HomeMy WebLinkAboutSloan Electromechanical Service & Sales; 2009-08-25;RECEIVED
Carlsbad Municipal Water District
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
tNGINEER/NG
DEPARTMENT
Project Manager Eva Plaizer
(760) 602-2787
Mail or Deliver to:
Purchasing Department
City of Carlsbad
1635 Faraday Avenue
Carlsbad, CA 92008-7314
Date Issued:7/16/09
de to the lowest responsive,
responsible contractor based Oil luLdl piiut*—
Request For Bid No.
CLOSING DATE: /V/A
.: f*'** /O~
Btd-sbaNbe deposited in the Bid Box located
in thefirsTltoof-lQbJjyof the Faraday Center
located at 1635 Faraday^Avenue^^Carlsbad,
CA 92008 until 4:00 p.m. on the daletrf-Bid.
closing.
Please use typewriter or black ink.
Envelope MUST include Request For Bid
No.
DESCRIPTION
Labor, materials and equipment to remove existing and install and start-up new pump at Maerkle
site. The pump shall be a 7.5HP Peerless 10MA 1-stage vertical turbine pump. All auxiliary
equipment necessary to have the operating pump shall be installed as listed in the attached
proposal.
No job walk scheduled. Contractors to arrange site visit by contacting the project manager listed
above.
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 ( ), 2 ( ), 3 ( ), 4 ( ), 5 { ).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
Sloan Electromechanical Service & Sales
Name
3520 Mains Street
Address
San Diego. CA 9213
City/State/Zip
619-239-5174
Telephone
619-239-5086
Fax
-1-Revised: 5/17/00
Name and Title of Person Authorized to sign
contracts.!
Name
Title
Date
JOB QUOTATION
ITEM NO.
1
UNIT
1
QTY1
DESCRIPTION
Fearless Pump as specified and all
appurtenances; see proposal
TOTAL PRICE
4»M**^
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:
Company/Business Name Contractor's License Number
Classification^^)
Printed Name and Title'
Zoo?
Expiration Date
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: fd"-/2.7
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
No*^
License No.,
Classification
& Expiration
Date
MBE
Yes No
Total % Subcontracted:
r 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 Joseph Adams, CMWD Public
Works 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:
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 5 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: CARLSBAD MUNICIPAL WATER DISTRICT,
a Public Agency organized under the Municipal
Water Act of 1911, and a Subsidiary District of
the City of Carlsbad(n
(print name and title)
(e-mail address)(address)
(
(print name and trae)
(telephone no.)
r. )
(e-mail •aodress|
(address)
(city/state/zip)
ATTEST:
LORRAINE M
Secretary
(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
Iputy City Attorney
-6-Revised: 5/17/00
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of San Diego
On C\ i §J ^9 •£ c^fj before me, Dana N. Montgomery, Notary Public
personally appeare-
Proved to me on the basis of satisfactory evidence to be the person^ whose
. is/a>«^ubscribed to the within instrument and acknowledged to me that
the same in his/b«fe/Jjj^r_authorized capacity(feQ, and that
by his/jj£/tye§Lsignature(g>-9n the instrument the person^ or the entity upon
behalf of which the persons-acted, executed the instrument.
I certify under the PENALTY OF PERJURY under the laws of the State of
jCgjjfbrnia that the foregoing paragraph is true and correct.
DANA N. MOW«OMf«Y
CommlMton* 1743921
Notary HrtMle - Cattfomto I
^r
WITNESS mv kani and official seal.
\/u
Signature of Notary
OPTIONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
L] INDIVIDUAL
CORPORATE OFFICER
PARTNER(S) D LIMITED
ATTORNEY-IN-FACT
U TRUSTEE(S)
GUARDIAN/CONSERVATOR
OTHER:
IGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
CA-ICW 24 (7/00)
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of San Diego
OnClu-Uj ^S "ZOQCf before me, Dana N. Montgomery, Notary Public
iJkpersonally appeared xHO \\jj 4o VjcCex>-»
\_^\ ( V —-^
Proved to me on the basis of satisfactory evidence to be the personj^T whose
name£$. is/ap^subscribed to the within instrument and acknowledged to me that
b^Zshe/th*? executed the same in ljk#ier/th>if authorized capacity@e£), and that
by {ikZher/thStf signature^" on the instrument the person^ or the entity upon
behalf of which the person^?acted, executed the instrument.
r ify under the PENALTY OF PERJURY under the laws of the State of
mr?DANA N. MONTOOMIUVC^fornia that the foregoing paragraph is true and correct.
Commlwton* 1743W1! Notary Publte • Cotlfomta |
Son Dl*go County
WINE S S my kand and official seal.
Signature or Notary , _.
OJPHONAL
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGN7ER DESCRIPTION OF ATTACHED DOCUMENT
INDIVIDUAL
] CORPORATE OFFICER
PARTNER(S) D LIMITED
ATTORNEY-IN-FACT
U TRUSTEE(S)
~ GUARDIAN/CONSERVATOR
OTHER:
JGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
CA-ICW 24 (7/00)
SLOAN
Electromechanical Service & Sales
Solutions since 1938
Carlsbad Municipal Water District July 17, 2009
5950 El Camino Real
Carlsbad, CA 92008
Attn: Joe Adams
760-438-2722
Eva Plajzer
760-602-2787
Re: Pump #4 Replacement
Maerkle Pump Station
PROPOSAL
Provide and install a replacement short-coupled vertical turbine pump:
Per RFP dated 4-16-09 and existing Peerless Pump serial number.
Peerless 10MA 1-stage bowl assembly, epoxy coated
316SS basket strainer
6" x 1" flanged column assembly, epoxy lined & coated
5 ft. maximum lineshaft bearing spacing
Peerless 6x6x12C cast iron waterlube discharge head, epoxy lined
Chesterton 442 split type mechanical seal
US Electric 7-l/2Hp, 460V, 3PH, Frame 213TP, Type TUB VHS motor w/ NRR
New 14" 150# flange gasket (suction barrel)
New 6" 150# flange gasket (discharge head)
Material, Shipping & Handling, Sales Tax and Labor & Equipment to Install
Labor is at prevailing wage rate
Delivery is approximately 12-14 weeks.
Total Estimate: $18,382.44
Sincerely,
Don E. Hardie II
Sales Engineer
ALL QUOTES ARE VALID FOR 30 DAYS
3520 Main Street • San Diego, CA 92113 * Tel: 619.239.5174 « Fax: 619.239.5086
TOLL-FREE 877-239-5174 • www.sloanelectric.com • Lie. #286497