HomeMy WebLinkAboutMobile Carpet Club Inc; 2015-11-10; PEM1334PEM1334
AGREEMENT FOR FIRE STATION 1 FLOORING SERVICES
MOBILE CARPET CLUB, INC. dba CARPET CLUB
jAs AGREEMENT is made and entered into as of the /^'^ day of
,/^/y yq/^/^ . 2015, by and between the CITY OF CARLSBAD, a municipal
cdi-pdration, ("City"), and MOBILE CARPET CLUB, INC. dba CARPET CLUB, a California
corporation, ("Contractor").
RECITALS
A. City requires the professional services of a flooring contractor that is experienced
in removing existing flooring, installing tile, installing base, adhesive and new carpet tiles.
B. Contractor has the necessary experience in providing professional services and
advice related to replacing existing flooring with new flooring.
C. Contractor has submitted a proposal to the City and has affirmed its willingness
and ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein. City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A", which is incorporated by this reference in
accordance with this Agreement's terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill
customarily exercised by reputable members of Contractor's profession practicing in the
Metropolitan Southern California Area, and will use reasonable diligence and best judgment while
exercising its professional skill and expertise.
3. TERM
The term ofthis Agreement will be effective for a period of sixty (60) days from the date first above
written. Extensions will be based upon a satisfactory review of Contractor's performance. City
needs, and appropriation of funds by the City Council. The parties will prepare a written
amendment indicating the effective date and length of the extended Agreement.
4. TIME IS OF THE ESSENCE
Time is ofthe essence for each and every provision ofthis Agreement.
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term will be
fourteen thousand four hundred sixty-five dollars and forty seven cents ($14,465.47). No other
compensation for the Services will be allowed except for items covered by subsequent
amendments to this Agreement. The City reserves the right to withhold a ten percent (10%)
retention until City has accepted the work and/or Services specified in Exhibit "A".
Incremental payments, if applicable, should be made as outlined in attached Exhibit "A".
City Attorney Approved Version 4/1/15
PEM 1334
6. 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 ofthe Labor Code. Pursuant to Section 1773.2 ofthe Labor Code, a
current copy of the applicable wage rates is on file in the Office of the City Engineer. The
contractor to whom the contract is awarded shall not pay less than the said specified prevailing
rates of wages to all workers employed by him or her in execution ofthe contract.
The Prime Contractor shall be responsible for insuring compliance with provisions of section
1777.5 ofthe Labor Code and section 4100 et seq. ofthe 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.
7. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and
in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be
under control of City only as to the result to be accomplished, but will consult with City as
necessary. The persons used by Contractor to provide sen/ices under this Agreement will not be
considered employees of City for any purposes.
The payment made to Contractor pursuant to the Agreement will be the fuil and complete
compensation to which Contractor is entitled. City will not make any federal or state tax
withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be
required to pay any workers' compensation insurance or unemployment contributions on behalf
of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty
(30) days for any tax, retirement contribution, social security, overtime payment, unemployment
payment or workers' compensation payment which City may be required to make on behalf of
Contractor or any agent, employee, or subcontractor of Contractor for work done under this
Agreement. At the City's election. City may deduct the indemnification amount from any balance
owing to Contractor.
8. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of City.
If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the
acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly
employed by the subcontractor, as Contractor is for the acts and omissions of persons directly
employed by Contractor. Nothing contained in this Agreement will create any contractual
relationship between any subcontractor of Contractor and City. Contractor will be responsible for
payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of
a subcontractor by the terms ofthis Agreement applicable to Contractor's work unless specifically
noted to the contrary in the subcontract and approved in writing by City.
City Attorney Approved Version 4/1/15
PEM 1334
9. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
10. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees
and volunteers from and against all claims, damages, losses and expenses including attorney's
fees arising out of the performance of the work described herein caused by any negligence,
recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or
indirectly employed by any of them or anyone for whose acts any of them may be liable.
The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or
makes to or on behalf of an injured employee under the City's self-administered workers'
compensation is included as a loss, expense or cost for the purposes ofthis section, and that this
section will survive the expiration or early termination of this Agreement.
11. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all
amendments, insurance against claims for injuries to persons or damage to property which may
arise out of or in connection with performance of the services by Contractor or Contractor's
agents, representatives, employees or subcontractors. The insurance will be obtained from an
insurance carrier admitted and authorized to do business in the State of California. The insurance
carrier is required to have a current Best's Key Rating of not less than "A-:Vir'; 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.
11.1 Coveraae and Limits.
Contractor will maintain the types of coverage and minimum limits indicated below, unless the
Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage
will not constitute any limitations or cap on Contractor's indemnification obligations under this
Agreement. City, its officers, agents and employees make no representation that the limits of the
insurance specified to be carried by Contractor pursuant to this Agreement are adequate to
protect Contractor. If Contractor believes that any required insurance coverage is inadequate,
Contractor will obtain such additiona! insurance coverage, as Contractor deems adequate, at
Contractor's sole expense. The full limits available to the named insured shall also be available
and applicable to the City as an additional insured.
11.1.1 Commercial General Liabilitv Insurance. $2,000,000 combined single-limit per
occurrence for bodily injury, personal injury and property damage. Ifthe submitted policies contain
aggregate limits, general aggregate limits will apply separately to the work under this Agreement
or the general aggregate will be twice the required per occurrence limit.
11.1.2 Automobile Liabilitv. (if the use of an automobile is involved for Contractor's work
for City). $1,000,000 combined single-limit per accident for bodily injury and property damage.
10.1.3 Workers' Compensation and Emplover's Liabilitv. 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.
11.1.4 Professional Liabilitv. Errors and omissions liability appropriate to Contractor's
profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a
period of five years following the date of completion of the work.
City Attorney Approved Version 4/1/15
PEM 1334
11.2 Additional Provisions. Contractor will ensure that the policies of insurance required under
this Agreement contain, or are endorsed to contain, the following provisions:
11.2.1 The City wil! be named as an additional insured on Commercial General Liability
which shall provide primary coverage to the City.
11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which
will be written as claims-made coverage.
11.2.3 This insurance will be in force during the life ofthe Agreement and any extensions
of it and will not be canceled without thirty (30) days prior written notice to City sent by certified
mail pursuant to the Notice provisions of this Agreement.
11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to City.
11.4 Failure to Maintain Coveraae. If Contractor fails to maintain any of these insurance
coverages, then City will have the option to declare Contractor in breach, or may purchase
replacement insurance or pay the premiums that are due on existing policies in order to maintain
the required coverages. Contractor is responsible for any payments made by City to obtain or
maintain insurance and City may collect these payments from Contractor or deduct the amount
paid from any sums due Contractor under this Agreement.
11.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete
and certified copies of any or all required insurance policies and endorsements.
12. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of the
Agreement, as may be amended from time-to-time.
13. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be clearly identifiable. Contractor will allow a representative of City
during normal business hours to examine, audit, and make transcripts or copies of records and
any other documents created pursuant to this Agreement. Contractor will allow inspection of all
work, data, documents, proceedings, and activities related to the Agreement for a period ofthree
(3) years from the date of final payment under this Agreement.
14. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant
to this Agreement is the property of City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this
Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy
of the work product for Contractor's records.
15. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and
Contractor relinquishes all claims to the copyrights in favor of City.
City Attomey Approved Version 4/1/15
PEM 1334
16. NOTICES
The name of the persons who are authorized to give written notice or to receive written notice on
behalf of City and on behalf of Contractor under this Agreement.
For Citv For Contractor
Name Bob Richardson Name Denis Royer
Title Public Works Superintendent Title President
Department Public Works Address 518 W. Washington Ave.
City of Carlsbad Escondido, CA 92025
Address 405 Oak Avenue Phone No. 760-740-9545
Carlsbad, CA 92008 Email denis@carpetclub.com
Phone No. 760-434-2944
Each party will notify the other immediately of any changes of address that would require any
notice or delivery to be directed to another address.
17. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report
investments or interests in all four categories.
18. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and regulations
which in any manner affect those employed by Contractor, or in any way affect the performance
of the Services by Contractor. Contractor will at all times observe and comply with these laws,
ordinances, and regulations and will be responsible for the compliance of Contractor's services
with all applicable laws, ordinances and regulations.
Contractor will be aware ofthe requirements ofthe Immigration Reform and Control Act of 1986
and will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors and consultants whose services are
required by this Agreement.
19. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
20. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following procedure will
be used to resolve any questions of fact or interpretation not othenwise settled by agreement
between the parties. Representatives of Contractor or City will reduce such questions, and their
respective views, to writing. A copy of such documented dispute will be fonwarded to both parties
involved along with recommended methods of resolution, which would be of benefit to both
parties. The representative receiving the letter will reply to the letter along with a recommended
method of resolution within ten (10) business days. Ifthe resolution thus obtained is unsatisfactory
to the aggrieved party, a letter outlining the disputes will be fonwarded to the City Manager. The
City Manager will consider the facts and solutions recommended by each party and may then opt
to direct a solution to the problem. In such cases, the action ofthe City Manager will be binding
City Attomey Approved Version 4/1/15
PEM 1334
upon the parties involved, although nothing in this procedure will prohibit the parties from seeking
remedies available to them at law.
21. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
termination. If City decides to abandon or indefinitely postpone the work or sen/ices contemplated
by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon
notification of termination, Contractor has five (5) business days to deliver any documents owned
by City and all work in progress to City address contained in this Agreement. City will make a
determination of fact based upon the work product delivered to City and ofthe percentage ofwork
that Contractor has performed which is usable and of worth to City in having the Agreement
completed. Based upon that finding City will determine the final payment of the Agreement.
Either party upon tendering thirty (30) days written notice to the other party may terminate this
Agreement. In this event and upon request of City, Contractor will assemble the work product and
put it in order for proper filing and closing and deliver it to City. Contractor wil! be paid for work
performed to the termination date; however, the total will not exceed the lump sum fee payable
under this Agreement. City will make the final determination as to the portions of tasks completed
and the compensation to be made.
22. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other
than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that
Contractor has not paid or agreed to pay any company or person, other than a bona fide
employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration
contingent upon, or resulting from, the award or making ofthis Agreement. For breach or violation
ofthis warranty. City will have the right to annul this Agreement without liability, or, in its discretion,
to deduct from the Agreement price or consideration, or othenwise recover, the full amount of the
fee, commission, percentage, brokerage fees, gift, or contingent fee.
23. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must
be asserted as part ofthe Agreement process as set forth in this Agreement and not in anticipation
of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is
submitted to City, it may be considered fraud and Contractor may be subject to criminal
prosecution. Contractor acknowledges that California Government Code sections 12650 etseq.,
the False Claims Act applies to this Agreement and, 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
information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to
recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a
false claim may subject Contractor to an administrative debarment proceeding as the result of
which Contractor may be prevented to act as a Contractor on any public work or improvement for
a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is
grounds for City to terminate this Agreement.
24. JURISDICTION AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of enforcing a right
or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the
County of San Diego, State of California, and the parties waive all provisions of law providing for
a change of venue in these proceedings to any other county.
City Attomey Approved Version 4/1/15
PEM 1334
25. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and Contractor
and their respective successors. Neither this Agreement nor any part of it nor any monies due or
to become due under it may be assigned by Contractor without the prior consent of City, which
shall not be unreasonably withheld.
26. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it, along
with the purchase order for this Agreement and its provisions, embody the entire Agreement and
understanding between the parties relating to the subject matter of it. In case of conflict, the terms
ofthe Agreement supersede the purchase order. Neither this Agreement nor any of its provisions
may be amended, modified, waived or discharged except in a writing signed by both parties.
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
///
City Attomey Approved Version 4/1/15
PEM 1334
27. 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
CONTRACTOR
MOBILE CARPET CLUB, INC. dba
CARPET CLUB, a California corporation
CITY OF CARLSBAD, a municipal
corporation of the State of California
By:
Patrick A. Thomas / Public Works Director
as authorized by the City Manager
Denis Royer / President
(print name/title)
Denis Royer / Secretary
(print name/title)
If required by City, proper notarial acknowledgment of execution by contractor must be attached.
If a 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. BREWER, City Attorney
BY:
Assistant City Attorney
City Attomey Approved Version 4/1/15
PEM 1334
EXHIBIT "A"
SCOPE OF SERVICES
The contractor will provide al! equipment, materials and labor necessary to replace the carpet, tile
and base in the City's Fire Station 1 located at 1275 Carlsbad Village Drive, Carlsbad, CA 92008.
Work locations indude kitchen/break room, bunk rooms, halls, classroom, new office, garage,
and EMT room.
