Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
06634 - GLOBAL POWER GROUP INC FIRE STATION 442 EMERGENCY GENERATOR INSTALLATION CP 13-29
A6634-Global Power NOC was recorded 10-09-2015. Close agreement File. Recording Requested By: 2015 0447419 I0/09/2015 11:54 AM Fee: $ 0.00 City of Palm Springs Page 1 of 2 Recorded in Official Records County of Riverside When Recorded Mail To: Peter Aldana Assessor-County Clerk-Recorder Name James Thompson,City Clerk Street Address 3200 E.Tahquitz Canyon Way JUDIst Exam: Page DA PCOR Misc Long Adtl PgCert CC Ciry 8 Palm Springs,CA 92262 2StateSIZE NCOR SMF CH T: NOTICE OF COMPLETION (CA Civil Code§§8180-8190,8100-8118,9200-9208) NOTICE IS HEREBY GIVEN THAT: 1. The undersigned is an owner of an interest of estate in the hereinafter described real property,the nature of which interest or estate is: Fee (e.g.fee,leasehold,joint tenancy,etc.) 2. The full name and address of the undersigned owner or reputed owner and of all co-owners or reputed co-owners are: Name Street and No. City State City of Palm Springs 3200 E.Tahquitz Canyon Way Palm Springs CA 92262 3. The name and address of the direct contractor for the work of improvement as a whole is: Global Power Group,Inc., 12060 Woodside Avenue,Lakeside,CA 92040 4. This notice is given for(check one): 0 Completion of the work of improvement as a whole. ❑ Completion of a contract for a particular portion of the work of improvement(per CA Civ.Code§8186). 5. If this notice is given only of completion of a contract for a particular portion of the work of improvement(as provided in CA Civ.Code § 8186),the name and address of the direct contractor under that contract is: Not Applicable 6. The name and address of the construction lender,if any,is: Not applicable 7. On the 9 day of May 2015 there was completed upon the herein described property a work of improvement as a whole(or a particular portion of the work of improvement as provided in CA Civ.Code § 8186)a general description of the work provided: City Project No.13-29,Fire Station#442,Emergency Generator Installation 8. The public work herein referred to is situated in the City of Palm Springs County of Riverside State of California,and is described as follows: City Project No.13-29,Fire Station#442,Emergency Generator Installation 9. The street address of said property is: 300 N.El Cielo,Palm Springs,CA 92263-Palm Springs Fire Department,Station No.442 10. If this Notice of Completion is signed by the owner's successor in interest,the name and address of the successor's transferor is: Not applicable I certify(or declare)and r p<enaIty of perjury under the laws of the S/ta�}of California that the for oin true and correct. Date: J B 1444 Signature of caner or Owner's Authorized Agent-Assistant City Manager/City Engineer for City of Palm Springs Marcus Fuller ©Porter Law Group,Inc.2013 Print Name Page 1 of 2 VERIFICATION I, Marcus Fuller stale: I am the Assistant City Manager/City Engineer ("Owner","President", "Authorized Agent","Partner",etc.)of the Owner identified in the foregoing Notice of Completion.I have read said Notice of Completion and know the contents thereof;the same is true of my own knowledge. I declare under penalty of perjury under the laws ofthe State of California that the foregoing is true and correct. it `"`Executed on 06t' Sr(date),at Palm Springs (city), CA (State). Signature of Owner or Owners Authorized Agent A Notary Public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. STATE OF CALIFORNIA COUNTY OF ✓tt-s1d-P- On (date), before RIMSERLYS.FLOYD me, &' ► Notary Public(name and title of Commission M 1957054 officer) personally d Q j�1/Uif J l/G✓ who proved Notary PuDOe-California to me on the basis of satisfactory evidence to be the persona) whose name(a) is/are Riverside County subscribed to the within instrument and acknowledged to me that he/she/hey executed the M Comm.Alres Oct 17,2015+ same in hisl wAheir authorized capacity(iee), and that by hislherltwr signature(* on the instrument the person(e),or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PURJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. i Page 2 of 2 Si ature *ALM sw V N CITY OF PALM SPRINGS fro CONTRACT CHANGE ORDER To: Global Power Group, Inc. Date: September 14, 2015 12060 Woodside Avenue Project No: 13-29 Lakeside CA 92040 Project: Fire Station 442 Emergency Tel: (619)-579-1221 Generator Installation Fax: (619)-579-1166 Change Order No: One Purchase Order 15-0882 Attn: Bobby Deberadinis Account 260-4500-59430 415-6075-53002 261-3600-53054 415-60754-43010 416-6501-59430 This Contract Change Order No. 1 accommodates additional work and materials along with days added to the contract. Change Order Item Description Quantity Cost Per Unit Total Cost A Relocation of City Owned 1 T&M Lump Sum $4,320.70 Electrical Meter Item TOTAL AMOUNT OF THIS CHANGE ORDER $4,320.70 New Item A: The project design required that the existing, City owned, electrical meter be relocated from the equipment bay to the new main switch board located outside of the building. The intent of the project plans and specifications were to re-use the existing meter however, it was determined that the existing meter was not compatible with the new main switchboard. This item compensates the contractor for the time and materials necessary to provide and install the new meter and make modifications to the existing electrical panel. Chances to Contract Time: Contract Time: Five working days are being added to the contract for the completion of Item A