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