Item 1: Kitchen and Break room
Work to include: demo, removal and recycle of existing ceramic tile and existing glue down carpet.
Grind floor to make ready for new porcelain tile. Provide and install new Emser St Moritiz 12x24"
"silver" porcelain tile, charcoal Fusion stain resistant grout, matching door transitions, and black
Johnsonite 6" vinyl base.
Item 2: Bunk rooms. Halls. Classroom. New Office and EMT Room
Work to include as per quote dated 10/02/2015: Remove and recycle existing glue down carpet,
sand and scrape old glue off floor. Provide and install new Shaw carpet (style: Space / color:
Steeling Beauty) and black Johnsonite 6" vinyl base.
Item 3: Garaae
Work to include removing old base and installing new black Johnsonite 6" vinyl base.
JOB QUOTATION
ITEM
NO.
QTY UNIT UNIT
PRICE
DESCRIPTION PRICE
1 1 1 LS
Kitchen/Break room
Demo/Remove/Recycle existing Ceramic Tile and
existing Glue Down Carpet; Grind Floor (make ready for
porcelain tile); provide and install new porcelain tile,
grout, door transitions and base.
$7,530.47
1 1 1 LS Bunk Room, l-lails. Classroom. Office & EMT Closet
$6,473.00
1 1 1 LS
Demo/Remove/Recycle existing Glue Down Carpet,
sand and scrape old glue off floor; provide and install
new carpet and base.
$6,473.00
1 1 1 LS Garaae
Remove existing and install new base $462.00
Total $14,465.47
'Includes taxes, fees, expenses and a!! other costs.
City Attomey Approved Version 4/1/15
Exhibit "A"
the/Better Flooring People'
760 740 9545 800.841 6613 Fax 760 740 9648
Carpet « Coverif»QS Lamirutes Cc OMMERCIAL)
518 W V/ashington Avenue : Escondido. CA 9?0?5 www carpetcluta com Lie «531713
Sold To: Ship To:
CITY OF CARLSBAD PUBLIC WORKS PROPERTY DIV. FIRESTATION TENANT IMPROVEMENT
405 OAK AVE. 1275 CARLSBAD VILLAGE DRIVE
CARLSBAD, CA. 92008-3009 CARLSBAD , CA. 92008
Date: 10/2A2015
FURNISH AND INSTALL:
Attn: MICHAEL O'BRIEN
PREVAILING WAGES APPLIED
Spec Description
KITCHEN/ BREAKROOM
QTY Unit Unit Price Total
DEMO REMOVE AND RECYCLE EXISTING CERAMIC TILE 250 SF @ $ 3.50 $ 875.00
DEMO REMOV E AND RECYCLE EXISTING GLUE DOWN CARPET 40 SY @ $ 2.50 $ 100.00
PREP GRIND FLOOR TO MAKE READY FOR NEW PORCELAIN TILE 4 HR @ $ 85.00 $ 340.00
PT-1 EMSER ST MORITIZ 12 X 24" TILE (COLOR "SILVER")
JOHNSONITE 6 INCH VINYL BASE ( COLOR: BLACK)
FUSION STAIN RESISTANT GROUT ( CHARCOAL)
590 SF @ $ 8.90 $ 5,251.00
BASE
EMSER ST MORITIZ 12 X 24" TILE (COLOR "SILVER")
JOHNSONITE 6 INCH VINYL BASE ( COLOR: BLACK)
FUSION STAIN RESISTANT GROUT ( CHARCOAL)
90 LF @ $ 2.75 $ 247.50
GRT
EMSER ST MORITIZ 12 X 24" TILE (COLOR "SILVER")
JOHNSONITE 6 INCH VINYL BASE ( COLOR: BLACK)
FUSION STAIN RESISTANT GROUT ( CHARCOAL) 590 SF @ $ 1.10 $ 650.97
TRAN TRANSITIONS AND REDUCERS AT DOORWAYS 12 LF @ $ 5.50 S 66.00
$ 7,530.47
DEMO
BUNK ROOMS, HALLS, CLASSROOM, NEW OFFICE, EMT ROC
REMOVE AND RECYCLE EXISTING GLUE DOWN CARPET 168 SY @ S 2.50 $ 420.00
PREP SAND AND SCRAPE OLD GLUE OFF FLOOR 6 HR @ $ 65.00 $ 390.00
CPT-1 SHAW CARPET (style: SPACE color: STEELING BEAUTY) 170 SY ® $ 26.00 $ 4,420.00
BASE JOHNSONITE 6 INCH VINYL BASE ( COLOR: BLACK) 452 LF ® $ 2.75 $ 1,243.00
NEW 6 INCH BASE IN GARAGE AREA
I 6,473.00
BASE JOHNSONITE 6 INCH VINYL BASE (COLOR: BLACK) 168 LF @ $ 2.75 $ 462.00
EXCLUSIONS:
HIDDEN OR UNFORESEEN FLOOR PREP
MOVING FURINTURE OR ELECTRONICS
SURFACE GRINDING OR LEVELING
Total Price: $ 14,465.47
Prices Include all applicable taxes Prices good for 30 days Scope of work to be done during nornnal working hours This proposal includes minor floor prep
