Loading...
HomeMy WebLinkAboutPOWER GENERATION CONSULTING INC; 2001-05-03;. . City of Carlsbad MINOR PUBLIC WORKS PROJECT REQUEST FOR BID This is not an order. Project Manager Grec Clavier Date Issued: Aoril25,2001 (760) 434-2991 Request For Bid No.: FACOl-10 Mail To: 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. FACOl -10. Award will be made to the lowest responsive, responsible contractor based on total price. DESCRIPTION Labor, materials and equipment to repair qenerators at Safetv Center, Senior Center. Fleet Maintenance and Staaecoach Communitv Center. 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 (, 2 (J, 3 (A, 4 (),5 (J. SUBJECT TO ACCEPTANCE WITHIN (90) DAYS Name and Address of Contractor Power Generation Consulting, Inc. (619) 474-0275 Name Telephone 221 West 33rd Street (619) 474-0276 Address FaX National City, CA 91950 City/State/Zip i -l- 5/l o/O0 rson Authorized to sign Name Ronald M. Levasseur President Title May 3, 2001 Date JOB QUOTATION 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 Carl&ad. 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 contractors ability to perform, including but not limited to facilities, financial responsibility, materials/supplies and past performance. The determination of the City as to the Contractors abilfty to perform the contract shall be conclusive. SUBMIT-TED BY: lting, Inc- N!A Contractor’s License Number N/A Classification(s) Ronald M. Levasseur, President N/A Printed Name and Title Expiration Date May 3, 2001 Date TAX IDENTIFICATION NUMBER (Corporations) Federal Tax I.D.#: 33-0750531 OR (Individuals) Social Security #: -2- 5/l 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 subcontractor 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 TO BE SUBCONTRACTED SUBCONTRACTOR* MBE % of Total contrect Business Name and Address Ucense No., Yea No Classification & Expiration NONE Total % Subcontracted: * Indicate Minority Business Enterprise (MBE) of subcontractor. -3- 5/l 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: Greo 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 tierein 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- 5/l 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 Carlsbad, 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 . . . . . . .$500,000 Property damage insurance in an amount of not less than.. . . . . ..$lOO.OOO 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 Cii 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- 5/10/00 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 3 0 working days after receipt of Notice to Proceed. Completion: I agree to complete work within working days after receipt of Notice to 30 Proceed. CONTRACTOR: g, Inc. Ronald M. Levasseur, President r/&i' bG\c @detlcv,; &bkk ctaU& (address) By: 760. Ronald M. Levasseur, Secretary (print name and title) 221 West 33rd Street (address) National City, CA 91950 (city/state/zip) (619) 474-0275 (telephone no.) Citv Clerk (619) 474-0276 (fax no.) I, . ~,presjdentorvicepregident~secretary,,~-~~~~orttrsasurer must sfgn 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.) APPRO D AS TO FORM: -6- 5/l o/o0 . . -.. ’ . ALL-PURPOSE ACKNOWLEDGMENT -0 ~e-*-o~e~~ee~e-e~e~e~e~ e-e -e-e-e-e State of California 0 personally known to me - OR- RY PUBLIC-CALIFORNIA COMM. NO. 1276243 SAN DIEGO COUNTY MY COMM. EXP. SEPT. 9,X04 proved to me on the basis of satisfactory evidence to be the person@ whose name @gfe subscribed to the within instrument and acknowledged to me tha6&h&hey executed the same in is oher%h&r authorized capacity&@, and that by @he&h&- signature&(on the instrument the person+& or the entity upon behalf of which the persom acted, executed the instrument. i I l I l I l I l I l I l I l I l I l I l I I(//~-- dub “-“yy 0 Y’S SIGNAfU ie I OPTIONAL INFORMATION l by law. However, it could prevent fraudulent attachment of this achowl- I t CLAIMED BY SIGNER (PRINCIPAL) \ TITLE(S) PARTNER(S) A’ITORNEY-IN-FA TRUSTEE(S) NAME OF PERSON(S) OR ENllTY(IES) SIGNER IS REPRESENTING: \,, j OTHER t l -•-•-•eeemee-• we-e-e- l ee- e-e-e wee l d APA 1194 VALLEY-SIERRA. 800-362-3369 .&-@I 12128 PROMtPWR GENERATION 1Nt PAGE IL/3 March 28,2001 Quote No. 01-4302 City of C&bad Public Works 405 Oak Avenue Carlshad, CA 92008-3009 Am: Greg Clavicr Subject: Vm=iour Rccommmded Rep&s TO Gcmwator Owned By Tbe City Power Generation Consulting lac is plcawd to provide a quote to acccomplish the following listed items in acco&incc with the rec%mmcsUl&nS Safety Centec lnstdl a oat& basin under the f&i cell iAW OSHA. An audible and visual alarm f’or leak detection should be instaffed to prevent fuel from entering the ground. - Pric% s~040.00 Sa&ty Ccntcr: Piacure and Install a nevu calibrated main bc&cr. Price $3$00.00 Senior Cemtcr~ Unit rH+S being level for prqm operation aad longer We expectancy. Undue stresscsere exerted on hearings and &wheel assembly in current condition. Unit may over time “w&” on concrete pd. OEM sptdffcations cd for unit being b01ted. Unitcananbsbouldbe~~boltcdand~uthistimt. ,, Price: SS$52.W Flee! Maintrmnm Unit may over time “‘walk” on concrete pad. OEM specifications call for unit being bolted. Unit can and should be leveled, ?&cd and grow&xi at this time Pries: S5$5290 Stwgccwch Ret Center: Unit may over time “walk” on concrete pad. OEM Yprcificatioa~ call fa unit being b&cd. Unit can and should bc teveiui, bolted and go&cd at this time. Pk-k ss$5200 rotaI s ji*6.00 $ lItis quote is valid for a period of 30 days from the date of &is quote, and all terms are NET 30 Curporare Office, 221 We.t/ 33rd .!het, Nwiond Cily. CR YIYSO-7212 Phohc (61 Y) 474.0175 Fax (6 IY) 474-0%5 vww.powtw~enkc.com