Loading...
HomeMy WebLinkAboutSiemens Industry Inc; 2011-10-05;Carlsbad Municipal Water District MINOR PUBLIC WORKS PROJECT Disinfection Equipment Annual Preventative Maintenance Project Manager: Jase Warner Date Issued: 9-21-11 (760) 438-2722 Please use typewriter or black ink. Mail or Deliver to: City of Carlsbad Water Utility Department 5950 El Camino Real Carlsbad, CA 92008 DESCRIPTION Labor, materials and equipment to service six (6) V-75VA Chlorinators, service three (3) 1" standard Injectors, and inspect and replace O-rings on rotameter assembly and educator assembly on CLO2 generator per the quote #Q110729MG1 dated July 29, 2011. No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Jase Warner Phone No. 760^38-2722 SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Temecula. CA 92590 City/State/Zip Siemens Industry. Inc. Name 951-296-6462 Telephone 42257 Avenida Alvarado Address 951-296-6093 Fax -1- Revised: 5/17/00 Authorized to sign Signature Jennifer R. Miller_ Name V.P. &Gen. Mgr. Title 9/21/11. Date JOB QUOTATION ITEM NO. 1 UNIT 1 QTY Ea DESCRIPTION Service Chlorinators, 1" Standard Injectors, Inspect and Replace O-rings on rotameter assembly and educator assembly on CLO2 generator. TOTAL PRICE $5,844.00 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: Sierr)ens-4fl€lustry, Inc. Gofnpany/ButmessjNaVTie N/A \ Contractor's License Number N/A Autfiorized Signature Jennifer R. Miller V.P. & Gen. Mgr. Printed Name and Title 9/21/11 Date _ Classification (s) _N/A Expiration Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 13-2762488. 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 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 dj^qjjatify^the Contractor or subcontractor from participating in contract bidding. " ~ Signature: Print Name: Jennifer R. Miller -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 Properly 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 30 calendar days after receipt of Notice to Proceed. I agree to complete work within sixty calendar days after receipt of Notice to Proceed. 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: (sign here) ' Jennifer R. Miller V.P. & Gen. Mgr. (print name and title) Jennifer.r.miller@siemens.com_ (e-mail address) By: _See attached Officer's Certificate (sign here) (print name and title) (e-mail address) (address) 'General Manager (address) (telephone no.) ATTEST: LORRAINE M. WOOD Secretary (city/state/zip) (telephone no.) (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 : _)Q(LL Deputy City Attorney -6-Revised: 5/17/00 SIEMENS INDUSTRY, INC. OFFICER'S CERTIFICATE I, Darryl L. Peake, Assistant Secretary of Siemens Industry, Inc., a Delaware corporation (the "Corporation"), do hereby certify on behalf of the Corporation that Jennifer Miller is Vice President and General Manager of the Municipal Services Unit of the Municipal Business Segment of the Corporation, and that in such capacity Ms. Miller has full power and authority to execute and deliver the Corporation's bid and all related ancillary agreements, documents and instruments for the service of six (6) Chlorinators for the City of Carlsbad Water Utility Department located in Carlsbad, California. IN WITNESS WHEREOF, the undersigned has executed this Certificate on the _£/! day of September, 2011. Darryl L. PgSke Assistant Secretary SIEMENS Industry Jase Warner July 29, 2011 Operations Supervisor City of Carlsbad 5950 El Camino Road Carlsbad, CA 92008 Phone: (760) 438-2722 ext. 7151 Email: jase.warner@carlsbadca.gov ISubject: Disinfection Equipment Annual Preventative Maintenance Carlsbad, CA Quote: Q110729MG1 Thank you for choosing Siemens Industry, Inc. for your Disinfection needs. A proposal for a Disinfection Equipment Annual Service is outlined below. Scope of Supply The following materials shall be supplied by Siemens Industry, Inc. • Six(6)ea. PM Kit, Chlorinator, V-75VA Part #W3T107861 • Three (3) ea. PM Kit, Injector, 1" Standard Part # W3T110031 Scope of Annual Service The following service shall be performed by Siemens Water Technologies: • Service six (6) each V-75VA Chlorinators. Disassemble, clean, install PM Kit, and perform operational checks. • Service three (3) each 1" Standard Injectors. Disassemble, clean, install PM Kit, and perform operational checks. • Inspect and replace O-rings on rotameter assembly and eductor assembly on CLO2 generator. Inspect tubing, fittings and connections for wear. Cost Summary The cost for providing materials and performing services as outlined in this proposal shall be $5,844.00. Only those items specifically listed in this proposal are included all other items are specifically excluded. Any additional materials and service not specified in this proposal will be quoted separately. This quote is valid for 90 days from the date of the proposal. The attached Siemens Industry, Inc. Terms of Sale are considered part of this proposal and shall prevail. Terms of payment are NET 30 days from date of invoice. These prices do not include any, applicable taxes. Information on the Warranty is supplied in Siemens Industry, Inc. terms of sale attached. Please feel free to contact me with any further questions or concerns. I can be reached at (760) 703-8467 Siemens Industry, Inc. 42257 Avenida Alvarado Tel: (951) 296-6462 Temecula, CA 92590 Fax: (951) 296-6093 USA www.siemens.com/water Page 1 of 4