HomeMy WebLinkAboutSeaside Heating & Air Conditioning Inc; 2002-10-11; FAC 03-07City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager : Bob Richardson Date Issued: SeDtember 11,2002
(760) 434-2944 Request For Bid No. FAC 03-07
Mail To: CLOSING DATE: N/A
Public Works - Facilities
City of Carlsbad
405 Oak Avenue
Carlsbad. CA 92008 -
Please use typewriter or black ink.
Envelope MUST include Request For Bid
No. FAC 03-07
DESCRIPTION
Labor, materials and equipment to: Install one new forced air unit in ceilina space which includes
a 5 ton svstem, crane service. thermostat, and labor. Svstem will be installed in the comDuter
server room at the main librarv to alleviate the loss of coolina capabilities SUDDlied bv the existinq
No job walk-through scheduled. Contractors to arrange site visit by contacting.
Project Manager: Bob Richardson
Phone No. 1760) 434-2944
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 Name and Title of Person Authorized to sign
Address
- contractq /.zL" z<
Signature
4 /J t92 Date '
-1 - 5/10/00
JOB QUOTATION
. .
ITEM NO.
PRICE
TOTAL DESCRIPTION QN UNIT
1 E.,.; Install one complete 5 ton FAU system in the JOB 1
computer server room including crane service:
excluded). ~8,200.00 thermostat and labor. (Electrical connections
"I
Quote Lump Sum, including all applicable taxes. Award is by total price
opening, unless otherwise stipulated by the City of Carlsbad. Award will be made by the
Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after
to reject any or all bids and to accept or reject any item(s) therein or waive any informality in the
Purchasing Officer to the lowest, responsive, responsible contractor. The City reserves the right
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,
performance. The determination of the City as to the Contractor's ability to perform the contract
including but not limited to facilities, financial responsibility, materialslsupplies and past
shall be conclusive.
SUBMITTED BY: . SPd3,Af AdPap(/fic CJ Af'f 79u5/4
Company/Busine<s Name Contractor's License Number
- cJo C~Y Authorized Signature Classification(s)
/j~5 &&& r, em ted flame and Title Expiration Dde
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 9/ - dofkdra
OR
(Individuals) Social Security #:
-2- 511 0100
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
contractor shall not be permitted to sublet or subcontract that portion of the work, except
bid, the contractor shall be deemed to have agreed to perform such portion, and that the
writing as a public record of the Awarding Authority, setting forth the facts constituting
in cases of the public emergency or necessity, and then only after a finding, reduced in
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 SUBCONTRACTOR'
SUBCONTRACTED
Business Name and Address I License~o., 1 Yes I NO I
Classification
ORTION OF WORK SUBCONTRACTOR'
Total % Subcontracted:
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-3- 5/1 O/OO
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
(Less than $25,000)
Labor:
Ordinances governing labor, including paying the general prevailing rate of wages for each crafl
I propose to employ only skilled workers and to abide by all State and City of Carlsbad
or type of worker needed to execute the contract.
Guarantee:
directions and subject to inspection approval and acceptance by: Bob Richardson, Public Works
I guarantee all labor and materials furnished and agree to complete work in accordance with
Supervisor.
Wage Rates:
The general prevailing rate of wages for each crafl or type of worker needed to execute the
contract shall be those as determined by the Director of Industrial Relations pursuant to Sections
current copy of the applicable wage rates in on file in the Office of the City Engineer. The
1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a
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:
-4- 5H 0100
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
certificates shall indicate coverage during the period of the contract and must be furnished to the
Insurance indicating coverage in a form approved by the California Insurance Commission. 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 work within10 working days after receipt of Notice to Proceed
Completion: I agree to complete work within lworking days after receipt of Notice to
Proceed.
-5 5/10/00
CONTRACTOR: CITY OF CARLSBAD a municipal
fd."5O /dm.dncl dA//-
XA/!rs &hr; CFO
corporation of the State of California
(name of Contractor)
By: 3A By:
(sigxhere)
* (print name and title) (address)
By: ~7 - +
mere) "--/ (telephone no.)
~'n7rn). e Jehr, h4; .Lbj.
4DJ.5 Clcf&nn/CPP J/dd -4-4
/d;.: P4. 92dSC.
(print name and title)
ATTEST:
(city/state/zip)
-7bD - b d3- /18d
(telephone no.)
7bO .-b,d3 - /dJ6
(fax no.)
