Loading...
HomeMy WebLinkAboutNeal Electric; 2009-04-02;City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an orders Project Manager DON WASKO Date Issued: (760) 438-2722 Roquost For Bid No.:_ Mail To: CLOSING DATE: M&O, Wastewater Bid shall be deposited in the Bid Box located City of Carlsbad in the first floor lobby of tho Faraday Center 5950 El Camino Real located at 1635 Faraday Avonue, Carlsbad, Carlsbad, CA 92008 CA 02008 until 4:00 p.m. on tho day of Bid Please use typewriter or black ink. Envelope MUST include Request For Bid No. — r Award will be made to the lowest rosponsivo, DESCRIPTION Labor, materials and equipment to design and build a bubbler compressor control panel for level control at the Batiquitos Sewage Lift Station. Location is 7382 Gabbiano Lane. Furnish all materials and labor to construct a bubbler or control panel. No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: DON WASKO Phone No. (760) -438-2722 Submission of bid implies knowledge of all job terms and conditions. Contractor acknowledges receipt of Addondum No. 1 ( ). 2 ( ), 3 ( ), 4 ( ), 5 ( _ ). SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor NEAL ELECTRIC (858)-51 3-2525 Name Telephone 1 3250 KIRKHAM WAY (858)-51 3-9499 Address Fax POWAY, CA. 92064 www.nealelectric.com City/State/Zip E-Mail Address -1- Revised 03/1 3/02 Q Date March 2,2009 Re: - Quotation for the Carlsbad Bubbler System Compressor Control Panel Bid Date: March 2,2009 Attention: TomPagakis We are pleased to present our proposal for building one bubbler system compressor control panel based on the site visit to Pointsettia Sewage Lift Station and the existing bubbler control panel which we based our design on for a three motor pump station control: NEAL PROPOSAL PRICE $ 13,400.00 (Tax Included) Scope of Work: 1. Neal Electric will build one (1) bubbler system compressor control panel based on the design criteria gathered from the existing Pointsettia Sewage Lift Station Bubbler Control Panel We will provide the materials and labor to build the panel only. 2. The control panel enclosure nema 4 rating is based on indoor/outdoor dry/wet installations. Exclusions: 1. Installation of the new control panel This will be installed at an additional price separate from, this quotation. Any materials or labor required outside of the control panel will be done at an additional cost separate from this quotation. 2. Programming of the microniac 2300 for the new bubbler system control panel This will be done at an additional price separate from this quotation. 3. Design changes to this panel for any other stations will be addressed as an additional price quotation. It is noted that some of the existing stations have micromac 3300 units which are not what this bid is based on. It was also noted that there are several bubbler control panels which do not follow the same design criteria as Pointsettia lift station. San D!ego<H3250 Khfcham Way • Poway • CA • 92064 • 868-51^-2525 • FAX 888-513-9499 •www.neetelectric.com • License C10-802588 City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager DON WASKO Dato Issued: (760) 438-2722 Roquost For Bid No.:. Mail To: CLOSING DATE: M&O, Wastewater Bid shall be deposited in the Bid Box located City of Carlsbad in the first floor lobby of the Faraday Center 5950 El Camino Real located at 1635 Faraday Avenue, Carlsbad, Carlsbad, CA 92008 CA 92008 until 4:00 p.m. on tho day of Bid closinQ Please use typewriter or black ink. Envelope MUST include Request For Bid No. —, Award will bo made to tho lowest responsive, DESCRIPTION Labor, materials and equipment to design and build a bubbler compressor control panel for level control at the Batiquitos Sewage Lift Station. Location is 7382 Gabbiano Lane. Furnish all materials and labor to construct a bubbler or control panel. No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: DON WASKO Phone No. (760) -438-2722 Submission of bid implios knowledge of all job terms and conditions. Contractor acknowlodges receipt of Addendum No. 1 ( ), 2 ( ). 3 ( ). A ( ). 5 ( ). SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor NEAL ELECTRIC (858)-513-2525 Name Telephone 13250 KIRKHAM WAY (858)-513-9499 Address Fax POWAY, CA. 92064 www.nealelectric.com City/State/Zip E-Mail Address -1 - Revised 03/13/02 Name and Title of Person Authorized to sign contracts. Signature Clark Thompson President / COO Title 3-18-09 Name Date JOB QUOTATION ITEM NO. 1 UNIT QTY 1 DESCRIPTION Bubbler System Compressor Control Panel CIP#51570009060384019066 TOTAL PRICE $13,400.00 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 City of Carlsbad. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The City 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 City 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 City as to the Contractor's ability to perform the contract shall be conclusive. SUBMITTED BY: Neal Electric Corp DBA; Nealertrir,Inc^.802588 Company/Business Name ^JA^ Authorized Signature Clark Thompson Printed Name and Title 3-18-09 Contractor's License Number CIO Classification(s) 12-31-2009 Expiration Date Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: °6 1635738 OR (Individuals) Social Security #:. - 2 -vised 03/13/02 ' 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 Kern 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- \ MAR 1 7 2009 3 r'5 CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT (Less than $25,000) L " l 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: DON WASKO (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 in 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 City 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 City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: Print Name: Clark Thompson -4- Revised 03/13/02 Commercial General Liability, Automobile Liability and Workers' Compensation Insurance: The successful contractor shall provide to the City of Carlsbad, 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 City 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 City prior to such cancellation. The policies shall name 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 the City, 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. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. - 5 - Revised 03/13/02 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 5 working days after receipt of Notice to Proceed. Completion: I agree to complete work within 45 working days after receipt of Notice to Proceed. CONTRACTOR: Neal Electric Neal Electric Corp DBA Nealectric Inc. (name of Contractor) By:. ^ (sign here) Clark Thompson. President / COO (print name and title) 13250 Kirkham Way, Pnway, HA Q?flfiA (address) cthompson@nealelectric.com (e-mail address)) By:. (sign here) (print name and title) (address) (city/state/zip) (telephone no.) (fax no.) (e-mail address) CITY OF CARLSBAD a municipal corporation of the State of California: GLENN PRIUM Public Works Director ATTEST: LORRAINE M. WOOD City Clerk MAR 1 7 2009 (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 BY:Deputy City Attorney -6-Revised 03/13/02 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Date personally appeared VALEWEI.UES #1104583 who proved to me on the basis of satisfactory evidence to be the person(aj whose name(# is/aW subscribed to the within instrument and acknowledged to me that he/sKe/tb*$ executed the same in his/ruB0h#r authorized capacity (ip§), and that by his/lwt/thisfr signature^ on the instrument the person^ or the entity upon behalf of which the person^ 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 offici, Place Notary Seal Above Signature OPTIONAL - Though the information below is not 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. Description of Attached Document Title or Type of Document: L^AJ&JtJLQ^ Document Date: Q w I 5 " Q (Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: D Individual IX Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here Signer's Name: D Individual D Corporate Officer — Title(s): D Partner — D Limited D General D Attorney in Fact D Trustee D Guardian or Conservator D Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Top of thumb here ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationalNotary.org Item #5907 Reorder: Call Toil-Free 1 -800-876-6827