HomeMy WebLinkAboutGlobal Power Group Inc; 2012-11-29;Carlsbad Municipal Water District
MINOR PUBLIC WORKS PROJECT
GLOBAL POWER GROUP, INC.
Project Manager: Jase Wamer
(760) 438-2722
Mail or Deliver to:
Water Utilities Department
City of Carlsbad
5950 El Camino Real
Carlsbad, CA 92008
Date Issued: 29th November, 2012
Please use typewriter or black ink.
DESCRIPTION
Labor, materials and equipment to remove all piping and hardware, remove fuel tank, install new
steel double wall 572 gallon UL approved fuel tank at Maerkle Reservoir. Re-pipe new tank with
existing hardware. Install new fuel gauge. Refill tank with existing fuel, check for leaks. Install four
feet to anchor tank off ground and coat feet to prevent rust. Remove and dispose of old tank and
debris per hazmat regulations.
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
Name
at>60 uJeedslel^ Aut,
Address
City/State/Zip
ggi
Telephone
Fax
-1 Revised: 5/17/00
Name and Title of Person Authorized to sign
cont|"acts. . 0
Signature
Name
tie ~ ^
ITEM NO. UNIT QTY DESCRIPTION TOTAL PRICE
1 1 Ea Installation of new fuel tank at Maerkle
Reservoir per quote #5819.
8,075.82
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 ofthe District as to the Contractor's ability to perform the contract shall be conclusive.
SUBMITTED BY:
mpany/pusines^Name
~?o~7M I
uthorized Signature ^
Contractor's License Number
Classification's)
Printed Name and Title Expiration Date
Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: _
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. ofthe California Public Contract Code).
If no subcontractors are to be employed on the project, enter the word "NONE."
PORTION OF WORK
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.
3-Revised: 5/17/00
CARLSBAD MUNICIPAL WATER DISTRICT
MINOR PUBLIC WORKS CONTRACT
(Less than $45,000)
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 ofthe 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.
Print Name:
Signature:
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
Completion: I agree to complete work within
Proceed.
CONTRACTOR:
working days after receipt of Notice to Proceed.
working days after receipt of Notice to
CARLSBAD MUNICIPAL WATER DISTRICT,
/o^l I X?/> / v^/y^ a Public Agency organized under the Municipal
G(^dmA VulKl^ (jf(hW Water Act of 1911, and a Subsidiary District of
of Contractor)
By:
the City ofCarlsbad
(print name
By:
(e-mail ad
Deputy Executive Manager
(address)
(print name and title)
6ma-sr4^t/Uv^g^Qafia3J^^ ATTEST
(e-mail address) ^» ^ ^
(address)
(city/statefzip)
(telephone no.)
(telephone no.)
LORRAINE M. WOOD
Secretary
(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:
RONALOR. BALL, City Attorney
Assistant City Attorney
6-Revised: 5/17/00
Global Power
G R O U P« INC.
12060 WoodsideA\^.
Lakeside, CA 92040
Phone (619) 579-1221
Fax (619) 579-1166
F4885 500 Gallon Double Wall Fuel Tank. Quote # 5819
Prepared By Mike Luna
Date 10/30/2012
Customer Name City Of Carlsbad- Water Dept
Location Name Sunny Creek Dr
Address 5203 Sunny Creek Dr
City Carlsbad
State CA
Zip
Contact Jase Warner
Phone 760-802-4536
Fax
Cell
Email jase.warner@carlsbadca.gov
Quote Information
We will come out to your site, remove all piping and hardware, remo\« fuel tank , install new steel double wall 572
gallon UL approved fuel tank. Re-pipe new tank with existing hardware. Install new fuel guage. Refill tank with existing
fuel, check for leaks. We will istall four feet to anchor tank off goung and ffet will be coated to prevent rust. Once
complete clean area, remove and dispose old tank and debris, as per hazmat regulations.
With your authorization we can perform the above service for:
Total $8,075.82
The price quoted includes all applicable sales tax. All services above are to be performed during normal business hours (0800
to 1600). Any overtime or change orders must be authorized by the customer and approved by GPG prior to completion ofthe
job. Please call and approve this service in advance to avoid any scheduling problems. Please sign, date and send back this
proposal. If you have any questions about this proposal or any other product or services please call. Prices good for 30 days.
Notes and Comments
Approval
ApproN^d By Name
Approved By Signature
P0#
Date