Loading...
HomeMy WebLinkAboutC & W DIVING; 2011-04-01; PWM11-11UTILPWM11-11UTIL Carlsbad Municipal Water District MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager: David Ahles Date Issued September 16, 2010 (760) 602-2748 Mail or Deliver to: CLOSIN^-OATE: Purchasing Department Bid shati be deposited in-the Bid Box located City of Carlsbad in the -first floor lobby of tho Faraday Center 1635 Faraday Avenue teeated at 163& £apaday Aveflyer~Gar-lsba4r Carlsbad, CA 92008-7314 GA-e2QO&~URtil 4:00 prfffc ^n-tee-date of Bid Award will be made to the lowest responsive, responsible contractor based on total price. Please use typewriter or black ink, fiwelope— MUST-- include- Request For Bid No. _ . DESCRIPTION Labor, materials and equipment to replace six actuators at Lake Calavera: 1 . Accomplish diving in accordance with OSHA Title 29 191 0.401 Subpart "T" 2. Includes Mobilize/Demobe 3. 3 - Pneumatic and 3 - Hydraulic actuators shall be provided by Henry Pratt Company. 4. Henry Pratt Company will provide a field service technician to support the replacement procedure. Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addendum No. 1 ( _ ), 2 ( _ ), 3 ( _ ), 4 ( _ ), 5 ( _ ). SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor KMTION^U ClTV, CA <3 1 9 5 O City/State/Zip HOOVER AVe Telephone Fax Revised: 5/17/00 Name and Title of Person Authorized to sign contracts. . (.Signature AARON Title Name Date JOB QUOTATION ITEM NO. 1 2 3 UNIT L.S. LS L.S QTY 1 16hrs 1 DESCRIPTION Mobilization/Demobizatio n 3 Man Dive Crew Shallow Water dive spread TOTAL TOTAL PRICE 250.00 6,960.00 150.00 $7,360.00 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 Carlsbad Municipal Water District. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The District 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 pnce 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 District 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 District as to the Contractor's ability to perform the contract shall be conclusive. SUBMITTED BY: Company/Business Name C-Authorized Signature Contractor's License Number A Classification(s) OF Printed Name and Title Expiration Date Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: (Individuals) Social Security #: OR Revised: 5/17/00 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 Code). If no subcontractors are to be employed on the project, enter the word "NONE." PORTION OF WORK TO BE SUBCONTRACTED Item No. Description of Work SUBCONTRACTOR* % of Total Contract Business Name and Address License No., Classification & Expiration Date MBE Yes No Total % Subcontracted: * Indicate Minority Business Enterprise (MBE) of subcontractor. Revised: 5/17/00 CARLSBAD MUNICIPAL WATER DISTRICT MINOR PUBLIC WORKS CONTRACT (Less than $30,000) 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: (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 is 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 District 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 tiling 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 Carlsbad Municipal Water District to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: ,.-_; Print Name AARoK> Revised. 5/17/00 Commercial General Liability, Automobile Liability and Workers' Compensation Insurance: The successful contractor shall provide to the Carlsbad Municipal Water District, 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 District 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 Besfs 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 S100,000 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 District prioi to such cancellation. The policies shall name the Carlsbad Municipal Water District as additional insured. Indemnity: The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City and the District, 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 or the District, The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. -5- Revised: 5/17/00 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: Completion: CONTRACTOR: I agree to start within .working days after receipt of Notice to Proceed. I agree to complete work within Proceed. working days after receipt of Notice to CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of :he City of Carlsbad(name of Contrjetoff" (print name and title) (e-mail address) no*** ATTEST: (address)tO^*^ (city/state/zip) CA LORRAINE M. WOOD Secretary (telephone no.) (fax no.) (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: RONALD R. BALL, City Attorney ID Bputy CityAttorney -1 -Revised: 5/17/00 State of California County of ss.CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT On f before me personally appeared ;X| personally known to me - or - L] proved to me on the basis of satisfactory evidence: i ! form(s) of identification G credible witness(es) to be the personfc) whose name(s) is/a*e subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/hef/thetr authorized capacityBes), and that by his/ber/tweif signature^ on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. ' Signature of notary Putin. (Seal) OPTIONAL INFORMATION Although the information in this section is not required by law, it could prevent fraudulent removal and reattachment of this acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of Qu?Rt6bicT<t>N^ containing pages, and dated F] Additional Signci(s) i 1 Other \ b>Kjner(s)1humbprint(s) The signer(s) capacity or authority is/are as: I \ Individual^) 1..J Attorney-in-Pact fc Corporate Officer(s) ffZ- €£ I O 6AJ T" C] Guafdian/Conservator CD Partner - Limited/General i J Trustce(s) ( I Other: representing: } Signer is Representiiuj ,' Copynyhl ,>001 tJota'y Rotary, Inr. 9?r> .''Oth St.. Des I/omes, IA 50312-3612 Foun ACKO^ 0.\'04 To re-otder, call totl-ftee IS// 3-59 GSS8 or visit u5 on the Internet dt httpV/iv.v.v thenataryshop corn i C&W DIVING SERVICES, INC. ':' UNDERWATER ENGINEERINGS CONSTRUCTION DFRP SOU T1ONS September 13,2010 Attn.: Mr, David Ahles 1635 Faraday Ave. Carlsbad, CA. 92008 Quote /? 10-094 Subj.: Replace six Actuators at Lake Calavera Dear Mr. Ahles, C&W Diving Sendees, Inc. (C&W) is pleased to forward the following price quotation to provide the following; Accomplish diving in accordance with OSHA Title 29 1910.401 Subpart "T". Title/Description: Replace six Actuators at Lake Calavera Crew Crew Rate Shallow Water dive spread Mobe/Demobe Total 3ManDiveCrew-16hrs $435.00/hr SISO.OODaily S250.00daily Total $6.960.00 SISO.OODaily S250.00daily S7.360.0U Thank you for the opportunity to forward this price quotation. It you have any questions, please contact me. Sincerely, C&W Diving Services, Inc. Gary E. Billingsley Operations Manager DISABLED Vb TFRAN BUSINESS ENTERPRISE • SDBF & HUBZONE CERTIFIED PO BOX 2433 • 1 7O6 HOOVER AVENUE NATIONAL. CITY, CA 9 1 951 -2433 24 HOUR PHONt".: G 1 9.-174.270O FAX: 61 9 477.27OO WEBSITE CWDIYING COM