Loading...
HomeMy WebLinkAboutTelevideo San Diego; 2000-09-14;City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager : Greq Clavier Date Issued: September 14.2000 (760) 434-2991 Request For Bid No. FAC 01-04 Mail To: CLOSING DATE: N/A Public Works - Facilities Division City of Carlsbad 405 Oak Avenue Carlsbad, CA 92008 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.FAC 01-04. DESCRIPTION Labor, materials and equipment to orovide installation and maintenance of audio / video eauipment at various Citv of Carlsbad facilities for the Deriod of July 1, 2000 through June 30. 2001 for a sum not to exceed $24,950. No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Grea Clavier Phone No. (760) 434-2991 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 (),2 L), 3 C), 4 (, 5 0. SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor QNInua s WI Dicc\o Name u 4783 +i &ii& s-t- Address s$& Q-&o cc, 4wl City/StatelZ$ &3srY* l?6rY-N& Telephone Name and Title of Person Authorized to Name and Title of Person Authorized to L ’ S&Q L ’ s+op web? l#Ob Name Name \Q I pJ& -qL.LJ O&4- pJ& kqL.2.A oJ&- Title Title q-dJ~- 0 3 Date sign Fax -l- 5/l o/o0 JOB QUOTATION \ tTEM,NO. UNIT QTV DESCRitil~N TO%AL PRICE 1 1 JOB Provide installation & maintenance of audio Not to exceed / video equipment at various City of $24,950 Carlsbad facilities for the period 7/01/00 - 6/30/01 for a sum not to exceed $24,950 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: w L’ st*g LnlOfi ~J~~Awl5i~ Printed Name aHTitle g ~214 4 Date Contractor’s License Number Classification(s) Expiration Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: a- 00 49 i’ 9 0 OR (Individuals) Social Security #: -2- S/l o/o0 DESIGNATION OF SUBCONTRACTORS Set forth below is the full name and location of the place of business of each subcontractor 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.” jq.A _ PORTION OF WORK TO BE SUBCONTRACTED SUBCONTRACTOR* MBE % of Total Contract Business Name and Address License No., Classification & Expiration Date Total % Subcontracted: Yes No l Indicate Minority Business Enterprise (MBE) of subcontractor. -3- 511 o/o0 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: Gren Clavier. Public Works Suoervisor - Facilities. (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: 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 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. 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. 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 30,200l. -5- 5/l o/o0 CONTRACTOR: TA9 Q\ A* sn ~,l%a (name of Contractor) By: CITY OF CARLSBAD a municipal corporation of the State of California . r&4 S-tea Vtitle, P!h&4 d G+-+ (print name slhd Lj783 5ii&&-ek sr (address) 340 De50 CA %a-II (city/state/zip) ?E&&&//SO e)rr W (telephone no.) &p- 268 -r?w (fax no.) (address) 0 P\ko c vsi- an\ (telephone no.) ATTEST: / , ~RRAIN . WOOD 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.) -6- 5/10/00 State of California San Diego > ss. County of On /0-6-O’ , before me, Patricia B. Clark, Notary Public , Date personally appeared Name and Ttle of Officer (e.g., “Jane Doe, Notary Public”) ’ Name(s) of Signer(s) 0 personally known to me oproved to me on the basis of satisfactory evidence to be the person(@ whose name@ is/afe subscribed to the within instrument and acknowledged to me that heehey executed the same in hiswtheir authorized capacity@@, and that by hi@their signature&j-on the instrument the person(& or the entity upon behalf of which the person acted, executed the instrument. my hand and official seal. /%LL Signature dNofary 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 Docu Title or Type of Document: u Document Date: /O - 6 r w Number of Pages: .I$ f-LkL&A Signer(s) Other Than Named Above: I Capacity(ies) Clai Signer’s Name: Cl Individual w Corporate Officer - Title(s): cm ’ Partner - 0 Limited 0 General 0 Attorney in Fact 0 Trustee 0 Guardian or Conservator 0 Other: Signer Is Representing: Top of thumb here 0 1999 National Notary Aswciation - 9350 De Soto Ave., P.O. Box 2402 - Chatswolth, CA 91313-2402 * wwnationalnotq erg Prod No.5907 Reorder: Call Toll-Free l-800-876-6827 SFP.