Loading...
HomeMy WebLinkAboutD and H Water Systems Inc; 2012-11-09;Project Manager: Jase Warner (760) 438-2722 Mail or Deliver to: Water Utilities Department City of Carlsbad 5950 El Camino Real Carlsbad, CA 92008 Carlsbad Municipal Water District MINOR PUBLIC WORKS PROJECT D&H WATER SYSTEMS Date Issued: Please use typewriter or black ink. DESCRIPTION Labor, materials and equipment to Perform annual preventative maintenance on (6) V75-5 chlorinators, (3) 1" injectors, (1) chlorine dioxide generator per the proposal dated August 25,2012. No job walk-through scheduled. Contractors to anrange site visit by contacting: Project Manager: Jase Wamer Phone No. 760-438-2722 Submission of proposal implies knowledge of all job terms and conditions. SUBJECT TO ACCEPTANCE WITHiN (90) DAYS Name and Address of Contractor Name Address City/State/Zip / /^O TT-T- CfJrf^ Telephone Fax 1 -Revised: 5/17/00 Name and Title of Person Authorized to sign centre Signature Name Title Date JOB QUOTATION ITEM NO. UNfT QTY DESCRIPTION TOTAL PRICE 1 Ea 1 Annual preventative maintenance on chlorination system per contractors proposal dated 8/25/12. $5,645.00 Quote Lump Sum, including all applicable taxes. Award is by total price. SUBMITTED BY: Company/Business Name Contractor's License Number Authorized Signature Classification(s) Printed Name and Title / Date Expiration Date TAX IDENTIFICATION NUMBER (Corporations) Federal T3, ,.•.#: ^C'5IZZ.(^7.2L 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 wori< which will be done by each sub-contractor for each sut)contract. NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the woric to be perfomied 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 pemiitted to sublet or subcontract that portion of the wori<, 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 Califomia Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." PORTION OF WORK TO BE SUBCONTRACTED SUBCONTRACTOR* MBE Kern No. Description of Work % of Total Contract Business Name and Address License No., Classification & Expiration Date Yes No / A* 1 Total % Subcontracted: Indicate Minority Business Enterprise (MBE) of subcontractor. Revised: 5/17/00 CARLSBAD MUNICIPAL WATER DISTRICT MINOR PUBLIC WORKS CONTRACT (Less than $45,000) Labor: I propose to employ only skilled workers and to abide by all State and City of Carisbad Ordinances goveming labor, including paying the general prevailing rate of wages for each craft or type of woricer needed to execute the contract. Guarantee: I guarantee all labor and materials fumished and agree to complete wori< in accordance with directions and subject to inspection approval and acceptance by: Jase Wamer (project manager) Wage Rates: The general prevailing rate of wages for each craft or type of woricer needed to execute the contract shall be those as detemriined 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 cun-ent 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 wori<ers 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 Califomia Govemment Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a publrc entity. These provisions include false claims made with deliberate ignorance of the false infonnation or in reckless disregard of the truth or falsity of the infonnation. The provisions of Carisbad 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 debannent 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 Carisbad Municipal Water District to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: PrintName. XV^r/Z> ^^7^^Jl^ Revised: 5/17/00 Commercial General Liability, Automobile Liability and Workers' Compensation insurance: The successftil contractor shall provide to the Carisbad Municipal Water District, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workei^' Compensation Insurance indicating coverage in a form approved by the Califomia Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be fumished to the District prior to the start: of woric. 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 Gukle of at least A-:V and (2) are admitted and authorized to transact the business of insurance in the State of Califomia 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, tiie auto policy must cover any vehicle used in the perfonnance of tiie contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduled. The automobile insurance certificate must state tiie coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clause provkling that ttiirty (30) days written notice shall be given to the Distiict prior to such cancellation. The policies shall name the Carisbad Municipal Water District as additional insured. Indemnity: The Contractor shall assume tiie defense of, pay all expenses of defense, and indemnify and hold hannless tiie City and tiie Distiict, 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 pertormance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including tiiose related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directiy or indirectiy from the nahjre of tiie wori< 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 attomeys' fees for litigation, arbitration, or other dispute resolution method. -5- Revised: 5/17/00 Jurisdiction: The Conta^ctor agrees and hereby stipulates ttiat the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, Califbmia. Start Wori<: I agree to start within five woricing days after receipt of Purchase Order. Completion: I agree to complete woric within 90 woricing days after receipt of Purchase Order. CONTRACTOR: CARLSBAD MUNICIPAL WATER DISTRICT, . . yi y^,,^-— . 1^ a Public Agency organized under ttie Municipal U^H WnfBlZ^^rC^STBNSJAIO, Water Act of 1911, and a Subsidiary District of (name of Contiractor) the City of Carisbad By: (telephone no.) ATTEST: (sign here) / l^^iO H^^fl^:rWL^JP|^^Pf)mr ^y: ^^^^^^^^^^^^^^^^ (e-pyil address) (address) / (sign here) ' 7 (print name and titie) (e-mail address) (address) (city/state/zip) ' / (telephone no.) ^^f' es'^o (fax no.) (Proper notarial acknowledgment of execution by Contractor must be attached. LORRAINE M. WOOD Secretary - <;<J i:2 - ^v" Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. Othenvise, the corporation must attach a resolution certified by tiie secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind tiie corporation.) APPROVED AS TO FORM: RONALD R. BALL, City Attomey BY: Assistant City Attomey -6 Revised: 5/17/00 August 25, 2012 City of Carlsbad Water Department 5950 El Camino Real Carlsbad, Ca. 92008 Attention: Jase Wamer Subject: Annual preventative maintenance on chlorination system . D&H Water Systems, Inc is pleased to offer the following proposal for your consideration. Proposed Scope of Service Perform annual preventative maintenance on the following equipment: (6) V75-5 chlorinators (3) 1" injectors (1) Chlorine dioxide generator Replace all tubing fittings and associated tubing. D and H will disassemble, clean, install PM kits, reassemble, test, calibrate and retum to service. Estimated time of Service: Labor: 18.5 Travel: 4 Mileage: 180 Per Diem: Parts: (6) V75-5 PM kits (3) 1" injector PM kits Fittings and tubing For Chlorine Dioxide Unit (1) SIOK rotameter PM kit All O rings necessary for PM Lot Price for Annual Service: $5645.00 NOTE: If additional parts and labor are required, they will be added with customer approval. 603 Seagaze Drive #241, Oceanside, California 92054 PHONE 760.806.7839 FAX 760.806.7608 WEB www.dandhwatersystems.com EMAIL david@dandhwatersystems.com Conditions of Sale: Payment terms: Net 30 Days. This quote is firm for 60 days. Quotation does not include any taxes. This quotation is limited to the products and services as listed and excludes any item or service not listed. Resulting Purchase Order should be made out to: D&H Water Systems Mc 603 Seagaze Dr. #241 Oceanside, CA 92054 Please do not hesitate to contact me if you have any questions, or require further information. Sincerely David Hartwig D&H Water Systems, Inc. 603 Seagaze Drive #241, Oceanside, California 92054 PHONE 760.806.7839 FAX 760.806.7608 WEB www.dandhwatersystems.com EMAIL david@dandhwatersystems.com