as well as City delays necessary for coordination of electrical system shutdowns. Source of Funds Funds are available in the following account(s): $2,000.00 from Account 415-6075-53002 Airport Fire Station 2 Improvements $2,320.70 from Account 415-6075-43010 Airport Special Parts and Repairs Contract Change Order No. 1 Page 2 SUMMARY OF COSTS: Original Contract Amount: $79,998.00 Original Completion 24 Working Days This Change Order. $4,320.70 Days Added 5 Revised Contract Amount. $84,318.70 Revised Completion 29 Working Days ** SIGNATURES ON NEXT PAGE**** Contract Change Order No. 1 August 6,2015 Page 3 1 have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor Global Power Group. Inc. �1 (-a4 n tS � Signature Date Printed Name and Title O City of Palm Springs Recommended By: Assistant City Manager/City Engineer Date Approved By: h I(,e Divid H. Ready, City Manager Date Attest By: �—> ---- I c/ J z e James Thompson, City Clerk Date Distribution: Original Conformed Copy: Conformed- File Copv: Contractor (1) Engineering Pay File (1) City Clerk (1) City Project File (1) Purchasinq (1) Finance (1) APPROVED BY DEPARMENT HEAD � �'�an�° AbI�J. AGREEMENT THIS AGREEMENT made this _LUk day of bfcPm p( in the year 201 by and between the City of Palm Springs, a charter city, organized and existing in the ounty of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Global Power Group Inc. hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 — THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: FIRE STATION 442 EMERGENCY GENERATOR INSTALLATION CITY PROJECT NO. 13-29 The Work is generally described as follows: _The work under this contract shall consist of furnishing all labor, materials, vehicles, tools, machinery, equipment etc., as necessary for the installation of a Kohler Power Systems emergency generator operating at 120/208 volts and rated for 200 KW/250 KVA (provided by City), at Palm Springs Fire Station 442 located at 300 El Cielo Rd., Palm Springs, CA. The work includes, but is not necessary limited to: - Initiating all necessary Palm Springs International Airport security protocols - Site grading and preparation for construction - Security fence construction and relocation - Construction of a concrete generator foundation and fuel containment area - Transportation, placement and anchorage of the generator - Placement of conduits by hand trenching and boring; - Placement of pull boxes - Installation of all necessary copper conductors and wiring - Intercept existing building feeder conduits and re-route as necessary - Installation of Generator Transfer Switch (Transfer Switch provided by City) - Modifications to existing Main Switch Board - Provide and Install new Main Switch Board on exterior of building The Contractor will be required to provide a complete and operable Emergency Generator electrical system in accordance with project drawings, engineering reports and calculations, the Special Provisions, building permits and all applicable Codes. AGREEMENTFORM AGREEMENT AND BONDS-PAGE 1 The 200 KW/250 KVA Generator and Transfer Switch will be provided by the City. The Contractor shall provide all other materials necessary to complete the work. ARTICLE 2 --COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of $ -6- for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3 --CONTRACT PRICE $79,998.00 The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ARTICLE 4 -- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 1 to 1 , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 — PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. AGREEMENTFORM AGREEMENT AND BONDS-PAGE 2 ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: CITY OF PALM SPRINGS, CALIFORNIA Date 12 23.1� By ar+n�l B / City Clerk City Mana APPROVED TO FORM: Date/Z By ' /City Attorney b Date - J!q/�— APPROVED BY THE CITY COUNCIL: CONTENTS APPROVED: /�1� �vv''1 By I `\ — ' Date �a �J•��k �(� City Engineer Agreement No. Pik*& AGREEMENTFORM AGREEMENT AND BONDS-PAGE 3 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONTRACTOR: Name: (�'IOIIA C00(6fu inl. Check one: —individual—Partnership ✓orporation Address: 12060 Wood<�W, (g4siG CA fZ610 By: By: ignature(notarized) Signature(notarized) I Name: IVOO(e ma(loma Name: SCtIIIado( I bdl6S Title: ?rPS l ar Title: I F01 (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of ❑ State of 00 i r ; El County of San I ❑ss County of San Di[Arn ❑ss On i` On —� 1 $ before me, before me, C' personally appeared IuQ4Dr@ M(ArbM na personally appeared COVO r who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person( whose name(k) evidence to be the personN whose name(§ (is/ re subscribed to the wd In instrument and Is/ re subscribed to the within instrument and acknowledged to me tha he/ he/they executed acknowledged o hi me thatl�he/they executed the same inoi _er/their authorized capacity(, the same in hi er/their authorized capacity(1ec�, and that by her/their signaturesNi on the and that by Oer/their signaturesN on the instrument the personh', or the entity upon instrument the person(, or the entity upon behalf behalf of which the person( acted, executed the of which the person(_ acted, executed the instrument. instrument. I certify under PENALTY OF PERJURY under I certify under PENALTY OF PERJURY under the the laws of the State of California that the laws of the State of California that the foregoing foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: MERCEDES LUNAUCOMM193167 ME LUNA COMM. #1931675 . N5 NOTARY PUBLIC CALIFORNIA