Loading...
HomeMy WebLinkAboutAudio Associates of San Diego; 1999-02-26;June 22,1999 TO: PURCHASING OFFICER DEPUTY CITY CLERK FROM: Buyer SIGNATURE REQUEST FOR A MINOR PUBLIC WORKS CONTRACT Attached is a minor public works contract for routing and execution. Included is a form showing that the signer is the only corporate officer. Thank you. Attachment City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager :Chuck Walden Date Issued: Aoril 5. 1999 (760) 434-2992 Mail or Deliver to: Purchasing Department City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008-1989 Request For Bid No.:FAC99-6 CLOSING DATE A r’ D/d2 1999 Bid must be received prior to 500 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. FAC99-6 DESCRIPTION Labor, materials and equipment to: Install audio/control svstem improvements. as per attached plans soecifications. in the Carlsbad Senior Center. Mandatory job walk-through scheduled for Mondav. April 19. 1999 at 2:OOPM to arrange site visit by contacting: Contractors Project Manager: Phone No. Chuck Walden (760) 434-2992 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 (XJ, 2 (x_), 3 0.4 L), 5 (. SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor: Audio Associates of San Diego Name 8200 Center Drive Address La Mesa, CA 91942 City/State/Zip (619) 461-9445 Telephone (619) 461-9469 Name President Title 5/3/99 Date Fax FAC Senior Center FAC99-6 -l- 6/l 9198 JOB QUOTATION Quote Lump Sum, inc!uding all applicable taxes. Award is by total price. Job completion date: 30 Davs after receiot of Notice to Proceed 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: Audio Associates of San Diego 728789 Contractor’s License Number c-7 Classification(s) E&&e Spencer/President Printed Name and Titie - 10/31/2000 Expiration Date 5/3/99 Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 33-0714216 OR - (Individuals) Social Security #: - FAC Senior Center FAC996 -2- 6119198 . . I * . - 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 Coda?. If no subcontractors are to be employed on the project, enter the word “NONE.” PORTION OF WORK SUBCONTRACTOR* MBE TO BE SUBCONTRACTED Item Description of % of Total Business Name and Address License No., Yes No No. work Contract Classification Total % Subcontracted: 0% l Indicate Minority Business Enterprise (MBE) of subcontractor. FAC Senior Ceder FAC996 -3- 6/1 9198 - 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: Facilities Supt. 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. Workers’ Compensation: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for Workers’ Compensation or to undertake self-insurance in accordance with the provisions of that code, and I wil with such provisions before commencing the performance of the work of this Signature: Print Name: Pete Spencer FAC Senior Center FAC99-6 -4- 6119198 Commercial General Liability and Automobile Liability 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 Bests 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 performanceof 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 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- 2/26/99 Jun-?Z-99 11:07A AUDIO-ASSOCIATES State of California Bill Jones P.O. Box 944230 Secretary of State swmllmlm CA 942u-2mo Pnalr (916) 557-3537 STATEMENT BY DOMESTIC STOCK CORPORATION THIS STATEMENT MUST BE FILED WITH CALIFORNIA SECRETARY OF STATE (SEC. MIX?. CORPORATIONS CODE) ” $‘; -;:-:“$ $0 FILING. fEE.#U;q ~CFP~.~~~~..~I,S’~~MSNT.,: : ,, ? ;:.;I, ,;.: @$$$y$ f 5,. 2 ,: -, a-:?: ‘“; .- ,pt+lsfj n\irlie ;checkpa@&kl tp: gqpttq@.wtq z&& y.z;,, :$$-.$& .;:g “,...;. y. WHEN COMPLETING FORM. PLEASE USE BLACK TYPEWRITER RIBBON OR PRINT IN BLACK INK Audio Associates of San Diego Cl784403 8200 Center Drive La Mesa, CA 91942 . . II There Has Been No Change In Any Of The Information On File, Complete item la Only Pkaaa indicate on return envelorw if no change statement is enclosed. DO NOT MARK IN THIS SPACE ;. 1 . . . .vE.CiALlFOF?NiA iiOR~+i~+i@i ii&& ki&&j~‘~Ai+ THE .Fc P-02 IA. I DECURE THERE HAS BEEN NO CHANGE IN THE INFORMATION CONTAINED 1H THE LAST STATEMENT OF THE CORPORATION WHICH IS ON FILE IN THE SECRElARY OF STATFS OFFICE WES Cl (CnECK HEM TYPE OR PRINT NAME OF SIGNING OFFICER OR AGENT SIGNATURE TITlE DATE 2. v OF PRINCIPAL EXECUTIVE OFFICE RooM No. U CWAND STATE 28. ZIPCODE 8200 Center Drive ala Mesa, CA 31942 "$%y=- OF PRINCIPAL BUSINESS OFFICE IN CALIFORNIA RcxYM No. 3AclT-Y 38. ZIPCODE same as above CA 4. MAILING ADDRESS ROOM NO. 4A. CITY AN0 STATE 48. ZtP CODE 5. CHIEF EXECUTIVE OFFICEW 5A. STREETADDRESS (Do MOT USE P.G. MIX) 58. CITY AND STATE 5c. ZIP CODE Pete Spencer 8200 Center Drive La Mesa, CA 91942 6. SECRETARY1 6A. STREETADDRESS (Do NOT USE P.O. BOX) 6a. cm ~40 STATE 6c.zlPwDE Pete Spencer same as above same as above same 7. CHIEF FINANCIAL OFFlCEfU 7A. STREET ADDRESS (DO NOT USE P-0. SOX) 78. GIN AND STATE 70. ZIPUJDE Pete Spencer same as above same as above same @~ECTQFl$ I~CL~DING~DIRECT~R~~~.