HomeMy WebLinkAboutFarwest Insulation Contracting; 2009-10-29;City of Carlsbad
MINOR PUBLIC WORKS PROJECT
Project Manager: KEN BURTECH
Phone No.: (760) 438-2772
Mail To:
5950 El Camino Real
Carlsbad, Ca
92008
Date Issue: 5-26-2009
DESCRIPTION
Labor, materials and equipment to: provide and install the materials and labor to install TEMP MAT
heat resistant blankets on the emergency generators located within the city of Carlsbad's sewer lift
stations. The material will consist of a minimum one-inch thick TEMP MAT stainless steel mesh and
finished in heavy fiberglass cloth.
To be compliant with Cal OSHA standards and specifications.
Not to exceed $6,300
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: KEN BURTECH
Phone No. 760-802-5810
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
Farwest Insulation Contracting (858)-499-8914
Name Telephone
4655 Ruffner St., Suite 120 (858)499-8975
Address Fax
San Diego, Ca. 92111 N/A
City/State/Zip E-Mail Address
-1- Revised 03/13/02
Name and^Jrtt^ of Person Authorized to sign
contrac
Signature Title
RICKMQRRISQM
BRANCH MANAGER Date
JOB QUOTATION
ITEM NO.
1-6
UNIT
Homeplant,
Battiquitos
Simsbury
Knots
Sandshell
Cannon
QTY
1
1
1
1
1
1
DESCRIPTION
Install 1 inch thick TEMP MAT,(stainless
steel mesh)finished with Heavy fiberglass
cloth
TOTAL
TOTAL PRICE
$1 ,050.00
each
$6,300.00
Quote Lump Sum, including all applicable taxes. Award is by total price.
:! CONTRACTING
. SUBMITTED BY:
P ' •-
Company/Bti§iness Nam
Authdrized Signature
RICK MORRISON
Contractor's License Number
Classification(s)
Printed Expiration Date
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#:
OR
(Individuals) Social Security #:
-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 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 City of Carlsbad Ordinances governing
labor and safety practices.
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: KEN BURTECH
(Project manager)
Wage Rates:
The general rate of pay for this contract and set forth in this agreement does not require prevailing
wage.
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 Contactor or subcontractor from participating in
contract bidding.
Signature:
Print Name:
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
-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 Besfs 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 hearth; 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 03/13/02
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 £ working days after receipt of Notice to Proceed.
Completion: I agree to complete work within
CONTRACTOR:
Farwest Insulation Contracting
By:.
(sign here)
RICK MORRISON
working days after receipt of Notice to Proceed.
CITY OF CARLSBAD a municipal
corporation of the State of California:
(e-mathaddress))
Bv:
Assistant City Manager / Designee
(address)
(telephone no.)
f
(sign here)
RICK MORRISON
(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:.
Deputy City Attoi
-6-Revised 03/13/02
SCOPE OF WORK Exhibit A
Contractor will install 1" thic : insulation material on Emergency generator exhaust piping. Reason for
modification is to protect sta rf from coming into contact with piping that has sufficient temperature to
cause injury. This modificatic n will be done to address California OSHA guidelines (see attached).
.Installations will occur at Hoineplant, Batiquitos, Simsbury, Knots, Sandshell, and Cannon lift stations.
FARWEST INSULATION CONTRACTING
4655 Ruffner Street, Ste 120 San Diego, California 92111* Telephone (858) 499-8914 Fax (858) 499-8975
May 12, 2009
City of Carlsbad
Attention: Ken Burtech
Re: CONTRACT PROPOSAL - Emergency Generators
We are pleased to quote the labor and material to insulate exhaust with 1" thick Temp Mat,
stainless steel mesh, and finished with Heavy glass cloth.
PRICE:
Lift Station Amount
Homeplant $1,050.00
Batiquitos $1,050.00
Simsbury $1,050.00
Knots $1,050.00
Sandshell $1,050.00
Cannon $1,050.00
TOTAL $6,300.00
Thank you for the opportunity to be of service.
FARWEST INSULATION CONTRACTING
Lance Biggers
Superintendent