HomeMy WebLinkAboutD&H Water Systems; 2017-06-09; PWL17-128UTILCARLSBAD MUNICIPAL WATER DISTRICT
PUBLIC WORKS LETTER OF AGREEMENT
Tracking#: PWL 17-128UTIL
REPAIR OF INJECTOR ON THE CHLORINATION EQUIPMENT AT MAERKLE RESERVOIR
This letter will serve as an agreement between D&H Water Systems, a California corporation (Contractor)
and the Carlsbad Municipal Water District (District). The Contractor will provide all equipment, material and
labor necessary to repair the injector on the chlorination equipment at Maerkle Reservoir, per the
Contractor's proposal (attached as Exhibit A) dated April 19, 2017 and the District specifications, for a
sum not to exceed one thousand nine hundred eighty five dollars and thirty four cents $1 ,985.34. This
work is to be completed within thirty (30) calendar days after issuance of a Purchase Order.
ADDITIONAL REQUIREMENTS
1. City of Carlsbad Business License
2. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold
harmless the City of Carlsbad and the District, and their agents, officers, officials, employees and
volunteers, 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 this Contract or work; or from any
failure or alleged failure of the contractor to comply with any applicable law, rules or regulations including
those relating to safety and health; except for loss or damage which was caused solely by the active
negligence of the District; and from any and all claims, loss, damage, injury and liability, howsoever the
same may be caused, resulting directly or indirectly from the nature of the work covered by this Contract,
unless the loss or damage was caused solely by the active negligence of the District. The expenses of
defense include all costs and expenses, including attorney's fees for litigation, arbitration, or other
dispute resolution method.
3. Contractor shall furnish policies of general liability insurance, automobile liability insurance and a
combined policy of workers compensation and employers' liability in an insurable amount of not less
than one million dollars ($1 ,000,000) each, unless a lower amount is approved by the Risk Manager or
the Executive Manager of the District. Said policies shall name the City of Carlsbad and the District as
an additional insured. The full limits available to the named insured shall also be available and applicable
to the City and the District as an additional insured. Insurance is to be placed with California admitted
insurers that have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on
the State of California's List of Approved Surplus Line Insurers (LASLI} with a rating in the latest Best's
Key Rating Guide of at least "A:X''; OR an alien non-admitted insurer listed by the National Association
of Insurance Commissioners (NAIC) latest quarterly listings report. Proof of all such insurance shall be
given by filing certificates of insurance with contracting department prior to the signing of the contract by
the District.
4. The Contractor shall be aware of and comply with all Federal, State, County and City Statutes,
Ordinances and Regulations, including Workers Compensation laws (Division 4, California Labor Code)
and the "Immigration Reform and Control Act of 1986" (8USC, Sections 1101 through 1525), to include
but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and
consultants that are included in this Contract.
5. The Contractor may be subject to civil penalties for the filing of false claims as set forth in the California
False Claims Act, Gi[nmenf}(jyde sections 12650, et seq., and Carlsbad Municipal Code Sections
3.32.025, et seq init -tlJnit
6. The Contractor hereby acknowledges that debannent by another rictiod1J.fl.rounds for the District
to disqualify the Contractor from participating in contract bidding. init ]:fl..~ it
7. 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.
REPAIR OF INJECTOR AT MAERKLE RESERVOIR - 1 -General Counsel Approved 2/29/16
Tracking#: PWL 17-128UTIL
8. 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 the Section 1770, 1773
and 1773. 1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a
current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay
less than the said specified prevailing rates of wages to all workers employed by him or her in the
execution of the work covered by this Letter of Agreement. Contractor and any subcontractors shall
comply with Section 1776 of the California Labor Code, which generally requires keeping accurate
payroll records, verifying and certifying payroll records, and making them available for inspection.
Contractor shall require any subcontractors to comply with Section 1776.
9. CMWD Contact: Eric Sanders. 760-438-2722 ext 7151
Contractor Contact: David Hartwig. 760-722-6893
CONTRACTOR
D&H WATER SYSTEMS, a California
corporation
603 Seagaze Dr. #241, Oceanside, CA 92054
760-722-6893
david@dandhwatersystems.com
By:
(print name/t le)
CARLSBAD MUNICIPAL WATER DISTRICT
5950 El Camino Real
Carlsbad, CA 92008
760-438-2722
760-431-2658
Eric.sanders@carslbadca.gov
By:
Elaine Lukey/Pu · Works Director as
authorized by the Executive Manager
Dated:
If required by CMWD, 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:
CELIA A. BREWER, General Counsel
BY: ~
Deputy General Counsel
REPAIR OF INJECTOR AT MAERKLE RESERVOIR -2-General Counsel Approved 2129/16
\NATE A
BVBTEMB
603 Seagaze Dr. # 241
Oceanside, CA 92054
ph: 760-722-6893
Bill To
City of Carlsbad
5950 El Camino Real
Carlsbad, CA 92008
Quantity
P.O. Number
Description
4 Ian On-site Service Technician
1 Service Technician Ian Travel time
30 Service Technician Travel Mileage
Equipmnet to be Service:
[2] Acutec 35 w/Batteries
Work on 1" injector that was broken.
2 W2T 11717 INSTRMNT,ELECTROCHEM;SENSOR
UNIT, CL2
2 W2T11698 BATTERY 12 VOLT SERIES
1 10218000 CAL GAS 58 liter 10 ppm Chlorine Nitrogen
Balance
**Use gas from Van Stock
Date
4119/2017
Ship To
Utilities Dept. Water Division
City of Carlsbad
5950 El Camino Real
Carlsbad, CA. 92008-8802
Terms Rep
Net 30 UJ
Bin Loc MPN
D-3-4 U29329
D-8-5 U29314
D & H Water Systems, Inc is pleased to offer the following
proposal for
your consideration.
Please do not hesitate to contact me if you have any
questions, or require
further information. Lisa Peterman,
Lisa@dandhwatersystems.com, or
760-509-9190
Subtotal
EXHIBIT A
Quote
Quote#
Q2017-0428
Project
Total Amount
560.00
140.00
16.50
0.00
654.00T
373.58T
150.00T
O.OOT
Sales Tax (7.75%)
Total
Page 1
VVATER
BVBTEMB
603 Seagaze Dr.# 241
Oceanside, CA 92054
ph: 760-722-6893
Bill To
City of Carlsbad
5950 El Camino Real
Carlsbad, CA 92008
Quantity
Conditions of Sale:
P.O. Number
Description
-Payment terms :Net 30 Days.
-This quote is firm for 60 days.
Date
4119/2017
Ship To
Utilities Dept. Water Division
City of Carlsbad
5950 El Camino Real
Carlsbad, CA. 92008-8802
Terms Rep
Net30 UJ
Bin Loc MPN
Quote
Quote#
Q2017-0428
Project
Total Amount
O.OOT
-Delivery will be made in approximately 1-2 weeks ARO.
-All Visa and Master card transactions will incur a 4%
pass through service charge.
-This quotation is limited to the products and services as
listed and excludes any item or service not listed.
Page 2
Subtotal
Sales Tax (7.75%)
Total
$1,894.08
$91.26
$1,985.34