OTARY PUBLIC CAUFORNIA SAN DIEGO COUNTY SAN DIEGOCOUNTYNy Comm E�Wra r 7 2015 Ny Comm E�Pm A .7.2 015 AGREEMENT FORM " NT AND BONDS-PAGE 4 WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) I am aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract. Contractor 6106�()Cwvoaprf . By Title fasilnf WORKER'S COMPENSATION CERTIFICATE AGREEMENT AND BONDS-PAGE 5 • • C��n,2A i?st BID DOCUMENTS Only the following listed documents, identified in the lower right corner as "Bid Forms" shall be fully executed and submitted with the Bid at the time of opening of Bids. Bid (Proposal) Bid Schedule(s) List of Subcontractors Local Business Preference Program Good Faith Efforts Non-collusion Affidavit Bid Bond (Bid Security Form) Bidder's General Information Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. FIRE STATION 442 EMERGENCY GENERATOR INSTALLATION CITY PROJECT NO.13-29 COVER SHEET DATE:September,2014 BID FORMS-PAGE 1 BID BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: FIRE STATION 442 EMERGENCY GENERATOR INSTALLATION CITY PROJECT NO. 13-29 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number F Date \A. 3�4 Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non- collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid FIRE STATION 442 EMERGENCY GENERATOR INSTALLATION CITY PROJECT NO. 13-29 BID(PROPOSAL) DATE:September,2014 BID FORMS-PAGE 2 Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefore the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: Bidder: w �4GTOU 1)nc - By: (Signature) Title: PY.es FIRE STATION 442 EMERGENCY GENERATOR INSTALLATION CITY PROJECT NO.13-29 BID(PROPOSAL) DATE:September,2014 BID FORMS-PAGE 3 BID SCHEDULE Schedule of Prices for the Construction of the: FIRE STATION 442 EMERGENCY GENERATOR INSTALLATION CITY PROJECT NO. 13-29 in Palm Springs, California The work under this contract shall consist of furnishing all labor, materials, vehicles, tools, machinery, equipment etc., as necessary for the installation of a Kohler Power Systems emergency generator operating at 120/208 volts and rated for 200 KW/250 KVA (provided by City), at Palm Springs Fire Station 442 located at 300 El Cielo Rd., Palm Springs, CA. The work includes, but is not necessary limited to: - Initiating all necessary Palm Springs International Airport security protocols - Site grading and preparation for construction - Parking lot light Relocation - Security fence construction and relocation - Construction of concrete switchgear pad, generator foundation and fuel containment area - Transportation, placement and anchorage of the generator(provided by City) - Placement of conduits by hand trenching and boring; - Placement of pull boxes - Installation of all necessary copper conductors and wiring - Intercept existing building feeder conduits and re-route as necessary-Includes pavement patching - Installation of Generator Transfer Switch (Transfer Switch provided by City) - Modifications to existing Main Switch Board - Provide and Install new Main Switch Board on exterior of building The Contractor will be required to provide a complete and operable Emergency Generator electrical system in accordance with project drawings, engineering reports and calculations, the Special Provisions, building permits and all applicable Codes. The 200 KW/250 KVA Generator and Transfer Switch will be provided by the City. The Contractor shall provide all other materials necessary to complete the work. $ "11 �q m%,1,C Price in Figures $ lz �AAOOSCAIAnih�2hv��dY�c1 n� � dollars Price in Words C 40'l ?00eY &rovp,l Y�G Name of Bidder or Firm FIRE STATION 442 EMERGENCY GENERATOR INSTALLATION CITY PROJECT NO.13-29 UNIT PRICE BID SCHEDULE DATE:September,2014 BID FORMS-PAGE 4 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name, business address, and license number of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, or $10,000.00, whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Special Note: The Prime Contractor shall perform not less than 50% of the Work identified in this Bid. In the event a Bidder lists subcontractors who will perform Work under this Bid in excess of 50% of the Work identified in this Bid, the Bid shall be considered non-responsive. Bidders shall list the total % of Work to be performed by the Prime Contractor here: _ (shall not be less than 50%). Contrac 's Percent Lic9p9e of Total Work to be Performed Xmber Contract Subcontractor's Name &Address a ¢ -calm "l - �dl 2. 3. 4. 5. FIRE STATION 442 EMERGENCY GENERATOR INSTALLATION CITY PROJECT NO.13.29 LIST OF SUBCONTRACTORS DATE:September,2014 BID FORMS-PAGE 5 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS City Project No.: 13-29 Bid Opening Date: November 4, 2014 The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which states: The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub-contractors, or by demonstrating that no local sub-contracts are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub-contractors shall include notification of this subsection. The City Council or Director may reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. Bidders shall provide sufficient information to demonstrate that they have made good faith efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined in Ordinance No. 1756) is listed as a subcontractor on the "List of Subcontractors" submitted with its Bid, Bidders shall identify local subcontractors not required to be identified on the List of Subcontractors, and/or shall identify local firms with whom the Bidder has