Loading...
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