HomeMy WebLinkAboutPower Plus! Corporation; 2002-05-20;City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager Scott Bradstreet Date Issued:
(760) 434-2856 NIA
Mail To: Request For Bid No.: NIA
Purchasing Department CLOSING DATE: City of Carlsbad NIA
1635 Faraday Avenue Carlsbad, California 92008-7314 Bid shall be deposited in the Bid Box located
Award will be made to the lowest responsive,
in the first floor lobby of the Faraday Center
responsible contractor based on total price.
located at 1635 Faraday Avenue, Carlsbad,
CA 92008 until 4:OO p.m. on the day of Bid
closing.
Please use typewriter or black ink.
Envelope MUST include Request For Bid No.
N/A . -
~~
DESCRIPTION
Labor, materials and equipment to Drovide temoorarv electrical service
No job walk-through scheduled. Contractors to arrange site visit by contacting:
Project Manager: Scott Bradstreet. Park Planner
Phone No. (760) 434-2856
Submission of bid implies knowledge of all job terms and conditions.
Contractor acknowledges receipt of Addendum No. 1 (-), 2 (-), 3 (-), 4 (-), 5 (L).
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
Name
Power Plus! CorDoration
City/State/Zip
Escondido, California 92025
Address
436 North Quince Street
-1 Revised 511 0100
Telephone
(760) 839-9430
Fax
(760) 839-9436
.amp Title )#+on Authorized to sign
contr ts.
JOB QUOTATION
Quote Lump Sum, including all applicable taxes. Award is by total price.
opening, unless otherwise stipulated by the City of Carlsbad. Award will be made by the Purchasing
Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after
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
Contractor's License Number
Classification(s)
Expiration Date
TAX IDENTIFICATION NUMBER
-2- Revised 5/1 O/OO
(Corporations) Federal Tax I.D.#: .
OR
(Individuals) Social Security #:
-3- Revised 5/10/00
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 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."
Total % Subcontracted:
Indicate Minority Business Enterprise (MBE) of subcontractor
-4- Revised 5/1 O/OO
..
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
(Less than $25,000)
Labor:
governing labor, including paying the general prevailing rate of wages for each craft or type of worker
I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances
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: Scott Bradstreet (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 sectins 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
contract bidding.
grounds for the City of Carlsbad to disqualify the Contractor or subcontractor from participating in
-5- Revised 5/10/00
Commercial General Liability, Automobile Llability and Workers' Compensation Insurance:
The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation
certificates shall indicate coverage during the period of the contract and must be furnished to the City Insurance indicating coverage in a form approved by the California Insurance Commission. The
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
scheduled or nonscheduled. The automobile insurance certificate must state the coverage is for
performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether
"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.
Jurisdiction:
-6- Revised 511 0100
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 5 working days after receipt of Notice to Proceed.
Completion: I agree to complete installation within 30 working days after receipt of Notice to
Proceed.
CONTRACTOR: CITY OF CARLSBAD a municipal corporation of the State of California
By:
(address)
(telephone no.)
C&/d &f&2L- &mm
081 s. &&/v H., +m c,RI
(print name and title)
ATTEST:
. (city/&e/zip)
7 I Lt - 76Y -0oz3
7rq - -=* (telephone no.) City Clerk
5-20- cbz (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. Othefwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer@) signing to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL, City Attorney
BY: “Ah
Deputy City Attorney
7-
QUOTE: 220684
Sffi2002 8:44:A74Meb Im
SAN DIEGO, CA 92025 1-760-839-9430 FAX 1-760-639-9436
........................ ....... -. ..... ....... -. ..... - ......... .. ..
Customer: City of Carlsbad Job: Pine School Job#: 4
SD
12
1200 Carlsbad Vlllage Drive Ord Supr: Scott Bradstreet (760) 434-2856
Carlsbad, CA 92008- Tract #: Phase: Lot(s):
(760) 434-2826 Fax: (760) 720-6917 Location: ~d,~~~ x pine, Carlsbad
Phone: Fax: (760) 720-6917
................ ............ - ... " ... .- ...... -. . ....... ........... .......... .... ....... ... ......................... .- ........ -.- . .................... ....... .. ". ...... . -. ......... -
Remarks:
Quantity EquiprnenUService
........... ,- .. - ..... - ...... " ........ ........ .... ....... . , . , , . ." . . - . , . . .. " .. " ." _. .... - ..
...................... ... ." .. ........ ... .......... ......... . ....... ...... .. .
2 Bnraker - 100 amp 1201240 3 phase
- __ __ "
400 Ground Cord - 6/4 (1 Foot)
100 Ground Cord - 414 (1 Foot)
2 Distro Pnl - I Ph 100a 120/24Ov Mn Lug -Trans
2 Tie-in - Per item to be tied
2 Trailer Hookup
13. Wlre - OIH #Z (Ispan)
7 Pole - Black Diamond (30 feet)
......... ...... ... ........... ". . ........... ._ ..... ._ ............
*'This Quote covers 18 months of Equipment Rental: $10,495.00
.... ....... . .. ...... . . . "_ ...... -. .................. _. ..... ." .... ". ...
Quote Notes: 1. Quote is layout specific. Any changes to equipment andlor sewices may incur an additional cost.
".
2. Customer is to provide access for installation.
3. Quote includes installation and removal.
4. This quote is subject to utility and municipality approvals for source or special circumstances.
5. Quote applies to 2RR amp service io bailers. 6. Qude also included prevailing wages. 7. Setting poles per conversation with Citv of Carlsbad and Pacific Bell for setting phqneline. 8. Poleswill be set based upon SDGBE specification. ..
