Loading...
HomeMy WebLinkAboutGriswold Industries dba CLA-VAL Company; 2017-05-05; PWL17-100UTILCARLSBAD MUNICIPAL WATER DISTRICT PUBLIC WORKS LETTER OF AGREEMENT Tracking#: PWL 17-100UTIL REBUILD VALVE AT THE CARLSBAD NUMBER ONE CONNECTION LOCATED AT RANCHO SANTA FE RD AND SAN MARCOS BLVD. This letter will serve as an agreement between Griswold Industries dba CLA-VAL Company, a California corporation (Contractor), and the Carlsbad Municipal Water District (District). The Contractor will provide all equipment, material and labor necessary to rebuild the valve at the Carlsbad number one connection located at Rancho Santa Fe Rd and San Marcos Blvd., per the Contractor's proposal (Exhibit A) dated 3/2/2017 and the District specifications, for a sum not to exceed two thousand three hundred sixty nine dollars and eighty cents ($2,369.80). This work is to be completed within sixty (60) 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 s~bject civil penalties for the filing of false claims as set forth in the California False Claims Ac(!, :\t:ern ode sections 12650, et seq., and Carlsbad Municipal Code Sections 3.32.025, ~ init init 6. The Contractor hereby a nowledges that debarment by anoth r jurisdicti · ounds for the District to disqualify the Contractor from participating in contract bidding. \ in it mit 7. The Contractor agrees and hereby stipulates that the proper venue and j ri diction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. REBUILD VALVE AT THE CARLSBAD #1 CONNECTION AT RSF RD & SM BLVD --1 --General Counsel Approved 2/29/16 Tracking#: PWL 17-100UTIL 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 Contractor Contact: Mike Trosper, 949-923-0649 CONTRACTOR GRISWOLD INDUSTRIES dba CLA-VAL CO 24100 Water St., Perris, CA 92570 951-657-1718, 951-657-8540 mtrosper@cla-val.com By & &:_ ~(Si9i11lere) ~ ltl·/fdlf;::o: 4AP4JT r CAkJ (print name/title) ~~ \l_~'o~~ ·c_+·o (print name/title) ~ ... \(a'\ l CARLSBAD MUNICIPAL WATER DISTRICT By: Elaine Lukey/Public rks 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: REBUILD VALVE AT THE CARLSBAD #1 CONNECTION AT RSF RD & SM BLVD --2 --General Counsel Approved 2/29/16 EXHIBIT A CLA-VAL CO. WESTERN REGIONAL SERVICE QUOTATION QUOTE NUMBER: 030117MT3 I DATE: 3/2/2017 PAGE: CUSTOMER: City of Carlsbad CONTACT: Raymond Martinez ADDRESS: San Marcos PHONE: 760-802-8097 JOB NAME: Valve Rebuild FAX: ITEM NO QTY SIZE DESCRIPTION NET EA. 01) 1 16" Model50-01 $ 852.00 Main Valve & Pilot Rubber Rebuild Kit 02) $ - 03) $ - 04) $ - 05) $ - 06) 4 Labor I 2 Men I Prevailing Wage $ 295.00 07) 3 Travel $ 86.00 08) 140 Fuel Surcharge Per Mile $ 0.57 $ $ $ $ $ $ $ $ TOTAL/WITHOUTTAX $ NOTES: Main Valve Rebuild Kit Consists of Disc, Diaphragm, & Spacer Washers Any hard parts are extra!! This quotation is valid for 30 days from the above date. T..,..,; After 30 days Cla-Val reserves the right to change the pricing due to material cost increases. All prices are NET AUTHORIZED BY: I SALESPERSON: Mike Trosper TERRITORY: 3900 QUOTATION EFFECTIVE FOR 30 DAYS FROM See Quote Number MESSAGES: Quote is for estimating only, Cla-Val Service is billed on an actual time & materials used basis. If you have any questions regarding this quotation please contact Mike Trosper-Cell (949)-923-0649 1 TOTAL 852.00 - - - - 1,180.00 258.00 79.80 2,369.80 241 00 Water St. mtros(2er@cla-val.com Perris,CA. 92570 P. 951-657-1718 Ext.288/ Fax 951-657-8540 Page 1