HomeMy WebLinkAboutPower Generation Consulting Inc; 2001-09-10;City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager Greq Clavier Date Issued: Auqust 6.2001
(760) 434-2991
Mail To:
Request For Bid No.: FAC02-03
CLOSING DATE: Does not apolv
General Services Department
Attn: Scott Carroll
City of Carlsbad
405 Oak Avenue
Carlsbad, California 92008
Please use typewriter or black ink.
Envelope MUST include Request For Bid No.
FAC02-03.
Award will be made to the lowest responsive,
responsible contractor based on total price.
DESCRIPTION
Labor, materials and equipment to replace the Kohler Generator located at Citv Hall and replace it
with the Caterpillar Generator located temoorallv at Fleet Maintenance Yard.
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Grea Clavier
Phone No. (760) 434-2991
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 (J, 2 (J, 3 (),4 (J, 5 (.
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
Power Generation Consultino. Inc.
Name
619.474.0275
Telephone
221 West 33& Street
Address Fax
619.474.0276
National City, CA 91950
City/State/Zip
-I- 5/l o/o0
Name: Ronald M. Levasseur
President
Title
Date
JOB QUOTATION
ITEM NO. UNIT cm DESCRIPTION
See Attached
TOTAL PRICE
$22.854.00
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 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.
SUBMIJTED BY:
Ronald M. Levasseur, President
Printed Name and Title
Date
Contractor’s License Number
Classification(s)
Expiration Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax l.D.#:
(Individuals) Social Security #:
33-0705031
OR
-2- 5/1 o/o0
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 exces 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 SUBCONTRACTOR*
TO BE
SUBCONTRACTE I MBE I
Item Description of % of Total
I I
Business Name and Address
No. Work Contract
None
Total % Subcontracted:
l Indicate Minority Business Enterprise (MBE) of subcontractor.
-3- 511 o/o0
CITY OF CARLSBAD
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: Greq Clavier
(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 in 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 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 Carlsbad to disqualify the Contractor or subcontractor from participating in
contract bidding.
-4- 511 o/o0
Signature:
c
Print Name: Ronald M. Levasseur
Commercial General Liability, Automobile Liability and Workers’ Compensation Insurance:
The successful contractor shall provide to the City of Cartsbad, 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
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
. . *,. . .$500,000
Property damage insurance in an amount of not less than.. . . . . ..$I 00,000
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 Carlsbad 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.
-5- 511 0100
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 40 working days after receipt of Notice to Proceed.
Completion: I agree to complete work within 50 working days after receipt of Notice to
Proceed.
CONTRACTOR:
Ronald M. Levasseur,President
By: 1 ” ’ (sign here)
Ronald M. Levasseur, Secretarv
(print name and title)
221 West 33ti Street
(address)
National Citv. CA 91950
(city/state/zip)
619.474.0275
(telephone no.)
619.474.0276
(fax no.)
CITY OF CARLSBAD a municipal
corporation of the State of California
405 Oak Avenue. Carlsbad. CA 92008
(address)
760.434.2862
(telephone no.)
Al-TEST4
’ ../g;~; M. WooD
Sept i er 10, 2001
(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.)
-6- 511 o/00
March 21,200l
PGCIO l-4293
Greg Clavier
City of Carlsbad Public Works
405 Oak Avenue
Carlsbad, CA 92008
Subject: Proposal to replace Kohler Generator located at City Hall and replace
with Surplus Generator.
On March 16, 2001, PGCI reviewed the currently installed Kohler Generator Set located
at City of Carlsbad City Hall. The unit is extremely old and in violation of numerous
OSHA regulations. As a result of this inspection, and abler review of City of Carlsbad
representative Greg Clavier, PGCI proposes the following:
1. Bring the surplus Caterpillar Generator Set, located temporally at Fleet
Maintenance Center, to the local PGCI repair facility located in National City.
Repair / restore the unit the unit to peak performance.
2. Purchase and install new transfer switch. Upgrade existing cabling to
specifications.
3. Remove the currently installed Kohler Generator Set. Remove all associated
equipment, and clean landing.
4. Install recently refurbished Caterpillar Generator Set; make all mechanical and
electrical connections.
5. Operational test unit.
6. Commence PM program.
Repair / refurbish Caterpillar unit $ 6,777.OO
Transfer switch, battery charging unit, cabling and associated materials $ 7,877.OO
Physical change out of unit $ 8,200.OO
Total %22,854.00
This proposal includes all crane and rigging services and disposal of all hazardous
materials.
This quote is valid for a period of 30 days from the date of this quote, and all terms are
NET 30 days. If you have any further questions, please call (6 19) 474-0275.
Sincerely,
Ronald M. Levasseur
G~rporatg~~~~,~~~~~~i~~n - 72 1 West 33rd St., National City, CA 9 195b-7112 PH (6 19) 4734272 FAX (619) 4740276
Eastern Region - 1209 Baker Road, Suite 306, Virginia Beach. VA 231% PH (757) 318-3182 FAX (757) 3 18-7686
www.powergeninc.com
POLICY NUMBER: c01000038003
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
CG20101185
ADDITIONAL INSURED - OWNERS, LESSEES
OR CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
Name of Person or Organization:
CITY OF CARLSBAD
PUBLIC WORKS
405 OAK AVENUE
CARLSBAD, CA 92008-3009
JOB: ALL OPERATIONS OF THE NAMED INSURED
(If no entry appears above, information required to complete this endorsement will be
shown in the Declarations as applicable to this endorsement.)
