Loading...
HomeMy WebLinkAboutHawthorne Power Systems; 2012-03-08; PWM12-36UTILPWM12-36UTIL City of Carlsbad MINOR PUBLIC WORKS PROJECT Contract Project Manager: Ken Burtech (760) 438-2722 Mail To: Purchasing Department City of Carlsbad 1635 Faraday Avenue Carlsbad, California 92008-7314 Award will be made to the lowest responsive, responsible contractor based on total price. Date Issued: 3/8/2012 DESCRIPTION Labor, materials and equipment to repair backup generators at four (4) sewer lift stations Batiquitos, Fox's, Simsbury and El Fuerte. See Exibit A for detailed scope of work. All CAL-OSHA safety requirements will be enforced. Total price not to exceed $12,388.00 Project Manager: Ken Burtech Phone No. 760-438-2722 Submission of bid implies knowledge of all job terms and conditions. SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Hawthorne Power Systems Name 16945 Camino San Bernardo Address San Diego, CA 92127 City/State/Zip 858-503-6612 Telephone 858-503-6606 Fax Brian Lathrem blathrem@hawthornecat.com E-Mail Address Revised 09/01/09 Name and Title of Person Authorized to sign contracts. Signature Title JOB QUOTATION ITEM NO. UNIT QTY DESCRIPTION TOTAL PRICE 1 Repair leak at left side of head gasket on Caterpillar generator a Batiquitios sewer lift station $4,668.00 2 Replace front crank seal on Kohler generator & replace diode on starter at Fox's sewer lift station $3,312.00 3 Repair voltage fluctuations on generator located at Simsbury sewer lift station $1,336.00 4 Repair front crankshaft seal on Onan generator located at El Fuerte sewer lift station $3,072.00 Total $12,388.00 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 othenvise stipulated by the City of Carlsbad. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The City 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 City 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 City as to the Contractor's ability to perform the contract shall be conclusive. SUBMITTED BY: Hawthorne Power Systems Compaj3y/Business Name Contractor's License Number J nature Brian Lathrem. Product Support Representative Printed Name and Title Classification(s) Expiration Date ^ll^/ficiS^ Date' ' ' TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 957-/S'S X^.l>'^ Revised 09/01/09 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 SUBCONTRACTOR* MBE Item No. Description of Work % of Total Contract Business Name and Address License No., Classification & Expiration Date Yes No NONE Total % Subcontracted: 0% 0 Indicate Minority Business Enterprise (MBE) of subcontractor. Revised 09/01/09 CITY OF CARLSBAD 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. 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: Ken Burtech (project manager) The City of Carlsbad is a Charter City. Carlsbad Municipal Code Section 3.28.130 supersedes the provisions of the California Labor Code when the public work is not a statewide concern. Payment of prevailing wages is at contractor's discretion. False Claims Contract hereby agrees that any contract claim submitted to the City 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 City of Carisbad to disqualify the Contractor or subcontractor from participating in contract bidding. Signature: Print Name: Revised 09/01/09 Commercial General Liability, Automobile Liability and Workers' Compensation Insurance: The successful contractor shall provide to the City of Carisbad, 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 ofthe contract and must be furnished to the City 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 City prior to such cancellation. The policies shall name the City of Carisbad as additional insured. Indemnity: The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, 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. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. Revised 09/01/09 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: 1 agree to start within working days after receipt of Notice to Proceed. Completion: 1 agree to complete work within working days after receipt of Notice to Proceed. COI^ACTOR: "H^iapme Power Systems CITY OF CARLSBAD a municipal corporation ofthe State of California: (name of Contractor) (print name and title) v (e-mail address)) LENN PRUIM, Utilities Director 5950 El Camino Real. Carlsbad. CA 92008 (address) 760-438-2722 (telephone no.) By: (sign here) Brian Verhoeven, CFO (print name and title) 16945 Camino San Bernardo (address) San Diego, CA 92127 (city/state/zip) (858) 674-7000 (telephone no.) (858) 974-6819 (fax no.] bverhoeven@hawthornecat.com (e-mail address) Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. Othenvise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the offjcer(s) signing to bind the corporation.) APPROVED AS TO FORM: Attorney -6 Revised 09/01/09 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of Califomia County of San Diego On March 22. 2012 before me, Melody L. Harris. Notary Public personallyappeared Bn 4r\ 1/^-^^ o ^ ^^-^ who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. MELODY L. HARRIS Committton # 1964347 Notary Pubiic • CaiHomia San Diago Couoty | Comin. Expirts Jan t6.2016]^ 1 WITNESS my hand and official seal. S ignature^ Notarv S ignature^ Notary OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fi-audulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER PARTNER(S) ATTORNEY-IN-FACT TRUSTEE(S) GUARDIAN/CONSERVATOR OTHER: Minor Public Works Contract Cf>c> SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) Hawthorne Power Svstems CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of Califomia County of San Diego On March 20, 2012 before me, Melody L. Harris, Notary Public personally appeared Mike Johnson who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. Coininlatloo#lM*W7 Notary Public-California f SanOlaooCouny • WITNESS my hand and official seal. Signature ofNotary 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 DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL CORPORATE OFFICER ATTORNEY-IN-FACT TRUSTEE(S) OTHER: Minor Public Works Proiect Contract SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) Hawthorne Power Systems SCOPE OF WORK EXHIBIT A CAT Hawthorne Power Systems 16945 Camino San Bernardo San Diego, CA 92127 858.974.6874 tel. 858.503.6606 fax City Of Carlsbad Attn: Ken Burtech 5950 Camino San Bernardo Carisbad, 92008 RE: Batiguitos February 27, 2012 (760) 802-5810 Quote #: BL12-264 Page #: 1 of 2 Proposal JOB# DESCRIPTION PRICE 1 Repair leak at left side of head gasket on CAT 3208 engine with serial number 5YF02862 located at Batiguitos. Standby rental will be provided during the work shown above. Price includes delivery, rental, labor to install and cable price. $ 4,668.00 2 Replace front crank seal on Kohler generator set with John Deere Engine located at Foxes. Diode on Starter will also be replaced. Generator will be down 1 to 2 days. Standby rental will be provided during the work shown above. Price includes delivery, rental, labor to install and cable price. $3,312.00 3 Up to one full day to troubleshoot voltage fluctuations on School Zone generator set. Kohler model 80ROZ271. Meggar and diode checks will be performed. Price is based on doing troubleshoot on Saturday due to generator being in a school zone. $ 1,336.00 4 Repair front crankshaft seal on Onan generator set with Cummins Engine. Engine will be down one to two days. Standby rental will be provided during the work shown above. Price includes delivery, rental, labor to install and cable price. $ 3072.00 Total: $12,388.00 Cont: page 2 Hawthorne Power Systems 16945 Camino San Bernardo SanDiego, CA92127 858.974.6874 tel. 858.503.6606 fax Page 2 of 2 TERMS AND CONDITIONS Pricing: Prices shown are firm for acceptance within 30 days from date of quotation. Terms: Terms of payment are net 30 days from invoice date. (With established credit adequate to cover the quoted work.) Taxes/Etc: Prices quoted don't include applicable freight charges, miscellaneous hardware fees, environmental fees, sales and excise taxes. Warranty: Standard Hawthorne Power Systems (HPS) warranty for product support services will apply to quoted scope of work. Hawthorne Power Systems Brian Lathrem Product Support Representative Phone: (858) 503-6612 Fax: (858) 503-6606 City of Carisbad P.O. #: