Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
AcousticWorks Inc; 2009-05-26;
City of Carlsbad DOVE LIBRARY SOUND ABSORPTION PANEL INSTALLATION REQUEST FOR BID Project Manager Dave Curtis Date Issued: (760)602-2010 Request For Bid No.:_ Mail To: GASSING DATE: Carlsbad City Library Bid shall be deposited in the Bid Box located 1775 Dove Lane m-4he first floor lobby of the Faraday Center Carlsbad, California 92011 located at 1635 Faraday Avenue, Carlsbad, 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 DESCRIPTION Labor, materials and equipment to install 112 4' x 4' Lamvin Sonic I wall panels and 480 sq, ft. of Armstrong Fine Fissured ceiling tiles in the Dove Library, and 12 4' x 8' Lamvin Sonic I panels in the Cannon Art Gallery, No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Dave Curtis Phone No. 760-602-2010 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 ( ), 2 ( ), 3 ( M4- ), 5 ( SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor AcousticWorks. Inc. 760-480-1113 Name Telephone P.O. Box 460896 760-480-9039 Address Fax Escondido, CA 92046-0896 Jmcvey@acousticworks.net City/State/Zip E-Mail Address Revised 03/13/02 Name an contra^ horized to sign Title Name Date JOB QUOTATION ITEM NO. 1 2 3 UNIT QTY 112 480 12 DESCRIPTION 4x4x1 Lamvin Sonic Wall panels with Guilford 2100 fabric installed in Great Hall 480 sq. ft. of Armstrong #592 fine fissured ceiling tiles installed in upstairs corridor 4x8x1 Lamvin Sonic Wall panels with Guilford 2100 fabric installed in Cannon Art Gallery TOTAL TOTAL PRICE $17,374.00 $2,664.00 $4,743.00 $24,781 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 opening1 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: AcousticWorJss, Inc. Companv/Btisitfess N Printed Name andTitle Contractor's License Number c-z. Classification(s) •z-l Expiration Da Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: (Individuals) Social Security #: OR -2-Revised 03/13/02 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 NON6T License No., Classification & Expiration Date MBE Yes No Total % Subcontracted: * Indicate Minority Business Enterprise (MBE) of subcontractor. -3-Revised 03/13/02 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT (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: Dave Curtis, (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 in 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 of the contract. 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: -4- Revised 03/13/02 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. 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 fe working days after receipt of Notice to Proceed. Completion: I agree to complete work within \$ working days after receipt of Notice to Proceed. -5- Revised 03/13/02 CONTRACTOR: (print name and title) (address) (city/state/zip) (telephone no.) (fax no.) CITY OF CARLSBAD a municipal corporation of the State of California: (telephone no.) ATTEST: LORRAINE M. WOOD City Clerk (e-mail acfaress) (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: RONALJ^. BALL, City Attorney BY: City Attorney -Q-Revised 03/13/02 WOLCOTTS FORMS, INC.SINCE 1893 CALIFORNIA ALL PURPOSE NOTARY ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF On before me, personally appeared _, Notary Public, who proved to me on the basis of satisfactory evidence to be the person^ whose namefs^ is/a>e, subscribed to the within instrument and acknowledged to me that he/St^e/th^y executed the same in his/fXf/tfayr authorized capacity(i£sj, and that by his/r>ar/fhejr signature^ on the instrument the person^, or the entity upon behalf of which the personCsQ 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 SANDY MCVEY t Commission #1636491 I Notary Public - California \ San Diego County f My Comm. Expires Jan 9.201 Of ATTENTION NOTARY The information requested below is OPTIONAL. It could, however, prevent fraudulent removal and reattachment of this certificate to any unauthorized document. THIS CERTIFICATE MUST BE ATTACHED ONLY TO THE DOCUMENT DESCRIBED AT RIGHT Title of Type of Document Number of pages _ Date of Document Signer(s) other than named above Signer #1 name: Thumbprint signer #1 CAPACITY CLAIMED BY SIGNER(S) Q INDIVIDUAL(S) Xl CORPORATE OFFICER(S) PARTNERSaaaaa ATTORNEY IN FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER SIGNER IS REPRESENTING: (Name of Person(s) or Entity(ies)) ACoQ5T\0>OcAK,;, HOC. CAPACITY CLAIMED\Y SIGNER(S) Q INDIVIDUALfS Q CORPORATE OFFICER(S)_ Q PARTNERS ^V Q ATTORNEY IN FACT a TRUSTEE(S) \ Q GUARDIAN/CONSERVATOR Q OTHER \ SIGNER IS REPRESENTING: (Name of Person(s) or Entity(ies)) Wolcotts Forms, our resellers and agents make no representations or warranty, express or implied, as to the fitness of this form for any specific use or purpose. If you have any question, it is always best to consult a qualified attorney before using this or any legal document. © 2007 Wolcotts Forms, Inc.7 ""67775 63237""8#63237 REV. 11-07