WHO IS INSURED (Section II) is amended to include as an insured the person or
organization shown in the Schedule, but only with respect to liability arising out of “your
work” for that insured by or for you.
CG20101185
Copyright, Insurance Services Office, Inc., 1984
I A c*RD
Iy ,~~,~~
~~~~~~~~~~~~~~~:~~~~~~:~:~~~~~~~~~~~~~~~~~~~~~
;:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:...:
*,og,(J, 3
:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.~::’:::::::::~:::::;’:~::::,:,:,::::::::::::::::::::~.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:.:::,:.:.:.:.:.:.:.:~; ,:,,.,._., ::.: ,./ :.> i,.,.i,.,./ x .,,,.,.,.,.,.,. .,...,......(:::.....,,,....... . . ,......, ,.,,.,._.,,,,.: . . . . . . . . . . . . . . . . . . . . 5: ,,.,.,.,.,,,. ,j:ii:i::::::::~:j::i:i:i:::::::::::::~:~:~::::::~:::~:~:~:::::~:~:::::~:~~~~:~:~:~:~~:~:::~:::~:::~~:~:~:~;::::~:~:~.~:~:~~:~:~:~:~:~:::~:~:~:~:~:~:~:~:~:~:~:~:~:::~:~~:~:~~:~:~:~:~~:~:~~:~
‘RODUCER 619-699-l 345 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION A
ROBERT F. DRIVER COMPANY, INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
1620 FIFTH AVENUE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
SAN DIEGO, CA 92101 COMPANIES AFFORDING COVERAGE LICENSE # OC36861 COMPANY A CALIBER ONE INDEMNITY CO
NSURED COMPANY Power Generation Consulting B
DBA: Marine Equipment Service COMPANY DBA: Cannon Power Systems, Inc. C STATE COMPENSATION INS FUND
221 W. 33rd St. COMPANY vational City, CA 91950 D "REVISED OF 05/04/01" . ...: . . . . . :...: in.. .,.A~.".: . . . . . :..,.,.A.,: . . . . . . . .,.,.,v,..:.: . . . . . . . /.,. ,.,.,.i.. ..i_ I7,',.,:.:.'.. . . . . . .,.,. ,.,.. ..i.. . . ..A . . . . ..'"".i.......i.... i... v..,.,. _.... _...A. ..r..... . . . . . . . . . . ..A. ,.i_.. i.., 7.. ,...... i..... .,.v . . . . ..i.. ..i..,. ..,...,........., .,. ..,...:. _.... ._/.,. . ..r_.. i... 7 ,.....:..i. I.....,.,. ,...:....... . . . . . . . . . ..:. .A....., .v,. ..:_.. i...., .,. ,.............i, /... ..:i....i,., (1,. ..:......... .,.,. ,.............. . . . ..A... _.... ._/v,. ,...... . ..A..... ,...,..._. . . . . . . . . . . ..,...... ""'i"' ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR EXCLUSIONS AND CONDITIONS 01 I co .TR TYPE OF INSURANCE
A GENERAL LIABILITY
x COMMERCIAL GENERAL LIABILITY : .. .‘. CLAIMS MADE El OCCUR
OWNER’S & CONTRACTOR’S PROT
ALITOMOBILE LlABlLlTY
ANY AUTO
ML OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS H NON-OWNED AUTOS
GARAGE LIABILITY
ANY AUTO
EXCESS LlASILlTY
OTHER THAN UMBRELLA FORM
c WORKERS COMPENSATION AND EMPLOYERS’ LlABlLtTY
THE PROPRIETOR/
PARTNERS/EXECUTIVE
OFFICERS ARE:
OTHER
1 h IAY PERTAIN, TiiE INSURANCE AFFORDED BY THE POLICIES DESCRIBE[ F! SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAI
POLICY NUMBER
C01000038003
8I/PD DED $2,500
PER CLAIM
POLICY EFFECTIVE POLICY EXPIRATION
DATE (MMIDDNY) DATE (MM/DDNYI
11/11/00 1 l/l l/O1
I I
I
UMB000107502 11/11/00 11/11/01
802791
L&H #903791-00 12/29/00 12/29/01
HEREIN IS SUBJECT TO ALL THE TERMS,
LIMITS
GENERAL AGGREGATE
AUTO ONLY - EA ACCIDENT $ 4 OTHERTHANAUTOONLY: iii.,,j,:.‘,::‘Ii::.i’jII~::j,
EACH ACCIDENT 6
AGGREGATE (L
EACH OCCURRENCE $1000000
AGGREGATE J000000
$1000000
ZXGii OT,,- 'v
ER
EL EACH ACCIDENT 1 -___-
EL DISEASE - POLICY LIMIT $ 1000000
EL DISEASE - EA EMPLOYEE $ 1000000
>ESCRIPTION OF OPERATlONS/LOCATlONSNEHlCLES/SPEClAL lTEMS THE CERTFICATE HOLDER IS NAMED AS ADDITIONAL INSURED PER THE ATTACHED
FORM CGZOIOI 185.
l 10 DAYS NOTICE OF CANCELLATION FOR NON-PAYMENT OF PREMIUM s’ . . . . . . ., .: !e ,.,.............. . . . . . . . ,...._...,..._.._...,........,,,.................,,.,........... I . . . . . . . . . . . . . . . . . . 1..
