HomeMy WebLinkAboutNATIONAL COATING & LINING CO; 2011-01-05; PWM11-20UTILCity of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager Mark Biskup Date Issued:
(760) 602-2763 Request For Bid No.: 0U//t>f //-
Mail To: CLOSING DATE:
Purchasing Department Bid shall be deposited in the Bid Box located
City of Carlsbad in the first floor lobby of the Faraday Center
1635 Faraday Avenue located at 1635 Faraday Avenue, Carlsbad,
Carlsbad, California 92008-7314 CA 92008 until 4:00 p.m. on the day of Bid
closing.
Award will be made to the lowest responsive,
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 Rehabilitate Foxes Landing Sewer Lift Station
Wetwell as described in Exhibit "A" attached.
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Mark Biskup
Phone No. 760 602-2763
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
National Coating & Lining Co. (951) 471-3779
Name Telephone
29885 2nd St, Ste J (951) 471-3779
Address Fax
Lake Elsinore, CA 92532 tomgsocal-pacific.com
City/State/Zip E-Mail Address
-1 - Revised 09/01/09
Name and Title of Person Authorized to sign
contracts.
C, ( <~ L <*S _Vice President
Signature
Tom Unsell
Title
12/1/2010
Name Date
JOB QUOTATION
ITEM NO.
1
UNIT
1
QTY
Lump
Sum
DESCRIPTION
See Exhibit "A"
TOTAL PRICE
$29,875
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. Note: Please do not sign the contract document (last page) at this time. The successful
contractor will execute the contract after bid award.
SUBMITTED BY:
National Coating & Lining
Company/Business Name
^/ &**? / C
Authorized Signature
Tom Unsell
Printed Name and Title
12/1/2010
Date
886430
Contractor's License Number
C-33
Classification(s)
10/31/2012
Expiration Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 33-0001 725
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: Jim Pleasants
(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 Contractor or subcontractor from participating in
contract bidding.
Signature:
Print Name: TomUnsell
-4- Revised 09/01/09
City of Carlsbad
MINOR PUBLIC WORKS
INSURANCE REQUIREMENTS
Commercial General Liability and Automobile Liability 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.
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.
-5- 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 /C working days after receipt of Notice to Proceed.
Completion: I agree to complete work within /3T working days after receipt of Notice to Proceed.
CONTRACTOR:
National Coating & Lining Co.
(name ofjContractor)
By:
(sign here)
Torn Unsell, Vice President
(print name and title)
tom@socal-pacific.com
CITY OF CARLSBAD a municipal
corporation of the State of California:
By:
Assistant City Manager
(address)
- 4^7 ~7
(e-mail ad
By:.
(telephone no.)
ATTEST:
LORRAINE M. WOOD
City Clerk
fl
(I
Stephan Hennes, Secretary
(print name and title)
29885 2nd St, Unit P
(address)
Lake Elsinore, CA 92532
(city/state/zip)
(951) 471-3779
(telephone no.)
(951) 471-3779
(fax no.)
steve@socal-pacific.com
(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. BALL, City Attorney
BY:
*"'„*>*
eputyCit^Attorney
-6-Revised 09/01/09
EXHIBIT A
NATIONAL. COATIIVCi & LINING COMPANY
SPECIALIZING IN EPOXY COATING, POLYURETHANE LININGS, MANHOLE RESTORATION, T-LOCK
INSTALLATION AND T-LOCK WELDING FOR THE WATER & WASTEWATER INDUSTRY
CERTIFIED APPLICATOR FOR RAVEN LINING SYSTEMS, UTILITHANE POLYURETHANE AND SPRAYROQ
November 9,2010
City of Carlsbad
Tele: 760-602-2763
Fax: 760-602-8562
E-Mail- mbisc@ci.carlsbad.ca.us
Attention: MarkBiskup
QuoteNo.:NCLC1172
Regarding: Rehab & Lining of Wet well at Foxes Landing Sewer Lift Station as Shown on DWG 133-9B
Scope: Ultra high pressure hydro blast from Elevation - 2.7 to elevation -11.1 to remove all coating and
deteriorated concrete. Apply high early mortar to all affected areas as needed to restore shape and structural
integrity. Followed by 125 mils Raven 405, all concrete surfaces from elevation - 2.7 to elevation 11.0 + shall
be brush blasted to attain a clean and well profiled surface. Spark test all areas at 12,500 volts and repair as
needed.
Estimated duration is 5 working days
Price- $29,875.00
This proposal is valid for 30 days.
Exceptions/Exclusions to above bid are as noted:
1. All diversion or bypassing of sewer
2. All repair or replacement of rebar
3. All other work not listed in scope
Sincerely,
Tom Unsell
CELL PHONE: 951-538-6878
29885 2ND St., Unit P, Lake Elsinore, CA 92532
TELEPHONE - (951) 471-3388 * FACSIMILE (951) 471-3779
CA License # 886430 C-33, AZ License #ROC256198 L-34, NV License #73374 C-4
Member of Southern California Painters & Decorators Labor Management Cooperation Committee
Signatory to California Painters and Laborers Union
State of California
County of Riverside
On , before me, Yvonne N. Gow Notary Public, Personally appeared
who
proved to me on the basis of satisfactory evidence to be the persons whose names are subscribed to the
within instrument and acknowledged to me that they executed the same in their authorized capacities, and
that by their signatures on the instrument the persons or the entity upon behalf of which the persons acted,
executed the instrument.
I certify that 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
My commission expires 07/11/2010
YVONNE N. GOW
COMM. #1857401 m
NotwyPubDc-CJifbmia £2
RIVERSIDE COUNTY •*f rw* K.rwiUC VsUUn I T
MyComm.Exp. JULY 11 2013 t
(Seal)