Loading...
HomeMy WebLinkAboutNeal Electric Corporation; 2013-06-20;CARLSBAD MUNICIPAL WATER DISTRICT MINOR PUBLIC WORKS CONTRACT INSTALL ELECTRICAL PIPE AND WIRE FOR 3 CHRLORINE SCALES ($45,000 or Less) This agreement is made on the _ <30-^ day of SunC^ , 20_/3, by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Neal Electric Corporation whose principal place of business is 13250 Kirkham Way, Poway, CA 92064 (hereinafter called "Contractor"). CMWD and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor's proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by: Jase Warner. (CMWD 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. Contractor hereby agrees that any contract claim submitted to CMWD 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. Page 1 of 6 General Counsel Approved 2/7/13 Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein ihg'coTTtfactor may be prevented from further bidding on public contracts for a period of up to five years and that«ebarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractc^pr subc/ntqpck(/1\om participating in contract bidding. Signature: Print Name: REQUIRED INSURANCE. The successful contractor shall provide to CMWD, 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 CMWD 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 clauses providing that thirty (30) days written notice shall be given to CMWD prior to such cancellation. The policies shall name CMWD and the City of Carlsbad as additional insured. INDEMNITY. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless CMWD and the City of Carlsbad, 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 CMWD or City of Carlsbad. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. 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. Page 2 of 6 General Counsel Approved 2/7/13 CONTRACTOR'S INFORMATION. Neal Electric Corp (name of Contractor) 802588 (Contractor's license number) CIO, A, B, C7 12/31/13 (license class, and exp. date) 13250 Kirkham Way (street address) Poway, CA 92064 (city/state/zip) 858-513--2525 (telephone no.) 858-513--9494 (fax no.) (e-mail address) AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CARLSBAD MUNICIPAL WATER DISTRICT By: )ign here) Daniel Zupp, President Assistant Exocutivo Wanogor, Deputy Exjmlfyy—"^^'-yp \ Manager er Division Director as authori^g/l^ | ;§ the Executive Manager - (print name/title) ATTEST: (sign here) Steve Woodley, CFO BARBARA ENGLESON Secretary (print name/title) If required by CMWD, proper notarial acknowledgment of execution by Contractor must be attached. If a corporation. Agreement must be signed by one corporate officer from each of the following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer 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: CELIA A. BREVVER, General Cojjnsel BY: \. BREWER, General Couns( Assistant General Coui|sel Page 3 of 6 General Counsel Approved 2/7/13 EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR 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 Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each sub-contractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project 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 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." SUBCONTRACTORS Portion of Project to be Subcontracted Business Name and Address License No., Classification & Expiration Date %of Total Contract Total % Subcontracted: 0 Page 4 of 6 General Counsel Approved 2/7/13 EXHIBIT B (ENTER SCOPE OF WORK, SPECIFICATIONS, CONTRACTOR'S PROPOSAL, ETC.) JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION PRICE 1 Ea 1 Labor to install electrical pipe and wire for 3 chlorine scales 3,293.00 2 Ea 1 Materials to install electrical pipe