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. #: