HomeMy WebLinkAboutCla-Val Company; 2010-05-18;Carlsbad Municipal Water District
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
Project Manager: Jase Warner Date Issued: 4/29/2010
(760)438-2722x7151
Mail or Deliver to:
Purchasing Department
City of Carlsbad
1635 Faraday Avenue
Carlsbad, CA 92008-7314
DESCRIPTION
Labor, materials and equipment to repair valves at the following locations throughout the city:
1. Tap 4 on Pirgos Way and Elm Tap at 2420 Carlsbad Village Dr.
2. Point D South at Palomar Airport Rd and El Camino Real
3. Maerkle Sustaining Vault
Price not to exceed $12,390.65.
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Jase Warner
Phone No. 760-438-2722 ext 7151
Submission of bid implies knowledge of all job terms and conditions.
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor Perris, CA 92570
City/State/Zip
CLA-VAL Company
Name 951-657-1718
Telephone
24100 Water St
Address 951-657-4610
Fax
-1 - Revised: 5/17/00
Name and Title of Person Authorized to sign
contracts.
Title
Name Date
JOB QUOTATION
ITEM NO.
1
2
3
UNIT
1
1
1
QTY
2
1
1
DESCRIPTION
Repair valves at Tap 4 on Pirgos Way and
Elm Tap at 2420 Carlsbad Village Dr.
Point D South at Palomar Airport Rd and El
Camino Real
Maerkle Sustaining Vault
TOTAL PRICE
$3,106.79
$3,620.84
$3,596.91
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
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 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:
CLA-VAL Company
Company/Business Name
Printed Name and Title
Contractor's License Number
Classification(s)
Expiration Date
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#:
OR
(Individuals) Social Security #:
-2-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.
-3-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: Jase Warner, Carlsbad Water
Utilities Supervisor (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 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 Carlsbad Municipal Water District to disqualify the Contractor or subcontractor from
participating in contract bidding.
\Signature: "--^
Print Name:LH^oy N d
-4- 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 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 $100,000
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 oroffsite, 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 prior 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: I agree to start within thirty (30) working days after receipt of Notice to Proceed.
Completion: I agree to complete work within thirty (30) working days after receipt of Notice to
Proceed.
CONTRACTOR:
CLA-VAL Company
(Name of Con
CARLSBAD MUNICIPAL WATER DISTRICT,
a Public Agency organized under the Municipal
Water Act of 1911, and a Subsidiary District of
the City of Carlsbad
(sign here)
(print name and title)A>t-> AssistaCnt City Managert
(e-mail address)(address)
(telephone no.)
(print name and title)
(e-mail address)ATTEST:
Sh
(address)
ferns
(city/state/zip)
r )RRAINEJM.
5ecretai>x \T"
(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 AUui i ley
BY:
eputy City Attorney
-Q-Revised: 5/17/00
Objective:
CMWD Cla-Val Maintenance Scope of Work
To keep hydraulic control valves in fully functional condition and correct any
problems before they interrupt operations through preventative maintenance.
Directions: Check and record upstream/downstream pressures prior to starting work.
After District personnel isolate the flow control valve to be serviced, the
contractor will begin to safely depressurize the valve and disassemble.
Cla-Val factory rebuild kits will be installed on all flow control valves and pilot
valves.
All hard parts will be inspected and cleaned by the contractor. Any new hard
parts needed will be rebuilt, repaired, or replaced with factory parts (when
applicable) at the recommendation of the contractor and approval of the
District.
All screens, strainers, speed controls and tubing will be inspected, cleaned or
replaced if needed after District approval is obtained.
After servicing is complete a District employee will turn on the upstream valve
and the contractor will purge all air from the valve and set up pilot controls to
achieve District specified pressures with accurate gauges in the presence of a
District employee. The contractor will maintain operational control of the valve
at all times to prevent pressure surges, spike, or water hammer.
District staff will turn on downstream isolation valves and confirm the hydraulic
control valve operates properly.
Contractor Responsibilities:
Air monitoring and ventilation.
All traffic control.
Starting and completing the job according to a schedule predetermined by the
District.
Return all removed parts to District staff.
*Drip tight shutdowns are not guaranteed.
CLA-VAL CO. WESTERN REGIONAL SERVICE
QUOTATION
QUOTE NUMBER: 042010MT2 JDATE:
CUSTOMER: Carlsbad Water Dist.
5/4/2010 PAGE: 1
CONTACT: Jase Warner
ADDRESS: Carlsbad
JOB NAME: Point D South -f^lU&OeL^
PHONE: 760-438-2722
FAX:
'ITEM NO.
01)
02)
03)
04)
05)
06)
07)
08)
QTY
2
1
1
9
3
SIZE
12"
10"
DESCRIPTION
Model 92-01
Main Valve & Pilots Rubber Rebuild Kit
Model 50-01
Main Valve & Pilot Rubber Rebuild Kit
Tax / 8.75%
Labor
Travel
Fuel Surcharge
TOTAL
NET EA.
$ 421.00
$ 299.00
$
$
$ 99.84
$ 240.00
$ 65.00
TOTAL
$ 842.00
$ 299.00
$
$
$ 99.84
$ 2,160.00
$ 195.00
$ 25.00
$ 3,620.84
NOTES:
This quot<
After 30 d
Main Valve Rebuild Kit Consists of Disc, Diaphragm, & Spacer Washers
Any hard parts are extra!!
ation is valid f
ays Cla-Val r<
All prices are
or 30 days from the above date,
sserves the right to change the pricing due to material cost increase;
NET
AUTHORIZED BY:
TERRITORY: 3900
/••
GIA-WInnovation siriieigse
s. \ *'ir
V
SALESPERSON: Mike Trosper
QUOTATION EFFECTIVE FOR 30 DAYS FROM See Ouofe Number
MESSAGES:
If you have any questions regarding this quotation please contact Mike Trosper @ Cell (949)-923-0649
24 100 Water St.
Perris.CA. 92570
P. 951-657-1718 Ext.288 / Fax 951-657-4610
Page 1
CLA-VAL CO. WESTERN REGIONAL SERVICE
QUOTATION
QUOTE NUMBER: 041910MT2 [DATE:5/4/2010 PAGE: 1
CUSTOMER: Carlsbad Water Dist.
CONTACT: Jase Warner
ADDRESS: Carlsbad
JOB NAME: Tap 4 & Elm Tap 3M^O t\f t>
Hir*
ITEM NO.
01)
02)
03)
04)
05)
06)
07)
08)
QTY *•
1
1
1
1
8
3
iSWu
SI2PE
12"
10"
8"
PHONE: 760-438-2722
FAX:
DESCRIPTION
Model 90-01
Main Valve & Pilot Rubber Rebuild Kit
Model 50-01
Main Valve & Pilot Rubber Rebuild Kit
Model 50-01
Main Valve & Pilot Rubber Rebuild Kit
Tax/ 8.75%
Labor / Prevailing Wage
Travel
Fuel Surcharge
TOTAL
NET EA.
$ 366.00
$ 299.00
$ 224.00
$
$ 77.79
$ 240.00
$ 65.00
TOTAL
$ 366.00
$ 299.00
$ 224.00
$
$ 77.79
$ 1,920.00
$ 195.00
$ 25.00
$ 3,106.79
NOTES: Main Valve Rebuild Kit Consists of Disc, Diaphragm, &Spacer Washers s\
Any hard parts are extra!!
This quotation is valid for 30 days from the above date.
CLA-ifr.
Innovation sftiii?' 1936
After 30 days Cla-Val reserves the right to change the pricing due to material cost increases. xx ^
All prices are NET
AUTHORIZED BY:
TERRITORY: 3900
\/
SALESPERSON: Mike Trosper
QUOTATION EFFECTIVE FOR 30 DAYS FROM See Quote Number
MESSAGES:
If you have any questions regarding this quotation please contact Mike Trosper @ Cell (949)-923-0649
24 100 Water St.
Perris.CA. 92570
P. 951-657-1718 Ext.288 / Fax 951-657-4610
Page 1
CLA-VAL CO. WESTERN REGIONAL SERVICE
QUOTATION
QUOTE NUMBER: 04201OMT1 DATE:5/4/2010 PAGE:
CUSTOMER:Carlsbad Water Dist.
CONTACT:Jase Warner
ADDRESS:Carlsbad PHONE: 760-438-2722
JOB NAME:Maerkle »fvt ACL \flcd FAX:
J
ITEM NO.QTY SIZE DESCRIPTION NET EA.TOTAL
01)
02)
03)
04)
05)
06)
07)
08)
12"Model 50-01
Main Valve & Pilot Rubber Rebuild Kit
$ 373.00 $ 1,119.00
9
3
Tax / 8.75%
Labor
Travel
Fuel Surcharge
$
$
$ 97.91
$ 240.00
$ 65.00
$
$
$ 97.91
$ 2,160.00
$ 195.00
$ 25.00
TOTAL $ 3,596.91
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.
After 30 days Cla-Val reserves the right to change the pricing due to material cost increases.
All prices are NET
AUTHORIZED BY:[SALESPERSON:Mike Trosper
TERRITORY:3900
QUOTATION EFFECTIVE FOR 30 DAYS FROM See Quote Number
MESSAGES:
If you have any questions regarding this quotation please contact Mike Trosper @ Cell (949)-923-0649
24100 Water St.
Perris.CA. 92570
P. 951-657-1718 Ext.288 / Fax 951-657-4610
Page 1