-26'00(TUE) 13:46 TEL:8585527096 P.002/002 ’ STATE P.0. BOX 420807, SAN FRANCISCO, CA ti4142QBQf COMPBNSATION INSUHANCE FUND , / ,: ,$ERTIFICATF OF WORKERS C+M’ENSAT~~~ j,NStJR,$IIJCE / SEPTEHBEd 26+?l00 I’. I’:’ 1 ,P ‘.I, / ‘! ,: ‘. :, J ~,,, , ,, .’ ,; (. ,I .:’ , ., .I ,I +&+,q~ER:. .‘,‘,I,390144 - 00 ” ; (, CERTl~l’E,~P~FlES: ’ 7-.t -01 ,, 4 /’ ,1 .I, ,“‘b : ,, I.1 ,I r ,/ ‘I : I . . .I, ” CITY Of m.+g$. ‘1 ’ ’ : AWN: PUBLIC WJlRKs.' ':"" .’ ,; ‘; ,. > ,,, I/: ” ",: ',.+:, : ,’ ‘,,, 405 OAK AVE :A .’ CARLSBAD CA 92026 _, 8’ a, ,I, ~, I,/ ':y ';;".,;; -,,, ; ,, .,’ I : JoB:'FmTRACI'l~AC0)'04 ' * This Is to certify that we have Issued a valid Workers’ Compensation insurance policy In a form approwd by the Caliiornia Insurance Commissioner to the employer named below for the policy perlod Indlceted. This policy Is not subject to cancellation by the Fund except upon ten days’ e&arm wfltten notice to the employer. We will also give you TEN days’ advance notice should this pollcy bs cancelled prior to Its normal explratlon. This cetiificato of Insurance Is net an insurance policy and dCk36 not amend, extend or alter the CoWage afforded by the policies llsted herein. NotwIthstanding any roqulrement, term, of canditlon of any contract or other document with respect to which this cgrtlficate of Insu(ancr mqy be Issukd pr may pertaln, .the inyrE$e afforded, ,by the policies described hereln Is sqb@ct to all the ter@ii. exclusiana and dbrlditions of such poll&% I ,, I’ .,; “‘I : y”, , ,< -,, E?fPLOYER’S LI Ah,& LIBXT .INCLUDiRG DEF&i COSTS i , d’000;‘“i ~,@&ikWCE. .:’ 3 r 8 ‘I, ;’ : ‘,, ” i * ,: ‘, . . ,;’ ., , ,( I’r: I 8’ 0 // ‘. ;. ,“‘y . ‘. ‘I ‘.,, EMPLbYER :I : , ‘. 1,; ” ; *: a : ,I ,, ,,,, ’ I’ :I I. . ../I :,I’ ” I *’ (, ,t ” ,,I i TEtEVXDEO SAW bIEG0 4783 RUfPHER STREET SAW DIl%Ci CA 92111 HRB . SEP-26-00 10:41AM FROM- T-800 P.Ol/Ol f-625 LlABlLtTY INSUFWNCE 0Al.E t-J g/26/2000 THIS CERTIFICATE IS ISSUED AS A MATTER OF INF ORblATION ONLY AND CONFERS NO RIGHTS UWN THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. , INSURERS AFFORDING COVERAGE IFts-~ Atlantic Mutual \ ANY REQUIREMENT. TERM OR 1:0lvD1TtOt4 Of ANY COtuTRACT OR OTHER RESPECT TO WhlCH mlS CERTIFICATE BE ISSIJED OR MAY PEKTAlh. THE INSURAIGE AFPORDED BY ME POLICIES DESCRIBED rlERElN IS s!JBJEct 70 ALL THE TERblB. EXCLIJSIONS AND COtuDllIONS OF SLKZh A 4@40%283 9/l/2000 9/l/2001 ALL DWNU) rums SCMEOULED AUTOS ruREDA&JTOS NOMWhEDAflOS GAmGeuAmw AIU~AUTO ExcesuAmm A] OccuN PRaPEKrv cAMAGE (pr*-J 5 AUYO ONLY - EA Acwrrr c %%%Z.~ 6AAcc s Ama S 5000000 ,EAcn- 9/l/2000 9/l/2001 AOGREdnTE a s pEoutl78LE NETERTION s ztzzf%i%%-- E DeSCARTIDkOF6PeRA~LOCA1K)NiMMC~~S*W~DSY~~hl~~PPllDYlSlOHS I---’ -10 dsya noSc0 of cSncermm pfwiae r if for n-mom uf pmnlcrm- RE: Conmu N FACfl+O4. CERTIFICATE HOLDPR [ 1 1 City of Carlzlbad 405 Oak Ave. CarlSbadCA! ! ACORD25-5(7/97) NPOSENOOWCllflONORWBLmOFANT~m,~TrcElNsU~~~ElrrsoR . . c . Engineering Design Sales Installation Repair Training Rentals To the City of-Carl&ad November 8,200O This letter is to verify that Linda Stepp is the Chief Financial Oflicer for Televideo San Diego. Linda Stepp isauthorized to sign on behalf of Televideo San Diego. LindaStepp 4783 Ruffner Street n San Diego, CA 92111 n (858) 268-1100 H Fax (858) 268-1790 email: sales@televideosd.com w www.televideosd.com