HomeMy WebLinkAboutNeal Electric Corp dba Nealectric; 2009-10-29; PWM10-10ENGCarlsbad Municipal Water District
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager.
(760) 602-2787
Eva Plaizer
Mail or Deliver to:
City of Carlsbad
1635 Faraday Avenue
Carlsbad, CA 92008-7314
Award will be made to the lowest responsive,
responsible contractor based on total price.
Date Issued:
Request For Bid No.:_
CLOSING DATE:
10-2-09
PWM10-1 PENG
10-13-09
Bid shall be received by the Project Manager
at Faraday Center located at 1635 Faraday
Avenue, Carlsbad, CA 92008 no later than
4:00 p.m. on the date of Bid closing.
Please use typewriter or black ink.
Envelope MUST include Request For Bid
No. PWM 10-1 PENG .
DESCRIPTION
Labor, materials and equipment to perform electrical upgrades to the Maerkle Reservoir Cover
Rainwater System as shown on sheets C-1 and ME-1 of drawing set 451-4.
No job walk-through scheduled. Contractors to arrange site visit by contacting the project manager
listed above.
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
Ne^l F.lof i-r-tr r<->rp. Hha Nealectric. Inc. Powav. CA 92064
Name City/State/Zip
K-irkham Way 858-513-2525
Address Telephone
858-513-9494
Fax
-1-Revised: 5/17/00
Name and Title of Person Authorized to sign
contracts.
President/COO
Signature
Clark Thompson
Title
Name Date/ /
JOB QUOTATION
ITEM NO.
1
ONIT
1
QTY
1
DESCRIPTION
Improvements as shown on sheets ME-1
andC-1ofDWG.45-M ;/
TOTAL PRICE
i/6, 97L0&
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:
Neal Electric Corp. dba Nealectric, Inc. 802588
Company/Business Name _
Authorized Signature X~
Clark Thompson, President/COO
Printed Name and Title
Datar
Contractor's License Number
C-10
Classification(s)
12/31/09
Expiration Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 06-1635738
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
None
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 the 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: Clark Thompson
-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 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 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:
Completion:
CONTRACTOR:
I agree to start within 5 (five) working days after receipt of Notice to Proceed.
I agree to complete work within 30 (thirty) working days after receipt of Notice to
Proceed.
CARLSBAD MUNICIPAL WATER DISTRICT,
a Public Agency organized under the Municipal
Neal Electric Corp. dba Nealectric, Inc. Water Act of 1911, and a Subsidiary District of
(nagie of Contractor) the City of Carlsbad
(sign here)
Clark Thompson. President/COO
(print name and title)
By:
-foMssistant City Manag
(sign/here)
Harry Schir,
ATTEST:
(print name and title)
hschirer@nealelectrlc.com
(e-mail address)
13250 Kirkham Way
(address)
Poway. CA 92064
(city/state/zip)
858-513-2525
(telephone no.)
858- 513-9494
(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 officers) signing to bind the
corporation.)
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
BY: J{10. 1
Deputy ISity Ai- V - ^,~ • v ^v\;Dep'uty^ity Attorney V
-6-Revised: 5/17/00
ACKNOWLEDGMENT
State of California
County of San Diego
On October 7, 2009 before me, Victoria A. Jesse, Notary Public
(insert name and title of the officer)
personally appeared Clark Thompson and Harry Schirer
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that be/eke/they executed the same in
k+s/kef/their authorized capacity(ies), and that by b4G/kef/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
ooa
WITNESS my hand and official seal.
Signature
VICTORIA A. JESSE
COMM. f 1725044
NOTARY PUBUfrCMJPOMM!
•AN MEOO COUNTY
MyComm. i*p. Nfc 11IM1
(Sea!)
Date October 8, 2009
Re: Quotation for the Carlsbad Project 5009-D Electrical Upgrades for
Maerkle Reservoir Cover Rainwater System
Bid Date: October 13, 2009
Attention: Eva Plajzer
We are pleased to present our proposal for the Carlsbad Project 5009-D Electrical
Upgrades Maerkle Reservoir Cover Rainwater System. Please see our proposal below:
NEAL PROPOSAL PRICE: $16,971(Tax Included)
Scope of Work:
1. Neal Electric will provide the labor and materials for the upgrade of the existing
Maerkle Reservoir Cover Rainwater System. This work is based on drawing C-l,
notes 10 & 11 (delta 1 revisions) from the work description legend. No other
notes from this drawing are included in our workscope. Drawing ME-1 is also
included in our workscope.
2. Demo'd materials will be turned over to the City of Carlsbad.
3. Electronic Material Submittals are included.
Exclusions:
1. Existing sump pump/motor replacement.
2. Existing sump pump discharge pipe replacement.
3. Sump well replacement.
4. Patching of existing reservoir floating cover.
5. New float switch cable is based on manufacturers standard cable length of 20'
length. If the City requires longer cable lengths this will be provided at an
additional cost.
6. Existing submersible sump motor cables from the motors to the new disconnects.
7. Existing control wires/cable from the float control j-box float pad area to the
existing controllers locations. If needed, this work will be performed at an
additional cost.
San Diego»13250 Kirkham Way • Poway • CA • 92064 • 858-513-2525 • FAX 858-513-9499
•www.nealelectric.com • Licensee 10-802588
8. Design issues. Neal Electric will only be modifying existing controllers and
control systems designed by others. Panel UL labels, listing and warranties are
considered existing.
9. Premium pay. (All work to fabricate enclosures is based on normal work hours
Monday-Friday, 7:00am to 3:30pm)
10. City permits, fees or inspection costs.
11. Shipping costs other than normal UPS ground delivery.
12. Any costs associated with project delay beyond the control of Neal Electric.
13. Painting.
14. Spare parts. (If needed, this can be provided at an additional cost).
This quotation is valid for (30) days from the above date.
We thank you for the opportunity to assist you on this project and hope that you will
favor us with this work. As always, your telephone inquiries will yield a prompt
response.
Sincerely,
Rich Daniels
Work # 858-513-2525 ext 221
San Diego»13250 Kirkham Way • Poway • CA • 92064 • 858-513-2525 • FAX 858-513-9499
•www.nealelectric.com • Licensee 10-802588