Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Western Audio Visual Corporation; 2006-07-07;
City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BIO/RESULTING CONTRACT This is not an order. Project Manager Jeff Sevin Date Issued: 5/16/06 (760) 602-2452 Request For Bid No.: N/A Mail To: CLOSING DATE: N/A Purchasing Department Bid shall be deposited in the Bid Box located in City of Carlsbad the first floor lobby of the Faraday Center 1635 Faraday Avenue located at 1635 Faraday Avenue, Carlsbad, CA Carlsbad, California 92008-7314 92008 until 4:00 p.m. on the day of Bid closing. Award will be made to the lowest responsive, responsible contractor based on total price. Please use typewriter or black ink. Envelope MUST include Request For Bid No. . GENERAL DESCRIPTION Labor, materials and equipment to install Audio/Visual equipment for the City Managers Department. No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Jeff Sevin Phone No. 760.602.2452 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 (_J, 2 (__), 3 (_), 4 (_), 5 (_J, N/A (X). SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Western Audio Visual Corporation 760 438-8676 Name Telephone 5365 Avenida Encinas. Suite G 760 438-0066 Address Fax Carlsbad. CA 92008 erikw@wav1.com City/State/Zip E-Mail Address -1- Revised 03/13/02 Name and Title of Person Authorized to sign contra _ Signature Title /K Name Date JOB QUOTATION ITEM NO.UNIT 1 QTY 1 DESCRIPTION Audio/Visual Equipment Install for City Manager's Conference Room per Appendix A, attached hereto and incorporated herein by this reference. TOTAL PRICE $12,321.24 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. Note: Please do not skin the contract document (last page) at this time. The successful contractor will execute the contract after bid award. SUBMITTED BY: Company/Business Name Authorized Signature Printed Name and Title Contractor's License Number C-1 Classification(s) /'St'of Expiration Date Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: ZO ~ OR (Individuals) Social Security #: -2-Revteed 03/13/02 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 the 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 Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." PORTION OF WORK TO BE SUBCONTRACTED Item No. Description of Work SUBCONTRACTOR* % of Total Contract Business Name and Address NONE License No., Classification & Expiration Date MBE Yes No Total % Subcontracted: 0% * Indicate Minority Business Enterprise (MBE) of subcontractor. -3-Revised 03/13/02 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 all labor and materials furnished and agree to complete work in accordance with directions and subject to inspection approval and acceptance by: Jeff Sevin (project manager) 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 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: Print Name: $rert€~ -4- Revised 03/13/02 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 Besfs 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 toss 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. Bid Proposal: Contractor's proposal in response to City's Request for Bid once accepted by the City and Contractor is issued a Notice to Proceed is binding on the parties. In the event of a conflict between any temn(s) of the City's Request for Bid, the terms and conditions set forth in that portion of the City's Request for Bid entitled Minor Public Works Contract and the Contractor's proposal, the order of preference for interpretation of the contract shall be: (1) Request for Bid, (2) Minor Public Works Contract terms and conditions, and (3) Contractor's proposal to City's Request for Bid. - 5 - Revised 03/13/02 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 CONTRACTOR: Western Audio Visual Corportation (nameof Cont . working days after receipt of Notice to Proceed. CITY OF CARLSBAD a municipal corporation of the State of California: Assistant City Manager (print name and title)(address) (e-mail address)) By: (telephone no.) (sign here) (print name and title) SEAL RABADIA LiC-CALIFORNlAg iO. 1567835 2 (address) CA (city/state/zip) (-71,0) (telephone no.) JNE MSWOOD City Clerk (fax no.) (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: ROJ> / Deputy City Attorney -6-Revteed 03/13/02 Apendix A Phone: Fax: Prepared for: COMPANY: DATE: May 8, 2006 ATTENTION: TERMS: net 30 