HomeMy WebLinkAboutNeal Electric; 2012-05-17;Project Manager: Jase Warner
(760) 438-2722 ext. 7151
Mail or Deliver to:
Purchasing Department
City of Carlsbad
1635 Faraday Avenue
Carlsbad, CA 92008-7314
Carlsbad Municipal Water District
MINOR PUBLIC WORKS PROJECT
Date Issued:
Please use typewriter or black ink.
DESCRIPTION
Labor, materials and equipment for a complete electrical conduit installation at Maerkle Reservoir
per Exhibit "A" dated 2/10/12
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Jase Warner
Phone No. 760-438-2722 ext. 7151
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
Neal Electric
Name
13250 Kirkham Way
Address
Poway, CA 92064
City/State/Zip
858-513-2525
Telephone
858-513-9494
Fax
-1 Revised: 5/17/00
Name antTrfie of Person Authorized to sign
contraOTs:
ature
Jeremy Roos
ame
Executive Vice President Operations
Titie
5/8/12
Date
JOB QUOTATION
ITEM NO. UNIT DESCRIPTION TOTAL PRICE
1 Ea 1 Labor, tools, materiai and applicable taxes
required for a complete electrical conduit
installation per Exhibit "A" dated 2/10/12
$27,672.00
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 othenfl/ise 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 Elfictric 802588
Contractor's License Number
CIO
Aujporized Signature
'jeremy Roos, EVP Operations
Printed Name and Title
5/8/12
Date
Classification (s)
12/31/13
Expiration Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 06-1635738
OR
(Individuals) Social Security #:
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 OFWORK
TO BE
SUBCONTRACTED SUBCONTRACTOR* MBE
Item
No.
Description of
Work
% of Total
Contract Business Name and Address
License No.,
Classification
& Expiration
Date Yes No
Total % Subcontracted:
Indicate Minority Business Enterprise (MBE) of subcontractor.
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 approval and acceptance by: Jase Warner
(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 disqualj^ the Contractor or subcontractor from
participating in contract bidding.
Signature:
Print Name: / Jeremy Roos
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 ofthe 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.
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 14 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within 90 working days after receipt of Notice to Proceed.
CONTRACTOR:
Neal Ele
tractor)
ign fiere)
eremy Roos, EVP Operations
(print name and title)
j roos(3nealelectric. com
CARLSBAD MUNICIPAL WATER DISTRICT,
a Public Agency organized under the Municipal
Water Act of 1911, and a Subsidiary District of
the City of Carlsbad
By:
Manager
(address)
(sign here)
Steve Woodley, VP Finance
(print name and title)
swoodley@nealelectric.com
(e-mail address)
13250 Kirkham Way
(address)
Poway, CA 92064
(telephone no.)
ATTEST:
LORRAINE M. WOOD
Secretary
(city/state/zip)
858-513-2525
(telephone no.)
858-513-9494
\ sis 5 i» i
(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
Revised: 5/17/00
•Ik. WU^SM^M
EXHIBIT "A'
Date 2/10/12 ''Revision 0"
Re: Quotation for the City of Carlsbad Maerkle Reservoir Security Lighting-
Electrical Proposal
Bid Date: February 10,2012
Attention: Tom Pagakis
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 conduit
installation with exceptions and clarifications listed below. It is based on the following
documents:
Camera Location Pictures:
• Camera 1 Sequoia Crest Back Gate
• Camera 2 Maerkle Reservoir Top Entrance
• Camera 3 Upper CI-2
• Camera 4 Lake Entrance
• Camera 5 Lake
• Camera 6 Lower CI-2
• Camera 7 Back Gate
Phone Call from Rich Daniels @ Neal Electric to Tom Pagakis @ Carlsbad:
• Wednesday 2/8/12 asking Tom requirements for the lighting bid project
TOTAL BID PRICE: $27,672.00
Clarifications:
1. Neal Electric Corporation has been certified as a Minority Business Enterprise
(MBE). Certification available upon request.
2. Neal Electric is not providing or installing any cameras, cabling for cameras or
conduit systems for cameras under this proposal.
3. Neal Electric is not providing or installing any radios, PLC/ Scada programming,
video equipment or telemetry equipment under this proposaL
4. Dig Alert and the City of Carlsbad are to mark out existing utilities before digging
begins.
5. Neal Electric is providing Cooper Electric McGraw WBG Metal Halide Black
Aluminum Fixtures and Cooper Electric RSA 15' Black Round Aluminum Poles.
San Djego»13250 Kirkham Way • Poway • CA • 92064 • 858-513-2525 • FAX 858-513-9499
•www.nealelectric.com • Ucense C10-802588
(See attachments) Ifit is decided by the City of Carlsbad that another
manufacturer or model is preferred, this will be provided for an additional cost.
Camera 4 Location has an existing 2" conduit that will be used to pull new circuit
for light pole, Neal Electric will perfonn reasonable effort to utilize this raceway.
If this existing raceway is found to be blocked or crushed, Neal Electric will
notify the City ofCarlsbad. Any requirements beyond the reasonable effort will
be provided for an additional cost.
Scope of Work for Camera 1 Location:
1. Remove (1) existing pole top fixture. Provide and install (1) new Cooper lighting
175W Metal Halide fixture with photocell. Fixture is black aluminum finish.
