Loading...
HomeMy WebLinkAboutSimplex Grinnell; 2010-02-01; PWGS486City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order, Project Manager Bob Richardson -_ Date Issued: Pecernber31.2009 (760) 434.2944 ^__ Request For Bid No.:PWGS486 Mail To: CLOSING DATE: December 31.2009 Purchasing Department Bid shall be deposited in the Bid Box located City of Carlsbad in the first floor lobby of trio Faraday Center 1635 Faraday Avenue located at 1635 Faraday Avenuo, Carfebad; 6 p.m. on tho day of Bid Award will be made to the lowest responsive, responsible contractor based on total price. Please use typewriter or black Ink. Envelope MUST include Roquost For Bid No. —r DESCRIPTION Labor, materials and equipment to Install Manual Fire Alarm at Harding Community Center No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager Bob Richardson Phone No. 760-434-2944 __^_ Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 (D), 2 (Q), 3 (D), 4 (D), 5 CD- SUBJECT TO ACCEPTANCE VWTHIN (90) DAYS Name and Address of Contractor SimotexGrinnell 858-633-9100 Name Telephone 3568 Ruffin Rd South 858-633-9101 Address Fax San Diego CA 92123 »________ vV-\^-"A^^*~t~5£...!» vv*-->p>\e>C^\P^y^y\gL\ \ -cov^ City/State/Zip E-Mail Address r ~> -1- Name and Title of Person Authorized to sign contracts. \C V Title Name Date JOB QUOTATION lid ITEM NO. 1 &4INIT JOB SSQtY ... 1 DESCRIPTION S- Installation of Manual Fire Alarm at Harding Communily Center TOTAL PRICE $39,875.00 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: SimplexGrinnell £b ° ^—^ "^ \ Company/Business Name uu Authorized Signaturey •• Contractor's License Number Classifications) . Printed Name and Title Expiration Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: (Individuals) Social Security #: _ i v ' -' •<" OR —- 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 Vie 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 PubBc Contract Code). If no subcontractors are to bs employed on the project, enter the word "NONE." PORTION OF WORK TO BE SUBCONTRACTED Kern 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- 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 ail labor and materials furnished and agree to complete work in accordance with directions and subject to inspection approval and acceptance by: Bob Richardson (project manager) The Payment of Prevailing Wages is Not Required The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the provisions of the California Labor Code when the public work is not a statewide concern. The City Manager has determined that ft is not in the best interest of the city to require tiie payment of prevailing wages for this project Payment of prevailing wages is at contractor's discretion. 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: Print Name: 3 -x ^^O ^°~ -4- 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 Besf s Key Rating Guide of at teast 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 Jhan $500,000 Property damage insurance in an amount of not less than.. „ ,4 ,.$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 aH claims, toss, damage, injury and KabWty of every kind, nature and description, direcfly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or afteged 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, toss, damages, injury and liability, howsoever Ihe same may be caused, resulting directly or indirectly 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 toe City, The expenses of defense i,-xlude a!i costs snd expenses tatucfog attorneys' fees, for Ration, arbitration, or other dispute resolution method. -5- 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 working days after receipt of Notice to Proceed. CONTRACTOR: SimplexGrinnell :ontractor) _ ^ , k. CITY OF CARLSBAD a municipal corporation of the State of California: l I^J^&5^e-mail addr(e-mail address))(telephone no.) By:. (sign here) - (print name and title) ^•^U? £> Yrvx\W-^ \LO (address) (city/state/zip) (telephone no.) Q^i^,~^.A^ ,~,.^\S. =\A Sic,- ^\ iO; (fax no.) '» V- V'--X«-^\'>VN ^ S\^ vpN^-^W-v^vr-- ATTEST: LORRAINE M. WOOD City Cterk (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 officers) signing to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL, City Attorney Deputy City Attorney | -6-Revised 08/11/09 CERTIFICATE I, Pasquale J. D'Orsi, Assistant Secretary of SimplexGrinneH LP, a Delaware limited partnership, (the "Partnership") and its General Partner SIR Grinnell GP Holding, Inc., hereby certify that at a meeting of the Board of Directors of the General Partner, held at Exeter, New Hampshire, on May 3, 2001, at which a quorum was present and acting throughout, the following resolution was duly adopted: RESOLVED: Each District General Manager be, and he hereby is, authorized and empowered to sign in the name and on. behalf of the Partnership, under its corporate seal or otherwise: All bids, proposals, tenders and contract documents with respect to the sale, design, and/or installation of fire protection systems, access control & security systems as well as alarm and detection systems, time and attendance and workforce solution systems, nurse call, and communications systems and to do any and all acts necessary or incident to the completion of any such contract document; provided, however, that any such bid, proposal, tender and/or contract in excess of $500,000.00 must be accompanied by written approval of a Vice President, Secretary and/or an Assistant Secretary of the Partnership; AH documents with respect to any supplementary work (additional work, changes, modifications, etc.) concerning any of the above described systems pursuant to any existing contract, and to do any and all acts necessary or incident to the completion of any existing contract; and All lien waivers, releases, discharges or privileges, inspection service contracts, contractor's affidavits, guarantees and/or surety bonds, required by, or appropriate for customers of the Partnership in connection with contracts to which the Partnership is a party and in connection with work performed by the Partnership." 1 further certify that the foregoing resolution is in full force and effect, I further certify James Kishish is the District General Manager for the San Diego, California district office of SimplexGrinneH LP. WITNESS MY HAND and the seal of the Company efjtecli^e as of tj^s 24th day of October, 2008.