HomeMy WebLinkAboutNetwork Cabling Inc; 1999-12-01;TO: CITY CLERK
ASSISTANT CITY MANAGER
ASSISTANT CITY ATTORNEY
FROM: Purchasing Officer
RE: MINOR PUBLIC WORKS PROJECT
Attached is a Minor cublic WJorks Project document with Network Cabling to perform
cabling at various locations throughout the City on an as-needed basis.
The document is ready for your signatures.
RUTH FLETCHER
Purchasing Officer
RF:jlk
Attachment
I
.
. .
City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
ProjectManager Gordon Peterson
(760) 434-2915
Mail or Deliver to:
Date Issued: .
Request For Bid No.: N/A
CLOSING DATE: N/A
Purchasing Department City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, CA 92008-1989
Bid must be received prior to 800 p.m. on the date of Bid closing.
Please use typewriter or black ink.
Award will be made to the lowest responsive, Envelope MUST include Request For Bid responsible contractor based on total price. No.
DESCRIPTION
Labor, materials and e&ipment to,,j Rc _ &j&. _ ~~~~~ _ C- “f
teleommunication Cabling located at various City of Carlsbad Sites.
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Gordon Peterson
Phone No. (760) 434-2915
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 (J, 2 (),3 L), 4 (, 5 (.
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
Network Cabling, Inc
Name
305 Enterprise Street Suite #l
Address
City/State/Zip
(760) 743-1900
Telephone
(760) 743-2136
Fax
Escondido, CA 92029
-l- 9/24/99
.
. ,
Name and Title of Person Authorized to sign Name
Chief Engineer
Title
///3o/PP
Date / /
JOB QUOTATION JOB QUOTATION
::rrEb fro; “Nlf _. titi”“, ::rrEb fro; “Nlf _. (jti”“, D&RIPTION D&RIPTION +&AL.PRICE +&AL.PRICE
Labor Labor Hour Hour 1 1 NC1 Technician straight time NC1 Technician straight time $50.00 $50.00
Labor Hour 1 NC1 Technician over time $65.00 I Labor 1 Hour 1 1 1 NC1 Technician over time 1 $65.00 I I I I I
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:
Network Cabling Inc. 749132
Contractor’s License Number
Authorized Signature
Richard A. Landrv, Engineer Printed Name and Title
//,-27-9q
c-7
Classification(s)
5/31/2000 Expiration Date
Date I
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax l.D.#: 33-9735464
OR
-2- 9124199
. .
(Individuals) Social Security #:
-3- 9124199
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 exces 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.”
I PORTION OF WORK SUBCONTRACTOR*
TO BE SUBCONTRACTED I MBE I
I ltem Description of
I
Oh of Total Business Name and Address License No., Yes No
No. work Contract Classification
8 Expiration I
Total % Subcontracted: 0%
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-4- 9124199
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 directions and subject to inspection approval and acceptance by:
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 Cartsbad 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 Catlsbad to disqualify the Contractor or subcontractor from participating in contract bidding.
-5- 9l24199
Signature:
Print Name: Richard A. Landry
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
. . . . . . .$500,000
Property damage insurance in an amount of not less than.. . . . . ..$lOO.OOO
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.
-6- 9124199
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.
-7- 9124199
Start Work:
Completion:
I agree to start within working days after receipt of Notice to Proceed. N/A
I agree to complete work within N/A working days after receipt of Notice to Proceed.
CONTRACTOR:
Network Cabling, Inc.
(name of Contractor)
CITY OF CARLSBAD a municipal
corporation of the State of California
By:
Jb/c C @AI%T-~~&,&~
Hkr /3tc +4hST (address)
(sign here) (telephone no.)
305 Enterprise Street, Suite 1
(address)
ATTEST: Escondido, CA 92029
(city/state/zip)
(7 [~eph~n~~o.) 1 7 3 900
(760) 743-2136
(fax no.)
;
CityClerk LORRAINE M. WOOD
Deputy City Clerk
(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:
-6- 9/24/99
. .
./
California All-purpose Acknowledgement
State of California
County of San Diego
On /B 1 27 1999 before me, Andrew Ganz, Notary Public,
Personally Appeared
q Personally known to me.
- P Proven to me on the basis of satisfactory evidence to be the person(s)
whose name(s) is/are subscribed to the within instrument and acknowledged
to me that he/she/they executed the same in his/her/their authorized
capacity(ies), and that by his/her/their signatures on the instrument the
person(s), or on the behalf of which the person(s) acted, executed the
instrument.