........ . ........... .... ... ..... .................... .. .... " .... .......... " -. .I" - -
Nole: AllBr the meteris set and impcled, plesse allow 1 Lo 10 wohing dsya lor Ine utili company to energlze your meler. Please figure on more drys during end immediately
amir periods ai RAIN, HIGH WINDS, and excessively HOT DAYS. -Power Plus! IS not.resporuibie forthe accuracy of inionnation provided by the utility oompsml In rebllon lo the source veriflcnnon. "Permit sppiiCatlon lees lo be dstenined by re~oective Cily and Wily.
Cily of Carisbad will provide Power pius! with exact equipmen1 ikcations prior to in9cBllatlon. An additional sewice fee WIN be charled kr any equipment relocation. City of Carlsbad 411 be rasponeible for locating and mehing dl pdvate underground utilitie4 induolpg lan&scape irrigaton systems not idenlifisd by USA Dlg Alsk City of Carlabad will be finsnclaily m-sble for any damage and repsirwoh lor any Unaerground privele uUllly systems (including lendscape imgaUon ~ystems) nol mmed prior to equipmen1
other unuwsl cost orfse required TO penom tnrtailabm ae".
installetion cny or Cadsbed will pay my adaltiooai cos1 lor adverze dlgging conditions. special equlpmem raguired for de in%dIatlon. additionel penils, permit deposita or any
Prior lo equipment delivery. a signeture Wan authorized repreJenlallve of City of Cskbad is requlma on Mt6 Quote Form Furlhemore. 1 CiV dCarlsbad mquirea a Phase Order [P.O.). a P 0. #and doournenl must be issued lo Pwer Plus1 before work is completed A cuireni =edit applicadon must be on file and approved by Power Plus1 for NU 30 day lerms. olherwise this Order will be delivered COD.
.. ....... .. . .. .. _" ." ......... ........ - ........ _" ........... . . ,. ." .
QUOTE SUBJECT TO SOURCE VERIFICATION PER ELECTRICAL AND I OR TELEPHONE UTILITY COMPANYPI.
City of Carlsbad Signature: ,_,_ .... .. Date: .. ........ ...........
Powerplus! Representative: ..........
Jon Downing
Date: - 4/1/2002 .... .................
Page 1 of 1
MAY-IW O~:O~PM FROM-POWER PLUS t714-278-1321 T-142 P 02/04 F-435
.
MAY-13-02 05:OTPM FROWPOWER PLUS t714-279-1321 T-142 P.04/04 F-435
POLICY NUMBER 72CESA01991 ., - COMMERClAL GENERAL LLABfLlTY
THIS ENDORS-T CHANGES THE POLICY. PLEASE READ IT CAREFULLY
ADDITIONAL MSURED - OWNERS, LESSEES OR
CONTRACTORS ( FORM B)
COMMERClAL .. . .. -. GENERAL .. LIABK? COTRAGE - . PART. " ._ -
SCHEDULE
Name of person or Organization:
City of Ciulsbad
(If no enny appears above, informarion requirrd to complete this endorsement will be shown in rhe
Declararions as applicable to this mdorsemenr)
WHO 1s AN'INSURED ( Stcrion 11) is amunded to include as and insured the per3on or organizarion
shown in rhe Schedule. bur qnly with respecr IO liabiliry arising out of "your work" for that insured by or
for you.
"'
This insurance is primary and any oiher insurance mainrained by such additional insured is non- contributing with this insurance as rcsprca claims or liability arising out of or reulting from the
acts or omissions of the named insureds, or others performed on behalf orthe named insured.
CG20 10 11 85 CupyrighI, Insurance Services Oace, Inc., 1984
MAY-13-02 05:OtPM FROM-POWER PLUS t714-278-1321 1-14 P.03/04 F-435
" . Up CERTIFICATE OF LIABILITY INSURANCL~F,= I DArz:'Mm' 04/03/02
WOUCER :su/valley Insurance Service
,.icense# 0566246 HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Jina CA 91123
THIS CERTIFICATE Is ESUED As A MAlTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
ALTER THE COVEPAGE AFFORDED BY THE POLICIES BELOW. South Oak Park Road
phone: 626-966-3664 Fax; 626-966-3695
ISURED
INSURERS AFFORDING COVERAGE
S.R. Bray Co & smoothst ne coq.
681 S. par er ste.500 orange a k2ake
-INB~RERA. Hartfoid Pire ~nsurance CO.
Power PZ! INSURERE. State Conrpensation Ins. Rurd
DBh: M.E. W01fk-o h ASSOC. WRERC arkel Rmarican Ins. Co.
INSUER 0
72UESOA1991
CWW WE OCCUR
03/31/02
OEDUCTIBLE
RETEMKIN I
EMPLOYERS' UIBHJTl WOPKERS CWPEMTKJN *ND , .
B 1555110-02
OTHER
c profeasional W-813672 02/25/02 I KHI!
02/25/03 I $1,000,000
'."
CITY OF CARLSBAD 1635 FARADAY AVE CARLSBAD CA 92008
ACORD 25-8 (71971
i OlTETHEREM, ME ISJUING IWURER WILL ENDELVMI TO HAL % OAYS WRt'KEN
NOTICE TO THE CERTFCATE HOLOER NAMED TD THE LDT. BUT FRILURE XI W SO WALL
IMPOSE No OBLIGATION OR LYBlLlTT OF ANY KIND UPON THE INSURER ITS AGENTS OR
n n AUTHORIZED REPRESENTATIVE
REPRESENlAlMS
Harold J. Borak LQACORD~ORP~UATION ma