solicited to furnish materials and supplies for incorporation into the work of this project. Local Subcontractors not listed on the List of Subcontractors: Local firms that will furnish materials or supplies to the Bidder for this project: LOCAL BUSINESS PREFERENCE PROGRAM FIRE STATION 442 EMERGENCY GENERATOR INSTALLATION GOOD FAITH EFFORTS CITY PROJECT NO.13-29 BID FORMS-PAGE 6 DATE:September,2014 s a LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS (CONTINUED) The Bidder shall provide information sufficient to demonstrate its good faith effort to retain or hire local firms to (a) provide services and (b) to furnish materials and supplies for this project. Examples of information accepted by the City to demonstrate good faith efforts shall be included below: A. The names and dates of each publication in which a request for participation by local firms for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to local firms soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the local firms were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of Date of Follow Up Methods firms Initial and Dates Solicited Solicitation LOCAL BUSINESS PREFERENCE PROGRAM FIRE STATION 442 EMERGENCY GENERATOR INSTALLATION GOOD FAITH EFFORTS CITY PROJECT NO. 13-29 BID FORMS-PAGE 7 DATE:September,2014 C. The items of work which the bidder made available to local firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate participation by local firms. Items of Work Bidder Breakdown of Items Amount Percentage Normally M Of Performs Item Contract (Y/N) D. The names, addresses and phone numbers of rejected local firms, the reasons for the bidder's rejection of the local firms, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each firm if the selected firm is not a local firm: Names, addresses and phone numbers of rejected local firms and the reasons for the bidder's rejection of the local firms: Names, addresses and phone numbers of firms selected for the work above: NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. LOCAL BUSINESS PREFERENCE PROGRAM FIRE STATION 442 EMERGENCY GENERATOR INSTALLATION GOOD FAITH EFFORTS CITY PROJECT NO.13-29 BID FORMS-PAGE 8 DATE:September,2014 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) P ) ss. County of ! +F ;f ) I, S,lvAhie MAJoraot being first duly sworn, deposes and says that he or she is T(eC Jy f of rrb ba l few/ 4 O n , the party making the foregoing Bid, that the Bid is not made in the interest of, r on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham Bid. 4dBidder �t C,roup, wx - By Title 7recutrif Organization Z6( Bar- 4aq L. Address 12W Wood(idi 9,nf. LalrtA.jCA 9zo'10 FIRE STATION 442 EMERGENCY GENERATOR INSTALLATION CITY PROJECT NO.13-29 NON-COLLUSION AFFIDAVIT DATE:September,2014 BID FORMS-PAGE 9 ALL-PURPOSE ACKNOWLEDGMENT State of (al i Fo rn i n County of a nr 'L� o ^/� , , ,n�, ^I Iq�` On_NoV�111l t J4 t before me, 'V IYXTJ QC t �t/1 1 'OW f yY/I C Date ('^,:1�!-nrl, p�„r�V_a nN�ame,Title of Officer personally appeared lfill 1 V Y, I�U✓1 , NAME(S)OF SIGNER(S) who proved to me on the basis of satisfactory������yyyyyyldence to be the person() whose name() Is/ re subscribed to the Within instru nt and acknowledged to me that shetthey executed the same in&her/their authorized capacityWs), and that by9l 'herttheir signatures)on the ins ment the person(, or the entity upon behalf of which the personA 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. Witness my hand nd official seal. S '•, MERE CEDES LUNA�G COMM. "' ' 'A5 Slgna Of O 'NOTARY PUBLICeCAII FORNIA; s. SAN DIEGO COUNTY M Comm E " r. 7, 2015 ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. �1T J THIS CERTIFICATE Title or Type of Document W-Collt�ion c6y � i 1 MUST BE ATTACHED TO THE DOCUMENT Number of Pages_DATE of DOCUMENT DESCRIBED AT RIGHT: Signer(s)Other Than Named Above FIRE STATION 442 EMERGENCY GENERATOR INSTALLATION CITY PROJECT NO.13-29 NON-COLLUSION AFFIDAVIT DATE:September,2014 BID FORMS-PAGE 10 BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTO 'S Name and Street Address: c�� Poor c�roUn , M6 3--_�Oe1 & WV*M(1 \V w- \DA N%)� Q m �A CU%6 p 2. CONTRACTOR'S Telephone Number: ( -114 ) 5-1 Z -3 a 11 Facsimile Number: ( U)c( ) 5�a - l 1 kA 3. CONTRACTOR'S License: Primary Classification State License Number(s) 'LlUTAN Supplemental License Classifications C�Yb 4. Surety Company and Agent who will provide the required Bonds o,`n,,this Contract: Name of Surety l�S c-) clad m y\\ Lyarc e 6>z1 \q Address \N Sfi` Al d Scan Di l�A �A C1210 Surety Company VC�N1bYC�� �Y\5U�(�YX "�2YV 1 ces Telephone Numbers: Agent(g��-110� -1 Surety(3(p ) Wiq — � 5. Type of Firm (Individual, Partnership or Corporation): Corpjyv llN1 6. Corporation organized under the laws of the State of: oifowi n 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or fine: 1�YYq ?)o(YV(YU2iW 0) MUD WAide M WYOJkde Cat '121`A0 aaly,40_' r�Dt�l�\(�rzsid�rit� MWO WCOxSid_h Wry ide(A' a( cU S(a1�y� dor Qt1105 (CF0 ►zoo IAI sAS IR !k La Wde 04 FIRE STATION 442 EMERGENCY GENERATOR INSTALLATION CITY PROJECT NO.13-29 BIDDER'S GENERAL INFORMATION DATE:September,2014 BID FORMS-PAGE 12 • 0 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: 9 ye(,Y S 9. List at least three related projects completed to date: a. Owner SDO 0C Aad e s Contact Class of Work PhoneiAddressE t Amount Projectmpleted Contact Personne nu er b. Owners ContactWork Phonet Amount Projectmpleted Contact Personne number C. Owners Contact Class of Work Phone Contract Amount Project Date Completed Contact erson Telephone number 10. List the name and title of the person who will supervise full-time the proposed work for your firm: K'W� W(A� hy) ) �tfi ntil(VA 0,( gC1N1 N 11. Is full-time supervisor an employee contract services ? 