED BY THE SIGNER
*
D
D
D
D
D
lndividua/(sA
Corporate Officer
(Title)
Partner(s)
Attorney-in-Fact
Trustee(s)
Other
INSTRUCTIONS FOR COMPLETING THIS FORM
Any acknowledgment completed in California must contain verbiage
exactly as appears above 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 of California. In such instances, any alternative
acknowledgment verbiage as may be printed on such a document so
Jong as the verbiage does not require the notary to do something that
is illegal for a notary in California (i.e. certifying the authorized
capacity of the signer). Please check the document carefully for
proper notarial wording and attach this form if required.
• State and County information must be the State and County
where the document signer(s) personally appeared before the
notary public for acknowledgment.
• Date of notarization must be the date that the signer(s) personally
appeared which must also be the same date the acknowledgmentis completed.
• The notary public must print his or her name as it appears within
his or her commission followed by a comma and then your title
(notary public).• Print the name(s) of document signer(s) 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/we ) 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 information 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. CEO,
CFO, Secretary). ;
• Securely attach this document to the signed document
2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com