ADDRESS: FOB: destination SALES TAX: 7.7500% TELEPHONE: DELIVERY: TBD FAX PHONE: 30 Days E-MAIL: jsevi@ci.carlsbad.ca.us QUOTE VALID Erik Wilson 5365 Avenida Encinas, Suite G Carlsbad, CA 92008 www.wavl .com erikw@wav1 .com (760) 438-8676 (760) 438-0066 (760) 602-2452 City of Carsbad Jeff Sevin Item Qty 1 1 1 1 EQUIPMENT Manufacturer Dalite Premier Premier Premier Model 95793C PBC-UMS PP-FCTA AM3 Description DISPLAY SYSTEM 72" Diagonal Designer Contour Manual Projection Screen w/ 24" blackdropProjector mount for Epson 760CFalse Ceiling Adapter MountSwingout Arm Mount for Samsung SPR-4232 $ $ $ $ PRICE 425.00 175.00 92.00 438.00 $ $ -7- Revised 03/13/02 $$ EXTENSION 425.00 175.00 92.00 438.00 1 1 Extron Extron MPX 423 A P/2 DA2xi MT SWITCHING & INTERFACING Media Presentation Matrix SwitcherVGA Distribution Amplifier $ $ 1,494.00 344.00 $ $ 1,494.00 344.00 4 1 JBL Extron Control 24C MPA 122 AUDIO SYSTEM 4" Two-Way Ceiling Speaker22 Watt Power Amplifier $ $ 54.00 188.00 $ $ 216.00 188.00 1 Crestron MT-MC2W-PAK CONTROL SYSTEM 4" Color Wireless Touchscreen Controller w/ Processor and Integrated Gateway $ 2,500.00 $ 2,500.00 1 Western A/V Misc. CABLING & CONNECTORS Installation Cabling and Connectors $ 469.00 $ 469.00 5,872.00$ 455.08$ EQUIPMENT SUB-TOTAL TAX NON-EQUIPMENT Engineering & Drafting $ 1,350.00 Programming $ 1,350.00 Assembly & Staging $ 120.00 Project Management $ 270.00 Installation/ Training/ Testing $ 2,640.00 - 8 - Revised 03/13/02 G&A$ 264.24 Electrical Contractor $ - NON-EQUIPMENT TOTALS 5,994.24$ NOTES: All T-Bar work to be performed by others. All electrical work to be done by others. DVD/VCR combo player & VHS Player provided by others. CATV signal provided by others. Computers provided by others. PROPOSAL TOTAL 12,321.32$ AUTHORIZED SIGNATURE DATE - 9 - Revised 03/13/02 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 8Sg&jg»a@s@-is@Sjg*^^ State of California County of fi On £ff2 Izoof, . O ss. before me, Date ftp h f-kl R . ^ ,^f) 6 Cl )" " personally appeared Name and Title of Officer (e.g., "Jane Doe, Notary Public") iY_Vyi.e-l Hot 1 i'-y\ q< Name(ijl) of Signer^ OFFICIAL SEAL I ROHITA R. RABADIA E INOTARY PUBLIC-CALIFORNIA^ COMM. NO. 1567835 2 SAN DIEGO COUNTY • MY COMM. EXP. APR. 9, 2009 I D personally known to me ^proved to me on the basis of satisfactory evidence to be the personte) whose name^) is/afe subscribed to the within instrument and acknowledged to me that he/stte/th^y executed the same in his/h^r/their authorized capacity(i^s), and that by his/hpr/their signature^) on the instrument the person(p), or the entity upon behalf of which the person(^) acted, executed the instrument. Place Notary Seal Above WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:Number of Pages:. Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: _ D Individual D Corporate Officer — Title(s): _ D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: _ IRIGHTTHUMBPRINT OF SIGNER Signer Is Representing: Top of thumb here Signer's Name: D Individual n Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here © 2004 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 Item No. 5907 Reorder: Call Toll-Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of On \\ G. \ Date before me, Name and Title of Officer (e.g., "Jane Doe, Notary Public") personally appeared '43rjL'Y"\ ifp_\ AniCi/yA U^[ «fl& \TJ~V £JA Name(p of Signer<6) OFFICIAL SEAL ROHITA R. RABADIA.INOTARY PUBLlC-CALIFORNlA- COMM. NO. 1567835 SAN DIEGO COUNTY • MY COMM. EXP. APR. 9, 2009 I D personally known to me 4^ proved to me on the basis of satisfactory evidence to be the person^) whose name(g) is/a^e subscribed to the within instrument and acknowledged to me that he/s^he/th/ey executed the same in his/h^r/trveir authorized capacity(ies), and that by his/rygr/trjfiir signature(p) on the instrument the person(^), or the entity upon behalf of which the person(js) acted, executed the instrument. Place Notary Seal Above WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date:Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: RIGHT THUMBPRINT OF SIGNER Signer Is Representing: Top of thumb here Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General n Attorney in Fact n Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER Top of thumb here © 2004 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 Item No. 5907 Reorder: Call Toll-Free 1 -800-876-6827