0 12. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. FIRE STATION 442 EMERGENCY GENERATOR INSTALLATION CITY PROJECT NO. 13-29 BIDDER'S GENERAL INFORMATION DATE:September,2014 BID FORMS-PAGE 13 LKSp -z City of Palm Springs r^ Department of Public Works and Engineering 3200 E.Pahquirz Canyon Way • Palm Springs,CA 92262 Y Tel: (760)323-8253 • Pax:(760)322-8360 • Web: www.palmspringsea.gov ADDENDUM NO. 1 To all prospective bidders under Specifications for Fire Station 442, Emergency Generator Installation, City Project No. 13-29, which are to be received by the City of Palm Springs at the office of the Procurement and Contracting Manager at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 3:00 P.M. on November 18, 2014: I. The following responses to Requests for Information shall be acknowledged: 1. Question: "Could a underground pull box be located in the parking lot where the existing sub feed is to be Re-located (cut)? This would shorten the power outage down time by having new gear powered up then existing Pulled out and re-fed to new gear with all conduits in place." Response: Any pull box installed in the adjacent parking lot would need to be accessible, traffic rated, and have a concrete collar. We are open to such an installation but no additional payment outside of the lump sum bid provided would be made. 2. Question: "I have these pages from the plans S1 .1, S2.1 , S2.2, E1.0,E2.0, E3.0, E3.1. Are there additional pages and specs for the fence relocation and light pole removal that I am missing?' Response: There are no plan pages other than those referenced in the question above. Details for the fencing installation are included in the addendum of the Special Provisions. There are no details for the relocation of the parking lot light pole. I Post Office Box 2743 • Palm Springs, California 92263-2743 I City Project 13-29 Fire Station 442 Emergency Generator Installation Addendum No. 1 Page 2 II. Please add and consider the following section to prior to bidding: 10-18 Allowable Power Outage When making conversion from the existing to the new main switch board the maximum allowable time that power to the facility can be off is Ten (10) hours. This outage will be required to take place on either a Friday or Saturday. Any outage lasting longer than 10 hours will require that the Contractor supply temporary power suitable to fully operate the facility. No additional compensation will be provided for temporary power should it become necessary. Date: November 13, 2014 BY ORDER OF THE CITY OF PALM SPRINGS I By �er David . Barakian Director of Public Works/City Engineer Civil Engineer C 28931 i i 1 CITY OF PALM SPRINGS NOTICE INVITING BIDS FIRE STATION 442 EMERGENCY GENERATOR INSTALLATION V CITY PROJECT NO. 13-29 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the Fire Station 442 Emergency Generator Installation will be received at the office of the Procurement and Contracting Manager of the City of Palm Springs, California, until 3 P.M. on November 18, 2014 at which time they will be opened and read aloud. N-2 DESCRIPTION OF THE WORK: The work under this contract shall consist of furnishing all labor, materials, vehicles, tools, machinery, equipment etc., as necessary for the installation of a Kohler Power Systems emergency generator operating at 120/208 volts and rated for 200 KW/250 KVA(provided by City), at Palm Springs Fire Station 442 located at 300 El Cielo Rd., Palm Springs, CA. t The work includes, but is not necessary limited to: - Initiating all necessary Palm Springs International Airport security protocols - Site grading and preparation for construction - Relocation of existing parking lot light(final location to be determined—within 50 ft) - Security fence construction and relocation - Construction of a concrete generator foundation and fuel containment area - Transportation, placement and anchorage of the generator Placement of conduits by hand trenching and boring; - Placement of pull boxes - Installation of all necessary copper conductors and wiring - Intercept existing building feeder conduits and re-route as necessary - Installation of Generator Transfer Switch (Transfer Switch provided by City) - Modifications to existing Main Switch Board - Provide and Install new Main Switch Board on exterior of building The Contractor will be required to provide a complete and operable Emergency Generator electrical system in accordance with project drawings, engineering reports and calculations,the Special Provisions, building permits and all applicable Codes. The 200 KW/250 KVA Generator and Transfer Switch will be provided by the City. The Contractor shall provide all other materials necessary to complete the work. N-3 AWARD OF CONTRACT: (a) The City reserves the right after opening bids to reject any or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder and reject all other bids, as it may best serve the interest of the City. FIRE STATION 442 EMERGENCY GENERATOR INSTALLATION CITY PROJECT NO.13.29 NOTICE INVITING BIDS DATE:September,2014 PAGE 1 I 1 (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. N4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of 10 percent of the total bid price, payable to the City of Palm Springs. N-6 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of 60 calendar days