NOTARY
WITNESS my hand and official seal
OFFICIAL SEAL ANDREW GANZ
City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager Gordon Peterson Date Issued:
(760) 602-2454 Request For Bid No.:
Mail or Deliver to: CLOSING DATE:
N/A
N/A
Purchasing Department
City of Carlsbad
1200 Carlsbad Village Drive
Carlsbad, California 92008-l 989
Award will be made to the lowest responsive, responsible contractor based on total price.
Bid must be received prior to 500 p.m. on the date of Bid closing.
Please use typewriter or black ink.
Envelope MUST include Request For Bid No.
DESCRIPTION
Labor, materials and equipment to install new and remove old voice and data cablina as related to
renovation efforts at various Citv facilities
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Gordon Peterson
Phone No. /760) 602-2454
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 (J, 2 (J, 3 (J, 4 (-), 5 (J.
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
Network Cablina. Inc. Name
(760) 743-l 900 Telephone
305 Enterprise Street, Suite #l
Address
/760) 743-2136 Fax
Escondido, CA 92029
City/State/Zip
-l- g/24/99
Name and Title of Person muthorized to sign
contracts. I
Name
Title
C-S-QC Date
JOB QUOTATION
I&& N@i; :I,,; ~,~‘” 1 QpY : (_ &C#@+TlON
Labor Hour 1 NCI Technician straight time
Labor Hour 1 NCI Technician over time
_, ,.:1. .~~~~:~.~~~~ PRICE
$50.00
$65.00
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:
Contractor’s License Number ; classific;:;
b:ic~ hl!A;7 P/L<rrJ,,,,;r
5/31jOl
Expiration Date
Printed Name and Title
6/5/00 Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.:# 33-0735464
OR
(Individuals) Social Security #:
-2- 9124199
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
SUBCONTRACTOR* MBE
% of Total
Contract
Business Name and Address License No., Yes No
Classification
& Expiration
date
NONE
Total % Subcontracted: 0%
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-3- 9124199
-
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 corn
directions and subject to inspection approval and acceptance by:
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.
-4- 9/24/99
Signature: c
Print Name: HI’J,‘&z
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 . . . . . . . $500,000
Property damage insurance in an amount of not less than.. . . . . ..$l 00,000
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:
-5- 9124199
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:
Completion:
I agree to start within N/Aworking days after receipt of Notice to Proceed.
I agree to complete work within N/A working days after receipt of Notice to
Proceed.
CONTRACTOR:
Network Cablinq. Inc.
CITY OF CARLSBAD a municipal
(address)
Michael Hart. President. Sole Corporate Officer (print name ar#l title) (telephone number)
By:
Mike Hart - Sole Corporate Officer (print name and title)
305 Enterprise Street, Suite #l (address)
Escondido, CA 92029 (city/state/zip)
ATTEST:
/ J LORRAINE M. WOOD City Clerk
(760) 743-l 900 (telephone no.)
(760) 743-2136 (fax no.) (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:
-6- 9124199
on SYX $-QXd before me, ~miincRGamz=NotaxyFabk I MR I -.8&-~axwoIAIII-
Ope~~lyknowntome-OR-~~tomeon~basisaf~evidence
to be the persor$$ whose na@(s&kJare
subscn’bed to the within ‘nstrument and ac-
knowledged to me at
the same i n.43
63 d&they executed
* /her/their uthorized
capacity(k& and that tiy his 6 erAheir
signatuwn the instrument the pefsa@Y
or the entity upon behalf of which the
person/ls)-a’cted, executed the instrument.
WITNESS my hand and of7icia.l seal.
‘
.
I ;7606028555
E;--14-00; a:lSAM;faradaY 1nf0 systems
,-
,ii I ,-
..’
./’ I
. ,I
,” i’ :( I Start Work: I agree to start within working days after receipt of Notice to Proceed. N/A I
Completion: 1 agree to complete work within N/A working days after receipt of Notice to Proceed.
CONTRACTOR: GIN OF CARLSBAD a municipal
corporation of the State of California Network Cabling, Inc.
(name of Contractor)
By:
lk?,‘Kt HiI (print name 2 (address)
AYe My&. ~dtz (print n&me and title) 4 G.&PsR4’f’ 0 &ye cr
(telephone no.)
305 EnterDrise Street, Suite 1
(address)
Es&ondido, CA 92029
(city/state/zip)
(76d) 743-1900 (telephone no.)
(760) 743-2136
(fax no.)
ATTEST:
4
/ -yqxz& h2507&.
ALHA L. RAUTENKRANZ
CityClerk LORRAINE M. WOOD
Deputy City Clerk
(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
# 2/ 3
-0- g/24/99