HomeMy WebLinkAboutTelevideo San Diego; 2000-04-27;City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager Gren Clavier Date Issued: April 27.2000
(760) 434-2991 Request For Bid No.: FACOO-07
Mail or Deliver to: CLOSING DATE: N/A
Public Works - Facilities
City of Carlsbad
405 Oak Avenue
Carlsbad CA 92008
Bid must be received prior to 4:00 p.m. on
the date of Bid closing.
Please use typewriter or black ink.
Award will be made to the lowest
responsive, responsible contractor based on
total price.
Envelope MUST include Request For Bid
No. FAC 00-07
DESCRIPTION
Labor, materials and equipment to: provide installation and maintenance of audio / visual
equipment at various Citv of Carlsbad facilities for the period April 27, 2000 throuah June 30. 2000
for a sum not to exceed $24.950.00.
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Greq Clavier
Phone No. (760) 434-2991
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 (_), 2 L), 3 L), 4 L), 5 (-).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
(Jcf7,lPJit2eo
Name
s 3bJ.l Qn,
L/71g3 ;yLtffyIQ” G--
Address
S.&d Lap,, L% Qa/(
City/State/Zip -
&lP %f //oo
Telephone
&p- J&f - 174
Name and Title of Person Authorized to sign
lLw3A s-&p
Name ” ”
-
Title
s- + 2 go&
Fax
l-
Date
9124199
JOB QUOTATION
ITEM NO. U iVlT QW DESCfZlPTIdN ~TOTAL PRICE
1 1 JOB Provide installation & maintenance of Not to exceed
audio I visual equipment at various City of $24,950
Carlsbad facilities for the period 4/27/00-
6/30/00.
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
Classification(s)
!&- Li, LuGa
Date
Expiration Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 33- 00 Yc/*7qo
OR
(Individuals) Social Security #:
-2- 9124199
CITY OF CARLSBAD
Labor:
MINOR PUBLIC WORKS CONTRACT
(Less than $25,000)
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 complete work in accordance with
directions and subject to inspection approval and acceptance by: Greq Clavier
(Facilities Supervisor)
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
r 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 Carlsba
participating in contract bidding.
Signature:
Print Name: i ;A/ 13, I-
-4- 9124199
Commercial General Liability, Automobile Liability and Workers’ Compensation Insurance:
r 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.
r 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.
-5- 9124199
Engineering
Design
Sales
Installation
Repair
Training
Rentals
To: City of Carl&ad
Date: May 11,200O
Addendum to Page 6 of Request for bid:
Reference: Start work and completion responsibility: Depending on order date,
manufacture equipment availability may vary. Televideo will not be
held liable due to manufacture availability of equipment.
Televideo will inform project manager of any delays.
Chief Financial Ol3icer
4783 Ruffner Street n San Diego, CA 92111 n (619) 268-1100 n Fax (619) 268-1790
email: sales@televideosd.com w www.televideosd.com
Start Work: I agree to start within 10 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within working days after assignment of individual 30
/- projects by the Facilities Supervisor with all projects to be completed by June 30,
2000.
CONTRACTOR:
Televideo. San Dieao
CITY OF CARLSBAD a municipal
corporation of the State of California
(address)
(telephone no.) LWbQ sfiip D /set
(print name and title! u
47B fG?&flP G--
(address)
s(1; sQ+a CA- 4u/
(citylstatexp)
(telephone no.)
8sY- x&P- !?PO
(fax no.)
ATTEST:
/+(iubzrn~~
-NE M.knlOOD
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:
r
-6- 9124199
/ -
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of San Diego
On 2Iay4.0~ . before me, Lo&ta J. Warner, NotaryPubhc ******
personally appearedLindapp *****
0 personally known to me -OR- !a proved to me on the basis of satisfactory
evidence to be the person(s) whose
name&$ is/&ubscribed to the within instrument and acknowledged to me
thathefsheltbepexecuted the same in
h&‘her/$heirauthorized capacity@&
and that by hi&her&heir signature(e)
the instrument the person& or the
entity upon behalf of which the
personmcted, executed the
instrument.
and apd official seal.
(5c.-A&/pe-L CJ
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form.
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT __~
DOCUMENT DATE NUMBER OF PAGES _
SIGNER(S) OTHER THAN NAMES ABOVE
CAPACITY(IES) CLAIMED BY SIGNER(S)
Signer’s Name
individual
OCorporate Officer
Title(s)
I3 artner -- - Limited _ General
Cktorney-in-fact
Ckrustee(s)
muardian or Conservator
ODTHER:
SIGNER IS REPRESENTING:
r --------------
I RIGHT
I -OF SIGNER i Top of thumb here
I I f
Signer’s Name
[7ndividual
Ckorporate Officer Title(s)
- Ckrtner - ~ Limited _ General
Cktorney-m-fact
Wustee(s)
kuardian or Conservator
C~THER:
i
I RIGHT
I WUF 1 Top of thumb here
I i SIGNER IS REPRESENTING: I I
5- 16-2888 11 : 46AM FROM P. 2
,-
ACTION BY WRITTEN CONSENT
BOARD OF DIRECTORS OF
MY OU VIDEO CORPORATlON
DBA TELEVIDEO SAN DIEGO
The undersigned being all the Directors of Myou Video Corpo&on a California corporation
hereby adopt the following resolution.
RESOLUTION
CORPORATE CONTRACTS AND MS-l-RUMEI’JTS; HOW EXECUTED.
Now. Therefore, Be Tt Resolved, that Linda Stepp, a,s Chaimen ofthe the Board,
Chief Financial Officer/Treasurer, Secretary, is hereby authorized’and directed to execute
any contract or execute any instrument in the name of and on behalf of the corporation.
Executed:
CERTIYICATlON BY SECRETARY
Iam the Secretary of Myou Video Corporation and 1 certify that the foregoing Action by
Written Consent was properly adopted by the Board of Directors.
-. - ,,.
II.. ‘,
‘_ --- ,, ,, .:._ ,..
-.: ‘. ‘.b., . _... . -, ,,,