from the date of bid opening. N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid Class A or -C 10 Contractor license at the time of submitting bids. N-7 PREVAILING WAGE RATES NOT APPLICABLE: Funding for the Work is with all local funds and as provided under, C Charter, 'p tiY , will NOT require compliance with the prevailing wage requirements of the State of California. req N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. N-9 PRE-BID WALK-THROUGH (MANDATORY): Prospective bidders are uin3d to attend the pre-bid walk-through of the project site to acquaint potential bidders with the project and existingsite conditions that may y affect the work. The meeting will be held on Novemb er 4, 2014, at 10:00 AM local time. Failure to attend the rebid walk-through I p 9 shall render a bidder as non-responsive. The meeting will be held at Palm Springs Fire Station 442, located at 300 El Cielo Rd., Palm Springs, CA. N-10 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. (b) Plans, Specifications & Contract Documents may be purchased for$15.00 per set on a CD. Accepted methods of payments are cash or check (made payable to the City of Palm Springs), or credit card (Visa or MasterCard). The CD can be obtained from the City of Palm Springs Engineering Department, located at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262. No refunds will be made for any charges for purchase of Contract Documents. (c) Mailing options for the CD. If you have an OnTrac number please include that in your correspondence. (FedEx is no longer and available option) If you do not have an Ontrac account and you need the City to mail the CD, please add an additional $5.00 to your payment for Contract Documents to cover the cost of shipping. If you have any questions, please call the Engineering Secretary at (760) 323-8253 x8750 or by email at Tabdha.Richards@palmsorinQsca oov. FIRE STATION 442 EMERGENCY GENERATOR INSTALLATION CITY PROJECT NO. 13-29 NOTICE INVITING BIDS DATE:September,2014 PAGE 2 i (d) Obtaining Bid Documents and registration as a Bidder: If you are interested in submitting a bid, Bidders shall contact Tabitha Richards, Engineering Secretary, by e-mail at Tabitha.Richards@palmspnngsca.gov, or by phone at (760) 323-8253 x 8750, to officially register as a Bidder for this project with your company name, address, phone, fax, contact person and e-mail address. Bidders must be registered to submit a Bid; failure to register may be cause to find a Bid non-responsive. i (a) Bidders shall obtain Bid Documents from the City of Palm Springs. The Bid Forms found in the original Bid Documents shall be printed out and used to submit a bid. (f) This Notice Inviting Bids, the Plan Holders List, and other related information for this project can be found on-line at the Citys webpage at www.palmspdngs ca.gov/index.aspx?page=85. (g) All questions about the meaning or intent of the Bid Documents are to be directed to the City Engineer. Questions shall be submitted in writing to: Savat Khamphou, Assistant City Engineer, by fax to (760) 322-8325, or by e-mail to savat.khamphou@palmspringsca.gov. Questions must be submitted by 3:00 PM, November 12, 2014. Questions received after this date will not be accepted. N-11 LOCAL BUSINESS PROMOTION — In accordance with the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", the prime contractor shall use good faith efforts to sub- contract the supply of materials and equipment to local business enterprises and to sub- contract services to businesses whose work force resides within the Coachella Valley. N-13 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the Procurement and Contracting Manager at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. The envelope shall be plainly marked in the upper left hand comer with the name and address of the Bidder and shall bear the words 'Bid For.."followed by the title of the Project and the date and hour of opening Bids. The certified or cashier's I check or Bid Bond shall be enclosed in the same envelope with the Bid. i BY ORDER OF THE CITY OF PALM SPRINGS O BY Date David J. Barakian, PE Director of Public Works/City Engineer i FIRE STATION 442 EMERGENCY GENERATOR INSTALLATION CITY PROJECT NO. 13-29 NOTICE INVITING BIDS DATE:September,2014 PAGE 3 City of Palm Springs >- Department of Public Works and Engineering 3260 E.Tahquin Canyon Way • Palm Springs,CA 92262 Tel:(760)323-8253 • Fax:(760)322-8360 • Web:w .palmspringsm.gov ADDENDUM NO. 1 To all prospective bidders under Specifications for Fire Station 442, Emergency Generator Installation, City Project No. 13-29, which are to be received by the City of Palm Springs at the office of the Procurement and Contracting Manager at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 3:00 P.M. on November 18, 2014: I. The following responses to Requests for Information shall be acknowledged: 1. Question: "Could a underground pull box be located in the parking lot where the existing sub feed is to be Re-located (cut)? This would shorten the power outage down time by having new gear powered up then existing Pulled out and re-fed to new gear with all conduits in place." 