Loading...
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