Scope of Work for Camera 2 Locafion:
1. Remove (1) existing pole top fixture. Provide and install (1) new Cooper lighfing
175W Metal Halide fixture with photocell. Fixture is black aluminum finish.
Scope of Work for Camera 3 Location:
1. Dig hole for new pole base. Provide sauna tube, rebar, anchor bolts and concrete
for new pole base. Pole base top is 6" above finish grade.
2. Provide and install new Cooper lighfing 15' tall black round aluminum pole with
ground stud, handhole/ cover and pole base skirt.
3. Provide and install (1) new Cooper lighting 175W Metal Halide fixture with
photocell. Fixture is black aluminum finish.
4. Provide and install new galvanized rigid steel conduit, supports and fittings for
outside raceway. Supports and fasteners are zinc coated. Conduit inside of shed
will be EMT. Fittings are compression type. Wire type is #12 THHN copper.
Conduit entry into new pole will enter from side of pole.
Scope of Work for Camera 4 Location:
1. Dig hole for new pole base. Provide saima tube, rebar, anchor bolts and
concrete for new pole base. Pole base top is 6" above finish grade.
2. Dig trench from existing concrete handhole to new pole location approximately
10 feet away. Install new %" scheduie 40 PVC conduit in trench. Trench will
be backfilled with native soil only. Conduit burial identification tape will be
installed 12" above buried conduit.
3. Provide and install new Cooper lighting 15* tall black round aluminum pole
with ground stud, handhole/ cover and pole base skirt.
San Diego*13250 Kirkham Way • Poway • CA • 92064 • 858-513-2525 • FAX 858-513-9499
•www.nealelectric.com • License C10-802588
•IkHBSSiJikH
4. Provide and install (1) new Cooper lighting 175W Metal Halide fixture with
photocell. Fixture is black alumimmi finish.
5. Pull new # 10 THHN copper wire in existing 2" conduit back to power panel.
Scope of Work for Camera 5 Location:
1. Provide and install new 2" galvanized rigid steel conduit vertical mast along
side of the existing stainless steel enclosure. Mast will anchor down to concrete
with a new galvanized steel plate. Mast will extend 6 feet high above stainless
steel enclosure. Supports and fasteners for outside raceway are zinc coated.
Provide new 2" Rigid *'T" condulet and meyers hub to enter in the side ofthe
stainless steel enclosure.
2. Provide and install (1) new Cooper lighting 175W Metal Halide fixture with
photocell. Fixture is black aluminum finish.
3. Wire type is #12 THHN copper.
Scope of Work for Camera 6 Location:
1, Remove (1) existing pole top fixture. Provide and install (1) new Cooper lighting
175W Metal Halide fixture with photocell. Fixture is black aluminum finish.
Scope of Work for Camera 7 Location:
1. Remove (1) exisfing pole top fixture. Remove (1) existing concrete light pole
and place on top of curb area for Carlsbad to pick up at a later date.
2. Dig hole for new pole base approximately 10 feet away from existing pole
base. Provide sauna tube, rebar, anchor bolts and concrete for new pole base.
Pole base top is 6** above finish grade. Old pole base will be abandoned in
place. Anchor bolts will be cut off flush.
3. Dig trench from existing pull can to new pole location approximately 10 feet
away. Install new ^4" schedule 40 PVC conduit in trench. Trench will be
backfilled with native soil only. Conduit burial identification tape will be
installed 12" above buried conduit.
4. Provide and install new Cooper lighting 15' tall black round aluminum pole
with ground stud, handhole/ cover and pole base skirt.
5. Provide and install (I) new Cooper lighting 175W Metal Halide fixture with
photocell. Fixture is black alumimmi finish,
6. Pull new #12 THHN copper wire which will splice to the existing conductors
in existing pull can.
Exclusions:
1. Sales Tax Increases (our price is based upon sales tax of 7.75%)
San Diego»13250 Kirkham Way • Poway • CA • 92064 • 858-513-2525 • FAX 858-513-9499
•www.nealeleGtric.com • Ucense C10-802588
2. City and regulatory permits and fees
3. Inspector fees
4. Overtime (our price is based on normal work hours Monday-Friday 7:00am-
3:30pm)
5. Painting or coatings
6. Material and or labor escalations
7. Payment and performance bond
8. Cutting, coring and patching of existing hard surfaces
9. Off site spoils removal (spoils will be distributed at the site)
10. Rock breaking
11. Trenching is based upon use of a standard mini track hoe
12. Repair and patch of landscaping
13. All costs associated with the permitting, designing or implementing the SWPPP
including fines and penalties
14. Soils testing
15. Handling or removal of hazardous material s
16. Temporary power and lighting (This can be provided for an additional cost)
17. Noise permits
18. Pole bollai-ds
19. Spare parts
20. Shipping costs other than normal UPS ground delivery.
21. Submittals or O&M's
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,
Corporation
Rich Daniels
Estimate File number 26644
Office 858-513-2525 ext 221
Cell 619-843-0349
Fax 858-513-3026
San Diego^13250 Kirkham Way • Poway • CA • 92064 • 858-513-2525 • FAX 858-513-9499
•www.nealelecttic.com • License C10-802588