Loading...
HomeMy WebLinkAboutNEAL ELECTRIC CORP; 2011-08-18;Project Manager: Jase Warner (760) 438-2722 ext. 7151 Mail or Deliver to: City of Carlsbad Water Utilities Dept. 5950 El Camino Real Carlsbad, CA 92008 Carlsbad Municipal Water District MINOR PUBLIC WORKS PROJECT Date Issued: Please use typewriter or black ink. DESCRIPTION Labor, materials and equipment to replace 3 existing 500 HP VFD and Install 3 new 500 HP Solid State Controllers per the quote dated 7/22/11. No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Jase Warner Phone No. 760-438-2722 SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Neal Electric Corp Name 13250 Kirkham Way Address Poway, CA 92064 City/State/Zip 858-513-2525 Telephone 858-513-6338 Fax -1 -Revised: 5/17/00 Name, con Authorized to sign Signature eremy Roos ame Vice President Operations Title 8/9/11 Date JOB QUOTATION ITEM NO. 1 UNIT Ea QTY 1 DESCRIPTION Replace (3) existing 500 HP VFD and Install (3) new 500 HP Solid State Controllers TOTAL PRICE $26,696.00 per quote dated 7/22/11 but no to exceed $30,000.00 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 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 CompanwBusiiiess Name 802588 CIO Authorized Signature Jeremy Roos, VP Operations Printed Name and Title 8/9/11 Date Contractor's License Number CIO Classification(s) 12/31/11 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 $25,000) 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 for a period of one year from project completion and acceptance by: Jase Warner, CMWD Water Operations Supervisor 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: Jeremy Roos Print Name: -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: I agree to start within 10 working days after receipt of Notice to Proceed. Completion: I agree to complete work within 60 working days after receipt of Notice to Proceed. CONTRACTOR: Neal Electric Corp (narnafof Contractor) / y&—~~ CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad ign here) Jeremy Roos, VP Operations (print name and title) j roosgnealelectrig^eernr? (e-mail< " By: General Manager ei. (address) Sjgrj/rfere) Harry (telephone no.) CFO (print name and title) hschirertjjnealelectric. com (e-mail address)ATTEST: 13250 Kirkham Wav (address) Poway, CA 92064 (city/state/zip) 858-513-2525 -.-LORRAINE M.^OOD Secretary (telephone no.) 858-513-6338 (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 1 -6-Revised: 5/17/00 Date 7/22/11 "Revision 1" Re: Carlsbad EWWD Equalization VFD Replacement- Electrical Proposal for Replacing (3) Existing 500 HP VFD and Installing (3) New 500 HP Solid State Controllers (Provided by others) Bid Date: July 22, 2011 Estimating Department: We are pleased to present our proposal on the referenced project. Our quotation includes all labor, tools, material, and applicable taxes required for a complete electrical installation. It is based on the following items listed below: Archer Western EWWD Effluent Equalization Facility Electrical Final O&M Manual: • 500 HP VFD BOM • 500 HP VFD Equipment Summary • 500 HP VFD Parts List • 500 HP VFD Wiring Diagrams • 500 HP VFD Shop Drawings • Site visit with Tom Pagakis: • 7/6/11 NEAL PROPOSAL PRICE TOTAL: $ 26,696.00 Clarifications: 1. Neal Electric Corporation has been certified as a Minority Business Enterprise (MBE). Certification available upon request. 2. Standard ground delivery is included in this quotation. 3. Haul away of demo'd parts is included in our quotation. 4. PLC programming is not included in this quotation. Modifications to the programming will be required. Programming modifications to commence before Neal Electric crews are performing start up and commissioning at the site. Programmer shall assist during start up and commissioning in the event changes are required in programming. Programming can be provided by Neal Electric for a supplemental cost from this quotation. 5. Discussion with Tom Pagakis on 7/18/11 stated that (1) pump can be offline for 2 days at a time. This time period has been incorporated into this quotation Scope of Work Includes: San Diego«13250 Kirkham Way • Poway • CA • 92064 • 858-513-2525 • FAX 858-513-9499 •www.nealelectric.com • License C10-802588 1 . Demolition of (3) 1336 Plus II VFD's. Install (3) 500 HP Solid State Controllers (Actual Solid State Controllers provided by others. Neal Electric install Solid State Controllers and will provide installations materials as required). 