HomeMy WebLinkAboutKnorr Systems Inc; 2017-03-13; PKRC614Tracking #:PKRC614
CITY OF CARLSBAD
PUBLIC WORKS LETTER OF AGREEMENT
BACKWASH SYSTEM REPAIR AND SUMP PUMP REPLACEMENT: CONTRACT PKRC614
This letter will serve as an agreement between Knorr Systems, Inc., a California corporation (Contractor)
and the City of Carlsbad (City). The Contractor will provide all equipment, material and labor necessary to
repair the filter backwash system and replace the existing sump pump at the Monroe Street Pool, per the
Contractor's proposal dated February 28, 2017 and City specifications, for a sum not to exceed three
thousand seven hundred seventy-five dollars and sixty-nine cents ($3,775.69). This work is to be completed
within five working 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, and its 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 City; 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 City. 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 City Manager. Said policies shall name the City of Carlsbad as an additional insured. The full
limits available to the named insured shall also be available and applicable to the City 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 City.
4. The Contractor shall be aware of and comply with all Federal, State, County and City Statues,
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, Govern)l3ent Code s~ns 12650, et seq., and Carlsbad Municipal Code Sections
3.32.025, et seq. kL init ~ init
6. The Contractor hereby acknowledges that debarment by another jurisdiction is grounds fog{e C~ty of
Carlsbad to disqualify the Contractor from participating in contract bidding. (¥ ((_ init . 'nit
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.
BACKWASH SYSTEM REPAIR AND
SUMP PUMP REPLACEMENT;
CONTRACT PKRC614 •• 1 •. City Attorney Approved 2/29/2016
Tracking #:PKRC614
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. City Contact: Jeanette Gant 760-268-4776
Contractor Contact: Steve Fish 714-754-4044 ext. 108
CONTRACTOR
Knorr Systems, Inc.
2221 Standard Avenue
Santa Ana, CA 92707
714-754-4044 Office
714-754-1405 Fax
stevef@knorrsystems.com
Susie Coudayre I Assistant Treasurer
(print name/title)
By:
Rich Robert I Vice President
(print name/title)
CITY OF CARLSBAD, a municipal corporation
of the State of California
Dated:
~ · 1'3. I '1-
(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, City Attorney
BY:
lDePLity City Attorney
BACKWASH SYSTEM REPAIR AND
SUMP PUMP REPLACEMENT;
CONTRACT PKRC614 -2 --City Attorney Approved 2/29/2016
KNORR SYSTEMS, INC.
Date: February 28, 2017
To: Jeanette Gant
Monroe Street Pool
3401 Monroe Street
Carlsbad, CA 92008
From: Steve Fish
Subject: Various Repairs
DESCRIPTION EXTENDED SECTION QTY PRICE EACH TOTAL
Furnish labor and materials to make repairs to the filter
backwash system and replacement of the existing sump
pump. Includes: disassembling four (4) backwash valves,
Labor and overhauling each valve with OEM rebuild kit, reassembling
$ $ 1 3.494-17 3.494-17 Materials each valve, removing and disposing of the existing sump
pump and float switch, installing a new pump and float,
and conducting a performance test to ensure proper
operations of both systems.
Subtotal $ 3.494-17
Sales Tax $ 181.52
Freight $ 100.00
Estimate $ 3.775-69
This proposal includes labor, testing equipment, and travel to perform stated work. It does not include additional parts or labor if
additional work beyond this scope is required. Additional materials and labor will be quoted as applicable. This quote is DIR (Department
of Industrial Relations) compliant. Job Classification: Laborer, unless otherwise noted or requested.
Payment Terms:
Interest:
Freight:
Sales Tax:
Notes:
KSI Technicians are nationally certified AFO/CPO's
Terms and Conditions
Net 30 days from date of invoice, subject to approval of credit.
Quoted equipment will not be subject to project retention and invoices must be paid in full.
18% APR is charged on all past due invoices.
FOB equipment ship point, see above for estimated freight charges.
Subject to sales tax rate as noted above.
Quote represents current pricing and valid until March 30, 2017
Please review this quote for accuracy. If acceptable, please sign and provide a purchase order number, if available, and return via fax at
(714) 754-1405, or by email at stevef@knorrsystems.com.
Print Name Date
Approved By Purchase Order#