1 Response: Any pull box installed in the adjacent parking lot would need to be accessible, traffic rated, and have a concrete collar. We are open to such an installation but no additional payment outside of the lump sum bid provided would be made. 2. Question: "I have these pages from the plans S1.1, S2.1, S2.2, E1.0,E2.0, E3.0, E3.1. Are there additional pages and specs for the fence relocation and light pole removal that I am missing?" Response: There are no plan pages.other than those referenced in the question above. Details for the fencing installation are included in the addendum of the Special Provisions. There are no details for the relocation of the parking lot light pole. Post Office Box 2743 • Palm Springs, California 92263-2743 .... I I City Project 13-29 Fire Station 442 Emergency Generator Installation Addendum No. 1 Page 2 II. Please add and consider the following section to prior to bidding: 10-18 Allowable Power Outage When making conversion from the existing to the new main switch board the maximum allowable time that power to the facility can be off is Ten (10) hours. This outage will be required to take place on either a Friday or Saturday. Any outage lasting longer than 10 hours will require that the Contractor supply temporary power suitable to fully operate the facility. No additional compensation will be provided for temporary power should it become necessary. Date: November 13, 2014 BY O!DavidiBarakian ER OF THE CITY OF PALM SPRINGS i By �sr Director of Public Works/City Engineer Civil Engineer C 28931 i City of Palm Springs. CA Pwvement ConllwHrg Divl;cl, Bid Abstract BID ABSTRACT Vendors& Bid Amounts BID # uXi e0 �S J PROJECT i �y v �a f NAME: Q^ �V\ U� C,� CJ�` ��k. �� N� DUE DATE: 11-1 I IOq rj I q 41 000 10 14 OOa DESCRIPTION: • Total of all Bid Schedule Items O $ 91 l 01 QQQ q 5a q$ 1,31 1 Witnessed ff Date: 2 Check A License - License Deb- Contractors State License Board • Page 1 of 2 • Consumers . Contractors • Online Services . Media Room . About Us Contractor's License Detail for License # 870741 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information,you should be aware of the following limitations. CSLB complaint disclosure is restricted bylaw(B&P 7124.6)If this entity is subject to public complaint disclosure,a link for complaint disclosure will appear below.Click on the link or button to obtain complaint andlor legal action information. Per B&P 7071.17,only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload,there may be relevant information that has not yet been entered onto the Board's license database. Business Information GLOBAL POWER GROUP INC 12060 WOODSIDE AVENUE LAKESIDE, CA 92040 Business Phone Number:(619)579-1221 Entity Corporation Issue Date 0 111 0/2 0 06 Expire Date 01/31/2016 License Status his license is current and active. All information below should be reviewed. Classifications i I C10- ELECTRICAL B-GENERAL BUILDING CONTRACTOR A-GENERAL ENGINEERING CONTRACTOR ------ - ------ ------- Bonding Information Contractor's Bond This license filed a Contractor's Bond with BUSINESS ALLIANCE INSURANCE COMPANY. Bond Number:201312314501 Bond Amount:$12,500 Effective Date: 12/31/2013 Contractor's Bond Histo _ Bond of Qualifying Individual his license filed Bond of Qualifying Individual number SC6346677 for MARTORANA SALVATORE in the amounts of$12,500 with AMERICAN CONTRACTORS INDEMNITY COMPANY. https://www2.cslb.ca.gov/OnlineServices/CheekLicensel l/Li censeDetail.aspx?LicNum=8... 11/19/2014 Cbeck A License - License Det* Contractors State License Board Page 2 of 2 Effective Date: 03/02/2009 BQrs Bond History Workers' Compensation An employee service group holds the workers compensation insurance. Policy Number:2246 .Effective Date: 05/01/2012 !Expire Data: None Workers'Compensation History https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=8... 11/19/2014 CONTRACTOR BACKGROUND C1K CITY PROJECT NO._ 13 - a 9 PROJECT: 71-/ p � if 2 �� c �EuPr Ik Sf NRG(o�J CONTRACTOR: ��o�R / lggW6// eF''0WP Y11C Lic.No. . 27d 71tl -- Verified INSTRUCTIONS: This form shall be filled out by the Engineering Design staff when reviewing contractor background (APPARENT LOW BIDDER) , prior to award of contract by City Council. The form may be waived if a contractor does repeatedly acceptable work for the City. This shall be attached. to the INFORMATION REQUIRED OF BIDDER form and filed in the referenced City Project file, after routing. At least two references shall be contacted and a third reference made if less than acceptable work comments were made by any one of the first two oobtacts. -------------------- - Reference Check #1: - Person Contacted: fe7�+ SA"&2 Phone 1 5 - 7o41 Agency/Firm: i®vs R Us City: Q 'c«to Nature Of Work: ; P la or 'rug/ yG tr/a/c� 2t•ce Contract Amount: 4&&n cca Date Comp etc s Comments By Above Person: Giiz a f tcsa r �m y o h. -P/ 'e.l'rc r- /H S TS ./¢ ��z r xscd ?ita/n rC44 e 1?tw ea ;Pr- erd �LIw 16,Wd.) _ ir, .2yi3 ,6sr�- C7/mdc/ f'owei i✓4s dr73`es- They +y'c�Phirc Grl, � Reference Check #2: Person Contacted: '4" Phone f 95/- 6 Agency/Firm: is;nv c ��/ c:' a/ u/aTc A, r.e7Citys Kakc Nature Of Wor : /n-cry, � 7io "e/V" (5) jP/'�° �Wr `�`r a:i r� Contract Amount: $ 3tr-a, ova , Date Completed: z®iz a*Z 7drrSc�fY Comments By Above /Person: Lama/ /0 b yfH JNCG{ G< orY / Pac� iH /✓o cG xN!r c5v c£�.r, - rd 'rm 6le�urr w/� No c/q�" N- C'r+rre�e C ClU-/� �*m/r,1`�trcure - �eyy/CQJ' .5 r7L} iPcP 6r/ i T/i� f n ti'oC'�ivJ /7J�__ Reference Check 13s (Optional) erson Contacted: ADranc Vyar lay,- � Phone # 878- 6 36 -lt2v2 Agency/Firm:-e,rX.4 &1a Cya cz°.—i a�• Citys�D�P n N ture Of Work, ' 6, era bv- c !/a1: eiin cu61 r Contraat Amount: Dyer a vao Date Comp eteda a2©13 ,/ rc~� Comments By Above Persons - l�r�rac�N /J o%e rz�Co /G1r C!