2. Programming for the new Allen Bradley Solid State Controller. 3. Startup and commissioning for the new Allen Bradley Solid State Controller. Exclusions: 1 . Sales Tax Increases (our price is based upon sales tax of 7.75%) 2. Solid State Controllers, HIM modules and cable (provided by others) 3. PLC programming as mentioned in the clarifications above 4. Warranty for all existing equipment and components in this station 5. Operation of all existing equipment and components at this station (control logic is based on documentation list above) 6. Motors 7. Items not listed in the clarifications and work includes portion in this quotation 8. City and regulatory permits and fees 9. Temporary power and lighting 10. Overtime pay (work is based on normal work hours Monday thru Friday 7:00am- 3:30pm 1 1. Portable generator and associated fees (if required, this will be provided by others) 12. Submittals, O&M's or drawings (these can be provided for an additional cost) 13. Spare parts 14. Field painting or coatings 15. Handling or removal of hazardous materials (by others) 1 6. Material and or labor escalations 1 7. Bypass pumping or associated electrical 18. Instruments, process piping (all existing) 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, Neal Electric Corporation Rich Daniels 25707-R4 San Diego»13250 Kirkham Way • Poway • CA • 92064 • 858-513-2525 • FAX 858-513-9499 •www.nealelectric.com • License C1 0-802588 Approved By Signature Print Name Title Date Address Telephone PO# San Diego»13250 Kirkham Way • Poway • CA • 92064 • 858-513-2525 • FAX 858-513-9499 •www.nealelectric.com • License C10-802588 CIVJL COBS § 1189 State of California County of San Diego On 8/10/1: Dale before me, Victoria A. Jesse, Notary Public Here insert Name snrj Title of the Officer personally appeared Harry Schirer Name(s) of Signers) VICTORIA A JESSt T Commission # 1923215 I Notary Public - California I San Diego County g MyGomm. Expires Feb 12,20151fly Gc who proved to me on the basis of satisfactory evidence to be the person's) whose name's) is/afe subscribed to the within instrument and acknowledged to me that he/oho/thoy executed the same in his/hc-r/thoir authorized capacity'ies), and that by his/hor/thoir 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. WITNESS my hand and official seal. Place Notary Sea) Above Signature: \^ OPTIONAL Though the information below is no! required by law, it may prove valuable to persons relying cMhe document^ and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or TypeTstsDocument:. Document Date: Signer(s) Other Than Capacity(ies) Claimed by Signer's Name: Numb^fof Pages: D Corporate Officer — Title(s): U Individual H Partner — H Limited D General D Attorney in Fact LJ Trustee LI Guardian or Conservat; n Other: Signer Is Representing: / TJ Corporate Officer — Title(s):. I Individual Top oMfiumb hero tner — I I Limited ; I General Zl AttorneY4n Fact LJ Trustee ^\ i] Guardian or Conservator u Other: X Signer Is Representing: © 2010 National Notary Association » NationaINotary.org • 1-SOO-US NOTARY 0-800-876-6827)Item #5907 CIVIL CODE § 1189 State of California County of San Diego On 8/10/11 before me, Victoria A. Jesse, Notary Public Here Insert Name and Title of the Officer personally appeared Jeremy Roos Name(si of Signer(s) VICTORIA A JtSSf- f Commission # 1923? 15 I Notary Public - California f San Oiego County 5 M^Gomrn. Expires Feb 12 2015 \ who proved to me on the basis of satisfactory evidence to be the person^) whose namefs) is/am subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity{tes), and that by his/hor/thoir signature^©) on the instrument the person{s), or the entity upon behalf of which the person{e) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: OPTIONAL Signature of Notary PublicPlace Notary Seal Above Though the information below is no! required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Descriptiqn of Attached Document Title or Type oKJpcument: Document Date:Number gt-rages: Signer(s) Other Than NamecTAbpve: Capacity(ies) Claimed by Sigrfe«(s) Signer's Name:Signer>fjame: D Corporate Officer — Title(s): Individual Corporate Officer — Title(s): 71 Individual Partner — n Limited U General D Attorney in Fact U Trustee Guardian or Conservato Other; er — n Limited n General Z) Attorne-id Fact U Trustee I Guardian or Conservator Other Signer Is Representing: © 2010 National Notary Association • NationalNotary.org • 1-800-US NOTARY (1-800-876-6827)