~~.~~~.ALSO”.OFF-IC~~.~-~(~~~~~~~~~~ ^.. :’ Musi; Eve oneor - dfj~G~ [Chad:‘3: .~~~ia: Id;j~~~~e ~,.~$ta,a;n~~ ;ioi lritiiia’d~~iivRl’~~~l~.‘- y j.T%-- : -~~.~~:~~“l 6. NAME . . . I 8A. STREETADDRESS 100 NOT USE PO. BOX) i 88. CINANO STATE . - I I SC ZIPCODE Dete Spencer i 8200 Cent&r Drive 1 La Mesa. CA I91943 9. NAME [ 9A. STREETADORESS (DO MOT USE P.O. 60X) 1 SE. CINAMJ STATE ] OC.zlPcoDE ---------e-w- I ---------------------- ---_--------------- ------w-e I IO. WE I I 1 1 1OA. STREET ADORES3 (DO NOT USE p.0. BOX) 1 108. CITY AND STATE 1 1oczlPCODE -------------- ---------------------- ------------------- -----m-m. II. THE NUMBER OF VACANCIES ON THE BOARD OF DIRECTORS. IF ANY: ----------------- DESIGNATED AGENT FOR SERVICE OF PROCESS Agent for service of process must be B Penn who is a res#ent oi California. or the agent may be another corporation which has filed a certifkate pursuant to Se&on 1505, tiliibmls Corporations code. 12. NAME 8200 Center Drive La Mesa, CA 91942 DESCRJBE TYPE OF BUSINESS OF THE CORPORATION NAMED INgEM 1. - --... 14. TYPE OF BUSINESS Audio/Video/Engineering/Contra IS. I DECME THAT I HAVE EXAMINED THIS STATEMENT AND TO THE BEST OF MY r(K) Pete Spencer TYPE OR PRINT NAME OF SIGNING OFFICER OR AGENT ,- ,- ‘. - Start Work: I agree to start within 3 * working days after receipt of Notice to Proceed. Completion: I agree to complete work within 60 working days after receipt of Notice to Proceed. CONTRACTOR: w (address) (telephone no.) (print name and title) pa0 (add&s) CglJpFh _nAZLG w msn cn %clY (city/state/zip) / 6(9 -v6( -?HS (telephone no.) 619 -y&1 -9%q (fax no.) A-l-TEST: KAREN R. KUNDTZ, Assistant City Clerk (Proper notarial acknowledgmentof 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: RONALD R. EjALL, City Attorney BY: -6- 2126199 _- . I . ‘. CALIiORNlA ALL-PURPOSE ACKNOWLEDGMENT ‘- )’ . State of PL!sf ’ -2 A*&- County of &29 &+?A -- On &!! pLi& )ucT&k OFFICER [E.G.. ‘JiNE DOE. NtfffARY i’Ut3LlC personally appeared / I NAMEIS) OF SIGNER(S) 0 personally known’to me - OR - 0 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument ‘and ac- knowledged to me that he/she/they executed the same in hi.s/hcr/their aut’horized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the Pu~iiC - callfd person(s) acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and co&&prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT 0 INDIVIDUAL C&b6d LJ CORPORATE OFFICER ,. ym7& e&4” - CL Lb& TITLE OR TYPE OF DOCUMENT TITLEW 0 PARTNER(S) fl ‘.IMITED G GENERAL 0 ATTORNEY-IN-FACT 0 TRUSTEE(S) ! GUARDIAN/CONSERVATOR u OTHER: NUMBER OF PAGES DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PEFtSON~Sl OR ENTITYQES) SIGNER(S) OTHER THAN NAMED ABOVE .’ . c -.. )’ CITY OF CARLSBAD Purchasing Department 1200 Carlsbad Village Drive . Carlsbad CA 92008 REPRESENTATION AND CERTIFICATION The following representation and certification should be completed, signed and returned to City of Carlsbad. REPRESENTATIONS: Mark all applicable blanks. This offeror represents as part of this offer that the ownership, operation and control of the business, in accordance with the specific definitions listed below is: Asian-Indian DEFINITIONS: MINORITY BUSINESS ENTERPRISE: “Minority Business” is defined as a business, at least 51 percent of which is owned, operated and controlled by minority group members, or in the case of publicly owned businesses, at least 51 percent of which is owned, operated and controlled by minority group members. The Small Business Administration defines the socially and economically disadvantaged (minorities) as Black American, Hispanic American, Native Americans (i.e. American Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-Pacific Americans (i.e., US. Citizens whose origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the U.S. Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan). Are you currently certified by CALTRANS? YES NO X Certification #: ----- CERTIFICATION OF BUSINESS REPRESENTATION(S): this offer that: fferor represents as a part of a woman-owned business. WOMAN-OWNED BEINESS: A woman-owned business is a business of which at least 51 percent is owned, controlled and operated by a woman or women. Controlled is defined as exercising the power to make policy decisions. Operation is defined as actually involved in the day-to-day management. FIRMS PRIMARY PRODUCTS OR SERVICE: Audio-visual design and installatkon CONSTRUCTION CONTRACTOR: CLASSIFICATION(S): c - 7 LICENSE NUMBER: 7x-8789 TAXPAYERS I.D. NO. 33-0714216 CERTIFICATION: The information furnished is certified to be factual and correct as of the date submitted. Audio Associates of San Dieqo Pete Spencer COMPANY NAME PRINTED NAME 8200 Center Drive ADDRESS La Mesa, CA 91942 CITY, STATE AND ZIP (619) 461-9445 5/3/99 TELEPHONE NUMBER DATE 1195