CITY OF CARLSBAD
PUBLIC WORKS
SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE lSSUlNG COMPANY WILL ENDEAVOR TO MAIL
‘30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
405 OAK AVENUE BUT FAlLURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR UABIUTY
CARLSBAD, CA 92008-3009 OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTtTIVE
CERTIFICATE OF LIABILITY INSURANCE
THIS CERTIFICATE IS ISSUED FOR INFORMATION PURPOSES ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE OF LIABILITY INSURANCE DOES NOT AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW.
DATE: (MMIDDIYYYY) 08/08/2001
PRODUcER Marsh USA Inc.
Dr BRoKER’ 800 Market Street Suite 2800
St. Louis, MO 63101
Phone: (314) 512-2415
INSURERS:
A: j USF&G
B:
INSURED:
Power Generation Consulting, Inc. &
Enterprise Rent-A-Car Company et al.
600 Corporate Park Drive I- I St. Louis, MO 63105 t: 1
THE INSURANCE POLICIES LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD LISTED,
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THI!
CERTIFICATE OF LIABILITY INSURANCE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES LISTED BELOW IS
SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGRATE LIMITS SHOWN MAY HAVE BEEN REDUCE
BY PAID CLAIMS.
COVERAGES:
INSURER TYPE OF INSURANCE
LETTER
POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE LIMITS
T GENERAL LIABILITY
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE
OCCURENCE
AUTOMOBILE LIABILITY q ANY AUTO
[7ALL OWNED AUTOS q SCHEDULED AUTOS
0 HIRED AUTOS
0 NON-OWNED AUTOS q SEE BELOW
GARAGE LIABILITY
ANY AUTO
tXCESS LIABILITY
UMBRELLA
OTHER Than UMBRELLA Form
WORKERS COMPENSATION AND
EMPLOYERS’ LIABILITY
i
Combined Single Limit:
Bodily Injury per Person:
Bodily Injury per Act.
Property Damage:
$1 ,ooo,Of
8/l O/O2 1 DRE 3331600 8/I O/O1
H20249
+
-!- - t t
t +
i
3ESCRIPTION:
Policy provides protection for ANY AND ALL operations operations performed by the named insured. Blanket additional insred on policy as required by written contract.**Any vehicle leased from Enterprise
Fleet Services where the contact includes auto liability insurance.
VENDOR ID: 12785 GPBR: 32
CANCELLATION:
AUTHORIZED REPRESENTATIVE:
SHOULD ANY OF THE ABOVE POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL30 DAYS WRITTI
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO
SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSUREF
ITS AGENTS OR REPRESENTATIVES.
Form# CVla-6/l/1999
T iOLDER:
City of Carlsbad
405 Oak Ave.
Carlsad, CA 92008
0 Copyright MoonLit Enterprzes 1999, All Rtghts Reserved
Agreement/Amendment/Ratification Cover Sheet
Dept. Contact: Scott Carroll x 2992 Please return all executed documents to Scott Carroll.
The following info MUST be provided by Project Manager:
*Name of Contractor Power Generation Consultinq, Inc.
*City Project Manager Gres Clavier
*Agreement Title Replacinq Generator at Citv Hall, Bid No. FAC02-03
*ACCOUNT NUMBER 00150607230 Has City previously contracted
w/Contractor Y XX N
ROUTED TO INITIALS DATE RECEIVED DATE FORWARDED
lxl Contractor 8/6/O 1
q Department Contact flc G-rzoh s/20/o\ q City Attorney p/%3 j
0 City Manager/ Authorized Signatory
lo City Clerk
0 Department Contact
Agreement Type (check one)
q Original Agreement 0 Amendment cl Other
Type. example: ratification, extension. etc.
Original Anreement Data Amendments Amount / Lenath
Date of original agreement No.
Term of original agreement No.
Dollar amount of original agreement $22.854.00 No.
Person with authority to renew N/A No.
Number of allowable extensions 0 No.
Length of allowable extensions N/A No.
Aareement Requirements (check all items received) - BOLD items are rewired by Citv Attorney
Q?J Proper Signature(s) (XI Certificate of Insurance (XI Endorsements to Policy
I cl Notarization(lf applicable) q Exhibits (if applicable) 0 Other
1 Ix1 Business License 0 Corporate Resolution q Other
Comments Notarization is not reauired. The Citv has previouslv contracted with contractor
Purchase Reauisition Information
Purchase Requisition Number:
Agreement Number: FAC02-03
Purchase Order Number associated with original agreement, extensions and/or amendments:
City Attorney Approved Version Kk5.22.01