HomeMy WebLinkAboutSeaside Heating & Air Conditioning Inc; 2003-12-23; FAC 04-04Ci of Carisbad
MtNOR PUBUC WORKS PROJECT
REQUEST FOR BID
Project Manager Dale A. Schuck
(760) 4362949
Date Issued: November 25,2003
Request For Bid No.: FAC 04-04
Mail To:
General Services ci of caIl5bad
405 Oak Avenue
CaM, Caliimia 92008
Award will be made to the lowest responsive, responsible contractor based on total price.
INSTALLATION OF AC SYSTEM AT SAFETY CENTER DISPATCH
DESCRIPTION
Labor, materials and equipment to Install AC Svstems at SafeW Center. 2560 Orkm Way. in accocdartce with the Contractor's Attached Pmuosal Dated October 27.2003.
Pmject Manager. Dale A. Schuck
Phone No. 760-434-2949
Submiion of bid implies knowledge of all job terms and conditions.
SUBJECT TO ACCEPTANCE WITHIN (SO) DAYS
Name and Address of Contractor
Seaside Heatina and Air Condionina Name Telephone
~60)643-1100
405 Oceanside Blvd. Suite A4
AddresS Fslx
j760) 043-1330
~__ E-Mail Address
-1- Revised 03/13/02
ITEMNO.
1
TAX IDENTIFICATION NUMBER
UNIT QN DEscwpT#)N TOTAL PRICE
1 LS. Install AC System in the Safety Center in $8,200.00
accordance with the Contractors Proposal
Dated 10/27/03 (Attached)
(Corporations) Federal Tax 1.D.R 9/4&?03 0
b
(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 subcontractorwhom 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 subcontractor for any portion of the work to be performed under the contract in excess of omhaif 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 wok, 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 fads constituting the emergency or neceSSity in accordance with the provisions of the Subletting and Subcontrading Fair
Practices Ad (Section 41 00 et seq. of the California Public Contract Code).
If no subcontractols am to be employed on the project, enter the word "NONE."
PORTlON OF WORK
SUBCONTRACTED
I , TOBE
Total % Subcontraded: -
SUBCONTRACTOR" MBE
KdTd Budnestmad- UCerraeNo., Yes No conbact (bdldon
abqrkalkn
1%
Indicate Mksity Business Enterprise (MBE) of subcontractor.
-3- Revised03/13/02
MINOR PUBLIC WORKS CONTRACT
(Less than $25,000)
I propose to employ only skilled Wers and to abide by all State and Ci of Cam Ordinances
governing labor, including paying the general prevailing rate of wages for each mft or type of worker
needed to execute the contract.
Guarantee:
I guarantee all labor and materials furnished and agree to complete wodc in accordance with diredins and subjed to inspection approval and acceptance by: Dale A. Schuck
WageRateS
@roied manager)
The general prevailing rate of wages for each mfl or type of worker needed to execute the contmct
shall be those as determined by the Diredor 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 agm that any contract daim submitted to the Ci 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 litigati.
Contractor acknowledges that California Government Code SedioCIs 12650 et seq., the False Claims
Act, provides for civil penalties where a person knowingly submits a false daim to a public entii.
These provisions indude false daims made with deliberate ignorance of the false information or in reddess disregard of the ~IUUI 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 daims are incorporated herein by reference.
Contractor hereby adolowledges that the filing of a false daim may be subject to the contractor to an
administrative debarment proceeding wherein the contractor may be prevented from further bidding on pubiic contracts for a period of up to five years and that debarment by another jurisdiction is grounds for the Ci of Catisbad to disqualii the Contractor or subcontractor from participating in contrad bidding.
-4- Revised 03/13/02
Commercial General Liabilii, Automobile Liability and Workers' Compensation Insurance:
The successful contractor shall provide to the Ci of Catisbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Worl<ers' Compensation Insurance indiing coverage in a form approved by the Caliomia Insurance Commission. The ceitifiies shall
indicate coverage during the period of the contrad and must be furnished to the Ci prior to the start
of work. The minimum limits of liabili Insurance are to be placed with insurers that have: (1) a Fating 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... ... ..bsoo,OOO
Subject to the same limit for each person on account of one accident in an amount not less than ....... ~,OOo
Property damage insurance in an amount of not less than.. . . . . . .$lOO,OOO
Autmobile Liability Insumnce in the amount of $lOO,OOO combined single limit per accident for bodily injury and property damage. In addiion, the auto policy must cover any vehicle used in the
performance of the cantract, used onsite or offsite, whether owned, no~lwned 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 nokcancellation clause providing that thirty (30) days written notice
shall be given to the Ci prior to such cancellation.
The policies shall name the City of Carlsbad as addiiinal insured.
Indemnity:
The Contractor shall assume the defense of, pay all expenses of dc.anse, and indemnify and hc harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, diredly or indirectly arising fmm or in connection with the performance of the Contrad or work; or from any failure or alleged failure of Contractor to compiy with any appliible law, wles or regulations induding those related to safety and heath; and from any and
all claims, loss, damages, injury and liability, hawsoever the same may be caused, resulting directly or
indiredly from the nature of the work covered by the Contract, except for toss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all oosts and expenses including attorneys' fees for lin, ahitration, or other dispute resolution method.
... ...
... ...
... ...
... ...
... ...
-5- Revised 03/13/02
Jurisdiction:
The Contmdor 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, Caliimia.
Start Work: I agree to start within
Completion: I agree to complete work within 30 working days after receipt of Notice to PFoceed.
CONTRACTOR:
working days after receipt of Notice to Proceed.
CITY OF CARLSBAD a municipal corporetion
of the State of Caliiia:
(Proper notarial acknowledgment of execution by Contractor must be attar;hed.
w,P=w-r- and Seaetaly, assistant secretary, CFO or assiaEent must sign for corporatKms * . OtheMlise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the offis) signing to bind the
corporation.)
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
-6- Revised 03/13/02
Oceanside, CA 92056
Lic. # 790514
Phone # 760-643- 1 100
Fax # 760-643-1330
Customer Job Location
City of Carlsbad Safety Center
Work To Be Performed: .* a L
I
Install 5-ton sr>lit system with low ambient control for IT Room inside Dispatch
Install 5-ton cooling only fan coil in ceiling above dispatch
Install two 14” supply ducts in IT room
Install 100’ 1 1/8” x 3/8’ line set thru existing chase from fan coil to roof
Install 5-ton condensing unit on roof
Install digital thermostat
Start and test
Excludes dry wall patching
Excludes electrical
Total parts and labor $8,200.00
(Excludes electrical)
labor or equipment in addition to that required by this proposal
the “personal” property of Seaside Heating and Air
upon date of equipment start-up, and are void in their
8C cA&b$W q6mdr
Customer agrees to pay reasonable legal and/or collection fees
PURCHASER’S ACCEPTANCE:
By: Date:
(Customer signature)
By: Charlie Balcar Date: October 27.2003
(Authorized Seaside Representative)
QUOTATION GOOD FOR 30 DAYS
December 8,2003
Seaside Heating & Air Conditioning authorizes an additional ninety days from original quote date in
reference to FAC 04-04 installation of A/C system at Safety Center Dispatch Center.
President
Seaside Heating & Air Conditioning