/a gla eyseC ' wi Y/r eC x/�tu� Completed By: Dates Reviewed Bys Contracts Administrator cc: City Engineer Director of Public Works EXPERIENCE East Mesa Detention Facility San Diego County Sherriff East Mesa Detention Facility San Diego Stan Stein 619-572-1778 Installation of 1meg Generator feeding 2 facilities with 2 different voltages, $650,000.00 Completed 11-15-07 General Atomics 3550 General Atomics Ct.,San Diego, CA Mark Labelle 858-455-4028 Installation of 750kw Generator and ATS,$450,000.00 Completed 3-1-11 650 Grand 650 Grand Ave., Los Angeles, CA 90017 Perry Shokouhi 213-612-0336/Cell 310-499-3772 Installation of 2meg Generator with (2)760 gallon fuel tanks in a high rise building 16 stories $950,000.00 Completed 7-25-11 Scale Matrix 5795 Kearny Villa Rd.,San Diego, CA 92123 Mark Ortenzi 858-633-4300/Cell 760-445-5618 Installation of(1) 1750kw and (2) lmeg Generators, $1,200,000.00 Completed 9-16-11 San Diego County Sheriff Station 9000 Cottonwood Ave.,Santee, CA 92071 Daniel Stein 619-572-1778 Installation of Generator, $128,000.00 Completed 2011 Toys R Us 1110 W Merrill Ave., Rialto, CA 92376 Peter Schultz 909-873-0155/Cell 909-499-7041 Electrical, Generator and UPS Installation and Maintenance, $146,700.00 2012-Present Elsinore Municipal Water District 31315 Chaney St., Lake Elsinore, CA Angelo Heidt 951-674-3146 Installation of(2) 350kw Generators, $237,445.68 Completed 12-10-12 California Coast Credit Union 9201 Spectrum Center Blvd.,San Diego, CA Diane Wyer 858-636-4202 Installation of 500kw Generator with 800amp ATS, $263,944.56 Completed 1-4-13 Cyber Professionals Solutions Naval Air Station North Island, Coronado, CA Gregory Cabello 619-498-4819 Installation of Emergency Generator and ATS, including site work, $413,547.00 Completed 1-31-13 III) Energy Management Systems El Centro, CA Joel Lopez760-337-1900 Installation of(2) 200kw Generators and (2) 160kva UPS Systems,$1,280,000.00 Completed 2-19-13 Lancaster Maintenance Emergency Power City of Lancaster 615 W Ave., Lancaster, CA 93534 Teresa La Fever666-945-6871 Installation of 200kw Generator and ATS, including site work, $106,700.00 Completed 3-29-13 City of Moreno Valley 14177 Frederick St., Moreno Valley, CA Henry Ngo 951-413-3128 Installation of 750kw Generator and Fuel Tank, including site work, $351,647.00 Completed 6-15-13 Metropolitan Walter District of Southern California David Trotter 700 N Alameda St., Los Angeles, CA 90012 Installation of UPS System,$490,292.26 Completed 12-19-13 Saint Vincent De Paul's Villa San Diego, CA Chris Manecke 619-239-6900 x3026 Installation of 300kw Generator and 3000amp ATS, $329,953.00 Completed 2-19-14 BID RESULTS November 18.2014 FIRE STATION 2 EMERGENCY GENERATOR INSTALLATION CITY PROJECT NO. 13-29 BID SCHEDULE GLOBAL POWER CHAMPION ELECTRIC AVRAM ELECTRIC ZEUS CONSTRUCTION CORNEJO CONSTRUCTION DESCRIPTION The work includes,but is not necessary limited to: Initiating all necessary Palm Springs International Airport security protocols Site grading and preparation for constmction Parking lot light Relocation - Security fence construction and relocation Construction of concrete swtltchgear pad,generator foundation and fuel containment area Transportation,placement and anchorage of the generator(provided by City) - Placement of conduits by hand trenching and bonny Placement of pull boxes $79,998,00 $106,950.00 $109,860.00 $143,000.00 $199,000.00 Installation of all necessary copper conductors and wiring Intercept existing building feeder conduits and re-route as necessary-Includes pavement patching - Installation of Generator Transfer Switch(Transfer Switch provided by City) Modifications to existing Main Switch Board Pmvide and Install new Main Switch Board an exterior of building The contractor will be required to provitle a complete and operable Emergency Generator electrical system in accordance wdh project drawings,engineering reports and ralculatwns,the Special Provisions, building permits and all aplicable Codes The 200 KW/250 KVA Generator and Transfer Switch will be Provided by the City. The Contractor shall provide all other materials necessary to complete the work. 1 2 3 4 5 BID RESULTS November 18,2014 FIRE STATION 2 EMERGENCY GENERATOR INSTALLATION CITY PROJECT NO.13-29 BID SCHEDULE GLOBAL POWER CHAMPION ELECTRIC AVRAM ELECTRIC ZEUS CONSTRUCTION CORNEJO CONSTRUCTION DESCRIPTION The work includes,but is not necessary limited to: - Initiating all necessary Palm Springs International Airport security prorocols Site grading and preparation for construction - Parking lot light Relocation Security fence construction and relocation Construction of concrete switchgear pad,generator foundation and fuel containment area Transportation,placement and anchorage of the generator(provided by City) Placement of conduits by hand trenching and baring; - Placement of pull boxes $79,998.00 $106,950.00 $109,860.00 $143.000.00 $199,000.00 Installation of all necessary copper conductors and wiring Intercept existing building feeder conduits and re-route as necessary Includes pavement patching - Installation of Generator Transfer Switch(Transfer Switch provided by City) Modifications to existing Main Switch Board Provide and Install new Main Switch Board on exterior of building The contractor will be required to provide a complete and operable Emergency Generator electrical system in accordance with project drawings,engineering reports and calculations,the Special Provisions, building permits and all aplicable Codes The 200 KW/ 50 KVA Generator and Transfer Switch will be provided by me City. The Contractor shall provide all other materials necessary ro complete the work. 1 2 3 4 5