consisting of filling small holes and cracks Sub floors are to be clean and free of construction material by general contractor or owner It is the responsibility of
the general contractor / ovwier to maintain a minimum temperature of 65 degrees 48 hours prior to and 72 hours after installation This bid does not include
major floor prep, leveling, removal of existing floor covering or moving fumiture, floor sealing due to moisture in siab, sealing, waxing, cleaning, scaffolding,
paint touch up, protection of floor coveririg during ttie construction period, wall prep if base is being replaced Not responsible for incorrect scaled drawings
APPROVED BY DENIS ROYER
PRESIDENT, CARPET CLUB 10/02/15 10:36 AM
Denis Royer Accepted
Proposal Prepared by Denis Royer
Carpet Club Commercial Sales, OfRce 760-740-9545. Cr[SCIb@aol.com
California Department oflndustrial Relations - Contact DIR Page 1 of 1
Go to Search
Home LaborLaw Cal/OSHA - Safety & Health Workers'Comp Self Insurance Apprenticeship Director's Office Boards
Public Works
Public Works Contractor (PWC) Registration Search
This is a listing of current and active PWC registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720 of the California Labor Code.)
Enter at least one search criteria to display active registered public works contractor(s) matching your selections.
Registration Year: Current Fiscal Year: 2016
PWC Registration Number:
Contractor Legal Name:
License Number:
County:
mobile carpet
Select County
Search
."1
Contractor License Lookup
Reset
Search Results
One registered contractor found. 1
Export as: Excel | PDF
Details Legal Name 1 Registration County iCity : Registration Expiration
Numtwr \ Date Date
View I MOBILE CARPET CLUB INC. 1000003523 SAN DIEGO 1 ESCONDIDO 06/08/2015 06/30/2016
V2.20150806c
About DIR
Who we are
DIR Divisions, Boards & Commissions
Contact DIR
Work v/ith Us
Licensing, registrations, certifications & permits
Notification of activies
Public Records Act
Learn More
Site Map
Frequently Asked Questions
Jobs at DIR
Conditions of Use ' Privacy Policy , Disclaimer ' Disability accommodation , Site Help
Copyright ® 2015 State of California
https://efiling.dir.ca.gov/PWCR/Search.action 11/4/2015
Donna Heraty
From: Donna Heraty
Sent: Monday, November 16, 2015 1:30 PM
To: 'denis@carpetclub.com'
Cc: Shelley Collins; Rhonda Gasper-Heather; Janean Hawney
Subject: Form 700 - Conflict of Interest - It has been determined by the City Clerk's Office that
you are not required to file a Conflict of Interest Statement
Dear Consultant:
Regarding your agreement with the City of Carlsbad for Fire Station 1 Flooring Services -
// your agreement states: Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interest in all four
categories.
It has been determined by the City Clerk's Office that you are not required to file a Conflict of Interest Statement for this
agreement with the City of Carlsbad. A copy of this email will be added to your file memorializing this decision.
Should you have any questions, please do not hesitate to contact me.
Kindest regards.
Ccityof
Carlsbad
Shelley Collins, CMC
Assistant City Clerk
City Clerk's Office
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, CA 92008-1949
www.carlsbadca.gov
760-434-2917 I Shellev.Collins@carlsbadca.gov
Conne^,/f/,
Facebook | Twitter | You Tube | Flickr | Pinterest | Enews