Loading...
HomeMy WebLinkAboutSuperior Tank Solutions Inc; 2011-11-03;Carlsbad Municipal Water District MINOR PUBLIC WORKS PROJECT Project Manager: Jase Warner (760) 438-2722 Mail or Deliver to: Water Utilities Department City of Carlsbad 5950 El Camino Real Carlsbad, CA 92008 Date Issued: 10/10/2011 Please use typewriter or black ink. DESCRIPTION Labor, materials and equipment and supplies to remove and replace existing 12" mud valve and flanges on the existing 12" Dl internal overflow pipe assembly per the contractor's proposal dated October 5, 2011. Labor, materials and equipment and supplies to remove all sludge and debris by means of existing outlet piping and manways per the contractor's proposal dated October 5, 2011. No job walk-through scheduled. Contractors to arrange site visit by contacting: Project Manager: Jase Warner Phone No. 760-438-2722 SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Superior Tank Solutions, Inc. Name 9500 Lucas Ranch Road Address Rancho Cucamonqa. CA 91730 City/State/Zip 909-912-0850 Telephone 909-912-0585 Fax -1 -Revised: 5/17/00 Name and Title of Person Authorized to sign Treasurer James Marguez Title 10/10/2011 Name Date JOB QUOTATION ITEM NO. 1 UNFT Ea OTY 1 DESCRIPTION 12" mud valve and flange replacement at La Costa High. Removal of sludge and debris by means of existing outlet piping and manways TOTAL PRICE $27,250.00 Not to exceed $30,000.00 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: Superior Tank Solutions, Inc.939335 AuthoTizeJrSta/aTUre v James Marguez. Treasurer Printed Name and Title 10/10/2011 Date Contractor's License Number A Classification(s) 10/31/2013 Expiration Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 27-0750251 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 R&R Valves Clean Out SUBCONTRACTOR* % of Total Contract 10% 20% Business Name and Address Tank Site Constructors, Inc. P.O. Box 128, Cedar Glen, CA Advanced Industrial Services 11261 Weatherby, Los Alamitos License No., Classification & Expiration Date 886292, A 10/31/2012 631053, C33 10/31/2012 MBE Yes No X X Total % Subcontracted: 30% * Indicate Minority Business Enterprise (MBE) of subcontractor. -3-Revised: 5/17/00 CARLSBAD MUNICIPAL WATER DISTRICT MINOR PUBLIC WORKS CONTRACT (Less than $30,000) 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 disqualify the Contractor or subcontractor from participating in contract bidding. Signature: Print Name: James Marguez, Treasurer -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 sixty (60) working days after receipt of Purchase Order. Completion: I agree to complete work within five (5) working days after work begins. CONTRACTOR: Superior Tank Solutions. Inc. (name of 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 sign here) (_^^ J.Eric Marquez, V President of Production (print name and title) eric@.superiortank.com (address) (telephone no.) ATTEST: LORRAINE M. WOOD Secretary sign here) v/ James Marquez. Treasurer (print name and title) iames@.superiortank.com (e-mail address) 9500 Lucas Ranch Road (address) Rancho Cucamonqa. CA 91730 (city/state/zip) 909-912-0580 (telephone no.) 909-912-0585 (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 ^•£i-e - BY:Deputy City Attorney -6-Revised: 5/17/00 B SUPERIOR TANK 8 SOLUTIONS PROPOSAL Steven E. Bishop 5618 West 79th Street Los Angeles, CA 90045 Phone 310.629.0547 • Fax 310.649.3378 Authorized Signature:Date:Octobers, 2011 CUSTOMER INFORMATION Customer Name Contact Name Billing Address City, State, Zip Carlsbad Municipal Water District Mr. Jase Warner 5950 El Camino Real Carlsbad, CA 92008 TANK INFORMATION Tank Name Description Site Address City State, Zip La Costa High Bio-Film Removal and Mud Valve R&R Tank Site La Costa, CA SCOPE OF WORK Superior Tank Solutions, Inc. (STSI) agrees to furnish all necessary labor, tools, equipment, supplies, insurance and supervision to perform following scope of work: • Perform all proper and necessary confined space procedures per OSHA requirements. • Remove the existing 12" mud valve and flanges on the existing 12" Dl internal overflow pipe assembly. • Install District provided new 12" mud valve and flanges on the existing 12" Dl internal overflow pipe, in accordance with the manufacturer's instructions/recommendations. • Should it be necessary to remove and replace concrete on the lower portion of the valve assembly in order to remove and replace the existing bolts, please add $2,500.00 to this proposal. • Remove all sludge and debris by means of existing outlet piping and manways. • Supply cleaning agent materials and perform interior Bio-film removal by low pressure application at a rate recommended by the manufacturer to all areas of the immersion zone. • Freshwater rinse all areas that have had bio-film cleaning agent material applied, per manufacturer's recommendations. • Neutralize the wash water and dispose of by means of effluent piping. • Perform disinfection of the reservoir in accordance with AWWA C-652 Disinfection of Water Tanks. The above work scope includes the following clarifications: • The Owner shall notify STSI a minimum of five (5) workdays prior to request of mobilization. • Sludge and debris from tank floor is considered to be non-hazardous and shall be disposed of onsite per Owner's discretion. • The tank shall be drained and empty as much as possible by means of effluent piping. • Water for STSI use is available on site. • 110v power for STSCI use is available on site. • No other repairs to the existing structure or coatings are included herein. 1. All material is guaranteed to be as specified. All work to be completed in a substantial workmanlike manner according to specifications submitted, per standard practices. Any alteration or deviation from above specifications involving extra costs will be executed only upon written orders, and will become an extra charge over and above the estimate. Our workers are fully covered by Workmen's Compensation Insurance. 2. Payment is due upon completion of work. 3. This proposal may be withdrawn if not accepted with in 60 (sixty) days. TWENTY SEVEN THOUSAND TWO HUNDRED FIFTY 00/100 (dollars)TOTAL $27,250.00 Customer Signature:Date: 9500 LUCAS RANCH RD. RANCHO CUCAMONGA, CA 91730 • T. 909.912.0599 F. 909.912.0585 TOLL FREE 877.764.2121 SUPERIORTANKSOLUTIONS.COM