and wire for 3 chlorine scales 2,211.37 TOTAL* 5,504.37, Includes taxes, fee's, expenses and all other costs. Page 5 of 6 General Counsel Approved 2/7/13 NEAL ELECTRIC CORP. PO BOX 1655 POWAY, CA 92064 Telephone: (858) 513-2525 Fax: (858)513-9382 MAY 21 2013 Invoice 58790 ^'^^^«^^R/cr Bill to: Job: 4200315843 CARLSBAD, CITY OF CITY CARLSBAD CHLOR PUMPS ACCOUNTS PAYABLE 1635 FARADAY AVE CARLSBAD, CA 92008-7314 CARLSBAD, CA Invoice #: 58790 Date: 05/13/13 Customer P.O. - CONTRACT*: Payment Terms: NET 30 Salesperson: Customer Code: CARLCITY Remarks: TIME & MATERIAL BILLING NUMBER: 001 Service #69879 4/24/13, 4/25/13, 4/26/13 Pipe, wire and calibrate chlorine scales. Work authorized by Tom P. Quantity Description Unit Price LABOR MATERIALS Extension 3,293.00 2,211.37 Subtotal: Total: 5,504.37 5,504.37 AMOUNT: ACCT#:.^i APRVD: TAXABLE: YES. SALES TAX ON INV: NEAL ELECTRIC CORP DBA: NEALECTRIC, IMC. MASTER CARD, VISA & AMERICAN EXPRESS CARDS ACCEPTED - TERMS MAY APPLY Print Date: 05/13/13 Page: 1 ^ - • ^ / PO BOX 1655 POWAY, CA 92064 Telephone: (858) 513-2525 Fax: (858) 513-9382 CARLSBAD, CITY OF ACCOUNTS PAYABLE 1635 FARADAY AVE CARLSBAD, CA 92008-7314 Bill to: Time -•- Materials Billing Contract#: Bill#: 001 Invoice date: 05/13/13 Neal Job #: 4200315843 CITY CARLSBAD CHLOR PUMPS MERKLE PS Page: 1 Thru date: 05/13/13 Work Performed: Service #69879 4/24/13, 4/25/13, 4/26/13 Pipe, wire and calibrate chlorine scales. Work authorized by Tom P. Description Rate Hours/Qty Extension Markup Total 89.000 37.00 3,293.000 3,293.00 37.00 3,293.00 3,293.00 5.410 50.00 270.580 40.590 311.17 6.270 50.00 313.700 47.060 360.76 6.000 5.00 29.990 4.500 34.49 6.290 5.00 31.440 4.720 36.16 59.260 6.00 355.560 53.330 408.89 1.590 10.00 15.940 2.390 18.33 47.240 3.00 141.720 21.260 162.98 53.670 6.00 322.020 48.300 370.32 5.450 3.00 16.350 2.450 18.80 74.130 2.00 148.260 22.240 170.50 0.320 100.00 32.350 4.850 37 20 11.360 10.00 113.620 17.040 130.66 2.040 10.00 20.400 3.060 23.46 2.680 25.00 67.000 10.050 77.05 0.440 100.00 44.000 6.600 50.60 JALS 385.00 1,922.93 288.44 2,211.37 Subtotal: 5,504.37 LABOR ELECTRICIAN MATERIALS 1/2 40 MIL PVC CTD CONDUIT 3/4 40 MIL PVC CTD CONDUIT 1/2 PVC CTD COUPLING 3/4 PVC CTD COUPLING 1/2 CTD SEALTIGHT CONN 1/2 GRY UA L/T FLEX COND CTN 1/2 PVC COATED HUB 3/4 PVC COATED HUB 1/2 .25-.375 CONN PANEL ONLY 12 THHN 19 STR CU BLK 2500 WIR GALV SLOT CHNL 1/2 COND CLAMP SS 1/4 SS WEDGE ANCHOR 18/2 BELDEN CBL-SHIELDED Subtotal for Cost Type: 1 LABOR Subtotal for Cost Type: 3 MATERIALS Invoice Total: Retention @ Current due: 5,504.37 0.00 5,504.37 Primed hy KAB as of 5/13/2013 at 1:47:26PM NEAL ELECTRIC CORP DBA: NEALECTRIC, INC. MASTER CARD, VISA & AMERICAN EXPRESS CARDS ACCEPTED - TERMS MAY APPLY I'age I 69879 SERVICE ORDER FORM ^DATE 13250 Kirkham Way Poway, CA 92064 Phone (858) 513-2525 Fax (858) 513-9382 Lie. No. C10 802588 JOB NUMBER CUSTOMER INFORMATION ATSO. Quote Extra Order Taken By Day Phone Job Complete? (Please Check) YES NO Customer Authorization to Perform Work X Job Location/ Address (If Different) Room/Bldg ./Floor SERVICE TECHNICIAN - DATE OF WORK AND LABOR HOURS Name Date Reg OT Dbl-time Name Date Reg OT Dbl-time 7 6c^ -7 iM//3 "7 ATERL MISC. MATERIALS-(SEE SIDE 2 FOR ADDITIONAL MATERIALS) Quantity Items Quantity Items TMSS S 3 i/z. sYhK'j^ rr/^A PUslT^ /O flCMTALO; (Oei'jiiiop Lift, Dackhoe, Ditchwitch, Comp., Core, Etc.) Description of Work Compieted: PAYMENT TERMS Credit Card (i\/l,astercard, Visa, AM Express) # Check/ Cash # Customer PO# # Customer Acknoy/ledgem^nt of Work Performed X omer Acknowieagenient oi X Please Print Name WHITE - ACCOUNTING YELLOW - CUSTOMER PINK - FIELD THIS AGREEMENT IS SUBJECT TO THE TERMS, CONDITIONS, AND LIMITATIONS ON THE REVERSE HEREOF