City Clerk
IO-11- 0s
(Proper notarial acknowledgment of execution by Contractor must be attached
treasurer must sign for corporations. Otherwise, the corporation must attach a resolution certified
Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant
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
-6 5/10/00
A Quotation From 4035 Oceanside Blvd A-4
Oceanside, CA 92056
Lic. # 790514
Phone # 760-643-1 100
Fax # 760-643-1330
Customer Job Location
City of Carlsbad Dove Library
1775 Dove Ave
Carlsbad, CA 92009
Work To Be Performed:
Install new 5 Ton sDlit svstem for Server Room,
Install new FAU above ceiling with secondary condensate pan and condensate line
Install condensing unit on the roof
Install four supply and one return duct
This proposal includes the 5 ton system, crane, thermostat, labor and tax
Excludes hi& voltape wiring to eauimnent
I I
All service required by items furnished under this contract will be provided only during normal working hours and is subject to our
I %% per month will be charged on overdue accounts.
standard printed service warranty, REPLACEMENT OF FILTERS, FUSES OR EMERGENCY SERVICE CALLS NOT DUE TO DEFECT IN WORKMANSHIP OR MATERIALS WILL BE BILLED AT NORMAL SERVICE RATES.
It is understood that this proposal sets forth our entire agreement. Any labor or equipment in addition to that required by this proposal
will be paid for by you as an extra at our normal rate, All equipment remains the “personal” property of Seaside Heating and Air
Conditioning, Inc. until final payment is received, All warranties commence upon date of equipment start-up, and are void in their
entirety in the event full payment is not received for the work performed under this contract.
Customer agrees d/or collection fees
PURCHASERS ACCEPTANCE:
By:
By:
QUOTATION GOOD FOR 30 DAYS
89/18/2882 87:28 7607274213 LOMACK CORP PAGE 81 rroposal 0 Lomack Service
CORPORATION Cust Name: Dove Library
Carlsbad,ca.92009 HEATlNGlAlR CONDITIONING AddlBSX 1775 Dove Ave
2258 S. Sank Fcr Avenue. SMe B
Vmh. CA Q2083
SlNCE1WI UC.NO.415709 CUy. St. Zip:
0.119' 9/10/02 Pnonc:
(760)727"360%FAX (780)727-4213
Work To Eo Performed
Copper Line Set NO Patching No Duct Work
Line Set Cover Yes Painting No Furnace Platform
Condenser Pad No Carpentry No Tie Into Existing Vent
Disconnect To Unit No Rooting NO Chimney
Wiring From Panel No Combustion Air Vent For Furnace No Complete New Vent
Low Voltage Flex No Combustion Alr Vent For Wtr Htr NO Install New Vent Tee
2FT Gas Flex Only No New Thermostat Yes Kitchen Hood Duct
Complete Gas Line No Relocate Thermostat NO Dryer Vent
Condensate To Stub No Return Grills 1 Bath Fan(s)
Gomplt Condensate Yes Supply Grills 4 Bath Fan Ducting
Permit No Mechanical Air Cleaner No 1 Day Prog T-Stat
Ultra-Violet Light NO Electronic Air Cleaner No 7 Day Prog T-Stat
Yes
No
NO
NO
No
No
No
No
No
yes
No
Install new 5 ton split system in file server room,Price indudes all material.Tax ,Crane,and labor for a
complete job, (Note excludes line voltage to equipment)
WE PROPOSE to hereby furnish material and labor In accordance with above specifications, for the sum of:
oooo.
BEriER - BEST
Payment to bc made as follows: Balanc6due on a,om#l@'m
Total Price s8,910.00
Date UAWptancm:
ACCBPTANCE OF PROPOSAL.^ abve pees. rprslbnonr and csn6mnn
am WII- nnd hmay -W. Lomrck SONW Cwp. IS authomd Io do
the WWL nn wdh~ Pnyme~wII be mom a# wlhw a.
YOU TM BWER, MAY CANCEL THIS TRANSAC710N AT ANY TIME PRIOR TO MlDNlGKl OF THE THIRD BUSINESS DAY AFTER THE ME OF THIS CONTRACT
THIS PROPOSAL IS SlreJECT TO ALL OF THE TERMS CONDITIM LISTED IN THE FOLLOWING PAGE@)
Job Quote
Number: 80409
Quote Date: 9/9/2002 3:20:31PM
Bill to: CITY OF CARLSBAD
Helm Corporation
650 Alpine Way
Escnndido. CA 92029
(760) 738-0233 (760) 7388032 (tax)
Service at DOVE LIBRARY
1775 DOVE AVE
CARLSBAD, CA 92009
Description: INSTALL NEW 5 TON SPLIT SYSTEM FOR SERVER ROOM Customer ID: 598
nas Quantity Unit Price Total Price
5 TON SPLIT SYSTEM AND INSTALLATION 1 .OD $9,275.00 $9,275.00
Quote Amount: $9,275.00
Additional Details:
JOB INCLUDES:
CONDENSATE PAN AND LINE. * INSTALL NEW AIR HANDLER UNIT ABOVE CEILING WITH SECONDARY
* INSTALL NEW CONDENSING UNIT ON ROOF
* INSTALL FOUR SUPPLY AND ONE RETURN AIR DUCT
*INCLUDES CRANE.THERMOSTAT.IABOR AND TAX ""EXCLUDES ANY HIGH VOLTAGE WIRING TO EQUIPTMENT'**"
I *d LZCO-EEL-OSL
Authorized Slgnalure
Page I of 1